Loading...
HomeMy WebLinkAboutBack-Up DocumentsOIaIbjtJAL- INVITATION TO BID ("ITB") NO.: 12-13-040 DISTRICT 3 - ROADWAY, TRAFFIC & DRAINAGE IMPROVEMENTS PART II CIP PROJECT NO.'S: SW 18TH TERR. ROADWAY IMPROVEMENTS B- SW 23R° ROADWAY IMPROVEMENTS B-40303 40300 SW 20TH ROADWAY IMPROVEMENTS B-40310 SW 22''D ROADWAY IMPROVEMENTS B-40311 SW 26TH ROADWAY IMPROVEMENTS B-40317 Due Date: Thursday, May 30, 2013 Due Time: 2:00 P.M. Mayor Tomas P. Regalado Commissioner Wifredo "Willy" Gort, District 1 Commissioner Marc Sarnoff, District 2 Commissioner Frank Carollo, District 3 Commissioner Francis Suarez, District 3 Commissioner Michelle Spence -Jones, District 5 City Manager, Johnny Martinez, P.E. Issued By: City of Miami Capital Improvements Program 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 BID FORM (Page 1 of 12) SECTION 4 BID FORM Submitted: City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 May 30, 2013 Date 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 performed; and that it has submitted the required Bid Guaranty; and afl 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 political subdivision of the State of Florida, 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(s) entitled: Bid No: 12-13-040 Title: District 3 - Roadway, Traffic & Drainage Improvements- Part II 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. 79 District 3 - Roadway, Traffic & Drainage Improvements - PART 11 B-40300, 3-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 BID FORM (Page 2 of 12) Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written Bid Amount, the written Bid Amount will prevail. City Form SU must be submitted with your bid. The SU Form can be found posted on the webpage with the bid documents. Our Bid Amount Includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required in accordance with the Bid Specifications, ITEM 1 - B-40300 TOTAL BID AMOUNT: $ 70, 361.60 ITEM 2 - B-40303 TOTAL BID AMOUNT: $ e4, 205.35 ITEM 3 - B-40310 TOTAL BID AMOUNT: $ 81,303.10 ITEM 4 - B-40311 TOTAL. BID AMOUNT: $ 86, 531.60 ITEM 5 - B-40317 TOTAL BID AMOUNT: $ 20 899 so COMBINED 7"CTAL BID AMOUNT: $ 343, 301.15 (COMBINED ITEMS 1 #2+3#4#5) Three Hundred Forty Three Thousand Three Hundred One Dollars and Fifteen Cents Written Combined Total Sid Amount 80 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, 3-40311 & B-40317 ITB No.: 12-13-040 Gty of Miami - BID FORM SW 18 TERRACE MPROVEMENTS, B-40300 ROADWAY & DRAINAGE IMPROVEMENTS i !! s x ,i• # � tS t- i 11 ROAWAY PAY ITEMS 110-1-1 CLEARING AND GRUBBING AC $ 325,000.00 0.013 $4,25.00 !i 327-70-1 MILLING EXISTING ASPHALT(' AVG. DEPTH) SY $ 3.50 1,547 $5,414.50 •�$`; 331-2-1 TYPE S-I ASPHALTIC CONCRETE (110 LBSISY) TN $ 128.00 11 $1,408.00 331-2-3 TYPE S-III ASPHALTIC CONCRETE (110 LBSISY) TN $ 128.00 87 $11,136.00 520-1-10 CONCRETE CURBGUTTERTYPEF LF $ 21,00 689 $14,469.00 ` 522-1 CONCRETE SIDEWALK (4") (INCLUDES DETECTABLE WARNING) SY $ 40.00 68 $2,720.00 n,t 522-2 CONCRETE SIDEWALK (6') SY $ 45.00 100 $4,500.00 570-1-2 PERFORMANCE TURF (SOD) (INCLUDES WATER AND FERTILIZER) SY $ 425 14 $59.50 .. .. .. .,- - .: TOTAL ROADWAY PAYITEMS= goo l'_,(< IL p kk Rf, t r`vr. 1 ,, d-13{iro '" I L} i qpl j "{r I y sie>:; �,. k r !,° ��C�.! t x x { {a, �} f � t ((��5:kik'1u{iE1 , '�y{ Sl ddL�t v:a i a n -Ny pa ? {�{�@ f1{ •i1il ( iiS p� ! k" €g ti t fa l , `I � �rattl a�1 s I I t a _ ! i . qg � (#. j! i?611}11� 9 s I t t i I� ?��� l4dt i6f1°Ii !�EF�,tI#td.F 4 x x6 �i I I l:xxI , :,'�,'{ DRAINAGE PAY ITEMS 425-1-901 INLET, TYPE F 3, SPECIAL <10 EA $ 1,960D0 4 $7,840.00 ,; 425-210-1 MANHOLE, SPECIAL, <10' EA $ 3,800.00 1 $3,800.00 ( . 425-5-1 MANHOLE (ADJUST) EA $ 350.00 5 $1,750_00 425-8 WATER VALVE (ADJUST) EA $ 250.00 3 $750.00 .? 430-176.11$ PIPE CULVERT, OP-RONALMATERiAL, ROUND, 15' SD LF $ 4200 50 $2,100.00 ,,jt, • 430-175-116 PIPE CULVERT, OPTIONAL MATERIAL, ROUND,18' SD LF $ 48.00 3 $144.00 (II ,, { 430-94-1 DESILTING PIPE 0-244' LF $ 5.00 140 $700.04 fl 430 $4-2 DESILT1NG PIPE 24'-36' LF $ 6.00 310 $1,860.00 _ ,.. TOT AL DRAINAGE PAY ITEMS, jg(�' � ?�! • � ty P,V q li � �1' L $ #� t {t� ,.,{•[} •{, ,s iiiiiirrib _ ` a'It PiAffilW L � I tk �E7� t!{°:.:. { of xIr �AY 1' .l SF iz' f: F R'ii t 51';F i. }`=:- py I� t imp 11•°1 (l • �!1 g� rt � c„io Fo�'+S{Ery 411. 1Sltii4 Y�$a "4" s .i1J,� i �f{qf �}'h�i l9 •:t 1 a. _ IIT e T (,8�'xIE113 1}1iY, �I 4 , • :. ijl l ��; 3, :ri [��y�j ( �II'8{k les, Is ! [d .10 U!# .y `�9 ( (9� R �!j�j�l: flfiP Lii• II} , 41(E µ }# ryI�`.#`d�}! re , t i `t#llkl:iiill :ItiH9 d , . i k SIGNING AND PAVEMENT MARKING • 710-11-122 PAINTED PAVEMEF'WSIARKINGS, STANDARD (WHITE) (SOUD) (8') LF $ 1.10 270 $297_00 r 710-11-123 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (12) LF $ 1.30 217 528210 » 710-11-124 PAINTED PAVEMENTMARKINGS, STANDARD (WHITE) (SOUD) (1$") LF $ 1.40 140 $196-00 710-11-125 PAINTED PAVEMENT MAR KINGS, STANDARD (WHITE) (SOUD) (24') LF $ 1.50 58 $87.00 „ , } 710-11-211 PAINTED PAVEMENTMARKINGS, STANDARD (YELLOW) (SOLID) (6') . NM $ 1,600.00 0.042 $6720 700-20-40 SINGLE POST SIGN, RELOCATE AS $ 180.00 2 $380.00 706-3 REFLECTIVE PAVEMENT MARKER (YELLOW) FA $ 4.75 12 $57.00 It".11d# `.i; 711-11-122 THERMOPLASTIC, STANDARD. WHITE, SOLID, 8' LF $ 1.10 270 $297.00 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12- LF $ 1.30 217 $282.10 , "I 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID,18' LF $ 1.90 140 $266.00 �( - (# "Ir. 711-11-125 THERMOPLASTIC ,STTANDARD. WHITE, SOI1D,24' LF $ 270 56 $156.60 1. "I" 5.-F,°'' sa C 711-11-211 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 6' NM $ 2,800.00 0.042 $117.60 ,.:M. TOTAL SIGNING AND PAVEMENT MARKING PAY ITEMS='''' I • ' C6T ?lI p IN SUBTOTAL ALL AREAS $65,361.63 . 101-1 MOBILIZATION LS $2,000.00 1 $2,000.00 . IIP •, } 102-1 MAINTENANCE OFTRAFFIC LS $1,500.00 1 $1,500.00 102-14 TRAFFIC CONTROL OFFICER L5 $1,000-00 1 $1,000.00 PERM -ALLOW PERMIT ALLOWANCE LS $500.00 1 $500.00 lid,'? g?fEsa B-40300 -TOTAL BID AMOUNT $70,361-60 City of Miami - BID FORM SW23 ROAD IMPROVEMENTS, B-40303 ROAOWAY & DRAENAGE IMPROVEMENTS � �� t f I tlltt" AEI (�� !�� s't �W=3� 1j � ?3 �s �i I � �j�I,�yI�`��la�!Ir.,t` �i E k �i� r 11? ' ti 1 ill 6!' iG��m'1ai olj1 �(�'}fI Iliit 1l. :, }, , � , H- ", l - 1 �I a���v° 1 111`lE3iyllr1910111,a ,., � °'l' � L , , ! U II1,4 �! i ROADWAY PAY ITEMS ({yy! 1;0-1 1 CLEARING AND GRUBBING AC $110,000.00 0.060 58.600.00 1 j;, 100-4 STAPI r74TION TYPE 9 (LBR40) 50 $5.00 7 $4200 265-706 OPTIONAL BASE GROUP 06 (8" UMEROCK BASE OPTION) 5Y 52800 8.000 $208.00 327-70-1 MILLING EXISTING ASPHALT (1" AVG. DEPTH) SY 53.50 1896 36,636.00 3N+ir 331-2-1 TYPE S-[ASPHALTIC CONCRETE (110 LBSSSY) TN $128.00 8 $1,152.00 331-2-3 TYPES4I[ ASPHALTIC CONCRETE (11CILBS/SY) TN $128.00 106 513,556.00 III 820-1-10 CONCRETE CURB GUTTER TYPE LF $0100 395 $18,790.00 'Ip { 522-1 CONCRETE SIDEWALK (4") (INCLUDES Die ( (ABLE WARNING) SY 540.00 58 $2,220.00 5222 CONCRETE SIDEWALK {0") SY $45.00 233 $1Q485.00 670-1-2 PERFORMANCE TURF, SOD SY $42.5 11 $46.75 620.1-10 CONCRETE CURB 8 GUTTER TYPE F LF $0.00 895 $0.00 nP." 5224 CONCRETESIDEWALK (41 (INCLUDES DETECTABLE WARNING) SY $0,00 58 $0.00 �{ 522-2 CONCRETE SIDEWALK(6") SY $0.00 233 $0.00 / {,. 576-1-2 PERFORMANCE MIRE, SOD SY $0.00 11 $0.00 ' TOTAL ROADWAY PAY ITEMS=�(iil{�}j? ,P i(1, '•.f„litiNni, :L`! 1 AT t ` , „• ' - la, K # 1 :1ig � E i I 1. 1,! # g,_... Yi i! ? � l f:11440 !�,�� i , „? I! { : $ i�: g !{ § �� 14liiOlgaIt i� �}{ ( ,`f� ifl 0 [ ..1 1 o�&` ,n �1a4t6� "�1ir DRAINAGE PAY ITEMS .��f., ; c� a 425-1-554; INLETS, PITCH BOTTOM. TYPED, 410' 6A $2,900.00 1 $2,004.00 WI 3„„ 425-1-713 INLETS, GUTTER, TYPE V, J BOTTOM, <10' FA $3,800.00 1 $3,800.00 st 11 425-1-901 INLET, TYPE F-3, SPECIAL, <10` EA $1,560.00 1 $1,960.00 . 11 425-210-1 MANHOLE, SPECIAL, <17 - EA 53,800.00 1 $3,800.00 425-6-1 MANHOLE (ADJUST) EA $350.00 1 $36060 A 430475415 PIPE CULVERT, OPTIONAL MATERIAL, ROUND ,16' 5D LF $4200 65 $2,730.00 ^1 "}BEp1j}jl{ y, 430-94-1 DESILTING PIPE, 0-24" LF $5.00 33 $165.00 R:I ( •a a'- „=== 430-94-2 DESILTING PEPE, 24'36' LF $6.00 1335 5810.00 TOTAL DRAINAGE PAY ITEMS=({i( ,}!049G .pt' ,Nn ,EI�1{ !6 ,p ;(. . 1 �'�'. Y �n�l)9'��j ,�13;}` � � ,�;1; Pi ?4 di { �ni � ,)...NI,1!( ' ;lI 1 i '� ll F„1 dll�€��o. 11 M ko 1 e Ali i9�k �u ; I.` ) . i� MI� 7 [ v .' �� �! v <,::; i i, ❑ ($ . � 6 � ��1� Fi��ti�:°4 !Iry HK�I .,? 1 11,I� � 0 �: ff �1��1��� c.I� ! 1i i1! i ! h �dGi' I j�(I !�. �: I, ;►�� SIGNING AND PAVEMENT MARKING +!(?SI, 710-41-111 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (E'1 NM $ 1,60060 0.152 624320 N.p 710-11-122 PAINTED PAVEEMENT MARKINGS, STANDARD (WHITE) (SOLID) (6') 1F $ 1.10 134 $147.40 710-11-123 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (121 LF $ 130 102 $132.60 ' 710-11424 PAINTED PAVEMENTMARKINGS, STANDARD (WHITE) (SOLID) (18") LP $ 1.40 51 $71.40 �aiGnil,`8$'dds'{ 710-11-125 FAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (24") LF $ 1.60 18 $Z4.00 710-11211 PAINTED PAVEMENT MARKINGS, STANDARD (YELLOW) (SOLED) (6') NM $ 1,600,00 0.047 $7520 706-3 REFLECTIVE PAVEMENT MARKER (YELLOW) EA $ 4.75 14 $66.60 711-11-111 THEMIOPLASTIC, STANDARD, WHITE, SOLID, 6 NM $ 2,800.00 0 $425.60 }$.t t 711-11 122 THERMOPLASTIC, STANDARD. WHITE, SOLID, 8' LF $ 1.10 134 $147.40 0021 7I1-11-123 THERMOPLASTIC. STANDARD, WHITE, SOLID, 12" LF $ 1.30 102 $132.60 711-11124 THERMOPLASTIC, STANDARD, WHITE, SOUD,18" LF $ 1.90 51 $96.90 III! C 71111-125 THERMOPLASTIC, STANDARD, WHITE. SOLID, 24" LT $ 2.70 16 54320 -t.zy,_1.a 71141211 THERMOPLASTIC, STANDARD, YELLOW, SOLID.6' NM $ 2,800.00 6.047 $13i.60 - - TOTAL SIGNING AND PAVEMENT MARKING PAY ITEMS=4ii3{Ifill fig SUBTOTAL ALL AREAS $78,;0525 { .. a 101-1 MOBILI4ATION LS 82,400.00 1 $2,400.00 1021 MAINTENANCE OF TRAFFIC LS $1,200.00 1 $1,200.00 102-14 TRAFFIC CONTROL OFFICER LS 5800.00 1 $360.00 PERM -ALLOW PERMIT AL,OWANCE LS $1,700.00 1 $1,700.00 9-40303 - TOTAL BID AMOUNT $84,205.35 City of Miami - BID FORM SW 20 ROAD IMPROVEMENTS, B-40310 ROADWAY & DRAINAGE IMPROVEMENTS t � !"�y' �3{f, 1 lir o • � �it�asr� � ..9 �.� �' �aCl. AY i:,.•:-�... � - I' 7„ � S I } :I [Ii-'+'(hi N� �I;.i a,� N. 1 1;1 ,j lA •� e `ili�i ! e,�. { �' i t :. 1 �'3 t . i #P E '. u.,nii�� �� I;�, � H, tI pytt() .�� � ! '':itn' �`! ii.I. r!n. , IlPi ':� ... ' ,: e wh 4, .,.t m,e,5t "ri rrP.36e 1P }[I�{l#�(rl�('!�{]j{jj tt bRit[ �j `' eEil3Cl_t 4 Via.. SE}{{{{{{�t[�• 't?iNlt u } to N ' 1 I.33 U'.. t i iit?? { t+33{ 9t, � t , Mff✓.x 'yll9 # 000 �, ' i i:, •.�5 � r 111 � x { ', Ili f €t � :!-c 4 , ! Ii� rf r ,Ili 3��y `!11 t, �ii ((rrl le, •� I [' 1 IL' ROADWAY PAY ITEMS , IL 110-1-1 CLEARING AND GRUBBING AC $ 155,000.00 0.040 $6,200.00 Z. ,?S' Ft- E; ezt 70-1 MILLING EXISTING ASPHALT (" AVG. DEPTH) SY $ 3.50 1,686 $5,901.00 ,, x a rE 8'' l 331-2-1 TYPE S-I ASPHALTIC CONCRETE (110 LBS/SY) TN $ 128.00 14 $1,792.00 + St.'' , .°xP l 331-2-3 TYPE S-II[ ASPHALTIC CONCRETE (110 LBS/SY) TN $ 128.00 94 $12,032.00 H }, 1-1 ° 520-1-10 CONCRETE CURB & GUTTER TYPE F LF $ 21.00 827 $17,367.40 : ij ) 1, 522-1 CONCRETE SIDEWALK (4") (INCLUDES DETECTABLE WARNING) SY $ 40.00 18 $720-00 { (' 1 l 'i'3522 2 CONCRETE SIDEWALK (6") SY $ 45.00 189 38 505.00 �ROA1�Y:I DWAY ADSM1IAY PTEMS-i 'I'r la+tt r olog• � c ��qqr.... t ]k ' T Q1t t 4Y'' - y�{� i•. a..� •i': t ,.!e S �! 3 it � r is S. 11! 1._ • C y '❑i yyi ai1t�.I1i1 �.t e Eif, 3 �..'*s �3t'�a'I,I..G;i;l)t�tisl�,.,ItFst _. 'G.; • j, ;t; lT ', t F... I l ttf! +� i7',. 1pp3 Z,� i.. ;�j e;ti�eJ,,3�,.�'..3 t. �_{y f! r>t.�.Il: ,. ae:..,' ➢',.{ �.t�i i' ,A , ['?tia y -t' i `! it 3 ri, i r •( ! ).. ll:i. �:;.ii ., i` ,.. E i�} a-- 7(}0 , efi i . Ir1f14!Ifi�i 1 r. �#•lyi �. P�)�`�[t tyi 37!• 6.;',- .� € :I # ` , •, {, !i tr, I ? t. 1 t F ):! �1ti t,..[[i is�dddt'?fk ��'1, j3t: t�.t 1 3``.�'Px I� +...-t i {. E k r j#..i _.�te��.sirE rr i yy]�� <. ri! -" 3g 1�Ei� i._ :t{I 1 Y �'.. § 'jr1,a_ it..,'s ,�{• `•{il'?i� � IRA I i fp 4� Sit ;II itii..,!ES't��!?;...�I,r r i f AIt i tS r•;t.-try`}0:• ,I�.. 