JVA RFP PW2016-19 8.26.16Submitted CopyORIGINAL
Maria M, Menendez, CMC
City Clerk, Cit/ of South Miami
SW 64th Avenue Drainage trnprovement Project
Scope The # attached
EXHIBIT 1, Attachment a. and Attachment B
liCHEDULE OF EVENTS
SVV f4thA-wenwt-Drainage imprweernent-f-rojeet
RFP #PW2016-19
WHIEW-TWAI-100-INE
Time*
No
Event
Date*
(EST)
Advertisement/ Distribution of Solicitation & Cone of Silence
I
begins
8/3/2016
11:00 AM
2
- t
1 NonManda -RFP Meeting
-9a Pre
2120
8/116
10:00 AM
Deadline to Subm Questions
81" '1 7.1210 16
101000 AM
4
Deadfine to City ewonses to Questions
,22/ -2016
0 -0-j 0, A M
S
i Deadline Pro Submit RFP Response
8/2612016
10:00 AM
1 Projected Announcement of selected Contractor/Cone of Silence
6 __L
ends
9/662016 L
7:00 PM
WHIEW-TWAI-100-INE
END OF SECTION
ME
Proposal
by the deadline set for within the solicitation, Fulfillment of all solicitation requirements listed is mandatory for
consideration of response to the solicitation. Additional documents may be required and, if so, they will be
identified in an addendum to this Solicitation. The response shall include the following items:
Indemnification and Insurance Documents EXHIBIT
f-onstruction Bid Form EXHIBIT
x Signed CZonu-s-c-t Documents (All -- includ-ing General Condition's
Perk3 r a cam. and I ymr t, Bond (As a Condition Award, Not
required with SubmittoQ EXHIBIT
Respondents Qualification Statement
List of Proposed Subcontractors and Principal Suppliers
x Non-Collusion ,affidavit
Submit this checklist along with your proposal indicating the completion and submission of each required forms
an&lor documents,
RESPONDENT QUALIFICATION STATEMENT
SW 64th Avenue Drainage Improvement Project
RFP #PW2016-1 9
The response to this questionnaire shall be utilized as part of the CITYS overall Proposal Evaluation and
RESPONDENT selection.
1. Number of similar projects completed,
a) In the past 5 years
In the past 5 years On Schedule
b) In the past 10 Years
In the past 10 years On Schedule
fist the last three (3) completed similar projects.
3') Project Name,
Im
12
12
'5
15
1
2013 Drainage Improve-merd Project for PAultiple
Snes- NE 91 StEr"'et , arid NE 87th Street From NE
Ct to Nowth, Bayshom Dr, Protect No� 2-0130156
nei- Name� i
am Dade C',-A',"-!,"y Puoic '�Adodks Depat-11-e-,,-,.t
Owner Address,- 11 NW I Streef Wam�, FL 33128
Owner Telephone: 786-375-0004
Original Contract Completion Time
(Days): 180 Days
Original Contract Completion Date: May 2014
Actual Final Contract Completion
Owner Address: 444 NW 2nd Ave Miami, FL 33131
Owner Telephone: 305-724-8840
Original Contract Completion Time
(Days):
k 180
Original Contract Completion Date:
Actual Final Contract Completion
Date:
Original Contract Price:
Actual Final Contract Price
M
$776,678,50
S776,678.50
2015- Englewood Road Storm Sewer Improvements
C) Project Name: Phase It Project No: B30011
Owner Name: City of Miami
Owner Address: 444 NW 2nd Ave Miami FL 33131
Owner Telephone: 305- 724 -8840
Original Contract Completion Time
(Days): 150 Days
Original Contract Completion Date: May 2015
Actual Final Contract Completion
Date: May 2015
Original Contract Price: $1,8967806 72
Actual Final Contract Price. $1,896.806.72
3. Current workload
Project Name
T6339- SR 968 from
W Flagler to E of 17th
Owner
Florida Department of
Transportation
305 654 -7020
$8,785,728.75
2015 - NW 33rd Street
Roadway Improvements
City of Miami
305 -416 -2588
$5,899,864.98
2014- PTP Roadway
Improvements for NW 74th Street
Miami Dade County
Public Works
786- 375 -0003
$6,447,92922
Northeast Transit HUB
Enhancements 163rd St Mail
Miami -Dade County Transit
786-473 -5250
$1,374,797.43
4. The following information shall be attached to the proposal.
a) RESPONDENTS home office organization chart. See Attached
b) RESPONDENTS proposed project organizational chart See Attached
c) Resumes of proposed key project personnel, including on -site Superintendent See Attached
S. List and describe any:
Thomas F. Pepe
1 21 1 0120 1 5
13
List other Govern _exit Agencies or Quasi-Government Agencies for which you have done business
within the past five years.
Name of Agee City of Mutts.
`dress- 444 NW 2nd Avenue. Pry an .,_ 3313 i
de phone No.: 0111 4 s ,'
o. tact Person-
o e _ Femon ._. -and.. -21 _ 3) _ nc Rush, i954-682-9063)
Type: of r
Multiple Projects
Name Agencr.
City of HolIVIWood
Address:
'6 + 1IoIlLwco Blvd, H001y to d, l- 33125
Telephone e too..
954-805-3681
Contact Person:
Curse Aurelus
Type of Project
6 -Inch eater Main and Site Restoration
Name of Agency:
Priam€ Dade County
LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS
SW 64th Avenue Drainage Improvement Project
RFP #PW2016 -14
Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this Solicitation to
be used on this project if they are awarded the Contract
Landscape
Sodding and Turf Work
Electrical
Irrigation
Paving
Park Amenities
Graphics
Utilities
Excavation
Building
Structures
Plumbing
Painting
Testing Laboratory
Soil Fumigator
Signs
Other:
I I I
to the City of South Miami by the apparent lowest responsive and responsi
arithin five (5) business days after Bid Opening.
END OF SECTION
Thomas F. Pepe
fvt01201S
Is
STATE OF FLORIDA
A
Jose fvf Alvarez being first duly sworn, deposes and states that
(I) He fi hey is/ are the President
(Owner, Partner, Officer, Representative or ,agent) of
JVA Engineering Contractor, Inc. the Respondent that has submitted the
attached Proposal;
2) He /Sheffhey is /are Bally informed conceming the preparation and contents of the attached Proposal
and of all peranent circus smnc s concerning such Proposal*
Stich ropos` is genuine and is not a collus"i"ve ar s n . _ " -p s ±
_
a,< y �. 'a . r ay . a d, ` a ni M . 3 e . a, par", q e5 interest- , c r t ,_ r �-
or agpreed, dp r or indirectly, �.�. h 4r „„ ,r Respondent r or, .. to
submit w. collusive or
sharnn Propovai in connection with dhe Work o � which the 'ruched Proposal h a been submitted, or to refrain from Bidding or proposing in connection with such Work-' or have in any manner, directly
or indirectly, sought by agreement or collusion, or communication, or conference with any
Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any
other Respondent, or to fix any overhead, profit, or cost elements of the Proposal price or the
Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance,
or unlawful agreement any advantage against (Recipient), or any person interested to the proposed
Work,
(S) The price or prices quoted in the attached Proposal are fair and Is e Nah d are not tainted by any
collusion, conspiracy, connivance, or unlavvU agreement on the part of ` Respondent or any other
of its agents, representatives, owners, employees or parties of interest, inidLiding this aff°rant<
Signed, sealed and delivered in the presence of.
Br
Witnesk Signature
STATE OF FLORIDA
COUNTY MIAMI-DADE
NEWINNIMMMIM
ACKNOWLEDGEMENT
On this the 26th day of u u 2Q_] 6 , before me, the undersigned rotary Public of the State
of Florida, personally appeared (Name(s) of individual(s) who appeared before notary)
Im
Jose M Alvarez
instrument, and he/she /they acknowledge that he shelthey
WITNESS y hand and official sea].
NOTARY PUBLIC:
SEAL OF OFFICE;
Notary Puol c, State of
Maria Gutierrez
(Name of Nowy Public Vint, Stamp or €}use as
Personally known to me, or
Personal identification:
Type of identification Produced
Did take an oath, or
Did Not � ke an cat ...
The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State
Statutes. Respondents rest disclose with their Proposals, the name of any officer, director, partner, associate or
agent who is also an officer or employee of the City of South Miami or its agencies.
SWORN STATEMEN-1- PURSUANT 70 SECTiON 287, 1 33-4 (3) , (a),
1117Y CRIMES
ON PUN IC ENTI
THIS FORM MUST BE SIGNED AND SWORN
OFFICIAL AUTHORIZED TO ADMINISTER ONTHS.
This sworn statement is submitted to
City of South Miami
[print name of the public entity]
by Jose M Aivr r gdnt
[print individual's name and title]
for JVA Enc ineering Contractor, In .
[print name of entity submitting sworn statement]
whose business address is 66VIO Ned 32 Avenue
and (if applicable) its Federal Employer Identification Number (FEIN) is 48- 1277585 If the
entity has no FEIN, include the Social Security Number ber cif the individual signing this sworn statement:
n/a )
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in any person, or a pooling of equipment or income f • persons
value under an am's length agreement, shall be a prima facie case that one person
controls another person. A person who knowingly enters into a joint venture with a person
who has been convicted of a public entity crime in Rorida during the preceding 36 months shall
be considered an affiliate.
