Loading...
JVA Swale ProposalSW 61 Avenue Swale Improvements RPT RFP # PW-2013- 10 Submittal Due Date: October 31, 2013 CHARTERED OFFICIALS City Manager.- City Attorney: City Clerk: Steven Alexander Thomas Pepe, Esq. Maria M. Menendez, CMC Capital Improvement Project Manager: Jorge I. Vera Capital Improvements Program City of South Miami "Excellence, Integrity and Inclusion" Page I of 69 CITY OF SOUTH MIAMI EW 61 Avenue Swale Improvements RF RFP #PR-2013- 10 1 Maria Menendez, CMC City Clerk City of South Miami Page 2 of 69 .:rte <20 11-20.1 !-A 11 nights rescrvd, W 3 The scope of work for the proposed sa le improvements include providing asphaltic concrete, new french drain, excavations curb and gutter, pavement marking and sign age and relocate a meter box, The project limits are SW " Avenue, from SW s" Street to the edge of the 541 SW 61 Avenue property s a � � • Plans entitled Parking Improvements, prepared by Palm Engineering, consisting of I sheet. The current estimate to complete construction of the project is 45 darts substantial completion from issuance of Notice to Proceed. This is an estimate and the public bidding Process will determine the actual construction cost, Bid bond is NOT required for this project. A Performance and Payment Bond is required (upon award of the project) for the Ball amount of the project END P SECTION Page 3 of -M_ Pfas P, Fjepe` x. 0 1 1 - ) 13 , Al i rR Ll its roes e'ved, 91 9i_3 i No Event Date* Time* (EST) 1 Advertisement/ ent/ istri ution of Solicitation & Cone of Silence e it s 1` 10/2013 2-00 PM 2 i Man at Pre -1" FP Meeting 10121/2013 1:00 AM !Deadline to Submit Questions 10/28/2013 1 0.00 AM Deadline for City Responses to Questio ns 10129'2013 5 :00 PM Deadline t o Submit RFP 10/311201 10:00 Am -Announcement of selected Contractor /Cone of Silence ends 11,115/2013 1 4:00 PM END OF SECTION Page 4 of ' Ch Tian f-. Pt- e 20 11-2013, jai= 7 %rLser�ed, -1 13 rMalommm IN �! b Page 7 of 69 ,"Mormis F. Ile, 2011 1-201111 All rightire�crvccd 913 Page 9 of 69 C' M,,rnas F, Pe, � 2011-1-013, Allnight,% rc_,tncd, 9�'9 I 1 3 This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented 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 RFP. The response shall include the following items- x Bid Form NIA Proposal (Bid) Bond x Performance Bond (As a Condition of Award; Not Required "lit h the Submittal) x Respondents Qualification Statement N/A *-See Note (1) Below *(I) P_e—rfor—nAa—n—c—e Bqnd: Required as a Condition of Award and Prior to the Contractor Receiving a Notice to Proceed. Not Required with Submittal. Submit this checklist along with your proposal indicating the completion and submission of each required forms andfor documents. END OF SECTION Page 110 of 69 1--hor �, I I nf, F Pepe 2011-2013, All nghr, re�-n-�ed ,9i i rc � • THIS PROPOSAL IS SUBMITTED °its: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 Addendum No. Gated: Addendum o. Gated: Addendum No. Dated: Addendum No, Dated: Addendum No, Dated. Addendum No, Gated. Page 11 of 9 r 9 13 Respondent has givers the City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice given, the Respondent represents., by submitting its proposal to the City, that the Respondent has received sufficient Notice of the resolution thereof from the City, that such resolution is acceptable to Respondent and that the Respondent waives any cla €rn regarding the conflicts, errors or discrepancies. 2 3 #7 A fee breal down, if applicable, for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non - responsive, The ENTIRE WORK shall be completed, in full, within 45 days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time pericid shall result in the assessment of liquidated damages as set forth in the Contract Page 12 of "Horn orn P € e =fit. 1-2013, 11 s re, C: "eei... . Communications concerning this Proposal shall be addressed to: . The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the 'Contract Documents, unless specifically defined in this RFP Package, SUBMITTED THIS h CLAY OF PROPOSAL SUBMITTED BY: jVA nip a ee _ Pont-tract , Inc rm f Company Jose M. Aivhre Name of Persoo Au Propose l res -' ent Title Octcber 3055-696-7 _9`_x:1 