Loading...
HomeMy WebLinkAboutBid ResponseCOPY (1FB) 786381 CITYWIDE STORM SEWER REPAIR ...111„„Mi JVA Engineering Contractor, Inc. Jose M. Alvarez 6600 NW 32nd Ave Miami Fl 33147 (305) 696 — 7902 JANUARY 17, 2018 - 2:00 PM Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 1227I. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: ADDRESS cpc.ao -3 VA en' »Er-e.i+il Cor.IirLAG"{ort. Inc 3 2 A NJ Orin , 1r 33 4-1 PHONE: 30s- 0 FAX: 305 CogCo --4clO3 EMAIL: QOti ENq, �n .0 %+1 CELL(Optional). SIGNED BY. TITLE: P2-� t - ,.I r DATE. t T ► FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE, Page 2 of 52 Legal Name of Firm: Certifications Co J+-YtAc1orL Ty, c. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. C.._0%Lpor1,ATi0n . Year Established: liv 11ea•rts FEI/EIN No.: 41612 r:u Office Location: City of Miami, Miami -Dade County, or Other LOU OO t.JvJ 32 pU Occupational / Business License Nurnber: € 2 ti Soo lt'11 A YY11 F i- 331 4 i Occupational / Business License Issuing Agency: IUD G. Occupational / Business License Expiration Date: gi30/ 201q Will subcontractor(s) be used? (Yes or No) If yes, provide subcontractor(s) information on Attachment C - Subcontractors. The work performed by all subcontractors listed cannot be more than ten percent (10%) of the total work for this contract (a copy of their license(s) must be submitted with your bid response). Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: 'NJ Strz, p,rq Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: 93e)si W +O'i t^ Dmq FL_ 3''11$ Reference No, 1: Name of Contact Person and Telephone Number for above reference no. 1 J AC1r.-1 E F ✓+Y,Unc2_ 3DS 304_ S(, -i Reference No. 1: Date of Contract or Sale for above reference no. I Page 3 of 52 Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: VsJeu. .+4un 5 Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: t gcI Gth CT tAl.C-,/41-1 "FA-- S-1010 Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2 Q) ATII P,� 30E 146-7rv_'3473 Reference No. 2: Date of Contract or Sale for above reference no. 2 Reference No, 3: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 3: Address, City, State, and Zip for above reference company/agency listed: Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Page 4 of 52 CT L • Construction Trades ualtying Board BUSINESS CERTIFICATE OF COMPETENCY y'^.4ti= Jrt"404. 01105E Local Business Tax Receipt „_Miami -Dade County, State of Florida —THIS IS NOT A BILL — AO NOT PAY —:6387278 BUSINESS NAME/LOCATION JAFFER WELL DRILLING 1451SE9CT HIALEAH FL 33010 OWNERzit AC SCHULTES OFFLORIDA INC NAJIES Worker(}WANT PR20ES RECEIPT NO. ILBT EXPIRES RENEWAL SEPTEMBER 30, 2018 6655105 Must be displayed at place of business Pursuant to County Code Chapter 9A — Art. 9 & 10 SEC. TYPE. OF BUSINESS RECEIVED 198 SPECIALTY PLUMBING CONTRACTOR BY TAX PAYMENT RECETOA SWDOO9377.. $75.00 07/11/2017 CHECK21-17-056301 This Looal Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt le not a license, permit, or a catlilioatIon of the holdar s qualifications, to do business. holder must comply with any governmental or neogavernirientel regulatory laws and requirements which apply to the business, The RECEIPT NO. above must be displayed an all commercial vehicles-Mlatni—pads Cade Sac 9e-215. For more Inlarmailan, visit vrmy,mlemidadn oUUlexcaheol0r IFB 786381 Citywide Storm Sewer Repair Attachment B • Price Sheet ITEM a DESCRIPTION 1 QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 1 install Type "D-1' concrete structure 50 EA 51,60000 580.000.00 2 Install Type "Od" concrete structure 100 EA St 700.00 3170,000.00 1 Install Type'OJ2' concrete structure IGD EA S105000 3199,500.b0 4 Install Type "0d0" concrete structure 1C0 EA 5290000 3290,4100.00 5 Install Type "0-5" concrete slmclure 5 EA 5350909 5.17,900.00 6 Inelall Type "F-3" concrete structure 50 E,5 Si 875.00 383,750.00 7 Insult USF Type "F-3" frame & grate GS Light Duly with City logo 'US 4700 & 6223", Including surface r restoration (sidewalk, curb and curb and gutter, trio) 50 EA 3750, 00 507,50QW 8 Install Type "D" trams and grate "USF 5100 & 6147'A mluding surface restoration {vagay and gutter in A. C. pavement etc.] 50 EA 5430,00 521,500.00 6 Install Type frame & grate "USF 5129 3. 