Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
JVA Sunset Drive Median SUBMITTED PACKAGE II
ARTICLE j— —INSURANCE Sl> The Contractor shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to do business in the State of Florida as will protect the Contractor from claims as set forth below which may arise out of or result from the Contractor's operations under the Contract and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may brliable: SA} claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable uz the Work nobeperformed; SAl claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; 5�03 claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; 5.8A claims for damages insured by usual personal injury liability coverage; SAS claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss mf use resulting there from, 5D6 claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance o,use ofa motor vehicle; 5�07 claims for bodily injury or property damage arising out cf completed operations; and 5,0.8 claims involving contractual liability insurance applicable tpthe Contractor's obligations under the Contract. Page 47of72 �Thomas p Pepe, zuw 4 28/2014 Page 48 of 72 Thomas R Pepe, 2014 4,'18'20 1 4 Page 49 of 72 ,C Thomas F. Pepe, 2014 4,228,'2014 Materials, Equitiment, Prgducts and Substitutions: 6,6 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 CONSULTANT a list of proposed materials, equipment or products, together with such samples as may be necessary for them to determine their acceptability and obtain their approval, within ninety (90) calendar days after award of Contract unless otherwise stipulated in the Special Conditions. No request for payment for "or equal" equipment will be approved until this list has been received and approved by the CONSULTANT. 66.1 Whenever a material, article • piece • equipment is idented on the Drawings • Specifications by reference to brand name or catalog number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the substitution of a material, article. or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalog number, and in the opinion of the CONSULTANT, such material, article, or piece • equipment is • equal substance and function to that speced, the CONSULTANT may approve its substitution and use by the CONTRACTOR. Incidental Page 50 of 72 V, Thomas F. Pepe, 2014 4 29, 2014 Page S I of 72 Thomas F Pepe. 2014 4 28/2014 Page 53 of 72 C,- "Thomas F. Pepe. 2014 Page 54 of 72 nomas F Pepe, 2014 4/28:2014 COODeratig)na,)with�Gove�rnmentat DeDartments -Prublic Utilities, Etc.: 6.37 The CONTRACTOR shall be responsible for making all necessary arrangements with governmental departments, public utilities, public carriers, service companies and corporations (hereinafter referred to as "third parties") owning or controlling roadways, railways, water, sewer, gas, electrical conduits, telephone, and telegraph facilities such as pavements, tracks, piping, wires, cables, conduits, poles, guys, etc,, including incidental structures connected therewith, that are encountered in the Work in order that 0-MUM r Thomas F. Pepe, 2014 4z2K2014 zmi�� Thomas F. Pepe, 2014 4281/2014 City's ReDresentative: 9.1 The CONSULTANT shall be the CITY'S representative during the construction period. The duties and responsibilities and the limitations of authority of the CONSULTANT as the CITYS representative during Page 57 of 72 Thornas F. Pepe, 2014 4 '28'2)14 Measurement of Quantities. 9.4 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. Shop Drawings, Change Qrders and Payments: 9.6 In connection with the CONSULTANT responsibility as to Shop Drawings and samples, see paragraphs 6.25 through 6.28, inclusive. 