3'I ( i3 , {yi ..i33#� -I:. �� j11 !t ) jt t 3 i �'�s �� `),�le-,. [ 1s 1 [ x }� 111 y '! !. -[}. Ya, 4j il �, tt l.. it):= DRAINAGE PAY ITEMS („ 425-1-901 f INLET, TYPE F-3, SPECIAL, <10' EA $ 1,960.00 ' 3 $5,880.00 ;': •�:.: � �+;;fi M1 425-210-1 MANHOLE, SPECIAL, t10' EA $ 3,800.00 2 $7,600.00 425-5-1 MANHOLE (ADJUST) EA $ 350.00 1 $350.00 ';t°am an?'', 430-175-115 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 15° SD LF $ 42.00 81 $3,402.00 i 't=,, � I t >" 443-70-4 FRENCH DRAIN, 24' LF $ 92.00 50 $4,600.00 ..y' . DRAINAGE PAY IT S= EM'i{ N .(i}I ' (' ' !I ! �t' {� 1?I k ��{ ,4:}.. ![S ''#(�Ia it � 3,� E,iag, !; I i jj; ,(4' I �7g 5?{{.lj �l �" e' t..` }111 I QA { S' E��dF i [tr•� , " �j 1 gx i II { "[i { 11 } j��`. !) I '� I 11Ei�'S (• ` E E.h) Ei y }9'U`E[{htti! tt°u..[.I�lii >,;�. �c I R �.. i ' �t �gk }iI �ii�_� ' {I' � 11 _ F' Ir1. r i •k) 1.. l9 1 l E,` ) �r ''�� �F�a- �'`.._ g [gd 6 ` ti cr rE fft (j[jjj�y' 1 °I:�t N rIi1 E • R �t � y �a , ° I y 473! P,t{ bi '.�i+f, [TOTAiL�gD� 3j -{T' j J fi iLik? 3 q i'fil a� a" kItl It' ( n { f > , .' x �'{ r 111111 P � [f +. y� y{� 1�! j fEt ' ' y? • f� 6. IS T= l Sll' h t3.'�. t tiS� !a 1 i1' !1 [i9Itti. I. y {,i e e•§ r S a�n ,it SIGNING AND PAVEMENT - MARKING . .. 710-11-111 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) 6') NM $ 1,600.00 0.154 $246.40 # 710-11-211 PAINTED PAVEMENT MARKINGS, STANDARD (YELLOW) (SOLID) (6') NM $ 1,600.00 0.080 $128.00 700-20-60 SINGLE POST SIGN, REMOVE AS $ 120.00 1 $120.00 a ({ a 706-3 REFLECTIVE PAVEMENT MARKER (YELLOW) EA $ 4.75 22 $164.50 711-11-111 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6' NM $ 2,800.00 0.154 $431.20 ..:�•. ....:. •ri 1 711-11-211 - THERMOPLASTIC, STANDARD, YELLOW, SOLID, 6' NM $ 2,800.00 0.080 $t224.00 SiGN1 ANDPAY TOTALSIGNING PAVEMENT MARKING S=E (i� d ,...P .,,iii'Q.. ITEM S tsi l l� �� � #� . , SUBTOTAL ALL AREAS $75,603.10 s4 ci'E 101-1 MOBILIZATION LS $2,200.00 1 $2,200.00 fi,i : 102-1 MAINTENANCE OF TRAFFIC LS $1,000.00 1 $1,000.00 102-14 TRAFFIC CONTROL OFFICER LS $800.00 1 $800.00 PERM -ALLOW PERMIT ALLOWANCE LS $1,700.00 1 $1,700.00 4 g B-40310 -TOTAL. BID AMOUNT $81,303.10 City of Miami - BID FORM SW 22 ROAD IMPROVEMENTS, B-40311 ROADWAY & DRAINAGE IMPROVEMENTS "! S I' 11 " E � ; � i;� i L'1`z T�,}�' x #11 I' 'j ia' ,.f r r. U d : 9 ,r I � f S $ I)d 1' n #liia' S ;� =t3 $ .i I r�ir R ii i 1 # Y � � �� }ji i t (rt ! r$ . z! s�` Si ii{a ii $,r iE$sP"'$I 9I / € i i , m-1# s l�` ti si . i1 ,y � r �. F� [j i11' ij4 , s x .. ` } � P' # ; Pz FiII41 ` ii, , 11 : I i fl f3 -p N t � � � i �f�' Y� �. ill N q , ,_ �f RT i� " C .e� _' CI r f {� f" IL#u g} 4Sf � !t9{Ei �Pt 111 �f�.� } fi { ROADWAY PAY GEMS , .,s 11 $ 110-1-1 CLEARING AND GRUBBING AC $ 112,000.00 0.066 $7,616.00 r;-'3(:*, • 327-70-1 MILLING EXISTING ASPHALT (1' AVG. DEPTH) SY $ 350 1,948 $6,818.00 .,3 i 1�.:; 331 2-1 TYPE S-1 ASPHALTIC CONCRETE (110 LBSJSY) III $ 128.00 5 $640.00 I 3312-3 TYPE S-III ASPHALTIC CONCRETE (110 LBSISY) (1') TN $ 128.00 110 $14,080.00 '41 k ; 520-1-10 CONCRETE CURB & GUTTER TYPE F LF $ 21.00 919 $19,299. 0 x ° y-.' Y.' I 522-1 CONCRETE SIDEWALK (4') (INCLUDES DETECTABLE WARNING) SY $ 40.00 15 $600.00 ;2i<''a:,1.„`.'...:i 522-2 CONCRETE SIDEWALK (6") SY $ 4E.00 322 $14,490.00 TOTAL ROADWAY PAY ITEMS=1i1 { ): I. AA e, n d i KIN yT, ri f I t j � I it ` €i I f Id ,� ,"l:Itirl i ' l+ ) fi i 3 1 d 11}ifh�.b1311#,1 x•• �(Lio} pin { RT. t f( f@ uxi r 3 ! I iI' C 1 f>Nl f.$ D y 1 ifit h' rl• y1 a I, i3E .li• 4 l,1 619�i, : .1 e; f 1 iiy � 9 3 I;} , E£' t6!I 21 a T i t t It 1. I3 �� €;I 1 .r , art t. `�(? ntTA - # ia fS 1 i' ir'7" { �{# #q # (rI�'ii r : r ..1idt rtpa. e 1$1.'eil S {i ! !L�Ii r .`!j}t 19 arrz 1$e; ° 1 1 i 1 Mal -" $ Eta€ za 4,ghYfl a Ilk # I' ¢�' #i �r n u i rflj' #r , DRAINAGE PAY !TEAS 425-1-901 INLET, TYPE F-3, SPECIAL, <10' EA $ 1,960.00 2 $3,920-00 v, 425-210-2 MANHOLE, SPECIAL, >10' EA $ 4,400-00 1 $4,400.00 . ' 425-4 INLETS (ADJUST) EA $ 800.00 2 $1,600.00 425-5-1 MANHOLE (ADJUST) EA $ 360.00 1 $350.00 430-175.115 PIPE CULVERT, OPTIONAL MATERIAL, ROUND .15'SD LF $ 42.00 38 $1,696.00 }' -''` 'I 430-54-1 DESIL ING Pi PE, 0-24' LF $ 5.00 75 $375.00 bran _ , = = 443-70-1 FRENCH DRAIN; 24 LF $ 92.00 30 $2,760.00 .. .. . ' TOTAL PAYj1{I 1(`P.05:0. ��99 ,x{° yf i � 1, 11yy�� gg �Sf'F °. �` ' $ �� r ,I �. 9 .(1'R{I" ��'jI II�'}'j' E2 ' � ��i���`�, pts I,i� �`�f7I I31 ? I ,i �itl es a # 1� 4�,, Ili w ; '; 1 i � W „ _� h'xgF �y ifi�a�i{��I; � i,I+3,I' , 4`�P i6'�J,,,,.'h9 r Sijtj;({jj� :Er7.„�a I ° , ') `gggg rllii i �Ri< $II#m3�ll�yr�I:�.I; ,,p $g1 9 '9 I.X �'t {{jjI¢Ij[[ ((II(([[ I��,�{IIIC��'� INN [fiiiiiIIlfill}il1Il r Ri9 II 'K '!iS 33 I ' TH. ', i 1��'#,�,;E��r.•t!11'. inj{L,F;�- i'�i1$^'t'i .j 1" t�l� "" Syi �{ ° ) 4f Lill } i E I �irlf�ii��Ri'°�f 1 ° i hNx�7y}, 6nE { I$ �' F 1 ! p �"u Iill t It@1Rit ,ti A rr i Pi I 4 ` 1 � ��dlf#1 ' `{YI(DRApIjtN}{A[GE 14)rB.ifii ; Itjdl)SI#I; �� s {{i � j a Mkt. (T i'iS''4R1ii!iliR u P ?��'fllfP jE jMS= t. tp�,I II 1 11 s.# itlit 1311111[1111 itliliilPI 1i� ,Ni �z�a[.i i:i� SIGNING AND PAVEMENT MARKING "f> ti:.s;%E -I 11 710-11-111 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (6') NM $ 1,600.00 0.163 $260.80 :; ,''e::'1 710-11-122 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (8) LF $ 1.10 42 $4620 { 710-11-123 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (12') LF $ 1.30 131 $170.30 rt z t 11 '" P 710-11-124 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (181 LF $ 1.40 36 $50.40 yy{I^ 710-11-125 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOUD) (24") LF $ 1.50 25 $37.50 I ,ul 'ems 1 vtk`:. 710-11-211 PAINTED PAVEMENT MARKINGS, STANDARD (YELLOW) (SOLID) (61 NM $ 1,600.00 - 0.054 $86.40 706-3 REFLECTIVE PAVEMENT MARKER(YELLOW) EA $ 4.75 16 976.00 711-11-111 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6' NM $ 2,800.00: 0.163 $456.40 ylJ. 711-11-122 THERMOPLASTIC, STANDARD, WHITE, SOLID, 8' LF $ 1.10 42 $4620 •- . 711-1:1-123 THERMOPLASTIC, STANDARD, WHITE, SOUD, 12' LF $ 1 30 131 $170.30 711-)1-124 THERMOPLASTIC, STANDARD, WHITE, SOLID,18' LF $ 1.90 36 $66.40 711-11-125 THERMOPLASTIC. STANDARD. WHITE, SOLID, 24' LP $ 2.70 25 $67.50 : 1:11.,,,,- '' 711-11 211 THERMOPLASTIC STANDARD, YELLOW, SOLID, 6' NM $ 2,800.00 0-054 $151.20 TOTAL SIGNING AND PAVEMENT MARKING PAY ITEM$=}}t,.#itYYi!S7!r. ��y . ;,. • it SUBTOTAL ALL AREAS $80,231-60 L 101-1 MOEIUZATTON LS $2,300.00 1 $2,300.00 ,s 1-I ' '- ; ',A, 1. 111 " 102-1 MAINTENANCE OF TRAFFIC LS $1,500.00 1 $1,500.00 '''' ,, ! a1 l_ 102-14 TRAFFIC CQNTROL OFFICER LS $800.00 1 $800.00 , { 1'-+Ili, 't 1" PERM -ALLOW PERMIT ALLOWANCE LS $1,700.00 1 $1,700.00 w as B-40311 - TOTAL BID AMOUNT $86,531.50 City of Miami - BID FORM SW 28TH ROAD IMPROVEMENTS B-40317 ROADWAY & DRAINAGE IMPROVEMENTS t S"'� 7 , e t; -::�a .� tt s r �t j 111, �r ,3.'£� IFI1IIML { i k�¢�41 1ti 14IIIL 'F S�YS` Xfi �! Uf ` �L°r.�tfilll -`Sl el��a l[t ^ a:ili�� ' .'•,. ROADWAY PAY ITEMS ... vt 110-1-1 CLEARING AND GRUBBING AC $15,000.00 0.055 $825.00 104-18 INLET PROTECTION SYSTEM LS $500.00 1 $500.00 1N Vi'!e. e,.« -Jn-;,*l , 327-70-1 MIL.LLNG EXLSTLNG ASPHALT (1 AVG. DEPTH) SY $3.50 244 $654.00 331-2-3 TYPE S-ii[ ASPHALTIC CONCRETE {1") TN $128.00 14 $1,792.00 •,., ' €si 520-2-4 CONCRETE CURB & GUTTER TYPE D LF $21.00 159 $3,339.00 570-1-2 PERFORMANCE TURF, SOD SY $425 18 $76.50 TOTAL ROADWAY PAY ITEr IS= ;irii, 1 ' �.4r i� 1i Nat { a amivi �. � r� �,3,�y�� f '� c 11 , i. it " I l[ �L {� S{ � 1 :il�ai sdk �Kdf3��, t { "i?t g}I , t# E t 9 !; , {'M!{ j�M {j ,�llF, o� f ..t itt41G.i�� ` + I�y ,ii[IiEEI t y L I � i lii>i{, `�. l S: � t P L?� .{ill DRAINAGE PAY ITEMS +Ii) 425-1-901 INLET, TYPE F-3, SPECIAL, <10' EA $1,960.00 1 $1,960.00 11 K .. 425-210-2 MANHOLE, SPECIAL, >10' EA $4,400.00 1 $4,400.00 i 425-6 WATER VALVE (ADJUST) EA $250.04 4 $1,000.00 430-175-115 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 15' SD LF $42.00 9 $378.00 430-94-1 DESILTING PIPE, 0-24" LF $5.00 75 $375.00 L _ 443-70-4 FRENCH DRAIN, 24" LF $92.00 25 $2,300.00 TOTAL DRAINAGE PAY ITEMS- �rie�„�Fll5Flq�'y� r9t7� i i SUBTOTAL ALL AREAS $17,799.50 101-1 MOBILIZATION LS $800.00 1 $800.00 102-1 MAINTENANCE OF TRAFFIC LS $800.00 1 $800.00 l 102-14 TRAFFIC CONTROL OFFICER LS $500.00 1 $500.00 PERM -ALLOWANCE PERMIT ALLOWANCE LS $1,000.00 1 $1,000.00 B-40317 - TOTAL BID AMOUNT =- Y1y-7.... $20,899.50 BID FORM (Page 3 of 12) The spreadsheet with Unit Prices is required to be submitted within the Bid Submittal Forms. Bidders must download the version of MS Excel Bid Form that is available for download at: http:Nvvww.rriiamigov.cow/Capitallrnprovemenisipapes/ProcurementQpportunities/Default.asp. Failure to submit the Spreadsheet may result In the Bid being determined to be non -responsive. MS Excel sheet shall round all bid price to the second decimal. The Bid Forms contain five (5) separate Projects and the Bidder must provide unit prices for ail Work to be performed for each of the five (5) Projects to be deemed responsive. DISTRICT 3 ROADWAY, TRAFFIC & DRAINAGE IMPROVEMENTS - PART 11 - B-40300, B-40303, B-40310, B-40311 & B-40317 ...,.r.: ....:........... ......_�_.Y._..__u. _. ' �:'_ � ..::: ......-.: _:_.r.-..._..-..-._.�._. .. ... : ..I?' 1e e t - - -_ a __a__rn....._scr-� ioc�.::s.. r..��,..._.:. - . ; _. ... n�. .. ._. ate � JS anti. _ f. .. 1 1 2 2 3 3 4 4 5 5 6 6 7 7 8 8 9 9 10 10 81 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, 8-40310, B-40311 & 8-40317 ITB No.: 12-13-040 BID FORM (Page 4 of 12) Part I: DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) 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 i1: 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 Community Small Business Enterprise ("CSBE") Requirements Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18-89 of the City Code, pertaining to the implementation of a 'Community Small Business Enterprise" requirement. Evaluation of bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a contract. 2. Non -Collusion Bidder certifiesthat 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. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately; and 3. 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; (2) Establishing a continuing drug -free awareness program to inform its employees about: (1) 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); 82 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 BID FORM (Page 5 of 12) (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; (6) 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: (7) (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 Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and 4. 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. (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. 83 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 BID FORM (Page 6 of 12) 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 faits to file the required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $100,000 for each such failure; and 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). 5. 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, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency. (b) Have not within a three-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 civilly 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. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to contract with the city; (5) Bidder will be in compliance in supplying all requested information connected with the inquiry concerning responsibility; (f) Bidder has not had a termination, suspension, or cancellation of a City contract, in whole or in part, for cause, due to a default by the bidder or offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or 84 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 BiD FORM (Page 7 of 12) (g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the city have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court", as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the city or withdrawal by the city by order of the court. (h) The Bidder shall provide any information requested by the chief procurement officer or purchasing agent concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective contractual party may be found nonresponsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) The bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. 