6, Based on information and belie the statement i -ch I have marked below is true in relation to the
entity submitting this sworn statement, [Indicate which statement applies.]
_
either e4' t?'s 4vevc .xs _�� g nr,� ,_�,o:': .v r �er'.�'... Feu. x of iim officers, d.rs. c_ o, ,;< exm.Nu-naves,
Darl-ners, , shareho-Iders, emoloyees, mernbers, or ge s who are c . the afthe aft. entity-,
nor an'y affifiate of the enday has been, charped with and convicced of a pubfic entity c-irnm subsequent, t
uuly is i
entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989.
Sworn to and subscribed before me this 26th day of
Personally known
R Produced identification
WM
ER FOP, THE PUBLIC ENTITY
) THAT ` HIS FORK IS VALID
UNDEASTAND THAT I AM
F C IN EXCESS OF THE
CATiGORY TWO OF ANY
My commission expires
red, typed or stamped c
-ne of notary public)
(Type of identifications`'
Form PUR 7068 {Rev.06/ I I /9
Q,
Thomas F, Pepe
1111012015
` i ".1k i
WM
ER FOP, THE PUBLIC ENTITY
) THAT ` HIS FORK IS VALID
UNDEASTAND THAT I AM
F C IN EXCESS OF THE
CATiGORY TWO OF ANY
My commission expires
red, typed or stamped c
-ne of notary public)
m
�z 44*41404
to connply wirdh such 5- or
CONTRACTOR
TVA, E C-r di and inc,
BY: jose M Alvarez
Name
OM
w
Y
TF,e person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must
ti # _jrvj
!
If the Respondent's name Does appear on one or all the "Listings" summarized below, Respondents must "Check
if Applies"
Department of Management Services i
tnded
DECLARATION UNDER PENALTY OF PERJURY
1, Jose M Alvarez (hereinafter referred to as the "Declarant" ) state, under penalty of perjury,
that the following statements are true and corre c
represent e Resp n ee,- whose .a_ � Y �
President ;
f Rtespandent is r
501e Dropriecorl, , ws-1 -de -; f s aes p n "_e:. _ _ a d.0 .rf._ -.. o a w.. f fif Pespondent is a _ .t .3,,.. w_ .�. a... �. .,«
` -or� span',.
I have reviewed t. e Florida Department of Management ment Servvices website at the following URL address.
s. � r a. 1 ss ss operations/state urc i v n or —Frn r , t os -tic nvi ,sus d—
s r €mina ry_complaintsvendor „ l`ists
(4 1 have entered an "x” or a check mark beside each listing/category set forth below if the Respondent's
name appears in the list found on the Florida Department of Management Services webs to for that category or
listing. If I did not enter a mark beside a listing/category, it means that I am attesting to the fact that the
Respondent's name does not appear on the listing for that category in the Florida Department of Management
Services website as of the date of this affidavit,
Check if
Applicable
Convicted Vendor List
Suspended Vendor Gist
Discriminatory Vendor List
Federal Excluded Parties List
Vendor Complaint List
FURTHER DECLARANT SAYETH NOT.
M
ACKNOWLEDGEMENT
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
On this the 26th dayof_
following identification
WITNESS my hand and
deal
3
r
t,,.
{ , i4
Is
bef6rie me, the ur dersi ned authority,
is p sonall kno1v to ni e or who DrCY
Maria Gutierrez
(Name of Notary Public: Print,
Stamp or type as commissioned.)
I !o e M Alvarez , individually and on behalf of JVA Encineerin Contractor, Ins
"Fi ' have Name of Representative CompanylVendorlEntay read the City of South Miami ( °C it ,. ,s Code of Ethics,
Section -1 of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my
knowledge, information and belief;
1 j neither~ I nor the Firm have any conflict of interest defined in section 41 with regard to the contract or
business that 1, and/or the Firm, am are about to perform for, or to transact with, the
City, and
neither l nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater
than S in the Firm, has any relatives defined in section -1, who is an employee of the City or who is are
an appointed or elected official of the City, or who is (are) a member of public body created by the City
Commission, Le_ a board or committee e of the City, [while the eta ics code still applies, if the person executing this
form is doing so on behalf of a firm whose stock is publicly traded, rhe statement in this section ( shall be based
solely on the signato -f's personal knowledge and helshe is not required to make an independent inveesti ti n as to
the . elado .sh,...,= of z`rn0o ees or those who ..xfs„ s financial in— u._rest in h-he rm , an
No
NIA (if
necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
(8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a finandall interest greater
tha 5% in that Other Firm, nor any member of those persons' irnmediate family (Le,, spoijse, parents, children,
bnothers and sist rs) nor any of my immediatee family mer-n-bers f1hereina r rekrred to aus "Rellarced Parties"), has
kita 'e C-1 M
resDor- I �Iy
"ded to,, a sol, tdion rz §ry �-n w' kh I o- the Firm represent cor -unyone who has - financial
mt rest greater thar, 5% in the Firm, or any member of EhOSe Dersons' immedia e (Le, SPOUSe, Darent-F,
children, bro&mrs and sisters) hw�e also responded, othe'r than the following,
N ff
/A k�
Print Name & Title:
Date: 8/26/2016
M
Sec. 8A- I � - Conflict of interest and code of ethics ordinance.
m
m
(Orel. No, 6-99-1680, 6'r , § 2, 3-2-99)
Editor's note- Ord, No. 6 -99 -1680, § 1, adopted d 3_?_ , repealed §§ -1 and -2 in their entirety and replaced
there with new §§
4I and -2t Former §§ -I and -2 pertained to declaration of policy and definitions, respectively, and
derived from Ord. No. 634, §§ 1 I -1), 1 (1 -2) adopted ]are. 1 I , 1969.
IM
11111111,111 �J�Iqgpii�1111�1
W ft M, w0tVIC717
all applicable lobbyist registration fees.
N-A—ME i—ITLE
MMENNIMMEM
President
m
NOTICE OF AWARD
Avei-.,YeHYrairtage Irn,,*.rovevnent4'1.-,?+6ct
RFP-#PW2016-19
The City has considered the Proposal submitted by your firm for the SW 64th Avenue Drainage
Basse Proposal:
Alternate #1,
Alternate #1
Alternate #1
M
MAVAMMUM
END OF SECTION
MM
A
Wwwam
RFP #PW2016-19
TO: DATE.
PROJECT DESCRIPTION: SW 64t1 Avenue Drainage Improvement Project, P #PW2016-19
in accordance with Plans and specifications, if any, as may be prepared in whole or in part by CONSULTANT,
referenced in the Supplementary Conditions and Contract Documents.
You are hereby notified to commence Work in accordance with the Contract dated on or before
' You are to complete the or within 90 calendar d - The date of completion of all Work is
Te-,efore 20 gAign9ar-am
iprint nas-ne"i
City Manager, or designee
ACCEPTANCE OF NOTICE
on this - day of 20-
W
E
a a
Scope of Servkes & Schedule of Wues/Summary of Quantities
SW 64' Avenue Dralnaj6 Improvement
RFP a
Scope of work involves performing drainage and road improvements within the City of South Miami.
Work sluff comply wiffi applicable standards, including but not limited to the and the Miami Dade
County Public Worms standards., Work covered under ti is contract shallaAso include and is not limited to
maintenance of tmffic, off duty Police officer, drainages miffing, clearing & grubbing, asphalt placement, and
striping.
The awarded v sd r must obtain any permits its required. —1be Cif will -waive all City permit it f s. Permits
it
that may be required by other agencies will ire the responsibility of the awarded vendor, including
applicable fees.
e t
Values utilized for the purpose of this RFP are approximate. Contractor is responsible to verify the areas,
d quantities as per cite limits defined by the exhibits.
PACKAGE, WHEN SUBMITTING THE BID - PROVIDE N
In
REFER TO EXH1131T 3 "CONSTRUCTION C AWARD
SUBMITTED. PROJECT TO A SINGLE CONTRACTOR BASED ON THE LUMP SUM AMOUNT
"Construction Plans prepared by EAC Consultin& Inc., tiffeRF—YW 64" Avenue (twin Lakes unve�) uminage Fm-provenI
Exhibit 1, Attachment C, s Site Locations,"
of reference.
# s
The current estimate to complete construction of the project is al dam substantial
completion. Thermoplastic paint shall be installed 30 calendar al completion, c t
total ar days to fins completion from issuance of No, i to, pried.
luqu'dated Dama. s shall be paid by the Contractor az the rate of 515, �[ S
paid dhe Owner to .he- -, if amv, , a, ditio ti d -cr on .._. is
any, associated wit such delay.