9.7 In connection with the CONSULTANT's responsibility for Change Orders see Articles 10, 11, and 12, 9,8 In connection with the CONSULTANT responsibilities with respect to the Application for Payment, etc, see Article 14. Decisions on Disazreements: 910 The CONSULTANT shall be the initial interpreter • the Construction Documents. Page 58 of 72 ' ', Thomas F. Pepa, -10 14 4/281,2014 Limitations �on �onsul n�fsRe pqnsi ili�tjs: 9J 1 The CONSULTANT will not be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions and programs incident thereto, 9.12 The CONSULTANT will not be responsible for the acts or omissions of the CONTRACTOR, or any Subcontractors, or any of their agent, servants or employees, or any other person performing any of the Work under or through them, Page 59 of 72 C Thomas F. Pepe, 2014 4,28/2014 Page 60 of 72 c Thomas F. Pepe, 2014 4;28!2014 Page 61 of 72 ,C Thomas F. Pepe. 2014 4;1-8/2014 Page 62 of 72 0 Thomas F. Pepe, 2014 4!28 2014 Zaaam Thomas F. Pepe, 2014 4/28,"2014 Page 64 of 72 Thomas R Pepe, 2014 4 28/2014 Page 65 of 72 C, Thomas F. Pepe, 2014 4,C81,2014 15.1 The CITY may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) calendar days by notice in writing to the CONTRACTOR and the CONSULTANT, which shalt fix the date on which Work shalt be resumed. The CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension and if a claim is timely made and if it is allowed under the terms of Articles I I or Article 12. Page 66 of 72 Thomas F. Pepe, 2014 4/281,12014 Fj a am a a cm a 1 sal am W—a i • zm�� Thomas R Pepe, 1-0 14 4128'2014 17A 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, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. 0;3041110•• I Page 68 of 72 1C. Thomas F. Pepe, 2014 41128!2014 193 If CONTRACCTOR or its subcontractor does not comply with a public records request, the CITY shall have the right to enforce this contract provision • specific performance and the person 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, 20.1 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 other 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 effect, and be enforced to the fullest extent permitted by law. I 21,1 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 as 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 CONTRACTOR. IN WITNESS WHEREOF, the parties hereto have executed the General Conditions to acknowledge their inclusion as part of the Contract Documents on this day of 201 WITNESSES: AUTHENTICATION: Signature: Maria Menendez City Clerk Read and Approved as to Form, Language, Legality, and Execution Thereof: Signature: City Attorney V Thomas F. Pepe, 2014 4;'8;'2014 Signature: Name: 11010 • • • 'kd Signature: Steven Alexander. City Manager EM30im Supplementary Condo Sunset Drive Downtown Median I A, Consultant: In accordance with ARTICLE I of the General Conditions CONSULTANT is defined as the the person identified as the CONSULTANT in the Supplementary Conditions • if none, then CITY's designated representative as identified in the Supplementary Conditions. the c6f4SUtt*Nts, jf any, and the Citys Designated Representative's name, address, telephone number and facsimile number are as follows- sffl�� Ricardo A- Ayala, P, E. Capital Improvement Project Manager 4795 SW 75 Ave 400 Miami, FL 33 155 Phone 305-403-2072 Fax 305-668-7208 B. Supplemental Definition: Work that does not conform to the Contract Documents includes work that Is unsatisfactory, faulty, or deficient or that does not meet the requirements of any applicable inspection, reference standard, test, or approval referred • in the Contract Documents, or has been damaged prior to CONSULTANT's recommendation of final payment (unless responsibility for the protection thereof has been ®i in writing by CITY). D Disputes: If any dispute concerning a question of fact arises under the