0176" Including sudace restoration {.Idewalls, curb and curb and gutter, etc.) 50 EA 5009 00 530,490.00 10 install Type "0" frame and grate "USF 4700 & 8223",including 1' thick Asphalt Apron and soda. msloralien 100 EA 5345.00 034.300.00 11 Install manhole frame and grate 'USF 310 & GR Heavy Duty with City logo Cover", Including {solid sad, sidewalk, curb and curb and gutter, or A. C. pavement) 100 EA 5633.e0 363,300.00 12 Install 36" diem. x 12" heig1,1 concrete manhole riser 3 EA 5170,00 $310.00 13 Install 42" diem. x 12" height concrete manhole riser 3 EA 5216 00 S648.00 14 install 48" dlam. it 12" height concrete manhole riser 3 EA S223.00 3669.00 19 Install 60' dlam. x 12" height concrete manhole riser 3 EA 5257 00 5771.00 16 install 36' dlam. x24" height concrete manhole riser 3 EA 5239AD 5717,00 17 Insist! 42" dlam. x 24" height concrete manhole ,Isar 3 EA 5330 00 $390.09 18 install 45" ciders 24' height concrete manhole riser 3 EA 5346.00 31.018.00 19 Install 60" diem. 5 24" height connate manhole riser 3 EA S314.00 5942.00 20 Instal/ 19-inch N0n.parinratad HP Mown pipe including. saw culling and removal Ma old pipe. core drill the existing structures, mortar the connection structures, etc. end Incidental audaxa restoration. IOU LF 50000 56,800.00 21 Install 18-Inch Non -Perforated HP Storm pipe, tnctudtng 9nW cutting the old pipe, core dell the exiting structures, mortar the connecting structures, etc. and incidental surface restoratlon, 100 LF 572,00 57,200.00 Install24.inch Non -Perforated HP Storm pips, Including sew culling and removal the old pips core MID the existing structures, mortar the connecting structures, etc. and Incidental surface raalonrtlen. 100 LF 57900 57,000.00 23 install t3inch Nan-perfereted HDPE Cross pipe - including, saw cutting end removal the old pipe, core drill the existing structures, mortar the connection structures, etc. and Incidental surface restoration. 500 LF 567 00 533,500.00 24 Install 18•Ineh Nan Perforated HOPE Crass pipe, Including saw Mitring and removal the old pipe. care drill l0 existing structures, mortar the connecting structures, etc, and incidental surface restamllon. 200 LF 37611D SI6,600.00 25 install 24 Inch. of Hon.Parforalsd, HOPE cross pips including saw culling and removal the old pips, con deli the exlaling sln,Nume. mortar the connecting structures, etc. and incidental surface restoration. IQO LF 577 00 57:700.00 26 Install 12-Inch Nan .Psrlareled DIP Cross Pips., including saw curling and removal the old pipe. core dell the existing structures, moan the connecting structures, ale, and incident) surlsee restoration. 100 LF 5100 00 510.000.00 27 Install French Onln with Perforated 18" HOPE Pipe, including removal el the axleling storm system on the lame vortical plane, connecting 10 existing structures, mortar, lifter fabric and Incidental surface. 200 LF 5145 04 529,050.90 IFB 786381 Citywide Storm Sewer Repair Attachment B - Price Sheet ITEM d DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 28 Install French Drain with Perforated 24" HOPE Pips including remover of the existing stein system en the same vertical plena, connecting to the existing structures„ mortar, Biter labrlo and Incidental surface. 3.500 LF 9145 OD 5509,500.00 29 Remavd and hacktllling of existing catch basins or manhole structures located outside of the Wiest piano 01 the proposed structures. 50 EA $150.00 77.504.00 30 Remover and baekfl11ng ar existing Storm Sewer Pipes (8", 10", 12" and 15" diameter), located oulnide the worker plane of the proposed work. 200 LF 516 00 S3,000.00 31 Install standards traffic stop signs as par Miami -Dade County Standards. 15 EA $5 90 $75.00 32 Install pavement markings for standard traffic stop Including while elop bar, 50.11 long dbl. yellow stripping (YERMOPLASTICI, reuocrars, ale. an per Miami.Dade County Standnds. 50 EA $350.09 511,500.90 Install temporary pavement markings for standard rrena stop Including while slop bar. 50•6 long dbl. yellow whipping (paint), etc. as per Miami -Dada County Standards. SQ EA St 00 350.80 34 Pavement Marking Temporary (Skip) (Any width) (Yellow or White) ( paint) 500 LF 51.00 S606.00 35 Pavement Marling Temporary (Skip) (Any width) (Yarrow or Wlrile)1 Thermoplastic) S00 LF I Sr 00 $500.00 36 Install 6" Solid White and/or Yellow Tragic Striping ( Thermoplastic) 500 LF St 25 4625.00 37 Maintanenca of Ironic (MOT) Including Work zones Signs. Barricades ( Temporary, Type III with high intensity (lashing lights) (Temporary Type "B" )including installation and removal for all locations during contract year. I PCY 515.000 00 $15,000.00 38 Adjusting Inlets and Manholes including surface restoration 10 EA 350000 35,000.00 30 Mitring of exiating Asphalt Concrala Pavement 10.090 SY 52 50 $25,000.00 40 Install 8" Llmeraek Base SIM SY 524 00 $10,000.00 41 Install 12" Stabilized Subgrade 500 5Y 510.00 $5,000.00 42 instati bg0 50. YO. Flowabie Flit 108 SY 590 00 59,000.00 Install 43 Type , 1-112" thick Asphalt Concrete Pavement, io bs Metaled 41 the discretion of the City Engineer, for awes that required improving or re -grading the AC Pavement to allow rain water le flow to the proper Inlets. 