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 in writing. 6. Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) have read and understood the provisions of City of Miami Ordinance 13332, codified as Section 18-89 of the City Code pertaining to the local workforce participation requirements on a quarterly basis; (b) have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 454,471,473, or 481 and who is not with the contractor; and (c) the selected third party, who independently verifies compliance with this section, must have a minimum of 2 years experience as required in Ordinance No. 13332, codified as Section 18-89 of the City Code; 85 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 BID FORM (Page 8 of 12) Part IV; Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the proposal and in the total Bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Trench Box LP 10 $10,00 Total $ 1oo.00 Extended . Method $100.00 Trench Box Attached is a Bid Bond ni Cash [], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [] or Certified Check [ ] No. Bank off for the sum of 55 of Bid Proposal A Lint s 8 Dollars ($ ). The Bidder shall acknowl-dge his :id and certifies to the above stated in Part ill and IV by signing and completing the spaces pr.vide• be . . JVA E gineer ontraCtor, Inc. Firms Name: Signature: Printed Name/Title: •ose M. Alvarez 86 District 3 - Roadway, Traffic & Drainage Improvements - PART II 3-40300, 3-40303, B-40310, 3-40311 & B-40317 ITB No.: 12-13.040 BID FORM (Page 9 of 12) City/State/Zip: Miami, FL 33147 Telephone No.: 305-696-7902 Facsimile No.: 305-696-7903 Social Security No. or Federal I.D.No.: 48-1277685 E-Mail Address: jma@jvaengineering.com Dun and Bradstreet No.: 61-472-6573 (if applicable) If a partnership, names and addresses of partners: N/A 87 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 BID FORM (Page 10 of 12) CERTIFICATE OF AUTHORITY (IF CORPORATION) HEREBY CERTIFY that at a meeting of the Board of Directors of Jose M. Alvarez , a corporation organized and existing under the laws of the State of Florida held on the 30 day of May , 2013 , a resolution was duly passed and adopted authorizing ( .me) M. Alvarez as (Title) President of the corporation to execute bids on be alf of # corp ration and providing that his/her execution thereof, attested by the secretary of the corporation, shall be th- offici act and deed of the corporation. I further certify that said resolution remains in full force IN WITNES Secretary: Print: I have hereunto set my hand this ' day of May ,2013 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) 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 an 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. further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: N/A Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures 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 (corporat;e, partnership, or individual). 88 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 BID FORM (Page 11 of 12) 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. Signed: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 N/A Print: 89 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 BID FORM (Page 12 of 12) NOTARIZATION STATE OF Florida COUNTY OF Miami -Dade ) SS: The foregoing instrument was acknowledged before me this 30th day of May 20 13 , by Jose M. Alvarez , who is personally known to me or who has produced SIG STA TU RE E OF FLO N/A ©A Marla G. Gutierrez PUB IC PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 as identification and who (did / did not) take an oath. 90 ITB No.: 12.13-040 Section 5- Attachments BiD BOND FORM (Page 1 of 3) State of Florida County Of Miami -Dade City of Miarni ) ) SS KNOWN ALL PERSONS BY THESE PRESENTS, that JVA EngineeringContractor, Inc. as Principal, Darwin National Assurance Company as Surety, are held and firmly bound unto The City of Miami, in the penal sum of Five Percent of Amount raid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated May 30 2013 ,for: DISTRICT 3 - ROADWAY, TRAFFIC & DRAINAGE IMPROVEMENTS, PART 11 - B-40300, B-40303, B-40310, B-40311 & B-40317 NOW THEREFORE: (a) If the principal shall not withdraw said Bid within one hundred twenty (120) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) In the event if the withdrawal of said Bid within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the principal shall pay the City the difference between the amount specified In said Bid and the amount for which the City may procure the required Work and supplies, if the fatter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. DISTRICT - ROADWAY, TRAFFIC & DRAINAGE IMPROVEMENTS, PART II - B-40300, B-40303, B-40310, B-40311 & B-40317 Bid No.: ITB No, 12-13-040 91 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this ___28th___ day of Mayr , A. D., 2013 _, the name and corporate seal of each party being hereto affixed and these presents duly signed by WITNES Partners two (2) If Corpor only will : (If of ip, or of fitness tion, S ttest an rsign 0 tV re ret a d representative, pursuant to authority of its governing body. nership, nture, equired. ry ix seal.) Surety Secretary Olga Iglesias DISTRICT - ROADWAY, TRAFFIC & DRAINAGE IMPROVEMENTS, PART If - 8-40300, 8-40303, 8-40310, B-40311 & 3.40317 tractor, Inc. e of Firm) Affix By: _ Seal (Signatu e of autho ed officer)_..,, (Title) 6600 N.W. 32nd Avenue Miami (Business Address) FL 33147 City State Zip Surety: Darwin National Assurance Company (Corporate Surety) Affix Seal (Signature of Authorized Officer) Charles J. Nielson Attorney -in -Fact (Title) ��-- 1690 New Britain Avenue, Suite 101 (Business Address) Farmington CT 06032 City State Zip Bid No.: ITB No, 12-13-040 92 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE P D sL. M • Vet vi ,t the Corporation I named as Princi OSL t/- AIVar t of said signature hereto is genuine; and that said bond behalf of said corporation by authority of its gove STATE OF Florida ) COUNTY OF Miami -Dade City OF Miami ) ) Before me, a Notary appeared Charles J. Nielson sworn upon oath, says Darwin National Assurance Company_ SS Public rtify that l am the Secretary of e within bond; that t I know his signature, and the sealed and attested for and in _.(Corporate Seal) commissioned, and qualified, personally to me well known, who being by me first duly that he/she is the attorney -in -fact, for the and that he/she has been authorized by duly Darwin National Assurance Company to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this 28th INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders day of May A. D,,2013 _. Notary Public, State of Florida at Large Olga Iglesias My Commission Expires: M y21, 2014 OLGA IGLESIAS COMMISSION # D0984061 EXPIRES MAY 21 2014 BOOED 114110.1GH E11.11N5l1RANCE COMPANY DISTRICT 3 - ROADWAY, TRAFFIC & DRAINAGE IMPROVEMENTS, PART ti - B-40300, B-40303, B-40310, B-40311 & B-40317 Bid No.: ITB No, 12-13-040 93 • • : ;.• l;)fill..4iell'51:11i, `,1 POW„ R. OF At.,TOR-N-r0 .• !sale DOe: Aptil.8,, 2013 • , . ,:bAtioiol.is$41.Aisii:14464'.0543arly, a 0101,40540bratiOft . . . :.„ . • • • • : • ••• ••• . -• • .• . . .••• • .. •.. . Single TrariaOtion ttchit $16,000,000 ••'• ..; ..• • •;,•.•• •• 0.Ton-0011)d.Og:116f6bY•:•41Dpoint • Dactid R. Hove.• .NfejgbiliHobyqr:84.8bp* :•.00-1' LOCATION: 80()0P9v,Ornot,!:$09aie..0id, Suite ibi dmiarni. • • . „•••:. • . . • s•Ite trUe-Ond 10if(.11..fg9hieit(s)41T-Fkt, with fig 4ttikritjit0 execute on its behaJfbonds, undertaktngs, robognizaits..a:fidOthk.ontr.aots'ofjdoi4rfillty • and vir:r4ings.•9611001Orykj,tho natUre ssued in the Ot.trSe.cif ItS:husinessi and to bind the Company thereby This Power of:Attorneys remain in full fotOQ441:fz..0f10Ot for ono .041: from lhe Ested date boye referenced and shall of tp.4111p00.-- . . . . . . IN WITNESS WFIEREOF, DARWIU NATIONAL ASSURANCE COMPANY hascaused these presents to bo.exoaateci by the officer Orriell.beloA • • • . • • • • :. . • • • • •, • .. • • . , • • . • • • .. • ..••• • • , • :10) is ,ciuly 00110:r#11..041TipOikprOci. to 0(0404.00' tgpoOpOnyp.bohalf. • •••• . . . „ . . . . • etate of b61.1nQPf.Plif144.1i5}1107-•• 11. 'rIPt N'�fMEbete me Game,' the • and 6 P'e the'OWle-tfdllijg DARN. ATIPNAL:A8$0\10:00WY),NY,10 ri16.:PeT'00041)12nti.*;0:,010•: t)fti.0i1=0Sbrild hkeln;,nd:4#61-klSdgS0 that he executed the foregoing 10.8irunien ang affixedtho.Se4Sgt 04c,04)Ci0i,5r1 thereto hy,authonty;ottiis o(Roa, • " . r•;-. . • : Name: • %pi@d title; Senior Vfce Pre000 •NQyMJhZahoffsi1• • My 4..: • •••,•••••:, ••• . ••••••':•'. •!: ):...4.c01.!fj`f.p.40cutiori•Ooi3'.foci by the Board of Obsicfgrs of the **IN ifidf0i4A(1144046P 40m.pANy,"iiii0*m6er,Al2.: . •• • 1 . • • • .• • • ••• • • rop.....A or y•Vis „:mskoa....0%;ricf,:oe.r.p.by 5, uthorized10,41).914,Attpropy.ln-Fp.qt to rcpre,s9nt•agd not for and an b5balf of. ihe PPPIPOOY•19.. AcOrOot6•14odk:010444.100.1000)14666-..ithd'athilf:;p0600 of 40060 and Otte .;.;;:;o6goon300.#0.6mwi.64:01f,4:01.6ii.tiorios;,1,:.::••,:....‘,..?,!•,;:s:•...„...;:f.,...,..••••-•, • • : •••••;•.,- •- • , . • • . . • •,. • •. • • ••,• •• SUPPLEMENT TO BID FORM: QUESTIONNAIRE This Completed Form Must Be Submitted With The Bid, The City May, At Its Sole Discretion, Require That The Bidder Submit Additional information Not Included In The Submitted Form. Such Information Must 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. Additional Pages May Be Used Following The Same Format And Numbering. By submitting its Bid the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. How many years has your company been in business under its current name and ownership? a. Professional Licenses/Certifications (include name and number)* Issuance Date CGC1516849 CTTC1224696 03/2009 03/2009 E221300 09-2002 ("include active certifications of community small business enterprise & name of certifying entity) b. Date company licensed by Dept. Of Professional Regulation: 03/2009 & MDC 09/2002 c. Qualified Business License: ® Yes❑] No If Yes, Date Issued: 03/2009 & MDC 09/2002 d. What is your primary business? Civil. Engineering, Pipe Line Engineering, Paving (This answer should be specific. For example; paving, drainage, schools, Interior renovations, etc,) Asphalt, Excavation, Clearing & Grubbing, and Marine Concrete Work e. Name of Qualifier, license number, and relationship to company: Jose M. Alvarez, all licenses above, 100% owner f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to company and years as qualifier for the company Jose M. Alvarez has been the ONLY qualifier for JVA 2. Name and Licenses of any prior companies Name of Company License No. Issuance Date N/A 3. Type of Company: 0 Corporation p "S" Corporation❑LLC❑ Sole Proprietorship❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a contract) 94 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 4. Company Ownership a. Identify all owners of the company. Name Title Jose M. Alvarez President 100% % of ownership b. Is any owner identified above an owner in another company? ❑ Yes © No If yes, identify the name of the owner, other company names, and % ownership N/A c. identify all individuals authorized to sign for the company, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority) Name Jose M. Alvarez Title Signatory Authority All Cost No -Cost Other ® C ❑ ❑ ❑ 0 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Explanation for Other: N/A (Note: "All" refers to any type of document including but not limited to contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information Total No, of Employees: 31 Number of Managerial/Admin. Employees: 5 Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) Officer (1),Project Manager (3),Foremen (4),Clerical (1),Office Manager (1),Operators (5), Estimators (2),Superintendent (3),Laborers (11) How many employees are working under H2B visas? None 95 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300,8-40303,8-40310,E-40311 & 8-40317 ITB No.: 12-13-040 6. Has any owner or employee of the company ever been convicted of a federal offense or moral turpitude: If yes, please explain: No 7. insurance & Bond Information a. Insurance Carrier name & address: Collinsworth, Alter, Fowler & French 8000 Governors Square, Suite 301, Miami Lakes, FL 33016 b. Insurance Contact Name, telephone, & e-mail: Edith Calderin/ecalderin@caffl.com 305-503-9140 or 305-822-7800 Ext. 140 c. Insurance Experience Modification Rating (EMR): .86 (if no EMR rating please explain why) d. Number of Insurance Claims paid out in last 5 years & value: e. Bond Carrier name & address: Darwin National Assurance Company 30 S 17th Street, Suite 810, Philadelphia, PA 19103 f. Bond Carrier Contact Name, telephone, & e-mail: Nielson, Groover & Associates 01ga Igleeiasa 305-722-2663, oiglesiasOnielsonbonds.com g. Number of Bond Claims paid out in last 5 years & value: 0 8. Have any claims lawsuits been file against your company in the past 5 years, If yes, identify ail where your company has either settle or an adverse judgment has been issued against your company. Identify the year basis for the claim or judgment & settlement unless the value of the settlement is covered by a written confidentiality agreement. Never 9. To the best of your knowledge is your company or any officers of your company currently under investigation by any law enforcement agency or public entity. If yes, provide details: No 10. Has your company been assessed liquidated damages or defaulted on a project in the past five (5) years? Yes ® No (If Ds, provide an attachment that provides an explanation of the project and an explanation. 11. Has your company been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation, Never 96 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 12. Provide an attachment listing all of the equipment, with a value of $5,000 or greater, owned by your company. See attached Equipment List B. Project Management & Subcontract Details 1. Project Manager for this Project: a. Name: Jose M. Alvarez b. Years with Company: 12 Years c Licenses/Certifications: See attached licenses d. Last 3 projects with the company including role, scope of work, & value of project: See attached detail of Active & Completed Projects for the past 5 years 2. Subcontractors: Name Trade % of Work License No. Certification* N/A (*active certifications of community small business enterprise & name of certifying entity) 3. Scope of actual construction work to be performed by your company and the corresponding percentage of the work: (This does not include such Items as insurance* bonds, dumpsters, trailers, and other similar non - construction work items) JVA will perform 100%' of Scope of Work C. Current and Prior Experience: 1. Current Experience including projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such projects, including the owner's name, title and value of project, scope of work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the project) 2. Prior Projects of a similar size, scope and : Provide an attachment to this Questionnaire that includes Completed Projects the Proposer considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the project that meets the minimum number of projects identified by the bid solicitation. Information provided must include the owner's name , address and contract person, including telephone & e-mail, title of project, location of project, scope, initial value and 97 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 final cost of the project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the project. The delivery method, including, but not limited to; design -build, CM@Risk, Design -Bid -Build, etc. is to be identified for each Project. If there is a difference between the initial and final cost or initial and actual timeframe provide details on why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the Bid submission. D. Bidder's References Bidders are to include a minimum of five (5) references from completed projects listed in C.2 above. The attached form is to be used and is to be included with the Bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid submission. 98 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ITS No.: 12-13.040 SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of firms or government organizations for which the Contractor has provided services in addition to the minimum five (5) projects of a similar size, scope, and complexity. 1) Company Name Address City of 0pa-Locka 780 Fisherman Street, Opa-Locka, Fi Contact Person/Contract Amount Mohammad Nasir Telephone No,: /Fax No. 786-382-7917 2) Company Name Address Miami -Dade County NASD 3071 LeJeune Avenue, Miami, FL 33146 Contact Person/Contract Amount Nelson Caspedea Telephone No.: /Fax No. 786-552-8142 3) Company Name Address City of Hollywood 2600 Hollywood Blvd., Hollywood, FL Contact PersonlContract Amount Clece Aurelus Telephone No.: /Fax No. 954-805-3681 4) Company Name City of Miami Address 444 NW 2nd Avenue Contact Person/Contract Amount Eric Rush Telephone No,: /Fax No. 305-4165-1298/954-682-9063 5) Company Name village of Pinecrest Address Contact Person/Contract Amount Dan Moretti Telephone No.: IFax No. 305-669-6916 99 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, 3-40303, 3-40310, 5-40311 & 3-40317 ITB No.: 12-13-040 Cttp at dams JOHNNY MARTINEZ, P.E. City Manager To Whom it May Concern .Subject Refetenca latter Name aladder j-vii n16rt,-iERtk.r6 daA.1'rAf't0.1r4A. 'rho abenrd referenced Cantnoctxx lj wtsmitinp on a bid selicitanon that hat been issued by the City al Mfnmi. 'Ns► rt+rluiri That the Bidder proode mitten rnro and by provsdIny you with lilts document the Contractor is re ai tng that YOU provkle ?nth their ski subm�y the forlawincg reference Information, 'No .could appreciate you prnv+dufc the intenr+obort requested below as west at arty other. Information your%tool is pertinent Name al Project: Scapa of wort .5 , -f 7 ,3 A V DAP, f NAGE Yatve of protect; $ {e00 o Data Completed; Percentage dwank setf•performed by Contrnctor. ./OQ % wits project eomptetod on time & within txxiget: Lte Ye! 0 No It na, was the contactor of fault or contribute to the dotey(s} of Increole4 cow Q Yax If yes, pteasd provklo details; comments; '4� rLi .Ll4jr y,' ‹.a a. Thank you for your Assistance in helping us in valuating our bid solk;itat►at. Name of rndivldualr eomploting lhis forrnc �d,�,SI �¢1 �� p- -.' ate: Signature: ,�� �,,, ` •: w:.," ; Pitts. '{1 JHJ� 2 0t,:o rolephano: Slocarely, "7 Mark Spank il, p.e., Uirettt3r Capital Improvements Program 100 District 3 - Roadway, Traffic & Drainage Improvements - PART II 8-40300, 5-40303, 0-40310, 0-40311 & B-40317 ITB No.: 12-13-040 Signature; Telephone: Sincerely, .,try of f+Iiatnt JOHNNY MARTINEZ, RE. City Manager To Whom it May Concern Subject Reference Latter Name of Bklcler JVA Itnginaertng Contractor, Inc. The above referenced Contractor is submitting CO a bid solicitation that has been issued by the City of Man* We ragttlre that the f3ktder provides writton rofttmncas'Mth their Sld submisaian and by providing you with thii document Ihre Contractor !s requesting that you provide the following reference information. We would appreciate you providing Iha Information requested below as well as any other Information your reel Is pertinent: Nams ofPrujsct. PirA i th 3tresat acid 67th Avanut tntadecttotz tmprovatnenta Scope otwork: _--_ •attQ D aina* and Ab17h111t pavin Value of project: $1. JOG, 000.00 Cate Completed: Percentage otwork aeitlorfomted by Contractor, too 'i Was project completed an time & within budget: 1J Yes No 1 no, wge the contractor at fault cr contribute to the delay(s) or Increased rust? if yes, please provide details: Q Yes In No Comments: May work. to reaojva probtarne and Mnl Thank you for your assistance in helping us In evaluating our bid saltcltatkm. Name of Indpleting this form: Johnny slstseson 04te: ttlw2o17 Mark Spanfall, P E., Director Capital Improvements Prngrnm District 3 - Roadway, Traffic & Drainage lmprovements - PART It B.40300, B-40303, B-40310, 8-40311 & B-40317 Title; Ppo{aa.t Mansc�dr E maN: jpatamikagccnrt.Cctri 100 1TB No.: 12-13.040 City ' of jThanti JOHNNY MARTiNEZ, P.E. City Manager To Whom it May Concnrrl Subject: Reference Letter Nanof }ddgr JVA Engineering Contractor, Inc. rho above referenced Contractor Is submitting on a bid sa#Icitulkm that has been Issued by the City of Minml. We require that the Bidder provide written references with their Sid submission and by providing you with this document the Contractor is (guesting that you provide the fallowing reference inform:Con. We would appreciate you providing the information requested below as well as any other information your foci Is pertinent: Name of Project: Scope of wwtk: P-0057 Dermas Cutl+sr Ridge Water s Sewer improvements Vatue of project: S ZJ 417 321,09 Oats Completed: Percentage of work sett -performed by Contractor. 100 % Was project completed on time & within budget: '; Yes CI No 1f no, was the contractor at foutt or contribute to the delays) or Increasedcost/ st7 if yrrs, please provide details: 0 Y03 No Comments: +6Cs✓w SA7�5r 1 t.,lf thank you for your assistance in helping us in evaluating our bid sol}titetlan. Nance of inch dual c Signature: Is form; Jar7e olivaru pate: t1/12/2012 title: Telephone! '�.d74, ---- ---- .4..,= 19 if E • mall: i / ft '& / CO`r� Sincerely, Mark Spanio#}, P E„ Director Capital Improvements Program 100 District 3 • Roadway, Traffic & Drainage improvements - PART 11 B-40300, B-40303, 8-40310, B-40311 & 8-40317 iTB No.: 12-13.040 cCtt, of Altanti ro Whom it May Concern Subject: Reference letter Nems of Balder, JVA E 1gI taerinq Contractor, Ina, The above referenced Contractor is submitting on s bid solicitation that has been issued by the City of Miami, We require lhat the t3kider provide written references with their did submission and by providing you with this document the Contractor 13 requesting That you provide the following refvrenee Information. We woutd appreciate you providing the Information requested below as well as any other Information your feet is pertinent; Name of Project: nouth Dade Vanturee•Nateretone slay Scope of work: Concrete, nr:Ina e, Aa halt, and t3tri ing Value of wind; f t,os4,31].5v Data Completed: April aaev Percentage of work self -performed by Contractor, too n4 Wes protect completed on time & within budget: al Yea No If no, was the contractor at fault or contribute to the detey(s) or Increased cost? If yes, pleri3e provtde details: Yes Q No JOHNNY MARTINEZ, P.E. City Manager The Contractorxp performed to our eectations, The and without icuuea. project was carrplated on time 4t would definitely work with JVA #engineeringg again, rhank you for your assistance in helping us in evaluating our bki solicitation. Name of Individual Completing (his form Juan R. Alvarez 'q„ h., t. i.Q {7atrl: 11 13 2d l7 Signature: ilakuccxi t rt � �� rifle: President Telephone: 305.440• 1345 Sirtcvre y, Mark Spaninli, P.E., Director Capital Improvements Program District 3 - Roadway, Traffic & Drainage improvements - PART 11 B-40300, 3-40303, B-40310, 3-40311 & 3-40317 E,mad: uanxlvares�dtv3rexen corn 100 ITB No.: 12-13-040 City of 'anti ti JOHNNY MARTINEZ, RE, City Manager ro Whom it May Concern Sub{i Reference Lotter Name of giddcsr: JVA Engln.sring Contractor, Inc. 1"he above referenced Contractor Is submitting cut a bki solicitation that has been Issued by the City of Miami, We require that the Bkkder provide wrthen references 'Aft thek t3ki submission and by provklIng you with this document the Contractor Is requesting thatyou folk:ming reference Information. We would appreciate provide the below as wetf ae nn other Informsi�n yar feel is pertinent: providing Urs Information r uestad Nam. of PrvJict: frx!r to 1 /rf U Ord Scope of work: i f , I f 7 na, 56) / eit re e. d • 1,512.