Contract, other than termination owns- W articies or services Trom otner sources anu notu Lne ;-V r1Y&X-C--F#FX responstrite Tor any excess cc or incurred thereby G. Secondary/Other Contractors: The CITY reserves the right in the event the CONTRACTOR cannot sket-r- sources and deducting the cost from the Contract Price without violating the intent of the Contract. H. Assignment The CONTRACTOR shall not transfer or assign any of its rights or duties, obligations and iniflities arising under the termsi conditions and rovisions of this Contract witho t M ttel 141 c -Thomas F. Pepe, 2014 Page 70 of 72 4/28/2014 the CONTRACTOR's rights. The CITY may, in its sole and absolute discretion. refuse to allow the CONTRACTOR to assign its duties, obligations and responsibilities. not # to ! •• # # • • # •• a # • # # i i L Plans for Construction: The successful CONTRACTOR r will be furnished four sets of Contract Documents without charge. Any additional copies required will be furnished to the CONTRACTOR at a cost to the CONTRACTOR equal to the reproduction cast. J- Warranty /Guarantee CONTRACTOR shall act as agent„ on a limited basis for the OWNER, solely for the follow -up concerning warranty compliance for all items under manufacturer's Warranty /Guarantee and for the purpose of completing all forms for Warranty /Guarantee coverage under this Contract. IN WITNESS WHEREOF, the parties hereto have executed the Supplementary Conditions to acknowledge their inclusion as part of the Contract can this dap of , 20 EM AUTHENTICATION: OWNER: CITY OF SOUTH MIAMI Signature: • Execution Thereof- 10� # -J * • Page 71 of 72 Thoinas E Pepe, _014 4128/2014 NOTICE TO PROCEED Sunset Drive Downtown Median TO: DATE: PROJECT DESCRIPTION: <<PRCJECT>> in accordance with Plans and Contract Documents as may be prepared in whole or in part by �_>, You are hereby notified to commence Work in accordance with the Contract dated on or before I You are to complete the work within 30 days. The date of completion of all Work is therefore M. ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by on this — day of . 20—. a • 10 • Page 72 of 72 K"Thomas F. Pepe, 2014 4/28/2014 Si, uth"I''Miami ADDENDUM No. #1 Project Name: Sunset Drive Downtown Median RFP NO. PW2014-04 Date: June 3, 2014 Sent: Fax/1-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Qualifications (RFQ) Documents, 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. Ouestion #1: I have a question for the above referenced Request For Proposal. What is the estimated budget? Answer to Ouestion #1: The line item in the City's FY 2014 Budget, Capital Improvements Projects (CIP) 5-Year Plan is titled "Sunset Drive Median Construction," under Roadway Infrastructure. A copy of the CIP 5-Year Plan is attached. 11 we I a Ef&-,#] Run I V'S Page I of I 6 ADDENDUM No. #2 Project Name: Sunset Drive Downtown Median RFP NO. PW-2014-04 Date: June 6, 2014 Setiv Fax/F-mail'webpage This addendum subrnission is issued to clarify, supplement andor modify the previously issued Request for Qualifications (RFQ) Documents, 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. In the Scope of Services, Section IV, -Project Duration" that section indicates work is to be performed during the night hours from I I PM to 5 AM. What are the preferred days of the week? Answer toQuestion #1: The work for this Project is to be performed Monday through Friday from I I PM to 5 AM, I • El"UnallwRy Italy IMMME161 Mwo X12KI) 111ILWId OLN 111MMI]RUG I Page I of I Vi cu Z Ri V� U q3 . ❑ U i :3 O^ 0 CJ � Cz L. U c a a -o O o o *. ca c W C -j N Q O .L O o� c: a. O) O c N W vo L to V rL G L co U) O O U • L V = LO V V J V E O LL O � N N c� > .L <C � o W 0 Q D a3 c I Cn U N O L- IL m N Q - r G N C r: L 03 U L N cn o� c� u 0� CQV CL CL �cd i a--r 