Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Exhibit
INVITATION TO BID ("ITB") NO.: 16-17-067 SW 5' STREET ROADWAY IMPROVEMENTS, D4 OFFICE OF CAPITAL IMPROVEMENTS PROJECT NO.: B-30966 Issue Date: November 1, 2017 Bid Due Date: November 30, 2017 Bid Due Time: 2:00 P.M. (Local Time) `l 01,,1 L.)' . `I r * INCORPORATED X' 19 96 Mayor Tomas P. Regalado Commissioner Wifredo "Willy" Gort, District 1 Commissioner Ken Russell, District 2 Commissioner Frank Carolio, District 3 Commissioner Francis Suarez, District 4 Commissioner Keon Hardemon, District 5 City Manager Daniel J. Alfonso Issued By: City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 TABLE OF CONTENTS Cover Page 1 Table of Contents 2 Notice to Contraotprs 6 Section 1 - Definitions 8 Section 2 - Instructions for Submission 1. Intention of the City 11 2. Scope of Work 11 3. Location of the Project 11 4. Performance of the Work 11 5. Examination of Contract Documents and Site 11 6. Addenda 12 7. Bid Submission 12 8. Bid Guaranty 12 9. Preparation of Bid 13 10. Pre -Bid Conference 13 11. Postponement of Bid Opening Date 13 12. Acceptance or Rejection of Bids 13 13. Environmental Regulations 13 14. Bid Award 14 15. Bid Protest (Reference Section 18-104 of the City Code) 14 16. Community Small Business Enterprise (CSBE) Participation 14 17. Local Workforce Participation 15 18. Responsible Wages and Benefits 17 19. Cone of Silence 17 20. Public Entity Crime 18 21. Fraud and Misrepresentation 18 22. Collusion 18 23. Contractor in Arrears or Default 18 24. Cancellation of ITB 18 Section 3 - General Terms and Conditions 1. Time is of the Essence 19 2. Contract Term 19 3. Notices 19 4. Priority of Provisions 20 5. Indemnification 21 6. Insurance 22 7. Performance and Payment Bond 24 8. Qualification of Surety 24 9. General Requirements 25 10. Method of Performing the Work 25 11. Work Staging and Phasing 26 12. Site Investigation and Representation 26 13. Contractor to Check Plans, Specifications and Data 27 14. Contractor's Responsibility for Damages and Accidents 27 15. Accidents 27 16. Safety Precautions 27 17. Occupational Health and Safety 28 18. Labor and Materials 29 19. Rules, Regulations, Laws, and Licenses 29 20. Consultant Services 29 21. Project Management 29 SW 5th Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 22. Superintendence and Supervision 30 23. Authority of the Proiect Manager 30 24. Inspection of Work 31 25. Taxes 32 26. Separate Contracts 32 27. Lands of Work 32 28. Coordination of Work 33 29. Differing Site Conditions 33 30. Existing Utilities 33 31. Contractor's Responsibility for Utility Properties and Service 34 32. Interfering Structures 34 33. Field Relocation 34 34. Contractor's Use of Project Site(s) 35 35. Warranty of Materials and Equipment 35 36. Material and Equipment Shipment. Handling, Storage and Protection 35 37. Manufacturer's Instructions 37 38. Manufacturer's Warranty 37 39. Reference Standards 37 40. Submittals 38 41. Shop Drawings 39 42. Product Data 40 43. Samples 40 44. Record Set 40 45. Supplemental Drawings and Instructions 41 46. Contractor Furnished Drawings 41 47. Substitutions 41 48. City Furnished Drawings 42 49. interpretation of Drawings and Documents 42 50. Product and Material Testing 43 51, Field Directives 43 52. Changes in the Work or Contract Documents 43 53. Continuing the Work 43 54. Change Orders 43 55. Change Order Procedure 44 56. No Oral Changes 45 57. Value of Change Order Work 45 58. Extra Work Directive 47 59. As -Built Drawings 48 60. Worker's Identification 49 61, Removal of Unsatisfactory Personnel 49 62. Substantial Completion. Punch List and Final Completion 49 63. Acceptance and Final Payment 50 64. NPDES Requirements 51 65. Force Majeure 51 66. Extension of Time 51 67. Notification of Claim 52 68. Extension of Time Not Cumulative 53 69. No Damages for Delay 53 70. Excusable Delay, Non-Compensable 53 71. Lines and Grades 53 72. Defective Work 54 73. Acceptance of Defective or Non -Conforming Work 54 74. Uncovering Finished Work 54 75. Correction of Work 54 SW 5`" Street Roadway 1TB No.: 16-17-067 Improvements, D4 - B-30966 76. Maintenance of Traffic and Public Streets 55 77. Location and Damage to Existing Facilities, Equipment or Utilities 56 78, Stop Work Order 57 79. Hurricane Preparedness 57 80. Use of Completed Portions 58 81. Cleaning Up: City's Right to Clean Up 58 82. Removal of Equipment 58 83. Set -offs, Withholdings and Deductions 59 84. Event of Default 59 85. Notice of Default -Opportunity to Cure 60 86. Termination for Default 60 87. Remedies in the Event of Termination for Default 60 88. Termination for Convenience 61 89. Resolution of Disputes 62 90. Mediation -Waiver of Jury Trial 62 91. City May Avail Itself of All Remedies 63 92. Permits, Licenses and Impact Fees 63 93. Compliance with Applicable Laws 63 94. Independent Contractor 64 95. Third Party Beneficiaries 64 96. Successors and Assigns 64 97. Materiality and Waiver of Breach 65 98. Severability 65 99. Applicable Law and Venue of Litigation 65 100. Amendments 65 101. Entire Agreement 65 102. Nondiscrimination. Equal Employment Opportunity. and Americans with Disabilities Act 65 103. Eva"cation 66 104. Commodities Manufactured. Grown or Produced in the City of Miami, Miami -Dade County and the State of Florida 66 105. Roya:ties and Patents 66 106. Continuation of the Work 66 107. Review of Records 66 108. No Interest 67 109. Payments Related to Guaranteed Obligations 67 110. Consent of City Required for Subletting or Assignment 67 111. Agreement Limiting Time in Which to Bring Action Against the City 68 112. Defense of Claims 68 113, Contingency Clause 68 114. Mutual Obligations 68 115. Contract Extension 68 116. Non -Exclusivity 69 117. Nature of the Agreement 69 118. Contract Documents Contain All Terms 69 119. Survival 69 120. Disclosure of State Funding, if applicable 69 Section 4 - Supplemental Terms and Conditions 1. Contract Time and Hours 70 2. Progress Payments 70 3. Liquidated Damages 71 4. Schedule of Values 5. Project Schedules 6. Release of Liens/Subcontractor's Statement of Satisfaction 4 72 72 72 SW 5th Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 7. Progress Meetings 73 8. Request for information 73 9, Project Site Facilities 73 10, inspection of Work 74 11. Security 74 12. Construction Signage 74 13. Construction Photographs 75 14. City Furnished Property 75 15. Gectechnical Testing — Intentionally Omitted 75 16. Field Layout of the Work and Record Drawings for Drainage Projects 75 17. Survey Work for Drainage Projects 76 18. E-Verify — Mandatory Use 76 Section 5 — Bid Form 1. Bid Form 77 Section 6 — Attachments 1, Bid Bond Form 85 2. Questionnaire 91 3. Customer Reference Listing 95 4, Form Reference Letter 96 5. Office Location Affidavit 97 6. Certificate of Compliance 100 7. Schedule of Intent Affidavit (SOI) 101 8. Local Workforce Participation Bid Question 102 Section 7 — Contract Execution 1. Contract Execution Form 103 2, Corporate Resolution 104 2. Form of Performance Bond 105 3, Form of Payment Bond 107 4. Certificate as to Corporate Principal 109 5. Performance and Payment Guaranty Form and Unconditional/Irrevocable Letter of Credit 110 6. Joint Venture Form 112 SW 5th Street Roadway ITB No.: 16-17-067 Improvements, 04 • B-30966 INVITATION TO BID NO,: 16-17-067 NOTICE TO CONTRACTORS Sealed Bids \Nil' be received by the City of Miami. Office of the City Clerk, City Hall, 15' Floor, 3500 Pan American Drive, Miami, Florida 33133-5504 for: SW 5m STREET ROADWAY IMPROVEMENTS, D4 Issue Date: November 1, 2017 Bid Due Date: November 30, 2017 @ 2:00 P.M. (Local Time) Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for roadway improvements including. but not limited to. installation of an 8-inch Ductile Iron (D.I.) water main and other drainage components. milling and resurfacing and overbuild, widening andior reconstruction, installing swale biccks. install new curbs, replacement of damaged sidewalks, curbs and gutters, repair of driveway approaches, striping. signs and installation of Americans with Disabilities Act (ADA) compliant ramps. Utility Work avil' be funded by a Joint Project Agreement (JPA) with Miami -Dade County Water and Sewer Department (WASD). Funding for Utility Work will be released after satisfactory inspection by WASD. The full Scope of Work is detailed in the construction drawings. Minimum Requirements as of Bid Due Date: A. Bidders shall have.: i) a current certified General Contractor license issued by the State of Florida: s_r ii) a Miami -Dade County Certificate of Competency as a General Engineering Contractor and in addition, must have a minimum of five (5) years of experience, under its current business name. in the construction of roadway/horizontal Projects involving public right-of-way. construction/insta!lation/repair,'replacement of drainage system pipes and maintenance of vehicular traffic, supported by references for five (5) Projects completed within the past five (5) years. B. Submitted reference Projects must demonstrate that the Bidder: i) served as the Prime Contractor for the referenced Projects provided; and ii) self -performed at least thirty percent (30%) of the Physical Labor Construction Work for the referenced Projects (complete five (5) Reference Letter's to certify — located on Page 96). If the Work is phased the self -performance percentage requirement will apply to each phase or segment of the Work -- severally. The Selected Bidder, hereafter referred to as Contractor, shall self -perform at least thirty percent (30%) of the Physical Construction Labor Work for the negotiated construction cost of the entire Project utilizing its own employees. The City of Miami (the City) reserves its right to require documentary confirmation of this requirement. The Department of Procurement (Procurement) has scheduled a VOLUNTARY PRE -BID CONFERENCE to be held on the following date, time and location: Location: Miami Riverside Center 444 SW 2"d Avenue, 6"' Floor — South Conference Room Miami, Florida 33130 Date/Time: November 9, 2017 at 10:00 AM (Local Time) n SW 5' Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 The bid documents, including plans, may be obtained by visiting the Office of Capital Improvements (OCI) webpage: http://www.miamigov,comiMiarniCapitaliNewBidsandProposals.html. It is recommended that firms periodically check OCI's webpage for updates and the issuance of addenda It is the sole responsibility of each Bidder to ensure their receipt and understanding of all addenda. All bids shall be submitted in accordance with the Instructions to Bidders identified in Section 2, Instructions for Submission. BiJa must be submitte.d in duplicate originals and on CD or USB Drive in PD- form it at the time, date and location stated, where bids will be publicly opened. Any bids received after the time and date specified will not be considered. Bids received at another address will not be considered. The responsibility for submitting a bid before the stated time and date is solely and strictly the responsibility of the Bidder. The City is not responsible for any delay no matter what the cause. Bidder assumes any risk of any delay or mistake. BIDDER IS HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271, Section 18-74, CITY OF MIAMI CITY CODE, as amended. SW 5'h Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 Section 2 — Instructions for Submission 1. Intention of City It is the intention of the City to describe in this ITB the Project to be completed in accordance with all codes and regulations governing ail the Work to be performed under this Project. Any Work, materials or equipment that may reasonably be inferred from the Contract as being required to produce the intended result. shall be supplied by Contractor whether or not speci`cally called for. Where words have a well-known technical or trade meaning are used to describe Work. materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications. manuals. or codes of any technical society, organization or association. or to the laws or regulations of any governmental authority, whether such reference be specific cr by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no dutes other than those dutes and obligations expressly set forth within the Contract Documents. 2. Scope of Work The Work consists of furnishing all materials, labor, and equipment necessary for roadway improvements including. but not limited to, installation of an 8-inch Ducti'e Iron (D.I.) water main and other drainage components, milling and resurfacing and overbuild, widening and/or reconstruction, insta"ling swaie blocks, install new curbs. replacement of damaged sidewalks, curbs and gutters, repair of driveway approaches, striping, signs and installation of Americans with Disabilities Act (ADA) compliant ramps. Utility Work will be funded by a Joint Project Agreement (..IPA) with Miami -Dade County Water and Sewer Department (WASD). Funding for Utility Work will be released after satisfactory inspection by WASD. Additional information concerning the Scope of V'lork is located in the Construction Drawings, 3. Location of the Project SW 5" Street from SW 29' Avenue to SW27" Avenue 4, Performance of the Work Contractor shall self -perform (complete) at least thirty percent (30%) of Physical Construction Labor Work for the negotiated construction cost of the entire Project utilizing its own employees. The City reserves its right to require documentary confirmation of this requirement. By submitting a bid, the Bidder certifies that it shall utilize its own employees to meet this requirement. As part of the bid, the Bidder must include the form titled "Questionnaire". Failure to complete and submit this form. or to meet this requirement, shal result in the bid being deemed non -responsive. Where the City determines that Contractor is deemed as not meeting this requirement during the performance of the Work, then the Contractor shall be in default of the Contract. If the Work is Phased, Segmented or done in increments, the thirty percent (30%) self -performance requirement shall apply to each segment or increment — jointly and severally. 5. Examination of Contract Documents and Site it is the responsibility of each Bidder. before submitting a bid to this invitation to Bid (ITB), to: a. Carefully review the 1TB, including any addenda and notify the City of all conflicts, errors or discrepancies. b. Visit the site(s) or structure(s) to become familiar with conditions that may affect costs, progress, performance, and furnishing of the Work. c. Take into account federal, state and local (City and Miami -Dade County including. without limitation the City Procurement Ordinance and Florida Building Code) laws, regulations, rules. approvals. and ordinances that may affect a Bidder's ability to perform the Work. I1 SW 5' Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 d. Study and carefully correlate Bidder's observations with the requirements of the tTB. e. Sign and return all required ITB forms as applicable. The submission of a bid to this solicitation shall constitute an incontrovertible representation by Bidder that it shall comply with the requirements of the Contract Documents and that without exception, the response is premised upon performing and furnishing Work required under the Contra:t Documents and that the Contract Documents are sufficient in detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. Addenda Only questions answered via City issued written addenda will be binding. Oral and other interpretations or clarifications will be without legal binding effect and should not be relied upon in preparation of a bid response. All questions about the meaning or intent of the Contract Documents are to be directed to the Cty's Department of Procurement (Procurement) in writing. to the attention of Anthony Hansen, Senior Procurement Contracting Officer at amhansen,kmiamincv ccrn, with a copy to the Office of the City Clerk at clerks u.miami io,;.corn. Interpretations or clarifications considered necessary by Procurement in response to such quest:on.s will be issued by the City by means of an Addendum. All Addenda will be posted on the OCI webpage. Written questions must be received by the City, no later than November 20, 2017 at 5:00 PM. 7 Bid Submission All bids must be received by the City of Miami, Office of the City Clerk, located at City Hall, First Floor. 3500 Pan American Drive, Miami, FL. 33133, before the time and date specified for bid opening. enclosed in a sealed envelope and legibly marked on the outside: BID NO.: 16-17-067 PROJECT NAME: SW 5TH STREET ROADWAY IMPROVEMENTS, D4—B-30966 Bidders must submit to (2) original bid paakage:s and one (1) electronic bid package on a CD or USE Drive in PDF format. Failure to submit two (2) originals will result in the bid being deemed non -responsive by staff. 8. Bid Guaranty All bids shall be accompanied by either an origina! Bid Bond executed by a surety meeting the requirements of the City, cr by cash. money order, certified check, cashier's check, Unconditional/Irrevocable Letter of Credit, Bid Bond Voucher (for Projects less than two hundred thousand dollars ($200,000.00)) issued to City of Miami by certified check, treasurer's check or bank draft of any national or state bank (United States), in the amount of five percent (5%0) of the total bid amount (payable to City), and conditioned upon Contractor executing the Contract and providing the required Performance and Payment Bond and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. The time for execution of the Contract and provision of the Performance Bond, Payment Bond and Certificate(s) of Insurance may be extended by OCI at its sole and absolute discretion. Bid Securities of the unsuccessful Bidders will be returned after award of Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the Contractor shall be forfeited to the City as liquidated damages and not as a penalty, for the cost and expense incurred should said Contractor fail to execute the Contract, and provide the required Performance Bond and Payment Bond. Any form of Bid Guaranty shall be in a form acceptable to the City's Risk Management Administrator and the City Attorney, as to legal form. t} SW 5"' Street Roadway !TB No.: 16-17-067 Improvements, 04 - B-30966 9. Preparation of Bid All bids shall be made upon the blank City forms provided herein and herewith. The bid must be signed and acknowledged by the Bidder, in accordance with the directions on the ITB. Failure to utilize the City's forms, or fully complete said forms, may result in the bid being deemed non- responsive. The Bidder shall be considered ran -responsive if its bid is conditioned on modifications, changes, or revisions to the terms and conditions of the ITB. The bid is to include the furnishing of all labor. materials, overhead expense and profit, equipment including, but not limited to, tools. services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. Joint venture firms must complete and submit with the bid, the form titled "Information for Determining Joint Venture Eligibility" (Form A). and submit a copy of the formal agreement between all joint -venture parties. This joint venture agreement must indicate their respective roles. responsibilities, and levels of participation for the Project. Failure to submit Form A, along with an attached written copy of the joint venture agreement may result in disqualification of the bid. AI joint venture firms must meet the requirements stipulated in the Florida Statutes. 