Loading...
HomeMy WebLinkAboutBid ResponseBID FORM (Page 1 of 10) SECTION 5 — Bid Form Submitted: 5)31 I Date City of Miami, Florida Office of the City Clerk City Hall, 1st 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 all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the Bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and 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 municipal corporation of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 17-18-018 Title: MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS (B- 30637) AND SW 1ST AVENUE MILLING AND RESURFACING (B- 30833) The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security. if permitted by the City, each for not less than the total Bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid Guaranty accompanying the Bid shall be forfeited if Bidder fails to: execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as the required Certifrcate(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. Mary Bricked Village Drainage and Roadway improvements - B- 75 ITB No. 17-18-018 30637 and SW 11 Avenue Mining and Resurfacing — B-30833 BID FORM (Page 2 of 10) City 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 Base Bid Construction Cost includes the total cost for furnishing all materials, labor, and equipment necessary for road improvements including drainage system installation, milling and resurfacing, road reworking, replacement of sidewalks, new bulb -outs, repair of driveway approaches, repair of curbs and gutters, installation of ADA compliant ramps and bicycle lanes, striping, signs and tree planting. The full Scope of Work is detailed in the construction drawings. MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS - B-30637 AND SOUTHWEST 15T AVENUE MILLING AND RESURFACING - B-30833 A. MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS - Project B-30537: TOTAL BASE BID CONSTRUCTION COST B. SOUTHWEST 1ST AVENUE MILLING AND RESURFACING - Project B-30833: TOTAL BASE BID CONSTRUCTION COST C. COMBINED TOTAL BASE BID CONSTRUCTION COST - (Total Part A + Total Part B): (0C $***-i3.2z 1,1�3, 3yo. yy WRITTEN CQMBIMED TOTAL BASE BID CONSTRUCTION COST: s e_Pcrr1\ron Orre 3L_Jn3 (\ 1 'iaGo -)--hO(3Qnd (Total Project B-30637 Base Bid + Total jest B-30833 Base Bid) hQ'\ h60Cit2j. } cy/2/0 Mar/ Brickell Village Drainage and Roadway Improvements - 8- 76 1TB No. 17-18-018 3C637 and SW 1" Avenue Milling and Resurfacing — B-30833 City of Miami Project B-30637 Mary Brickell Drainage and Roadway Improvements Project - Phase I BID FORM IT8 17-18-018 • Mary Brickell Village Drainage and Roadway Improvements Project No. B-30637 Mary Brickell Village BID FORM PAY ITEM PAY ITEM DESCRIPTION UNIT UNIT COST PLAN QUANTITY TOTAL AMOUNT 1,,,.: 1.!Ot'r..z3lrrr LS 3252.4V:0 S25.8413 3,2 Uarntenande 3' Trask' rc u8es ,c-i1e' •or `IC r , .Itla'rrake LS 525 asx__,8 1 5•25.i45'3:3 ' 11' ' ' C earua 3'e4' :'u5t3r8 ! 'rctv6as !pt. wren.' 3t s.Ist.nq srgr.51ha1 w11 Pe'eplaced under pay ten 7130-1- I 1 i 1.3 525.848 98 1 525.349 39 _ 29;•r1' Gnhc*al 3ase 17.rnca I1 112" L:mcr]ck LBR 700I 5' 515.00 1950 S29,737.CO P4113,4 Eroshnq Ascha:l a3veraenl:.'Average s SY 52 110 8263 i25,1471:1 - 1 .1 . Su2el3a'.'1 A;nhal:tC Conn=_'e T•alfiG v' 1161hs•5y-'n . 1' min , rnnlude5 •1adway and park'n5 lanes: TN 5195130 4r•0 5E.5.382 55 3 450. 3 .1 Car;,re!e 74as, lir. Culverts 1.36'x48' 8sx 2rrverl: C' S'sa.c0 8 51.132 00 415.r.8 I1)5 '1.,-rrr7 51ee1- ;Ir1"alarecu, • '.d'.4' ,,,,x .0 veil, L3 52110 522 5'.596._3 4'7,1.25' !net, T.Lr1Tty,...-5 c r.• 83. 2`.-1,251 !net.`:ur37tpn n.6 a.- -A S677n.3' - 5t3ar.17 :3' '2 .1.2. 2 41 Ata•Ir7]s P-/ 410' EA 59.'.".:1' sill 156.7. ,. 42;. 2- 71 Marl-a:es..-7 c1 9-etel 'u ]vain 'or amensmrs'' EA 56.73E 1713 u 540.2C is CC' 14 435.174.230 .ice C Avert, Ccuo"a; '.:alma! E 3 ],cat 2 0C2- LF 37C9'-r. 5 S1.500 16 15 435_!74-230 "'Cs :.ulverl CcIiona' � 'aleria 5.3ineca12.'328' 34 3.30 CO 4 31.6-ce 0,7 15 4-n-175-1'7 rine Curree.Cntionai 3.133er-31. Reuel Shane 15" 7,77 -. 570.70 20 S1.CCC.311' 17 rl C.175.113 F!ae 2.317er. CT:MA 1.1a1ecal 5=sl Shane 13' 5 C1 _- 3rv5:?Lt 74 54.8'C 130 1d 4.13•3'$124 Fah ".3„kre,. On. :anal alAt""_I ^ • ,ra 3^6r=-.r 3;(1T L5 575,1r, 52 53. 175.22 tft 425.17; 1,.0 r7tre.. ,l.'. L5.:,,r3',rate', „r, ,, lne .. a.._ I F 575''1 67 SAO.'25.Cr•• 20 110.17F.'6 .3.ra c1.1�,. '.rli:'r- !BI,-,di hiss. 5h One 5-_...r. L. S115.06 - 1148.476.., 21 .36r17 i 4 5 1.. Citk -3 TO I IQ,_. a!e- a 8Cu'o Shane 1g" _ :7 - L' 3250 lC ! ;17 711.76 4"6.1"4621 a'ee v 9-:, 'e -F 73:29 1`. 3.31 476 -,, A 1.1716F22 Pik - - - LF S3.00 34 ]r02.3.1 24 .l'C-94.1 Pevrl -. r LF 53 60 37r-r 3' 1.100 X' .-. 147-70.3 LF 5?711E7 PE Sr, xirt3.'9 147 e.7 Fr. r. '1'-,. LF 5.85:,)) - 23' - - 325245,1'.r _. �E_ r.�r _•_.... .:. !: ird 3'm�rT'.ry 'F. L� 526'5) 540 j1127.1 7.1 ... ,. 5..P.w7ik 2 •cr-:'1 , ..- SY S45'17 429 . •'n°".r 7<2.2-2 Saner -Ilk :. rcre'. Thin, _ S'7 535 31 78 51 L: ..... :77,1 -. .ato"n]rce Tyr 6:_ S" 3'031. _ 75 576.. To 652" - Crrecsst ,_ 2131eiros EA S267. tail 31 " 5- 1 PsSsc! :a-avw*err° •.'ars.er= ••-• i .'.%'`•:- _ - EA S5 63 1 r0 5857 .' 271 7. I- 1. .. . r7ern'C'a51c. 7,113- Sc!" 1,7 LC 5' 33 502 s..`'_•, .-- 34 'I 1 -7-' 17 . ?Teri,: rAa, he ..rite SCsr -. LF 32 -. 7113 51. 16.' r. 75 '1'•`-116.231. Therms ails lin. Ye low, Sk a.S"1241 4,1 S13,125.+13 ']r7171.4 ,_. .. ,i•-I.1'1i-131 T?-e„-cw'Ls;'r-... hile.Skp 5•12141 Gi.l S15,5375 61 1. 'C. .-.1 '.. 71 I- 1.117.1} 'heiel3piasi:3 ) .HS -F.hl T•,rn.'hry w]Irt ill:,r, Cire4'toral Arr_'h' EA 355.5.171) 1 S5211.60 711. 1.1.7.0 1rr773C'a51i_ A -ham _' .r..I.T:.r4 Carrrnraahcn C'rrairu, Smewl' EA 5376:e 1 5530.116 . _ 711 -1-1' 7-C T'et•7*y:a5l, . Ar-c.vs ,. 717.' C'r._uonal Arrows EA 5500.21) 2 S1:5277!1614 .+_ 'tt.1.1174 Tee'mtala5hd.Ar-;ws!Lest;;rechclalAr•3wi EA 5:74Yl 4 52.701)0C' 7' -'.172-1 The-meNasec. White. Solid, 117- t. 74 20 196 577. r _ .12 - I.122-4 Th,In7LVNs":c. Y'el'ow. Said 1E 54.30 33 __• .. .' 1 .1.621.: The: rn^.cla„c, ,_IC'.v. a.urd.1' flt,l 515.'70 ,i1 C4:712 - 44 711-1-5' 1-2 T^Fer11oCa51r:. Wnrte. S317a. 3" 553 515.621710 (;.'171: r .; -1 i.. 45 711-1-33 •.2 TIermet ask. Sid • Cu'w 3Lr'aces WIlle- Soil. a G).1 5196: 30 1-C1E i' -. _ a' Taern":10 rills. St/ - Olher S11r13ce5. Vek1w. Sara. 6' Gm S 2 .14'.7 37 3 7:472 _ 4' 7 '.1,:-'22-.II Thar:±ci85'C- S;C-i:ther surfa._e:.5)Iow Sri, 'n' r s_;"!11 1,77.' S'3160.,:.. 1225 .. 45 7•'4-417,0 'herr,7 71131 Prefor,-31, AP-']wS '. 5,k ,This: _ 53 .5 1171111'. 6 45 7 1.1-.I75.7 --herr ao'ast'c. °'etas-:1 Arrows' 9803y 170I' s' S'n775 n ;,, 7' 1-I-116q ThermsC'a5et r•el•-rrer_. Arrows' Snared La're 5yn.6al) E'L 3275.00 Lt 53.3r41,.... 700-1-1 S S ngle Pal F3 1 G7,' <" on AS' 32E..COO Co 25 56c.0 7, C..-: 52. 670.1-2 Landsca0try Cam-Ol._'a LS SEC7.106 30- 5 Petted 3't w'ar,'s Ca'1^' =„ Li S@7,2130^.0 1 il` _7"7 , Ar 74'c- st Ovid--1e] .,.",- ia• Brit0 I-5 3`Z=fn Pr1 1 TOTAL BASE BID CONSTRUCTION COST ,, (C(5 co ,2-7 October 4. 2016 City of Miami Project No. B-30833 SW 1st AVE from SW 7th St to SW 15th RO BID TABULATION ITEM PAY ITEM DESCRIPTION UNITS UNIT COST QUANTITY TOTAL AMOUNT SIGNING & PAVEMENT MARKING PAY ITEMS 36 660-1-101 LOOP DETECTOR INDUC I IVE, F & I I YEE 1 EA 55,000.0(i 1 `• ,.uulil.0u 17 660-2-101 LOOP ASSEMBLY, F & I. TYPE A AS 53,500 00 1 5i,5i10.0C t160-2-10ts LOOP ASSEMBLY. F 8 !, TYPE F AS $3.5UU.00 2 57,IIUII.00 39 700-1-11 SINGLE POST SIGN. Flit, GROUND MOUNT. UP TO 12 SF AS 53011.00 11 53,300.UV 40 70U•1-16 SINGLE POET SIGN, F&I, GROUND MOUNT, IN STREET FLEXISLE POS I A5 $350 00 .1 $1,4(u) 00 41 700-1-6U SINGLE POST SIGN, REMOVE A5 5/5 ix) 5Vis.11u 42 700.3-101 SIGN PANEL, FM, GROUND MOUNT, UP TO 12 SF $300.00 - $2,400.00 41 700-3-601 SIGN PANEL, REMOVE, UP 10 12 SF 575.00 5S15,00 44 706-3 REFLECTIVE PAVEMENT MARKER LA $5 00 5750.00 45 (11-11.123 1 IIERMOPLASTIC, S1 ANC3ARD, WHITE. SCE( ID. 12' # F 52 00 512E 00 46 711-11-124 111ERMOELASTIC. STANDARD, WHITE, SOLID, 16 I F $3.00 51,458,00 47 711-11-125 THERMOPLASTIC. STANDARD. WHITE. SOLID, 24' LF $4 00 95 $430 00 48 711.11-141 THERMO'LASTIC, STD., WHITE, DL) 1 EU/0UIDELINElti 10 GAP EX1.. 0" GM $5.00000 0.283 $1,415.00 49 711-11-160 THERMOPLASTIC. STU_. WHITE. MESSAGE FA $375000 10 53.750.011 '50 711-11-17(1 THERMOPLASTIC. STD , WHITE, ARROW EA 5IIU(i,00 13 $3,900.00 51 711-11-224 THERMOPLASTIC, ST U., (YELLOW) {SOLl0) (1L3") LE 53.00 342 51 IM li.1 52 711-14-123 THERMOPLASTIC. PREFORMED. WHITE. SOLID. 12" LF 52.uu 6/:3 51,146.03 53 711-14-125 THERMOPLASTIC, PREFORMED, WRITE, SOLID, 24' LF $4 00 884 $1,535.00 54 711-14-160 1HFRMOPLASTIC, PREFORMED, WHITE, MESSAGE: FA 5275.00 10 51,750.1.;1. 55 711-14-170 THERMOPLASTIC, PREFORMED, WFIITE, ARROWS EA 5275.00 S 51,375.00 55 71 I-16-101 THERMOPLASTIC, 5ID.-? OTHER SURFACES, WHITE, SOLID, 6" GM $5,000.00 0,542 $1,710.03 57 711.1E-102 111ERMOPLASTIC. STD.-? OTHER SURFACES. WHIT F, SOLID. 8° GM $7,000 00 0.074 $518 Llt) 58 711-16.131 THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 5" 10-30 OR 3-5 SKIP 13 1 $13.000.00 0.205 $1,.230 00 5'.. 711-16-201 TI ILRMOPLASTIC, STD.-? OTHER SURFACES. YELLOW, SOLID. 6 CM 55,000 00 0.15D $750 U0 I GO 711-16-202 THERMOPLASTIC, STD -? OTHER SURFACES, YELLOW, SOLID, 8" #3M $7,000 00 0.090 $644.00 61 741-16.231 THERMOPLASTIC, STD.-? OTHER SURFACES. YELLOW. SKIP, 6' $6,000.00 0.044 5264.00 TOTAL SIGNING AND PAVEMENT MARKINGS ITEMS= ' """.' 51 714.00 SUBTOTAL ALL AREAS $38i,302 8O 6? 