0 U k u 1 Q i iz iz 0 cz N cz 1. rChi U N m O a$ � m CL 0 L 6 m �o c; �cm C7 o C to m8co WL- U� U� c m cc m �U N °r v � E�E 90 w V r: Z `D P _ E N N O C LM p Cc 7 g [� E LW a: N j Q p in IL I LU -1) UU v °aci C/) oc " a > `D *' p Cc CD [� E LW a: N j R =W IL I 1 -1) UU t.d 696-7902 6600 NW 32 Ave Fax: (305) 696-7903 Miami, FL 33147 1 e-mail: jmai9jvaengineeringcom Expoietwe 2002-Current JVA Engineering Contractor, Inc. Cettfkabons '2009-2012 Certified General Contractor #CGC 1516849 r r^+ • ®si 2002—Current MOM MI Ar 1999-2002 South West High School Diploma Miami, Fl High School Diploma L4jaLnj-Qjj4g !!ranch Ph: (305) 696-7902 6600 NW 32 Ave Fax: (305) 696-7903 Miami, FL 33147 e-mail., cg@jvaengineerina.com bperknm 2009-Present JVA Engineering Contractor, Inc. 009 Part of Miami, Fender /Curb /Pad Eye Plate Repairs And Installation- Gantry Area Installation of fenders, pad eyes, and curbs for seawall. System and Water Distribution ELV"Mi I.=NG I IV FE I=-FtI"" CONTRACTOR, INC- June 13, 2014 City of South Miami 6130 Sunset Drive South Miami, FL 33143 Attn: City Manager Re: JVA Engineering Contractors' Past 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: RFP #PW- 2014 -04 Sunset Drive Downtown Median. The following is an official list of IVA's completed and active projects from 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. IVA 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 #5897 37"' & 199"' Completion Date: January 2006 Amount: $371,260.00 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2005 Tri - C Construction Co, Inc. - CVS Pharmacy #7131 Kendall & 127th Completion Date: February 2006 6600 NW 32 rd Ave Miami, FL 33147 Tel: 305- 696 - 7902 "Fax: 305 - 696 -7903 Amount- $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 37th & Flagler Completion Date- August 2007 Amount: $688,823.453 Scope of work- Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. ancog P no , Tav Lyi I Amount: $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 work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. a glogl i. . Amount: $365,820.00 Scope • work: Asphalt Pavement, Drainage Distribution. 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 son a an Er Amount: $3,500,000 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Village of Pinecrest lln_14 Pinecrest, Florida 33156 Contact: Daniel F. Moretti. !"hone: (305) 669-6916 ax: (305) 669-6919 F-mail: morefti@pinecrest-fl, ,go—1 th 2007 79� Ave Roadway Improvements Completion Date: November 2007 Amount- $280,196.50 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement. Completion Date: August 2007 Amount- $10,700.000 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement, 2013 Pine Needle Lane & Rock Garden Storm Water Improvements Completion Date: March 2014 (Active) Amount- $1,012,000.00 Scope of Work: Storm Water System, Asphalt, Concrete Pavement 2007 Town Center One at Dadeland Completion Date: December 2008 Amount: $490,000.00 Scope of work- Water Distribution, Storm Water Dist., Sewer Dist., Excavatiol t Grading, Asphalt Pavement, Concrete Pavement. MIA- NW • th Ave & NW 36 th Street Intersection Improvements Completion Date: October 2011 Value: $977,000.00 Scope: Storm Sewer Distribution and Roadway Reconstruction Miami-Dade County-Parks, Recreation, and Open Spaces Department 275 NW 2nd Street, 4 1h 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 tilill !111 1111111 F iii W7 - MIN= IF! 11111FRET11111"! 