10. Pre -Bid Conference A VOLUNTARY PRE -El D CONFERENCE will be held on November 9,2017 at 10:00 a.m. (Local Time) at the Miami Riverside Center, 6th Floor South Conference Room, 444 SW 2nd Avenue, Miami, FL 33130, to discuss this ITB. Since space is limited, it is recommended that one representative of each firm attend in order to become familiar with the ITB. Attendees are requested to bring this ITB Package to the conference. 11. Postponement of Bid Opening Date The City reserves the right to postpone the date for receipt and opening of bid submissions and will make a reasonable effort to give at least three (3) calendar days' notice of any such postponement to prospective Bidders, 12. Acceptance or Rejection of Bids The City reserves the right to reject any or all bids prior to award, to re -advertise for bids, and to not award any Contract, in the reasonable discretion of the City. The City reserves the right to waive any minor technicality, informality, variance, deviation, omission or the like up to or prior to award of the Contract in the reasonable discretion of the City. Reasonable efforts will be made to either award the Contract or reject ail bids within ninety (90) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the price before the expiration of one hundred eighty (180) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred eighty (180) calendar days from the date of bid opening by delivering written notice of withdrawal to the Department of Procurement prior to award of the Contract by the City Commission. 13. Environmental Regulations The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations (Regulations) in determining a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidders shall notify the City immediately of notice of any citation or violation which 13 SW 5'h Street Roadway iTB No.: 16-17-067 Improvements, D4 - B-30966 Bidder may receive after the submittal opening date and during performance of the Work under this Contract. 14. Bid Award The City will issue the award of the Contract to the lowest responsive and responsible Bidder. The City may require demonstration of competency and, at its sole and absolute discretion, may conduct site visits, and require the Bidder to furnish documentation and,'or require the Bidder to attend a meeting to determine the Bidders qualifications and ability to meet the terms and conditions of this Contract. The City shall consider, but not be limited to, such factors as financial capability, labor force, equipment, knowledge, and experience of the trade Work to be performed, the quantity of Work being performed, and past performance on City Projects by the Bidder. The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that it can satisfactorily provide the goods and!or services required herein. The City, at its sole discretion may determine a Bidder to be non -responsible where the Bidder has failed to perform in accordance with other Contracts with the City. Any Bidder who, at the time of submission, is involved in an ongoing bankruptcy as a debtor. or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over a'l or a substantial portion of the property of the Bidder under federal bankruptcy law or any state insolvency, may be declared non -responsive. Any Bidder who may have filed a lawsuit against the City or where the City has filed a lawsuit or won a court judgment or other final order against the Bidder, or who has been debarred by any public agency in Florida, or any Bidder or its principals who have been convicted of a crime involving moral turpitude, may be declared non -responsive. 15. Bid Protest Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a Contract may protest in writing to the Chief Procurement Officer, in accordance with the procedures contained in Section 1$-104, Resolution of Protested Solicitations and Awards, as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code) describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS TO THIS REQUIREMENT. 16. Community Small Business Enterprise (CSBE) Participation The Contractor must comply with the following CSBE participation requirements. Ali instructions, required forms and other information necessary for complying with the CSBE participation requirements are available on the OCI webpage. a) The Contractor must assign a minimum of fifteen percent (15%) of the Contract value to a respondent or to a construction related enterprise currently certified by Miami - Dade County as a Community Small Business Enterprise (CSBE) as set forth in Section 10-33.01 and Section 10-33.02 of the Miami -Dade County Code; b) Five percent (5%) of the bid amount shall be retained by the City for the CSBE requirements until said requirements are fulfilled and verified within six (6) months of Contract completion pursuant to Section 18-89 of the City Code. Failure to comply with the CSBE requirements within six (6) months of Contract completion shall result in the forfeiture of the retained amount to the City. This five percent (5%) retainage is included within the ten percent (10%) retainage normally withheld by the City; 14 SW 5th Street Roadway ITS No.: 16-17-067 Improvements, D4 - B-30966 e) The Contractor shall retain the services of an independent third party to verify and certify compliance with these requirements on a quarterly basis in accordance with Section 18-89 of the City Code. Said third party shall be una'ziliated with the respondent and be properly licensed under the provisions of Sections 454, 471, 473, or 481 of the Florida Statutes. The person performing the verification shall have a minimum of two (2) years of prior professional experience in Contracts compliance, auditing, personnel administration, or field experience in payroll, enforcement, or investigative environment. The cost for this verification shall be included in the reeled Contract costs. The following link is to the Miami -Dade County website where Bidders can view the current listing of certified CSBE Contractors by trade. h`,tp,f'www.miamidade.qov!smallbusinessicertification-lists.asp 17. Local Workforce Participation I. Contractor must employ the following minimum percentage requirements for on -site labor from persons residing within Miami -Dade County (an individual whose primary place of residence is within Miami -Dade County), for the duration of the Project: 1. Construction Contracts with a construction cost of up to two hundred fifty thousand dollars (5250,000.00) shall have no Loca! Workforce Participation requirement. 2. Construction Contracts with a construction cost of two hundred fifty thousand dollars (5250,000.00) or more, but less than five hundred thousand dollars (S500,000.00) shall have a minimum Local Workforce Participation requirement of ten percent (10%). 3. Construction Contracts with a construction cost of five hundred thousand dollars (5500,000.00) or more, but less than seven hundred fifty thousand dollars (S750,000.00) steal; have a minimum Local Workforce Participation requirement of fifteen percent (15%). Construction Contracts with a construction cost of seven hundred fifty thousand dollars (5750,000.00) or more, but less than four mil,ion dollars ($4,000,000.00) shall have a minimum Local Workforce Participation requirement of twenty percent (20%). 5. Construction Contrats with a construction cost of four million dollars ($4,000,000.00) or more shall have a minimum Local Workforce Participation requirement of forty percent (40°f°). All Local Workforce Participation percentage requirements listed above shall be applied on the construction Project's on -site labor force. The County residency of the onsite labor component shall be subject to verification by the OCI. II. The Contractor shall strive to employ a minimum of fifty percent (50%) of the aforementioned minimum Local Workforce Participation percentage requirements from within the City commission district where the Project is located. III. Five percent (5°i%) of the bid amount shall be retained by the City for the local requirements until said requirements are fulfilled and verified by the City Manager, or authorized designee as being fulfilled within three (3) months of Contract completion. Failure to satisfactorily meet the requirements shall result in the forfeiture of the retained amount to the City, this five percent (5%) retainage is included within the ten percent (10%) retainage normally withheld by the City and will comply with percentages specified in F.S. § 218.735. SW 5°'' Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 IV. The Contractor shall coordinate job fairs and hiring initiatives with the South Florida Workforce or a similar state chartered regional workforce development board acceptable to the City Manager. 1. For Contracts with a bid amount between one million dollars (51,000,000,00) and two million dollars (52,000,000.00), the Contractor shall be required to hold one job fair within the local community. 2. For Contracts with a bid amount greater than two million dollars ($2,000,000.00). the Contractor shall be required to hold two job fairs within the local community. V. Bid and response documents to which a Local Workforce Participation requirement goal has been applied shall require the Contractor to develop and submit to the City, within thirty (30) calendar days of notification of award of the construction Contract, a workforce plan (plan) outlining how the goal will be met. and containing the following information and elements required by this section. The Contractor she provide to the City, proof of adherence to the City's Local Workforce Participation requirements within the past three (3) years, and the Contractor's pas` compliance with these requirements. The Contractor's response must include: 1. Contract number, name, and a brief description of Work; 2. Total dollar value of the Contract; 3, Dates covering the term of the Contract; 4. Percentage of Local Workforce Participation requirements met by the Contractor; 5. Breakdown of Pocal workforce used to meet requirements (number of persons broken down by trade and category); 6. If the Contractor was unable to meet the Loca! Workforce Participation requirements, explain the reason why, and what efforts, if any, were utilized by the Contractor to attempt to meet these requirements; 7. If the Project was over one million dollars ($1,000,000.00) did the Contractor hold a job fair, if yes, provide the date and location of the job fair(s), number of attendees; 8. Was a third party hired to verify and certify compliance with the Local Workforce Participation requirements, if yes, were all requirements met, what was the third party's name and provide their current contact information; 9. Was the five percent (5%) retainage fee released to the Contractor by the City upon Project completion; and 10. If the Contractor did not meet the goal, did Contractor seek a waiver of the program requirements from any City official, and provide a detailed explanation. The plan shall identify by name, address, and trade category of all persons proposed to perform Work under the Contract currently on the Contractor's payroll. or positions to be hired by the Contractor, who reside within Miami -Dade County. An updated plan shall be submitted to the City's Project Manager on a monthly basis, and in the event that during the Contract period a new hire or a person identified in the plan as meeting the Local 16 SW 5"' Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 Workforce Participation requirement goal is replaced, the City may require the Contractor to immediately identify the replacement. VI. The Contractor shall have a third party independently verify and certify compliance with these requirements on a quarterly bass. Said third party shall be unaffiliated with the Contractor. and be properly licensed under the provisions of Florida Statute Sections 454, 471. 473, or 481. The firm performing the verification shall have a minimum of two (2) years of prior professional experience in Contracts compliance, auditing. personnel administration, or field experience in payroll, enforcement, or investigative environment. The cost for this verification and certification shall be included in the related Contract costs. These Local Workforce Participation requirements shal apply to any competitively procured Contract under this section unless: 1. The City Manager or designee deems the requirements unfeasible prior to issuance of the ITB document; 2, It is disallowed by federal or state law or grant requirements; 3 Funding sources require alternate, contradictory or specifically exclude or disallow Local Workforce Participation requirements; 4. These requirements are waived by the City Commission by resolution, prior to issuance of the ITB document, upon written recommendation of the City Manager or designee. Bidders should refer to Section 18-89(f) of the City of Miami Procurement Code for further clarification. This language is only a summary of the key provisions of the Local Workforce Participation requirements. Please review City of Miami Ordinance No, 12271, § 2, 8-22-02; Ord. No. 12654, § 2, 2-10-05; Ord. No. 12780, § 2, 3-9-06; Ord. No. 13275, § 2, 7-14-11; Ord. No. 13331, § 2, 7-26-12; Ord. No. 13332, § 2. 7-26-12,: Ord. No. 13493. § 2, 1-22-15 for a complete and thorough description of the Local Workforce Participation requirements. Bidder may contact the Office of the City Clerk at (305) 250-5360, to obtain a copy of the same. 18. Responsible Wages and Benefits Pursuant to Section 18-120 of the City of Miami Procurement Code, entitled "Responsible Wage Construction Contracts', the Contract to be executed for completion of this Project shall require the Prime Contractor and all of the Subcontractors to pay Miami -Dade County Responsible Wages and Benefits to a:I laborers and mechanics assigned to the Project. Bidders shall incorporate into their bid the required Responsible Wages and Benefits for 2017 Highway Construction which are found at the following hyperlink: iamid ade.gov!srna lbusiness.'Iibrarvireoortswaq's;2017.2017-Hidhy<l,- Constructicn-Resoonsible-Wages-and-Benefits.pdf 19. Cone of Silence Pursuant to Section 18-74 of the City of Miami Procurement Code, a codification of Miami Ordinance No. 12271, a "Cone of Silence" is imposed upon this ITB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence prohibits any verbal communications regarding this ITB. Any communication concerning this ITB must be submitted in writing to Procurement at arihansen miani ov.com. Written communications may be in the form of e-mail. with a copy to the Office of the City Clerk at cierks(abmiamigov.com. 17 SW 5'1' Street Roadway ITB No.: 16-17-067 Improvements, 04 - B-30966 This language is only an overview of the requirements of the Cone of Silence. Please review Section 18-74 of the City's Procurement Code for a complete and thorough description of the Cone of Silence. Bidders may also contact the Office of the City Clerk at (305) 250-5360, to obtain a copy. 20. Public Entity Crime A person cr affiliate who has been placed on the convicted Bidder list following a conviction for a public entity crime may not submit a bid on a Contract to provide any goods or services to a public entity, may not submit a Response on a Contract with a public entity for the construction or repair of a public building or Public Works project, may not submit a Response on a lease of real property to a public entity, may not be awarded or perform Work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of Florida Statutes for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted Bidder List. 21. Fraud and Misrepresentation Any individual, corporation or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation or material misstatement, or omission of any material fact, may be debarred for up to five (5) years in accordance with the applicable provisions of the City Ccde. The City as a further sanction may terminate or cancel any other Contracts with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation. 22. Collusion Where two (2) or more related parties, as defined herein, each submit a bid to an ITB, such submissions shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submission under such ITB. Related parties shall mean employees, officers or the principals thereof which have a direct or indirect ownership interest in another firm or in which a parent company or the principals thereof of one Bidder have a direct cr indirect cwnership interest in another Bidder, for the same Project. Bids found to be collusive shall be rejected. 23. Contractor in Arrears or Default The Bidder represents and warrants that the Bidder is not in arrears to the City and is not a defaulter as a surety or otherwise upon any obligation to the City. In addition, the Bidder warrants that the Bidder has not been declared "not responsible" or "disqualified.' by, or debarred from doing business with any state or local government entity in the State of Florida. the Federal Government or any other State/local governmental entity in the United States of America, nor is there any proceeding pending pertaining to the Bidder's responsibility or qualification to receive public agreements. The Bidder considers this warrant as stated in this Article to be a continual obligation and shall inform the City of any change during the term of the Contract. The City shall not consider and shall deem as non -responsible, bids submitted by Bidders where the City has determined that the Bidder is in monetary arrears. or otherwise in debt or in default to the City. at the time and date bids are due. 24, Cancellation of ITB The City reserves the right to cancel, in whole or in part, any ITB when it is in the best interest of the City. This determination will be at the discretion of the City and there will be no recourse from such cancellation. SW 5`h Street Roadway ITB No.: 16-17-067 Improvements, 04 - B-30966 BID FORM (Page 1 of 11) SECTION 5 — Bid Form Submitted: November 28th. 2017 Date City of Miami, Florida Office of the City Clerk City Hall, 1 s. Floor 3500 Pan American Drive Miami, Florida 33133-5504 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 al] 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 all other required information with the bid. and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to Contract with the City. a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materia°s, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 16-17-067 Title: SW 5"' Street Roadway Improvements, D4 — B-30966 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: exocute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as 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. 