Telephone Number 305-696-7903 Fax Number a 13 -,ma@4jvaenq-'Lneer ng.com Email Address END OF SECTION Fags 13 of INNUMAAPXWA •• � "SW 61 Avenue Swale Improvements RFP" STATE OF FLORIDA COUNTY OF MIAMI-DADE IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this day of , 20, the name and the corporate seat of each corporate party being hereto affixed and these presents being duly signed by its undersigned representative, Page 14 of 69 e,-rhomas F. PLpe. 2011-2011, All nght� re,erved, SECOND PAGE OF A TWO (2) PAGE PROPOSAL BOND IN PRESENCE OF- Secretary M1 *Impress Corporate Surety Seat (Seal) (Individual o Principal Partnership Principa — (Business Address) —TC-7,t�y/State/7 i (Business T0ephone) —ft­orporate Surety)*��� IMPORTANT Surety companies executing bonds must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida, YO 0 Paae 15 of 69 Morrias F. llcpe, 20 11-201 All tigh- rescvved- 9f`)' 13 FORM • PERFORMANCE BOND vuired as a Condition • Award and • 3 Proceed. Not Required with Submittal) KNOW ALL MEN BY THESE PRESENTS: WHEREAS, Contractor has entered into a Contract, for the' 61 Avenue Swale Improvements, awarded on the day of 20 under Contract Number - by the City for the construction of (brief description of the Worl<)in accordance with drawings (plans) and specifications prepared by Palm Engineering, which Contract is hereby made a Dart hereof by reference, and is hereafter referred to as the "Contract"; Page i 6 of 69 �-f L ,,, tormst- Pepe -201 1-2013 All nghts re,erved- 9 91; g; 'f (Individual, President., Managing Member or General Partner, etc.) (Business Address) (Business Telephone) (Corporate Name) (Pr esddent) (Business Address_) (Cityistate zip (Business Telephones) -INSURANCE COMPANY: BY: (SEAL) (Agent (Business Address) 'City/State/'Zip (Business Telephone) STATE OF FLORIDA } COUNTY OF MIA I- A tE On this, the day f , before me, the undersigned notary public of the State of (Marne of Notary Public- Print, Stamp or Type as commissioned,) Personally known to me, or Personal identification. Type of Identification Produced Did take an oath, or Did Not take an oath, `91 "91 FORM OF PAYMENT BOND "61 Avenue Swale Improvements RFP" (Required as a Condition of Award and Prior to the Contractor Receiving a Notice Proceed. Not Required with Submittal) I That, pursuant to the requirements of Florida Statute 255,01, et seq., Florida Statutes, we, vmhose business address is and whose EMNKUNJIRE� OndMdual, PresWem Managirtg Member or General Partner, etc.) omisF PLIpe.-OH-03-i Aflnghtsreserved. Page 18 of 69 2 (City /Staaty ip) (Business Telephone) SECOND PAGE OF A TaV0 PAGE PAYMENT BOND WHEREBY IS THE PRINCIPAL AN IS THE SURETY IN THE PRESENCE OF- RN STATE OF FLORIDA i COUN -rY OF MIAMI - AI E INSURANCE COMPANY: (Agent_ and Attorney -in -fact Signature) (Business Address) (City /St t r p (Business Telephone) On this, the day of , 10—, before cue, the undersigned notary public of the State of Florida, the foregoing payment bond was acknowledged by (Corporate Officer), (Title), of (Name of Corporation), a (State of Incorporation) corporation, on behalf of the corporation, WITNESS nay hand and official seal. Notary Public, State of Florida Personally known to me, or personal identification: type of Identification Produced Did cafe an oath, or Did Not tape an oath, Power of Attorney must be attached. (Name of Notary Public: Print, Stamp or Type as commissioned,) Page 19 of ;914 2. List the last three (3) completed similar projects. a) Project Name: I'M 1.43rd ST Dra 4 na,-Ye & Roadway Improv. Owner Name, Cil' -v of Opa-locka Original Contract Completion Date: AucTust 20-12 Actual Final Contract Completion Date: Mav 012) Actual Final Contract Price: b) Project Name: c—rhmm—s F Pepe 20 11 -2013, All righl� recrvcd 9"" 13 $ 4168,644.80 $ 4 K4 M-loch Storm Sewer improv, .0� MJ'ami Owner Address: 444 NW 2nd Avenue, Miami, _FL '53113-zi Owner Telephone: 2 30' - '_- O-I30 _ Original Contract Completion Time (Days): 360 Days Original Contract Completion Date- Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price March,-2,0, 12 November 201-11 $ 898,630 $ 78 7 1 6 iii Project Name: Perrine Cutler Ridge Watermain Improv. Owner Name: Miami Dade -ountWAID ­U -U-, v- -V T Owner Address.