0 sum" = Completion Date: August 2013 Amount: $2,054,514.45 Scope of Work: New Construction and Reconstruction of Bike Path, TNIFT11"I'm 111 NW 1 Street Miami, FIL 33128 Contact: Jesus Gonzalez Phone: 305 375 2172 2008 WASD Roadway Rehabilitation Contract Completion Date: June 2008 Amount: $323,000.00 Scope of work: Asphalt Pavement Miami Dade County Public Works Departme'l 111 NW 1 Street Miami, FL 33128 Contact: Nestor Melian Phone: 786-375-0004 Completion Date: October 2011 Amount: $ 356,572.78 Scope of Work- Pavement Markin Install 24" DI Water Main Project Number: ER# 15865 Amount: $698,858.67 Scope of work: Water Distribution, Asphalt Pavement City Hall 12-Indr,"T, ater Main Extension Amount: $217,851.15 Scope of work: Water Distribution, Asphalt Pavement Contact: Robert Fenton Phone: 786-263-2133 P-M11111, 2011 Kinloch Storm Sewer Improvements PH-11 Completion Date- November 2011 Amount- $898,630.00 Scope of Work- Storm Sewer Distribution and Roadway Reconstruction 2013 Citywide Storm Sewer Repair Contract Project No.: M-0083 Completion Date: February 2014 Amount: $995,855.00 Scope of Work: Storm Sewer Repair 2013 Silver Bluff Drainage Improvements Project No.: B-30776 Completion Date: September 2013 Amount: $557,677.55 Scope of Work: Construction of New Drainage System Contac: Karl Garland Phone: 305-347-3235 or 305-905-2744, E-mail: kari@miamidade.gov Scope of work: Various Site and Marine Constructi Opa -Locka Head Start Facility I Amount: $165,000.00 Scope of work: Water Distribution, Storm Water Dist., Excavation & Grading, Asphalt Pavement. Coral Way Offices Amount: $105,067.50 Scope of work- Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Community Bible Baptist Church Amount: 214,417.00 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. VP Construction RTU z-# 4"NPWT Marni F1 33143 Contact: George Perendes Phone: (305) 6• 7- •060 Valencia Village Amount: $218,276.50 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. I VJ-QAJI Phone: 305-640-7103 • . I: 18070 Collins Aven io 2013New Port Fishing Pier and Restaurant Utilities Completion Date- June 2013 Amount- $174,230.00 Scope of Work: 8" PVC Water Main Federal Highway Administration —astern Federal Lands Highway Divisiq& 21400 Ridge top Circle Sterling VA 20166-6511 Contact: Donald McIntosh • one: 305-242-7771 7-mail: donaid.macintosh@dot.gov 2013 Everglades National Park Amount: $850,000 Scope of Work: Resurfacing & Rehabilitation of 1.09 miles of A-Loop Road (NPS Route 220), 1.26 miles • Long Pine Key Access Road (NPS Route 228), Superpave Asphalt Concrete Pavement Overlay, Pavement Markings and other Miscellaneous Work. ME= 3 MCI! i I `fi P X I !1 11 1 1 0-31010101TRIM WRIM am me Dowd 1 �W[3� CiE11'f1F�CAi� 0� Ct�71.�Gr !A E221 304 L11 FJOGE 0 s�. •$' bury` I am- Miklos 9t ChmW t00 QttAt!FWM TRMF -($) ows P" UNE ENG ow PAVING ENOMMING odoo EXCAU d GPAotNG ENG QE o LAND OLEAR & GMigy Municipal Contractor's Tex Receipt Miam# ••Dark County. State ref Florida mc SEPTEMBER 30. 2014 . , w r4 R T YP t OF BU*O* as 11NEERIKK; = CTOR INC =F c xLTY E)KAORINC PAVMFNIT M[Cq mo 8Y TAX CONS CTOR 250 -00 * E %04 �i 3 0222-140'f,'. -24 -F � tsrr iYtrlb.+ i�f�nralr►, ristt Www wi�wi���� Local Business Tax Receipt Miami -Dade County. State of Fic wda h'ss: t 1 T fel omm *0 MAW1 LOCA TlUle Atca VT No . J'r'A t:NGLEERF#G F :i fiF WAI CONTRACTOR NC r� �z iJrtr 66M MW 32 AVE UPJ l Ft. 33147 �.LBTJ EXPIRES SEPTEMBER 34, 2014 lfi•: [.�..rf ..y r9 a . r� - •l��. s.no a OWN[R SEC. T' t- OF 13USM 69 VAVMLMT 04-CS S10 D JVa WEERING r yfti :e -TOR 198 GE;.•..RAL BULI+46 BY TAX C 3k&SCT1w iix a.t)t11 k.Aa TOR 05,25 13, . R71#f CS) CGC1- t- j iQ.'2 -14-(A -04-7 t!Y Los •i Naen -_. Tax Rs.a*r soft ca +rra tm�m'M of the Lec d Deem . Tee ?be 4. tip Y so* ►iceee) "rek of • O &OW ad#& A !b 6LOV 'e to"64 Wwom. [e fit w0wevs, wrier ~ e ertt tiro eat teeereeweaW e+ war • ►rrwe . w'.4man 9&* - rat , gwrvrwr xtw► guff to iM kow wi. The $w4w N0. oere ~ he a #iyfgel ee .4 a ealwrw isi reuafee f how DO& Cede SO4*0 -2 4 r i4a[i!e[e leferw!lffso.