101-1 MOBILIZATION f lli%) L5 1 $38„339.28 61 102-1 MAINTENANCE OF TRAFFIC(105O) IS 1 538.339.2E 64 PERMIT (2'70) L5 1 57,662,81, TOTAL BASE BID CONSTRUCTION COST $467,739.22 timtt+ City of Miami Project No. B-301333 5W 1st AVE from SW 70h St to SW 151.11 RD BID TABULATION ITS 17-18-018 - Mary Brickell Village Drainage and Roadway Improvements and SW 1st Avenue Milling and Resurfacing Project PROJECI NO. 30833 - EXCEL BID FORM ITEM PAY ITEM DESCRIPTION UNITS UNIT COST OUANTITTY TOTAL AMOUNT ROADWAY PAY ITEMS 1 102-14 TRAFFIC CON'i ROL OFFICER MH 560 00 $ I0,800 05 2 10.2-60 WORK ZONE SIGNS FD $2.00 $1.552.00.. 3 102-74-1 CT ANNELI/INi3 DEVICE -TYPE I. II. DI. VP, DRUM, OR LCD FG $146.06 1 102-74-2 CHANNELIZING DEVICE -TYPE III. 6' EO �� $260_00 F 102-74-5 CHANNELIZING DEVICE -PEDESTRIAN 1CD IF $0.50 3235 $3,617.50 6 102-76 ARROW BOARD / ADVANCE WARNING PANEL I 0 $.s0.00 6 $18000 7 327-70-1 MILLING EXISTING ASPHALT (1"AVG. DEPTH) 5Y Si.00 9524 528,F72 00 8 331-2-3 1YPE S-III ASPHAL1IC CONCRE IL (1') IN S125.(:I0 Si X SOS,475.0U s 425-1-501 INLETS. SPECIAL. TYPE F <10' TA 53,500.00 6 $11,000,00 10 425-2-61 MANHOLE, TYPE A. <10' $5,O00.00 $10,000.00 11 425-2-62 MANHOLE. TYPE A,>1n' $5,050OU $10,11110.00 1? 425-2-63 MANHOLE. 1 YPE A. PARTIAL. TOP $5,60U.00 511,200.00 13 430-04-1 IlESILTING PIPE LF $5.041 465 $2,300,00 14 425-5-1 MANHOLE (ADJUST) LA $300.00 28 $8,400,00 15 425-6 VALVE BOXES, ADJUST 1A $175.00 In $2.450.00 16 430-175-115 PIPE CULVERT, OPTIONAL MATERIAL, ROUND. 15- SD LI $55 00 1 /1 $9,460.U0 17 430-1'/6-118 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 18" SD I F $80.0u 207 516,560.00 18 443-70-4 FRENCH DRAIN, 24" LF 5135.00 150 $20,250.00 19 . 520-1.10 CONCRETE CURB & GLITTER TYPE. E LF $25.50 1579 $39,4/5,011 20 520.2-4 CONCRETE CURB, TYPE D LF 522.00 107 52,354.01) ?1 520-3 VAL.LEYGUTTER- CONCRETE LF $22.00 79 $1,738.00 22 522-1 CONCRETE SIDEWALK (4" SY 545 00 921 541,445.00 23 522-2 CONCRETE SIDEWALK (61 SY 575.0u 20 S1,506.00 24 570-1-2 PERFORMANCE TURF, SOD SY 510.00 150 51,500.00 25 710-11-101 PAINTED PAVEMENT MARKINGS, STANDARD (WHI I E) (SOLID) (6") GNI 53,B60.00 0.542 52.U92.12 26 710-11-102 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) (8") GM $7.000 00 0.074 5518.06 27 710-11-123 PAINTED PAVEMENT MARKINGS, STANDARD (WHITE) (SOLID) ('12") LF $2.00 /63 $1,526,00 73 710-11-124 PAINTED PAVEMENT MARKINGS. STANDARD (WHO f) (SOLiD) (18") 57 50 486 51,2i5.00 29 710-11-125 PAIN TED PAVEMENT MARKINGS, STANDARD (WI IITE) (SOLID) (24") $3.5(1 9/9 ;3,426.SU 30 PAINTED PAVEMENT MARKINGS. OTHER SURFACES. WIBTE, SKIP. 13". 7141 11-131 10 30 OR 3.9 SKIP GM 53,s6o.00 U,205 $791,ill PAINTED PAVEMENI MARKINGS. S1 D , W.1ITC. DOTTED/GUIDELINE/ 710-11-141 6- 10 GAP EXT., 6" GM 55,83000 0,223 $1,092.38 PAINTED PAVEMENT MARKINGS. STD , WHI 1 E MESSAGE ' 5300.00 20 56.000.00 33 710.11-170 PAINTED PAVEMENT MARKINGS, STD., WHITE, ARROW EA 5300.00 18 $5,400.00 33 716-11-261 PAINTED PAVEMENT MARKINGS. STANDARD (YELLOW) (SOLID) (6"1 GM 54,500.00 0.15U 5015.0U 34 710-11-2112 PAINTED PAVEMENT MARKINGS. STANDARD (YELLOW) (SOLID) (B") GM 54,80000 0.09U $432,00 34 710-11-224 PAINTED PAVEMENT MARKINGS. STANDARD (YELLOW) (SOLID) (18") LF 54.00 342 51, 361.1(1) 35 71(I-11-231 PAINTED PAVEMENT MARKINGS, STANDARD (YELLOW) (SKIP) 143") LAM $/,OLI0.11U 0.044 531.1.8 1111 TOTAL ROADWAY ITEMS= S331,678.80 BID FORM (Page 3 of 10) The two (2) Excel Bid Forms reflecting Unit Costs are required to be submitted within the Bid Submittal Forms, Bidders must download the two (2) required Excel Bid Forms from the Project's webpage at: http://www.miamigov.comfMiamiCapital(NewBidsandproposals.htmi Failure to submit the two (2) required Excel Bid Forms may_result in the bid being determined to be non -responsive. The Excel Bid Forms shall round all bid prices to the second decimal. Mary Brickell Village Drainage and Roadway Improvements — B-30637 and Southwest 1sr Avenue - Milling and Resurfacing - B- 30833 — ITB NO.: 17-18-018 Line No. Pay Item No. Pay Item Description Unit Quantity unit Cost Cost 1 1 2 2 3 3 4 4 5 5 6 6 7 7 8 8 9 9 10 10 [ @ Qff1GoDz Mary Brickell Village Drainage and Roadway Improvements - 2- 77 ITB No. 17-18-018 3C637 and SW 1" Avenue Milling and Resurfacing - B-30833 BID FORM (Page 4 of 10) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS Ill AND IV (If applicable) Part I; Listed below are the dates of issue f eac Addendum received in connection with this Bid: \1 l' Addendum No. 1, Dated Addendum No, 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part 11: No addendum was received in connection with this Bid. Part III: Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements, 1. Small Business Enterprise - Construction (SBE-Cons) Requirements Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18-89 of the City Code, pertaining to the implementation of a "Community Small Business Enterprise" requirement. Evaluation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract. 2. Non -Collusion Bidder 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 compliance data and reports honestly and accurately. 3. Druq 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: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: Mary Brickell Village Drainage and Roadway Improvements - B- 78 ITB No. 17•13.018 30637 and SW f" Avenue Milling and Resurfacing — B-30833 BID FORM (Page 5 of 10) (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction. (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (7) (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. 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 Form-LLL, "Disclosure Form to Report Lobbying,' in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000.00) for each such failure. Mary Brickell Village Drainage and Roadway Improvements - B- 79 ITB No. 17-18-018 30637 and SW 15' Avenue Milling and Resurfacing — B-30833 BID FORM (Page 6 of 10) * Note: In these instances, "Ali" 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) per OMB. 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this 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; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective Contractual parties shall include but not be limited to: (f) (g) (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 all requested information connected with the inquiry concerning responsibility. 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 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 fuli 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. (i) The Bidder shall provide any information requested by the Chief Procurement Officer or purchasing agent concerning responsibility. If such Contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective Contractual party may be found non -responsible. Mary Brickell Vfllage Drainage and Roadway Improvements - 8- 30637 and SW 151 Avenue Milling and Resurfacing — B-3C833 80 ITB No. 17-18-018 BID FORM (Page 7 of 10) 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 principals: (a) have read and understood the provisions of City of Miami Ordinance 13332, codified as Section 18-89 of the City Code pertaining to the Local Workforce Participation requirements on a quarterly basis; (b) have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 454,471,473, or 481 and who is not with the Contractor; and the selected third party, who independently verifies compliance with this section, must have a minimum of 2 years of experience as required in Ordinance No. 13332, codified as Section 18-89 of the City Code. (c) Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the 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. Mary Brickell Village Drainage and Roadway Improvements - B- 30637 and SW 1 ' Avenue Miliing and Resurfacing - B-30833 81 ITB No. 17-18-018 BID FORM (Page 8 of 10) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Total $ Extended Method Attached is a Bid Bond [;,];'Cash [ ], Money Order [ ], Unconditional/irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ]; Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of Dollars ($ ). The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part I through IV have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: Signature: (o 4-I V1c Capp, Printed Name/Title' I 1 !rt Gs 6 P -S i City/State/Zip: t" °1' ,3 et_ _.; 12_9 Telephone No.: Gxo42 5rieo Facsimile No.: Social Security No. or Federal rr I.D. No.:� c`1 of 73 E-Mail Address: Fei4X�v2 Dun and Bradstreet No: If a partnership, names and addresses of partners: (If applicable) Mary Brickell Vilfage Drainage and Roadway Improvements - 8- 82 ITB No. 17.18.018 3C637 and SW 151 Avenue Milling and Resurfacing — 8-30833 BID FORM (Page 9 of 10) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY cERTIFY is that at a meeting of the Board of Directors of V EE }t f\eQ- . j r1v1 1'yt CGS a corporation organized and existing under the laws of the State of 02-1 fin_ held cc the tray of , a resolution was duly passed and adopted authorizing (Name) -�1± `+jM a (Title) ro811 6 - of the corporation to execute Bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS Hf REc), I have hereunto set my hand this 3/ , day of MG3 y , 20 fI S. Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) ya HEREBY CERTIFY that at a meeting of �t e Board of Directors of a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute Bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) N 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). Mary Snckell Viiiage Drainage and Roadway Improvements - B- 30637 and SW 1" Avenue Milling and Resurfacing — B-30833 83 ITS No. 17-18-018 BID FORM (Page 10 of 10) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) N4 rA,f I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/bla) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. IN WITNESS WHEREOF, 1 have hereunto set my hand this , day of , 20 Signed: Print: NOTARIZATION STATE OF NOn t ) COUNTY OF skrxrv)\� 20 l 2 by 6� The foregoing in tr ment was acknowledged before me this 3 ( day of i 1 4 A who is personallyknown toor who has me h produce SIGNATURE STATE OFE1 r W.l t 9Vias identification and who (did / did not) take an oath. Y PUBLIC PRINTC,STAMPED OR TYPED `NAME OF NOTARY PUBLIC Mary Stickel! Village Drainage and Roadway Improvements - B- 84 ITB No. 17-1 3-013 30637 and SW 1 Avenue Milling and Resurfacing — B-30833 SUPPLEMENT TO BID FORM: QUESTfONNAfRE This completed form Must be submitted with the Bid, the City may, at its sole discretion, require that the Bidder submit Additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the city's request. Failure to submit the form or additional information upon request by the City shall result in the rejection of the Bid as non -responsive. Additional pages may be used following the same format and numbering. By submitting its Bid the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. How many years has Bidder been in business under its current name and ownership? yet fej Profession& Licenses/Certifications (include name and number)* Issuance Date CC-c (c07&G, Luc 122 tiq ('include active certifications of community small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: c. Qualified Business License: os [ to if Yes, Date Issued: Iv 1 I J (—) d. What is Bidder's business? jil.ckecp,GQh6 Czy -ruCJ C)r) {This answer should be specific. For example: p. ing, drainage, schools, interior renovations, ec.) e. Name of Qualifier, license number, and relationship to Bidder: Felt q\ ��, - E\2Ck?3? f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder: 2, Name and Licenses of any prior companies: Name of Company License No. 3. Type of Business Ent ❑ Corporation G `S" Corporat on®LLCESole ProprietorshipLOther: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract Issuance Date Mary Brickell Village Drainage and Roadway Improvements - B- 88 ITB No. 17-18.018 30637 and SW Avenue Milling and Resurfacing - B-30833 4. Business Entity Ownership: a. Identify all owners of the Business Entity. Name Title % of ownership b. Is any owner identified above an owner in another company? ❑ Yes ❑ No If yes, identify the name of the owner, other company names, and % ownership c. Identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority). Name Title Signatory Authority All .st No -Cost Other ❑ ❑ EID0 DO 0000 ❑ ❑ Explanation for Other: (Note "Alt" refers to any type of document including but rot limited to Contracts, amendment, change proposal requests (CPR), change orders (CO). notices, claims disputes, etc "Cost' refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information Total No. of Employees: Number of Managerial/Admin. Employees: Number of Trades Personnel and total number per classification: (Apprentices must be fisted separately for each classification) How many employees are working under H2B visas? N 1 PS - Mary Brickell Village Drainage and Roadway Improvements - B- 89 ITB No. 17-18-018 30637 and SW 1"' Avenue Milling and Resurfacing - B-30833 c. Insurance Experience Modification Rating (EMR): 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: 7. Insurance and Bond Information: a. insurance Carrier name and address: 1't�.En 1, r c\)PC{h0'— Gj20vp. %)o 5coi� i ( M1c < L 331 --?J b. Insurance Contact Name, telephone, and e-mail: T \J )Lo -z Cc) sotS 23 2_5 004a Ca nobsoeo.c,. .i-- cl Of no EMR rating please expfarn why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: e. Bond Carrier name and address; Nle\ Qr1 \'e Coy-hipr f. Bonlqarrier Contact Name, telephone. and e-mail: !li! E 1-2 Nu el son 3(.)s 711. ? � Cn)eison o g. Number of Bond Claims paid out in last five (5) years and their corresponding value: 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 or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. iVir) 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: kJ/ 11--- 10. Has Bidder been sessed liquidated damages or defaulted on a Project in the past five (5) years? Yes ❑ No 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 all details on each citation, Mary Brickelr Village Drarnage and Roadway improvements - B- 9C ITB No. 17.18-018 3C637 and SW 151 Avenue Milling and Resurfacing — B-30833 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. B. Project Management and Subcontract Details 1. Bidder's Proje t Manager for this Project: a. Name: J.141 Ey b. Years employed by Bidder: c. Licenses/Certifications: d. Last three 3) Projects with the company including role, Scope of Work, and value of Project: Subcontractors:: Name Trade % of Work License No. Certification' (`active certifications of 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, traifers, and other similar non - construction Work items) C. Current and Prior Experience: 1. Current Experience including Projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such Projects, including the owner's name. title and value of Project, Scope of Work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the Project). 2. Prior Projects of a similar size, scope and: Provide an attachment to this Questionnaire that includes Completed Projects the 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 contact 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, Construction Manager at Risk, Design-Bid- Buiid, etc. is to be identified for each Project. If there is a difference between the initial and final Mary fBrickell Village Drainage and Roadway Improvements - B- 91 ITB No. 17-18-018 30637 and SW 15' Avenue Milling and Resurfacing — B-30833 cost or initial and actual timeframe provide details on why the differences exist. A reference fetter 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 three (3) references from completed Projects listed in C.2 above. The attached form is to be used and is to be included with the Bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid submission. Mary Brickell Village Drainage and Roadway Improvements B- 92 ITB No. 17-18-013 30637 and SW 15' Avenue Miffing and Resurfacing — 8-30833 SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) Pig � W-ekr\Qa Bidders may furnish the names, addresses, and telephone numbers of owners and organizations far which the Bidder has provided construction services in addition to the required minimum three (3) roadway/horizontal projects specified in the Minimum Requirements on page 6, above. 1) Company Name Address Contact Person/Contract Amount Telephone No./Email 2) Company Name Address Contact Person/Contract Amount Telephone No./Email 3) Company Name Address Contact Person/Contract Amount Telephone No./Email 4) Company Name Address Contact Person/Contract Amount Telephone No./Email 5) Company Name Address Contact Person/Contract Amount Telephone No./Email Mary Bnckell Village Drainage and Roadway Improvements -8- 93 ITB No. 17-13-01B 3C637 and SW 1" Avenue Miffing and Resurfacing — B-30833 SUPPLEMENT TO BID 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. ';Crp r� Co u\ �r CC'7 . Legal Na e f Firm: Entity Type. heck One) [] nership ❑ Sole 'Proprietorship Corporation P qo Q Corporation Document ,� p o: (9 CoZ 5j k Occupational License No: Da. Established in I(17 Date f Issuance Office Location (Establishment of the Bidder) PRESENT Street Address: 29 Z Cr 1 M. City: . 0 n1 j State: c / How long at this location:,5 PREVIOUS Street Address:) CO Coe , ( I. ,� City:iG� State: 'yt W How long at this location: According to Section 18-73 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 immediately preceding to the date Bids were received for the purchase cr 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 fess 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 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; and Mary Bnckell Village Drainage and Roadway Improvements - B- 95 ITB No. 17-18-01 B 3C637 and SW 1" Avenue Milling and Resur'acing — B-30833 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) 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 County, 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 According to Section 18-85(a) of the City of Miami Code, as amended: `When a responsive, responsible non -local Bidder submits the lowest Bid price, and the Bid submitted by one or more responsive, responsible local Bidders who maintain a local office, as defined in City Code Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local Bidder, then that non -local Bidder and each of the aforementioned responsive, responsible local Bidders shall have the opportunity to submit a best and final Bid equal to or lower than the amount of the low Bid previously submitted by the non -local Bidder. Contract award shall be made to the lowest responsive, responsible Bidder submitting the lowest best 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 purpoe of obj2 ring the adyantage granted bona fide local Bidders by this section. uthorize Si nature Authorized Signature VA Print Name Print Name Qe6-4-'e24)— Title Authorized Signature Authorized Signature Mary Brickelf Viluage Drainage and Roadway Improvements • B- 96 fTB No. 17.18.018 30637 and SW 1"Avenue Milling and Resurfacing — B-30833 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 3 of 3) (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DACE That: " 6 V` personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced Qe2150Ir1OIIy &IO ') as identification. 