- 3 j% 41 S'W -18 1-- h Av e M i a m, i , F 3 11' -4 6 Owner Telephone: 7 8 6 - 5 5 8 IL 4 2 Original Contract Completion Time (Days): 3 6 _5 D a y s Original Contract Completion Date: Actual Final Contract Completion Date: March 201.2 Original Contract Price: Actual Final Contract Price., Thorna, F Pmx, 2011-2011 All ngfhl" reNcrvea_ 9,9 B q 2,254,103.`0 Y Page 21 of 69 3. Current workload Project Name } Owner $1,336,493.07 t: $ 995,855.01 Miami River Greenwa Pine Needle Lane & Rock Garden Lane $ 1,012,000.00 i 4. The following information shall be attached to the proposal. a) RESPONDENTS home office organization chart. SEE ATTACHMENT b) RESPONDENTS proposed project organizational chart. SEE ATTACHMENT c) Resumes of proposed key project personnel, including on -site Superintendent. S. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, ou\e' b) Any arbitration or civil or criminal proceedings, or ooc)e_ Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (S) years ` 4�(W- Government References: List other Government Agencies or Quasi - government Agencies for which you have done business within the past five (S) years. Name of Agency: Miami Dade County —WASD Address: 3071 SW 38th Avenue, Miami, FL Page 22 of 69 Thomas F. Pepe, 2011-2013, All rights restrvcd_ g :9 13 Tdyhwe SK: "86-552-8142 Contact Person: Nelson Cespedes Type of Project: Various-See attached Past Emerience Detail Name of Agency: City of Hollywood Ad&ws: 2600 Hollywood Blvd., Hollywood, FL 33157 Telephone No.: 954-805-3681 Contact Person: Ilona Laralija Type of Prcqect: 8" Watermain and Site Restoration Name of Agency: City of OLa-iocka AA&ws: 780 FiahLrMaL 7L Telephone No,: Contact Person: LIOMMW Lair- Type of Project Multiple Projects over 1.5 million �-,,Thorr,?6 F- Pepe, 20114-2011 A-11 ngllits rescrved, STATE OF FLORID COUNTY OF MIAMI -Dr DE 7ose M. Alvarez being first duly sent, deposes and states that: (l ) I- e!She/ hey isl re the Pre s iCien 1 (Owner, Partner, Officer, Representative car Agent) of Engineering ., _ c r , inc. the Respondent that has submitted the attached Proposal, Signed, sealed and delivered in the presence oaf. 'V . . . . . . . . . . . By. Witness l 'gyp €tress 11, -,rna' F, P e Yr- -10 E° 0 .. Si. r X11t s' re e ry wvf. )'', 13 Signature dose M. Al are Print Larne and Title Date President A .N W-LED EMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE n this the 31st day °; t v r 20 W . before me, the undersnd Ncata?-y Public of the State of Florida, Personally appeared (l ame (s) of individual (s) who appeared before Fh �a sas F Pepe, 20-1 ?- 0 c :At= is re: - ,ed, 9� 9113 Po i ( tamp r type as commissioned.) ioned.) v"f Personally known to me, or Type of Identification Produced Chid tape an bath, or ZDid Not take an oath. • The award of any contract hereunder is subject to the provisions of Chapter = 12, Florida State Statutes. Respondents roust 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, s This sworn statement is submitted to [print name of the public entity] by jose M. Alvarez, re nt [print individual's name and title] ffor r_ [print name of entity submitting sworn statement whose business address is 6 ,< 0 'W 32ndl Avenue Miami, FL and if applicable) its Federal Employer Identification Number (FEIN) is 4 8 — 12 7 7 6 8 5 if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: _N/A I understand that "convicted" or "conviction" as defined in Paragraph 287,133 ( I) b ), so d St ALute . means a finding tg of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after ,duly I, I989, as a result of a jury verdict, non —jury trial, or entry of plea of guilty or nolo contendere, [ understand that an "affiliate" as defined in Paragraph 287, 13 (i ) (a), Elorid Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or Page 26 of wnnasFN 2011-20113- All. nght-_.Zre-sen�ed, 9 9 The 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 Jul` , 1989. I UNDERSTAND THAT HE SUBMISSION OF THIS FORM TO THE CONTRACTING PFFICqR FOR THE PUBLIC ENTiT INDEI I T IFIED IN PARAGRAPH I (CANE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, ANDI THAT THi "FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED, IIALSQ NDERST D THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR T ENTERING INTO A CON y T IN-` EXCESS, OF THE THRESHOLD A MOUNT PROVIDED IN SECTION 787.017, ELQRI A STATIJiE FAR C ECc : Y �e� { F AN Y CHANGE IN THE II FORMA;°ION CON TAINED IN THIS FORM, Sworn to and subscribed before me this ? Personally known X OR Produced identification ,'I Type of identification) Form PIER 7068 (Rev.0 -6 11/92') Sinature; N. day of c , y 20 = 3 r Pur is —State of 17 L My comm iss on expires Septer, _e- 19, 2 0 i? (Printed, typed or stamped commissioned name of notary public) Page 27 oil O'Fhornas Notary Public - State of Flor4a My Comm Lyres Sep °, EI 55,85E Whenever -,we or more Bids or Proposals which are equal with respect to price, duality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Enid or Proposal received from a business that certifies that it has implemented a drug -free workplace program small be given preference in the award process.. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drag -free workplace program. In order to have a drug -free workplace program., a business shall: RESPONDEN7s Signature: Print lame; ose M. A_.rarez Date: 11,0 /31/2013 Page 28 of E '> Thomas F, Pepc 2011-2013 All ngjus remtT' eed. 13 o may! v*+ such zy �2 }/» � y f< . .. Witness C BY: Jose z. z Name.. Pres-ident .... ...... Tide w ?? ? :l <... « . .... ............. . . .... .... Pam 29 of 69 6 »_ F. s y m All rights reserved, W913 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS BIDDER shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract Classification of Work Undscape Subcontractor Name Address Email Sodding and Turf Work Electrical Irrigation Paving Park Amenities l j Graphics Utilities Excavation Building Structures Plumbing Painting - - Testing Laboratory Soil Fumigator [Sign, Other: This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible Bidder within five (5) business days after Bid Opening. Page 30 of 69 Thomas F. Pepe, 201 1 -201 _',_ AlI rights reserved. 9/9"13 "� x � � a t a • * + ! • ` { } 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, i and the Firm have an obligation to supplement this Verification Form with the name of all belated Parties who have alsoxespondtd to the same solicitation and to disclose the relationship of those parties to me and the Firrp; 11- (I0 ) A violation of the City's Ethics, ode, tie giving o any false information or the failure to supplement this Verification Form, may. ub ect e or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum m find and or any penalties allowed by lave. Additionally, violations may be considered by and subject to action ley the Mia't i- Cade; outnty Commission on Ethics. Under penalty of perjury, ( declare that 1 have ,made a diligent e fort to imiestigate the matters to which 1 am attesting hereinabove and that the statements made here nabove arettrue and c6isreet to the best of my knowledge, information and belief. Signature: Print Name & Title: ig, s ue M Ai Y a e a, President Page 32 of =`Y�s mas '. roc, 201 . -201 3, All rights reser ed, Sec. 8A- I - Conflict of interest and code of ethics ordinance, Municode Page I V,4 Sec. 8A- I . - Conflict of interest and code of ethics ordinance. Page 33 of 69 m F Pepe N 11 1 -2013, All nght; Page 34 of 69 Th'-mm F- Pc-r,-z, 2011-2011, AH nght� r-eserved, ;J'91.3 Ord, No, 6-99-168rQ § 2, 3-2-99) Editor's not Ord. No, 6-99-1680, § 1, adopted -2.99, repealed §§ 8A- I and 8A-2 in their entirety and replaced w them wig; n A -I and A -2. Former §§ 8A- I and 8A-2 pertained to declaration of policy and definitions, respectively, and derived from Ord, No. 634, §§ I I A -1 , 1 ([A-2) adopted Jan, 11, 1969, END OF SECTION Page 36 of ' .fl sn&s F, Pep- , 2011-2013, All iialaq n- served, 9 9;1 i ELV="=J EtVGINIFKE"I" " CGNT"A c -roR, INC. October 31, 2013 City of South Miami 6130 Sunset Drive South Miami, FL 33143 Re: IVA 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 SW 61 Avenue Swale Improvements RFP #PW- 2013 -10. 