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