8 NOTARY VOTARY LIC: My Commission Expires: c1/110(Q) 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 ding return and any other documents(s) to verify the location of the firm's office. Mary Bnckell Village Drainage and Roadway Improvements - B- 97 ITB No. 17-18.018 3C637 and SW 1"Avenue Milling and Resurfacing — B-30833 CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120 I F . \' "1 i I v q l hereby certify that: am the (President/Secretary or Principal) of \1 2 Cd (Bldd'r' Firm); ii) I have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code; a. (Bidder) 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 Small Business Enterprise — Construction (SBE-Cons); OR b. (Bidder) \ \. he_of2 t{\ her bt Is ertified b ami- Dade County as a -Cons firm and wil sel perform to meet the minimum fifteen percent (15%) SBE-Cons requirement. An active copy of the Bidder's SBE-Cons certification must be included in th Bid document. iii) (Bidder) \1 j` j CO (% he eb agrees {o comply with the Local Workforce Partic(ion Requirgmen s sta, d in Section 1 of the City of Miami Procurement Code. iv) (Bidder) 11 f 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) hereby agrees to make assignments pursuant to Item iii), above, to certified SBE-Cons firms who maintain a "Local Office", as defined in City Code Section 18-73. STATE OF COUNTY OF Refor�elrne,y a Notary Public duly commissioned, qualified and acting personally, appeared "� qaa 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 t before me this 3 I day of 1 6d , 20 le . My commission expires: q l 0 e Bonded by Q C\ Q Mary Bricked Village rainage and Roadway fmp oveme B- 98 30637 and SW 1 v Avenue Milling and Resurfacing — B-30333 Notary tos, 41!Pate of Florida at Large !TB No. 17-18-018 THIS FORM MUST BE COMPLETED BY BIDDERS FOR PRC;ECTS WITH SBE-Cons REQ1.1fREb1ENTS SCHEDULE OF INTENT AFFIDAVIT (SOI) SMALL BUSINESS ENTERPRISE - CONSTRUCTION PROGRAM "SBE-CONS" must • cam it3''":,:.1: Name of Bidder: Address: Phone No Project. Name: Protect Number Contract Dollar Amount: 1 5% S8E-Cons Dollar Amount: Contact Person: Name of Prime Bidder Certification Certification No. (if ' Expiration Date applicable) , (if applicable) Type of SBE-Cons Work to be performed by the Bidder (if applicable) I Bidder's self performance percentage {°) of Contract Value Total Dollar (S) Amount of Bidder's self performance The undersigned intends to perform the follow na Work in connection with the above Contract: Name of Subcontractor Certification Certification Type of SBE•Cons Work to No. Expiration Date be performed by the Subcontractor Subcontractor Total Dollar (S) Amount of percentage (%) Subcontractor's SBE-Cons of Contract Value requirement certify :pal the .representations contained in this form ars the and accurate :o the best of my knowledge 1 affrw :hat €will erter rio sob— crt actual agr eemertls; with the above listed SBE- Cans Sat.:-onlractor(a) if „narded :his Contract. Copies of the agreements) grill be immed.ateiy made available to the City of Mami as required Bidder Signature Dale Bidder Print Name Title The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services. ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry practice, and the ability to otherwise meet the Bid specifications. Subcontractor Signature Date Subcontractor Print Name Title Mary Bdckell Village Drainage and Roadway Imoreverrenis - B- 30637 and SW 1" Avenue ,Lulling and Resurfacing — B-30633 99 lTD No. 17-13-01s REQUIRED SUBMISSION WITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: List all 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 Miami in the past three (3) years. Please provide factually detailed responses for each Project, and address each of the important items below, (i) Contract number, name and brief description of Work; (ii) total dollar value of the Contract; (iii) dates 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) 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 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. THISContract #17-18-018 made th3 t day of in the year 20 in the amount of $ by and betw n THE CITY OF MIAMI, FLRIDA, hereinafter called the "CITY," and , hereinafter called the "Contractor." Mary Brickell Village Drainage and Roadway Improvements - 8-30637 100 and SW 1' Avenue Milling and Resurfacing — B-30833 ITB No. 17-18-018 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 31st day of May. 2013 , 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.) As per Attached Power of Attorney Principal: V Engineering & Consulting Carp. (Name of Firm) ffix Seal (Sie5 re of authorized officer) Q21 c. (Title ) 2929 S.W. 3rd Avenue. Suite. 340 (Business Address) Miami. FL 33129 (City/State/Zip Code) Surety: Philadelphia indemnity Insurance Company (Corporate Surety) Affix Seal U1iL4i (Surety Secretary) (Signature of Authorized Officer) Charles D. Nielson, Attorney In Fact (Title) One Bala Cynwyd, Suite 100 (Business Address) Bala Cynwyd, PA 19004 (City/State/Zip Code) Mary Brickeit Village Drainage and Roadway Improvements - B- 86 ITB No. 17.13-013 30E37 and SW 1" Avenue Milling and Resurfacing — 8-30833 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL Vf lam- V ct , certify that I am the Secretary of the Corporation named as Principal in the within bond: that PL. \4 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 by authority of its governing body. (Corporate Seal) STATE OF COUNTY OF CITY OF Before me, a Notary Public duly commissioned, and qualified, personally appeared Charles D. 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 Philadelphia Indemnity Insurance company and that he/she has been authorized by Them to execute the foregoing bond an behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this 31st day of May, 2018 INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders ,Z2—e/r Notary Public, State f F orida at Large My Commission Expires: 11 /1212021 Mary 8rickell Vi lage Drainage and Roadway Improvements - B- 87 ITB No. 17-18-018 30637 and SW 1"Avenue Milling and Resurfacing — 8-30833 56 PHILADELP11IA INDEMNITY 1NSC1tA4CE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL. PERSONS B'r THESE PRESENTS That P}l1L.ADELP}IIA INDEMNITY INSURANCE COMPANY (the Company), a corporation orgamzed and existing under the ;awe of the Commonwealth of Pennsylvania, does hereby constitute and appoint Charles J. Nielson. David ft- hoover, and Charles D. Nielson of Nicr~nn, Hnnver 3 Compinv its true and lawful Attorney -in -fact with fuss autism -ay to execure on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obltgatury in the nature thereof, issued in the course of Its business and to bind the Company thereby, in an amount not to exceed $25,0+10,(1l0. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority oldie following Resolution adopted by the Board of Directors of PIIILADEL.PIIIA INDEMNITY INSURANCE COSIPANY an the I-1'ofNovember, 2015. RESOLVED: That the Board of Director; hereby authorizes the President or any Vice President of the Company- (1 ) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute en behali'of the Company bonds and undertakings, contracts of utdemniy and other writings obligatory in the nature thereof and to attach the seal of the Company thereto: and (2) to remnve. al any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the sea! of the Company may be affixed Lo any such Power of Attorney arcertificate relating thereto by facsimile. and any such Power of Attorney so executed and certified by Pacsimi!e signanues and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY 41:1-1EREOP, PHIL.ADELPIHIA INDEMNITY INSURANCE COMPANY FAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFLXED BY ITS AUTHORIZED OFFICE THIS 27n` DAY OF OCTOBER, 2017. (Seal) Cr Robert D. O'Leary Jr.. President & CEO Philadelphia indemnity Insurance Company On this 274' day of October, 20[7, before me came the individual who executed the preceding instratnent, to me personally known, and being by me duly swum said dim he is the therein desanbed and authorized officer of the PHIL>,DELPIIIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrunnrnt is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. .cf,1.04, , Vqsr+rsv Ut anfobit I, .; 1..-r! It 4.q Tw.t...ut1,Y.C.Ma (Notary Sean Notary Public: residing at: Bala Cvnwwd, PA My commission expires: Lcmher 3'. 0! 1 I, Edward Sa}ago. Corporate Secretary of PHILADELPHIA 1NDEMINITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 27"a day of October, 2017 are true and correct and are still in fill force and effect. 1 do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCh COMPANY, In Testimony Whereof 1 have subser,bed my name and axed the facsimile seal of each Company this 31 st day of lvlay 20 18 Edward Sayago. Corporate Secretary PHILA.DELPHIA INDEMNITY INSURANCE COMPANY (gay of 4aliami ADDENDUM NO. 1 May 17, 2018 INVITATION TO BID NO. 17-18-018 MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS AND SOUTHVVEST 1sT AVENUE MILLING AND RESURFACING TO: ALL PROSPECTIVE PROPOSERS: The fo'Iow rg charges. addit.ons clarifications. ard.!or de'et,ors amend the a4ove-captioned InvitatFor, to Bid. and srafl become, a- Integra! cart or tl,e Bids subm,tted. and the Contract to be exe.cuted for Mary Brickell Village Drainage and Roadway Improvements - B-30637 and SW 1st Avenue Milling and Resurfacing — B-30833 — Invitation To Bid ("ITB") No.: 17-18-018 (t'-e "Project') Please note the contents here r 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. Requests for information received and the corresjondinq responses: Qi. Our company has about four (4) years of experience under its current name. However, the key personnel that would man the project have a combined experience cf over 30 yews with this type of business Will the City accept our bid in spite of our company having less than five (5) years of experience? Al. The Minimum Requirements shall remain as stated in the Notice To Contractors. Failure to meet the Minimum Requirements shall cause a bid to be deemed non -responsive. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE PROFESSIONAL SERVICES AGREEMENT AND SHALL BE MADE A PART THEREOF. Annie Perez. CPPO, Director(/` City of Miami Department of Procurement Mary Brickell Village Drainage and Roadway Improvements - B-30637 and SW 1''' Avenue Milling and Resurfacing — B-30833 ITB Nc.: 17.18.018 V ENGINEERING & CONSULTING CORP. Job References • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T2186 PROJECT NAME -DESCRIPTION: Replacement ofACP Force Main from NW 199 & NW 37th Ave Roadwork PROJECT CONTACT: Carlos Lopez. (7.86) 746-106S, carci(ei rniamidade.vov PROJECT ESTIMATE: $762.000 YEAR COMPLETED: 2017 • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T1912 PROJECT NAMIEDESC'RIPTION: Furnish and Install 6" 8" and 12" D-I. FM in NW 199 Street from NW 203 Terrace (PS 385) PROJECT CONTACT: Raul Caballero. (786) 268-2166, raul.caballero(ii ni arnidade.gut PROJECT ESTIMATE: $979,519.18 YEAR COMPLETED: 201.5 • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T2123 PROJECT N AMEDESCRIPTION: Furnish and Install of 24inch DI Force N1ain PROJECT CONTACT: Raul Caballero. (786) 268-2166, raul.caballero;tr aniamidade.,cot PROJECT ESTIMATE: $572.003.17 YEAR COMPLETED: 2016 • FIRM NAME: Miami Dade Water R Sewer PROJECT RPQ: T1934 PROJECT NAME DESCRIPTION: INSTALL SING' DI FORCE MAIN IN SW 192 AVE FROM 354 ST TO 360 ST FDOT ROADWAY IMPROVEMENT PROJECT CONTACT: Raul Caballero, (786) 268-2166. rauLcaballerorn miamidade.Row PROJECT ESTIMATE: S1.519.997.97 YEAR COMPLETED: 2016 • FIRME NAME: Miami Dade Water & Sewer PROJECT RPQ: T2090 PROJECT NAMEDESCRIPTION: FURNISH AND INSTALL 61N FM FROM EXISTING SEWER PS 746 TO INTERSECTION OF SW 156 ST PROJECT CONTACT: Raul Caballero, (786) 268-2166. raul.caballero@.rniamidade.gov PROJECT ESTIMATE: SI.190.500.00 YEAR COMPLETED: 2017 2929 SW 3I'D Ave, Suite 3411 MIAMI FL. 33129'Phone: 786.420.5950'VEC CORP@YAHOO.COh1 • FIRM NAME: N11A.MI-DADE WATER & SEWER PROJECT RPQ: T1883 PROJECT NAMEDESCRIPTION: Flushing 20 inch and 16 inch Ductile Iron Pipe for Central District Water Treatment Plant- Emergency PROJECT CONTACT: Mario Garcia. (786) 295-4103. [ario.garcia2tniarnidade gn% PROJECT ESTIMATE: S 1,100,000 YEAR COMPLETED: 2015 .FIRM: City- or Miramar (In Progress) PROJECT NUMBER: 16-010 PROJECT NAME: DESCRIPTION: HISTORIC MIRAMAR RE -DEVELOPMENT TRANSMISSION AND DISTRIBUTION FIRE HYDRANT ROADWAY AND WATER MAIN IMPROVEMENTS PROJECT CONTACT: Stephen Glattltont. (954) 883-5143 PROJECT ESTIMATE: S5,000.000 YEAR COMPLETED: IN PROGRESS • FIRM NAME: Miami Dade Water& Sewer PROJECT RPQ: P0190 PROJECT NAME DESCRIPTION: EMERGENCY R.AS LINE AT CENTRAL DISTRICT 4eINC H. PROJECT CONTACT: Patrick Sheppard, (786) 26S8-2166., sliepa'u..miamidade.t v PROJECT ESTIMATE: S1.896.000 YEAR COMPLETED: 2017 • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T2209 PROJECT NAMEDESCRIPTION: INSTALL OF 4S INCH DIP WMI IN VICINITY OF ALL ABOARD FLORIDA PROTECT CONTACT: Raul Caballero, (786) 26.. -2166. raul.caballerur`+.miamidade._row PROJECT ESTIMATE: 54.368.42 1.5 YEAR COMPLETED: IN PROGRESS • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T2226 PROJECT NAMEDESCRIPTION: INSTALLATION OF FLUSHING LINE TO GRIT BUILDING SETTLEMENT TANK AT CDWWTP PROJECT CONTACT: AUGUSTINE DURAND. (786)268-5169 PROJECT ESTIMATE: S 1.430.000 YEAR COMPLETED: 2017 • FIRM NAME: TOWN OF KEY 13ISCAYNE PROJECT NAME'DESCRIPTION: DRAINGAGE LIPGRADL'S;HIGHTIDE MITIGATION PROJECT CONTACT: JOSE LOPEZ. 305-365-75gI, .1LOPEZtr"t KEYBISCAYNEFL.GOV PROJECT ESTIMATE: SS44.674.24 YEAR COMPLETED: 2016 • FIRM NAME.: Miami Dade Water & Sewer PROJECT RPQ: T2050 PROJECT NAME DESCRIPTION: ONE YEAR COUNTYWIDE CONTRACT FOR REMOVAL tiC REPLACMMENT OF SANITARY SEWER GMS FOR CONSENT DECREE PMCM DIG AND REPLACE PROJECTS 'A' PROJECT CONTACT: WARREN HOWARD, 305-71 g-4S43. warren.lrowardrir niiamidade.g w PROJECT ESTIMATE: $ 15[0956.25 YEAR COMPLETED: 2016 • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T19 [3 PROJECT NAME/DESCRIPTION: ONE- YEAR COUNTYWIDE CONTRACT FOR R.EMOVALAND REPLACEMENT OF SANITARY. SEWER GRAVITY MAINS FOR PSIP PROJECTS PROJECT CONTACT: FRANCISCO CORTAZAR. 786-264-5164. feorrazar@.miamidade-psip.com PROJECT ESTIMATE: $31 R6017.95 YEAR COMPLETED: 2016 V ENGINEERING & CONSULTING CORP. Juan Jimenez- Kimlev Horn And Associates Engineer Email: .Juan.Jimenez(dkirnlev-hnrn.com Office Phone: (786) 368-5365 Alex Valdes- Miami Dade Water & Sewer Project: FURNISH AND INSTALL OF 24 IN D.I. FORCE MAIN ALONG SW 248 ST FROM SW 121 AVE TO 117 AVE Email• Alexis.ValdesWrniamidade.gov Office Phone: (786) 299-9008 Alex Montalvo- Miami International Airport (Only available during business hours) ILA Water Distribution System Infrastructure Improvements 20-inch Water Main with Canal Crossing Email: AMontalvo miami-airport.conl Phone: (305) 876-7513 Christopher Kish- Hazen And Sawyer Project: North Miami Beach Low Pressuee Email: ckish(u hazensawzer.com Office Phone: (305) 443-4001 Cell: (305) 934-2708 Mario Garcia- Miami Dade Water & Sewer Various Miami Dade Water Sc Sewer Projects. Construction Manager Email: Mario.Garcia2Pmiamidade.gov Office Phone: (786) 295-4103 Cell: (305) 878-7548 2929 SW 3' Ave, Suite 340, MIAMI FL. 33129•Phone: 786.420.5950.VEC.CORP c@. YAHOO.COM Luis Rojas- Miami Dade Water & Sewer Project T21 ti: FURNISH AND INSTALL 241NCH WTI IN NW 17oTH ST FROM NW io2 AVE TO NW to7 AVE IIL\LEAH Email: Luis.RojasPrmiamidade.gov Office Phone: (786) 268-5177 Cell.: (786) 402-1292 David Vasquez- Miami Dade Water & Sewer Senior Specifications Writer I r.1ai1: David.4'asquezOMiamidade,gov Office Phone: (3o5) 313-5812 BRANTLEY TATE 34n. FL 3312c) (7H1,1 5 R-Tio 12 ' St-dte of Florida Certified Genera! Contractor with over 20 years of conctrnction experience in ch 'ding project rnanngernent Education BACHELORS OF SCIENCE I FLORIDA INTERNATIONAL UNIVERSITY - TTnIs!-.ructinn Project Experience • ,liami-oinic Comity, FL 2014 T105 1•Vor,)Alm)y AnsolTnt: $7 1,9,507 • 7k.liarnii-1)acle County, El. 20.15 T1 R. S7i0P,CV NTiarni-Dade County, FL 2015 PRR 7T Elcctrical 'ford? Replarcmol Corrra:1-. w.r: $209,050 • :\lii-nui-Dade County, FL 2015 1-128.7, For,i fs.fn & 3.700 Lincor Firs' r-:,c;3iqch Watc.•Mow; 1.ont7art Artinult: $519.017 -Ir; Mianii-Dade Connty, FL 2015 T1 79-1- !or:tailor-roll oiS-inch Dill/at-or qoit, Contract Amottnt: $700,00 • Miami -node County, 1•1 2015 T [R83 Ff.'s/ling 20 loch iqrh /mu Pfpc for Crqttn-al f,L7tricr Tr.:(7!mcw Cootrm.": Amot:w: ,i.no,non NTia in i-pacie Gonray. FL 2015 In,: -7,- 7oianii-pa (lc County Parks & Recreation, IL 2015 rr;'* n:11.F2it'rt“ Lif! tin17 A !IVY I %Tiami-frode C.otintv Parks R. Recreation, EL 2015 1 1 • Yiarni-Dade Conon, Parks & Recreation, FL 2015 1 : !:'sr; Prgicinvi• 1'7Trov,.?077cnt.!; (.:crirric[ City of North )lionli !leach, FL 2015 -.' 0 1 5 -0 '7! cicl Frirro Main F,Nrcrsion :361-16.000 'vliarni-Dnrie County Parks & Recreation, FL 2016 -)11,S.1.1 Lakr.,; ro-k Spirif:hoor! - Miami -Dade County, FL 2016 T19:3,1 Forre Contract Arnntint: !!.;1.5117 Miami -Dade County, FL 2016 T2 I 1 1 !-isfz fiwch, S 1.) Cr..ltrm-t Amoili.'::S9•19,9A9.91) Miarni-Dade County, FL 2017 ro190 R,1S ?j,10 (77ti-r;: A171.:WiW :S 1 ,R.r,16 OCn 712 :kTimii-Iiiicfc. Cowl t17, Ft, 2017 T ' 1 • 1,,r07 t•"--::) i-Diule County, FL 2017 =Srt • vfiami-Dade C(1.1inty, FL 2017 21 ir rnry .1.-.;!(! A111M111: .57.09,COn • 7',,Tianii-Dnrie County, ri. 2017 7.?•'26 tr.) Crit n'oldiqo ScV-1.-_-.inctu. Took COH-1.1!Tr, s.:1, 1_30000 Cnuitty. FL 2017 -.2(--) t t^,r. Ft-rfre '111101!;1:: ":767.01-0 • City of Miramar, FL 2017 Tr' IlydrGqt Main 1.!!,oro!,,...'nr,.^.,?,ss (;‘)411-rd.-r Alrd.,,r.S71.00C1,00r1 Po.2,t.' 3 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 VALDES, FELIX V ENGINEERING & CONSULTING CORP 2929 SW AVENUE SUITE 340 MIAMI FL 33129 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Pro.fessorai Regulation Our professionals and businesses range from architects to yacht brokers, from boxers to barbecue resteuranls. 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 Icg onto www.myfloridalicense.cotn There you can find more information about cur divisions and the regulations that impact you. subscribe tc department newsletters and !earn 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 rn Florida. and congratulations on your new license'. CK SCOTT. GOVERNOR CUC1224581 act CUC1224681 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ISSUED: 08111/2016 CERT UNDERGROUND & EXCAV CNTR VALDES, FELIX V ENGINEERING & CONSULTING CORP is CERTIFIED under ire p•ou sons of Ci 439 F8 £.r«raccn Mate - AUG '*. 2018 4 1ei)C10, 34'23 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. Exp ration date: AUG 31, 2018 VALDES. FELIX V ENGINEERING & CONSULTING CORP. 2138 SW 23 STREET MIAMI FL 33145 ISSUED Ce."if2©I5 DISPLAY AS REQUIRED BY LAW SEQ t L1608110002723 , 4E-Yrr , STATE OF FLORIDA `,. DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 VALDES, FELIX V ENGINEERING & CONSULTING CORP 2929 SW 3 AVENUE SUITE 343 MIAMI FL 33129 Congratu'atlons! With this license you become one of the nearly one million Floridians licensed by t'-e Department of Business and Professional Regulation. Cur profess'cnals 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 inrcrma'.ion aboul our services, please iog onto www.myf1oridalicense.com. Trere you can find more information about our divisions and the regu'at:ons !hat impact you. subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently. Regulate Fairy We constantly strve to serve you better so that you can serve your customers Thank yo: fcr doing business in Florida. and congratulations on your new license! RICK SCOTT, GOVERNOR (850) 487-1395 " 4 a, STATE OF FLOR'DA }�� �' DEPARTMENT OF BUSINESS AND �� PROFESSIONAL REGU`_ATION CGC1508760 ISSUED: 08/ 11/2016 CERTIFIED GENERAL CONTRACTOR VALDES, FELIX V ENGINEERING & CONSULTING CORP IS CERTIE+ED unCv" the provrs.cns o1 Ch 4sn FS Cr C[r�l�or+daSe ALG.1. 2119 SIE7i7 Ii%:"p .h4 DETACH HERE KEN LAWSON. SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CGC1508750 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS Exvlration date: AUG 31, 2018 VALDES. FELIX V ENGINEERING & CONSULTING CORP 2929 SW 3 AVENUE SUITE 340 MIAMI FL 33129 ISSUED :5 11,20'5 DISPLAY AS REQUIRED BY LAW SEO rI L1508110002539 CTcB Corstructcn Trades aafifyirg Board BUSINESS CERTIFICATE OF COMPETENCY E1200232 V E+NGINEERI"4G R. CONSULTING CORP D.8 A.: VALDES FELIX Is certifed urder the provisions or Chanter 10 or Miami -Dade County k� Lu%� s; r ti .� t a Miami —Dade County, State of Florida -ThIS IS NOT A HILL - DO NOT PAY 6968516 BUSINESS NAMVIEILOCATION V ENGINEERING & CONSULTING CORP 2929 SW 3 AVE 41340 MIAMI FL 33129 RECEIPT NO. REPsiLINAl_ 7244205 rx Arias CFt 30, 201 Must be displayed at place of business Pursuant to County Code Chapter 8A - An. 9 & 10 OWNER SEC. TYPE OF BUSINESS V ENGINEERING & CONSULTING CORP 196 GENERAL BUILDING CONTRACTOR C/O FELIX VALDES PRES CGC1508760 Worker(s) 1 PAYMENT RECEIVED BY TAX COLLECTOR S45.00 07/03/2017 ECHECK-17-184759 This Local Business Tax Receipt only confirms payment of the local Business Tax The Receipt is nut a license. permit, ur a certification of the holder's qualifications, 10 do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed nn all commercial vehicles - Miami -Dade Code Sec 8a-276. For more information, visit www,miamidade_guv/t1xcollector ti Localb ii s` � L Miami --Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6968532 BUSINESS NAME/LOCATION V ENGINEERING & CONSUITING CORP 2929 SW 3 AVE #340 MIAMI FL 33129 OWNER V ENGINEERING & CONSULTING CORP C/O FELIX VALDES PTRS Worker(s) 1 RECEIPT NO. 72442.21 $r-:PTEMI3I rt 30, 2018 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art 9 & 10 SEC. TYPE OF BUSINESS 196 SPECIALTY ENGINEERING CONTRACTPAYMENT RECEIVED CUC1224681 BY TAX COLLECTOR $45.00 07/03/2017 ECHECK-17-184759 This Local Business Tax Receipt only confirms payment of the Local Business Tax The Receipt is not a license, permit, or a certification of the holder s qualifications, to do business. Holder most comfy with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed ortt all commercial vehicles - Miami -Dade Code Sec 8a-276. For more information, visit www.ntiatnidade,gnv/taxcoIIector L'0 ;1 1HIIS I)0C:UMFN1 IN A CONSPICUOUS PLACC NOT TIinN£,FI Ii13Al1II OR VALID AT ANC)Arif)I.I 1.INL.T:.f+S APPI-. )vl ft ItY 1111 FINANCE_ flll_i'AI 11v1F,NI. CIIY Of. MIAMI 4,14 :.'JJ; AV1: r;t L 1'IIONI_ (:ft?f)T11i, 191ti Effective Year Oct. 1 2017 -Film Sep. 30 2018 RECEIPT FOR V-Engineering & Consulting Cor ISSUED Oct 01, 2017 TOIAI FEL PAID 131.00 ACCOUNT NUMBER 127912 RECEIPT NUMBER 165916 NAME OF BUSINESS V-Engineering & Consulting Cor DBA LOCATION 2929 SW 3 AV 340 1S HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: ADMINISTRATIVE OFFICE Erica T. Paschal Finance Director THIS IS NOT A BILL DO NOT PAY 2018 cs (_r A,S._ L \ 1T` 1N Engineering & Design Services Construction Management Inspection Services Geotechnical & Materials Testing Services Debris Monitoring & Removal Construction 11152 Carnmerca Nov Sudo 161 Miami Ft 3361 i P11- 13751 1327.2/2o fK.1J051 E127-I121 www c_'SCQrisulr ��r`• Moy 23. 2018 V Engineering & Consulting Corp. Attn: Felix Valdez. President Re.: Reference Leiter - Historic Miramar Redevelopment Distribution and Transmission Water Main Improvements; City of Miramar Utilities Deportment A5 y^Dilr reg1.lest. i hCvt? oreparej Ibis reference letter for 'he above; referenced prajecl. V Engiree'ingU is ,o.rren''y completing the irstatra'ior and cen'fication o' operoximCteiy 55.CCO LF o` 6-•rrh water main for Iho Ci '! of Miramar. Rre tsure ',ests have been passe.; with no'S3UBs, and Bcc eriolcarcCI testing have. oct.cl Froward County Health Deaart—en" standards. enertiner. project details are be o..v. prnjec' Nome. Historic MMtirc rear Eedevelopment Distribution and Trcrrsmi;sion Water Main :nprvvernenl=. project; ia.vrer Pr^jc' ,_ v,i n!racl value' A: oro.{trna`e Percent Complete. Engineer 01 ?ecord: City of +miror^c lJli :ties Jw or'nle''1• ii-. 16-10 1r i �f,l!iorl of approx'rr�a"ply 55,C1 0 LF of 6-inch C.-9C0 r'iOi^'nroi, hnut a lertin rr.�lri .rn�pd "r r th- C3'ty pt Miramar P!flbr0ke Poad to the rcr`h. rar-c:, Drive and U'op'a Drive to the west. Ernbasy Ba1..rle•,Crd arc SW zo'h Street 10 the 5o J•h c a SW 63II^ Avenue to 1-e east $5.339. i 22.00 80% Jose A. Corabaiio.P E we thank yoU ror y3tie rrre. have any auesl'Cni r^yrafdirC lh 5 'eit r or need `arther c arVicalicn. please do nct hes "ale to cortaci Js- Sircerey. CES CONSIJ NTS 1r .0 Jcse A, C7a00110. P.E. Engineer Or Rpoo'd CES CONSULTANTS INC. cgs Cr-fz;c;i_'t.i,l,NrS, I;Nr_ May 23. 2C 13 V Engineering & Consulting Corp. Attn: Felix Valdez; President Engineering Design Services Air a' v' _ 1 nave prepared }1`.is reference letter `c' the above `e(ererced pro e.:t. V ,.,Dieted the in5lattoti0n. cer^ittcation, and 3r jec' rer"otati3ra of aroi: rirnarely 5.3'30 Lc - C o haler main fy *1`e rviiami-Dade Cour'y Water and Sevvv' Deperlmer!. Fre.5sur^ been xassed with no issues. and Bacrerioloaicol leqting have afacSed Broward Construction CC ur'IV hrlen` slorioor s. Pertinent project de ui15 rate be. ow. Management Inspection Services Geotechnical & %la:eria1s Testing Services Debris Monitoring Removal Construction 14e: CcnIrtrerce'Nw watt 133 Artorn. •s. j.3(314 Fh (13116.2?-22.20} f k (31)5) 827 1 12 1/ www caac an suit _Onl Re: Reference Letter - 8-inch DIP Water Main along SW 641h Ave, SW 63rd Ct, and SW 63rd Ave from SW 4th St to IGO Feet North of SW 8th St, SW 4th St and SW 6th ST from SW 64th CI to SW 63rd Ave: Miami Dade County Wafer and sewer Department Piojec1 Nar- : 8-inert DIP Water Moir :_Iona SW 64''' Ave. SW 63'' Ct. and SW 63`-' Ave fr✓r't SW 4 al so ;CO Fee' North or SW ]'. SW !t't. St and SW ' ST f'orr' SW 6•1" to SW 63-, Project Owner" r.1iCr li-Cir]d nur ty water end sewer Deoartmen' r"13 .at Project 3 rd:rics: GO?. No.: 71 170 ER No.: W 0' 6314 PCTS r o-: '32.32 In5!ai':C!ipr. o` approt•rna'el: 5.8CO LF at water main'nrougnou! o' i e.r"tat ne.igheartladd for the Miami -Dade County Water and sew -a, Department SW 64'. Ave, S`ry 63' Cl, and SW n3'' Ave f',m 5W St to 'Cfl Feet' North) of S:AI 8'' 51 3W,1"' Si ant j'!r .,. 3_ from SW 64' Ct la SW 63'-' Ave Ccriract V09,' 99 65 Approximate Pe -reef Complete: 1:rfi'6 Project E^yineer of Re.ccrd• Jose A. Carabalfa. DE ( you have ar•y questions, please do rr]' hesitate t0 Cont«.OI ;itrtce.1 ely. SULT CES CON ANT" INC. Jose A. Carobo Io. P.E. Engine'r of PP_cord r CES CONSULTANTS WIC INVITATION TO BID NO.: 17-18-018 NOTICE TO CONTRACTORS Sealed Bids will be received by the City of Miami, Office of the City Clerk, City Hall, 1st Floor, 3500 Pan American Drive, Miami, Florida 33133-5504 for: MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS — B-30637 AND SOUTHWEST 1ST AVENUE MILLING AND RESURFACING — B-30833 Bid Due Date: May 31, 2018 at 2:00 P.M. (Local Time) Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for road improvements including drainage. system installation, milling and resurfacing, road reworking, replacement of sidewalks. new bulb -outs, repair of driveway approaches, repair of curbs and gutters, installation of ADA compliant ramps and bicycle lanes, striping, signs and tree planting. Minimum Requirements as of Bid Due Date: A. Bidders must have: 1) a current certified General Contractor license issued by the State of Florida Qr li) a Miami -Dade County Certificate of Competency as a General Engineering Contractor; , 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/installation/repair/replacement of drainage system pipes, construction/repair of sidewalks and curb & gutter restoration and maintenance of vehicular traffic, supported by references for three (3) projects ccmpieted within the past ten (10) years. B. Submitted reference projects must demonstrate that the Bidder: i) served as the Prime Contractor for the referenced project provided; and ii) self -performed at least thirty percent (30%) of the physical labor construction work for the referenced projects (complete three (3) Reference Letters to certify — located on Page 94). 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 the Contractor, shall self -perform at least thirty percent (30%) of the physical labor construction 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, 8TH Floor — North Conference Room Miami, Florida 33130 Date/Time: May 3, 2018 at 11:00 A.M. (Local Time) The Bid Documents. including plans. may be obtained by visiting the Offce of Capital Improvements ("OCI") webpage: http:/lrrrfvww.miamigov.comfMiamiCapitalWNewBidsandProposals.html Mary Brickell village_ Drainage and Roadway Impr^.vemenls - B- 6 ITB No. 17-18-018 30637 and SW 1 ` Avenue Milling and Resurfacing — B-30833 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 al! addenda. All Bids shall be submitted in accordance with the Instructions to Bidders. Bidders must submit one (1) original bid package and one (1) electronic bid package on a CD or USB Drive in PDF format, at the time. date, and location indicated where bids will be publicly opened. Any Bids received after the time and date specified 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. BIDDERS ARE 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. Mary Brickell Village Drainage and Roadway Improvements - B- 7 ITB No. 17-18-018 3C637 and SW 1' Avenue Milling and Resurfacing — 8-36833 • For Pipe Installation in All Pipeline Projects and On -site Projects: During entire construction operation retain the services of a State of Florida Registered Land Surveyor (FRLS) who shall maintain records of the installation, including all deviations from Drawings and Specifications. • FRLS shall record as -built dimensions and elevations every twenty-five feet (25') or portion thereof along pipeline and at every abrupt change in direction of the new line. FRLS shall record locations and elevations for each valve, fitting, service line, fire hydrant, water sampling point, and also for above ground piping and other appurtenances along the pipeline. Specific locations and elevation of equipment. the buildings and miscellaneous items installed inside them shall be recorded as applicable. • Contractor's FRLS shall prepare as -built record drawings showing correctly and accurately the installation, embracing all changes and deviations made during construction, including all approved construction variances, to reflect the Work as it was constructed. • Record Drawings shall be prepared on 4-mil Mylar as specified hereinafter. Record Drawings and three (3) blue line copies shall be signed and sealed by the Surveyor and shall be submitted to the City for the City's review within ten (10) calendar days following the completion date of successful pressure testing of all mains and appurtenances under the Contract Documents. • if the Consultant determines that the Drawings are not acceptable, they will be returned to the Contractor with a cover letter noting the deficiencies and/or reasons for the disapproval. Contractor shall have ten (10) calendar days to correct all exceptions taken by the City and resubmit as -built record drawings to the Consultant for final acceptance. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as -built drawings acceptable to the Consultant. 17. Survey Work for Drainage Projects The Contractor shall retain or employ a FRLS to lay out all storm sewer construction and provide final measurements. At the Project pre -construction meeting, to be attended by the Contractor's FRLS, the Contractor will be provided a packet of information, from the City, showing the format to be utilized. The Contractor is advised that the survey Work, including required final measurements, shall be according to City Standards and are an integral part of the Project. The Project shall not be considered complete until the final measurements are approved by the City. 18. E-Verify - Mandatory Use Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of ail new employees hired by the Contractor during the term of the Contract and shall expressly require any Subcontractors performing Work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subcontractor during the Contract term. Mary Brickell Village Drainage and Roadway Improvements - B- 74 17B Q. 17.18-018 30637 and SW 1s' Avenue Milling and Resurfacing — B-30833 tr* MIAMI-DADS miamidade.gov September 08, 2015 Mr. Felix Valdes V ENGINEERING & CONSULTING CORP. 2929 SW 3rd Ave Suite 340 Miami, FL 33129-0000 Dear Mr. Valdes: Internal Services Department Small Business Development 1 t ': ill y`! 1 3:r I 1Y.h F ocr FIc rda 32123 T 3C5-375-3 t 4 1 F 305-375-3'60 CERT NO: 14914 Approval Date 4/712015 Expiration Date: 4/30/2018 - SBE'CONS Miarni-Dade County Small Business Development (SBD), a division of the Internal Services Department (iSD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Enterprise Construction Services (SBE/CONS) in accordance with section 10-33.02 of the code of Miami -Dade County. This (SBE/CONS) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of (April 07) for the first and second year of the three year period. The affidavit must indicate any changes or no charges in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to. ownership, officers. director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm. you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely inst. uctions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate or contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as ail other certified firms on the Miami -Dade County internal Services Department, Small Business Development Certified Firms' Directory at the website htto://www.miamidade.govlsmalibusinesstcertification-programs. asp. Thank you for your interest in doing business with Miami -Dade County. Sincerely, Claudious Thompson, SBD Section Chief Small Business Development Division Mr. Felix Valdes V ENGINEERING & CONSULTING CORP. Cert No: 14914 September 08, 2015 Page 2 C.L. rE 7JOR.IES (Ycur firm may :ad a _arthcinate en cariracts only order these ;n eynrres. . E,.. 1:713�=.F47d:4"iGtie NGf.:EPT C€E==. --`? c. 2;t1 NE:'. ,:f.�F '.,iLI !-.01_,Sd•,_ S-'r:rON ?EXC.Ez•T CGEP.. .___L=E?a. 7.7C'17- E'Vi rO1.:S11..-3Jr5 '.,•-i+:'=?.-_- ,38E•C.7N31 6'.36'1.4 • R ',',!GEt'-IAL . iS 23e2-. - !FFDUS-R1AL P1_11L0.NG ._ ,r. 13E'L:CONS' 2332 G-Corti+.'L4EPCIAL ANO IN1 ir.':.''t:.e SU'LDr,G.:0,`ISTRuCTION fS3E..JC'ah.SJ 237 10 •'Al:..7R ANC SEWER SINE a,. ` R_-A _TRUCT'JI?ES C:;r:STRL,:TL,`: .:5E °E;rLlNS: 2 I =PNO GAS G,PEL,r•1E Arr- _ - N •SeE,_ O • S1 2;7.2-: = R At,: CONtMLNICA _aTE7 377L:CP PE:. C:NS :.JC- r. ,S3E/GC14S'i 23r2•a. -r:C=-Eiclos:CNi50EIC-'. 23.7310 r--::.'.:: . 3'RE0T AND SF.I_CE _ _"-- -:•, •SeEiCCNS) 237790 • _•••dv a;10 ,: V L SM,..--_ _ _ --,,T.D"I (SBE1C],r•ISl 23811a -= _F __ 3 NCRETE FOUNC,i-ICl•; :.r .-,. F? CON ACTORS .SEE/CONS) _ u - S •1r 1r FIE :NTRACTORa:S3E/C ;h.St 239'S6-0-AL-O _- ..C?AL Tr` --_ ,.:'ri d- -_ =3E:COINS) REQUIRED SUBMISSION ANITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: • 2; :7 -J • C i _ 3 - '" ; ! , • , E rcr' of- the C.ty ,ichre3 ' thr-?. 0,ty S • • 117r-3-313; p-s3rs i tri711-j Corrrar-; • • - = - :^e 3 rost F:rr:e 'F; 5 iJrrbed',1 frr.Y the =;, the term 0! tie C2r:7:7t. uc r•') tr:4 " f :F.; "lc: 1-; :7 rfy s (11-1 t,!" f Bcr1rhy tno Projec". '..1; "".1.•'=! T.• '..'1': n' the: progr,'itr, 777 -7r— C e!k7,:•!:! \i')ok\12_, n LQ&)z-kc- rCi Crj-9::. #17-18-0 1 a fradq 0-1 s r r "C'T`r. of In 'no by arr THE TY O F_O DA. ciie t C!)nt.raCt ITE Na. 17.11-01i Emilio T. Gonzalez, Ph.D. City Manager To VVhom It May Concern Subject: Reference Letter f.taj' Name of Bidder: Vr - �'u fr / [r7 J n 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: ��ri7.r1��1r��3 ©, 7" ' C///' Wfr% ;T !!>C ,T7,›Z/ . - 11,1 5.174 OXL..fTi °.1:i"i 1� �ji � '..P F Jµµ �jj �� �� "- Scope of Referenced Work: s ;/ ter, v ^mac AI*" Cr % / fia 4,w.47f,w4 Did the Scope involve the milling, resurfacing or reworking a road, or the construction, installation, repair, and/or replacement of drainage system or water main pipes? L( Yes ❑ No Value of Project: $ 3.S, 4/20 Date Completed: S//2a/8" r-.4,r-e,u7). Percentage of physical construction Work self -performed by Bidder:-�7,.5� Was Project completed on time and within budget: ❑ Yes Th4o If no, was the Bidder at fault or contribute to the delay(s) or increased cost? C If yes, please provide details: Comments: Yes Eriqo 4.7 W erG Cds✓,5ecel Vr7 e.470ec71;1 Ll l dieC.,revnd 4174- cx,101 die� „ /srueS. re e-r cle,q,/74cam.' 4 741 e a r'a Z4rp-5- e n eel cir7 i' e r e C' cs Np1 ✓fv CC' PSS 7`v CC/1-2,A:7t-e 7410- toerYr. Name of Project Owner:,,,'_��a%r , Save, Date Signature of Project Owner's Representative: Title: ,.5. moo. .,S ,nq ;e Telephone: 7g-6 - 5577 -. 49(/7 Sincerely, Annie Perez, CPPO, Director Department of Procurement Mary Rrickefi Village Drainage and Roadway trnprovemenls - B- 31137 and SW 1" Avenue Milling and Resurfacing — B-30833 �d/d3 E-mail: o/va,z, O/ 4i) mi,2,,2 04 �v 94 ITB M1Io. 17-16-013 ttp of fliaint To Whom It May Concern Subject: Reference Letter Emilio T. Gonzalez, Ph.D. City Manager r-- L .1 iL.CIFEai�a9r i.1:11 AJ.1ilt.1CQTi:fli llAtiitlIRCII'ira.II,7.`4 IS-�.y'• 1 Nan: of Bidder. V En ,; n ec.t.J.ki c, e „r /74c.z., 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: i�?6. y_c4c it CT 2 2i / ', / " r cc e ,1 ' - • r 1.iir4;tom:# ',eirit o..--." ei + cic ' .0,0i. 71 'iriaa;. '.: Scope of Referenced Work: txca„Q74 f S`, t,E cA / j rPi �?r� �Il[�[]rrr.[l,x"' l✓y vrt ,rg apt � r et y` 3 0 ' c'/�so �i Did the Scope involve the rni'ling, resurfacing or reworking a road, or the construction, installation, repair, and/or replacement of drainage system or water main pipes? ,Yes ❑ No Value of Project. S .,263,006 Date Completed. Sel g 00 7 Percentage of physical construction Work self -performed by Bidder: /oO % Was Project completed on time and within budget: aces ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: f✓ Comments: Name of Project Owner: r'flfct, 2! —z2 o e 7tr tom„ !