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: Alvarez Engineers, Inc. 10305 NW 41 Street, Suite 103 Doral, FL 33178 Contact: Juan R. Alvarez Phone: 305 -640 -1345 E -mail: Juan.Alvarez@AlvarezEng.com 2010 Waterstone Way Amount $1,054,313.50 Scope of Work: Concrete, Drainage, Asphalt Striping, Manhole, Manhole, Sanitary Sewer, and 8" Water Main 2007 Beacon Tradeport Development District Completion Date: July 2007 Amount: $120,000 Scope of Work: Concrete 6600 NW 32n0 Ave Miami, FL 33147 Tel: 305 - 696 -7902' Fax: 305- 696 -7903 2012 Distribution Piping Upgrades on N 56"' Ave from Douglas Street to Stirling Road to N 58"' Ave. Amount- $930,000.00 Scope of Work: 8" Water Main and Site Restoration Contact: Robert Fenton Phone: 786-263-2133 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 (Active) 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 2012 NW 143rd Street Drainage & Roadway Improvements Project Completion Date- June 2013 (Active) Project Number: 11 -2012100 Amon t: $468,644.80 Scope of Work: Installation of new Drainage System, Road Rehabilitation, Repair and Renovations of existing Sidewalks City of South Miami 4795 SW 75th Avenue Miami, Ft. 33155 Contact: Ajibola Balogun Phone: (31 5) 668-7355 CiLL Hall 12-lorb lLatar-Main-F-Ytj Amount: $217,851.15 Scope of work: Water Distribution, Asphalt Pavement Citywide Resurfacing Project Phase 11 Project Number- SM-2011-16-PW Amount- $195,788.34 Scope of Work- Road Resurfacing, Milling, Clearing and Grubbing, Asphalt Placement Metro Reflective Pavement Markers and Striping 2013New Port Fishing Pier and Restaurant Utilities Completion Date: June 2013 Amount: $174,230.00 Scope of Work-, 8" PVC Water Main 2007 Various Locations Improvements (Drainage, Concrete & Asphalt Pavement). Amount: $55,786.25 Completion Date: July 2007 1000 NW 11 1'h Ave, Room 6203 Miami, FL 33172 * URMno iffill--no I • & Fax: 305-654-7020 1 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 Community Bible Baptist Church Amount: 214,417.00 Scope of work- Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower If Amount: $288,359-00 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower III Amount- $ 298,024.00 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2007 Retail Building 87 th • Flagler Completion Date- August 2007 Amount: $3,500,000 Scope of work- Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2007 Town Center One at Dadela Completion Date: December 200811 Amount- $490,000.00 Scope of work: Water Distribution, Storm Water Dist., Sewer Dist,, Excavati & Grading, Asphalt Pavement, Concrete Pavement. I 2006 Trademark Metal ReCycling Completion Date- January 2007 Amount: $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. t MIA- NW 67`x' Ave & NW 36th 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 2 nd Street, 4 th 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 (Active' Amount: $2,054,514,45 Miami Dade County Public Works Departme I I I NW 1 Street Miami, FL 33128 Contact: Jesus Gonzalez Phone: 305 375 2172 1 2008 WA SD Roadway Rehabilitation Contract Completion Date. June 2008 Amount: $323,000.00 Scope of work* Asphalt Pavement Miami Dade County Public Works Departme I I I NW 1 Street Miami, FL 33128 Contact: Nestor Melian Phone: 786-375-0004 1 PTP Pavement Marking Installatio, Completion It October 2011 Amount: $ 356, • Scope • Work- Pavement Markin] 2011 Perrine Cutler Ridge Water & Sewer Improvements Completion Date, December 2312 Amount- $2,254,103.10 Scope of Work- Water Main, Gravity Sewer and Force Main Install 24" DI Water Main Project Number: ER# 15865 Amount- $698,858.67 Scope of work: Water Distribution, Asphalt Pavement NAP Misc.412 Sanitary Sewer Improvements Project Number- RPQ Ti 026 Amount: $ 838,558.26 Scope of work: Gravity Sewer, Force Main, Asphalt Pavement Restoration, Concrete Upgrade of Sewage Pump Station No. 0057 Project Number- ER#48118 Amount- $295,855.32 Scope of Work� Rehabilitation of pump station, furnishing, installing, operating, maintaining and removing a sewer by pass pumping system. Phone: 305-347-4974 Contac: Kari Garland Phone: 305-347-3235 • 305-905-2714 E-mail- kari@miamidade.gov 2005 Tr i - C Construction Co, Inc. - CVS Pharmacy 45897 37th & 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. 2007 Tr i - C Construction Co, Inc. - CVS Pharmacy 4 6732 67th & 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. Village of Pinecrest 12645 Pinnns-no.212.4aw-T, Pinecrest, Florida 33156 Contact: Daniel F. Moretti Phone: (305) 669-6916 Fax: (305) 669-6919 A Mm"idd- I 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: November 2013 (Active) Amount: $1,012,000.00 Scope of Work: Storm Water System, Asphalt, Concrete Pavement VP Construction 7600 Red Rd #128 Miami F1 33143 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. Coral Way Offices Amount- $105,067.50 Scope of work- Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. IBM= Rim-REM, jh Ph.- 696 -7902 6600 NW 32 Ave x; ( ) 96-7 Miami, FL 33147 �mafl: ima@jvaergineerina.com ` M Ex 2002-Current ,OVA Engineering ("ontractor, Irks 2007 City of Sweetwater — Various Street Improvements Storm Drainage System, Sidewalks & Asphalt Paving cettkations 6mm1 201} Army Corp of Engineers- Quality Control Manager Certified General Contractor #CGC1516849 Certified Underground Utility Contractor #CUC 1 6 6 rwrd License Primary Pipelines License # 07-!A!4144-X Major Roads License # 07-3A-14148-X Miami Dada County License Engineering Contractor License # E221300 Education 2402 — Current Associate in Arts Miami Dads: Community College 1999 -2002 South West t High School Diploma Miami, Fi High School Diploma iami r tr h: {305} 696 -7902 6600 NW 32 dive Fax: (305) 696 -7903 Miami, FL 33147 e -maf €. cg@14vaiengireedng,com Cesar Gonzalez ` 2009-Present JVA Engineering rt ontr i r, Inc, Project Manager e U W% L. O CJ .�J �k-o . r. W Q �L{{ �V U c O .f..► cz N cz M u tll U W co Tl- E C� 0 N CL �CL _ I L 0 E N 0 p 00- C E 'i cz .= U) W CD � Q cfl U) C) (1) 0 a. u cts N N N C L Q) u [d L Q) fo N W D o > — Q � t� a � a � n ,� � , � L C 0-6 Q .0 CZ CZ C- L. }, V 0 cz oc CY).O C: 4--1 cz . Sr... N W CZ . �.� 0) � 0 � r , Q coo 100AOMOTt?AMI(Sy Plol L1144 e4 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395 1940 NORTH MONROB STREET TALLAHASSEE FL 32399 -0783 ALVAREZ J088 M JVA ENGiNEHRINO CONTRACTOR INC NN 32ND AVS MIAMI FL 33147 CongraEtutationst With this license you become one of the nearly one million Floridians licensed by the D of Business auM Rrofssabrud Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque reataurarnts, and they keep FlotWs ecwwM strong. Every day we work to Improve the way we do business In order to serve you bath For information about our serAcesr plea" log onto wwworidallc*nse.cam. M Thera you can ff more Information about our divisions and the regulations that Impact you, subscribe to department newsletters and team more about the Department's initiatives. Our mission at the Department Is: License Etilcientty, Regulate Fairly. We constantly salve to serve you better so that you can serve your customers. Thank you for doing business In Florida, and congratulations on your new Itcensel DETACH HERE PROJF1388gx4mi�REGULATION- CGCI31684r k, idtdki i 114,11,08900 CBA''tlrtEi h` CQ*_'RACTOR ALYYAa1, ;Jas JVA RX010*31 4 CTOR INC sr wr t Y$ CEATXV' 30 4 a 9 rs ft*ir*%ip► "get AtT4 311Y'203;4 L12d80$81486 - t I�1. -. g!- p g �J� DS$AR3TKUCIt7i�l YRLICRN 'ABOARD TIOH SEQ#L12080801488 qC 0SJO 1d II 1142089 60:1=151a84 T2 *i `GMHRALI CONTRACT0*1 Nalaid berlo�r CERTZfti,2 Undo o#iJi dwit oF6ap �� -t�:�E Hxp#rat'ion dikE4t'Aba 1� X41 1 1 ALVARBZ t ►It s*i It- JVA MOiNSBRINGI CONT ACTOR INS 66 Q6' NW , 32ND' AV'$ ", MIAMI- ! FL 33147 r RICK SCOTT' KEN LAWSON GOVERNOR ___- SHCRBTARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION I' CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 ALVAREZ, JOSE M JVA ENGiINBBRINGi CONTRACTOR INC 6600 NW 32ND AVE MIS FL 33147 Congratuladonsl With this license you become one of the nearly one million Floridians licensed by the Departrnent 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 bette For Information about our servlces, please log onto www.myfladdallconso.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 licensel DETACH HERE STATE Of ROMA f Cir# rG 5 scloo DEPAkTM.$NT-'OF BUSINI SS AND" Ff�ClFBS I�1WkARGULATION °Ai CttC122469 tier 09140414 128208900 CBR7` UNDBRGRCVftA ,R'iC_ AV CNTR ALVARRZ,= O'josr- wt : " '_ ',,2 JVA ENGIN$ERIN&CGl R7ICTOR INC Is CUT2n9v un"* the pro.isia" ON ch.489 rs ft*lr.eiea a.aat AM 3f,' 2014 la2oe0e01923 kC # 6 2 5.5 9 0 q STATE OF FLO RIDA DS ARiM INEN UBRYRLIC 3INAE ULATION N BNL REGULATION r SEE# L12080901925 ofitz64 io 2 11820890D Cnc12246 .