3.090 TN 5170.00 $510,000.00 44 Install City ul Miami Type "A" Asphaltic Concrete Mix lar temporary Asphalt Patching. 20 TN 520000 S4,030.00 40 lnstelf temporary safety steal plate e'X 4'to 8'x10' to cover ever area In vehicular lone to prevent safety hazards t EMDAY 51 00 SL04 48 Install hazards temporary safety steel plata 8'X 12' to 8x20' to cover over area in vehicular lane to prevent safely 1 EA/DAY $1 CO 51,00 47 Install Valves one 15 " 10 21" diameter Inline Ddefea valves to be Installed al the discretion of 1he City Engineer, Red or approved equals. ] EA 5350A0 $1,050.00 Install Valves ono 24" te36" diameter inline Ilde-Hex valves to be installed at the discretion of the City Engineer. Red or applaud equals. 0 EA 5400.00 31,200.80 48 Install Red one 15 " le 21"diameter oulfall back -How valves to be installed at the discretion of the City Engineer. Valves or approved equals. 3 EA 5500 90 $1,920.90 Install Red one 24' to 36" diameter owtell backtfow valves to be Installed at the discretion o1 the City Englaver. Valves or approved .equals. 3 E4 5509 00 Sf,500.00 51 install one 8" to 12"diameter manatee grata to be installed MIN. discretion of the City Engineer. 3 EA S2500 00 57,500.00 52 Install one 24" to 38" diameter manatee grata to be isstalld at the discretion o11he Clly Engineer. 3 EA $350000 510,500.00 2 IFB 786381 Citywide Storm Sewer Repair Attachment B • Price Sheet ITEM 4 DESCRIPTION IUANTITY UNIT UNIT PRICE TOTAL ITEM COST 53 Install one 42' to 54' diameter manatee grate 10 be (rolalied at the discretion et the City Engineer. 3 EA 52,500 00 S7,500.00 54 Lump Sum ter Mobilisation to all project Locations covered under this contract based on a one (1) year term. 1 P0Y S25.000.00 525.000 00 Provision for SURVEY WORK and "AS -BUILT" informallon for the entire one (t} year term bleeding 55 submitting the Information on a Surveyor's Book and CAD flies far all projects. Survey and CAD Ola must use State Plano Ceordlnolos. 1 PCv 60000 00 Sa,000.00 56 Tan Cora Drill existing manholes and catch Basins In order 10 [melon now pipes, cross pipes and Franca { 15" la 24" diameter). 20 EA 3600,99 MaximoDrains 57 Installelion of Rock Drain -Swale (ranch, including the filler fabr c, pea rock, lop soil, and solid sod. 10 5Y 5l30.00 51.0013.00 58 Re -grading the swain area/parking including removal of any debris, sod, asphalt pavement, concrete. etc. and Install 6" limerick base and new sod_ 500 SY St6 00 58,800.00 59 Remove and reptace sidewalk, 4" Thick (including base compaction' 2,000 SY 545.00 550,000.00 60 Remove and repinaa of sidewalk, a" Think (including base compaction) 309 SY 554 00 516,200,08 61 Remove and Replace al 6" Thick Concrete Driveway {Including base compaclien) 390 SY 554,00 516,200.00 62 Remove existing curb and gutters fair typos} 2.000 LF 53 00 56,000.00 63 Install Type '0' Curb (Including base) 500 LF S16 00 S8.000.00 64 install Curb and Gutter/Valley Cutler (including bee.) 1.500 LF $20 00 430000.00 65 install ADA Access Ramp including embedment yellow pod 20 EA S1 200.00 524,000.00 66 Plug to esisdleg 12"., 15' and 24' Pipes, 5 EA 5200 00 $1,000.00 67 Parcolallon lest, as required by City Engineer- 6 EA 5800 00 S4,000.00 68 Field Density Teel ( Prodoi , as required by City Engineer. I EA 550000 3500 00 fig Teat Holes In determined 046110g location of underground 0111(0las, 10 EA 55.06 $50.00 70 Exploratory eacavatian and baclrfll, including compaction and surface restoration in kind. 512 CY $1.00 550.00 71 Remove and Rent brick paved driveways. including resetting the base and Fine sand. 100 SY $45.00 $4,50000 72 Install grass (ST. Augustine Grass, Florolan) Solid Sod Including fine sand, water, etc., per Division 28 • SODDING, 3.000 SF 00 50 31,500,00 73 Replanting/Resetting existing imp, Including guide wire, or woad stand,, ae required by the Engineer per Division 2 A -PLANTING. 10 EA S50 Off 5500.00 74 Installation of five Mahogany Trees (Swlelenla mahogany} 14'k6'10' spread, Florida 81 or holler. minimum 3' caliper, and minimum 128, overall. S FA S75.00 5375.00 Furnishing air materials. equipment and parmils (application and County Clark recording of documents) 75 required for Iha abandonment of lha Auger Rola stmcturee with FDEP, including codified matey for abandonment of edger halo stnrcluras per Florida Dopanment of Environmental protection )F.D.E.P.) rcqulalrone. 