�q�i�irR �IfaHt�aMie':�[aNetNr Local Business Tax Receipt Miami —Dade County. State of Florida - �•Yi'a •6.71' A Am k 1C: _ f •t�stwesi Nioc►�.►o« larcRMr Iva. EXPIRES SEPTEMBER 309 2014 ' "' N]=7�3 tie,.et b* d�ss�>.rat! a! newt+ •�T �,.�:+,ese f:O*W*.q to C*-rn+T Cock OW-490�� . SEC. YYPE OF OU01NE66 PAYME?!1 A�FlYEi� NJl 'C.EERfNG CONi e tOR !NC ..:. 196 1 3 '+ ENGI ; . w TAX COUAC CW 75.00 08/06i fit 3 t�ter(s) CUC1 4. - 0,222- i 3'600824 =' This Local Bttshtass Tao Rsteiy* only co NiiNt at*e local Business Tux t* Receipt is tn�ot s license, omit at a get141lcadoa of � "u 's gte*ir�OAteWlr h1>0 besiesss, ltsi*et OW With 04 *avetnaental K noepvevflabiccei rawAstety iays and 44oksateels 0601 apply is on iitsissstG The RECEIPT NO. aba. tsbtii be dispWpd on all comeacercisl vs ides- l *�l- ksla Code f*e tl �t#i yoe icon infotattlfan. visa §Y+A e Local Business Tax Receipt Mid"11 Drx!►- County. Siate of Fimi(ij 4+._•41 :VA ENGIVEERNG CONTRACTOR NC 66M NW 3.' AVE XI RMI FL 3347 owh&v NAt li, NEERNG , fiRACTOR w w (s) mormowr ow EXPIRES ``1mWAt SEPTEMBER 3D 2014 SEC, Type OF NtJs"Oess 196 SPE .:Vt r Y ! FV ' FAF [ ING E221 M 's'1i1i k -T PAYMENT t:ECR R'LD BY TAX Cxtgcv pq 1411,00 ?t3 0222 -13- 24 Ibis Lstrtl 040-es Too "oak e..o A "M.gt et t►e LrertBrttYww taf �tt�+rrrf ft's M! s liesys. f+rrk, ea s too** 6601 4f01t i►i/rr "s 4.dA. Memo. M M issisas. !filler ssrt eettrfit rrki rp =rwrsrsrfri rr uspwr# tic es/ . WM.M►� w�ei effk a tw >. t ►e 144M No. sMleKititrt be IlyMyel p tldlNiu+clrt re#f llt �.*OWU& Ceb feetir "ZA, y�� fllt serefifeettistfes,WVAwwrssiesl � IN STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET (850) 487 -1395 ,-�.•�' TALLAHASSEE FL 32399 -0783 ALVAREZ, JOSS M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 Congratulations! With this license you become one of the nearly one million SIAM Of FLORIDA AC# r 2 5 5 900 Floridians licensed by the Department of Business and Professional Regulation" DEPARTMENT OF BUSINESS AND Our professionals and businesses range from architects to yacht brokers, from PROFESSIONAL REGULATION 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, CUC1224696 09/00'(12 118208900 For information about our services, please log onto www.myfloridaileense.com. There you can find more information about our divisions and the regulations that CERT UN1DMWj0MW li RXCAV CNTR impact you, subscribe to department newsletters and team more about the Department's initiatives, i ALVAREZ, JO8jr M JVA SNGFNBERIN ©" CONTRACTOR INC Our mission at the Department is: License Efficiently, Regulate Fairly. We f constantly strive to serve you better so that you can serve your customers. i Thank you for doing business in Florida, and congratulations on your new license! i IS CRATIFIED under the provision of Cb.489 r5 f c�pic.cioe e.u, AUG 31, 2014 L12060001925 DETACH HERE %C# 6255900 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 5EQ# L12oaosols2s 08/08/20121118208900 ICUC122469e, The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489,F9. Expiration date: AUG 31, 2014 ALVAREZ, JOSS M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 RICK SCOTT GOVERNOR KEN LAWSON SECRETARY DISPLAY AS REQUIRED BY LAW STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399 -0783 ALVAREZ, JOSS M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 Cangratulationst With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation, j 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 www-myfloridaticense.com. There you can find more information about our divisions and the regulations that f impact you, subscribe to department newsletters and team 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! tC #6255463 DETACH HERE STATE OF FLORIDA (850) 487 -1395 STATE of FLORMA AGO 6 2 5 5 +. 