� Th* UNDSAGRdWW UT2LITY ' & 3XCAV�TI0N , CQr °' 1 � Name4 b&1gw <I& CEIXTIFI1m Under. the. 'provisions of, "Chapp 48 Expiration datet. AUG 31, 2014it = f a A _y, t yyw �n. ALVAREZ,' JOSW M': JVA ENGINEERING CONTRACTOR 6600 NW 32ND AVB MIAMI FL 33147 RICK SCOTT GOVERNOR rl{QG! AV AC Qr-nl 110r-r1 QV 1 A%A1 KEN LAWSON SECRETARY Local Business Tax Receipt e �w. Miami -Dade County, State Of Fft)rida , -TlIS Itk NOTA NLL -00 NOr PAY MUG*9" k4M6If.0CATK1W - moo" ieciF:�^ EXPIRE .. smMeEgt3o oaf I{IiC.: �IFiw $ad�r�aYrdalolid� 5600 {'3lAI 31 AVE. l iWW, Ft 33147 cliaix eK- An. f 1►. .. . r' ow ram ; src_ r rtt ar ry Saar NA EFdNG CC` 4 s ArMaH51 'L OR ' Jt 196 E'n :• +EE1ZftYC r rAx 5.00 �J 3 r'1J1at S) i CliCt ?Z4 222-1 t A'S: • k a, fin Eeeai a -Tax" 40421 Ffawran Tear. T4 m eio ka'raw elk Awont w s rwipk da A do 6"w a sgosaaaevs to a* how "N86 Nswo awrt 464* with * aeawR as" 0 ++erye.wa10j0rw r• V.W" 6" and to md" awr to do bubass, F The RFCf ifT N9 .aaw be tiraE/kN M all c e wwnrrtiri rdMNa- 1/� -YbM C!I! j�a Fi6-m .. rrrru�oe fw 6ers ­# --rftq V" wim-1 DIM LacaI BusinessTax Receipt. Miami -Dade County. State of Florida, -7)400 hofA KL -00 NOT PAY:- _ 4925161 a IaUSWN" I4&AA4WL0CATtW.. 11acawr Facer EERVG COiR/C R t WAL y :.. EXPIRES; M891t 3Qy 701 .,.: f 50 0 MN 32 AVE. sf1 k1 i� Ml+d,�trs,wl aLC phe� W awlns hSrf116Mr FL 33147 CRWa► K = Ar4 Sf A To OW -144; j k are. t ►pa OF submass A E!SCd':EERING CUt'7,> TCR ft;:: PAY PA a41"Ca1Va� 156 SPECXtA ENG "*H_R; �: •r TAXCOILaCIVII s ? Cs�'�ACT i } 15.00 L�AI +:� i.0)3 Yprf er(5} E ; E221 ! FO. ' e �F222-i t{Xv s��4 � a } Th:a ! - A 1vV*@r Tom 4taa1/F onlp s =.Mara wal >see fecal titulpna Taz ibj RreeiFt b art • N<teK 3w � w a s as;c rsa. rF llw Mi ear t .�rr9aaaNerrti M i b+ttlaN7G 11a1Mr Meat aaas� vrkb aFl QeeermanatraE .. M1e -9e. eMftPOW 194019M Inn and npc+ +w+a w6k+.>t{1/ ftMbwWrw The AfCFJ" NQ. Won MIN be (911 ed as all a �r,a1 rMkles - Imawb. M Cade %ft 6r,T3/, - MI- - - - Ir �..■ fnfatAial4a, vie3t n�rn�e�i/raa. atFOt - - Florida Department of Tyansportation RICK SCOTT GOVFRNOR 605 Suwannee Sweet Tallah,,assee, FL 32399.0450 J'Anuary 12. 2012 AVA KNGINFERING CONTRACTOR, W 0M NW WND AVE WWI FL 3314? Year Mr/Mwfam: RE: CERTIFICATE OF MALIFICATION kN XN FH PRASA& IF, WREMY The Department of Transportation has qualified your company Mr the amount 3E,j the type of work indnmted beicw, Unless yr";r "WnY " nOr if led otherwise, :01rg will Pxpire ii3012011, However, rho new lie 113112013, in accordancq with s, 337n4 (1) F,S, YOur next application Mu (4) months of the anding data of the applicant,s audited a WnbA filed within nnual financial statemants anch if applicabla, tho audited interim financial statements, Sac! 14 W F S, prowt its ttlat yapir cortificite w! 1 1 rp vi: "I f,)r 18 ny Aare, QLS qlVeS I nwo M,- rh !�Ko i , a pr"aess jnAr new Applic,41 )n tor qulllf, -a' r ' in wl,l kne A r1ow In must to 3uLmilved in. no - r. tinInwill R�AQW� � the NE ;'! 00 IF P"t"n FIA.M Almlni-!rozue Your company a maxlmllz Capacity raMing has WWI established. 7 s r P f -OK I "a cc L "V I aw" f or t he y appm 0,,,d 1 Ir k Ina "Minale" and "Appil:winn 3w"Miry" 11M, 1wi r Wn MOT APPROVED wORK CLASSES: �n �"y7y :, PPACNAY § 1 ;Njn; MOT APPROVED SPECIALITY CLASSES Or WOW jVA ENGINEERING CONTRACTOR, W january 12, 2012 Page two You may ;Oply, in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to section 14-22.0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that You have the necessary equipment for each aiditional class of work requested. Sincerely, n� A� Juanita Moore, Manager Contracts A min istration Office Jm: C � JVA Engineering Contractor, Inc.