(1.1. q "p, Value of project: S V `t , Date Completed: f • Percentage of work self -performed by Contractor .AL. -/ i�� �i Wes project completed on Ilme & vMithin budget: Yea 0 No If no, was the contractor at fault or contribute to the delays) or Increased cost? If yes, please provide details: ©Yes 0 No Comments: k c c Afr A Thank you fat your assistance In h&ping u>In evaluating our bid soi Name of ind 1dual co toth this Terra: ' C1?C r. y, pate:_ j`L2.. Signature: ?A. Telephone: Sincerely, Mark Spanioil, P.E., Dlrattor Capital Improvements Program District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, 8-40310, 8-40311 & B-40317 Titte: 100 1TB No.: 12-13-Q40 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 1 of 2) Please type or print clearly. This Affidavit must be completed in fully signed and notarized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI AS DEFINED BY CITY CODE SECTION 18-73. Legal Name of Firm: Entity Type: (Check One) [] Partnership ❑ Sole Proprietorship ❑ Corporation Corporation Document No: N/A Date Established Occupational License No: PRESENT Street Address: Date of issuance Ctffice t acat[on f 4 Iishrri i T-Mi e lereibrlt3 City: State: How long at this location: PREVIOUS Street Address: N/A City: State How long at this location: According to Section 18-73 of the City of Miami Code, as amended: Local office means a business which conducts all or a portion of its operations from a permanent structure that is located within the corporate limits of the city, and has operated legally pursuant to all applicable zoning and licensing laws for a minimum of six months prior to the date bids or proposals were received for the purchase or contract at issue. A post office box shall not be sufficient to constitute a local office within the city. If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no Tess than one year, have been in effect for no less than six months prior to date bid or proposal was received, and be available for review and approval by the chief procurement officer or its designee. According to Section 18-85(a) of the City of Miami Code, as amended: "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in City Code Section 18-73, is within fifteen percent (15%) of the price submitted by the non -focal bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best 101 District 3 - Roadway, Traffic & Drainage Improvements - PART If B-40300, B-40303, B-40310, B-40311 & B-40317 ITB No.: 12-13-040 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 2) and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder" The intention of this section is to benefit local bona fide bidders/Bidders to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/Bidders by this section. Authorize Signature Authorized Signature N/A N/A Print Name Print Name (Cor, o Seal) Title Title Authorized Sig nature Authorized Signature (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF DADE That: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. NOTARY PUBLIC: N/A My Commission Expires: Please submit with your Bid Form copies of Occupational License, City of Miami and Miami Dade County Business Licenses, professional and/or trade License to verify local office preference. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's office. 102 District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, 8-40310, B-40311 & 8•40317 ITB No.: 12-13-040 CERTIFICATE OF COMPLIANCE WITH SECTIONS 18-87 and 18-89 OF THE CITY CODE Jose M. Alvarez hereby certify that: i) I Jose M. Alvarez am the (President/Secretary or Principal) of JVA Engineering Contractor, Inc. (Respondent Firm); ii) I have read Sections 18-87 and 18-89 of the City of Miami Procurement Code; iii) (Respondent Firm) JVA Engineering Contractor, inc. hereby acknowledges that the awarded contract has an on -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Community Small Business Enterprise ("CSBE"); OR JVA Engineering Contractor, Inc. iv) (Respondent Firm) hereby is certified by Miami - Dade County as a CSBE firm and will self -perform to meet the minimum fifteen percent (15%) CSBE requirement. An active copy of the respondent's CSBE certification must be included bid document. v) (Respondent Firm) JVA Engineering Contractor, Inc. hereby agrees to comply with the Local Workforce Participation Requirements stated in Section 18-89 of the City of Miami Procurement Code. vi) OPTIONAL; JVA Engineering Contractor, Inc. vii) (Respondent Firm) hereby agrees to make assignments pursuant to Item ill), above, to certified CSBE firms who maintain a "Local Office", as defined in City Code Section 18-73; STATE OF FLORIDA SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared Jose M. Alvarez to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-89 of the City of Miami Procurement Code on behalf of Respondent Firm named therein in favor of the City. Subscribed and Sworn to before me this 30th My commission expires: 08/23/2013 Note Bonded by Notary Public Underwriters District 3 - Roadway, Traffic & Drainage Improvements - PART II B-40300, B-40303, B-40310, B-40311 & B-40317 ublic, St 20 13 THIS FORM MUST BE COMPLETED BY BIDDERS/PROPOSERS FOR PROJECTS WITH CSBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (801) COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM ("CSBE") This section must be completed by the Budder/Proposer and the CSBE Subcontractor that will be utili2ed for scopes of work Name of Bidder/Proposer: JVA Engineering Contractor, Inc. Address: 6600 NW 32nd Avenue, Miami, FI, 33147 Contact Person: Jose M. Alvarez n the project Phone No.: 305-696-7902 Project Name9-2-13-040 DISTRICT 3- Roadway, Traffic & Drainage Imps. Part IProject Number: 12-13-040 Contract Dollar Amount: 15% CSBE Dollar Amount Name of Prime Bidder/Proposer JVA Engineering Certification No. (if applicable) Certification Expiration Date (if applicable) Type of CSBE work to be performed by the Bidder (if applicable) Bidder's self performance percentage (%) of Contract Value Total Dollar ($) Amount of Bidder's self performance Contractor, Inc. 11810 02/28/2015 All Work 100% e undersjg d ! e s to perform the following work in connection with the above contract: -co Name of S`t;IA— tracts r i Certification No. Certification Expiration Date Type of CSBE work to be performed by the sub- contractor Sub -contractor percentage (%) of Contract Value Total Dollar ($) Amount of sub -contractor's CSBE requirement I l cerhty thrat the repre efita ors contained rn this form are true and accurate to the best of my knowledge. 1 affirm that l will enter into sub -contractual agreement(s) with the above listed CSBE sub -contractors) if rd d this contract. Copies of the agreements) will be immediately made available to the City of Miami as required. 05/30/2013 JVA Engineering Contractor, Inc./Jose M. Alvarez President Prime Bi deose\Signature Date Prime Bidder/Proposer Print Name The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services, ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry practice, and the ability to otherwise meet the bid specifications. Title Sub -contractor Signature Date Sub -contractor District 3 - Roadway, Traffic & Drainage improvements - PART 11 B-40300, B-40303, B-40310, B-40311 & B-40317 Print Name Title 104 1TB No.: 12-13-040 Project No. B- B-10$00,B-40303,E CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION Project Title: DISTRICT 3- Roadway, Traffic & Drainage lmprovementsi Sheet No. ? of t This Form must be submitted with a bidder's bid form submittal. Failure to include Form SU with the bid may result in the bid being rejected as non -responsive. The City in its sole discretion may allow the Bidder to submit the Form SU after bids are due. Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Information** Miami-DadeCertification* CBE CSBE N/A Type Number El n NO SUBCONTRACTORS r17 IJ 0 Q 0 n Q fl E mi j-1 iii ri 1 ( I I E E 0 El I I fl n n Li 1 1 [l 1 1 D 0 Q CI * Must be certified by Miami -Dade County. All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documentt. **List only those relevant to this Project. ***Check N/A if the listed SU does not have a CBE/CSBE certification (e.g., independent third party verifier) Form SU JVA Engineering Contractor, Inc,- Equipment Owned as of April 23,2013 ' "' -r "'cT..._--':a`m.=Yc-.-'.z_a - i,_, � �..; .�.,... .... F.-- _—.. :u�---`T�':,.....:_..,...�..-�==, "r =-�'� -47- -„- fi ASPHALT PAVER s�,..�G�--^c A-01 LEEBOY 7000 2006 ASPHALT PAVER A-02 NEAL DM-3000 ASPHALT PAVER A-03 ALLAT SP-50 BACKHOES B-01 CAT 416 1990 BACKHOES B-02 JOHN DEERE 310-D 1990 BACKHOES B-03 CAT 416-C 1998 BACKHOES B-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-Q3 CAT 248 2002 SKID STEER LOADER S-04 CAT 268-B 2005 BROOM SWEEPER BS 01 MASSEY FERGUSON 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 BULLDOZERS D-04 CAT D-5G LGP 2004 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-B 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 1988 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 III 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-11 FERGUSON SP-912 Ni CONTR AcTOR, INC. May 30, 2013 City of Miami Office of the City Clerk 3500 Pan American Drive Miami, FL 33133-5504 Attn: City Clerk Re: JVA Engineering Contractors' Past Experience and Corporate References Please allow this letter to serve as an official listing of our active and completed jobs for the past five years. The following list provides corporate References for each project that can speak of our professional competency, manpower and financial capability to perform your project 12-13-040 DISTRICT 3- Roadway, Traffic & Drainage Improvements -PART IL The following is an official list of JVPk'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. JVA Engineering Contractor, Inc. provided all manpower, equipment, and maintenance facilities for the completion of these: Tri-C Construction Co., inc. 100 W. Cypress Creek Rd, Ft. Lauderdale, FL 33309 Contact: Chris Lawrence Phone: (954) 677-0356 Fax: (954) 677-0359 2005 Tri C Construction Co, Inc. CVS Pharmacy #5897 37th & 199th Completion Date: January 2006 Amount: $371,260.00 Scope of work: Water Distribution, Storm Water Dist. Sewor Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement, 2005 Tri - C Construction Co, Inc. CVS Pharmacy #7131 Kendall & 127th Completion Date: February 2006 Amount: $323,856.31 6600 NW 32nd Ave Miami, FL 33147 Tel: 306-696-7902*Fax: 305-696-7903 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2007 Tri - C Construction Co, Inc. - CVS Pharmacy # 6732 87th & Flagler Completion Date: August 2007 Amount: $688,823.45 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. John Moriarty & Associates of Florida, Ind. 1942 Tyler Street Hollywood, FL 33020 Contact: Bill Suarez Phone: (954) 261-0781 Fax: (305) 944-5352 2005 John Moriarty & Associates of Florida, Inc. — Trump Tower II 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. MAD Construction Corp. 3930 NW 26th Street Miami, FL 33142 Contact: Alan Janney Phone: (305) 871-6410 Fax: (305) 871-1293 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. City of Sweetwater 500 SW 109th Avenue Sweetwater, FL 33174 Contact: Antero Espinosa Phone: (305) 221-0411 Fax: (305) 480 3849 2007 Various Locations Improvements (Drainage, Concrete & Asphalt Pavement). Amount: $65,786.25 Completion Date: July 2007 Kimley-Horn and Associates, Inc. 1691 Michigan Avenue Suite 400 Miami Beach, FL 33139 Contact: Walter Lugo Phone: (305) 673-2025 Fax: (305) 673-4882 2007 Retail Building 87th & 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. Village of Pinecrest 12645 Pinecrest Parkway Pinecrest, Florida 33156 Contact: Daniel F. Moretti Phone: (305) 669-6916 Fax: (305) 669-6919 E-mail: moretti@pinecrest-fl.gov 2007 SW 79th Ave Roadway Improvements Completion Date: November 2007 Amount: $280,196.60 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement. 