V. Spa
The standard manufacturer's warranty information must be provided in writing for all equipment being
proposed. including installation by an authorized dealer,
s •
lk I an TIT"W3 FM
SW 64' Avenue Drainage Improvement Project
RFP #PW2016-19
M
u
t-Y
V1
-�Y
o
7`1
z
I
Ln
:J
NJ
i
Nj
u
rm
fA
cc
00
0
�'
z
z z=
ea
z
Z
:,
r
> a
zz
z�
z
z
mz�-�yzz
z z z
C�
'✓'
z
r°?
tom",
L...! �
r- �} �.,,
€ r�'E
z
z
1
!
z
zzz
�
0; ID V• t
z
> I
Ull
E
>;
z
E
#
if-'+
fry
n
x x 0
±-y
-4
>
r
m
W
co C 0
p�
z z
03
' z z
z
z
vo
vo cc
9
-
3
_
-M
<
<
r-
e"
z
Z
2
-r3
i">
z
z
is i
rya
-
-
v
€.✓`
_
ti
0
J°k
},+
i
t YSJ7
r.T1 °t
C:7 c--
No
Ln
-
0
'y'. {
CD
B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless autitorized
in writing by the CITY and such aut orl ion shall be at the CI `s soli: and absolute discretion. The
=l -oull a ,.ten zed a, _ell, i sursuo:e in thm State of to .da, on >. ..s approved by, the State _ . _Oriel , ?s
.: - f below which ma,,s arise out o. . result
maw '.- ': v ,� „a .. ., �. .:.: n, o> .: e' �a. ..:: e FIRM may be lt.gpai y ,a.,_... , whether
such operations be by -w,`he FIRM or by a Subcontrar-tor or by anyone directly or indirectly employed by
any of them, or by anyone for whose acu any of them may be Ilable. (a ) claims under workers'
compensation, disability benefit and other similar employee benefit acts which are applicable to the Work
to be performed; (b ) claims for damages because of bodily injury, occupational sickness or disuse, or
death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or
death of any person other than the IRM's employees; (d ) claims for damages Insured by usual personal
injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or
destruction of tangible property, including loss of use resulting there from; (f} claims for damages because
of bodily injury, death of a person or property carnage arising out of ownership, maintenance or use of a
motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and
(h ) claims involving contractual liability insurance applicable to the FIR`I's obligations under- the Contract,
duration 1 02 arm's Insurarigg Genera Iv� The FIRM shall provide and maintain in force and effect until all the Work to
be performed under this Contract has been completed and accepted by CITY (or for such
compliance specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below:
1.03 at the statutory amount as to all employees in
addition, 'Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written
or hereafter amended, and all applicable federal laws. In Employers'
Subcontractors at the statutory coverage amount, The FIRM shall further insure that all of its #
levels of Worker's Compensation Insurance.
El
m
F. If the FIRM is providing professional services, such as would be provided by an architem engineer,
attorney, or account-ant, to name a few, then in such event and in addition to the above requirements,
the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of
$ 1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all
sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the
se,Mces or work performed by &fie FIRM irs agent-%, representvtives, Sub Contractors or assigns, or by
a,r-,y person employed or revained try him in, connection with t1his Akgreement, This insurance shall be
c, letio dhe ronstruction. and acceptance of any Prqect covered b-Y
maintained or ficaur --a #
y Ater compl n -of -h
is Agreennient However, the FIRM inamy purchase Specr-Iffic Project Profession- Liability Insurance, in the
amountatnd under the termsspecified above, wNch is adso acceptable. No insurance shall be issued by a
surplus lines carrier unless authorized in writing by the city aE the city's sole, absollute and unfettered
discretion.
MM
m
YTT--0-4Tff—A7e-7=%!"TMTMe tmp,roTeMMTrWr7f=
RFP #PW20 16-19
41
THIS PROPOSAL IS SUBMITTED TO:
Steven Alexander
City Manager
City of South Miami
6130 Sunset Drive
South Miami. FL 33143
If this Proposal is accepted, tFe undersigned Respondent agrees to enter into a Contract with the City of
I r4o j a�-
South Miarrd, in the form included in ands Solicitation Package. ai d to pe I rm and ft mish ail work ss
specified or indicated in thas Stallicittation, including as set for-do-, in Exhibit I i"Scope of Ser-Aces) fror the
P-0 -ah bellow, wit h -, tulhe Co�
raosed Pnice as, set -F, r ct -11-ime sin.d in ?�ocordance widrh,, the ,!�,th, - -ern.-t and
o 'he Soh ir
f d? d -adon UAr,
2, Respondent accept-s all of t, ,.., terms and conditions of the Solicitation and instructions to Respondents,
ion of Proposal/Bid Bond, if required. T is
mcluding without limitation those dealing with the disposit I I h
Proposal will remain subiect to acceptance for 180 calendar days after the day of the Proposal Opening,
The Respondent- by signing and submitting this proposal, agrees to all of the terms and conditions of the
form of contract that is a part of the Solicitation package with appropriate changes to conform to the
information contained in this Bid Form, Respondent agrees to sign and submit the Bonds, if required by
this Solicitation, required insurance documents, and other documents required by the Solicitation,
including the Contract if not already submitted, within ten (10) calendar days after the date of the City's
Notice of Award.
3. In submitting this Proposal, Respondent represents that:
a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any
(receipt of all which is hereby acknowledged.)
Addendum No, I Dated: 8/1612016
111
Alternate: #1 $ _ ___-N;,A dollars and cents
A fee breakdown for each task included in the lump sum contract price, if applicable, must be provided, Failure to
provide this information shall render the proposal non-responsive.
5 The ENTIRE WORK shall be completed, in full, within 90 calendar days- from the commencement date
set forth in the NOTICE TO PROCEED, Failure to complete the entire work during the described time
period shall result in the assessment of liquidated damages as may be set forth in the Contract-
6. Insert the following information for future communication with you concerning this Proposal:
RESPONDENT: JVA Engineering Contractor, inc.
M
J A Engineering Contractor. Inc
The terms used in this Proposal which are defined in the Contract shall have the same meaning is
assigned to them in the Contract Documents, unless specifically defined in this Solicitation Package_
. If a cost & technical proposaJ is required by the Solicitation, Despondent hereby certifies that all of the
facts and responses to the questions posed in the cost & technical proposal, if such an hibit is made
a part of the Solicitation, are true and correct and are hereby adopted as part of this Construction Laid
Form, and are made a part of this proposal, by reference.
By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the
fora! of contract contained in the Solicitation package and I agree to be bound by those terms, with any
appropriate blank bees, if any, checked and any blank lines filled in with the appropriate information
contained i the Solicitation Documents and this ProposaL or such information that the City and I have
zge z, ',t.�'' --,�,. .:a" �.. .:..y 'or' r.�. a:: .. ., <3"a�� ��"..�, `;i" #ch have been confirmed by the €�' i writing,
including w confirmation, r , 1 hereby certi under penalty, of p» _ ._
representrarve of t e bumness h,.y referenced , d Bid . Form, that. have s_zw..,a -r.. 0 ,w1 _.,,.- 1for _ .p,..
end-t end—ty and t all of w ,e.. info r'nari, n and esent+„'^,r'". ns Ponta. ne d herein, are true and correct to the
;UBMITTED THIS i6th DAY OF August 2016
• •
6600 NW 32 Avenue
Address;
Miami, FL 33147
Telephone:
305-696-7902
Facsimile:
3£3-9-79
Contact Person
Jose M Alvarez
The terms used in this Proposal which are defined in the Contract shall have the same meaning is
assigned to them in the Contract Documents, unless specifically defined in this Solicitation Package_
. If a cost & technical proposaJ is required by the Solicitation, Despondent hereby certifies that all of the
facts and responses to the questions posed in the cost & technical proposal, if such an hibit is made
a part of the Solicitation, are true and correct and are hereby adopted as part of this Construction Laid
Form, and are made a part of this proposal, by reference.
By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the
fora! of contract contained in the Solicitation package and I agree to be bound by those terms, with any
appropriate blank bees, if any, checked and any blank lines filled in with the appropriate information
contained i the Solicitation Documents and this ProposaL or such information that the City and I have
zge z, ',t.�'' --,�,. .:a" �.. .:..y 'or' r.�. a:: .. ., <3"a�� ��"..�, `;i" #ch have been confirmed by the €�' i writing,
including w confirmation, r , 1 hereby certi under penalty, of p» _ ._
representrarve of t e bumness h,.y referenced , d Bid . Form, that. have s_zw..,a -r.. 0 ,w1 _.,,.- 1for _ .p,..
end-t end—ty and t all of w ,e.. info r'nari, n and esent+„'^,r'". ns Ponta. ne d herein, are true and correct to the
;UBMITTED THIS i6th DAY OF August 2016
• •
}
SW 64th Avenue Drainage Improvement Project
THIS CONTRACT was made and entered into on this day of , by
and between (hereafter referred to as
"Contractor"), and the City of South Miami (hereafter referred to as "Owner"), t r u its `sty Manager (hereafter
referred to "City".
IN WITNESS WHEREOF, the parties hereto have c.
next to their naume belcov and may be signed in one or more
acco,unt ng for the other counterr a--,. be deemed an orig na. 11
C0NTRACr'-1'1R,-,
Print Signatory's Name:
is Cgritr1act on the day and sate set ftaru n
4ch of which shafl, without proof or
Title of Signatory- President
M�
M
3W f4ela-A.-m-aue
r
• • • .,
GENERAL + D •
m
ARTICLEIL!��_PRELIM
Awalr&
2_� T e 11'�"f reserries the rtght rco reject an- .,end , _1 I Aids, it it-s Eole discr—tion. -Bids,,, -shall' be awarded
:. h C if a -19 , a
by the ""I'Y to the !owest- responsive and responsible Bidder, No Notice of, ard sh Al be o'lven, undl the
Or-f has concluded its invesdration, as it deems necessary, to establish, to t e satirfacdon of the Ury,
which Bidders the most responsive and responsible of all the Bidders to complete the or within the
time prescribed and in accordance with the Contract Documents. 'I he OTY reserves the right to reject
the Bid of any Bidder who is not believed to be, in the sole discretion and satisfaction of the City, to be
sufficiently responsible, qualified and financial able to perform the work. In analyzing a Bid, the CITY may
also take into consideration alternate and unit prices, if requested by the Bid forms. If the Contract is
awarded. the CITY shall issue the Notice of Award and give the successful Bidder a Contract for
execution within ninety (90) day after opening of Bids,
M
m
91
m
Supplementary Conditions to the Contract,
�r Tac�rEais, s�srs�ent, resdu��.s and stitt�titss
Materials, equipment and products incorporated in the Work must be approved for use before being
purchased by the CONTRACTOR, The CONTRACTOR shall submit to the CONSULT ANT a list of
proposed materials, equipment or products, together with such samples as may be necessary for thews to
determine their acceptability and obtain their approval, within ninety (901 calendar :lays after award of
Thomas F. Pepe
i #s
BE
a • a
&9 The divisions and sections of the Specifications and the identifications of any Drawings shall not control
m
m
m
R--e—s,p-o-mLbd1-t,,t —f
63S It shall be the responsibility of the CONTRACTOR to connect its- "0--Vork to each part, of the existing
Work, existing buil"Iding or structwre or Work previously installed as required by r1he Drawing,5- and
Specificardons to provide a completez i ,sue ulladori,
* F
6.36 Exca-tratiians, gr ding, fill, storm dmmage,, lxv-ing and any other construction or instafladons in E-igmL as- of-
---ays of st-reets, ilighways public carrier lines, utfliqy lines, eit-her aerial, surface as subsurface, e-c,, .,al; :s
done in accordance with requirements of the special conditions. The OVINIER, will be responsible for
obtaining all permits necessary for the Work described in this paragraph 6.36. Upon completion of the
Work, CONTRACTOR shall present to CONSULTANT certificates, in triplicate, from the proper
authorities, stating that the Work has been done in accordance with their requirements.
6.36.1 The CITY will cooperate with the CONTRACTOR in obtaining action from any utilities or public
authorkdes involved in the above requirements.
6,36.2 The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters, pavement,
storm drainage structures, and other items which must be established by governmental
departments as soon as grading operations are begun on the site and, in any case, sufficiently early
in the construction period to prevent any adverse effect on the Project.
L, Ls Premises;
-e- —
6,38 CONTRACT OR shall confine its apparatus, storage of materials, and operations of its workmen to the
limits indicated by law, ordinances, permits and directions of CONSULTANT and Cl TY, and shall not
unnecessar;
fly encumber any par-, of the site or any are off site.
M
REc
�ttgction Qf--E-x
.Lsting Emperty _Impcovernents-
6,38 Any exisring surfhce or subsurhce improvements, such as pavements, cu ,+,s, sidewalks, pipes or utilities,
ting , or straccures (including por- o thereoqp, trees ?:-,d shrud be r-y, not indicated on the Dra-wings
or - oted in, the Spescific-- ior',,S being removed aftered shall' be pl-rotected Ifirom dharn, e duning
construt on of Project- Any such improver-nents damapd during construction of the Project shall
be restored at dhe expense of the CON T-R-A.CTOR to a condition eauad to thaz exisang at the ame of
award of Contrast,
M
.I The CITY will issue all communications to the CONTRACTOR through the CONSULTANT.
In cases of termination of employment of the CONSULTANT, the CITY will appoint a CONSULTANT
whose states under the Contract Documents shall be that of the farmer CONSULTANT.
8.3 The CITY shall promptly furnish the data required of &.e , under the Contract Documents.
8A The I S duties in respect to providing lands and easements is are set forth in Paragraphs 4,1 and 4,2,
.S The CITY shall have tie right to twice possessor; of and use any completed or partially completed
portion, thereof ; not have expired: but such taking possession ,,..,',,` use ,shat not be deemed an
arcemance of tea; y/ W o .. � a completed Mwp accordance t the C v. __ .a,c. Documtenus,,
Measurem4nt f uantiti s-,
9A All Work completed under the Contract shall be measured by the CONSULTANT according to the
United States Standard Measures, All linear surface measurements shall be made horizontally or vertically
as required by the item measured.
RWctin Defective Work.
Show Draw—!n, rders and runts=
,6 In connection with the CONSULTANT responsibility as to Shop Drawings and samples, see paragraphs
6,25 thresh 6,28, inclusive,
3 in connection with the I SULTA -rs responsibility for Change Orders see Articles 10, 11, and 12,
In connection th the CONSULT ANT responsibilities with respect to the Application for Payment, etc.,
see Article 14.
sins r �isernn�;
9,10 The CONSULTANT shall be the nits € sntea -prete, of the r nstr :`ctio ' Documents,
s
�..._ x he C NSUL . S"',IN. will not be responsible o the c`. rns ru -..tio <aza , e ho , techniques, sequences
or procedures, or the safety precautions and programs incident thereto.
.12 The CONSULTANT will not be responsible for the actus or omissions of the CONTRACTOR, r any
Subcontractors, or any of their agent, servants or employees, or any &,er person performing any of the
Work under or through them,
ME
m
provided however, the CONTRACTOR shafl not be entitled to claim lost profits for any Mork not
performed.
� -- - --y- �. - -YULC �AMI�L
be resolved by agreement, then the deparrment with the advice of the City Attomey and the
CONSULTANT shall rule on the disputed issue and send a written copy of its decision to the
CONTRACTOR. CONTRACTOR shall comply with such decision and shall not delay the project,
a
r
not-, shall hwve passed to the OWNER pH..,.r in- the making g .. f u,.,e. pplic— ,:e. n for Payme�nts free and cl. a
of all liens, claims, security interest and encumbrances ;hereafter in Ehese General Conditions referred to
;en' and t Work, materials equipment red Application for rent i have
been acquired by the CONTRACTOR or by any other person perforrning the Work at the site or
furnishing materials and equipment for the Project, under or pursuant to an agreement under which an
interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the
CONTRACTOR or such other person.
case the money shall be paid according with said judgment. Nothing contained herein shall indicate an
intent to benefit any third persons who are not signatories to the Contract.
M
15,1 The CITY may, at any time and i h ut cause, suspend the Work or any portion thereof for a period of
not more than ninety 190) calendar days by notice in writing to tine �`' PLACTOR and the
CONSULTANT which shall fix the ,4e on which Work shall be z eau«.ed- The -ten d T .. < -TO all be
allovved an ;ncreiase in she Contract Price or an of t1he Contract Ti�rie, or both, directilly
Ar icle 11
If after termination of the CONTRACTOR under this Section, it is determined by a court of competent
jurisdiction for any reason that the CONTRACTOR was not in default, the rights and obligations of the
OWNER and the CONTRACTOR small be the same as if the termination had been issued pursuant to
Section 15,5
ISAA The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s) or service(s) in a
ARTICLE- .
w
I T I OWNER and CONTRACTOR knowingly, irrevocably voluntarily and intentionally waive any right either
may have to a trial by jury in State or Federal Court proceedings in respect to any action, pr°oeee in&
lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work
thereunder,
193 if CONTRACTOR or its subcontractor dozes not comply with a public records request, the CITY shall
have the right to enforce this contract provision by specific performance and the persons who violates this
provision shall be liable to OWNER for its costs of enforcing this provision, including attorney fees
incurred in all proceedings, whether administrative or civil court and in all appellate proceedings.
}
fl. l If any provision of the Contract or the application thereof to any person or situation shall to any extent
be held invalid or unenforceable, the remainder of the Contract, and the application of such provisions to
persons or situations gather than those as to which it shall have been held invalid or unenforceable shall
not be affected thereby, and shall continue in full force and effem and be enforced to the fullest extent
permitted by lave,
ARTICLE 2LI The CONTRACTOR is an independent CONTRACTOR under the Contract Services provided by the
CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the
CONTRACTOR, and not a-, officers, employees, or agents of the OWNER. Personnel policies, tax
responsibilities, social security and health insurance, employee benefits, purchasing policies and other
similar administrative procedures, applicable to services rendered under the Contract shall be those of
the CONTPACTOR,
E T,
22.1 The CONTRACTOR shall not transfer or assign any of is rights or duties, obligor oE s and r sponsib €l,' es
arising under the terms, conditions and provisions of t is Contract wid OUE Drior writreen consent of the
�_ dis
CONTRACTOR to assign its duties, obligarions and responsibilk-es. in,;,,X',.y evenL i-,.,e CITY shall not
consent na such assignment unless CONTRACTOR ,main J�. mrdl -rd several � for y
� =��le �. breach a
the Agreement by the assignee, the assignee meets all of the IT 's, e uiren's nts to the 1 °" 's sale
satisfaction and the assignee executes all of the Contract Documertis that wererequired tax be executed
by the CONTRACTOR
their ,w
N WITNESS WHEREOF, the parties hereto have executed the
inclusion as part of the Contract Documents on this day of
CONTRACTOR- JV
Print Signatory's flame: 'Jose M Alvarez
Title of Signatory- President
UNNUMM
01
Bum
Supplementary Conditions
A. Consultant In accordance with ARTICLE T of the General Conditions CONSULTANT is defined as the
person identified as the CONSULTANT in the Supplementary Conditions or if none, then CITYs
designated representative as identified in the Supplementary ondti ns. The CO SULTANT's, if any,
d the City's Designated nated Representative`s name, address, telephone number and facsimile number are as
follows:
onsu -st; EAC Consultin& Inc,
15 NW 57th Avenue, Suite 402
Miami, FL 33126
Phone: 305-264-2557
305-264-8363
4-795 SW 75 Av
u AW
Miami, Ff. 3 i 5S
Phone 305-403-2072
Fax 305-668-7208
Title of Signatory; ` re cent
Tread and Approved as to T=orn, Language,
Legality, and Execution Thereof-
m
Sooth` m
a 6 M
Project Name: SW 64 Avenue Drainage improvement Project
FP NO. PW2 1 - I
Date. august 16, 2016
y
i sou u.dde,.d:.zC submission 6., issued to clarify, >��ple� ".,... €,e. d.;'�+�tv,�, ri xdi..g. �. C'�.,eEa,s.:a
Solicitation, and is hereby made part of the Documents, All requirements of the Documents
not modified herein shall remain in full force and effect as originally set forth. It shall be the
sole responsibility of the bidder to secure Addendums that may be issued for a specific
solicitation.