6 3 DEPARTMENT OF BUSINESS AND PROFESSIONAL, REGULATION CGC1516849 09/ M12 118208900 CERTIFIED d=MkAL CONTRACTOR ALVAREZ, J091 K:: .TVA ENGINE1M11tC COWRACTOR INC IS CERTIFIIM undar th. provisions of Ch.489 rs tt vtr&ti— dato, AUG 31, 2014 L12080801488 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD qWrMMf.Tf --- --- _ SEQ# L12080801488 ..08/08/20121118208900 ICGC1516849 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 481.F9. Expiration date: AUG 31, 2014 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 RICK SCOTT GOVERNOR DISPI AY AC Pr-nt nocn ov .a KEN LAWSON SECRETARY st DATE (MMI/OofyYYY) CERTIFICATE OF LIABILITY INSURANCE 12,,1,3/13 THIS CEFtTt KATE IS ISSUED A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE ES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER {S}, AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER, i ll TAfdT; if the certificato holder is an ADDI[TICNAL iNSURED, the policyliesl must be endorsed. if SUBROGAT4014 lS WAIVED, subject to the terms and conditions of the poticy, certain policies may require an endorsement. A statement on this Certificate dues not confer rights to the certificate, bolder in Ilea of such endors antis}. P U ER ....... . . .._.__.__.� Hems� i re Insurance Group P �. (395) t 2801 xNo 3051 553 -9010 .. 1140 1 Sirs 40 St Ste 340 Miam, FL 33165 t URER AFFORDING COVERAGE Phone 305 501-2801 Fax (3 05) 553.910 INSURER A I ?A ( P '%tiE)EtNf Y'N— "URAIvCE COMPANY INSUREO INSURER S FCC! f i yOVI PA's Y jVA ENGINEERING CONTRACT ORS INC INS E, C SCOT7SDALE INSUPA-NCE COMPANY NW 32r.d Ave 114SURER ii LBR0GEFiELG CASUALTY 1NS CON! MIAMI, FL 33147 (305169f-790-2 t2S 1ltER 1 MEURER F: COVE._ GES . CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT °HE PC_ 0ES OF f1.SUPANCE : CST £` BELOW HAVE BEEN !S IT U TO THE tNSURED NAdIv D ABOVE FOR THE POLICY PEf loo _ !INDICATED, NOTWITHSTANDING ANY PEQUJTAi 4: '* ER,V OR CONDITION OF ANY CONTRACT OR OTHER Pct' UMEN = v;�ITH F?E P i TOWHtCH, THIS CRT €FICA,TE MAY BE ISSUED OR MAY PER A?':,' HE INSURAN uE AFt ORDEC? BY THE PC; 0ES DESCRIBED HEREF -# IS SUBJECT O ALL THE TERMS, EXCLUSstDNS MIND C'C;NsDiTi" NS OF SUCH P ICES. LOAr'S SHOWN 4AN HAVE BEEN REDUCED By PAI CLAIMS, NSR ... .. ADOLSUSW ... ... POLICY EFE POLICY E P ._ _. ...... LiR ° TYPE Of INSURANCE iY NC BE LlbtiTs GFNERAL LIABILITY EACH-, OCCURRENCE COMerr L PP 4E A_ . Ac ;5 RENTED S I MC mot. rrE V' r rUs? d - 5,000000 . E r— A Y 12r 3 1217f2014 12It7r2{1 XC PERSONAL S, ADV NjUR`E 1,000,000 00 sf !ND CC7N PACTOR GENERA' AGGREGATE 2,000,000,00 r Nu AG GREGATE LTNITT APPLIES ° PEA{ PROPUCTS - (;G&IP P AG G, s 2, 6l 00 ------------ PrOucy AUTOM0431LE LIABILITY } COMBINED SiNGL c ; lknT ;5a ac a_ d ., =s _ 1.0 001, 0 0C' ANY AUTO 80MLY 0N_, 3R`r ;Pw person, A€. OWNED SCHEDUL dU CAt 14904 mow..._ -_- -------- P{rILY# =UF2�' eC su��tlr 5 B AUTOS '�!` ATVs 1211312014 12�13i2L14 NON -a NEU PROPERTY Perrs - — — V' HIRED AUTOS AUTOS _..__ - -- - --- . ......... _ .-- ------ - ---- _ UMBRELLA uA8 c CTR EACH CCCURRENCE s 3,000,000,00 _..._. _,.. C t EXCESS UAB cT.AIr +A 1 21 1 7120 1 3 : 1 2=1 71201 4 AGGREGATE s 3, ii(3,i?{JQ 199 WORKERS COMPENSATION _ V�"3.q...�ATU - H AND EMPLOYERS' LIABILITY Y I N - ------ -- --.._- A tV P dC#PRIETOP,PAF TNER EXEflL tNE i 08300 459e 1 : E L PATH ACC D r FF z La �x L. v ' N T A r E� T 1 }flC,C3C3 0t ----------- - (Mandatory in NH) E.L DISEASE EA EIAPi -OYE $ 1,000,00fl 0 b *s6RIPTK3'N OF OPERATIONS teIll j E MSEASc POLICY LMUT 1,000,000 00 ___ -- DESCRIPTION OF OPERATIONS 1 LOCATIONS i VEHICLES (Attach ACORD 101, Additional Rervarka Schedule, if mite spaca Is relphsd) City 01, Seth tvliar ri 6130 Sunset Drive South X11 1, FIL 33143 +i - fl t t t • • i f 3 i i 4 °• t• • f i i° • i AUTHORIZED REPRESENTATIVE f fad - `' --e!., ✓. ;y _...._ Oc 1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD