Loading...
HomeMy WebLinkAboutProposal Bid Form00400. PROPOSAL BID FORM: (Page 1 of 12) City of Miami, Florida Office of the City Clerk City Hall, 151 Floor 3500 Pan American Drive Miami, Florida 33133-5504 Firms Name: JVA Engineering Contractor, Inc. Address: 6600 NW 32nd Ave. Miami, FL 33147 Date: August 0 7 , 2 012 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract •Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be perfomied; and that it has submitted the required Bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a State of Florida municipal corporation, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: Bid No: 11-12-040 Title: CITYWIDE STORM SEWER REPAIR CONTRACT, M-0083 The Bidder also 'agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. In case of an error in the extension of prices, the numerical unit price will govern. Bid No. 11-12-040 Page 17 00400. PROPOSAL BID FORM: (Page 2 of 12) Note: Bidders are bidding on a total bid cost basis for the purpose of determining the lowest responsive .and_ responsible bidder.. However, • Bidders will be- paid based on the line item breakdown, contained in the Bid Form, with payments based on actual work performed. Bidders must submit bid prices for all items. Failure to bid on all items will result in the bid being rejected as non -responsive. The City will award a Contract to the lowest responsive responsible Bidder based on any of the Combined Bid Price stated below. Refer to Section 01000 — Supplemental Conditions. Our items and lump sum bid prices include the total cost for the work specified in this bid, consisting of fumishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in accordance with the Bid Specifications. TOTAL BID: The sum of items 1 through 50 based on a one (1) year completion time 995,855.00 Nine Hundred Ninety Five Thousand Eight Hundred Fifty Five Dollars and Zero Cents Written Amount *2.* * * * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **** * * * * *** Note to Bidders: The City reserves the right to reject any and all bids. The City may opt to renew (OTR) the Contract for four (4) additional one (1) year terms subject to the availability of funding and the contractor's performance. The Total Bid price is for a one year, three hundred sixty five (365) calendar days completion time. The price of the option to renew terms is based on the Total Bid prices and no additional compensation will be allowed. Bid No. 11-12-040 Page 18 00400. PROPOSAL BID FORM: (Page 3 of 12) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PART III. Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part II: X No addendum was received in connection with this Bid. Part III: Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Affirmative Action Plan Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative' Action Policy pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy: and 2. First Source Hiring Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining to the implementation of a "First Source Hiring Agreement". Evaluation of bidder's responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract between the successful bidder and the City of Miami; and 3. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and 4. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; Bid No. 11-12-040 Page 19 00400. PROPOSAL BID FORM: (Page 4 of 12) (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (5) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse . assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and 5. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. Bid No. 11-12-040 Page 20 00400. PROPOSAL BID FORM: (Page 5 of 12) (2)If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than S10,000 and not more than $100,000 for each such failure. Note: In these instances, 'All` in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per OMB). 