•
Please advise what the estimate is for the subject project,
There is no established estimate for this project. The City's Adopted Budget for 2016 does
not include a line item in the Capital Improvements ents Section of the budget.
Is there a bid bond required for this project; SW 64th Avenue Drainage Improvement Project
RFP PW2 1 -1
bid bond is not required for the project.
Adjustments were matte to sheet -4 of the Plans. Please see the attached revised sheet,
dated 8-15-16, which shall replace sheet -4 in the RFR
xe f' 2
CLARIFICATION #2:
Due to revisions in sheet CA a revised Schedule of Values is being provided as a part of
Addendum No. 1 and shall replace the Schedule of Values in the RFP.
UIRIMMUM 06W
P-we 2 W'2
C�
V
� fl]
Lti} 0
r)
�, tL
Q
a)
(A
Cb
Ul
rD
1�
3
C
N
I
cD
a
ca
N�
w
r-f-
a
I
Ir
D
m
CD
CD
•
trt•
.O%
0
r-+
0
M"%
3r)
Z
o
�
0
3
S-0
0
o
P'r
CD
V
� fl]
Lti} 0
r)
�, tL
Q
a)
(A
Cb
Ul
rD
1�
3
C
N
I
cD
a
ca
N�
w
r-f-
a
I
Ir
D
m
CD
CD
•
trt•
.O%
0
r-+
0
M"%
3r)
(D
tn
-0
-�
o
P'r
CD
N
=3
0J
Q
{p
(D
N
r-t
V
� fl]
Lti} 0
r)
�, tL
Q
a)
(A
Cb
Ul
rD
1�
3
C
N
I
cD
a
ca
N�
w
r-f-
a
I
Ir
D
m
CD
CD
•
trt•
.O%
0
r-+
0
M"%
>
c
t
G)
n
[�
�•
CD
(D (D
�
NL1i
U*)
CD
L1)
(D
CL
N
�
N
rt
CD
CD
(Q
[CD
L
m
to
Ml
(.
tt
0
m
0
r1+,
Q
4
C1
r
........ .. .......
0.
4M
wi
N
0
w
rn
c�
CD
(D
(C)
•
=3
0
r-f-
0
"M%
%Ww
Mlp_� t Ph: (3 05) 6936-7902
6,600 NW 32Ave Fax, (305) 696-7903
-mail,
Miami, FL 33147 e
Experki" 2009-Present ,OVA Engineering Contractor, Inc,
Project Manager
7016 City of Miami- NE 2 nd Avenue Roadway Improvements Segment B-3
Between NE 421"J Street and NE 51 Street
Roadway reconstruction, new storm water systern, sidewalks, curb and
gutters, pavement madrungs, signage, sign-,,afizatmn, decorative 4ghting and
aindscafpng
M
r
0
the
t-e t
n�ches papework aind irnde struchuras_
2014 Port of Miami- Seaboard Marine Cargo Terminal Redevelopment Phase
11 Construction of 8-acre parking for cargo terminal and container storage
2013 City of Miami- Citywide Sewer Repair Contract, M-0083 Installation and
Repair of the Storm Sewer system at !locations citpwide
20 13 City of Miami- Miami River Greenway NW 5h Bridge Extension
Furnishing all rnaferials, labor, and equipment, necessary for road
improvements, drainage system installations, milling and resurfacing, new
sidewalks replacement, striping, signs, landscaping, hardscape, decorative
street and pedestrian lighting, and ALFA compliant ramps
2012 City of Opa- Locker- 143" Street Distribution Piping Project, Roadway
Reconstruction
2012 City of Hollywood- Distribution Piping Upgrade for Existing Condition N
56-"' Ave from Douglas Street to Stirling Road lo N 581h, Avenue , Furnish and
Install 8-inch D 1. Pipe and all D.I. Fittings
2012 Miami-Dade Water & Sewer Improvements-Furnish & install 36-Inch D.I.
Water Main in NW 87 1h Avenue, Approximately 1,905 LF of 316-Inch and '45
LF of 6-inch ductile iron pipe and fittings for a water main in NW 87"! Avenue
from NW 154 Street to NW 186 Street, Section 10, 15, and 16
2011 Miami-Dade Water& Sewer improvements-Perrine/Cutler Ridge Water
8, Sewer Improvements Basin A P0067- 4,991 LF of Water Islam installation,
5,035 LF of Sanitary Sewer Installation and 848 LF of 112" Gravity Sewer
I
installation, Sewer Lateral Installations and Restol,ation
2011 Miami-Dade Ava ion Department- MIA NW 67 Ave and NW36"' Street
intersection Improvements, Land Clearing, Excavation, Earthwolrk, Pre_
Stressed Concrete Dipe Storm Sewer DiStribution, Subgrade, Base and
Asphalt Pavement
20 '1 1 City of Miami- Kinloch Storm Sewer and Road Construiction Project,
Storm Draina�-Je Distribution, Asphalt Pavement, and Concrete Work,
2010 Marfins Balllpalrk, Storm Water Distribution
2009 Miami-Dade Water & Sewer- 8"Water Main Extension, Excavation Water
Main Distribution, Restoration including Asphalt Pavement, aand Concrete
work
2009 Miami-Dade County Water A Sewer Deroartment, NAP Misc. 12 Sanitary
Sewer and Force Main improvements, sanitaeY sewer and for main
repiacements, asphalt restoration, concrete rezfi
Ph: (305) 696-7902
6600 NW 32 Ave
Fax
(305) 696-7903
-
MiaMij, FL 33147 il,,ima ineert� g.r:cm
Om
Expaiw" 2002-Current XVA Engineering Contractor, Inc.
President
2016 Miami-Dade County-PTP R ay Improvements for NW 74t", Street
from NW 87V'Avenue to SR 826, widening and relconstruction of the existing
road from a five-lane undivided to a six-lane divided roadway with turd'
lanes, bike lanes, raised median, sidewalks, curb & gut er, continuous storm
drainage sysirem- avern- nt niarkings and signing, traffic s"'ligm-FAAzat-lion.
rghN ird"g-, n
de
"e
0""Stal"ar�-_n c_,'f a n"e've s,slt, m, '4_%xibie am:j r4al _,1._1.1-i1c',re1 pavemen,",
r-Oling and resurf cirig, bike Path, fe,zncing, ot rb and 6g-tafter, -sidewwks wilh
ADA ramps, landscaping, lighting, pavement markings, signialization,
signage, new Miami-Dade Transit (MDT) bus shelters, bike racks, trash
receptacles
2015 City of Miami-NW 33"- Street Roadway Improvements, Water Main &
Roadway Improvements
2014 Port of Miami-Seaboand Marine Cargo Terminal Redevelopment Phase
11, Upgrading Existing Utility Infrastructure and Pavement for Approximately
8 Acres
2015 City of Miami-Englewood Road Storm Sewer Improvements Phase It,
Drainage & Roadway Improvements
2013 City of Miami-Garden Storm Sewer, Design & Construction of
Stormwater Dr age System, Milling & Resurfacing, Roadway Pavement.