2007 SW 70th Ave Improvements Completion Date: August 2007 Amount: $10,700.000 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement. KM Plaza Construction Services 120 NE 27th Street Suite 600 Miami, FL, 33137 Contact: Robert Lalle Phone: (786) 693-8717 Fax: (786) 693-8738 2007 Town Center One at Dadeland Completion Date: December 2008 Amount: $490,000.00 Scope of work: Water Distribution, Storm Water Dist., Sewer. Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Miami -Dade County Aviation Department 4200 NW 36st Street, Building 5A Miami, FL Contact: Johnny Peterson Phone: E-mail: jpet@mikegconst,com MIA- NW 67th 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 2nd Street, 4th Floor Miami, FL 33128 Contact: Lydia Salas Phone: 305-755-5456 Fax: 305-755-7995 Cell: 786-586-8325 E-mail: lydias@miamidade.gov 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 I, II, and ill Completion Date: August 2013 (Active) Amount: $2,054,514.45 Scope of Work: New Construction and Reconstruction of Bike Path, Miami Dade County Public Works Department 111 NW 1 Street Miami, FL 33128 Contact: Jesus Gonzalez Phone: 305 375 2172 2008 WASD Roadway Rehabilitation Contract Completion Date: June 2008 Amount: $323,000.00 Scope of work: Asphalt Pavement Miami Dade County Public Works Department 111 NW 1 Street Miami, FL 33128 Contact: Nestor Melian Phone: 786-375-0004 PTP Pavement Marking Installation Completion Date: October 2011 Amount: $ 356,572.78 Scope of Work: Pavement Markings 2008 97th Ave Roadway Widening Completion Date: January 2009 Amount: $ 514,615.63 Scope of work: Asphalt Pavement, Clearing, Grubbing, Earthwork, Utility Adjustments, Fencing & Guardrail, and Concrete Miami Dade County Water & Sewer Department 3071 SW 38 Ave, Miami, FL 33146 Contact: Nelson Cespedes Phone: 796 552 8142 E-mail: ncesp@miamidade.gov Perrino Cutler Ridge Water & Sewer Improvements Completion Date: December 2012 Project Number: TP0067 Amount: $2,254,103.10 Scope of Work: Water Main, Gravity Sewer and Force Main Furnish and Install 36-Inch DI Water Main in NW 87th Ave Completion Date: December 2012 Project Number: T1562 Amount: $907,216,57 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.-12 Sanitary Sewer Improvements Project Number: RPQ T1026 Amount: $ 838,558.26 Scope of work: Gravity Sewer, Force Main, Asphalt Pavement Restoration, Concrete City of South Miami 4795 SW 75th Avenue IVilami, FL 33155 Contact: Ajibola Balogun Phone: (305) 668-7355 City Hall 12-Inch Water Main Extension Amount: $217,851.15 Scope of work: Water Distribution, Asphalt Pavement Citywide Resurfacing Project Phase II Project Number: SM-2011-16-PW Amount: $195,788.34 Scope of Work: Road Resurfacing, Milling, Clearing and Grubbing, Asphalt Placement, Retro Reflective Pavement Markers and Striping City of Miami 444 NW 2nd Ave, Miami, FL 33131 Contact: Eric Rush 2011 Kinloch Storm Sewer Improvements PH -II Completion Date: November 2011 Amount: $898,630.00 Scope of Work: Storm Sewer Distribution and Roadway Reconstruction Miami River Greenway NW 5th Street Bridge Extension Project No.: B-30336 Completion Date: July 2013 (Active) Amount: $896,818.25 Scope of Work: Road' limprovements, Drainage System Installations, Milling and Resurfacing, New Sidewalks replacement, Striping, Landscaping Citywide Storm Sewer Repair Contract Project No.: M-0083 Completion Date: February 2014 (Active) Amount: $995,855.00 Scope of Work: Storm Sewer Repair Port of Miami 1015 North America Way Miami, FL 33132 Contact: Bart Sanfilipo Phone: 305-347-4988/ Contact: Juan Bergouignan Phone: 305-347-4974 Contac: Kari Garland Scope of work: Various Site and Marine Construction Opa-Locka Head Start Facility Amount: S165,000.00 Scope of work: Water Distribution, Storm Water Dist, Excavation & Grading, Asphalt Pavement. Surface Lot E Taxi & Overflow Parking Lot Amount: S216,470.00 Completion Date: January 2013 Scope of work: Parking lot reconstruction, Asphalt Milling, New Asphalt, New Concrete YEMC Construction 14750 SW 24th Street Miami, FL Contact: Carlos Armas Phone: (305) 219 0862 Coral Way Offices Amount: $105,067.50 Scope of work: Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Gamma Construction 4850 SW 72 Ave Miami, FL 33155 Contact: Jorge Jones Phone: 305 661 1569 Community Bible Baptist Church Amount: 214,417.00 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. VP Construction 7600 Red Rd #128 Miami FI 33143 Contact: George Perendes Phone: (305) 667- 6060 Valencia Village Amount: $218,276.50 Scope of work: Water Distribution, Storm Water Dist, Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. FDOT 1000 NW 111th Ave, Room 6203 Miami, FL 33172 Contact: John Bolton Phone: 305-654-7019 Fax: 305-654-7020 Roadway Improvements on SR 959 Coral Way to SW 22nd Street Amount $73,932.00 Scope of Work: Drainage, and Asphalt Restoration, Striping and Signage. Alvarez Engineers, Inc. 10305 NW 41 St. Suite 103 Doral, FL 33178 305-640-1345 Waterstone Way Amount $1,054,313.50 Scope of Work: Concrete, Drainage, Asphalt Striping, Manhole, Manhole, Sanitary Sewer, and 8" Water Main Beacon Tradeport Development District Amount $120,000 Scope of Work: Concrete City of OPA-LOCKA 780 Fisherman Street Opa-Locka, FL 33054 Contact: Nasir Mohammad Phone: 786-382-7917 Fax: 305-953-2824 Email: mnacir@opalockafl.gov NW 143rd Street Drainage & Roadway Improvements Project Completion Date: June 2013 (Active) Project Number: 11-2012100 Amount: $468,644,80 Scope of Work: Installation of new Drainage System, Road Rehabilitation, Repair and Renovations of existing Sidewalks Rutland Street Drainage Improvements Completion Date: May 2013 (Active) Project Number: 12-1607100 Amount: $127,850,00 Scope of Work: Drainage Improvements Burlington Drainage Improvements Completion Date: June 2013 (Active) Project Number: 12-1712200 Amount: $463,529.45 Scope of Work: Drainage Improvements City of Hollywood 2600 Hollywood Blvd. Hollywood, FL Contact: Clece Aurelus Phone: 954-805-3681 Fax: 954-921-3258 E-mail: caurelus@hollywoodfl.org Distribution Piping Upgrades on N 56th Ave from Douglas Street to Stirling Road to N 58th Ave, Completion Date: October 2012 Amount: $930,000.00 Scope of Work: 8" Water Main and Site Restoration If you have any questions, please do not hesitate to contact us. Sincerely, Jose M. Alvarez, President JVA Engineering Contractor, Inc. COUNTY nuanttdatle.yny fvlr; Jrtse M,'.Atvare:::;:; JVA CONTRAC.Tt 6 1 6600 NW: :3 ri .Alit tyt'eft! FL "33r47 ::• �13s aOT1a A I Y;. Planningand tisttcyt tiip .' Erthancamerit bepart'rrtenit 1:11:.NVY.1 Street;: Ci<iiati I Ftorid 3312 • . 3ti6-3:75=.3160 l'f.: ttl::71.812.` pia r DaCa; 42125d29:1: NNUAL ANNWEF SARY;:.OW28/ ..1 Smatt ,Easiness Deu lcpirte€tt:. SDD , :.......:. : o • a::tlitifsigr?; :csf: Sustairt0bllit�r; I�i4nning; arid' E�eiis�'ri& �tltrar�cerrient:::. Deparirt'tent (SPE ) his completed the t vrer� of"your. app[icatson- arscf the atta'cfar ant _: subrnitta :for cert'ificatiort... °flicFagy::certified as: e'f isadyantaged 15.9siriess O.nterpnee OBE): ln. G laid e with the Sfatis of: lorfd (Jrtt ad' C ttifieaticsn f gi r (UCP) •apprttt d fay tits: (J $; I artmeri at.: • Transportation,(FD)1): In- tt oategones listed belaw::`ihi6 certi cattO:atfnc€ts: y r company: fhe oppartitnit'y:: to parti:uipate in contracts thro.(hout: the Stath of.Flatiida with: DBE rtieasu• Your t]t3 .certificattorr rt cjuirss° you to canipiete:: Continuing 00.600lty:a davit; anrivaliy; Ta e sur tirrie ly::` pressing : •, • thq :::• :.Gantiriairtg :ligrttifity affsdav#t n•: a. httpftvv.miariidacfa,gmds�alC4btarY %ontlnuinel9tbily.. ckaga.p4. Ahdrd:coy..is. available upon: ::. request ancf rn ybe seitt.to you ua: rttail pr facsirrtile. Failure tcz complete. and:: submit the..r qu9ted;aifrd et -with the: required supportirig documents on or before your.annivr rsary° date may; result.in the removatof your. , corrtPany front the Ftortda, DBtE,. Unified Certification f?rt ram'::.:.:.:: . • lf. any changes .occur' Withi.h:. your :cornpany:.:dunng. the. eertlfied• pe:.fod (ucti `a s'csr'vtir3rship; addrt:ss, telephone .number°, trade category ricensittg, teeftnrcal certi catiart, bonding, capacrty,::oI If the .business ceases. tct' exist): 'you. are required'•to . notify. this department within • 36 days iti writing. It:.. is t?f oritlaal importance that;: the current. infa�'rt ation..regarriing' your company.i p iaitttainaei.. All lrtquiries.•ar:changns:..'. related to ails pertification should be drt stecCto Jacob;:Mlzrehy in the. rtification. t nIL: :..; . •Should you ha ::questions regarding your flrm.'s certification,. Mr Mizrehy will: be pleased tb assfst'you,; We: look fotward .to • your participeuon and :success: in •Miami` -Dade': County's disad nteged busrness`::.; erlte rise rams::::;. fhank.you.for ''doing business with Mlarnt'(le cte.County,::; her? MoGrtff, Di toy tusinese appo ii 1 ySupport Ser css: •.SrtmallC.usiness volopmentDivs9n..•• • Strstainabifty;; Planning and Eadhonric•Errharr+ement Depaitmen A iE G f itv5:. (`(octr fftryrt may. 0td or participate oft contracts o€tly: undor. these at cif NSW S1NGi »FAMILY..HOtr�TIN CONS 1 LJCflOI f i>r54 P1 p F2A Ft� :aUILDER5:j (DBE •: ....NEW WATIF OPE 1YHOU$N6• 6UiDtkpT CTK5 (EXC .T r' OPEA'IWUFLD.} eRS(DBE) r ' Sfp�r,EiIAL: R�ruftlD�LEi:iS {080.::;.::' .::•.: iNRtJSTt�EAL E(3rcptt� cctr�Es�tuc�rtp�E tc>e�? uni*,42!1;.eiatti to IAA COUNTY miam;idade- March 2; 2t?t Mr:.Jcse M.flre .• .:: JVA ENGINEERING CONTRACTOR, t 66fK1.i W 3 rid A , Writ; Ft. ' uis: fiitjr`,:Plahnir� and Ec : riti : ::;>:::.: rti rtcemeert Deparirneht • ::: i11:.tom" t:Slreot,:•t0 flrav�": t ti rYri,..Flprida.3 12B.. T`305 375 3i`E:1 F.3(7"a-315-3�0':'': CERT. NQ:. i;1S1Cr: ;: Aopro J Da e 2/ 91 O rdspg u i 1=xpfration Date: 02128/2015 ANNUAL.ANNIVER ARY; 02/28/2013' it Mr;. Alt�rez: .:.::.:. : .::. ::.::.: : : : ...:..:: <.::..:.....:. ;. - :..: -.; , ::;,...: •:.; ..:. ..... SYiiatt• Business Oa\,el pnient.• (SBD}; •`i . ivis.iorr. cf. Susteinabitity, Ptanning : andEconomic Enhafrcerrrent::;';'.: t)eparinient : fhe :te4eVecaf your apptic tiori ends attachments subrnitted . for certfttcatiori • Your .firm. Is afflcially certiffed..as . . Corrir<tunity.: Smali :business ! nterpr si ..(t,�y� eocn d r e wifh section. i 3 -C 2 of the Code.of Miaritl Daoa County:'.::: Thit. cerfiflcatitirr is; valid far three ye?ars pro ded• there era no changes rendering your` firtrr .Irset glbT for:: certiflcatlan You ark toquiro to submit a."Ctintiriuftio:Ettgibilq Aftda4t" annually:: rith: s(. cnic.s'upporting:`, docurriatits:ort or-b€'t e yourAnni isary pate as fisted above.' You+will be hottfied`In aduar e of. your. fam's•::: • ...: A.rinkersary ..Date; Failure to .comely With: the said :j sporisib'ilfties:may result ..imrnediate. action.. to.. ;. .decertify your gran. Every thres•ysars you Will mceiCo.a {till recertification r 4awr that May include an. orrsite:.. . :-InVestigatian; SOD :will also notify.: you ace rdingiy;;: .It'at;.ani.time: during trig certificotioh.'peria0-, there is'.e.hiaterial:cttarrge in. Our fits;..including,: tiiit':rro Iiiiiik f` to ownership, ofcers,..I irectort • scope t{ be of woring. perforrrred, deify• iterations; aflfliations With other • bueineies (es} ar. physical ideation. of the grit, you must notify tni.s office in. writing wrthln ..(3tl)days: Notiflcatlort.shotild ihctude suPportin0 documentation: You will recer+,e timriely.iris.tructions::fndm this..oftiice:es„ ::: to holy YOU should proceed;. rf n eessary; Yaur.ccitiparry.:is certifiod,iri the feilowing'categories as lie* belo ,: affording you:thie-opportunity to' bid and:. perticrpate: ari coritr bts vrith srnalf. business measures: Please note that, the cattOorfes • fisted .are, cry if are. used only to esslet•our customers In searching.,the:.direotary for certife i,4rrn7•.to.-meet contract:.n :. . genera, an coos:., ine it ctor}/,. for all certified 7• .. •can : accessed.; e•h the M.iami�.., . ; o , ... ?%.. . . webstte http;/lwww:rrtfami.dade.go Vsba,. .:.• • Thank you for doing bu;$iness' with: Miami_Dada Count?; :.:: Sir cerely;::.. :Sheri McGriff; Director : Business Opportittiity. Support :Servicees Smell Business Development Dii4Sion : SustainabilitYe , Plannrng. and Economic Enhancement.Department .. • CATEGORIES: (Dour Orin may.bid-or participate an:contr'acta atilt'. under these. Categories • NEWSINGt.E:•FAMSY(OUSS NG:CONSTRUCTION (EXCEPT RA1`tut,.8Uti 8R8)(C$BE) r• =• NU.L .NEW MTIFAMlLY HOUSI C0NS:T U f0T1OJ..(E) PTOPERATWVE BUftbERS) 08E .`. NEW HOUSIN"GOPERATIVE RUICOERS (CSBE).• . RESIDENT1AL•REMO0ELERs. • iNDUSTnii.4.:SUILOltNG.CANSTRUCT1ON :.i OMh12rRCL t.:-AN.t tNS t7NAl ' aufLDING CGNSTf UGTION ( 8) : • •: ::.:.: s DAU80O'OM t 1026... ti STATE OF FLORIDA DEPARTMENT 07 BUSINESS AND PROPEf,3SIONAI, CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET • TALLAiiASSEE FL 32399-0783 ALVAREZ, JOSS M TVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 Cortgratutationsi With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you tlettet For Information about our services, please log onto www.myftorida€€cenae.corn, 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 :Alive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license) ,C#62 OACE 08/09f2012 118208900 CGC1516841" 5463 Ytrs; OMettfrt�n:rra�trftiixri DETACH HERS CH N11lyrflt14 REGULATION (850) 487.1395 sTMrs Of FLORIDA •AC 4 � 5 . 6 I DEPARTMENT 0? BUSINESS AND PROPESSIUNKti, REGULATION 1 C0c1 t 4 " t $/0E1'It2 118208900 CERTIVIED; brizi ►- C©Ne RACTOR d'V?1 ENC INEERTtfQ`,CC1 AACTOR INC I8 C]$ftTzrrg11 uad.r tq® proyttionr of 0.489 rs **Om Pem dam Anti 31, 2013 L12000 0145 rt Mtr+tcrovnrapnv-,.. STATE OF FLORIDA DEPARTMENT INDUSTRSYRLICBNBXNG BOARD REGULATION• SECA L11480801488 The GENERAL CONTRACTOR Named below XS CERTIFIED Under the .provisions of Chop tet;'4% 75. Expiration datet AUG 31, 2014 ALVA.REZ DOSE M C TVA ENINRERING CONTRACTOR INC 6600 NW 32ND AVE • MIAMI FL 33147 RICE SCOTT GOVERNOR • asp' AY AA wFnt urir~r, b.. i ti+x, REN r,LAWSON SECRETARY STATE OF FLORIDA DEPARTMENT OP BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENS INC3 BOARD (850) 4 87 -13 9 5 1940 NORTH MONRO13E STREET TALLAHASS1EE FL 32399.0783 ALVAREZ ,705E M JVA EN 3±NEERINQ CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 Congratulations, With This license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you bette' For information about our services, please log onto www,myfforidalicanse.com. There you can find 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 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 licenser ‘C/fr 6255900 0J08/201 The UNDERGROUND UTILITY & EXCAVAT/IIIN .CO' Named below IS CERTIFIED IED Under the provisions of Chapter 489) F'E, Expiration date: AJG.31, 2014 , 'r DETACH HERE Ttu oocl3Mp t$AL%CrftOne i!'+TACNr11tOUN Mieflderti rr STATE OF F1ORIOA AC 6 S S 9i n 0 DOPARTWIINT Or Ous.IN.89 Ago 1'itOPmSSI0Z Atf,.S,1BOULATION Ct3C122U690-' (t1/0$i12 IiB2Q094Q CRT UNDPtRQltOTT2m.' is - i3XCAV CNTR ALVAAkiz, Jos ti JVA 3NGINtinurla4,cowitACTOR INC IS CMtRTIPXt#C under the prortelnn• of Ch.439 F9 imp lrsa.tur dtar, XaiG 31• 2014 La 200060192s MOO tits AIM terns ta<l1ApeitK"•`: s ° . k r STATE Q FLORIDA NN DBPARTMCO STRUCTIONRIINSUU TRYRLIIcENSINGLBOAARDLATIC7N SEQ# T. ALVARE7, JOSE II JVA 13NOINELRING COAiTRAC'tOR ] NCr 6600 NW 3 2 Nl) AV`E MIAMX Pt., 33147 RICK SCOTT C.OVSP.NOR (DISPLAY AS REQUIRED BY LAW KEN LAWS0N t3ECIISTARY 080801925 65#�d211Aa-i 03ISNOT ABILL 400NOT PAY �tpp�tRBNEi�AL quJIVA3YttlitiE RZrrttG CONTRACTOR INC STATE C C11ftb8496H327 4408 3314/ U?N4fl4 DAD2 E COUtiri Jl ENGINEERING CONTRACTOR INC Wid klat SUII.DiNA CONTRACTOR a k►r . I cC 4ktS$ tAe ft CEU I If 11 K]I rtnwl n•4 omit to ••+04.At'1 %NY in +truuroltr 1o 00 NOT FbgWAflO it tf1A,1O fy 11tI wi tlFt •u3tt I1 � OM ++•i 4:t inch 1hr owe* I' CA trctlt*e U110 UMf *Hi41 A cowl/lCApr* Cr r1ti God 1 1UM,/++ A• rtvNf nt6tIVIe 41-0415e COISWIrr t.t tLECIC* a�2400�b��1 0o0o7"3.00 '3E6 OrHIER'3IO 656212..9 ]t181NES9 tIAMO1 LOCATION WORKER/3 1 JVA ENGINEERING CONTRACTOR INC JOSE 11 ALVAREZ PRES 6600 NW 32 AVE MIAMI FL 33141 II1i1111 him tl111,1f 1 rlrflltrrftil41j 1!Jrf1IJ111j11rf71111i 193 110310Di0TA01LL-00RIOTPAY RENEWAL fleCEIPTNo, 60327 JVA ENGINEERING CONTRACTOR INC STATES CUC1224696 6600 HW 32 AVE 33141 UNIN OAOE COUNTY olden JVA ENGINEERING CONTRACTORI INC Sao, rypioitTuil11e9i WORXEtti3 1st 14041g1CIALTY ENGINEERING CONTRACT 1 +t IR I r+kCk•A!, + 't!); 'IQ, kf+twt '1,41 `tCtrf 14 11. Af'e goo dl tfl.I I'titlllArCAY 1111 var14 IAht CP n'i 00 NOT F0RWAgq :urov •:A gnci •+CA •tt +f Ctgurl the •t1344 fI*4 4 uIr ISr1•Cq ,'... :tl t-.tMa 'S.rf4krl df I. MN OI4! iy if L Cif 41'1'tir•t41 t',P t 3l).tl.t 4• 4, v+'4rlt "4Ck1',CG JVA ENOINEERNG CONTRACTOR INC JOSE M ALVAREZ PRES 6600 NW 32 AVE UP ALIT CI 141$ Al 492316-1 vomtv.st otaou t LOCATION JVA ENGINEERING catcrrtAcToR INC 6600 NW zg AVE 35147 OWN ADE COLINV • • • - i:,,Viiftglf4.*MN.-;;. 11410iSNMA"L-PONO"AY mum. mMUSIEN0.4 E14185- CC 4 E221304 ottitibt4 JVA:ENOINEERING CONTRACTOR INC • NORKER/S • " •-••••• 194 SPECIALTY ENGIdEERING CONTRAGT 1 ORLI" A taCA‘ .A-n-t 41114104, P6,51wv /1 'Y1,104111 AA'r L‘ta :Ft,:,;.i.ttl6TileiTIU 4'PA' it liglaPf r4OZ.T.4.7.'4eAT4 OTP-01 OtdF;Wr CA • iatetWW, niAleffltre ffIV LAW, 11110 2S klc.,Frirg`,1,1,1/4 t'ff 001.0i6lLs PA vw-lir 04;4c:0:Tor • WWI; OM*. 574: TY I AK 07/24/2012 02240005005 000075.00 • T4i$Eil SIVE. • - vexi ;VS fltql • 00 NOT FORWARD JVA ENGINEERING CONTRACTOR INC JOSE M ALVAREZ PRES 661WNW 52 AVE MIAMI FL 33147 192 T JVA 'KEENING CONTRACTOR INC JOSE M ALVAREZ PRES 460 KW 52 AVE MIAMI FL S3147 Ault lainlimiltithilmiiitlif,dlittliffidilti • • • • •••••,.;;••,;:•.::•,..V: • • • • ,,. CERTIFICATE OF LIABILITY INSURANCE (MMIDD(YYYY) DATE g1M/DD/Y THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Hemisphere Insurance Group 11401 SW 40 St Ste 340 Miami, FL 33165 Phone (305) 501-2801 Fax (305) 553-9010 CONTACT NAME: ran, Extl; (305) 501-2801 Fi� C Noi; (305) 553-9010 ADDRIEss: hemisphereinsgrp ac aol,carn INSURER(S1 AFFORDING COVERAGE NAICIf INSURER A: SCOTTSDALE INS COMANY INSURED JVA ENGINEERING CONTRACTORS INC 6600 NW 32nd Ave MIAMI, FL 33147 (305) 696-7902 INSURER a: FOCI INS COMPANY INSURER C; INSURER D : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1LTR TYPE OF INSURANCE N R�WVD POLICY NUMBER RUBR AMlII POLICY (MM/DD(YYYY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY ElPREEMM ❑ CLAIMS -MADE V❑ OCCUR I XCU CPS1707908 12/13/2012 12/13/2013 EACH OCCURRENCE $ 1,000,000,00 PRTORENTED GEISES ((Ea commence) $ 100, 000.00 MED EXP {Any one person $ 5,000.00 PERSONAL & ADV INJURY $ 1,000,000.00 a IND CONTRACTOR GENERAL AGGREGATE $ 2,000,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: • POLICY Z1 JRC • LOC PRODUCTS - COMP/OP AGG $ 2,000,000.00 $ B AUTOMOBILE LIABILITY 0 ANY AUTO ALL OW NED SCHEDULED ❑ AU705 ❑ NON-0WNED 0 HIRED AUTOS ® AUTOS 0 II$ CA0014904 12/13/2012 12/13/2013 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000.00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ BOPER D�AMAGE (Per nccldont) $ A O UMBRELLA LIAB ❑ OCCUR EXCESS LIAR CLAIMS -MADE X650027183 12/13/2012 12/13/2013 EACH OCCURRENCE $ 3,000,000,00 AGGREGATE $ 3,000,000,00 • DED ❑ RETENTION $ $ 13 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Yf N ANY N1A 001WC11A63078 12/13/2012 12/13/2013 M TORTTU- ❑ ET E.L. BACH ACCIDENT $ 1,000,000,00 Of°FICER/MEMSERexcLumb4ECUTIVE (Mandatory In NH} E.L. DISEASE - EA EMPLOYE $ 1,000,000,00 If yes, describe under DESCRIPTION OF OPERATIONS below E-L, DISEASE - POLICY LIMIT $ 1,000,000,00 DESCRIPTION OF OPERATIONS f LOCATIONS 1 VEHICLES (Attach ACORD 1e1, Addltlonal Remarks Schedule, if more space !e required) CITY OF MIAMI IS NAMED AS ADDITIONAL INSURED WITH RESPECT TO GENERAL LIABILITY AND AUTO LIABILITY. 30 WAITING PERIOD FOR CANCELLATION WILL BE ISSUED TO ADD'L INSURED CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI 444 SW 2 AVE 8TH FLOOR MIAMI, FL 33130 SHOULD ANY QF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ./,‘Lc' "_terer „-� ACORD 25 (2010/05) QF p 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Section 6- Contract Execution Form THIS Contract #13-1119, made this y of in the year 2013 in the amount of $343,301.15 by and between THE CIT OF AMI, FLORIDA, hereinafter called the "CITY," and JVA ENGINEERING CONTRACTOR INC, hereinafter ed "Contractor". IN WITNESS VVHEREOF, the parties have executed t is Agments of the day and year first above written. WITNESS/ATTEST Signe Print Name, T7f1e ATTEST: CON I RACTOR Secretary (Affirm CONTRACTOR Seal, if available) ATTEST: APPROVED AS T 'IN tJ ANCE REQUIRErVIENT • Calvin Risk Manz(genent Department JVA ENGINE RIN Florida corporation Signa CTOR INC, a Jose M. Alva ez, President Print Name, Title of Authorized Officer or Moral (Corporate Seal) City of Miami, a municipal corporation of the State of Florida APPROVED AS TO LEGAL FORM AND CORRECTNESS: Julie O. Bru, City Attorn District 3 - Roadway, Traffic & 106 Drainage Improvements- PART II 13-40300, B40303, B-40310, B-40311 & B-40317 ITB Na.: 12-13-040 CORPORATE RESOLUTION WHEREAS, JVA Engineering Contractor , Inc. desires to enter Into a contract with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the President (type title of officer) Jose M. Alvarez is hereby authorized (type name of officer) and instructed to enter into a contract, in the name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached and to execute the cor esp DATED this ath day of orpo District 3 - Roadway, Traffic & 107 Drainage improvements- PART El B-40300, 13-40303, B-40310, B-40311 & 13-40317 ding p rformance bond. , 20 13 (Corporate Seal) ITB No.: 12-13-040 FORM OF, PERFORMANCE BOND (Page 1cf2) oomD NO. oonnonzzv BY THIS BOND, We JmnpszmoEnzmo oonzRxoznn, INC. . as Principal, hereinafter called Con(noctor, and »AmWIm marz»mAL aaannAmoo comr«mr . as Suroty, are bound to the City of Mham|. Florida, as Ob|igee, hereinafter called City. In the amount of Three auuu,eu roctx-zxcrn 7u^vounu Three mvuurao-Onc anti 15/100 -''' Dollars (�_��^`u0z.�s -'- ) for the payment whereof Contractor and Surety bindthen�iemen. their heirs, exeoutors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bld/Contract ITB No: 12-13-040, awarded the day of 20with City which Contract Documents are byreference incorporated herein and made part hereof, and specifically include provision for liquidated damaQeo, and other damages identified. and for the Purponeaof this Bond are hereafter referred braathe "ConLrocC'; THE CONDITION OF THIS BOND is that if Contractor: 1Performs the, Contract between Contractor and City for oonuhuohon of * ' the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expanmam, costs and attonnoy'o fees including appellate proceedings, that City sustains, as m n»eu/t of default by Contractor under the Contract; and 3. Performs the guarantee of all Work and materials furnished under the Contract for the time specifiedin the Contract; then THIS BOND |SVOID, OTHERWISE |TREMAINS |N FULL FORCE AND EFFECT, 4. Whenever Contractor shall be, and declared by City to be, in default under the CmnbucL. City having performed Qh/mbUgobonx hereunder. the 8upahy may promptly remedy the dofau|t, or shall prompd|y� 4.