6. Debarment. Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department OF agency. b. Have not within a thrc^ year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civily charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of. this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State; or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. Bid No. 11-12-040 Page 21 00400. PROPOSAL BID FORM: (Page 7 of 12) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of • - the Board of Directors of JVA Engineering " • tractor, . Ir.6reoration organized and existing under the laws of the State of Florida :Id • e 7tbay of August 2012 a resolution was duly passed and adopted authorizing (Name) o -P Alvare 7 as (Title) pre G I.rlpnt of the corporation to execute bids on behalf of t e co .. - .n and providing that his/her execution thereof, attested by the secretary of the corporation, shall b the o'r - and deed of the corporation. I further certify that said resolution remains in full force and effect IN WITNE Secretary: Print: Jose M . Alvar OF, I have hereunto set my hand this 7t4 day ofAuguSt 2012 . CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of a partnership organized and existing under the laws of the State of , held on the day of a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. N/A I further certify that said partnership agreement remains in full force and effect. Partner. Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority. (corporate, partnership, or. individual). N/A CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Signed: Print: N/A Bid No. 11-12-040 Page 23 00400. PROPOSAL BID FORM: (Page 8 of 12) STATE OF Florida NOTARIZATION ) SS: COUNTY OF Miami -Dade The foregoing instrument was acknowledged before me this 7th day of AuguSt ,2012,by J.(- e M. Alvarez who is personally known to me or who has produced ' as identification and who (did / did not) take an oath. 1ATURE Y PUB STD i OF FLORIDA Maria G. Gutierrrez PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Bid No. 11-12-040 Page 24 r,.F 'SCE✓ .,r._ � n.'. '';` = �.x.. R= . z � 1 .,� h�, r�.':�1.!� ,: `�{ '� ::.:.l1hit Item '; .... ;: .:::. u ( antlt y :Unit Cost-� ( '.Total Cog C1 �Ifetn�cost: ::St ;w :ca .E .. .Y `< .,:} ,. t .. , Batt 00402 SGflEDTJL , ,. ,. , , ; ,::; i u 1t Q �I - ..... .... a l .v . .; .. i':�1: 'I I!/r-: 0282 y. P �:. n. � ,+3 kS .,M': , t ,,, �.:,.:� aei�1 b� � ?`t fst r�dJ . .. J'. :. v .:. ,... .t ..:....: ....:.. Yki5..'� .:.: ..t::!. ./r i+' 1 .. s..., e. ,. .... I. _. . 4 I.n,,{ � t ,F :.,� "a, aItewrt .D�sc t... t`I nn tic�h � .:: .ri ���'3,�a }y : .:: �' '` vl. r;'; ,.ii: tM,," ", d "14` to u v.� 3 1' 1 ..s.,,.'. a. ..; s , Install twenty (20) Type "D-1" catch basins with hinged frame and grate, including 1" Asphalt Apron and surface restoration (<10-ft. cut) as per Misc. 35-86-2, including 2 ft. of restoration around the asphalt apron. EA 20 $ 11555O $ 3 1,000 2 Install fifty (50) Type "D-3" catch basins with hinged frame and grate, including Asphalt Apron and surface restoration (<10-ft. cut) as per Misc. 35-86-2, including 2 ft. of restoration around the asphalt apron. `' EA 50 $ 1 175O $ S7, SW 3 Install twenty (20) Type "F-3" catch basins with City logo (<10-ft. cut) as per Misc. 35-86-4 including surface restoration (sidewalk, curb and curb and gutter). EA 20 $ 2, 350 $ 47,000 4 Install ten (10) Type "D-42" manholes with City logo (<10-ft. cut) as per Misc. 35-86-10 including surface restoration (Solid sod, sidewalk, curb and curb and gutter, or A.C. pavement) EA 10 $ 215500 $ 25,000 5 Install ten (10) Type "D-48" manholes with City logo (<10-ft. cut) as per Misc. 35-86-10 including surface restoration (Solid sod, sidewalk, curb and curb and gutter, or A.C. pavement) EA 10 $ 2, q )U $ 29,106 6 Install fifty (50) Type A" manholes with City logo (<10-ft. cut) including surface restoration (Solid sod, sidewalk, curb and curb and gutter, or A.C. pavement) EA 50 $ 31 )00 $ 15.5,000 7 Install 300 ft of 15-inch Non -Perforated Aluminum Cross Pipe - 16 GA, including sawcutting and removal the old pipe, core drill the existing structures, mortar the connecting structures, etc. and incidental surface restoration. LF 300 $ 53.00 $ I S,g00,0 b 8 Install 300 ft of 18-inch Non -Perforated Aluminum Cross Pipe - 16 GA, including sawcutting and removal the old pipe, core drill the existing structures, mortar the connecting structures, etc. and incidental surface restoration. LF 300 $ 5(0 .00 $ Ili ,WC) g Install 200 ft of 24-inch Non -Perforated Aluminum Cross Pipe - 16 GA, including sawcutting and removal the old pipe core drill the existing structures, mortar the connecting structures, etc. and incidental surface restoration. LF 200 $ fptp _00 $ 13 1 200 10 Install 300 ft of 15-inch Non -Perforated HDPE Cross Pipe, including sawcutting and removal the old pipe, core drill the existing structures, mortar the connecting structures, etc. and incidental surface restoration. LF 300 $ 45. 00 $ ) 315°6 11 Install 300 ft of 18=inch Non -Perforated HDPE Cross Pipe, including sawcutting and removal the old pipe, core drill the existing structures, mortar the connecting structures, etc. and incidental surface restoration. LF 300 $ W (8 .0 0 $ 14,406 12 Install 200 ft of 24-inch Non -Perforated, HDPE Cross Pipe including sawcutting and removal the old pipe, core drill the existing structures, mortar the connecting structures, etc. and incidental surface restoration. LF 200 $ 561,00 $ 11 .06 Bid No. 11-12-040 I'agc 25 s. Liner .: ..:... y �t �'t v :"` Y >-: .;,...:`. .'.'3'.:i $ ::,, 't.i r .*y �, N !� p M .ii �i' If Ul+iCU I'1tCS ,l A `j' ,.. ;.. a , ,: "r- VQ402.! ;SC'I : ��...: , �. a ;: ::C . ' . .: ¢:, ) } i, i 1 ± - 1" . 6 .� U n t i .: Item ,., ns C1ua'rttit ':, '' ,� Unit`Cost -.a ,W :Total Cos Item co :4e..::: .. i .e. lr�l�l 3eft 74 S .Tx.S:s. . .. k'i1 f.. . . �(,. 'N�. s..ry 1. , r ..:.._ i .. � .x`' -*, ,.. '. r_. d ; n 1�..::: - .' , u :u;.:,.ry t -' , is . zi B.30621 I?a �`:� �; i . :u. .k r r z r itn r 3 - .1: ,f; 1 } i ....'ti: r ..:. i , . , s: ;., x ,� ; x �I , g r Wa :; teffiCls t « <... z� t y CPIptIC)tj , t� �"ti ..s,T±4iCk:': Y i J i.: l C i - -' i 1 ... ....:.. .'.-✓.x_.::C ¢.:: s:vS+. i...? a��.. Yi* ,.I .:.:i. � , :v ' "v �Avi .N! 11. YµiY i, � � 13 Install 100 ft of 12-inch Non Perforated DIP Cross Pipe, including sawcutting and removal the old pipe, core drill the existing structures, mortar the connecting structures, etc. and incidental surface restoration. - LF 100 $ to -00 $ (WO 14 Install 800 ft of French Drain with Perforated 18" HDPE Pipe, including removal of the exiting storm system on the same vertical plane, connecting to the existing structures, mortar, filter fabric and incidental surface. LF 800 $ gg .00 $ 70UUo , 15 Install 2,000 ft of French Drain with Perforated 24" HDPE Pipe, including removal of the exiting storm system on the same vertical plane, connecting to the existing structures, mortar, filter fabric and incidental surface. LF 2,000 $ Iq, .00 $ (Cu(,jjcx 16 Removal of 10 existing catch basins or manhole structures located outside of the vertical plane of the proposed structures. EA 10 $ 500.00 $ 5,000 17 Removal of 100 existing Storm Sewer Pipes (8", 10", 12" and 15" diameter), located outside the vertical plane of the proposed work. LF 100 $ 10 .00 $ 1, 000 18 Re -grading 500 sq. yd. of the swale area/parkway including removal of any debris, sod, asphalt pavement, concrete, etc. and install 6"limerock base (6 ft wide max.) and new sod. SY 500 $ 15•l�" $ 7r rf7- 19 Ten (10) Typical 50 ft. Traffic Stop signs including White and Yellow stripping, reflectors, etc. as