Reworking and Re-g I U
grading swalles, Landscaping, Repair Sidewalks
2013 City of Miami-Silver Bluff Drainage Imp.roverrients, Construction of New
Drainage System
2013 City of Miami- Citywide Sewer Repair Contract, M-0083 Installation and
Repair of the Storm Sewer system at locations citywide
12013 City of Miami- Miami River Greenway NW 5th Bridge Extension
Furnishing all materials, labor, and equipment, necessary for road
improvements, drainage system installations, milling and resurfacing, new
sidewalks replacement, striping, signs, landscaping, hardscape, decorative
street and pedestrian lighting, and AAA comphant ramps
2012 City of Hollywood- Distribution Piping Upgrade for Existing Condition N
k
56th Ave from Douglas Street to Stirling Road to N 58'i' Avenue . Furnish and
install 8-inch D1 Pipe and all D-1. Fiftiii
2012 Miami-Dade Water & Sewer Improvements-Furnish & Install 36-Inch D. L
V11ater Main in NW 87h 'Avenue, Approximately 1,905 LF of 36-Inch and 25
LF of 6-inch ductile iron pipe and fiftings for a water main in NW 87 W 'Avenue
from NW 154 Street to NW 186 Street, Section 10, 15, and 16
2011 f ami-Dade Water & Sewer Improvements-Perrine/Cutler Ridge Water
& Sewer Improvements Basin A P0067- 4,991 LF of 10,1ater Main installation,
55 E
1,035 LF of Sanitary Sewer installation n d 848 LF of 12" Gravity Sewer
Installation, Sewer Lateral Installations and Restoration
20-1 1 Miarni-Dade Aviation Department- MIA NW 67't' Ave and NVV 36' Street
Intersection Improvements, Land Clear Ing, Excavation, Earthwork, Pre-
Stressed Corr- -set e Pipe Storm Sewer &isth buff on, Subgrade, Base and
Asphalt Pavement
2011 City of Simi- Kinloch Storm Sewer and Road Construction Project,
Storm Drainage Distribution, Asphalt Pavement, and Concrete
2010 Martins Ballpark, Storm Water istribution
2009 Miami-Dade Water & Sewer- T Water Maine Extension, Excavation Water
Main Distribution, Restoration including Asphalt Pavement, and Concrete
Ivor
2009 Miami-Dade County 'Water & Sewer Department, NAP Misc, A Sanitary
Sewer and Face Main Improvements, sanitary sevoter and force main
replacements, asphalt restoration, concrete restoration,
200 Miami-Dade Count Water wer Department, m Station No 57
Upgrade Sew g Pump Station including place suitable backfill material;
refurbish wet well. electrical work, c nc t s, wal g and restoration
2009 Miami -Dade County VlMer & Sewer Departurnent, Purno Station No,
Upgrade Sewage Pump Station including place suitable c fill material;
rewrbish ;meet we-111; l uchrical work concrete sidewalk, hn rest ration
r d ' ,. z
t.w,, w.>
.. eu �x � �s, �. x_� ,. , ,�...
.._....: , - ;nfla..ds air-id def, -..,_floe, of aaa,. do,,.,d . ��_.'ca bays
2009 Pottt of Miami, r—Fender/CurbiPad Eye Plate Repairs And In l ti
Gantry Area Installation offenders, pad eyes, and curbs for seawall,
2303 Miami-Dade ublin ; yur s, Rdwy Widening of 7t" Ave C!earing
Grubbing, Excavation, Limerock Base, Milling, Paving, Concrete Work,
rk,
Fencing & Guardrails, Electrical VVor , Roadway Widening ignag ,
Pavement Markings & Signage, and Construction of New Roads
2308 Alvarez Engineers, Waterstone Way Widening at SW 3 12 St Clearing
Grubbing, Excavation, Limerock Base, Milling, Drainage, Manhole
Installations, Paving, Concrete Work, Fencing Guar rails, Electrical Work,
Roadway ` yi ring Signag , Pavement Markings ings ignag
2338 FDOT, SR 959 Rdwy Improvements Excavation, Drainage Limerock
Base, Milling, Paving, Signage, Pavement Markings
2038 John Moriarty & Associates of Florida Icon Brickell Site Mork, Sturm
Drainage System, Sanitary Sewer System and Water istribu i , Asphalt
Pavement, Concrete rk, Pavement M r mgs & Sign age
2009-2012 Army Corp of Engineers- Quality Control Manager
2010 OSHA 30-Hour
Cer-fiffied General Contractor #C GC 1516849
Certified Underground Utility Contractor #CUC1224696
Broward License
Primari Pipelines License 9 07-!AI41-44-X
Major Roads License # 07-3A-14148-X
Miami Dade County License
Engineering Contractor License # E221300
2002—Current Miami Dade Communitv College Miami, F!
Associate in Arts
1999-2-002 '-South West High School Cip-loma Miami, r-I
H;'rjh School Diploma
swortli, After, Fowler & French, LL
a j ors Square Blurt
Lake --s, FL 33016
INSURED
jVA Engmeering Contractor, Inc.
6600 NW 32nd Ave
Miami. FL 13147
GIERTIFiCATE ,l
# ( 5) 22-7
E- A&
A ORESS:
FAX
.,' k5 362 -
5'-'E ur.
10701
e
WORKERS COMPENSATION
AND E-M.PLOYERT LIAMU—If YIN
ANY r 1r .._ " ,.. . _ _u -r 083053974
- s ERAAEM ..rut !uUE-W N i A
eMandatoryf in NHt
:.2 -E;,. �:r .a' sir
C Equipment Floater 21MSHV4209
G., .:_
f
92£13;2015 12,11312 016 E _ A A,-',-- " C E 1, co rro
E 1,000.0
S 1 ti1?,i1
12/1312015 121131201 i00.0
ON' of opd nONS i L OCA iO €S. VL.,.: LFS 'ACOR a 101 Add c..a, q..:, —,i'g S h= d t' a-.Y be ........sa of �P.ce
CERTIFICA"T"E F L DER CE L TION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
tHE EXPiRATION DATE THEREOF, NOTICE WILL BE DELIVERED 1N
City of South t Miami
ACCORDANCE WITH THE POUCY PROVISIONS,
6130 Sunset Dnve
South Miami, €. FL 3314
AUTHORIZED REPRESFNTATWE
9888 2024 ACORD CORPORATION, All e g is reserved,
ACORD 25 92014/01) he ACORD name and are registered marks of ACORD
;PRODUCER
1 NAME:
jBROWN & a POWN OF FLORIDA INC
PHONE _
c r d= 305 - 64m7 ..tiff SA FAX C, ,, 305-714-4404
149 t f 7 ? C r S iie 2Ti9
� _ _ _
Miami .ake .6 33416 -5969
PDRE
Matthew S e
I INSURER(S) AFFORDING COVERAGE
;N SURER A Landmark American Ins. Co.
3313
INSURED JVA Engineering Contractor Inc .._.
INSURER S. Great._ American Insurance CO,
X6 1
Jose Alvarez
_
I
6606 NW 32nd Ave
# INSURER
Miami, FL 33147
r INSURER REa l .
!NSURE -E .
INSURER F:
COVERAGEES . CERTIFICATE NUMBER:
REVISION NUMBER
ICY PIzMOD;,
r
r r-
.�`.
:
'. (P., ..H_L �_v, it1 10495
E %t a' -12/3112016 LREO
5 C Per cc ec
AEc LXP (An ,e Aero�)r,
$ 5,00
,
$1,+004 EBL Devi
fl 130y00£�
EN A CREGA E F,TAPOLIESPER
GENERAL AGGREGATE
$ ,000,0
PRO-
PRG c S - C^, P/OP AGG
$ 2,000,4t�SI
mp Ben
1,000,00
s-aR.
i a r n EC osdGFE _r. T
�
AUT6At SILE LIABILITY
..
POE , . ,,JUR Pcr->nr.
$
ANY ?.i?"C
,P
ALL (D J E'6 - SCr. JULEC
E. TT N e rr _ e ,r
T
AL-IT0S AtT6S
NCIN- J "•NNE}
p b P E R t C' A. T F WU
<, t
q HiREDAUTOS .vtJ�
.Fg 3CKww�;�
U MIRELLA LIAH X '-,'-CUR '
EACH .GC1 RtE ;Cr
� ,Q ,00
B X } EXCESS LIAR S E 67 6200
A
121 V201 . 12/3912€96 AG REG-E
_. ._
t _ , 00,00
..... _.. _.
DE RETEN -101J $ °0_:
w
WORKERS COMPENSATION
STATUT E _R
€
AND EMF*t -OYER5 LIABILITY YIN
..
AbJY f2OF-r'fiE7 PFaRT- FR k UT,. ,E , �'-- -I
NIA
EL AC "c,I ^ _
_ .
j
OFFICE4 ,NAEMBER EXCI UIDEU % i
(Vandator-y in NH)
E.i D7 SEASE EA E T zv , ET
y l(
DESCRIPTION OF OPEPA' IONS I LOCATIONS 1 VEHICLES (AGORD 101, Additional Remarks Schada,e. may be attached if more space is required)
CERTIFICATE T HOLDER IS LISTED AS AN ADDITIONAL INSURED D WITH RESPECTS T
GENERAL LIABILITY WHEN REQUIRED Y WRITTEN CONTRACT
�
I
ACORN 25 2914101) The AC `RD name and logo are registered marks of ACCI7
T
U
2
h
U3
d Q.•
U
moo �
C. fI Q
( N i
a m
m a w
o
u
a
a
Local Business Tax
bt 6211
8USiNUSS NAMEtt_OCATION
!VA ENUNEERING CON T RACiGR INC
6606 NW 32 AVE
%HPOI FL 33147
Receipt
> t f
RECEIPT NO- E)(V- ES
RENEWAL SEPTEMBER 30, 2016
6a32746 "lust tie displayed at µlaco of b,sinese
Pursuant to Ccunty C,.�rS@
Clioi;ta( RA - Art. 8 & iU
OVYNER 3EC. TVpE OF PAYMENT REGEIVEO
A CNUIFERINC CCkHRACTOR iNC II)b 'GENERAL BUILDING CONTRACTCR BY TAX COLLLCToa
C, I6a49
Wtrrt,rr(5) I 575 tt0 08/16<2015
CREUI[CARD- I5 -0.1 1.1 2t,
Tfus tecat Bus most ia>t Receipt uttly eonfiftns j tytnent of t7• local flaslaess flx Tn� Reentpt is ror a ncettso.