20 EA 54.00400 505000 0u Insleliedon of Deep dremage well per FDEP methods and standards including the Seoul Work required by 76 The Florida Depsrtnrental of Enviranmonral Protection (F.D.E.P.) appflcallons. recording documents with County Clerk and pool of obtaining final permit. 5 EA 52.500.00 512,50000 77 Contingency Atlawence 1 LS $250,000 on $ 256,000.00 3 IFB 786381 Citywide Storm Sewer Repair Attachment B - Price Sheet ITEM i DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST LEGEND: EA - each, CS - lump sum, SF - square last, CY -cubic yard, SY - square yard. PCY -par contract year TOTAL S 2,895,862.00 4 SU BCONTRACTOR(S) IVA Ergwecnng Contractor, Inr, 6600 NW 33rd Ave Mama FI 33147 f 30i} 696 — 790E IFB 786381 Citywide Storm Sewer Repair and Installation Attachment C — Subcontractors Name of Subcontractor Approximate Percentage of Work to be performed Certification I License No. (if applicable) Description of Work P&J Striping 5% N/A New striping & signage Jaffer Well Drilling 5% N/A Wells • Notes: 1. The Work performed by subcontractor(s) listed cannot be more than ten percent (10%) of the total Work for this Contract. 2. The foregoing list of subcontractor(s) may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the solicitation, whose approval will not be unreasonably withheld. REFERENCES JVA Engineering Contractor. Inc 6600 NW 32nd Ave Miami FI 33117 1305; 646 — 7y02 Reference Section 2.13 IFB 786381 Citywide Storm Sewer Repair and Installation Attachment D: Reference Submittal Form FIRM NAME: JVA Engineering Contractor, Inc. Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: City of Miami Capital Improvements Dpt. Address: 444 SW 2nd Ave 8th floor Contact Person: Maurice Hardie, Construction Manager Contact Phone Number and Email: (305) 416 - 1786 mhardie@miamigov.com Date of Contract or Sale: 12/31/2015 Prime or Subcontractor: JVA Engineering Contractor, Inc. Other (Description of Service, Total dollar value of Contract, etc.): New Road Recontstruction & New Drainage Inst. $ 4, 267, 512.44 Past Performance Reference Check #2 Company/Organization Name: Village of Virginia Gardens Address: 6498 NW 38 Terrace, Virginia Gardens, FI 33166 Contact Person: J. W. Butch Martin Contact Phone Number and Email: (305) 871 - 6104, bmartin@virginiagardensfl.gov Contact E-mail (if applicable): Date of Contract or Sale: 09/08/2016 Prime or Subcontractor: JVA Engineering Contractor, Inc. Other (Description of Service, Total dollar value of Contract, etc.): New Road with Drainage System $ 597, 570.00 Past Performance Reference Check #3 Company/Organization Name: Miami Dade County Public Works Dpt. Address: 111 NW 1st St, Floor 14 Miami, FL 33128 Contact Person: Javier Salmon, Construction Manager Contact Phone Number and Email: (305) 375 - 3501, javier.salmon@miamidade.gov Contact E-mail (if applicable): Date of Contract or Sale: 05/02/2016 Prime or Subcontractor: JVA Engineering Contractor, Inc. Other (Description of Service, Total dollar value of Contract, etc.): New Parking Lot with Drainage Installation $ 1, 000, 000.00 1 LOCAL OFFICE CERTIFICATION NA Eng'neerrrg Can'factor, Inc. 6600 NW Sind Ave Miami FI 33147 3051 696 — 7902 CITY OF MIAMI LOCAL OFFICE CERTIFICATION Solicitation Type and Number: Solicitation Title: (City Code, Chapter 18, Article III, Section 18-73) (IFB) 786381 (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) City Wide Storm Sewer Repair a JVA Engineering Contractor, inc. (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. 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 immediately preceding the date bids or proposals 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 shalt not be sufficient to constitute a local office within the city; (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 or proposals 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 or proposals 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 the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring 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 designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals 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 or proposal 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 or proposal. 1 FORM -City of Miami Local Office Certification 7/22/2013 YVA Engmeermg Contractor, Inc. 6600 NW 3ZnII Ave Munn F113147 (3051696 — 790/ Bidder/Proposer Local Office Address: PLEASE PROVIDE THE FOLLOWING INFORMATION: 6600 NW 32nd Ave Miami FI 33147 Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per calendar week? YES ❑ NO If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the lease? ❑ YES I l NO N/A Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? City of Miami: Cite Exemption: YES LJ NO Exempt Miami -Dade County: ® YES ❑ NO Cite Exemption: Exempt Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the performance of Bidder/Proposer's business operations? WI YES NO Bidder/Proposer's signature Chapter 18/Article III, S Print Name (Bid Signature FORM -City of Miami Local office Certification 7/22/2013 ow certifies compliance with the Local Office requirements stated under 8-73, of the Code of the City of Miami, Florida, as amended. arez uthorized Representative) 2 01/10/2018 Date 1VA Engineering Contractor, Inc- 6500 NW 32nd Ava Miami Fl 93147 3051696 - 7902 STATE OF FLORIDA COUNTY OF Miami Dade Certified to and subscribed before me this 9th day of January , 2018 , by Jose M. Alvarez NA RA MOYA My C(, `r'::':; lCJiwl 4'1:F145403 ;tom' EXPIV L $. C-Xtr. btlf 1, 2018 r .10'.;tltrn(1.1s,Vira1 (NOTARY SEAL) Personally Known (Simn ture of Nota Public -State of Florida) X OR Produced Identification Type of Identification Produced N/A 3 FORM -City of Miami Local Office Certification 7/22/2013 BID BOND Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: (Name, legal status and address) JVA Engineering Contractor, Inc. 6600 N.W. 32nd Avenue Miami, FL 33147 OWNER: (Nance, legal status and address) City of Miami 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 BOND AMOUNT: 5% SURETY: (Name, legal status and principal place (Om -bless) Hartford Casualty insurance Company One Hartford Plaza Hartford, CT 06155 Mailing Address for Notices One Hartford Plaza Hartford, CT 06155 Five Percent of Amount Bid PROJECT: (Name, Iacatiou or address. and Project member, if any) Citywide Storm Sewer Repair and Installation Services - (IFB) 786381 This document has important legal consequences. Consultation with an attorney is encouraged with respect to Hs completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in thc amount set forth above. for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond arc strch that if the Owner accepts the bid of the Contractor within the time specified in thc bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and rives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for tite faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to pertornt the work cohered by said bid, then this obligation shall be null and void, otherwise to remain in Brit three and effect. The Surely hereby waives arty notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance ul'bids speci lied in the bid documents, and the Owner and Contractor shall obtain the Surety's consent litran extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tern Contractor in this Bond shall bo deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this mind has been furnished to comply with a statutory or other legal r +u- err ut in t re locution atilt Project, any provision in this Bund ennilicting with said statutory ur legal requirement shall be deem c dele a hereh'r m and provisions conforming to such statutory ur other legal requirement shall he deemed incorporated herein. hen so 'u riche , the intent is that ibis Hand skull he construed as u statutory bond and not as a common law bond. Signed and scaled this 17th day of January, 2018. (Witness) JVA (Pri By: (flfle Contractor, Inc. (Seal) Hartford Casualty Insurance Company (.Surety) ,/ (Seal) By: (Title) C h � inan , Att roes" iFact S-0054/AS 8t10 POWR OF ATTORXEY KNOW ALL PERSONS BY THESE PRESENTS THAT: Direct inquiries/Claims to: THE HARTFORD BOND, T-12 One Hartford Plaza Hartford, Connecticut 06155 bond.claimsfu?thehartford.com call. 888-266.3488 or fax: 860-757-5835 Agency Code; 21-229752 X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State ofConnecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the Laws of the State ofConnecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Charles J. Nielson, Mary C. Aceves, Charles D. Nielson, Joseph Penichet Nielson, David R. Hoover of Miami Lakes, FL their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign 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. on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on March 1, 2016 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. COUNTY OF HARTFORD On this 5th day of April, 2016, 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 Hartford, 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. John Gray, Assistant Secretary STATE OF CONNECT1CUT 1 Ss. Hartford M. Ross Fisher, Senior Vice President CERTIFICATE Nora,&I. Siranko Notary Public �Iy Commission Expires March 31. 