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. Lily SW 5'h Street Roadway ITB No.: 16-17-067 Improvements, 04 - B-30966 BID FORM (Page 2 of 11) Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage with the bid documents. The Bidder's Total Bid Construction Cost includes the total cost for furnishing all materials, labor, and equipment necessary for roadway improvements including. but not limited to. installation of an 8-inch Ductile Iron (D.1.) water main and other drainage components, milling and resurfacing and overbuild, widening and,'or reconstruction, installing Swale blocks, install new curbs, replacement of damaged sidewalks, curbs and gutters. repair of driveway approaches, striping. signs and installation of Americans with Disabilities Act {ADA) compliant ramps. Utility Work will be funded by a Joint Project Agreement (JPA) with Miami -Dade County Water and Sewer Department (WASD). Funding for Utility Work will be released after satisfactory inspection by WASD The full Scope of Work is detailed in the construction drawings. SW 59' Street Roadway Improvements, D4 A. TOTAL BASE BID CONSTRUCTION COST - (City of Miami Project No. B-30966): $ 189, 795.21 B. TOTAL ADD ALTERNATE CONSTRUCTION COST - Vila ter Prlain PCTS No. 111874: $ 195, 999.59 C. COMBINED TOTAL BID CONSTRUCTION COST - (Total Base Bid + Total Add Alternate): $ 386, 794.80 4'.PITTEI CO11,7EJNE0 TOTAL f. ID CONSTRUCTION COST. $ Three Hundred Eighty Six Thousand Seven Hundred Ninetj Four with Eighty Cents (Total Base Bid + Total Add Alternate): SW 5'" Street Roadway ITB No.: 16-17-067 Improvements, D4 • B-30966 CITY OF MIAMI ITS 16-17-067 PROJECT No. B-30966 SW 5th Street from SW 29th Avenue to SW 27th Avenue Roadway Improvements ITEM PA J EM DESCRIPTION UNITS UNIT COST QUANTITY TOTAL AMOUNT LUMP SUM PAY ITEMS 1 101-1 NIOBILIZATIGN LS $5,00000 I S5,001300 2 102.1 MAINTENANCE OF TRAFFIC LS 55,000 00 1 55,00E 00 3 110-1-1 CLEARING 8 GRUBBING LS S5,000 00 1 S5 000 00 TOTAL LUMP SUM PAY ITEMS $15,000.00 ITEM PAN!EM DESCRIPTION UNITS UNIT COST QUANTITY TOTAL AMOUNT ROADWAY AND HARDSCAPE PAY ITEMS 4 120-1 REGULAR EXCAVATION (INCLUDES GRADING) CY $10:00 579 $5,79000 5 120.6 EMBANKMENT CY $30-00 25 $750-00 6 160-4 TYPE 3 STABILIZATION SY 54.00 1,349 $5.396 00 7 285-704 OPTIONAL BASE, BASE GROUP 04 SY $11 00 521 $5,797Oa 8 285-706 OPTIONAL BASE, BASE GROUP 06 SY $12 00 823 $9,876 00 9 327-70-1 MILLING EXISTING ASPHALT PAVEMENT (1" AVG J SY $4-00 543 $2,172,00 10 331-2-1 TYPE S-III ASPHALTIC CONCRETE STRUCTURAL COURSE TN 5160.00 96 $15,360.00 11 331-3-34 TYPE S•I ASPHALTIC CONCRETE STRUCTURAL COURSE TN 5160.0E 111 $17,760.00 12 425-1-201 CITY OF MIAMI INLETS TYPE "F-3"'WI D-5 BOTTOM, < 10° EA $5,000,00 2 $10,000.CO 13 425-1.521 CITY OF MIAMI INLETS TYPE "D-1", <10' EA $1,900.00 2 $3,800.00 14 425-5-1 MANHOLE, ADJUST - UTILITY EA $350.00 2 9700.00 15 430-175-118 18" DIA. HP PIPE OR APPROVED EQUAL, ANY DEPTH CUT LE $55.00 45 $2,475.00 16 443-70-4 FRENCH DRAIN, 24" HDPE LF $115.00 215 524,725.00 17 520-1-10 CONCRETE CURB & GUTTER. TYPE F LF $21.00 1.184 $24,834,00 18 520-2-4 CONCRETE CURE. TYPE D LF 520.00 234 $4,680.00 19 522 1 CONCRETE SIDEWALK 4" THICK (INCLUDES PEDESTRIAN RAMPS) SY $45 00 45 $2.025.00 20 522-2 CONCRETE SIDEWALK 6" THICK (INCLUDES DRIVEWAYS) SY $54.00 41 32,214 00 21 526-1-1 SWALE BLOCK SY 563.00 86 55,418,00 22 570-1-2 PERFORMANCE TURF. SOD SY $5.00 330 $1,650.00 --- 23 580-1-1 LADNSCAPE COMPLETE LS 53.000 00 1 S3.00000 TOTAL ROADWAY AND HARDSCAPE PAY ITEMS $ 148,45200 SW 5th Street from SW 29th Avenue to SW 27th Avenue Roadway Improvements ITEM PANIOTEM DESCRIPTION UNITS UNIT COST QUANTITY TOTAL AMOUNT SIGNING AND PAVEMENT MARKING PAY ITEMS 24 700-1-11 SINGLE POST <12 S= AS S375.00 7 $2.625.00 25 700-1-60 SINGLE POST SIGN. REMOVE AS $100.00 6 S600.00 26 706-3 RETROREFLECTIVE PAVEMENT MARKERS EA $5.00 13 $65.00 27 711-11-123 THERMOPLASTIC. STANDARD. WIIITE, SOLID. 12" LF $2.00 76 $152.00 28 711-11-125 THERMOPLASTIC. STANDARD, WHITE, SOLID, 24" LF $4.00 28 S112.00 29 711-11-231 THERMOPLASTIC. STANDARD, SKIP (10'-30') YELLOW 6" GM $5,230.00 0.089 $465.47 30 711-16-201 THERMOPLASTIC, STANDARD, YELLOW, SOLID. 6' GM $5,230.00 0.038 $198 74 TOTAL SIGNING AND PAVEMENT MARKING PAY ITEMS 54,213.21 SUB -TOTAL BASE BiD $167,670.21. N/A ALLOWANCE FOR PERMITS DEDICATED1 ALLOWANCE I $7,375.00 N/A CONTINGENCY CONT ALLOWANCE 1 $14,75000 TOTAL BASE 8M0 CITY OF MIAMI PROJECT NO, 8-30966 5189,795.21 TOTAL WATER MAIN PCTS No. 14874 (ER No. W017040) - ADD ALTERNATE (SEPARATE FORM) $196,999.59 COMBINED TOTAL BID AMOUNT BASE BID + ALTERNATE $386,794.80 ITS 16-17-067 SW Sth Street from SW 29tb Avenue to SW 27th Avenue Roadway Improvements Water Main ACTS No. 14874 (€R No.W017040 ITEM ITEM NC_ DESCRIPTION UNITS UNIT COST QUANTITY TOTAI. AMOUNT WATER MAIN PAY ITEMS t For performing preparatory work and operations in mobaizing for beginning the work of the Protect, .nCluding preparation end acceptance of MOT. but excluding materials and permit costs. both at witch are paid under other payment dews. LS S 2,560 1') 1 5 2,50000 2 For selling are delivering to Ina Depanmem 8-m5n zinc -coaled ductile .non pipe and fdangs far water main. LF 5 47 00 870 5 40,890,00 3 For i05la8mg 6-inch zinc -coated ductile iron pipe and ratings and valves for water main Li: 5 35 00 870 5 30,450,00 4 For settling and delrenng to the Department 6-inch zinc W oleo ductile von pipe. fittings and valves fat water mom. the price per linear foot of LF 5 74 DO 36 S 2,220.00 5 ■ Far Instalbng 8-inch zinc -coated ductile iron pipe. Mimes and valves far water main LF S 35.00 30 6 1,050.00 6 For selling and delivering to the Department 4-inch zinc -coaled ductile iron pipe_ fittings and valves for water main. 1F 5 3100 15 S 465.00 7 For installing 4-inch zinc -coaled ductile iron wipe. 1Oings and valves for water main Li. 5 35.00 15 F 625.00 8 For making 4'tapping connectiants) to existing water main at SW 51h Street and SW 25th Ave (STA 110, t6t1. including furnishing and nslaiding tapping sleeves(st (stemless steed and tapping valves. and cutting and Capping existing main(s). as mown an the Plans, complete 5. 5 5.000 00 1 $ 5,000.00 9 For making 24" tapping cannectmn(st to es sting water main at SW 5th Street and SW 271h Ave. (STA 117+72t). including funishing and installing lapping sleeves(s) (stainless steep and tapping valves and cutting and rapping existing main(5L as shown on the Plans. complete. EA 5 8.000.00 1 5 8,000.00 10 For making 2" cut -in cdnhection(s} to existing water main(6) at SW 51115T (STA 115076t and STA 115 -79t} including 1um.Snmg anc nalailing all finings necessary for Connection{s). as sh0n on the plans, complete. EA S 5,500.00 _ S 11,000A0 11 For selling and delivering to the Department fire hydrant altsemblies with guard posts. Complete EA 5 2080.00 2 5 4,160,00 12 ■ For insialang the hydrant assemblies with guard posts, complete. EA 5 1,100.00 2 6 2,200.00 10 Far furnishing and installing 1-inch single ser1ICe snort, including reconnecting of customers service pipe and meter transfer complete. EA S 750 till S 5,250.00 14 Far furnishing and installing 1-inch single service tang, including reconnecting of customers service pipe and meter transfer. complete. E.i $ 75500 9 S S,i 95.00 15 Far furnishing and installing 1-inch dual service Shan, Including reconnection of customers service pipe and meter transfer. complete (Contingent item) EA 5 785.00 1 S 765.00 ,10 Far furnishing and installing 1-inch dual seMce long, including r0Connedeon of customers service pipe and meter transfer. complete (Contingent item} EA S 755.66 5 5 3,775.00 17 For furnishing and installing 2-inch single service srcn. including reconnection of customers service pxoe and meter transfer complete, the price each of EA S 4400 t;D 1 5 4,440.00 18 For furnishing and installing 2-roan single service long. inuudtng reconnection al austotners service pipe and meter transfer caTpletd, the once each of I EA 5 4.4013 00 1 S 4,400A0 19 Far constructing Flushing Valve Outlet Assemblies (FVOs( far water reams at the locations shawn on the Plans complete EA S 1 400A0 4 5 5,604.00 20 (Contingent For constructing Air Release Valve Assemblies IARVs) for water mains at the locations shown on the Plans, complete. Item) EA S 1,404.06 1 S 1,400.00 21 For furnishing and mslaltmg V•Bio polyethylene encasement tar any size ductile iron pipe. filling. Or valve LF $ 2.00 950 S 1,900.00 22 For trench overail in 1-loot depth Increments. for any size pipe (Contingent beim LF S 1 00 150 5 150.00 23 For meeting and shoring ordered left,n place by the Engineer (Contingent Item) SF 5 1 00 150 0 150.00 24 For (Contingent removal, transport and legal disposal al unsuitable backbit materials, including tipping fees. es ordered by the Engineer Item( CV S 1 00 100 5 100.00 25 For furnish no and installing aadrionai suitable backlit malarial. as directed by the Engineer (Contingent Item} CY $ 1 00 10D $ 100,00 ITEM ITEM NO. DESCRIPTION UNITS UNIT COST QUANTITY TOTAL. AMOUNT 26 For corstructrg imora;.k base to -ripe 'M" permanent pavement repairs 5, 5 16 OC 2E6 S 4,25600 27 Far canstructng ripe "M" esp7aita concrete surace course permanent pavement repa,r5 SY 5 16 30 26E 5 4,256_©a 28 For cold mirlrg Type "M" and FCOT roadway surface course +or permanent pavement repairs Momene; I. la snch (heck} (area as shown on Plans) {Contingent :Mel SY $ 3 50 1.492 $ 6,222.00 29 =or consln..050g Type'V permanent pavement repars for FOOT roaa'Nay (nommar 1. 112 inch thres mach,re-la>d asphaltic concrete wearing surface oue6ay mcl,on course 9.5 rrt^. n,bberp. {area as storm on sans) (Contingent tem) SY 5 T2 00 1 .062 5 12,744.00 30 Far replacing pavement marnrgs damaged, removed or ablderated by the Contractors operation. the aggregate sum of AySumate 5 2,000.00 1 5 2,000 00 31 For famishing traffic control AggSregale um 5 1,G3000 1 $ 1,000.DO 32 SUBTOTAL WATER MAIN WORK= 5 172,743.00 33 For providing 4mformed off -duty ponce oltaers tar the purpose of maintenance of traffic the aggregate sam of (Oedica:od AI[awanae1 eays a ;0 40 S 1,800.00 34 For 000t of : eq W red 78635ts. fees. espea1.ons, impact fees 4 aulhan2ed by the Engineer 'he suns of 3% of the Sub101a1 Yterr No 32. I. G3) x (5601atal. Item No 321 {Gedcated Allowance) _.4 1 $ 5,182.29 35 For unforeseen conditions, for minor construction changes„ and far quantity adjustments if ordered ay me Engrneer The sum of IG74 of the Subtotal item Na 32. i. 101 x ISudtolal. Item No 321 1CoNingency Allbwence} L.S - 5 17,274.30 SLBTOTAL ALLOWANCES = $ 24,2'56.59 TOTAL WATER MAIN IMPROVEMENTS = 5 196,999.59 MIAMI-DADE COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS CARLOS A. GIMENEZ, MAYOR ESTEBAN L. BOVO, Jr., CHAIRPERSON BARBARA J. JORDAN JEAN MONESTir'11E AUDREY M. EDMONSON SALLY A. HEYMAN BRUNO A. BARREIRO REBECA SOSA XAVIER L. SUAREZ DANIELLA LEVINE CAVA DENNIS C. MOSS JAVIER D. SOUTO JOE A. MARTINEZ JOSE "PEPE" DIAZ FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5TH ST. FROM S.W. 29th Ave. to SW 27TH AVE. PCTS No. 14874 CONTRACT No. WS-XXX PROJECT ER No. WS017040 CITY OF MIAMI J.P.A. PROJECT NO. B30966 BID SET MIAMI-DADE WATER AND SEWER DEPARTMENT PREPARED BY: LESTER SOLA, DIRECTOR The Corradino Group TABLE OF CONTENTS FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5' ST. FROM S.W. 29''' Ave. to SW 27" AVE. PCTS No. 14874 PROJECT ER No. W017040 No. of Pages TABLE OF CONTENTS 2 QUOTATION 3 plus 1A thru 11 TECHNICAL SPECIFICATIONS 115 Section Page No. 1.00 Scope 1 2.00 Plans by the Department 2 3.00 Sequence of Construction and General Information 2 3.01 Preconstruction Conference 8 3.02 Project Signs 9 3.03 Project Permits 9 3.04 Construction Photographs ....10 3.05 Hurricane Preparedness 11 3.06 Safety Requirements 11 3.07 Site Conditions 13 4.00 Materials and Equipment Furnished by Department 15 4.01 Water Used in Construction 16 5.00 Materials and Equipment Furnished by Contractor 17 5.00.1 Shop Drawings 19 5.00.2 Project Record Documents 21 5.00.3 Project Scheduling 27 5.01 Castings 31 5.02 Concrete, Mortar and Grout 33 5.03 Fire Hydrants 35 5.04.1 Pipe and Fittings - Ductile Iron 37 5.04.2 Pipe and Fittings - High Density Polyethylene (HDPE) for Use in Potable Water Services 2-inch Nominal Diameter and Less 48 5.04.3 Pipe and Fittings - Poly (Vinyl Chloride) (PVC) forA.R.Vs. and F.V.Os 49 5.05 Rockbed and Bedding Material 49 5.06.1 Steel - Reinforcing 50 5.06.2 Steel - Sheet Piling . 50 5.07 Valves - General 51 5.07.1 Valves - Air Release Valves (Manual) and Flushing Valve Outlets 51 5.07.3 Valves - Resilient Seated Gate Valves 51 5.07.4 Valves - Tapping Sleeve and Valve 54 5.08 Miscellaneous Materials 59 6.00 Construction Methods 58 6.00.1 Use of Public Streets 62 6.00.2 Care of Trees, Shrubs and Grass 62 6.00.3 Protection of Existing Utilities, Structures and Other Facilities 63 6.00.4 Relocation of Existing Utilities 64 6 00.5 Maintenance of Traffic Control 65 6.00.6 Demolition and Modification 66 6.01 Excavation 67 6.02 Trench Stabilization 69 6.03 Sheeting and Shoring 70 6.04 Movable Shield (Mule) 70 6.05 Trench Overcut 71 ER W017040 TABLE OF CON! ENT S Page 1 of 2 (C) 201744.2 $ BID SET TABLE OF CONTENTS FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5s" ST. FROM S.W. 29' Ave. to SW 27TH AVE. PCTS No. 14874 PROJECT ER No. W017040 Section 6.06 6.06.1 6.07 6.08 6.08.1 6.09 6.10 6.11 6.12 6.12.1 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 7.00 8.00 Page No. Removal of Water 71 Alternate Method of Construction 72 Pipe Bedding - Pressure Pipe 73 Installation of Pipe and Fittings 74 Installation of Ductile Iron Pipe .. 75 installation of Valves ..............77 Installation of Tapping Sleeve and Valve 78 Installation of Fire Hydrants 79 Installation of Water Services 80 Connection to Customer's Existing Water Service Pipe 82 Connections to Existing System 84 Compacted Backfill 85 Cleaning, Testing and Disinfecting 87 Structural Work 90 Pavement Removal and Replacement 91 Pavement Markings 96 Concrete Driveway, Sidewalk, and Curb and Gutter Removal and Replacement 98 Landscaping 100 Cleaning Up Site 101 Measurement and Payment 101 ATTACHMENTS Section 03300 APPENDICES Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Appendix H Appendix Appendix J Appendix K Appendix L Appendix M ER W017040 No. of Pages Cast -in -Place Concrete, Reinforcing and Formwork 17 No. of Pages Miami Dade County Department of Regulatory and Economic Resources - Notice to All Contractors 1 Miami -Dade Water and Sewer Department Standard Details.. 23 Miami -Dade Water and Sewer Department VVASD ID Card Security Procedures Non-WASD Employees Not Used Miami -Dade County Bid Protest Procedures Not Used Quarterly Reports 2 Prosecution of False or Fraudulent Claims Resolution R-99-152 13 Miami -Dade Water and Sewer Department General Covenants and Conditions 39 Mami-Dade Water and Sewer Department Safety Unit Construction Safety and Health Policy ... .4 Miami -Dade Water and Sewer Department Electronic Payment Program Automatic Clearing House (ACH) Instructions and ACH Form 3 Miami -Dade Water and Sewer Department Document Control Services Transmittal Form 1 Miami -Dade Water and Sewer Department "Notice" Door Hanger 1 Dry Run Permits 11 Geotechnical Report 15 END OF TABLE OF CONTENTS TABLE of CONWEN-r 3 Page 2 of 2 (Ci 2a17A4-21 BID SET QUOTATION FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5TH ST. FROM S.W. 29th Ave. to SW 27TH AVE. PCTS No. 14874 PROJECT ER No. W017040 Dated November 28th, 2017 Board of County Commissioners Miami -Dade County, Florida Honorable Members: The undersigned, as Contractor (herein used in the masculine singular, irrespective of actual gender and number) hereby declares that the only persons interested in this Quotation are named herein, that no other person has any interest in this Quotation or in the Contract to which this Quotation pertains, that this Quotation is made without connection or arrangement with any other person, and that this Quotation is in every respect fair, and is submitted in good faith and without collusion or fraud. The Contractor further declares that he has satisfied himself fully relative to al matters and conditions with respect to the work to which this Quotation pertains. The Contractor understands that the Quote for each and every item requiring a quote is the result of multiplying the Estimated Quantity times the Unit Price stated in words and figures. When the Estimated Quantity is an Aggregate Sum, the Aggregate Sum written in words shall be the same quantity as the Total. The Contractor proposes and agrees, if this Quotation should be accepted, to execute all appropriate Contract Documents for the purpose of establishing a formal contractual relationship between him and Miami -Dade County, Florida. All in full and complete accordance with all terms and conditions set forth in and covered by the Contract Documents including all addenda thereto through number 2 * Please fill in number of last addendum received. (If none, so state.) ER W017040 Qu'orArloN (C) 2017.O .21 Page 1 of 3 BID SET The Contractor further proposes and agrees to begin the work with an adequate force and with sufficient equipment and facilities on the date stated in the written Notice to Proceed issued and served upon him by the Engineer and to complete the work in One Hundred Fifty (120) Consecutive Calendar Days including delivery time for materials and equipment. For the purpose of reimbursing the County for additional costs incurred by the County and resulting from the failure of the Contractor to complete the work within the prescribed time limits, it is understood that the reductions for liquidated damages which are specified in the General Covenants and Conditions wif' apply in the event that the work is not completed within such time limits. If Ordinance 90-143 applies to this project (Supplemental General Conditions and Wage and Benefit Schedules are included within these documents) the Contractor by submittal of this Quotation, acknowledges that he is aware of the applicability of Ordinance 90-143 and agrees to comply with the minimum wages and other provisions. The list of parties interested in this Quotation, the list of equipment, references. and financia' statement a-e to be furnished to assist the County in making the award of the Contract and they shall be true and correct. ER W017040 OUOTATiON Page 2 of 3 (C) 2017-04-21 BID SET WHEN THE CONTRACTOR IS A CORPORATION: By: (Corporate Seal) ATTEST: iynature \6i' Secretary Jose M. Alvarez Print or type name / JVA Engineering Contractor, Inc. Name -of Corporation By: Signature of vifficer Jose 1\r1. Alvarez Print or type name President Official Title 6600 NW 32nd Ave Miami, FI 33147 Corporation Address (3051 696 - 7902 Corporation Telephone Organized under the laws of the State of Florida , and authorized by the law to make this quote and perform all work and furnish materials and equipment required under the Contract Documents. In the event that the Contractor is a corporation, there shall be attached hereto a certified copy of a resolution of the Board of Directors of the Corporation authorizing the officer who signs the Quotation to do so in its behalf. ER W017040 0uorgriON Page 3 of 3 IC; 20t 7-05-21 BID SET QUOTATION FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5TH ST. FROM S.W. 29' Ave. to SW 27TH AVE. PCTS No. 14784 PROJECT ER No. W017040 Item Estimated No. Quantity Description Total 1. Aggregate For performing preparatory work and operations in Sum mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding materials and permit costs. both of which are paid under other payment items, the aggregate sum of Two Thousand Five Hundred Zero Dollars and Cents $ 2,500.00 2. 870 For selling and delivering to the Department 8-inch zinc - Linear Feet coated ductile iron pipe, fittings and valves for water main, the price per linear foot of Forty Thousand Eight Hundred Ninety Dollars and Zero Cents ($ 47.00 /LF) $ 40,890 D0 870 For installing 8-inch zinc -coated ductile iron pipe, fittings Linear Feet and valves for water main, the price per linear foot of Thirty Thousand Four Hundred Fifty ----------------Dollars and Zero - Cents ($ 35-00 /LF) $ 30.450.00 4. 30 For selling and delivering to the Department 6-inch zinc - Linear Feet coated ductile iron pipe, fittings and valves for water main, the price per linear foot of Two Thousand Two Hundred Twenty Dollars and Zero Cents ($ 74.00 fLF) $ 2.220.00 5. 30 For installing 6-inch zinc -coated ductile iron pipe, fittings Linear Feet and valves for water main, the price per linear foot of ER W017040 One Thousand Fifty Dollars and Zero Cents ($ 35.00 /LF) $ 1,050.00 QUOTATION Page 1 A of 3 (C) 2017-e421 BID SET QUOTATION FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5' ST. FROM S.W. 299' Ave. to SW 27' AVE. PCTS No. 14784 PROJECT ER No. W017040 Item Estimated No. Quantity Description Total 6. 15 For selling and delivering to the Department 4-inch zinc - Linear Feet coated ductile iron pipe, fittings and valves for water main, the price per linear foot of Four Hundred Sixty Five Dol'ars and Zero Cents ($ 31.00 /LF) $ 465.00 7. 15 For installing 4-inch zinc -coated ductile iron pipe, fittings Linear Feet and valves for water main, the price per Linear Feet Five Hundred Twenty Five ------ Dollars and Zero Cents ($ 35.00 /LF) $ 525.00 8. 1 For making 4-inch tapping connection(s) to existing Each water main(s) at: SW 5 St. and SW 29 Ave. (STA 110+16±) including furnishing and installing tapping sleeve(s) and tapping valve(s), as shown on the Plans, complete, the price each of Five Thousand Dollars and Zero Cents ($ 5,000.00 /EA) $ 5,000.00 9. 1 For making 24-inch tapping connection(s) to existing Each water main(s) at: SW 5 St. and SW 27 Ave. (STA 117+72±) ER W017040 including furnishing and installing tapping sleeve(s) and tapping valve(s), and cutting and capping existing main(s), as shown on the Plans. complete, the price each of Eight Thousand ---- Dollars and Zero Cents ($ 8,000.00 QUOTATION Page 16 of 3 /EA) $ 8,000.00 ICI 2017-04-2I BID SET QUOTATION FURNISH & INSTALL 8-RICH D.I. WATER MAIN ALONG SW 5' ST. FROM S.W. 29`" Ave. to SW 27TH AVE. PCTS No. 14784 PROJECT ER No. W017040 Item Estimated No. Quantity Description Total 10. 2 For making 2-inch cut -in connection(s) to existing water Each main(s) at: SW 5 St. (STA 115+76± and STA 115+79±) including Furnishing and installing all fittings necessary for connection(s), as shown on the Plans, complete, the price each of Eleven Thousand Dollars and Zero Cents ($ 5.500.00 /EA) $ 11,000.00 11. 2 For selling and delivering to the Department fire hydrant Each assemblies with guard posts, complete, the price each of Four Thousand One Hundred Sl (t; Dollars and Zero - Cents ($ 2.080.00 /EA) $ 12. 2 For installing fire hydrant assemblies with guard posts, Each complete, the price each of Two Thousand Two Hundred Dollars and 4,160.00 Zero Cents ($ 1,100.00 /EA) $ 2,200.00 13. 7 For furnishing and installing 1-inch single service short. Each including reconnection of customer's service pipe and meter transfer, complete, the price each of Five Thousand Two Hundred Fifty Dollars and Zero Cents ($ 750.00 /EA) $ 5.250.00 14. 9 For furnishing and installing 1-inch single service long. Each including reconnection of customer's service pipe and meter transfer, complete, the price each of ER W017040 Six Thousand Seven Hundred Ninety Five Dollars and Zero Cents ($ 755.00 /EA) $ 6,795.00 OUOTA[ION Page 1 C of 3 SC) 2917-04. 1 BID SET QUOTATION FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5TH ST. FROM S.W. 29''' Ave. to SW 27T" AVE. PCTS No. 14784 PROJECT ER No. W017040 Item Estimated No. Quantity Description Total 15. x For furnishing and installing 1-inch dual service short. Each including reconnection of customer's service pipe and (Contingent meter transfer, complete, the price each of Item) Seven Hundred Eichty Five Dollars and Zero Cents ($ 785.00 /EA) $ 785.00 16. 5 For furnishing and installing 1-inch dual service long. Each including reconnection of customer's service pipe and (Contingent meter transfer, complete, the price each of Item) Three Thousand Seven Hundred Seventy Five Dollars and Zero Cents (S 755.00 /EA) $ 17. 1 For furnishing and installing 2-inch single service short, Each including reconnection of customer's service pipe and meter transfer, complete, the price each of Four Thousand Four Hundred Dollars and Zero - — Cents ($ 4,400.00 IEA) $ 18. 1 For furnishing and installing 2-inch single service long. Each including reconnection of customer's service pipe and meter transfer, complete, the price each of Four Thousand Four Hundred Dollars and 3,775.00 4,400.00 Zero Cents ($ 4.400.00 /EA) $ 4.400.00 19. 4 For constructing Flushing Valve Outlet Assemblies Each (FVOs) at the locations shown on the plans, complete, the price each of ER W017040 Five Thousand Six Hundred - Dollars and Zero ------------- -------- Cents ($ 1,400.00 /EA) $ 5,600.00 QUOTATION CC) 2017-04-21 Page 10 of 3 BID SET QUOTATION FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5TH ST. FROM S.W. 29"Ave. to SW 27TH AVE. PCTS No. 14784 PROJECT ER No. W017040 Item Estimated No. Quantity Description Total 20. 1 For constructing Air Release Valve Assemblies (ARVs) Each for water mains at the locations shown on the Plans, (Contingent complete, the price each of Item) Ore Thousand Four Hundred — — Dollars and Zero Cents ($ 1,400.00 /EA) $ 1 400.00 21. 950 For furnishing and installing V-Bio polyethylene Linear Feet encasement for any size ductile iron pipe, fitting. or valve, the price per linear foot of One Thousand Nine Hundred Dollars and Zero Cents ($ 2.00 /LF) $ 1,900.00 22. XXX For trench overcut in 1-foot depth increments, for any Linear Feet size pipe. the price per linear foot of (Contingent Item) Ora Hundred Fifty Dollars and Zero -- Cents ($ 1.00 /LF) $ 150.00 23. XXX For sheeting and shoring ordered left in place by the Square Feet Engineer, the price per square foot of (Contingent Item) One Hundred Fifty Dollars and Zero - - Cents ($ 1.00 ISF) $ 150.00 24. XXX For remove!, transport and legal disposal of unsuitable Cubic Yards backfill materials, including tipping fees, as ordered by (Contingent the Engineer, the price per cubic yard of Rem) One Hundred Dollars and Ze ro Cents ($ 1.00 ICY) $ 100.00 25. XXX For furnishing and installing additional suitable backfili Cubic Yards material, as directed by the Engineer, the price per cubic (Contingent yard of Item) ER W017040 One Hundred Dollars and Zero Cents ($ 1.00 ICY) $ 100 00 QUOTATION Page 1 E of 3 ICI 2017414-21 BID SET QUOTATION FURNISH & INSTALL 8-INCH D.I. WATER MAIN ALONG SW 5TH ST. FROM S.W. 29''' Ave. to SW 27TH AVE. PCTS No. 14784 PROJECT ER No. W017040 Item Estimated No. Quantity Description Total 26. 266' For constructing limerock base for Type "M" permanent Square pavement repairs, the price per square yard of Yards Four Thousand Two Hundred Fifty Six Dollars and Zero Cents ($ 16.00 /SY) $ 4,256.00 27. 266 For constructing Type "M" asphaltic concrete surface Square course permanent pavement repairs. the price per Yards square yard of Four Thousand Two Hundred Fifty Sex --- Dollars and Zero Cents ($ 16.00 /SY) S 4,256.00 28. 1492 For cold milling FDOT roadway surface course for Square permanent pavement repairs (nomina, 1-1.12 inch thick) Yards (area as shown on Plans). the price per square yard of (Contingent Item) Five Thousand Two Hundred Twenty Two — Dollars and Zero Cents ($ 3.50 /SY) $ 5,222.00 29. 1062 For constructing Type "V" permanent pavement repairs Square for FDOT roadway (nominal 1-1/2 inch thick machine - Yards laid asphaltic concrete wearing surface overlay Friction (Contingent Course 9.5 with rubber), (area as shown on Plans), the Item) price per square yard of Twelve Thousand Seven Hundred Forty Four -- Dollars and Zero Cents ($ 12.00 ISY) $ 12.744.00 30. Aggregate For replacing pavement markings damaged. removed or Sum obliterated by the Contractor's operation, the aggregate sum of ER W017040 Two Thousand Dollars and Zero Cents $ 2.000'00 QUOTATION (C) 201744-21 Page 1Fof3 BID SET QUOTATION FURNISH & INSTALL 8-1NCH D.I. WATER MAIN ALONG SW 5TH ST. FROM S.W. 29'" Ave. to SW 27T" AVE. PCTS No. 14784 PROJECT ER No. W017040 Item Estimated No. Quantity Description Total 31. Aggregate For furnishing traffic control, the aggregate sum of Sum One Thousand Dollars and Zero Cents $ 1.000.00 32. The SUM of Item Nos. 1 through 31 Aggregate Sum Sum $ 172,743.00 33. Dedicated For prow::ding uniformed, off -duty police officers for the Allowance purpose of maintenance of traffic, the aggregate sum of Ore Thousand Eicht Hundred Dollars and Zero - Cents $ 1,800.00 34. Dedicated For cost of required permits, fees, inspections, impact Allowance fees, if authorized by the Engineer, The sum of 3% of the Subtotal Item No. 32, (.03) x (Subtotal, Item No. 32) Five Thousand One Hundred Eighty Two ------- Dollars and Twenty nine Cents $ 5,182.29 35. Contingency For unforeseen conditions. for minor construction Allowance changes, and for quantity adjustments, if ordered by the Engineer, The sum of 10% of the Subtotal Item No. 32, (.10) x (Subtotal, Item No. 32) Seventeen Thousand Two Hundred Seventy Fourpollars and Tn irtY Cents $ 17,274.30 36. TOTAL BID The St1141 of item Nos. 32, 33, 34 and 35 $ 196.999.59 Note: For a detailed description of each Proposal Item, refer to Section 8.0, of the Specifications entitled "Measurement and Payment". ER W017040 QUOrATIQN Page 1 G of 3 IC! 201.'-04-21 BID SET O'OLI.OM I m "TRENCH SAFETY ACT" Bidder acknowledges that included in the various items of the Quotation and in the Total Bid Price are costs for complying with the "Trench Safety Act", Florida Statute 553, Part 3. The bidder further identifies the costs to be (7) summarized below: z D Units of r Trench Safety Measure Unit r. (Description) Measure (Quantity) Unit Cost Extended Cost nco (LF, SY) --I 2 u) c) z = 0 ❑ J V A••' n EU o A.Trench Box LF 10 $10.00 $100.00 ur rn A 7} N K .ma V.L. — m =z w -4Cnr —I= B. mm0 z z 0 o (i C, 0 D. TOTAL $ 100.00 0 0 0 z BID FORM (Page 3 of 11) 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:f www.miamictov.com'T'iliamiCapital;NewBidsandPr000sals.html 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. SW 5TH STREET ROADWAY IMPROVEMENTS, B-30966 —ITB NO.: 16-17-067 D4 Line No. Pay Item No. Pay Item Description Unit L Quantity Unit Cost Cost 1 �� 1 2 2 3 3 4 4 5 5 6 6 7 7 8 8 9 9 10 10 TOTAL a SW 59" Street Roadway ITB No.: 16-17.067 Improvements, D4 - B-30966 BID FORM (Page 4 of 11) 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 11/09(2017 Addendum No. 2. Dated 11116/2017 Addendum No. 3, Dated Addendum No. 4, Dated Part II: No Addendum was received in connection with this bid. Part III: Certifications The Bidder, by virtue cf 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. Eva uation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract. 2. Non -Collusion Bidder certifies that the only persons interested in this bid are named herein; that no other person has any interest in this bid or in the Contract to which this bid pertains; that this bid is made without connection or arrangement with any other person. Bidder certifies that the selected independent third -party verifier will verify and certify compiiarce data and reports honestly and accurately. 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). S I) SW 5' Street Roadway ITB No.: 16-17-067 Improvements, D4 • B-30966 BID FORM (Page 5 of 11) (-) Notify'ng a:I emp o fees, in writing. of the statement required by subparagraph (1), that as a condition of employment on a coffered 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 far 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. Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 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 Farm-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who �+I SW 5t'' Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 BID FORM (Page 6 of 11) fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000.00) and not more than one hundred thousand dollars ($100,000.00) for each such failure. Note: In these instances. "All" in the Final Rule is expected to be clarified to show that it applies to covered Contract/grant transactions over one hundred thousand dollars ($100,000.00) (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 (3) year period preceding this bid 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; (e) Are not presently indicted for or other -wise 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 (3) year period preceding this application, had one (1) or more public transactions (Federal, State, or kcal) 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; and (5) Bidder will be in compliance in supplying al; regeested 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 (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. (h) 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. SW 5 '' Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 BID FORM (Page 7 of 11) (i) The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer concerning responsibi'ity. 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 non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) 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 principal: (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 two (2) years of experience as required in Ordinance No. 13332, codified as Section 18-89 of the City Code, 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 sha'I 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 bid 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. SW 5ch Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 BID FORM (Page 8 of 11) The Bidder further identifies the costs and methods summarized below: Quantty Unit Description Unit Price Price Extended . Method Trench Box LF 10 S 10.00 S100.00 Open Trench Total $ 100,00 Attached is a Bid Bond [X]. Cash [ ]. Money Order [ ]. Unconditionaillrrevocable Letter of Credit [ ]. Treasurer's Check [ ]. Bank Draft [ ], Cashier's Check [ I. Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of 5% Bid Bond Dollars (6 N.'A ). The Bidder hereby acknowled es an affirms to the conte.nts of this Bid Form and its response(s) thereto including without limitations fart I tr))ough IV have been. read, understood, and agree to by signing and completing the spaces prov` ed bejbw. Bidder Name: 0 9 gineerin 'C JVA Er ontractor, Inc. Signature: Printed Name,"Title: Jose M. Alvatez / PcYaiS. nt_ City/State/Zip: Miami, FI 33147 Telephone No.: (305) 696 - 7902 Facsimile No.: (305) 696 - 7903 Social Security No. or Federal Dun and I.D. No.: 48 - 1277685 Bradstreet No.: N/A E-Mail Address: ima`a?ivaengineering.com If a partnership, names and addresses of partners: (if applicable) N/A SW 5th Street Roadway ITS No.: 16-17-067 Improvements, D4 - B-30966 BID FORM (Page 9 of 11) CERTIFICATE OF AUTHORITY (IF CORPORATION) 1 HEREBY CERTIFY that at a meeting of the Board of Directors of JVA Engineering Contractor •In . a ccrporation organized and existing under the laws of the State of Florida , held cn th'28 day of November .2017 . a resolution was duly passed and adopted authorizing (Name) Jose Mf Alvarez as (Title) President of the corporation to execute bids cn behalf off, the corporation and providing that his'her execution thereof, attested by the secretary of the corporation, shah be,the cffi ial act and deed of the corporation. I further certify that said resolution remains in full force and/effect. IN WITNESS 4.% HERE F. I have hereunto set my hand this 28 day of November , 20 17 Secretary: Print: Jose'• M. Alvarez CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of . held on the day cf a resolution was duly passed and adopted authorizing (Name i as (Title) of the to execute bids on behalf of the partnership and pro,,,^des that h.siher execution thereof. attested by a partner. shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. Partner: Print: IN WITNESS WHEREOF. I have hereunto set my hand this . day of , 20 N/A 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 (corporate, partnership, or individual). N/A SW 5°" Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 BID FORM (Page 10 of 11) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) HEREBY CERTIFY that, I (Name) . individually and doing business as (drb;a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. Signed: Print: IN WITNESS WHEREOF, 1 have hereunto set my hand this , day of , 20 NIA SW 5' Street Roadway ITB No.: 16-17-067 Improvements, 04 - B-30966 BID FORM (Page 11 of 11) NOTARIZATION STATE OF Florida COUNTY OF Miami Dade The foregoing instrument was acknowledged before me this 28 day of November 20 17 by Jose M. Alvarez , who is personally known to me or who has produced N/A as identification and who (did / did not) take an oath. c iLt tq ATUFE orNaTARy PUEI/LIC STATiElOk.FLORIDA Nar ara Mo a PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC DYA (:(;-Or 7,) 87 SW 5th Street Roadway ITB No,: 16-17-067 Improvements. D4 - B-30966 Section 6 Attachments BID BOND FORM (Page 1 of 3) State of Florida County of N[tAmi-Dade City of Miami I` A Engineering Contractor, Era. KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, I -[a: ric)rd [.a-ua[ty In.Surant e Company as Surety, are held and firmly bound unto the City of Miami, in the penal sum of Fig Arm Bid dollars 50, or Amount Bid ) 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 November 30 I accompanying bid, dated , 2017, for: SW 591 Street Roadway Improvements Project No.: B-30966 NOW THEREFORE: (a) If the Principal shah nct withdraw said bid within one hundred eighty (180) calendar days after date of opening the same, and shall within ten (10) calendar 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 Ccr.tract 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 latter 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. 88 SW 5'" Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 BID 3OND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under 30th November 2017 their several seals, this day of the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required, If Corporation, Secretary only will attest and affix seal,) PRfNCIPA Engine ing Ctiitractar, inc. (Name of Fir Affix Seal (Signature of authorized officer) (Title) 6600 NW 32nd Avenue (Business Address) Stiami, Florida 33147 (City/State/Zip Code) SURETY: Hartford Casualty" Insurance Company (Corporate Surety) 7:7t" Affix Seal SuretySecretary (Signature of Authorized Officer) Charles J. Nielson, Attorney -in -fait (Title) One Hartford Plaza (Business Address) Hartford, CT 06135 (City/State/Zip Code) sty SW 5tr, Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 BID BONNO FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL I, to` H. N,..iGre.-z / , cerfifry that I am the Secretary of the Corporation named as Principal in the within bond; that �.? cm ?res;ckrrl" cr8 c.,c-c-re_6( of said corporation; that I know his signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation bb authority of its governing body. di (Corporate Seal) STATE OF Florida COUNTY OFmiami-Dade CITY OF Miami Before me, a Notary Public duly commissioned, and qualified, personally appearedC}larles I. Nielson to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the Hartford Casualty Insurance Company and that he/she has been authorized by Ifartfor.l Casu.ai y Insuran" to execute the foregoing bond on behalf of the Contractor named therein in`feridFafThe City of Miami, Florida. Subscribed and sworn to before me this 'nth/ .v' day INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with r��at���►�r��� Instructions to Bidde' a.7.,S-0-F P,'C r'9 , r, • irCG ,4865esr talk a overnhcr 2017 Notary Public,, tate f Florida at Large Gicelle Paion My Commission Expires: January 4, 2021 SW 5'' Street Roadway !TB No.: 16-17-067 Improvements, 04 - 3-30966 POWER Or ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: Direct Inquiries/Claims to: THE HARTFORD BOND, T-12 One Hartford Plaza Hartford, Connecticut 06155 bond.claimsnthehartford.com call 883-266-3488 or fax 860-757-5835 Agency Code: 21-229752 X Hartford Fire Insurance Company .r cotrrr!non that organized under the Ia..s oldie State ort Connecticut Hartford Casualty Insurance Company acorporation duly orcanireJ under the lams sii the State of Indiana Hartford Accident and Indemnity Company a corporation dui} or_anized under the labs or the State orCennecticut Hartford Underwriters Insurance Company d corporation Jul organized ander the la..s orthe hate or Connecticut Twin City Fire Insurance Company a corporation Jul; or itnir.d under the lams of the State or Indiana Hartford Insurance Company of Illinois a corporation duly or_anized under the lams of the State ol•Illinois Hartford Insurance Company of the Midwest a corporation dui} organized under the lay.s of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the lams or the State or Florida ha,srg their home of be r Hartford Conn• 1 c '_ -aver collectively referred to as the 'Companies') do hereby make. constitute and appoint. up to the amount of unlimited: Charles i Nielson. Mary C. Ace Charles 0 Nielson. Joseph Penichet Nielson. David R Hcover of Miami Lakes, FL their true and lawful Attcrneyrs'-in-Fact. each in their separate capacity if more than one is named above, to s gn its name as surety(ies) only as delineated above by and to execute. seal and acknowledge any and all bonds, undertakings contracts and other written instruments in the nature thereof. cn behalf of the Companies in their business cf guaranteeing the fidelity of persons. guaranteeing the performance of contacts and executing or guaranteeing bonds and unde'takirgs requ'red or permitted in any actions or proceedings allowed by law. In Witness Whereof and as aJthorized by a Resolution of the Board of Directors of the Companies on March 1. 2016 the Companies have cased these presents to to signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary Fir -titer , pursuant to Resort:or Boar cf Directors of the Companies. the Companies hereby unambiguously affirm that they are. and will be bound by any mechanically ape i signatures acp+led to this Power of Attorney I fk ct.,7 I! r John Gray Assistant Secretary STATE O F CON N ECTICUT SS, COUNTY OF HARTFORD On this 5th day of April 2C16. before me personally came M. Ross Fisher. to me known. who being by me duly sworn, did depose and say that he resides in the County of Hanford. State of Connecticut, that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument, that he knows the seals of the said corporations that the seals affixed to the said instrument are such corporate seals, that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Hartford 01 `w•" ,1,41t__'.\, Terbun. r � 4 r rr�,ptray �"Y'` *9 2 s fvt Ro.ss Fisher, Senior Vice President it M` //// to CERTIFICATE , . 1. , Nora NI Srrankn Nniarc Prrhlii ht. Commssaou E ptres Nlarcli 31, 201 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of November 30, 2017 Signed and sealed at the City of Hartford. 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 adder certifies the truth and accuracy of ail information contained herein. A. Business Information 1. How many years has Bidder been in business under its current name and ownership? 15 Professional Licenses/Certifications (include name and number)" Issuance Date CGC1516849 08/2016 CUC1244696 08/2016 E221300 09/2002 (''n.clude active cernricarons of community srnail'ous:ness enterprise and name of certi'yirg erti,y} b. Date Bidder licensed by Dept. of Professional Regulation: 08/2016 & MDC 09-/2002 c. Qualified Business License: 2Yes ❑No If Yes, Date Issued: 08/2016 & 0q'2002 d. What is Bidder's business? Asphalt Concrete (This answer he sp=c f1. For example; paving. drainage. schcols, interior renovations, e:c.) e. Name of Qualifier, license number, and relationship to Bidder. Jose M. Alvarez holds all licenses listed above and is 100% owner. f. Names of previous Qua'ifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. Jose M. Alvarez has been the only qualifier for JVA, all licenses are attached. 2. Name and Licenses of any prior companies: Name of Company N/A License No. Issuance Date 3. Type of Business Entity: Corporation ❑•'S" Corporation❑LLC❑Sole Proprietorship❑Other: (Corporations will be required to provide a copy of the{r corporate resolution prior to executing a Contract) 4. Business Entity Ownership: a. Identify all owners of the Business Entity. 91 SW 5th Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 Name Title % of ownership Jose M. Alvarez President 100% b. Is any owner identified above an owner in another company? Li Yes x No If yes, identify the name of the owner, other company names, and °!% ownership NIA c. identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (check applicable dries and fcr other provide specific levels of authority) Name Title Signatory Authority Jose M. Alvarez President All Cost No -Cost Other C n ❑ Explanation for Other: N/A (Note: "AI" refers to any type of docun-.ent including c, : r; t I+mi;ed to Contracts, amendment, change proposal requsss (CPR). change orders (CO), races, 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: 80 Number of Managerial/Admin. Employees: 10 Number of Trades Personnel and total number per classification: (Apprentices mt,st be listed separa,e)y for each cfassEbcation) Officer (1). Project Managers (4) Office Manager (1) Operators (21). Foreman (8). Office Assistant (2). Estimator (3), Superintendents (6), Laborers (34) How many employees are working under H2B visas? None 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: No 92 SW 5°h Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 7. Insurance and Bond Information: a. Insurance Carrier name and address: Collinsworth. Alter & Fovrler 8000 Governors Square Blvd, Suite 101, Miami Lakes, Florida 33016 b. Insurance Contact Name, telephone, and e-mail: Sandy Simeon (305) 503 - 9139 c. Insurance Experience Modification Rating (EMR): 80 (if no EAR raring please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: None e. Bond Carrier name and address: Nielson. Alter, & Associates 8000 Governors Square Blvd. Suite 101. Miami Lakes. Florida 33016 f. Bond Carrier Contact Name, telephone, and e-mail: Olga Iglesias (305) 722 - 2663 g. Number of Bond Claims paid out in fast five (5) years and their corresponding value: None 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim orjudgment, and settlement: unless the value of the settlement is covered by a written confidentiality agreement. No 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: No 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past fire (5) years? Yes ❑ No X If yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including ail details on each citation. No 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000.00) or greater, owned by the Bidder. Please see Attached. B, Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: Jose M. Alvarez 93 SW 5'h Street Roadway ITB No.: 16-17•067 Improvements, D4 - B-30966 b. Years employed by Bidder: 15 c. Licenses/Certifications: CGC15168-39. CUC1224696, E221300 d. Last three (3 ) Projects with the company including role, Scope of Work, and value of Project: See Attached list of completed and active projects for this PM and JVA 2. Subcontractors: Name Trade % of Work License No. Certification* P&J Striping Inc. Paverrent Markings and Signs 5% 09BS00026 13473 ('aclb e certifisaliers cr community small business enterprise and name of certifying entity) 3. Scope of Physical Labor Construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such, items as insurance ' bonds. dumpsters, trailers, and other similar non - construction Work itemsl JVA Engineering Contractor, Inc. will perform drainage installations, v.ater installations. concrete. roadway construction, paving and all sitework. 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 va'ue 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 and scope. Provide an attachment to this Questionnaire that includes Completed Projects the Bidder 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 and e-mail, title of Project, location of Project, scope, initial value and 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. Tne 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. SW 5''' Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may fu-n.sh the names, a --.dresses. and telephone numbers of firms or government organizations for which the Bidder has provide': services in addition to the required minimum five (5) Projects specified in the Minimum Requirements on page 6, above. 1) Company Name City of Miami Address 3500 Pan American Drive Miami, FI 33133 Contact Person/Contract Amount Maurice HardieNarios Projects Telephone No.: /Email (954) 416 - 1298 2) Company Name City of Miami Address 3500 Pan American Drive Miami, Fi Contact Person/Contract Amount Valentine OnuiQboNarious Projects Telephone No.: /Email (305) 416 - 2588 3) Company Name City of Miami Address 3500 Pan American Drive Miami, Fl 33133 Contact Person/Contract Amount Robert Fenton/Various Projects Telephone No.: /Email (786) 263 - 2133 4) Company Name Miami Dade Countv WASD Address 3071 SW 38th Ave Miami, FL 33146 Contact Person/Contract Amount N _ s-3n CesoedesNarious Proiects Telephone No.: /Email (305) 607 - 0799 5) Company Name City of Opa - Locka Address 780 Fisherman Street City of Opa Locka FI 33054 Contact Person/Contract Amount Mohammad Nasir/Various Projects Telephone No.: /Email (305) 953 - 2824 y; SW 5th Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 Cite of +Zhai�i Dame: ,.i AIfo}nso City Manager To Whom It May Concern See Attached 1 Subject: Reference Letter The Following Sew to be COmpteted by the Bidder. Name of Bidder: The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: "r a s . , . Fdt ategtSocrionlo be Cenieted by the I rdcct.Ownelr- Scope of Referenced Work: Did the Scope involve the milling, resurfacing or reworking a road, or the construction, installation, repair, and/or replacement of drainage system pipes? ❑ Yes ❑ No Value of Project: $ Date Completed: Percentage of physical construction Work self -performed by Bidder: Was Project completed on time and within budget: ❑ Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes. please provide details: Comments: Name of Project Owner: Date: Signature of Project Owner's Representative: Title: Telephone: Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: SW 5"' Street Roadway ITB No.: 16-17-067 Improvements, D4 - B-30966 SUPPLEMENT TO 81D FORM: OFFICE LOCATION AFFIDAVIT (Page 1 of 3) Please type or print clearly. This Affidavit must be completed in full, 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. JVA Engineering Contractor, Inc. Legal Name of Firm: Entity Type: (Check One) ❑ Partnership E Sole Proprietorship ❑ Corporation N/A Corporation Document No: Date Established Occupational License No: Date of Issuance Office Location (Establishment of the Bidder': PRESENT Street Address: City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Section 13-73 of the City of Miami Code, as amended: City of Miami "Local Office' means a business within the City which meets all of the following criteria: 1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the City for a minimum of twelve (12) months immediate'y preceding to the date bids were received for the purchase or Contract at issue; for purposes of this section. "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the City; and 2) if the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months been in effect for no less than the twelve (12) months immediately preceding the date bids were received, and be available for review and approval by the Chief Procurement Officer or its designee; for recently executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids were received, a prior fully executed lease within the corporate limits of the City that documents in writing continuous business residence within the corporate limits of the City for a term of no less than twelve (12) months immediately preceding the date bids were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval SW 5"' Street Roadway ITB No,: 16-17-067 Improvements, D4 - B-30966 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) by tre Chief Procurement Officer or its designee, further reeeiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the Chief Procurement Officer or its desgnee; and 3) Has had for a minimum of twelve (12) months immediately preceding the date bids were received for the purchase or Contract at issue, a current Business Tax Receipt issued by both the City and Miami - Dade Ccunty, if applicable: and 4) Has had, for a minimum of twelve (12) months immediately preceding the date bids were received for the purchase or Contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami -Dade County that authorizes the performance of said business operations: and 5; Has certified in writing its compliance with the foregoing at the time of submitting its bid to be eligible for consideration under this section: provided. however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid. 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 13-73, is within fifteen percent (15%) of the price submitted by the non -local Bidder, then that non -local Bidder and each of the aforementioned responsive, responsible kcal 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 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 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 Iota' Bidders by this section. PrintName \ Print Name Title Tit1eN Authorized Signature \N. Authorized Signatu'te sx SW 5'h Street Roadway Improvements, D4 - B-30966 !TB No.: 16-17-067 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 3 of 3) (Must be signed by the corporate secretary of a Corporation or one genera! partner of a partnership or the proprietor of a sale proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: �. personally appeared before me and ackcciAiledmlid the foregoing instrument as his/her act and deed. That he/she has produced as identification. NOTARY PUBLIC: My Commission Expires: Please submit with 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. 99 SW 5th Street Roadway ITB No.: 16-17-067 Improvements. D4 - B-30966 CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120 My commission expires: 10/01/2018 Bonded by Notary Public Underwriters SW 5tn Street Roadway Improvements, D4 - B-30966 Jose M. Alvarez hereby certify that: Jose M. Alvarez am the (PresidentiSecretary or Principal) of JVA Engineering Contractor. Inc. (Bidder's Firm). l have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code; a. (Bidder) 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 b. i Bidder) JVA Engineering Contractor, Inc. 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 Bidder's CSBE certification must be included in the bid document. ill) (Bidder) JVA Engineering Contractor, Inc. hereby agrees to comply with the Local Workforce Participation Requirements stated in Section 18-89 of the City of Miarni Procurement Code. iv) (Bidder) JVA Engineering Contractor, Inc. hereby agrees to comply with the Responsible Wages and Benefits Requirements stated in Section 18-120 of the City of Miami Procurement Code. OPTIONAL: v) (Bidder) JVA Enineerinq Contractor, Inc. / /" hereby agrees to make assignments pursuant to Item iii). above to certified CSBE firms wM,naintain a "Local Office', as defined in City Code Section 18-73; STATE OF COUNTY OF } } Before me. a Notary Public duly commissioned, q a1Ified 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 Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code on behalf of Bidder named therein in favor of the City. Subscribed and Sworn to before me this 28th cof ! November f 2017 (34a ic, Sta' e-ef-F1 NA YABA MOYA ' `•1 ITB No.: 16-17-067 TI IIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WTI CSBE RFQUIR[MENTS SCHEDULE OF INTENT AFFIDAVIT (SOI) COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM ("CSBE" This section must bi complstsd bytlta piddsr1Pveposer end the CUM ;ubsontrn;tar that will he utilised for oaapes of work on .the praijopt. Nance of Bidder: JVA Engineering_ Address: _(36VINW 3 e Project Name: SW 5th Street Roadway ImprovementsDA Contract Dollar Amount: $ 447,132.00 Contact Person: Jose M. Alvarez Phone No.: _t;ii] ) f 9t,1 7902 Project Number: 15% CSBE Dollar Amount $ 67, 069.80 Name of Prime Bidder 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 ($) Amount of Bidder's self -performance 1 JVA Engineering Contractor, inc. 11810 08/21/2018 Ali pavement Concrete 85% _ 382, 062.00 The undersigned ntends to perforrn life following Work in connection with the above Contract: Name of Subcontractor ertificat of No. Certification Expiration Date Type of CSBE Work to be performed by the Subcontractor Subcontractor percentage (%) of Contract Value Total Dollar ($) Amount of Subcontractor's CSBE requirement TJ Pavement Corp. j 0751 03131/2018 Concrete Sidewalk 10° 44, 713.20 I certify that the represuntan s contain din this form are true and accurate to the best of my knowledge. I affirm that 1 will enter into sub contrarmial agreement(a) with lite above listed CSFI Suhconlractorlsj if awards this Contr ct. Copies of the agreement(sl will be immediate y made available to the City of M arni as required Bidder Signature November 28th, 2017 Date Jose M. Alvarez President Bidder Print Narrte Title The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services, ail licenses and permits necessary to provide s ch .00ds or services, ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry practice, and the ability o Ise meet the bid specifications. Subcon r$ nat re SW 5t}' Street Roadway improvements, D4 - B-30966 November 28th, 2017 Date Jose A. Alvarez President Subcontractor Print Name Title IOI ITB No.: 16-17-067 REQUIRED SUBMISSION WITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: List ail Contracts Bidder has performed for the City of Miami in the past three (3) years which included Local Workforce Participation requirements. The City will review all Contracts Bidder has performed for the City in the past three (3) years in accordance with Section 18-89 of the City Code. which requires that "the City shall consider the Bidder's adherence to the City's Local Workforce ,Participation requirements within the past three (3) years in making any Future Contract awards. The solicitation documents will include the Contractor's past compliance with these requirements of the City." As such, the Bidder must list and describe all Work performed for the City of Itfliami in the past three (3) years. Please provide factually detailed responses for each Project, and address each of the important items below. See attached 2 (i) Contract number, name and brief description of Work; (ii) total dollar value of the Contract; (iii) dales covering the term of the Contract; (iv) percentage of Local Workforce Participation requirements met by Bidder; (v) breakdown of local workforce used to meet the requirements (number of persons broken down by trade and category); (vi) if Bidder's company was unable to meet the Local Workforce Participation requirements, explain the reasons why, and what efforts, if any, were utilized by Bidder to attempt to meet these requirements; (vii) if the Project was over one million dollars ($1,000.000.00) did Bidder hold a job fair(s), if yes, provide the date and location of the job fair(s), number of attendees: (viii) was a third party hired to verify and certify compliance with the Local Workforce Participation requirements. if yes were all requirements met, what was the third party's name and provide their current contact information; (ix) was the five percent (5%) retainage fee released to Bidder by the City upon Project completion, and (x) if Bidder did not meet the goals, did you seek a waiver of the program requirements from any City officials? Please explain in detail. 