per Miami -Dade County standards. EA 10 $ q00-00 . $ q, 000 20 Lump sum for Paving Marking and Signage installation per the Manual of Uniform Traffic Control Devices as indicated on each of the proposed locations and for any replacement of the existing markings within the boundary of the work for a one year term. - LS For all locations on a 1 year term $ 20,0c30 $ 20, 000 21 Install 20 ft of Solid White and/or Yellow Traffic Striping (Thermoplastic) LF 20 $ g .00 $ I j0 22 - Install 5 tons of Type S-III, 1 1/2" thick Asphaltic Concrete Pavement, to be installed at the discretion of the City Engineer, for areas that required improving or re -grading the AC Pavement to allow rain water to flow to the proper inlets. TN 5 $ 225.00 $ 11125 23 Milling 100 sq. yd. of Existing Asphalt Pavement. SY 100 $ 5.00 : $ Cre) ' 24 ' Install 100 sq. yd. of 8" Limerock Base. SY 100 25 Install 100 sq. yd. of 12" Stabilized Subgrade. SY 100 $ to .0U $ (200 26 Install 100 sq. yd. Flowable Fill. SY 100 $ (00.0C) $ 10, 0U0 27 Install 5 tons of City of Miami Type "A" Asphaltic Concrete Mix for temporary asphalt patching. TN 5 $ I(90 Q0 $ SOU 28 Install one (1) 15" to 21" diameter Flap Valves to be installed at the discretion of the Engineer, Red Valves or approved equal. EA 1 $ 3r000 $ 3 OCR 29 Install one (1) 24" to 36" diameter Flap Valves to be installed at the discretion of the Engineer, Red Valves or approved equal. EA 1 $ (171000 $ (pr 000 Bid No. 11-12-040 I'agc 26 y} pL, r, aSLihne �i o ax ,�fi Lg 0v0402 a�'SCIEA7L1i, ( �3A I'RICSI�� C7'IJMS , 7 t : ya7 30 scrlption''`Unit 30 Lump sum for MOBILIZATION to each of the drainage locations covered under this contract based on a one (1) year term. LS 31 Provision for SURVEY WORK and "As -Built" information for a one (1) year term including submitting the information on a Surveyor's Book and ACAD files, and the requested certified survey for abandonment of auger hole structures per Florida Department of Environmental Protection (F.D.E.P.) regulations. Note: This item excludes the Survey work required for a proposed deep LS drainage well structure (Refer to Item 49 below). 32 Ten (10) Core Drill exiting manholes and catch basins in order to install new pipes, cross pipes and French drains (15" to 24" diameter), 0-6 ft. cut. EA 33 Installation of 50 sq. yds. of Rock Drain — Swale trench, including the filter fabric, pea rock, top soil, and solid sod. SY 34 Remove and Replace 30 sq. yds of Sidewalk, 4" Thick. SY 35 Remove and Replace 30 sq. yds. of Sidewalk, 6" Thick. SY 36 Remove and Replace 30 sq. yds of 6" Thick Concrete Driveway. SY 37 Remove and Replace 100 linear feet of Curb LF 38 Remove and Replace 100 linear feet of Curb and Gutter/ Valley Gutter LF 39 Install four (4) ADA Access Ramp including embedment yellow pad. EA 40 Plug five (5) 12",15" and 24" Pipes. EA 41 Five (5) Percolation Test, as required by City Engineer. EA 42 Five (5) Field Density Test (Proctor), as required by City Engineer. EA 43 Five (5) Test Holes to determined existing location of underground utilities. EA 44 Remove and Reset 100 sq. yds of brick paved driveways, including resetting the base and fine sand. SY 45 Install 100 sq. ft. of St. Augustine Grass (Floratam) Solid Sod including fine sand, water, etc. per Division 2B — SODDING. SF 46 Replanting/ resetting five (5) existing tree, including guide wire, or wood stand, as required by the Engineer per Division 2A- PLANTING. EA 47 Installation of Five (5) tree w/ Mahogany (Swiefenia mahagony) 14' X 8' X 10' spread, Florida #1 or better, minimum 3" caliper, and minimum 5' clear trunk. EA 48 Furnishing all materials, equipment and permits (application and County Clerk recording of documents) required for the abandonment of ten (10) auger hole structures with FDEP. Note: The Survey Work for abandonment of an auger hole is included