penhtt or a CAI WiCation of the holders quabbcatra". to do busthets_ Huldor must comply with any qu,,orAmoatai
ar rrortgavornmantuf regulatory ljr * end requimments which apply to aw b,Aint1wL
Tha RE.CEiFT NO above must be displayed on all commeraai aehialev -- Mlam"ads Code 5ce Ba -216 .
for nwry intormatlan, visit yyyyyy tl4taliiidd+i0.4CYi10EG4�@Sttt[
I-
SO
a
LO
U
�x
a
.z'
r'k •»h
3» 4i a
e
� IR
` l
fit
E3 �
a
CM
f
U
�x
a
.z'
r'k •»h
3» 4i a
e
� IR
` l
fit
E3 �
s
imia '0U : , St r
S °S td(,r A alit. lCT axe
4925iE1
BUSINESS NAMEMOCATtON R
1VA ENCINEEMNG CONTRACTOR INC
6600 NW 32 AVE 5141
MiAMI FL 33147
*iE7A 2016
tsusr bs diaptayed at place of business
Pursuant to County Cade
Chapter BA — Art. 4 & 16
SEC. Type OF BUSINESS
owHea 196 �'r'L",L?Y EPtGINEERING CONTRACT BY rA NT LL-Ecr rn
rVA FtdGtNEFRINC, Ct;h;TF2AC10R INC ar rnx co��ecran
Worker(s) E E221wo $7-)-00 08/16/201S
CRF )ITCARO - -15 -04I -12G
t t,.s local iluswosz fax Recu.pt aaly confirms payment ul the local Rus.rnrs tac_ Pna Hvta.pt a not a ucense.
parmd, or s fir attoh of the 1.o(dot s quid rbca t.nns, N do huaine+as hotoer moat comply with any 90 <emardwal
ar .rcngaaern.neutaf regulatory laws and rcquiretnents which apply to the bustnws.
The REMPT NO ,bovs must ?.a dispiayad nn if coaunerual refklas - Mfznfl -Dad" Code SoC 8o- -216.
Fur mote informanan, :rictl yYy.yv ..ua�rltt�ldC$Q�l•A?54Qtl+i &14I
St
a-f" v STATE OF FLORIDA
:'v: "\. DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
r CONSTRUCTION INDUSTRY LICENSING BOARD
-' 2601 BLAIR STONE ROAD
TALLAHASSEE FL 32399 -0783
ALVAREZ, JOSE M
JVA ENGINEERING CONTRACTOR INC
6600 NW 32ND AVE
MIAMI FL 33147
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque
restaurants, and they keep Florida's economy strong.
Every day we work to improve the way we do business in order
to serve you better. For information about our services, please
tog onto wvvw.myforidalicense_com_ There you can find more
information about our divisions and the regulations that impact
you, subscribe to department newsletters and learn more about
the Department's initiatives.
Our mission at the Department is: License Efficiently, Regulate
Fairly. We constantly strive to serve you better so that you can
serve your customers Thank you for doing business in Florida,
and congratulations on your new license!
(850) 487 -1395
STATE OF FLORIDA
DEPARTMENT OF
PROFESSIONAL REGUILAT ON AND
CGC 1516849 ISSUED: 08/14/2016
CERTIFIED GENERAL CONTRACTOR
ALVAREZ, JOSE M
JVA ENGINEERING CONTRACTOR INC
IS CERTIFIED under the provisions of Ch 489 FS
F, F "d'.- l:,e AUG "% ?C,9 l` 13'4ZO0,3da7
DETACH HERE
RICK SCOTT. GOVERNOR KEN tAWSON, SECRETARY
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL. REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
CGC1516E "' w
The GENERAL CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS. _
Expiration date: AUG 31, 2018
ALVAREZ, JOSE M
JVA ENGINEERING CONTRACTOR INC
6600 NW 32ND AVE
MIAMI FL 33147=
El
ISSUED 08r14/2016 DISPLAY AS REQUIRED BY LAW SEQ # 1-1608140003483
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
i
CONSTRUCTION INDUSTRY LICENSING BOARD
2601 BLAIR STONE ROAD
TALLAHASSEE FL 32399 -4783
ALVAREZ, JOSE M
JVA ENGINEERING CONTRACTOR INC
6604 NW 32ND AVE
MIAMI FL 33147
Congratulations? With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque
restaurants, and they keep Florida's economy strong
Every day we work to improve the way we do business in order
to serve you better. For information about our services, please
log onto vwvw.myfloridalicense.com, There you can find more
information about our divisions and the regulations that impact
you, subscribe to department newsletters and learn more about
the Department's initiatives_
Our mission at the Department is: License Efficiently, Regulate
Fairly. We constantly strive to serve you better so that you . can
serve your customers. Thank you for doing business in Florida.
and congratulations on your new license!
RICK SCOTT, GOVERNOR
(850) 487 -1395
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND
. PROFESSIONAL REGULATION
CUC1224696 lSSUEb� -08/1412016
CERT UNDERGRC:,,No "& EXCAV CNTR
ALVAREZ, JOSE M
JVA ENGINEERING CONTRACTOR INC
1S CERTIFIED under the provisions or Ch 489 FS
E,pra§on+ljls AUG11 -2 e tsC, -,8i G0437?
DETACH HERE
KEN LAWSON, SECRETARY
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
CUC1224696
The UNDPRGROUND UTILITY & EXCAVATION CO.
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS
Expiration date- AUG 31, 2018
ALVAREZ, JOSE M"
JVA ENGINEERING CONTRACTOR INC
6600 NW 32NO AVE
MIAMI FL 33147,'
ISSUED 08114!2016 DISPLAY AS REQUIRED BY LAW
[R14% 'Alsk Q
r
SEO t,; L1 60 8 1 40004 37 1
ELV="J
ENC�iN���tIlVG
C o N T R^ C T O R, I N C.
8/26/2016
South Miami City Hall
6130 Sunset Drive
South Miami, Florida 33143
Attn: Office of the City Clerk
Re.: 3VA Engineering Contractors' Fast Experience and Corporate
References
Please allow this letter to serve as an official listing of our active and completed
jobs for the past five years. The following list provides corporate References for
each project that can speak of our professional competency, manpower and
financial capability to perform your project:
SW 64th Avenue Drainage Improvement Project
RFP# PW2016 -19
The following is an official list of IVA's COMPLETED and ACTIVE projects for
private and government sectors and corporate references that can verify our
competency and reliability. All of the projects below were fully executed and
submitted on a timely manner. JVA Engineering Contractor, Inc. provided all
manpower, equipment, and maintenance facilities for the completion of these:
Tri -C Construction Co., Inc.
100 W. Cypress Creek Rd.
Ft. Lauderdale, FL 33309
Contact: Chris Lawrence
Phone: (954) 677 -0356
Fax: (954) 677 -0359
2005 Tri - C Construction Co, Inc. - CVS Pharmacy #589737 1h & 199th
Completion Date: January 2006
Amount: $371,260.00
Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation &
Grading, Asphalt Pavement, Concrete Pavement.
6600 NW 32"d Ave
Miami, FL 33147
Tel: 305 - 696 -7902" Fax: 305- 696 -7903
22005 Tr i - C Construction Co, Inc, - CVS Pharmacy #7131 Kendall & 127th
Completion Date: February 2006
Arnoull $323,856.31
Scope of work-, Water Distribution, Storm Water Dist, Sewer Dist,, Excavation &
Grading, Asphalt Pavement, Concrete Pavement,
2007 Tri - C Construction Co, Inc, - CVS Pharmacy # 6732 87;x' & Flagler
Completion Date, August 2007
Amount, $688,823.453
Scope of work, Water Distribution, Storm Water Dist, Siewe. Dist- EExcavaion &
Grading, Asr.,;,haft Pavement, Concrete Pavement,
2006 John Moriarty & Associates of Florida, Inc, — Trump Tower 11
Amouft $288,359,00
Scope of work, Water Distribution, Storm Water Dist, Sewer Dist,, Excavation &
Grading, Asphalt Pavement, Concrete Pavement,
Amount, $ 298,024,00
Scope of we Water Distribution, Storm Water Dist, Sewer Dist., Excavation &
Grading, Asphalt Pavement, Concrete Pavement,
2006 Trademark Metal Recycling
Completion Date- januanj 299 7
Arnount: $365,820,00
Scope of work- Asphalt Pavement, Drainage Distribution.
2007 3939 NW 25th Street
Completion Date: August 2007
Amount- $91,600,00
Scope of work: Storm Water Dist., Excavation & Grading, Asphalt Pavement,
Concrete Pavement.
2007 Various Locations Improvements (Drainage, Concrete & Asphalt
Pavement).
Amount- $55,786.25
Completion Date: July 2007
2007 Retail Building 871E & Hagler
Completion Date: August 2007
Amount- $3,500,000
Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation &
Grading, Asphalt Pavement, Concrete Pavement.