1U2 SW 5' Street Roadway Improvements, D4 — 8-30966 ITB No.: 16-17.067 APPENDIX "F" MIIAMI-DADS COUNTY ORDINANCE NO. 99-152 ORDINANCE RELATING TO FALSE CLAIMS (13Pages ) Appendix "F" MEMORANDUM Amended 4� Agenda Item No. C1 (Public hearing 11.-2-9 TO: Hon. Chairperson and Members, DATE: October 19, 1999 Board of County Commissioners FROM: Robert, A. Ginsburg SUBJECT: Ordinance relating to County Attorney false claims QI99-152 The accompanying crds.nance was prepared and placed an the agenda at the request of Corznissioner Katy Sorenson. Robert A Ginsburg County Attorney RAGf1)w TO: • FRO M: Hon. Chu-pearon and Members Board of County Commissioners Robert A. Ginsburg County Attumey DATE: SUBJECT: November 2, 1999 Agenda Item No. 4kC) 99 • 1 52 Plea?. note any items checked "4-Da, Rule" (Applicable ifraised) 6 weeks required bet\ve n tits reedimg and public heazrg lce� ti^s revatu or increase; ex 'ditae without balancing budget Budget required Staten er t of fic•^l impact required Stai.=er,t of private bi sti Hess s.Ctor impact r quired Bid w fiver requiring County Manages written rrcomtnendazion Ordinance creating a new board rewires a detailed County Mx -ages report for public bearing "Sunset" provision required Legislative findings necessary MEMORANDUM • 70'7 07- a 7n .,nra o•••:•t ti3. wr •^G' T 0 . Honorable. Chairperson and Members Board of County Commissioners FROM', M. !4. Btterheim County Manager DATE; SUBJECT: 99152 Nove:rmb r 2, 1999 Fiscal Impact of Propo3ed Ordinance Prohibiting Presentation, Mair,ter.ance Prosecution Gf false or Fraudulent Claims arains't Miami -Dade County This ordinance will have a pasltive impact to the County, although t is not possible to estimate the value. Any enforcement cost will be offset by the penalties imposed by this ordinance. Fi5c3UO6QO m ,. GU`,U .I • .) I Approved Veto Override ORDINANCE NQ. 99-152 ,amended Agenda Item No 4(C) 11-2-99 ORDINANCE PRO}ITLNG PRESENTATION, MAINTENANCE, OR PROSECUTION OF FALSE OR FRAUDULENT CLA {S AGAINST MIAMI-DADE COUNTY; REQUIRING FORFEITURE OF ANY CLAM CONTALNLNG FALSE OR FRAUDULENT ALLEGATIONS OR STATEMENTS; EN,TOSLNG PENALTIES -FOR SUBMISSION OF FALSE OR FRAUDULENT CLAIMS; PROVIDING BOTH COUNTY AND PRIVATE ENFORCEMENT"; AND PROVIDING SEVERABILITY, It` CLUSION IN TIC CODE, AND AN EFFECTIVE DATE BE IT ORDALN'ED BY 'HIE BOARD OF COUNTY COMMISSIONERS OF MLkMI.DADE COUNTY, FLORIDA: Section 1. Sections 21-255 through 21-266 of the Code of Miami -Dade County, Florida, are hereby created to read as follows:1 »Section 2t-255. Short title; purpose... (1) This article shall be !clown and rrtav be cited as the Miami -Dade - County False Claims Ordinance, (2) The purpose of the Miami -Dade County False Claims Ordinance is to deter persons front knowingly causing or assistinz in c-ausing the County to pav claims that are false, fraudulent, or inflated, and to provide. remedies for obtaining damages and civil Penalties for the County when money is souziat or obtained from the County by reason of a false claim. (3) The provisions of this article are not exclusive. and the remedies provided for in this article shall be in addition. to any other remedies provided for in any other law, or available under common law, or otherwise, Words stricken through and/or [[double bracketed]] shall be deleted. Words underscore: and or »double arrowed«c constitute the amendment proposed. Remaining provisions are now in effect and remain unchanged. . mended 9 9 + l 5 2 Agenda heir No. 4(C) Page 2 This a:iicle shall be liberally construed and applied TO promote the public interest. Section 21--256, Dfrnitiort5. The following terms and phrases when used in this article shall have the rneanings ascribed to them in this section. except when the context clearly indicates a different meaning: (1) "Bid takeoff" means the final estimate_ tabulation, or worksheet prepared by the contractor in anticipation of the bid submitted, and which shall reflect the final bid price, (2) 'Claim" means any invoice, statement, request, demand, lawsuit, or action ender contract Or ofherswlise., for money, property, or services made to anY employee, officer, or agent of the County or to anv contractor, grantee or other recipient if anv portion of the money, property, or services requested or demanded was issued from, or was provided by, the County (hereinafter "County funds") (3) "Claimant" means anv person who brings, submits, file, maintains, or pursues a claim, (4) "County" rnea.ns the government of h[ranii-Dade County or anv dknartment division, bureau, section, commission, planning aency, board, district authority, agency, or instrumentality of the County, including the lvfrarni- Dade County Public Health Toast. f5) "Extended overhead" means the amount of a claim relating to an increase in overhead costs r^sultin7 from a delay in contract performance that is not compensated by a markup of direct costs (61 "Know,vina" or "known lv" means that a person, with respect to information_: La) had actual knowledge of the information,; (b) acts in deliberate ignorance of the truth or falsity of the information' or (c) acts in reckless disrard of the truth or falsity of the information, —mended 9 9 ' 1 5 2 Agenda Item No. 4(C) Page 3 (7) "Overhead per diem" mans the atr.o'art calculated by dividing, The total overhead costs set forth in the final bid takeoff by the number of days for substantial cornoletion of the worm set forth in the; contract. C8) "person" means any natural person. corporation, firm, association, organ zatian, partr.ersh=.p. alter:v, limited liability con panv,busincss, or trust. Section 21.-257, Certification of claims, (1) Upon the request of the County, the person subrnittina a claim shall within thirty (30) days, including Saturdays Sundays, and legal holidays, submit a certifier' claim as defiled by this section. A "certified claim" shall be n.ade, under cash by a person duly authorized by the claimant, and shall contain a statement that: fa) the claim is made to good faith; Co) the claim's sar ortins~ data are accurate and carnnlete to the bestQf the person's knowledge and belief, (c) the amount of the claim acctrrately_reflects the amount that the claimant believes is dun from the County, and (l the ce.rtifvin.c: person is dulv authorized by the claimant to certify the claim. (21 Failure to provide. the rec[ucsted certifization within the prescribed thirty -day (30) period shall constitute a forfeiture of the entire claim. Section 21-258. Liability for false claims' penalties. (1) The following, actions) shall constitute a violation of this ordinance (a) any cersnn whn kr owi,ngiy presents or causes to be presented to the County_or to any officer, em2lovee, agent, or consultant ofthe County, a false or fraudulent claim for payment or approvals (b) any person, who knowingly makes, used, or causes to be made or used, a false record or statement to get a false, fraudulent, or inflated claim paid or approved by the County; (cl anv person who conspires to defraud the County by facilitating the Davmnent of a false. fraudulent, or inflated claim allowed or Raid by the County ..mended 9 9' 1 5 2 Agenda Item No. 4(C) Page 4 (d) any person who delivers. with the intent to defraud the County, goods or services of different quality or quantity than that specified in the tipolicable contract or specification_ (el any person who is authorized to make or delver a document certifying receipt of property used, cr to be used, by the County and, intending to defraud the County, makes or delivers the receipt without completely knowing that the information on the receipt is true; (f) anv person who knowingly burs, or receives as a plec?ne or an obligation cr debt, public property from an officer. empLovee, or anent of the County who lawfully may not sell. or pledge he property, or (g) any person who knowingly mattes, uses. or causes to be made or used a false record or statement to conceal, avoid, or decrease an obligation to pay or transmit money orproperty /o the County. (2) Any benef ciary of an inadvertent submission of a false claim to the Coun*.v, who subse:itzer.4'v discovers the falsity of the claim. and who fails to disclose the falsity of the claim to the County within thirty (30) days o€ disaoverin}the error, shall also be found to have submitted a false claim to the County. shall: (3) Any person found to have submitted a cI ;n to the County. (a) be liable to the County for an amount equal to three times that part of the claim which is false, fraudulent, or inhered; (b) immediately, fully, and irreYocab]y forfeit the entire gniount of the claim; (c) be liable to the ounty for all costs and fees (including without limitation, reasonable legal, expert, and consulting fees' incurred by the County to review, defend, and evaluate the claim. and (d) be subject to debarment from Count contracting for a period not to exceed five (5) years• Additinnall� ar',y person who certified a claim later found to be false shall be subject to debarment from County contracting for aperiod not to exceed five (5) years, (4) Liability under this section shall be joint and several for any act committed by two or more persons. Yv: u J. L U v '.. ,J . .mended 99 ' 1 52 Agenda Item N. 4(C) Page 5 Section 21-259. Civil actions for false Claims. (1) The CouurityManager may inveati ate a viola*ion under Section 2l- 258. If the County Mana2Pr finds that a person has violated or is violating Section 21-258, he or she may brink a civil action against the nerson on behalf of the County (2) A person ma brino a civil action for a violation of Section 21-258 for the erson and for the County. Civil actions instituted under this ordinance shall be governed by the Florida Rules of Ci vi; Procedure and shall be brou3k in the. name of the County, fa) The complaint shall be identified on its face as a qui tarn action and shall be filed under seal in the circuit_ court of the Eleventh judicial Circuit in and for Miami -bade County, Immediately u_ an filinc ofa complaint by a person, a copy of the complaint and writtcn disclosure of substantially all material ev do ce ar.d information the person possesses shall be served on the County Manager by registered mail return receipt, requested, ThQCounty Manager may elect to proceed with the action in lieu of the qui tam claintiff, on behalf of the County. within. 180 days rffte he or she receives both the com;~l,i.nt and the material evidence, and information_ (b) The County Manager, for good cause shown may petition the cotrt to extend the time during,which the corplaint remains under seal unc?r st1�a ction (a), Any such motion rnav be supported by affidavits or other submissions in camera. The cleferdant is not required to respond to env complaint filed tinder this section until twenty (20) days after the complaint is unsealed a:1d served upon the defendant in accordance with law, (c) Before the • expiration of the 1 g0-day period or any extensions obtained under subsection (b), the County Manager shall i. proceed with the action, in which case the action is conducted by the County Attorney on behalf of -the County; 0r ii notify the court that the County declines to take over the action. in which case the t?er_son brining the action has the right to conduct the action, id) When a person files an action under this section, no_person other than the County Manner on behalf of the County may intervene or . _nended `� g JC' 2 Agenda Item No. 4(C) Page 6 bring an action tinder this grdinance based on the facts underlying the pending action. Sectinn 2I-260. 1Zi;hts n(theparties in civil actions. (1) If the Cour.tv Manager, or behalf of the County, elects to proceed r.7th the action he or she has theprirriary responsibili:v for prosecutinx the action and is not bound by any prior or subsequent act(s) of the person bringing the action. The County rn.av also voluntarily dismiss the action notwithstandinn the ohjections of the person bringing the action. (2) If the Court,/ Manacer elects not to proceeil with the egion, .the person bringing the aotiJr: has the ri.ht to conduct the action. If the County Manager so reane ts, he or she shall served with cs-►ies of all pleadings and motions filed in the action and copies of all deposition transcripts When the. person bringing the action t rocef.d$ with the clsirn the court Tray permit the County to take over the action on behalf of the County at a later date upon a sihowing of good cause. (3) Nothing in this ordinance shall by construed to lirnit.the authority of the County or the oui tam plaintiff.. proceeding pursuant to Section 21-259/21 to com^romise a claim brought in a complaint filed under this ordinance if the court determines after a hearing,. neat the proposed settlement is fair, adequate, and reasonabte under all the circumstances. Section 21-261, Awards to plaintiffs bringing action. (ll If the Countypryceeds with and _prevail; in an action brought by a person tinder this ordinance, except as provided in subsection (2), the court shall order the, distribution to the person of 10 percent of the proceeds recovered under any judgment obtained by the County in an action under Section 21-258 or of the proceeds of any settlement of the claim. (2) If the ("ounty proceeds with an action which the court finds to be used primarily on disclosures of specific information. other than that provided by the person initiating the action, relating to allegations or transactions in a criminal, civilor administration hearing; a legislative, administrative. orjispector general rep rt. Ileartni_7. audtt_ or investigation: or from the news media, the court may award Such sums as it considers appropriate, but in no case more than 5 percent of the proceeds recovered under a judgment or received in settlement of a claim under this ordinance, taking into account time significance of the information and the role of the person bringing the action_in advancing the case to litigation. (3) If the County does not proceed with an aet_ion under this ordinance, the parlor, bringing the action or settling the claim shall receive 25 percnt of the ..mended Agenda Item No. 4(C) Page 7 9•152 proceeds recovered under a judzment rendered in an action under this ordinarce or in settlement of a claim under this ordinance. (4) Anv payment under this section to the_person bringing, the action shall b,� paid only out of the proceed; recovered from the defendant. (5) Whether or not the County Droceeds with the action, if the court finds that the action was brought by a person who planned, initiated, or furthered the violation of Section 21-25S t:ron which the action was brought, the person shall be dismissed from the civil_ action and shall not receive any share of the proceeds of the action. Such dismissal shall net prejudice the right o`"the County to continue the action. Section 21-262. Expenses: attorneys fees and costs. C1) If the County initiates an action under this ordinance or assumes control of an action bro'j ht by aserson under this ordinance, and the Count-y prevails in such action, the County shall be awarded its reasonable attorney's fe-e expenses, and costs. (2) IF the court a7, ards the person: bringing. the action proceeds under this Ordinance. the person shall a'_ be awarded an arnount for reasonable attorney's fees and costs. Payment for reasonable a`t r°re 's fees and costs shall l,e made from the recovered proceeds before the. distribution of env award. f3') If the County does not proceed with an action under this ordinance and the defendant is the prevailing party, the court shall award the defendant reasonable attornev's fees and costs a:airtst the_p7erson briniirtg the action. (4) No liability shall be incurred' by the County for any expenses, attornev's Fees, or other costs incurred by any person in bringing or defending ann action under this ordinance, except as nthemise sneeificalltprovided by law, Section 2I-263, .Exemptions to civil actions. (1) In J10 event may h ereon bring an anion under Section 21-258 based upon allegations or transactions that are the subject of a civil action or an administrative proceeding in which the County is already a party, (2) No court shall have jurisdiction over an action brought under this ordinance based unon thejiublic disclosure of allegations or transactions in a criminal, civil, or administrative heat-ii} in a legislative, administrative, or ir.s__pector„gAneral reoort, hearing, audit, or investigation: or from the news media, unless the action is brought by the County_ or unless the person bringing the action is an original source of the information. For purposes of this subsection, „needed 9 9 ' 1 J5 2 . Agenda Item No. 4(C) Page 8 the term "original source” means an individual who has direct and irdcnendent is owledge of the information on which the allenatior:s are based and has voluntarily provided the information to the County Manager before filing_ an action under this ordinance based on the ir.forrra.ion. (3) Na cowl shall have jurisdiction over an action where the person brinnirtg the action under Sectioin 21-258 is-. (al acting as an aTtornev for the County: or (b) an employee or'f,�rr er ernilovee of the County, and the action is based. in whole or in part, upon information obtained in the course or scooe of County employment. (4) No cos+irt shall have jurisdiction over art action where the person bringing the action under Section 21-258 obtained the information from an, employee or former erriafovee gfthe CCuntyr- Section 21-264. Protection for parflcloatirtZ empinvees. Anv employee who is discharged, demoted, suspended. threatened, harassed, or in any other manner discriminated aCairnst in the terms or conditions o` employment by his or her employer because of lawful acts done by the ertnloyee in f Jrtherance of'an actions under this ordinance. including investigation for, initiation of, testimony for, or assistance in an action filed Qrto be Fled under this ordinance shall have a cause of action under Florida Statutes, Section 112,3187, Section 21-265. Burden or pro -of: presuntntion of false claim. (1) INItenever_practicabic, bid snei:lcatiori.3 for County contracts shall contain a re sirernent that the _successful bidder maintain, as a condition precedent. to scbmittin2 a chino mains*. the County, a final bid takeoff, The final bid takeoff shall contain a lino item for allocation of overhead costs, (2) Upon request from the County, a contra;;tor making a claim against e C inty fgr delay_ or other damages shall submit, within twenty (20) days, a copy of the final bid takeoff; certified zursuant to this subsection, Failure to provide the requested certifica'icn shall constitute a forfeiture of the claim for delav or other damages. The certification shall be. submitted under oath by a person dulv authorized by the claimant and shall contain a statement that; fat the final bid takeoff was prepared contemporaneously with the bid and in antics tion of the bid for theproiect; (t .lcndzd 99 � 1 5 2 Agenda Item No. 4(C) Page 9 () the contractor relied on the final bid takeoff :o prepare th hid and the original schedule of values; and (c) the. final bid takeoff has not been altered in any way. (31 Ar'v claim for extended overhead costs that exceeds, on a per diem basis, more than ten percent (1O%) of the overhead per diem contained in the final bid takeoff shall be presumed to by a fake claim, and the cor:tractor shall have the burden of provinr? that a;,v such claim for extended overhead is not false. Section 21-266, Innocent ciairrant affirmative defense. The provisions of this ordinance small not apply if the claimant can demonstrate by a preponderance of the evidence each of the follwir1a facts: (1) the claimant submitted or caused to have submitted the claim to or against. the County reasonably believing that such claim was free of any material misstatements, or any exaggerated, inflated, or unsubstantiated assertions or damages; (21 the claimant had no reastinab!e basis to doubt the truth, veracity or accuracy of s ich claim at the time it was submitted; 1'31 prior to submittin, tie claim, the ctalma^t diligently investigated the facts underlying such claim and pre; aced the claim in a reasonable manner given all the relevant information available: and (4) when information indicating that any element` statement, er allegation in the claim was false or art;Sleading frst became available, such claimant, within five business days of discovering the falsity of the claim took immediate stems to modify correct, or withdraw such claim and provided the County with immediate not1c thereof.