in Item 31 above. EA 49 Installation of one (1) deep drainage well per FDEP methods and standards including the Survey Work required by the Florida Department of Environmental Protection (F.D.E.P.), applications, recording documents with County Clerk, and proof of obtaining final permit. EA 50 Contingency Allowance LS For all locations on a 1 year term For all locations on a 1 year term $ 22,000 $ 5, 000 Item COSt.q. _ �wS $ 22,00 $ S,00' 10 50 30 30 30 $ "15D ,00 $ 55,00 $ 32DO $ 34,00 $ 3(j.0o 100 100 $ ig•oo $ i iS .00 $ 7,,Sb( $ 2 r 7O $ 9c,o $ 1,050 $ i3O,0 $ j �0co $ I,g00 4 5 $ 1,350 $ 5Ut) 5 5 5 100 100 $ goo $ 300 $ g 50 $ 30.00 $ , $5,400 $ 2,50c) $ 4,000 $ 1rspv $ 4,256 $ 3,("00 $ 175 5 $ 1 , 000 $ 5,000 5 $ 500 ,o0 $ 2100 10 $ Irv90.00 $ Ig,000 1 $ 20,000 .00 $ 20, oo0 $85,000 Bid No. 11-12-040 Page 27 C 00400. PROPOSAL BID FORM:. (Page 12 of 12) SUB -CONTRACTORS Contractor shall identify below all Sub -Contractors. Categories shall be added as necessary. If no Subcontractors are to be used, insert .the word "Self' in the spaces under "Name of Subcontractor". The work performed by all subcontractors listed below cannot be more than 10% of the total work for this contract. NAME OF TYPE OF WORK SUB -CONTRACTORS 1. Storm Sewer/ French Drain 2. A.sohalt Pavement 3. Brick Sidewalk 4. Curb and Gutter 5. Surveyor Auger hole abandonment 7. Deep Drainage Wells Self Sef Self Self Self Self Self SUBCONTRACTOR'S COUNTY -MUNICIPAL OCCUPATIONAL LICENSE NUMBER Bid No. 11-12-040 Page 28 00500. SUPPLEMENT TO BID FORM: • .QUESTIONNAIRE THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, SUBMISSION OF THE FORM OR ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, MAY BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. FAILURE TO SUBMIT THE FORM OR ADDITIONAL INFORMATION UPON REQUEST BY THE CITY SHALL RESULT IN THE REJECTION OF THE BID AS NON -RESPONSIVE. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business while possessing one of the licenses, certifications, or registrations? Nine Years License/Certification/Registration Name and Number # Years CGC1516849 5 CTTC1224696 5 E221300 9 1A. What business are you in? Civil Engineering,TPaving, Pipe Line, Land What is the last project of this natt.Q$S iav&e L)fn Yeig' Excavation, Asphalt , Concrete Perrine Cutler Ridge Water Main Improvements Have you ever failed to complete any work awarded to you? If so, where and why? Never 4. Give owner names, addresses and telephone numbers, and Surety and project names, for all projects for which you have performed work, where your Surety has intervened to assist in completion of the project, whether or not -a claim was made. Not applicable, JVA's Surety has never intervened to assist in completion of a project. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work: Village of Pinecrest/Dan Moretti 305-696-6916 (name) (address) (phone #) Miami -Dade WASD/Nelson Cespedes 305-607-0799 (name) • (address) City of Hollowood/Clece Aurelus (name) (address) (phone #) 954-805-3681 (phone #) Bid No. 11-12-040 Pace 29 6. List the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co -venture, list the information for all co -venturers.) TOTAL DATE OF % OF NAME OF OWNER & CONTRACT COMPLETION COMPLETION PROJECT PHONE # VALUE PER CONTRACT TO DATE 36" Inch Water Main Miami -Dade Coutny 09/2012 99% Black Creek Trail Segment Miami -Dade Parks 09/2013 10 (Continue list on insert sheet, if necessary.) Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete,rtpr its performance? No 8. Will you subconireet' any part of this Work? If so, provide the following details for each subcontractor(s) that will perform work in excess of ten percent (10%) of the contract amount. (Attach additional sheets if necessary) Subcontractor Approx. MIWBE Description of Work Name Percentage Status No Subcontractors The foregoing list of Subcontractor(s) may not be amended after award of the Contract without the prior written approval of the Contract Administrator, whose approval shall not be unreasonably withheld. 