Village of Pinecrest
12645 Pinecrest Parkway
Pinecrest, Florida 33156
Contact: Daniel F. Moretti
Phone: (305) 669-6916
Fax: (305) 669-6919
E=afl- QUQULr!4Qi=,Q2L
2007 SW 7V Ave Roadway Improvements
Completion Date; November 2997
Amount: $280,196.50
Scope of work- Storm eater System, Asphalt Pavement, Concrete Pavement,
ent,
2997 SW 79th Ave Improvements
Completion Date- August 2997
Amount: $10,700,000
Scope of work, Storm Water System, Asphalt Pavement, t Concrete Pavement,
2008 e
Amount- $850,000,00
Scope of Work: Canal Beek Restoration
2013 Fine Needle Lane & Rock Garden Storm Mater Improvements
Completion Date: March 2914 (Active)
Amount: $1,012,000.00
Scope of Work- Storm later System; Asphalt, Concrete Pavement
2997 Town Center One at Dadeland
Completion Date, December 2998
Amount, $490,000,00
Scope of work: Water Distribution, Storm Water Dist., Sewer Dist,, Excavation
Grading, Asphalt Pavement, Concrete Pavement,
4200 NW 36st Street, Building 5A
Miami, FL
Contact: Johnny Peterson
Phone:
E-mai M
MIA- NW 67 1h Ave & NW 361h Street Intersection Improvements
Completion Date, October 2011
Value: $977,000.00
Scope. Storm Sewer Distribution and Roadway Reconstruction
Miami-Dade Counth
jr-Parks, Recreation, and tment
O D e
pen Spaces par
2276 NW ors Street, Cr Floor
2007 Biscayne Garden Park Improvement
Completion Date: November 2007
Amount- $329,601,10
Scope of work: Storm Water Dist,, Sewer Dist., Excavation & Grading, Asphalt
Pavement, Concrete Pavement
Black Creek Trail Segment A-Phase 1, 11, and III
Completion Date- August 2013
Amount- $2,054,514,45
Scope of Work: New Construction and Reconstruction of Bike Path,
I I I NW I Street
Miami, FL 33128
Phone: 305 375 2172
2033 WASD Roadway Rehabilitation Contiract
Completion Date'. June 2008
Amount- $323,000.00
Scope of work- Asphalt Pavement
Contact: Rakeshpal Singh Gill
Phone: 786-376-0003
Ka — D
TED
Completion Date, October 20111
Amount-, $ 356,r-72.78
Scope of Work: Pavement Markings
2014- PTP Roadway Improvements for NW 74` h Street
Project N. 201 30202
Instal[ 2" D1 Water Main
Project Number; ER# 15865
Amount: $696,668.67
Scope of work: Later Distribution, Asphalt Pavement
NAP Misc.-12 Sanitary Sewer Improvements
Project Number- RPQ T1026
Amount: $ 838,558.26
Scope of work-, Gravity Sewer, Force Main, Asphalt Pavement Restoration,
Concrete
Northeast TMnsit HUB Enhancements 163r'�'St Mall,
Complelf"ion Date: February, 2016
Project Number- CIP101
Amount- $11,374,797.43
Scope of Work, Drainage & Roadway Improvements
City Hall 12-Inch Water Main Extension
Amount: $217,851,15
Scope of work: Water Distribution, Asphalt Pavement
Citywide Resurfacing Project Phase 11
Project Number- M- 2911 -1 -PUS
Amount: $195,788.34
Scope of Work: Road Resurfacing, Milling, Clearing and Grubbing, Asphalt
Placement, Retro Reflective Pavement Markers and Striping
City of Miami
444 NW
2nd Ave,
Miami, FIL 33131
Contact: Eric Rush
Phone: . .
E-mail: erush@,miamiqov.com
Contact: Robert Fenton
• i.
Contact: Maurice Hardie
Phones 305- 724-8840
E-Mail: mri
Contact Valentines uigbo
8
Mail: L° u
2011 Kinloch Storm Sewer Improvements H -11
Completion Date: November 2 `t
Amount: $898,630.00
Scope of Work; Storm Sever Distribution and Roadway Reconstruction
2013 Citywide Storm Sewer Repair Contract
Project N.. M -03
Completion Cate: February 2014
mou t: $095,355,00
Scope of Work" Storm Sewer Repair
2013 Silver Bluff Drainage Improvements
Project Igo.; C -30770
Completion Date: September 2013
rn rrt: $557;677.55
Scope of Work: Construction of New Drainage System
2013 LIST IT 3-Roadway, Traffic & Drainage Improvements Part It
Project No,: 940300; - 40303, -403 0, ®403 , B-40317
Completion Cate: February 2014
Amount: t: $343,30°1. 5
Scope of Work- Road Improvements, Milling & Resurfacing, Drainage
Improvements, Curb & Gutter, Sidewalk Repairs, Striping, Signs, and ADA ramp
upgrades
2015- Englewood Road Storm Sewer Improvements Phase 11
Pr No-, B3001 1
C11
i n4etion Date Mav, 2015
,omu
Amount: $1,896,806, 772
Scope of Work- Drainage & Roadway Improvements
2015- NW 33d Street Roadway Improvements
Project No: 1330724
Completion Date: September, 2016
Amount-, $5,899,864.98
Scope of Work, Water Main & Roadway Improvement
Contact: Juan Bergouignan
Phone: 305-347-4974
Contac: Kari Garland
Phone: 305-347-3235 or 305-905-2714
E-mail: riaiav
Scope of work: Various Site and Marine Construction
Opa-LoCka Head Start Facility
Amount: $165,000.00
Scope of work: Water Distribution, Storm Water Dist., Excavation & Grading,
Asphalt Pavement.
2014 Seaboard Marine Cargo Terminal Redevelopment Phase 11
Protect o, :2008- 032,04
AmOunt: $6',196,835,57
Completion Date: 'FeNnuiar, 20153
Scope of Work, Upgrading Existing Utility Infrastructure and Pavemeni", for
Approximately 8 Acres
Coral Way Offices
Amount: $105,067.50
Scope of work- Storm Water Dist. Sewer Dist,, Excavation & Grading, Asphalt
Pavement, Concrete Pavement.
V
4850 SW 72 Ave
Miami, FIL 33155
Contact: Jorge Jon
Phone: 305 661 1561
Community Bible Baptist Church
1 nountU 214,417,00
Scope of work: Water Distribution, Storm Water Dist. Sewer Dist,, Excavation &
Grading, Asphalt Pavement, Concrete Pavement.
KATF''-�WM'AVKJ
Miami F1 33143
Contact: George Perendes
Phone: (305) 667- 6060
Valencia Village
Amount- $218,2-76.50
Scope of work: Water Distribution, Storm Water Dist. Sewer Dist_ Excavation &
Grading, Asphalt Pavement, Conc-rete Pavement,
I 95t Mal
Phone: 305-640-7103
Cell: 305-986-2754
Roadway Improvements on SR 959 Coral Way to SW 22n Street
Amount $73,932,00
Scope of Work: Drainage, and Asphalt Restoration, Striping and Signage,
Golden Glades Interchange Park & Ride Lot
Project Number: E6110
Amount- $1,336,493,07
Completion Date: September 2014
Scope of Work, Rehabilitation and Improvement of Parking Lot
No fl�
Doral, FL 33178
Juan R, Alvarez
305-640-1346
=_r 0
'W1L_1U2.U.a1UaL2z aUALUZE
Waterstone Way
Amount $1,054,313.50
Scope of Work-, Concrete, Drainage, Asphalt Striping, Manhole, Manhole,
Sanitary Sewer, and 8" Water Main
Beacon Tradeport Development District
Amount $120,000
Scope of Work: Concrete
2012 NW 143d Street Drainage & Roadway Improvements Project
Completion Date: June 2013
Project Number, 11-2012100
Amount, $468,644,80
Scope of Work: Installation of new Drainage System, Road Rehabilitation, Repair
and Renovations of existing Sidewalks
2013 Burlington Drainage improvements
Completion Date: June 2613
Project Number- 12-1712200
Amount, $463,529,45
Scope of Work- Drainage Improvements
City of Holtywood
2600 Hollywood Blvd.
Hollywood, FL
Contact: Clete Aurefus
Phone: 954-805-3681
Fax: 954-921-3268
E-mail: caurelusi0wholl—it
2012 Distribution Piping Upgrades on N 56"" Ave from Douglas Street to Stirling
Road to N 58 t h Ave.
Completion Date: February 2913
Amount.- $930,000.00
Scope of Work: 8" Water Main and Site Restoration
City of Sunny Isles Beach
18070 Collins Avenue
20131 Port Fishing Pier and Restaurant Utilities
Completion Date: June 2013
Amount: $174,230,00
Scope of Work: 8" PVC Water Main
Federal Highway Administration
Eastern Federal Lands Highway Division
Phone: 305-242-7771
E-mail: donaid.macintosh@dot.gov
2013 Everglades National Park
Completion Date: December 2013
Amount- $850,000
Scope of Work- Resurfacing & Rehabilitation of 1,09 miles of A-Lo op Road (NPS
Route 220), 1,26 miles of Long Pine Key Access Road (NPS Route 228),
Superpave Asphalt Concrete Pavement Overlay, Pavement Markings and other
Miscellaneous Work,
Cibly; of North Miami
776 NE 125" Street
North Miami, LF 33161-4116
Contact: Wisler Pierre Louis
Phone: 305-895-9838
E-mail: pwisler@northmiamifl.gov
2014 Biscayne Boulevard Force Main Improvements
Project No.: 19-13-14
If you have any questions, please do not hesitate to contact us.
Jose M. Alvarez, President
IVA Engineering Contractor, Inc.
,DLQCQKEMTS
m