- Equipment Owned as of July 01, 2013 TYPE OF EQUIPMENT EQUIPMENT NO. MAKE MODEL YEAR ASPHALT PAVER A -01 LEEBOY 7000 2006 ASPHALT PAVER A -02 NEAL DM -3000 ASPHALT PAVER A -03 ALLAT SP-50 BACKHOES B -01 CAT 416 1390 BACKHOES B -02 JOHN DEERE 310 -D 1990 BACKHOES B-03 CAT 416 -C 1998 BACKHOES 8 -04 CAT 420E -IT 2009 BACKHOES B -05 JOHN DEERE 310 -D 1990 COLD PLANNER CP -01 ROADTEC RX400 SKID STEER LOADER S -01 MUSTANG 940 -E 1995 SKID STEER LOADER S-02 CAT 216 2000 SKID STEER LOADER S -03 CAT 2.18 2002 SKID STEER LOADER S -04 CAT 268 -B 2005 SWEEPER 65 01 FI RGUSON 243 2001 BROOM SWEEPER BS -02 TENNANT 355 BULLDOZERS D -01 CASE 450 -B 1983 BULLDOZERS D -02 CASE 850 -C 1984 BULLDOZERS D -03 CAT D5 -C 1996 p BULLDOZERS D -04 CAT D -5G LGP 2004 �1 EXCAVATORS E -01 JOHN DEERE 690 -DLC 1988 EXCAVATORS E -02 CAT 320 -CL 2004 EXCAVATORS E -03 CAT 325 -CL 2004 EXCAVATORS E -04 CAT 305 -CCR EXCAVATORS E-05 CAT 328DLCR 2007 GRADERS G -02 JOHN DEERE 670 -13 1988 GRADERS G -03 VOLVO G -80 2003 LOADER L -01 CAT 928 -G 2001 LOADER L -02 CAT 924 -G 2004 TACK MACHINE TM -01 PIPA 1989 TACK MACHINE TM-02 PIPA WATER TRUCK WT -02 FORD 1995 WATER TRUCK WT -01 INTERNATIONAL 1981 ROLLERS R -01 EAGER BEAVER SRH -150 ROLLERS R -02 ROSCO DELUXE ROLLPAC Ili ROLLERS R -03 INGRAM A -6T ROLLERS R -04 LEEBOY T -400 ROLLERS R -05 DYNAPAC CA-15 ROLLERS R -06 DYNAPAC CC -102 1994 ROLLERS R -07 CAT CB -214E 2006 ROLLERS R -08 DYNAPAC CA -252 2000 ROLLERS R -09 LEEBOY 400 2006 ROLLERS R -10 CAT CB -434-D 2006 ROLLERS R -1 1 FERGUSON �_ SP -912 �- :PRODUCER UUNIACr Collinsworth, Alter, Fowler & French, LLC 8000 NAM E: ._ (3115) 822 - 754313 f €� } 362-2"3 Governors Square Blvd Suite 3411 E-MAIL - llarrti Lakes, FL 33016 ------ -- €NSLIRERlS} AFFt`PDOi COVERAGE Pi& §C � _ _ INSURER National Trust Insurance Co 20141 USURER - .___ -- ,.. €NS€itEFt FOCI Advantage ..___. -_. . °..- v12S42 ,I A Engineering Contractor, Inc. jusuRER c: Federal Insurance Company... 241281 6600 NW 32nd Ave !NSURER ! SURER D Miami, FL 33147 — sRER E: ____ COVERAGES CERTIFICATE NUMBER: - -- - - -- REVISION NUMBER: HIS IS TO CERTIFY THAT T ICE POLICIES OF INSURANCE RANCE LIS TED BELOW _ - - -- --- - -- HAVE BEE N 1SSUEC TO THE INSURED EI NAMED ABOVE FOR . HIE POLICY PERIOD 1NDICATEC. NO * VITHSTANDING Ard L REQUIREMENT, � , , TERM OR CC N ITiO OF AIWY �ONTPA T OR OTHER DOCUMENT WITH H RES ECT TO WHICH HiB CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE iNSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANC CONDITIONS OF SUCH POLIC91ES, ! tATS S?-€C0N MAY HAVE BEEN REDUCED BY RAID CLAIMS. `taDO S R... .._ ._ _LTR , 'rYPt< f}F INSURANCE _.. _ l ii . Yl` ,-_ _, [iY N�.i BE'R -- Pbule EFR Lfc - ` - -- ..� — eP� °L' �l (a?�4,i: C?,�`t'Y`Yt'� LINUTS a`EAFE tAt LtA.i3tt.# 'Y EACH OCCURRENCE S 5AMAUE Teo -...L.' RO z-MADE OCCUR CXF (,rsXty one Person, ...... .FENERA- AGGREGATE $ _ — n GEN'L AGGREGATE U&NT AP RUES ES PtiR PRODUCTS - C.,kRrPfOP G PRO- OLICY 4 -.r { .... _......_ .____. AUTO. O SILE LIABILITY+ 1,000,000 A X : ANY AuTc x CA00149043 sEa _,o_ , _ 12113121112 i 12113I2013 . BODILY . , °J ?v Me£ pe s m; S AUIGS AUTOS OS BODILY INJURY, �Per amde -') S V i NON- i:�t'NE;.: X H RED AUTO,—' AE TOSS PROP E, i°.Jeti,�.{Yo'".5= —_ . _ _..._ ._. ....... UMBRELLA LtAB -rvrY T . -._. . ..._..,. __.... EtcCr! OCCURRENCE w EXCESS LIAt3 CLAAMS -MADE; ..... ..._.. -.. ....._ ._.._.... ...- .__. -_. . »V' C .... _DE.D �Z ,...ENTi; $ WORKERS COMPENSATION WC 3t UT OT AND Et Pt4iERS €.A i YIN Grp �A , N PR PRIETOI Rr1 ECUTI,; i3OIWCIIA63078 12/1312€112 12113121113 E L EAR-. ACCT � 1,C�ti(i,4{i OFFICERA.w.w�.'BFREX.�.LUOEx;r itA ,E, , �. °. ...� - (C3tdaf Neil . ; E E- Er; rE 1,000,00 SCRPT ri N OFOPERATIONS neiow __ _- _._ ,._v.. _ �. _ _._.__.. EL. JEh`® POLICY .i? w 1,00 0,000 C Equipment Floater 4546604 EUC . ._ ------- . -------------------- 1211112012 12111121313 Leased /Rented Ee{p #, 100,000", ;Equipment Floater 4 4465046EUC 1211112412 1211112013 Scheduled Eqpt. 1,201,415 . DESCf PT£i3N OF OPE 'nON5 ,' L >ATiONS t VEH? LES tA3ia,^.h ACOR0 ,01, Addifional Remwka Schedule, ff mom space is required) Project.- SW 64th Court Drainage Improvements Project FH4, City of South Miami is named as additional insured on general liability, Leased Rented coverage term 6 months, After 6 months equipment needs to be scheduled can the policy. ------------ _._ -._. ...- ......_.._ _.._ .. _........._... ,.- ...__. . _.._.__._..._ ......_.. CERTIFICATE HOLDER ._._ -------------- -------------- ------ _,,... - -, ------- ----- ----------------- , CANCELLATION