9. What equipment do you own that is available for the Work? JVA Engineering owns all equipment necessary to perform this project. 10. What equipment will you purchase for the proposed Work? There's no need to purchase equipment. JVA owns all equipment necessary to perform this project. Bid No. 11-12-040 Page 30 11. What equipment will you rent for the proposed Work? There's no need to rent. JVA owns all equipment necessary to perform/deliver this project. 12. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. Jose M. Alvarez is the proposed Project Manager and Cesar Gonzalez is the proposed Superintendent. PlCase see their resumes attached. 13. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 13.1 The correct name of the Bidder is JVA Engineering Contractor, Inc. 13.2 The business is a (Sole Proprietorship) (Partnership) (Corporation). Corporation 13.3 The address of principal place of business is 6600 NW 32nd Avenue, Miami, FL 33147 13.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Jose M. Alvarez Bid No. 11-12-040 Page 31 z_ 13.5 List all organizations which were predecessors to Bidder or in which the principals or .officers of,the .Bidder. were .principals or officers. None 13.6. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or aoainst the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. None 13.7. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). None 13.8 List all claims, arbitrations, mediations, civil actions, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. None 13.9. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organizations) were defendants. None Bid No. 11-12-040 Page 32 13.10. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended .from bidding by any government during the .last five (5) years? If yes, provide details. Never 13.11. Under what conditions does the Bidder request Change Orders? Under the formal request of the owner. 13.12. What is the nature and amount of the three largest change orders submitted by the bidder within the past five years, and their disposition? CO No. #3 for Perrine Cutler Ridge Project for additional work requested by the owner. The chdllge C7ZQeL WdS pdid aLuuidiiiyly. . Bid No. 11-12-040 Pate 33 00502. SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page 1 of 2) Contractors shall furnish the names, addresses, and telephone numbers of a minimum of five (5) firms or government organizations for which the Contractor has provided services for projects of similar size, scope and complexity over a three (3) year period. 1) Company Name Address City of Opa-Locka 780 Fisherman St. City of Opa-Locka Contact Person/Contract Amount Nasir Mohammad Telephone No. /Fax No. 2) Company Name Address 786-382-7917 Miami -Dade Water & Sewer 3071 LeJeune Miami, Fl 33146 Contact Person/Contract Amount Nelson Cespedes Telephone No. /Fax No. 3) Company Name Address 786-552-8142 City of Hollywood 2600 Hollywood Blvd. Hollywood, FL Contact Person/Contract Amount Clece Aurelus Telephone No. /Fax No. Company Name Address 954-805-3681 City of Miami 444 NW 2nd Ave Contact Person/Contract Amount Eric Rush Telephone No. No. Bid No. 11-12-040 Page 34 00502. SUPPLEMENT TO BID FORM: .. CUSTOMER REFERENCE LISTING (Page 2 of 2) 5) Company Name Port of Miami Address 1015 North America Way Miami, FL 33132 Contact Person/Contract Amount Bart Sanfilipo Telephone No. /Fax No. 305-347-4974 6) Company Name Address Contact Person/Contract Amount Telephone No. /Fax No. 7) Company Name Address Contact Person/Contract Amount Telephone No. /Fax No. 8) Company Name Address Contact Person/Contract Amount Telephone No. IFax No. Bid No. 11-12-040 Page 35