<< Section 2. Harty section, subsection, sentence, clause, or provision of this ordinance is held invalid, the validity of the remainder of this ordinance shall not be affected by such clause. Section 3. It is the intention of the Board of County Comrnissioaers, and it is hereby r 2— tended 9 9 • 1 5 2 Agenda Item No. 4(C) Page 10 ordained, that the provisions of this ordinance, including any sunset provision, shall become and be made a part of the Code of Miami -Dade County, Florida. The sections of this ordinance may be renurr.hered a, reiettered to accomplish such intention, and the word "ordinance" may be char,ge.d to "section," "article," c: other appropriate word, Section 4. This ordinance sha'.1 become •effective ten (10) days after the date of enactment. Once effective, this ordinance shall apply to (1) all claims submitted to or prosecuted against the Coum-y after the effective date hereof, and (2) all claims pending before the County or any court or agency of competent jurisdiction on or after the effective date of this ordinance. As to claims described in subsection (2) of this section that were filed or submitted prior to the effective date hereof, this ordinance shall apply only to such claims after Miami -Bade County provides written notice of this ordinance to the claimant, via certified mail, and allows the claimant a grace period of twenty (20) days to brir.g its claim into cctnpliar_ce herewith. In such instances, this ordirar:ce shall apply to such claims immediately upon the expiration of the twenty -day grace period. Section 5, This ordinance does not contain a Ear_set provision. PASSED AND ADOPTED: Approved by County Attorney as to form aid legal sufficiency: Prepared by! P2+ - NOV 0a199 Sponsored by Commissioner Katy Sorenson and Commissioner Miguel Diaz de la Portilla r'� ADDENDUMS ADDENDUM No. 1 November 9, 2017 Invitation to Bid No.: 16-17-067 SV. 5::, Street Roadway improvements, D r Office of Capital 1mprovern nta - Project No.: B-30966 To: ALL PROSPECTIVE BIDDERS: Ir: Ch� . es `` .::nis ,a;d'or cJ,!eticns amend the aoc;_ Uspt,cne-n;i;aI.e n to Bid ('!TB) and shall oecorre , ., j'a.I the bid sunf''itt_ d and the Contract tr.., Le a:<acutad for SW 5'' Street Roadway tm,,nrovernents, D1 — ITB Na.: 16-17.067 _ "Project.). Please rote the contents here,., and affix same to the documents you have on hand All attachments (if any) are availaYe on the Office of Capital Improvements (''OCI'°) website and are part of this Addendum. A. The fella, ,;a Et': are i-Da . Crol; ,t.1 (, MCC,) Water and S ' . _ r Department (..,!','.ASD) files are attached hereto as. 1. Exhibit 1 Specificetions without Appendix's; 2. Exhibit 2 3. Exhibit 3 4. Exhibit 4 5. Exhibit 5 6. Exhibit 6 7. Exhibit 7 8. Exhibit 8 Apoendix ADepartment of Regulatory and Economic Resources, Notice to All Contractors; /Appendix E. WASD, Standard Details; Apr.endlx C: UDC NASD, ID Card Security Procedures, Non-W'ASD Employees; Appendix D: i,IDC Code., Section 2-8.4., Protest Procedures; Appendix E: Quarterly Reports: Appendix F. NIDC, Ordinance No. 99-152, Ordinance Relating to False Claims; Appendix G: Genera! Covenant and Conditions; 9. Exhibit 9 At.,cendr< H MDC'WASD Safety unit, Construction Safety and Hea!:h Po'icy. 10. Exhibit 10 Append!.< I- NIDC Va'JASD Controller Division, Electronic Payment Program Automatic Clearing House (" ACH) Instructions and ACH Form: 11. Exhibit 11 Append x J '/VASD Decurnent Control Services. TransrnIt:al Form: 12. Exhibit 12 Apper;,' < K MDC WASD, Doer Ha:noer - Watr; 13. Exhibit 13 Appendix L: Dry Run Permits; 14, Exhibit 14 Appendix NI: Geotechnical Report; and 15. Exhibit 15 Attachment "1": Section 03300. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL. BE MADE A PART THEREOF. Annie'Perez, CPPO, Director City of Miami Department of Procurement Addendum 1 SW 5''' Street Roadway Improvements, D4 Bid No.: 16-17-067 Project No,: 6-30966 aaci .e2‘ Is1Z41-s-,Z ADDENDUM No. 2 November 16, 2017 Invitation to Bid No.: 16-17-067 SW 5' Street Roadway improvements, D4 Office of Capital Improvements - Project No.: B-30966 To: ALL PROSPECTIVE BIDDERS: The ficilov ng changes, addit cn.;, ciarif:: Celerons amend the above -captioned Invitation to Bid (ITB-) and shall become an in:egral pa t of = the Contract to be executed for SW 5'" Street Roadway improvements, D4 — ITS No.: 16-17-067 ,1 .Project"). Words and,'or figures stricken through shall be deleted. Underscored words and'or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements ("OCI°') website and are part of this Addendum. A. Reques:s for Information — S nce Issuance of ITB No: 16-17-067. Q1. What is the cost estimate for this Project? Al. The estimated budget for this Project is S447,132.00, inducing all soft and hard costs. 02. One of the Minimum Requirements is that the Bidder has previously served as the Prime on previous Projects. Our company has been in business for over twenty (20) years and have performed millions of dollars in Florida Department of Transportation ("FDOT") work since 1993 under a General Contractor. We have performed work for other entities as well under a General Contractor. How can get started as a Prime if we are not granted the opportunity to do so? A2. Ensure to register with the City of Miami Procurement Department as a supplier at +,',v w.m:ambgov corn procurement to get updates on all upcoming and current procurement opportunities and frequently check www.miarniqov.com/MiemiCabitaliNewBidsandProbosals for all new Bids and Proposals with OCI, which you can respond to as a Prime. 03. The Bid Form shows an eight inch (8") water main, however the Plans do not. A3. The eight inch (3') water main is shown in the Water Main Drawing Pease refer to Addendum No. 1, Exhibit No. 1. C4. Item 16(a) in Section 2 of the ITB states that fifteen percent (15%) of the Contract value must go to a respondent or to a construction related enterprise currently certified by Miami -Dade County as a Community Small Business Enterprise (''CSBE"). We are certified CSBE for Construction Services / Level 2, do we qualify to meet the fifteen percent (15%) requirement or do we need to hire a CSBE firm anyway? j` 4 fr1z.4.4 As a M 'Tit -Dade, County c:;-t.fiod CSBE, you will rot reed to ass gn an additional fifteen percent (15'.b) tb a different CSBE firm. 05 We are not currently registered for Local Workforce, however, we are in the process of registering to find employees through this source, but we are not currently looking to hire any new employees, Can we use our current employees on this Project? A5. A Prime Contractor will be required to develop and submit to the City for approval, within thirty (30) calendar days of nctificatlon cf award, a workforce plan ('Plan') outlining how the goal will be met. The Flan shall specify the total number of persons that will be used by the Contractor, broken clown by trade and labor category, minimum qualifications for each category, and the number of persons tc be utilized in each categ ary The Plan shal identify by name, address, and trade category all persors propcsed perferri work. urier the contra:t ct:rr illy on the Contra:torts pa'y'ro l or positions to be hired by the Contractor, who res de within Miami -Dade County. 06. Is a job fair required for this particular Contract? 06. Refer to Section 2, Article 17, Number IV cf the ITB. Contracts in excess of $1,000,000,00 shall be required to hole' a jcb fair Vlithir the Icca' community for the purpose of encouraging local kvarkforce part:ipat cr Jab firs a..e. cocrdina:e, Yi'tn South Florida 4Yor:kforce Center at no cost to the Contractor F. Tee Bit! Form CON1 has been n r _ -c.�d. The $14,750.00 Contingency Allowance has been removed. C. The Bid Forrn Add Alternate has oeer. amender. Line Na. 35 has been amended to read 'For unforeseen conditions, for miner construction changes, and for quantity adjustments. if ordered by the Engineer. The. sum of 13'.-0 of the Subtatal Item No. 32 ( 10) x (Subtotal, Item Na. 32) (Owner Contingency Allowance)' THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. .�r/ tJr. /• Arnie Perez, CPPO, Director City of Miami Department,of Procurement Addendum 2 SW 5" Street Roadway Improvements. D4 Bid No.: 16-17-067 Project No.: B-30966 TAC ED 1 -aap of SEictini Daniel J. Alfonso City Manager To Whom It May Concern Subject: Reference Letter F011eating tobitC Name of Bidder: JVA ENGINEERING CONTRACTOR, INC. The above referenced Bidde- is resporcir.g to a bid that has been iss led by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information, The City would appreciate you providing the information requested beow, as well as any other information you feel is pertinent: Name of Referenced Pro ect: ENGLEWOOD ROAD & STORM SEWER IMPROVEMENTS — PHASE 3 GAF Scope of Referenced Work: Storm Dra:mNe, Road reconstruction Concrete and Asphalt Pavement Did the. Scope involve the const:uct:or., insta!laticr, repair and/or replacement of a storm water pump station? ❑x Yes ❑ No Va'ue of Project; $ 1,541,6E73C Date Completed; 07/3412015 Percentage of physical construction Work self -performed by Bidder: 95 Was project cornpleted on time & wi:- n budget: iZ Yes ❑ No If no, was the B.dVer at fault or contribute to the delays) or increased cost? ❑ Yes ❑ No If yes, please provide details° Comments: Name of Project Owner: City of Miami Signature of Project Owner's Representative: ,uiv,! c4f Z/ - Title: CYO Date: //1-/! 'li Telephone: >' `ir �., �^r E-mail: . ice _ w N yn,c:ri soy. --' Sincerely, Annie Perez, CPPO, Director Procurement Department 96 SW 5th Street Roadway ITB No.: 16.17.0G7 Improvements. D4 • B-30966 Ca)) 0f 4 Hh?)ili .16 To Whom It May Concern Subject: Reference Letter D. J. Alfonso Cat, Manager lagOrtg=Mlittittc:KriftSecionbbeCompleted ©y.the Bidder:. Name of Bidder JVA ENGINEERING CONTRACTOR, INC. The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: 1TB #2015-29 Starr, Neater improvements: NV/ 92 Ave., North of WI 12 St Name of Referenced Project: and Sub Basins H-5 Seope of Referenced Work: Drainage, Aso'alt Pavement and Concr-te Did the Scope involve the construction, installation, repair and/or replacement of a storm water pump station? 0 Yes ® No Value of Project: $ $742,962.40 Date. Completed: 03/23/2016 Percentage of physical construction Work self -performed by Bidder: 100 % Was project completed on time & within budget: Q Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: JVA Engineering is a c:ier_t oriented cuntrac.tor that perform week of great quality. JJA Project Manage:: was always in contact with the City to update on all aspects of the construction. Name of Project Owner: City of Doral Signature of Project Owner's Representative: Date: 1/13 /2J_7 _ _Th Title: Assistant Works Director. / Chief of Construction Telephone: t30.5; 59A-674'' Sincerely, Annie Perez, CPPO, Director Procurement Department SW 5th Street Roadway Improvements, 04 - B-30966 E-mail: C3rins.AL1:0yo_ cityotdo:-a1.coni 95 1TB No.: 16-17•067 .itt? of iffiaini To 'Y^r torn It May Concern Subject: Re=e•Hr3c= Le:ter Dar.ie! J. City Ma -lager . �,� • —46407»1. A•30--A.•6e1t- A •.•rlve�r:m wr �sA+, w�r. �r�..,,a.,a,,; _ st -L e,�s�.•. __._..��.. Name or JVA ENGINEERING CONTRACTOR, INC. The eOP:,:e .. _,' b r s.:ndIrc to a bide that v = _ _ !: 1 _d .. '.3t y.ct. P: _ ray;: , ...: , . K. ndcc' Si_l` 7 „3r it _r_)ver',ents H-II ti. • ., tire. _ --. ..5� C_; - ... 7:7 3"u Poadw'a17 7-. D1: to S If} ciI - tr.. c .: ru t,":il, -.l ._ �r r.�• .-.oent station? ❑ Yes f x. No Va uc cf Prcjecl; S November 2011 Pe-oenlaje of physlcal construction Work s f-pe.lo ied b1 Bicder: 95 9/0 Was project completed on time & bud el: Yes ❑ No ro, was tie 9 cider at f;aj!t or corstrtute to time delay;al or increased cost? ❑ Yes ❑ No If yes, phase provide details: Comments: Narhe of Project Owrer: City of Miami Sic.;nature of Project Owrer's Representative: Telephone Sincerely, Annie Perez. CPPO, Director Procurement Department Date: E-mail: \i 1L 95 11, SW 5th Street Roadway ITS No.: 16.17.067 Improvements. D4 - B-30966 CiO1rof� Ihilt To Whom It May Concern Subject: Reference Letter Daniel J Alfonso City Manager The Edbwing Sectkn lb be Completed bylbedd r_ Name of Bidder: JVA ENGINEERING CONTRACTOR, INC. The above referenced Bidder is responding to a bid that has been issued by the City of f4liami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is request.ng that you provide the following reference information. The City would appreciate you providing the ir: rniation requested below, as well as any other information you feel is pertinent: Name of Referenced Project: S r`J 70th Ave Improvement Project Scope of Refere:;: d'Work. Drainage and Roadway Reconstruction Did the Scope involve the construction, installation, repair and.'or replacement of a storm water pump station? ❑ Yes ❑X No Value of Project $ 350,000.00 Date Completed: 08, 26/2015 Percentage of physical construction Work self -performed by Bidder: 100 % Q bolas project completed on time & within budget: Q Yes ❑ No If no, was the Bidder at fault or contribute to the de"ay(s) or increased cost? 0 Yes ❑ No If yes. please provide details: Comments: Name of Project Owner: Village of Pinecrest Date: 1/17/17 Signature of Project Owner's Representative: - . Title: Director of Public Works Telephone: 305-669-6916 E-mail: mspanioli2 pinecrest-flgov Sincerely, Annie Perez, CPPO, Director Procurement Department 96 SW 5th Street Roadway ITS No.: 1.6-1.7-067 Improvements. D4 - B-30966 kL.- Ili' of i I 3 -pj ‘,/cf-ri i: May Conc:!iro SuOject: terrice LPL.tte- Br.tier JVA ENGINEERING CONTRACTOR, INC _Y. The 3bovti rerenced Bidder IS r onng to a bid trial has Dew ss1 by the Cay M'aru The. ozy retLJ5trat the Bidc.er provida w•i!!en references w:th treii! bid subnossioq By provid rg you with this dor, Lir:1.-r One P.,,cfcler rg tnat yot; prorm:le ?re foriowing ret!!;!...“-!!?xrce riformarior The City wroiAld arp rec•d:ta yet.. in:!..:rinat•on reil,iest!arl Lielov!., as well a3 are other irforrration you is pert i( Narri,! NY`i 66"rRoadway ferver I + . b 4.301a:t5,11mli !yin lsta;lattvn.PUOrin!piar.:Eotk!!”1( of a *torn- pump stallon 'ires x No CrXLH PrCo;•;CI 5 :PP 440 CC Date Okriiple'ed :19.1r:1420`.3 prct;:lcie of phisIi co i„4./c..rk 501.perforrm9ri by Bal...!c!!!::•!!! 95 Was ::!..rop( c pieeJ rttirrie wrilio budget 4,2L-1 Y El No If nci wai re Bdcor al fault (Dr cortribule lo rre nr ricrea.?,eci asr Li Yes :-- I NO 5 rtE.'FISe v.de detati Cc rilTe:!!!!!!! ts.:ArT 1-7.: 0! !:!)!,,,•,....1r 1,110t: C!f ta ita Gardens -7"-- S..T1i!,(:i-,!? c•! CrAr!4'' 1"R • • I • E • 1: I h -711 1. • 'ill: )14. •.:7L RO Dy 96 SW 5th Street Roadway ITB No.: 16-17-067 Improvements, D4 - 8-30966 ATTACHED 2 LOCAL WORKFORCE PARTICIPATION BID QUESTION ANSWER (l) t t'rn(r,a t Nuinhei 13-30/76 ti 403510, 1i-40303, B--40310, Li 40311, b 40 1/ ti 3U183 8-30011 (ii) Wine Silver Bluh Drainage Improvements District 3 Roadway,traffic dnd Drainage improvements Part II Garden Stor Ill Sewers Phase t Englewood Road Storm Sewer Improvements Phase II (in) Brief description of work Construction of New Drainage Sv;tem Road Improvements, Milling and Resurtacing, Drainage improvements, Curb and Gutter, Sidewalk Repairs, Striping, Signs and ADA Ramp Upgrades Design.rrtd Constriction of Starmwaler Diainage System, Milling and Resurfacing, Roadway Pavement. Regrading Swates, Sidewalk Repairs. Drainage and Roadway Improvements (iv) focal Dollar value of the Contract $ 555, 675.55 5 343, 301 15 S776, 678.50 5 1, 898, 806 72 (v) Dates covering the term at the Contra: 1.. Sep 13 Fels-t4 Jun-11 May 1 (vil Percentage of Local Workforce Participation Requirements met by Bidder N/A N/A N/A N/A Nil)NO If the protect was over one million dollars ($ 1, 000, 000.00) did Bidder hold a job fairjs), if yes provide the date and location of the ;al] fair(s), number of attendees. NO NO NO (viii) Was a third party hued to verity and certify compliance with the Local Workforce Participation requirements, If yes were all requirements nret, what was the third party's name and provide their current contact irliormation- No No No No la) Was the five percent (5%( retainage fee released to Bidder by the City upon project completion, and Yes Yes ' " Yes (x) If Bidder dui not meet the goals, did you seek a waiver of the program requirements from any City officials? Please explain in detail. N/A N/A N/A IJ/A ATTACHED 3 AC- C)RL7 JVAENGI-01 CERTIFICATE OF LIABILITY INSURANCE STWIGGS DATE ,MMPDOiYYYY) 11/29/2017 THIS CERTIFICATE I5 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(ies) must have ADDITIONAL INSURED provisions or 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 Collinsworth, Alter, Fowler 8 Frsnch, LLC 8000 Governors Square Blvd Suite 301 Miami Lakes, FL 33016 INSURED JVA Engineering Contractor, Inc. 6600 NW 32nd Ave Miami, FL 33147 CONTACT NAME; PHONE FAX (AC, Ne, EK1I: (305) 822-7300 (At, Nol,(305) 362-2443 A DRESS. ------- INSURERS] AFFORDING COVERAGE NA1C INSURER A : Everest National Insurance Co 10120 INSURER e:Old Republic General Insurance Corp 24139 INSURER c:Travelers Property & Casualty Co. of America 25674 INSURER D: INSURER E: INSURER F ; COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: ' THIS IS TC CERTIFY Ti-:AT THE POLICIES OF INSLRANCE LISTED BELOW HAJE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POL.CY PERIOD INCICA.TED NCT"P! THSTAAtDfNG ANv RECL'REME' T TERM OR CONDITION OF ANY CONTRACT CR OTHER DCCLMENT WITH RESPECT TO WHICH THIS CERT,F:CATE MAY BE ISSUED CR MAY PER'a,N,. THE INSURANCE AFFCRDEJ SY THE POLICES DESCRIBED HEREIN IS S'LBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH CL!CIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS MNSR .... AOOL SUER POLICY EFF POLICY EXP i ro T-r°E OF INSURANCE It.