-rDate: Signature of Project Owner's Representative: Title: Telephone: 7 - -.S ' - •fl7 E-mail: Sincerely, Annie Perez, CPPO, Director Department of Procurement / 4;5' /i.7%Q/ ill 19 i Mary Brickell Village Drainage and roadway #rnprovernents -8- 94 ITB No. 17-18-018 30637 and SW 1" Avenue Milling and Resurfacing — 8-301333 L V !7 falef r�r Y Er�eart.5U �}^yy ?C7. IQZ!z (N7•ctils, r '-r , L 7 w% 4.1 g n 5w rl it 4S.L Sul (5 `'`'& „cl 5 J (a 3~ 4 e // d5f /I ;c K o r 8C= 4 a d W ! �.,s re r7uuy ,,;//-v nd'rrg •r Lf 767 yyy A'i/Art, -1 A.;e I IIIrxv�l7�r! G ` V�CC�Ci r \ , 3 v ,11 (,-k* .Z0/ 7 9,5 C a rt5 1+- Clap of fftiatni To Whom It May Concern Subject: Reference Letter Emilio T. Gonzalez, Ph.D City Manager Name of Bidder: \ II The above referenced Bider is respdgd)g to a Bid that has bee 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:. Scope of Reverenced )11ork: E y { 13r —71 I 1 r--c tC. ,r+ N.,s Did the Scope involve the milling, resurfacing or reworking a road, or the construction, installation, repair, and'or replacement of drainage system or water main pipes? Value of Project 731 j o D b Date Completed 'Yes, 0 No Percentage of physical construction Work self -performed by Bidder: f 00 % Was Project completed on time and within budget: ,-"'es No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? C. Yes E No If yes. please provide details: Comments Name of Project Owner: ! J to. vt, rs Signature of Project Owner's Representative: Title. .._ Telephone t. - 2. '> Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: _ 1 r .1.,E y'Oj.Sy-+C] `Aary 4Srickel4 AHage Ora nage and Roadway irrprovernen4s - B- 94 9T8 No. 17-18.018 3C337 and SW 1" Avenue Vining and Resurfacing — B-30833 ist}B775 LL i L3 u s hi o sr Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6968516 BUSINESS NAME/LOCAIION V ENGINEERING & CONSULTING CORP 2929 SW 3 AVE #340 MIAMI FL 33129 RECEIPT NO. I CNEWA 7244205 EPIC Must be displayed at place of business Pursuant to County Code Chapter 8A - Art 9 & 10 OWNER SEC. TYPE OF BUSINESS V ENGINEERING & CONSULTING CORP 196 GENERAL BUILDING CONTRACTOR C/O FELIX VALDES PRES CGC15087G0 VVorker(s) 1 PAYMENT RECEIVED BY TAX COLLECTOR S45,00 07/03/2017 [CHECK-17-184759 This Local Business Tax Receipt only confirms payment of the Local Business Tax The Receipt is not a license. permit, or a certification of the holders qualifications, to tie business. Holder must comply with any povernmentnl or nongovernmental regulatory laws and requirements which apply to the business, The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec Ea-276. For more information, visit vvvvw.miamidade.gov/taxcollectnr UC�H7H�i Loua1 B; i s s, Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6968532 EHUStNESS NAME/LOCATION V ENGINEERING & CONSULTING CORP 2929 SW 3 AVE #340 MIAMI FL 33129 RECEIPT NO. liENEINAL 7244221 S )TEMIEfl 30, 2018 Must be displayed at place of business Pursuant to County Cone Chapter HA - Art r & 10 OWNER SEC. TYPE OF BUSINESS V ENGINEERING & CONSULTING CORP 196 SPECIALTY ENGINEERING CON TRACT PAYMENT RECEIVED elves C/O FEL1X VALUES PTRS CUC12246B1 BY TAX COLLECTOR Worker(s) 1 $45.00 07/03/2017 ECHECK-17-184759 This local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holders qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply In the business The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. For more information, visit www.rniamidade.rgov/taxcollector llll�i;7 Li1uzi L asivi „s, . t. Ra Tp _ ( Miami -Dade County, State of Florida Tt�IS kS NOT A BILL - DO NW FAY 7203435 BUSINESS NAME/LOCATION V ENGINEERING & CONSULTING CORP 2929 SW 3 AVE STE 340 MIAMI FL 33129 OWNER V ENGINEERING & CONSULTING CORP C/O FEl IX VALDEZ PRES Warker(s) 1 RECEIPT NO. RENEWAL 74862e2 L-- LxriFUES TLIVI3Efl 30, 2018 Must be displayed at pace of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. 1 YPE OF BUSINESS 196 SPECIALTY ENGINEERING CONTRACTPAYI ENT RECEIVED E12f76232 BY TAX COLLECTOR S45.00 07/03/2017 ECIIFCK-17-184759 This Local Business Tax Receipt only confirms payment of the Local Business Tax. 1he Receipt is nut a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental ur nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commetcial vehicles - Miami -Dade Code Sec 8a-276. For more information, visit www miamidade.gov/Iexcollector (.1: tvi Lflimiii flt:SS-1 I ;It; I I! N 1 IN ACE:. NOT THANSF1 I ZFU,.1:i 1 ON Vt.1 ID Al ANOTFII R ADDIRE INC 1 Sti AFTIMV! i 1111 1.11'41,14(.1-: PAH. 1 MEN 1 , CE I Y OF MI/MI -144 S VV 7 AVE C h 1 I Ocifi r.itp.mt, I I PHONE_ (;',0‘,)4 11) 19111 Effective Year Oct. 1 2017 Thru Sep. 30 2018 RECEIPT FOR V-Engineering & Consulting Cor ISSUED Oct 01, 2017 TOTAI FEE PAID 131.00 ACCOUN1 NUMBER 127012 RECEIPT NUMBER 165916 NAME OF BUSINESS V-Engineering & Consulting Cor DRA LOCATION 2929 SW 3 AV 340 IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: ADMINISTRATIVE OFFICE Erica T. Paschal Finance Director THIS IS NOT A BILL DO NOT PAY •I • • • 018 CITY OF MIAM1 CAPITAL IMPROVFMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM ` t No, k _elf 1 Project No. ff-; _1-b nh b e057 Project Title: Rk2, % II ��� � Sheet'leSheetVe-Okl "N'j Of`19e_0r i--›P Y\'11\\ 1 12p-c-5Va'ktC.l fhi . f e.lni shoellet bu subnntted with a bidder's bud form submittal- Failure to i brim thni h olin Viittl the hidIli,ly ie ult In tiles k�le-I'4fonet Ieje.ci :et • noia-Iesporisive The City n) its i ison11)1e idasr:rtetion may allow, in thr: Int re•St or the •`:i)nit)et tIC)n, the Fidler to libiiiit the cH 11 <'trt('r bids, are Iiur (-ii suppler r4Iitul IIIfI)rrn:ltlL)ra) L'r ov,de the following information for each subcontractor regardless of tier."' Alt;ac h additional sheets if ne.cessrary Name of Business Portion of Work Dollar ACTollar Percent Address/City/State/Zip License Information.— Miami-DarteCertificaation` CRL C; F N/A I ype Number 1 p C a' ,)..A.,1 ia,,c,,, _ •S) C; Q; 12 11�� �,(yb G.' J1, 0 jc) SW I) ., kiedt14.; 5-No L..� El 1 1 t`'1 k .okle SCadede- Co!`CfLwJ ,`.iCtip ,_4c1 P11 iti_e- Vt-_5, 1.12[�k& tgo3 5 [1 1 I El 0 El t 1 Ili— 0 I 1 , 01 n u Cl I l Li 0 u u I —1 r i C:-1 ^.lust Ili": certified by iti,1i alrii•L)adde County All tlrrs rrl'1st be shown including multiple :Ill, tier;. it permitted by the Contract Dnciinie'nts. I ist only those relevant to this 1'roie.ct. ;h ch N/A if the listed SU does not btav a CL3LrCSf3F, certification (e.q.. inctulaenc1Grit third party verifier) FR3r rn SU SCHEDULE OF INTENT AFFIDAVIT (SOI) SMALL BUSINESS ENTERPRISE — CONSTRUCTION PROGRAM ("SBE-CONS'') MITI:]-1tIbi-7111:7717-i,-) t11.01-Offltil3illaiMit-i ,1117, riglIa: L?afirt-fliaTiiiiIft-MITMIIIIT:i '-1-71T. r7f -el ftft. oaT ir c..-;.,tr,,-.. i3:,. •'''.1 _ tl \JCA Mi 1•41:,-., \r) Z,n Ur \CCP t‘k, Cc-0 LAi- I. r\ct. crk 5 3 r_-„kpq..i_ tcAll't i .. C, ;..! .',' -..'' :cr:.'rl'rj 1; : wry ..•, b ;:..,„. ,,,:-:,,I;.:, ArroktiEr 111 (05,_5LICL- 1 .f.',:°•:. SL3E-: :_2(1:-‘,. t )09-r Arilcow Nat -no of Prime Bidder t Certification 1 No. (if .! applicable) . _ Certification Expiration Date (if applicable) Type of SBE-C.ons Work to t be performed by the Biddet ! (if applicable) Nsi \ Y-Q-e_liN. - I Ciq (Lik (. iCe) • _ 1.--(‘ ( :•I'.eil( .:. ',Ch per!i-:(111 lily-. I, ,' - '. i VV:"..;: .. 11 ri:IIII1P('. V.ir_h the ;At)1_)...p'-! C:Ip.11:1C!' Name of Subcontractor Certifir:atmo I Certification : Type of SBE-Cons Work to Subcontract —or ' Total Dollar (S) Amount of _ No. I Expiration Date. he pea formed by the percentage ("/.,) Subcontractor's SRE-Cons . /56 -3 5 1 Og /3o/ zoi20 Subonytractor of Con ract Value requirement Q.,On C reA- e e pi e collar tic ressto Cl fa 3%tofl t ...,:.t r, - ., ,,,.. r,:i:r.• ,t.i.11,.....I1., '' 'IA vir-It'. . III.:. ' -.1:J, ,Ir:i 0 0 ,,. 1:,...r r,, 7 ' In.: I ' •,. t ' I t , I. I .: :' ' 1 ,IA rill I: i!. v : I t!,•'-',..,1,•,,, ., I ,.•,:: t, IA . . ,,,,,,i.••,.. , .•.,1,11•:,, •,,„ ;, • -, ! J! :!•,_ C., c,I, 0 1 : , 1;1 •••• 11,,....,.-, 1-II ., I , ,,, 11: ! i :,,ir,.! ! i , X ,.. Io l'.0 • ..'li "Il '..-.. ,. Total Doha' ($) Amount of Bidder's self oerformanr.e /1,1 0•11r1 elr • 1.1 3i:icier's self performance percentage (%). of Contract Value 85, Il1 rtro::,"::wni!Iett ',•i" ',1 ri":!vvie rc,.•1::[:.!. I ..1.!!.1,4 .,• ;Ira{ 1r!1:1I.; to iDowittig tilat :•fr:trort to 111.•!. 7 I: .!!!!';`,:rIt' !!:!=!:::! F!ici 4 lo •,/ tie g 0 f) ti-t 1 13 17re / fr7L ittlo I'M No 17-ni-01l c,„ ,6.Qj _ No - 7A6(..23-0 0 1V1/41c1e- 1111),-r iej/521 9)0to3-"7 2.111,1r 1 (CO3 yi 9z:19 7,131-.E•Clir.,. I ,r:1,11. Ni,11710 Of PrITY1C+ Bidder •••1 Laa: \-- \'7i.11C. Bf q tt:‘,N. vrt5,,,Avkr.8 (1-5. (c? Certification No. (if applicAblel Certification Expiration Date fif appbcable) . \i E.. i\r\,2,20•A cp,s,in-i4p_i(Ictig I Lti3oir 2 _ - : !,, ,,.. ,,,,,,,,,i , lit: T.-, til per iGr 1111' foL'.:,..,,i,1 , 'NU] K. III .: ,.;1 II iPLItirVI WM) MIO 'IN i'.,,,( • ,! di Ill ' 2_ Certification 1 Certification —TType ot SBE-Cons Work tn Subcontractor Total Dollar (5) Amount of , - No. ; F_xpiratinn Date I he performed by the percentage (%) Tri-County Payment Markings 15790 10/31/20 Sirtici-mtractor of Contract V3Itie I requirement . _ , _ _ 1 P•sAiGvN'AEri ropt<kinGs. STRIPING AND , _ Total Dollar (51 Amount of F3irlder'i self perfoi mance Name of Subcontractor .1) ‘7. , • H =HI SCHEDULE OF INTENT AFFIDAVIT (S01) SMALL BUSINESS ENTERPRISE — CONSTRUCTION PROGRAM (SBE-CONS") 1727=1111.72nrIn.`..571.TVI E5Iiii--L.r.Tirt_TDP:ffiz--.=immn;r1iTpli, 2.0$1 ,; )251 91:2Pe 0‘.0_cp _CL. (.0141b 1 Type nf SBF_-Coris Work to Bidder's suit ihoperfOrMed by the EtifiCifq' r)erformance ! (if applir.ahle) percentage (%) of Contract Value t9S• C2`), Subcontractor's SBE-Cons ev\LI:\\Jci Pr Li It NI Vilit' 1•.7.11-..• ;1111;0%1 ,Ind uI1r l stiu nr)f 111,-- ; I I! 1;1 tir iltilltCy if) r,ltjt:A11-1 IS Ilt-'11';,,,11;.1111`,/ t!"!1.11.111,1(1 j • ....!1,*7:0!;terit -.C11r1111i1 .orlustry r.r.;014•,., 111:1 Bi(1 \5,3 oraa 6/1/2018 Abel Gonzalez President tIU Nut: ITE1 No 1?-18.01ti