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or District 3-Roadway, Traffic & 107 /TBNn.:i2-13-040 Orainaqe|npnmemats-PARTU 8`40300.840303,B40310,B'40311 & B-40317 F RM OF PERFORMANCE BOND (Page of 2) 4,2, Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for e contract between such Bidder and City, and make available as Work progresses (even though there should he a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The tem] "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein, The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected wfttoptFa •t or the changes does not affect Surety's obligation under this F3ond. ,„--Ito?tary (CORPORATE SEAL) IN THE PRESENCE By: JVA ENGINEEjNG C7 TRACTOR, INC. ConS'oration) (Print Name and Title) iNsURANC, By: MPANY: N. NATIWL ASSURANCE COMPANY Agent and ATtiNney-in-Fact Cbarles 3. Nielsora, Atty.-In-Fact Address: 9 Farm Springs Road (Street) Farmington, CT 06032 (City/State/Zip Code) Telephone No,: District 3 - Roadway, Traffic & 108 ITB No.: 12-13-040 Drainage Improvements- PART II E3-40300, B-40303, 8-40310, B.40311 & B40317 FORM OF PAYMENTBOND (Page 1oJ2) aoeo NO, rwononozp BY THIS BOND, We Jvx uNGImoon�s uonrxaCzon` INC. . as Principal, hereinafter called Contractor, anduAnWIw NATIONAL ASSURANCE nouPemx . as Gure(y, are bound to the City of Miami, Florida, as Ob|igee, hereinafter called Cdy, in the amount of Three umnucev Fortr-zoree zuuusunu Oo|/mm ($343 301.15 ''-) for the payment whereof Contractor and Surety bind themselves, (heir he|rz, executors' adminiabatorn, mucCaosors and assigns, jointly and severally. VVHEREA6. Contractor has by written agreement entered into m Contract. |TB. No. 12- 13^840, awarded the _dayvf . 2Owith{� h City which Contract Dncuments are by reference incorporated herein and made o port hereof, and specifically Include provision for liquidated dameAee, and oUherda/noQes iden#fied, and for the purposes of this Bond are hereafter referred tomo the "Contract"; THE CONDITION DFTHIS BOND isthat if Contractor: 1. Pays City all losses, liquidated damegeo. expenses, costs and a8orney'sfees Including appellate proceedings, that City sustains beoauSo of default by Contractor under the Conbmot;mnd 2, Promptly makes paynionts to all claimants as defined by Florida Statute 255,05(1) for all labor, materials and supplies used directly or indirrartly by Contractor in the performance mfthe Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERVV}SE, IT SHALL REMAIN /N FULL FORCE AND EFFECT SUBJECT, HDVVEVER, TO THE FOLLOWING CONDITIONS: 2.1 Adaknant. except a laborer, who is not in privity with Contractor arid who has not received payment for its |obor, moterim|n, or supplies shaU, within forty -,five (45) days after beginning to furnish labor, motere}o, or supplies for the prosecution of the Work, furnish to Contractor a notice that he intends to look to the bond for protection, 22. Aclaimant who lsnot inprivity with Contractor and who has not received payment for Its |abor, mmhshn|a' or supplies ohaU. within ninety (AD)daya afterpe�onnoncwofthe|oborVrafteroomp����'very ofthe materials or supplies, deliver h7Contractor and tothe Surety, written notice o(the performance ofthe labor nrdelivery ofthe matndo|oorsupplies and ofthe nonpayment, 2.3. No action for the |abor, moterials, or supplies may be institu¢ed eqaioat Contractor or the Surety unless the notices stated under the poacnding conditions (2.1)and (2.2)have been given. 2.4. Any action under this Bond must boinstituted ineorordarice with the longer of the applicable Notice and Time Limitations provi.s[ons prescribed in Section 255M(2), or Section 95-11, Florida Statutes, District 3`Roadway, Traffic & 09 ITS Nm.:12-13-040 DnuinmOohmproxements-P&RTU B40300,B40303.B40310.B-40311& 1340317 FORM OF P/,‘YMENT13Q1,,ID (Page 2 of 2) The• Surety hereby waivesnotice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obHgtkYr under this Bond. ealed this day of A (Corporate Seal) IN THE PRESENOf OF: By: By: JV N3INEER N; C TA(::TOR, INC. poration) _IOC(M.-74 v Iz (Print Name and Title) day of , 20_ INSURANC8 COMpAN NI:-.UARWTN NATIONAL ASSURANCE COMPANY Agent and. Attorney -in -Fact Charles J. Nielson, Atty,-In-Faet Address: 9 Farm Springs Road (Street) Farmingtoa, CT 06032 (City/State/Zip Code) Telephone No.: (8§9)„. 28.1t1300 The provisions and limitations of Section 255,05 Florida Statutes, including but not limited to the notice and time limitations in Sections 255.05(2) and 255.05(10), are incorporated in this bond by reference. Olstrict 3 - Roadway, Traffic & Drainage Improvements- PART 11 13-40300, B.40303, 13-40310, B-40311 & B-40317 110 1T3 No,: 12-13-040 favor of City. Subscribed and Sworn to before me this Mycommission expires: CERTIFICATE AST0 CORPORATE PRINgIPAL. 8lvaytz- , certify that I arn the Secretary of the corporation named as Principal in the foregoing 9orfbnnenoe and Payment Bond (Performance ^ _ 4 _ �~ � _ f �J_ 'lWv^�� i ._ _ .. . . hall _ �---~-r'r. ---`-r`r' 'who-"'-------`-'-^--' ' o/said corporation; that | know his/tier signature; and his/horaig| and that said 8ond(s)wms (were) duly signed, sealed and attested - pehaff a�zcorporation by authority of its governing body, (SEAL) 5euFeTaboAmKof) JVA Engineering Contractor, Inc. Corporation STATE OFFLORIDA ) ) SO COUNTY OFK4[AW/^DAOE ) Before, me. a Notary Public duty oommisobmod, qualified and acting personally, appeared (o mewoU knmwn, who being by me Urs1du|y sworn upon oath says that he/she has been authorized to execute the foregoing Pmrrormenoeand Payment Bond (Porfo/monom Bond and Payment Bond) nn behalf o[C9ntrack/rnamed therein in / ?1-uNic.8ta/ Banded by -- Oiotrict 3'Roadway, Traffic & 11l ITS No.:12-13-04n Drainage Inive nts PARTU B-40300, B40303. 6'40310. B-40311 &B4V317 � -28\�3 , � Charles J. Nielson ay 29th,, 2i:1. KNOW ALL,MEN BY THESE PRES NT ; DanAti l National ,Assurance Connpany, a Delaware cotporati NAME(S): D.ARWIN NATIONAL ASSURANCE COMPANY : 30 $.:1761 StiI Suite 010,: Philadelphia, PA 19103 POWER OF ATTORNEY No, ompany") does hereby appoint Single Transactiofl L1mit 5,000,000 David f3, Hoover FIi M: tie son Howe Y AsSociaith OFFICE LOCATION: 8( 0 Govemors Sniiare Blvd, Suite r(01.1v9iami Lakes, FL 3301: is trite and lawful Attorney(sj-in Fact with full aufihont`j to execute on its behalf bonds, undertakings, reccog t'nizances and oUtet 6ogtracts of indeinniiy and writings ohligatory in the nalr lie thereof, issued in the course of its business, and 'to bind the Cornpany thereby,, This Power of Attorney shall remain , in full force and effecf for one year from to issued date above=referenced and shall expire pi close Of biisiiies5 of the first anniversary' of such Issue • Date, . Ti SS WHEREOF, DAW1N NATIONAL ASSURANCE COMPANY has ihp is dulyauthorized end er powered ten execute an the Conipany's behalf. ThiS29th, clay of 1 ,20i State raf Pennsylvania County ;of Philadelphia On this 29th day of May, 2013 before me cams the above -Warned officer of DARWIN NATIONAL ASSUMNCE COMPANY, to me personally laiown to be the individuai;snd officer described herein, and acknuV4ledged that he executed the `forejoing insimrnent and afiixod the seals of said crrrpo elion thereto by autholityof ills (Alm #TIF1GATE solution adopted by#lid t3ofird of.Dlreotors' of the DARWfN,NATI 3NAL. INSURANCE COMPANY, pn Dec .0 r, 2012: VED, that the Pies,dent, or any Vice Prresid'nt be and •hereby is ault;oi zed to atapolnt Attorneys -in -Fens to represent and act ter and_ on heha f of the Company to 'bonds, undettatkings,'reco nizeiripes a,nd other cixt#ra'ois of 1nderpniiy aind writingsobligatory In:the nature tberecf, and to attach thereto the co iorete seal of the; • in tiia iraifsactiori of its surzry "RCSOLVEDi that the aicdnatuires-,anti Pities �ions of s•uch officers ardIne seal of the t anipany.tnay tie affixed to any stroll Rower.of Attorney ar to sh' cerftfleale rotating thgtp(o y facsimile; and any such' Pawerof At`torneyor eadificale beanny such far smile e+gnatutes or farsim€le .seal shell he valid and binding upon the Company when so affixed witn • respect to any bond t,ndcrtakinth rrrecagnizance orOtnercontract of lode hity or wnbng.gbiigutory in the nature "thereof; "RESOLVED, that the faesirnrle or rnecharrcaliy r''produced sign mture elf the;Secia iy irf the Co npany, wb bier rttade hofatolore ar hereater ti+bercver appearing upon copy •• of say:Power of Aftomey Of 1.a0Camp�.ny, vrithsignsturres affixed a• n next tbave noted, shall be yaiid and binding upon the Company with the sauna oteeand effect as though . nian•u ally affixed.. - '}RESOLVED id riate ia•b'e • i rfroblyiY;3;CURRY; •ionrparatron, and ' settthesepre sentstobeexecutedbytheofficer itafriedbelow, Nana :T Rot tapies .Title: SehiorVice President Notary; (Viich 1 W. ahodski my Commission Expires? 11.18-.20'14 rN WITNESS WHEREOF'i he SUR 00007 0Cf {11/2012; Secrefariai Oerhfication #hat the y:spot] Attomiey-in'Faot," TIOC*JAt INSURANCE COMPANY, do hereby: cortlfy #irai: the" kxagoirg exr rhetefd sire file amd' r .t, and that bath the Resolution and the Pon of ereeb set myhand and afrrxsd the facsirrt e seal of the osrporatibn, this eot may 3n rt fir s rch ce ruction the date thersdf, to of Rsaiulo-ori acf riay'are iii ftdi fare and CITY OF MIAMI, FLORIDA INTER -MICE MEMORANDUM TO; Johnny Martinez, P.l., City Manager FROM: stark Spaniel', I'.[ ., Dit`dctor Capital improvements Freya? NCLOSURES: DATE: June l2, 2013 r+Jr Lr: SUBJECT: Recommendation of Award for District 3 — Roadway, Traffic & Drrain<age Improvements — Part II - 13-40300, 13-40303, 13-40310, B-40301, B-40317 REFER,ENCTS: 1'1"ti i'7-13-040 Recommendation Based on the fndirrgs below, Capital I'm preverrrcnts Program hereby recommends that the Project be awarded to JVA Engineering Contractor Inc (`°JVA") who has boon determined to be the lowest responsive and responsible Bidder for I'I'13 12-13-040 - District 3 -• Roadway, Traffic & .Drainage Improvements ..- Part I1. — Project No.'s, B-40300, I340303, 13-40310, i3-40:301 and B-40317. Background On 'Thursday, May 30, 2013, Capital Improvements Program ("OP") received four (4) bids. in. response to the solicitation for District .3 -•• Roadway, Traffic & Drainage Improvements — Part II Project No.'s. F3.40300, B-40303, 13-40310, .I3.40301 and B-40317 (the"Project")' (see attached. Bid Security Lit). 'Bidders were required to hold • a current certified General Contractor license issued by the State of ,1 lorida ( a Miami -Dade County Certificate, of Competency as a General Engineering Contractor, .in addition to one of the, above -spec fk d lie uses, Bidders had to have a rrrinirraum of ;five (5) years 'experience under its , current business name in .the construction of, roadway/horizontal projects involving public right-of-way; construction/installation/repaiir/replacement of drainage system pipes. and maintenance ot'vehicutar traffic, where the Bidder self.-performed'at least thirty percent (30%) of the physical construction 'work, supported by references for five (5) projects ceinplettd within the past five (5) years. Findings• :. As reflected on the attached Bid Security List, JV.A was the lowest bidder' for' TTB 12-13-040 and. the local preference ordinance is not applicable since none of the Other Bidders maintain a "local" office, as defined in Section 1 S-73 of the City of Miami Code, After determining; that JVA. is..a responsible bidder and meets the minimum' requirements to bid on the Project, CEP reviewed and compared the line items in JVA's bid with the design consultant's construction estimates for Said iterris and, based thereon, determined .that .IVA's bid is responsive to ITB 12»13-040. Having detc:rmiited that JVA is the lowest: responsive and responsible bidder for ITB 12-13-040, CI.P recommends that the Project be awarded to JVA, Contract 'Execution . . Accordingly, CIP hereby requests authorization to prepare for e ecution a contract in the amount of .IVA's total bid of $34:3,301.15 plus a ten percent(10%) contingen"cy .fora total contract. amount not to exceed $377,631:26. 111ice Bravo, 'P.E,, Assistant City Manager Mark Span ioli, P.B,, Director, CIP Jeovan.ny .Rodriguez, Pis., Assistant Director, CIP