�O 7 POLICY NUMBER (MM,DD•YYYYI IM:NOD!YYYY] UMITS A X COMMERCIAL GENERAL LIABILITY EACH CCCLRRENCE j 1,400,0001 — CLAIMt1 rA; r X CT R CF3GL00002161 12/13/2016 12,13/2017 PER,rD rc,; _ _S -- 100,000 the c l.,AnV 7r41 ]erieT) s 5'000 • PE SCNAL BAD', INJURY - 5 1,000,000' GENII.AGGREGATE LIMIT APDLiES PER GENERAL AGGREGATE S 2,000,000 POLICY X PACE- L.0 PRcDt.CTS-CCMP/CPAG3 3 2,000,000 0-HER i B AUTOMOBILE LIABILITYCITNIHN,t=D SINGLE LIMIT 1,000,000 X ANVAUTO X A4CA11631600 12113/2016 12/1312017 BCCILYINJUR'r_{Parper*:-, i OWNED SCF.EOLLED------..._..._. AUTOS ONLY AL'CS BODILY INJURY Tar accdnrl; i AHR5OppS ONLY TAO-NOPJLO PROPERTY DAMAGE _tParacradertj - S ------ S A UMBRELLA LIAR CCC:,R EACH OCCURRENCE $ 3,000,000 EXCESS LLAa CLAMS a 'ACE CF3EX00002161 12/13/2016 12/13/2017 AGGREGATE s 3,000,000 DED RETENTIONS - i AANNDREMIPLOYERS'LABILITY Y1H X_SEATIJTE - E?' A4C W 11631600 12/13/2016 12/13/2017 1,000,000 ANY -ROPRFETOR,RARl'NLF:ECEOLT-'{E N A E L EACH ACCIDENT S __ OFF r_R,AIEMBER EVIL:GED' {Mandatory in NH) - E.L. DISEASE • EA=.UPL OYES $ ... 1,000,000 it {es. descrte ander _-..-_.._.. _ ____—.-. _. _._...—_ 1,000000 DESCRIPTICrI OF CPERA7L7.NS 1e•Cw F L DISEASE - POLICY LIMIT 3 ' C Equipment Floater 6603H555233 12/13/2016 12/13/2017 LeasediRented 100,000 DESCRIPTION OF OPERATIONS /LOCATIONS' VEHICLES (ACORD 101, Additional Remarks Schedele, may be attached it mare space 's required) Re: SW 5th Street Roadway Improvements City of Miami is named as additional insured with respect to auto liability and the insurance is primary and non-contributory to any other insurance. Excess/Umbrella is fallow form. CERTIFICATE HOLDER City of Miami 444 SW 2nd Avenue Miami, FL 33130 AGGRO 25 (2015/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ATTACHED 4 CTCB Construct on Trades ualiP ing Board BUSINESS CERTIFICATE CIF COMPETENC^ E221300 JVA ENGINEERING CONTRACTOR INC Q.B.A.: 7 ALVAREZ'JOSE M Is certified under the prorsions of Chapter 10 of Miarnr•Cade County QUALIFYING TRADES) 0003 PIPE LINE ENG 0007 PAVING ENGrNEERING 0009 EXCAU & GRADING ENG 0010 LAND CLEAR & GRUBY Jaime 0 Grua^, P E Ssaaary d Ihs 3a+nf m.nv-D,:e C Hwer nxarns a+?roar+r 'Ire nrwn tiTS'I w.n. mo.armrk gwincanon, Local Business Tax Receipt Miami —Dada County, State of Florida -THIS 5 \O ? BA— - DC \CT PAY Fi 5 t321 1 1 BUSINESS NAME/LOCATION ENCINEERCNG CCN7RAFOR INC 6cCC NW 32 AbE HAM! FL 33 ! 4 7 OWNER JVA EtiCiNEER;NG CONTRACTOR INC CGC151B849 W:;rker(s) 1 RECEIPT NO. RENEWAL 6832746 ILBT, EXPIRES SEPTEMBER 30, 2018 Must be &splayed at place of business Pursuant to County Coda Cnaoter BA - A,,. 9 & 1C SEC. TYPE OF BUSINESS 155 GENERAL 3..: ING CONTFIAC—,L:? PAYMENT RECEIVED BY TAX COLLECTOR S75.00 07/13/2017 CREDITCARD-17-047195 This Laced Business Tax Receipt only tontines payment at the Local Business Tar. The Receipt is oat n license, permit, era certiticerwn at Iha harder s qunliliications. to da Uusiness. Haider must .amply with any governments! or nongeve: nmentai leguleiery laws end requirements which apply to the business. The RECEIPT NO. shave must be displayed an all cammercial vehicles - Miami -Dade Cade Sac ea-276. Far mare Iniormetinn, visit vw miamidade gorRaxcallactor 047641 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL a DO NOT PAY 4925161 BUSINESS NAME/LOCATION RECEIPT NO. JVA ENGINEERING CONTRACTOR INC RENEWAL 6600 NW 32 AVE 5141858 MIAMI EL 33147 LBT EXPIRES SEPTEMBER 30, 2018 Must be displayed et place of business Pursuant to County Coda Chapter 8A - Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS PAYMENT RECEIVED JVA ENGINEERING CONTRACTOR INC 196 SPECIALTY ENGINEERING CONTRACT BY TAX COLLECTOR E221300 $75.00 07/13/2017 CREOITCAREJ-17-047196 Worker(s) 1 Thla Local Business Tnx Receipt only confirms payment of the Local thalami Tax. The Receipt is nol a license, permrt, Or certification of the holder's quel iicahuns, la da business, tlalder must comply with any govermnenial ur nongovernmental regufatury laws end requirements which apply to the business. The RECEIPT NO. above must be displayed on ell commercial vehicles - Miami -Dade Code See Be-276. For mare Information, visit w_ry w mjemnledq,geytusso➢llepror 7'•1530 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS'S ,,,CT A 9.L_ -CC NOO7 Pav 6362129 BUSINESS NA,YIEILOCATION RECEIPT NO. Jlr.a ENCINEER;NG CGi'iTRyL CAR INC REi IF1'IAL 56C0 NW 32 AYE 6832753 MIAMI FL 33147 OWNER 1+/4 ENGINEERING CONTRACTOR INC Warke'(s) 1 EXPIRES SEPTEMBER 30, 2018 Vi 91 08 displayed ai place 3f business Pursuant to County Cede Chapter 9A - A. 9 & 10 SEC. TYPE OF BUSINESS ^ 19i SPECiA_'Y EV::.NEERING CONTRACTPAYAENT RECEIVEU C CTila695 8Y TAX COLLECTOR 575.00 07/13/2017 CREDITCARD—17—C47194 Thia Local Business Tex Bacaipt only confirms payment 3f the L7cel easiness Tax. The Receipt Is not a Ileum, moth. or a cantfiaet'.on 3t Ehe no Wet s ;eel ifieations. la do Zusinats. Holder mutt :amply with any gavernmantal or nongovernmental rsguiaiory "ews and requirements...anal ePPly to the business. The RECEIPT 110. shove must be disctayod on ail commercial vehicles - 'hated -Ostia Cade Sec 8a-216, Far mare infrrmaiian, villt irrywoja ttIllada goy/iaxdgltecior STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 ALVAREZ, JOSE (v1 JVA ENGINEERING CONTRACTOR INC 63C0 NW 32ND AVE N11AM1 FL 33147 Congratulations' With this license you become ore of tre nearly ore mi lior Floridians licensed by the Department of Business and Professmna Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to be eilLie restauvart; arc' they keen Florida's economy strong E+?^r day we work to improve the way we do business it order to serve yc'' better For Inforrration about our services please Icy sni,d. www.rnyfloridalicanse.com. There you oan find mcre irformation about our divisions and the regulations that Upper, suLsorib.e to.: deca -::rent re:,s.et:ers and lee-r more e o T t-e Department's initetires Cur mission at the Department ls- -'.cen ie Efffcie'tiy Regulate Fanny v le Constantly stave to serve you better an that you car s me ycu` customers Thank you for doing business ;r. Fiords and congratulations on your new license! RCK SCO TT, GOVERNOR (853) 487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC1E16a40 ISSUED: 08 14;2016 CERTIFIED GENERAL CONTRACTOR ALVAREZ, JOSE NI J'✓.A E\G,NEERIITG CONTRACTOR INC DETACH HERE Dr0d 3+0'1s of Ch 439 Fs KEN LAWSON, SECRE.TARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD Cc C t 515a49 Tne GENERAL CONTRACTOR Named below IS CERTIFIED Under ttre provisions of Chapter 489 FS. Expiration date AUG 31 2018 ALVARE-Z. JOSE M JVA ENG NEERIP,tJ CONTRACTOR INC EaC !1',v2T2ND fM1IAM1 FL 33147 DISPLA`%AS REQI!iRED BY LAW SEA STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MI,AMI FL 33147 Congra7ufaticns' With this license you become one of the ready one million Floridians licensed by the Department of Business a,nd professional Regulation. Our profess onals and b'Js,nesses range from arch,tects to ya:h, brokers, from boxers to barbectJe restaurants aid they keep Florida's economy stron: Every Jay AQ work to improve the way we do business in orµer to serve you oetter For information about our services, please log Into www.myfloridalicense.coan There you can find more ir.'Crmat:on a ;rul our Ciaisions and the regulaticns that impact you s.rscnce to deca'ment ne.vstet-ers and learn more aco._t tre Department s [nitlatiies. Our mission at the Depa^rnent is: License Efficiently Regulate Fairly 4`!"? constantly strive to serve you better so that you can serve you-c:_storrers Tna:;k you for doing b_Suess in For da and congratulat.ons on your new license: rR,:K SCOTT. GOVERNOR 1 CUC122469E ,40 (850) 487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1224696 ISSUED: 08114f2016 CERT UNDERGROUND & EXCAV CNTR ALY4REZ. JOSE Art .'� E`aG:NEERiNG CONTRACTOR INC IS CERT F E° FrO7•3'=,13 0` Cr 43= Fa DETACH HERE KEN LAWSON. SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 439 FS Expiration date: AUG 31, 2018 ALVAREZ JOSE lA JVA ENGINEERING CONTRACTOR INC 6600 NY,/ 32 N D AVE MIAMI FL 33147 ISvt;EJ DISPLAr' AS REQUIRED BY LAN ATTACHED JVA ENGINEERING CONTRACTOR, INC. PAST EXPERIENCE AND CORPORATE REFERENCE, November 22nd, 2017 CITY OF MIAMI DEPARTMENT OF PROCUREMENT 444 SW 2N0 AVE, 6T" FLOOR MIAMI, FL 33130 Re.: JVA Engineering Contractor, Inc. Past Experience and Corporate Reference, 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 in bid submission for: SW 5TH STREET ROADWAY IMPROVEMENTS, D4 The following is an official list of JVA's COMPLETED projects for 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 Contactor, Inc. provided all manpower, equipment, and maintenance facilities for the completion of these: Miami -Dade County -Parks, Recreation, and Open Spaces Department 275 NW 2nd Street, 4th Floor Miami, FL 33128 Contact: Lydia Sales Phone: 305-755-5456 Fax: 305-755-7995 CeII: 786-586-8325 E-mail: Iydias@miamidade.gov Black Creek Trail Segment A -Phase I, II, and III Completion Date: August 2013 Amount: S2,054,514.45 Scope of Work: New Construction and Reconstruction of Bike Path Miami Dade County Public Works Department 111 NW 1 Street Miami, FL 33128 Contact: Nestor Melian Phone: 786-375-0004 Contact: Rakeshpal Singh Gill (Phone: 786-375-0003) Contact: Jesus Gonzalez (Phone: 305-375-2172) 6600 NW 32" Ave Miami, FL 33147 Tel: 305-696- 7902"Fa x: 305-696-7903 2013 Drainage Improvement Project for Multiple Sites -NE 91 Street and NE 87th Street From NE 10 Court to North Bayshore Drive Project No.: 20130156 Completion Date: 05/31/2014 Amount: $832,909.70 Scope of Work: Drainage Improvements on ivluitipie Sites 2014 Roadway Improvements Multiple Sites Project No.: 20140014 Start Date: 07/01/2014 Completion Date.: 07/01/2015 Amount: $437,418.48 Scope of Work: Roadway Improvements of Multiple Sites 2014- PTP Roadway Improvements for NW 74th Street Project No.: 20130202 Start Date: 8/3/2015 Completion Date: 1/24/2017 Amount: S6,447,929.22 Scope of Work: Roadway improvements along NW 74 Street. from NW 87 Avenue to SR-826. Widening the existing road from a five -lane undivided roadway to a six -lane divided roadway with turn lanes, bike lanes, raised media is, sidewalks, curb and gutters, a continuous storm drainage system, pavement markings and signage, traffic signalization, roadway lighting, landscaping, and irrigation. 2015 Roadway Improvements to NE-2nd Avenue from NE 69TH Street -NE 84TH Street (PTP) Project No.: 20150195 Amount: $ 10,203,400.00 Scooe of work: Design Build of Complete Roadway Reconstruction, Drainage System, Water Main, Excavation, Grading, New subgrade, Base and Asphalt Pavement, New Concrete Sidewalks and Curbs. 2016 Drainage Improvements Project Multiple Sites Project No.: 20150119 Amount: $1,900,000.00 Scope of work: Gravity Sewer, Force Main, Asphalt Pavement Restoration. Concrete 2016 Drainage Improvements Project Multiple Sites Project No,: 20150121 Amount: 1,068,836.80 Start Date: 04/11/16 Scope of work: Gravity Sewer, Force Main, Asphalt Pavement Restoration, Concrete 2016 Park & Ride Facility (PTP) Project No,: 306670-R Amount: $ 1,298,000.00 Scope of work: Park and ride facility (Parking Lot) 6600 NW 32'd Ave Miami, FL 33147 Tel: 305-696-7902" Fax: 305-696-7903 Miami Dade County Water & Sewer Department 3071 SW 38 Ave, Miami, FL 33146 Contact: Nelson Cespedes Phone: 786 552 8142 E-mail: ncesp@miamidade.gov 2014 Furnish and Install 6", 8", and 10" DIP Force Main in NW 52nd Ave Completion Date: December 2014 Project Number: T181 1 Amount: 8775,281.75 Scope of Work: Water Main, Gravity Sewer and Force Main Miami -Dade County Transit 701 NW 1` Court Miami, FL Contact: H. Habibnejad, P.E. Phone: 786-473-5250 Northeast Transit HUB Enhancements 163rd St Mall Completion Date: February, 2016 Project Number: CIP101 Amount: S1,374,797,43 Scope of Work: Drainage & Roadway Improvements City of Miami 444 NW 2"d Ave, Miami, FL 33131 Contact: Eric Rush Phone: 954-682-9063 or 305-416-1298 E-mail: erush@miamigov.com Contact: Robert Fenton Phone: 786-263-2133 E-mail: rfenton@miamigov.com Contact: Maurice Hardie Phone: 305- 724-8840 E-Mail: mhardie@miamigov.com Contact: Valentines Onuigbo Phone: 305-416-2588 E- Mail: vnuigbo@miamigov.com 6600 NW 32r° Ave Miami, FL 33147 Tel: 305-696-7902' Fa x: 305-696-7903 2013 Miami River Greenway NW 5th Street Bridge Extension Project No.: B-30336 Completion Date: October 2013 Amount: S896,818.25 Scope of Work: Road Improvements, Drainage System Installations, Milling and Resurfacing, New Sidewalks replacement, Striping, Landscaping 2013 Citywide Storm Sewer Repair Contract Project No: M-0083 Completion Date: February 2014 Amount: $995,855.00 Scope of Work: Storm Sewer Repair 2013 Silver Bluff Drainage Improvements Project No.: B-30776 Completion Date: September 2013 Amount: $557,677.55 Scope of Work: Construction of New Drainage System 2013 DISTRCIT 3-Roadway, Traffic & Drainage Improvements Part II Project No.: B-40300, B-40303, B-40310, B-40311, B-40317 Completion Date: February 2014 Amount: $343,301,15 Scope of Work: Road Improvements, Milling & Resurfacing, Drainage improvements, Curb & Gutter, Sidewalk Repairs, Striping, Signs, and ADA ramp upgrades 2013 Garden Storm Sewers -Phase Project No.: B30183 Completion Date: June 2014 Amount: SS776,678.50 Scope of Work: Design & Construction of Stormwater Drainage System, Milling & Resurfacing, Roadway Pavement, Reworking and Re-gradng swales, Landscaping, Repair Sidewalks. 2015- Englewood Road Storm Sewer Improvements Phase If Project No: B30011 Completion Date: May, 2015 Amount: S1,896,806.72 Scope of Work: Drainage & Roadway Improvements, 2015- NW 33`d Street Roadway Improvements Project No: B30724 Completion Date: September , 2016 Amount: $5,899,864.98 Scope of Work: Water Main & Roadway Improvement. 2015- NE 2nd Avenue Roadway Improvements Segment B3 Project No: B78508 Completion Date: November, 2016 Amount: S4,694,263.68 Scope of Work: Roadway Reconstruction, New Storm Water System, Sidewalks, Curb and Gutters, Pavement Markings, Signage, Signalization, Decorative Lighting and Landscaping. 6600 NW 32" Ave Miami, FL 33147 Tel: 305-696-7902`Fa x: 305-696-7903 Port of Miami 1015 North America Way Miami, FL 33132 Contact: Bart Sanfilipo (Phone: 305-347-4988) Contact: Juan Bergouignan (Phone: 305-347-4974) Contact: Kari Garland Phone: 305-347-3235 or 305-905-2714 E-mail: kariumiarnidade.gov 2012 Surface Lot E Taxi & Overflow Parking Lot Amount: S216,470.00 Completion Date: January 2013 Scooe of work: Parking lot reconstruction, Asphalt Milling, New Asphalt, New Concree 2014 Seaboard Marine Cargo Terminal Redevelopment Phase II Project No.: 2008-032.04 Amount: S6,196,835.57 Completion Date: February 2015 Scope of Work: Upgrading Existing Utility Infrastructure and Pavement for Approximately 8 Acres FDOT 1000 NW 111th Ave, Room 6203 Miami, FL 33172 Contact: John Bolton Phone: 305-654-7019 Fax: 305-654-7020 Contact: Sunday Enegieru Phone: 305-640-7103 Cell: 305-986-2754 2013 Golden Glades Interchange Park & Ride Lot Project Number: E611 0 Amount: S1,336,493.07 Completion Date: September 2014 Scope of Work: Rehabilitation and Improvement of Parking Lot 2017 Drainage Push Button Contracts Project Number: Village of Virginia Gardens Phase II Amount: S540,000.00 Completion Date: July 2017 Scope of Work: Sidewalk & ADA Improvements 6600 NW 32"" Ave Miami, FL 33147 Tel: 305-696-7902' Fax: 305-696.7903 Alvarez Engineers. Inc. 10305 NW 41 Street Suite 103 Dora', FL 33178 Juan R. Alvarez 305-640-1345 E-mail: Juan.Alvarez@AlvarezEng.com Waterstone Way Amount: $1,054,313.50 Scope of Work: Concrete, Drainage, Asphalt Striping, Manhole, Manhole, Sanitary Sewer, and 8 Water Main Beacon Tradepert 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 2012 NW 143rd Street Drainage & Roadway Improvements Project Completion Date: June 2013 Project Number: 11-2012100 Amount: $468,644.80 Scope of Work: Installation of new Drainage System, Road Rehabilitation, Repair and Renovations of existing Sidewalks. 2013 Rutland Street Drainage Improvements Completion Date: May 2013 Project Number: 12-1607100 Amount: $127,850.00 S.00e of Work: Drainage Improvements 2013 Burlington Drainage Improvements Completion Date: June 2013 Project Number: 12-1712200 Amount: S463,529.45 Scope of Work: Drainage Improvements 6600 NW 32'd Ave Miami, FL 33147 Tel: 305-696-7902' Fa x: 305-696-7903 City of Hollywood 2600 Hollywood Blvd. Hollywood, FL Contact: Clece Aurelus Phone: 954-805-3681 Fax: 954-921-3258 E-mail: caurelus@hollywoodfl.crg 2012 Distribution Piping Upgrades on N 56th Ave from Douglas Street to Stirling Road to N 58th Ave. Completion Date: February 2013 Amount: a930,000.00 Scope of Work: 8" Water Main and Site Restoration City of Sunny isles Beach 18070 Collins Avenue Sunny Isles Beach, FL 33160 Contact: Helen Gray, PE Phone: 305-792-1913 Fax: 305-792-1641 E-mail: hgray@sibfl.net 2013 New Port Fishing Pier and Restaurant Utilities Completion Date: June 2013 Amount: S174,230.00 Scope of Work: 8" PVC Water Main Federal Highway Administration Eastern Federal Lands Highway Division 21400 Ridgetop Circle Sterling VA 20166-6511 Contact: Donald McIntosh Phone: 305-242-7771 E-mail: donald.macintosh@dot.gov 2013 Everglades National Park Completion Date: December 2013 Amount: S850,000 Scope of Work: Resurfacing & Rehabilitation of 1.09 miles of A -Loop Road (NPS Route 220), 1.26 miles of Long Pine Key Access Road (NPS Route 228), Superpave Asphalt Concrate Pavement Overlay, Pavement Markings and other Miscellaneous Work. 6600 NW 321' Ave Miami, FL 33147 Ted: 305-696-7902' Fax: 305.696-7903 City of North Miami 776 NE 125'h Street North Miami, LF 33161-4116 Contact: Wisler Pierre Louis Phone: 305-895-9838 E-mail: pwisler@northmiamifl.gov 2014 Biscayne Boulevard Force Main improvements Project No,: 19-13-14 Start Date: August 2014 Completion Date: April 2015 Amount: $1,428,656.25 Scope of Work: Resurfa2,ingg & Rehabilitation of Force Main and other Miscellaneous Work. Village of Virginia Gardens 6498 NW 38T" Terrace Virginia Gardens, FL 33166 Contact: J.W. "Butch" Martin Phone: 305-871-6104 E-mail: hrnartin@virginiagardens-fl.gov NW 66th Ave Improvements Project No.: 2016-0066 Amount: S397,440.00 Scope of work: Roadway Improvements { �4 Jose M. Alvarez, President JVA Engineering Contractor, Inc. 6600 NW 321° Ave l ami. FL 33147 Tel 305.696.7902'Fax: 3i 5-696-7903