Loading...
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