2018 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 17th day of January, 2018 Signed and sealed at the City of Hartford. -- tna:- Kevin rlec.nnieu1, !'ribSIbldIR VPGC rf .Yslothn ADDENDUMS ADDENDUM NO. 1 January 9, 2018 INVITATION FOR BID NO.: 786381 CITYWIDE STORM SEWER REPAIR AND INSTALLATION TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation for Bid (IFB) and shall become an integral part of the bid submitted and the Contract to be executed for Citywide Storm Sewer Repair and Installation — IFB No.: 786381 (the "Project''). Please note the contents herein and affix same to the documents you have on hand. A. Requests for Information _ Since Issuance of IFB No. 786381: Q1. What is the cost estimate for this Project? Al . The estimated cost for this Project is $2,900,000.00 per year. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie P, CPPO, Director City of Miami Department of Procurement INSURANCE STWIGGS JVAENGI-a1 ,d►CL7- CERTIFICATE OF LIABILITY INSURANCE `.� DATE 0(0912018 avos�2o1 a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL. INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain poricies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Collinsworth, Alter, Fowler & French, LLC PHONE 3a5 822-78aa , FAX 305 382.2443 8000 Governors Square Blvd (NC, Na, E*1): { ) (NC, Nola( ) Suite 301 EIL ADOKSS• Miami Lakes, FL 33016 INSURER(S) AFFORDING COVERAGE NAIC INSURERA :Everest National Insurance Co 10120 INSURED - INSURER a :Federal Insurance Company 20281 JVA Engineering Contractor, Inc. INSURER c:American Guaranty & Liab Ins 26247 6600 NW 32nd Ave INSURERD: Miami, FL 33147 INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE 'ADM SUB R POLICY NUMBER POLICY EFF POLICY EXP LIR rNSD MVO IMMIDQIYYYYI LMMIDD/YYYYI 1 LIMITS A : X f COMMERCWL GENERAL LL SILITY I CF3GL00002171 12/13/2017 12/1312018 ' EACH OCCURRENCE 3 1,000,000 CLAIMS -MADE X OCCUR X PREEMSEs(Lo Teu ences 3 100,000 • MED EXP (Anyone person) $ 5'QQ0 PERSONAL d ADV INJURY S 1'000'000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X, JI CT _ LOC 1 4 OTHER GENERAL AGGREGATE S ; PRODUCTS - COMP/OPAGG S 2,000,000 2,000,000 S B AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY . AUTOS HIRED NON -OWNED • AUTOS ONLY — AUTOS ONLY 54309593 12/13/2017 12/13/2018 1 r I COMBINED SINGLE LIMIT accident) 3 1,000,000 —(Ea BODILY INJURY per parson) S BODILY INJURY.(Per accidenttTS. PROPERTY DAMAGE LLPer acdden j ] $ 3 C I UMBRELLA LIAR OCCUR EXCESS LIAR CLAIMS -MADE '.. SX5066376500 112/13/2017 12/13/2018 {EACH OCCURRENCE :3 3,000,000 • AGGREGATE 3 3,000,000 DED j f RETENTION 3 L $ B WORKERS COMPENSATION AND EMPLOYERS' LUABILIT'Y Y!N 1 ANY PROPRIETOR/PARTNERIEXECUTIVE N + A 1 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) --- If yes, describe under ' DESCRIPTION OF OPERATIONS below { 54304594 12/13/2017 12/13/2018 ! 1 X STATUTE - ER ' - E.L. EACH ACCIDENT I S 1,000,000 1 E.L.OISEASE - EA EMPLOYEE F S 1,000,000 r— 1 E.L. DISEASE -POLICY LIMIT S 1,000,000 1 DESCRIPTION OF OPERATIONS! LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mare space l required) Bid (IFB) 786381 Certificate holder Is included as additional insured with respects to General Liability • CERTIFICATE HOLDER CANCELLATION City of Miami c/o Procurement Department 444 SW 2nd Ave Bth Floor Miami, FL 33130 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 ACORD 25 (2018103) © 1988-2015 ACORD CORPORATION. Af) rights reserved. The ACORD name and logo are registered marks of ACORD LICENSES Construction Trades Qa n9 Board BUSINESS CERTIFICATE OF COMPETENC` E221300 JVA ENGINEERING CONTRACTOR INC D.B.A.: ALVA-E "JOSE M Is certified under the provisions of Chapter 10 of Miami -Dade County QUALIFYING TRADE(S) 0003 PIPE LINE ENG 0007 PAVING ENGINEERING 0009 EXCAU & GRADING ENG 0010 LAND CLEAR & GRUBY J.aa. 0 [laawn, P B i A Se ry o1 U* Bo.rd ar rr .a.mdada rasterxwei C.'.ly rtla.a a1?omedv ndis nar.n 0115E9 Local Business Tax Receipt Miami —Dade County, State of Florida —THIS IS NOT A BILL — DO NOT PAY 6562T11 BUSINESS NAME/LOCATION JVA ENGINEERING CONTRACTOR INC 6600 NW 32 AVE MIAMI FL 33147 OWNER JVA ENGINEERING CONTRACTOR INC Worker(s) RECEIPT NO. RENEWAL 6832746 ILBTI EXPIRES SEPTEMBER 30, 2018 Must be displayed at place of business Pursuant to County Code Chapter BA — Art. 9 & 1t] SEC. TYPE OR BUSINESS 196 GENERAL BUILDING CONTRACTOR CG C1518649 PAYMENT RECEIVED OY TAX COLLECTOR $75.00 07/13/20)7 CREDITCARD--17-047195 Thls Local Business Tax Receipt only conlirms payment of the Local Business Tax. The Recalpt Is not a license, permit, or a certification of the holder's qualifications,. fa do business. Haider must comply with any pavemmentel ernongevernmental regulatory laws and requirements which apply to tha business. The RECEIPT NO. above muss be displayed an all commercial vehicles — Miami —Dade Code Sac ea-276. For more information, visit www.miamidede.sovltaxpaliector 007641 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 4925161 BUSINESS NAME/LOCATION RECEIPT NO. JVA ENGINEERING CONTRACTOR INC RENEWAL 6500 NW 32 AVE 5141858 MIAMI FL 33147 LBT EXPIRES SEPTEMBER 30, 2018 Must be displayed at place of business Pursuant to County Code 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 CREOITC4RD-17- 047196 Worker(s) 1 This Local Business Tex Receipt only confirms payment of the -Local Business Tax_ The Receipt Is not a license, permit, or o cartificalion of the holders quaiilications,to do business. Holder mustcomply with any governmental or rongtavernmenta! regulatory laws and requirements which apply to the business. The RECEIPT NO, shove must be displayed on ell commercial vehicles -Miami-hods Code Sec 6a-276. or more information, visitwww,ntiemldede gevRexeeltectet 011590 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6562129 BUSINESS NAME/LOCATION NA ENGINEERING CONTRACTOR INC 6600 NW 32 AVE MIAMI FL 33147 OWNER NA ENGINEERING CONTRACTOR INC Worker(s) 1 RECEIPT NO. RENEWAL 6832753 EXPIRES SEPTEMBER 30, 2018 Must be dtspfayed at place of business Pursuant to County Coda Chapter aA - Art. 9 & 10 SEC. TYPE OF BUSINESS 196 SPECIALTY ENGINEERING CONTRACTPAYMENT RECEIVED CUC1224696 BY TAX COLLECTOR $75.00 07/13/2017 CREDITCARD-17--047194 This Local Business Tex %coipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit. or a certification of the holder's qualifications. to de business. Haider must comply with any governmental or nongovernmental regulatory laws and requirementa which apply to the business, The RECEIPT NO. ems must be displayed an ell commercial vehicles.. Miami -Dade Code Sec 86-276. For more Information, visit www.mtemidade.aov/lexcollectar 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 32NDAVE MIAMI FL 33147 Congratulations' With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myflorldallcense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission et the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR N4 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC1516849 . `7ISSLJED: ' 08/14/2016 CERTIFIED GENERALLCONTRACTOR ALVAREZ, JOSE tVI • JVA ENGINEERING CONTRACTOR INC (850) 487-1395 IS CERTIFIED unaer the provisions of Cfl 489 FS Ear.rtel on data AUG 3:. 2C19 Lr60914007,3483 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER CGC1516849 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 ALVAREZ, JOSE M ".n.r JVA ENGINEERING COLA R NT;INC 6600 NW 32NDAVE • "mow MIAMI .FL ja ISSUED 08/14/2016 4:441t DISPLAY AS REQUIRED BY LAW SEQ rt L1608140003483 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR (F 4N.--i1nr141;t4., CUC1224696 p STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1224696 ISSUED: 08/14/2016 CERT lUNDERGROUND'& EXCAV_CNTR ALVAREZ, JOSE M f41 JVA ENGJNEERING CONTRACTOR INC !S CERTIFIED under the provisions of Ch.489 FS Expratien rule -. AUG 3'. 2918 L1E08140004371 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 489 FS, Expiration date: AUG 31, 2018 ALVAREZ, JOSE M JVA ENGINEERING CONT R INC 6600 NW 32ND AVE;, MIAMI FL 3.,44,:4' ISSUED' 08/14/2016 DISPLAY AS REQUIRED BY LAW SEC) # L1608140004371 LETTERS . Nc INEERI IVC1. C O N T R 4 C T O N. I N C. January 10th, 2018 City of Miami Department of Procurement 444 Sw 2"d Ave, 6'h Floor Miami, Fl 33130 Re: Citywide Storm Sewer Repair and Installation. (11-13) 786381. Previous Contract Performance and Debt Records. JVA Engineering Contractor, Inc. does not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. Regards, Jose M. Presiden HIV GIIV ELF 1 hrc CONTO ACTOR. INC. January 10th, 2018 City of Miami Department of Procurement 444 Sw 2nd Ave, 6'E' Floor Miami, Fl 33130 Re: Citywide Storm Sewer Repair and Installation. (IFB) 786381. Criminal Convictions, Violations, and Public Entity Crimes. JVA Engineering Contractor, Inc. does not have any record of pending lawsuits or criminal activities, and have never been declared bankrupt within the last three (3) years. Regards, Jose IV. ttivarez Presided it JVA ENGINEERING CONTRACTOR, INC. PAST EXPERIENCE AND CORPORATE REFERENCE. E N G 1 N E R 1 N G CONTR ACTOR. INC. January loth, 2018 CITY OF MIAMI DEPARTMENT OF PROCUREMENT 444 SW 2"13 AVE, 6TH 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: CITYWIDE STORM SEWER REPAIR AND INSTALLATION 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 Contractor, 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 Salas Phone: 305-755-5456 Fax: 305-755-7995 Cell: 786-586-8325 E-mail: lydias@miamidade.gov Black Creek Trail Segment A -Phase I, II, and III Completion Date: August 2013 Amount: $2,054,514.45 Scope of Work: New Construction and Reconstruction of Bike Path Miami Dade County Public Works Department 111 NW 1 Street Miami, FL 33128 Contact: Nestor Melian Phone: 786-375-0004 Contact: Rakeshpal Singh Gill (Phone: 786-375-0003) Contact: Jesus Gonzalez (Phone: 305-375-2172) 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696- 7902"Fax: 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: $632,909.70 Scope of Work: Drainage Improvements on Multiple 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 741h Street Project No.: 20130202 Start Date: 8/3/2015 Completion Date: 1/24/2017 Amount: $6,447,929.22 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 medians, 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 Scope 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 32nd 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: T1811 Amount: $775,281.75 Scope of Work: Water Main, Gravity Sewer and Force Main Miami -Dade County Transit 701 NW 1st 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: CFP101 Amount: $1,374,797.43 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 32nd Ave Miami, FL 33147 Tel: 305-696-7902 "Fax: 305-696-7903 2013 Miami River Greenway NW 5th Street Bridge Extension Project No.: B-30336 Completion Date: October 2013 Amount: $896,818.25 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: $$776,678,50 Scope of Work: Design & Construction of Stormwater Drainage System, Milling & Resurfacing, Roadway Pavement, Reworking and Re -grading swales, Landscaping, Repair Sidewalks. 2015- Englewood Road Storm Sewer Improvements Phase II Project No: B30011 Completion Date: May, 2015 Amount: $1,896,806.72 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 2"d Avenue Roadway Improvements Segment B3 Project No: B78508 Completion Date: November, 2016 Amount: $4,694,263,68 Scope of Work: Roadway Reconstruction, New Storm Water System, Sidewalks, Curb and Gutters, Pavement Markings, Signage, Signalization, Decorative Lighting and Landscaping. 6600 NW 32nd Ave Miami, FL 33147 Tel: 3 05-696-7902 `Fax: 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: kari@miamidade.gov 2012 Surface Lot E Taxi & Overflow Parking Lot Amount: $216,470.00 Completion Date: January 2013 Scope of work: Parking lot reconstruction, Asphalt Milling, New Asphalt, New Concrete 2014 Seaboard Marine Cargo Terminal Redevelopment Phase II Project No.: 2008-032.04 Amount: $6,196,835.57 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: E6110 Amount: $1,336,493.07 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 If Amount: $540,000.00 Completion Date: July 2017 Scope of Work: Sidewalk & ADA Improvements 6600 NW 32n° 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 Tradeport Development District Amount: $120,000 Scope of Work: Concrete City of OPA-LOCKA 780 Fisherman Street Opa-Locka, FL 33054 Contact: Nasir Mohammad Phone: 786-382-7917 Fax: 305-953-2824 Email: mnacir@opalockafl.gov 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 Scope of Work: Drainage Improvements 2013 Burlington Drainage Improvements Completion Date: June 2013 Project Number: 12-1712200 Amount: $463,529.45 Scope of Work: Drainage Improvements 6600 NW 32"d Ave Miami, FL 33147 Tel: 30 5-6 9 6-7902 *Fax: 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.org 2012 Distribution Piping Upgrades on N 56th Ave from Douglas Street to Stirling Road to N 58`h Ave Completion Date: February 2013 Amount: $930,000.00 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: $174,230.00 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: $850,000 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 Concrete Pavement Overlay, Pavement Markings and other Miscellaneous Work. 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7 902 `Fax: 30 5 - 69 6-7903 ' City of North Miami 776 NE 125th Street North Miami, LF 33161-4116 Contact: Wisler Pierre Louis Phone: 305-895-9838 E-mail: pwisier@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: Resurfacing & Rehabilitation of Force Main and other Miscellaneous Work. Village of Virginia Gardens 6498 NW 38TH Terrace Virginia Gardens, FL 33166 Contact: J.W. "Butch" Martin Phone: 305-871-6104 E-mail: bmartin@virginiagardens-fl.gov NW 66th Ave Improvements Project No.: 2016-0066 Amount: $397,440.00 Scope of work: Roadway Improvements Jose . Alv. ez, President JVA Engineering Contractor, Inc. 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7902' Fax: 305-696.7903