Loading...
HomeMy WebLinkAboutExhibitINVITATION TO BID ("ITB") No.: 17-18-058 METROMOVER STATION ACCESS IMPROVEMENTS OFFICE OF CAPITAL IMPROVEMENTS Project No.: B-183614 Advertisement Date: October 3, 2018 Bid Due Date: November 6, 2018 Bid Due Time: 2:00 p.m. (Local Time) Mayor Francis Suarez Commissioner Wifredo "Willy" Gort, District 1 Commissioner Ken Russell, District 2 Commissioner Joe Carollo, District 3 Commissioner Manolo Reyes, District 4 Commissioner Keon Hardemon, District 5 City Manager Emilio T. Gonzalez, Ph.D. Issued By: City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 BID FORM (Page 1 of 10) SECTION 5 — Bid Form Submitted: November 6.2018 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 political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tdols, 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: 17-18-058 Title: Metromover Station Access Improvements — Project No. B-183614 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of sec,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 Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors that 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. Metromover Station Access 74 ITB No.: 17-18-058 Improvements — Project No.: B-183614 Flf METROMOVER STATION ACCESS IMPROVEMENTS PROJECT 8-183614/FM 436609-1 PROJECT 15 (10th Street Metromover Station) PAY ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE GRAND TOTAL 110-4 Removal of existing pavement 83 S.Y. $50.00 $4,150.00 421-12 Concrete Pavement 83 S.Y. $55.00 $4,565.00 520-1-10 Concrete Curb & Gutter Type F 106 L.F. $35.00 $3,710.00 520-2-4 Concrete Curb Type D 14 L.F. $32.00 $448.00 522-2 Concrete Sidewalk (6" Thick) (Includes Pedestrian Ramps) 22 S.Y. $60.00 $1,320.00 527-2 Detectable Warning Surface 16 S.F. $40.00 $640.00 700-1-11 Sign Single Post (Less than 12 SQ. FT.) 1 A.S. $1,000.00 $1,000.00 R1-5CL(Stop Here for Pedestrians) R1-5CR(Stop Here for Pedestrians) 1 AS. $1,000.00 $1,000.00 W11-2/W16-7PL ( Pedestrian Sign) (Arrow) 1 AS. $1,000.00 $1,000.00 W11-2/W16-7PR ( Pedestrian Sign) (Arrow) 1 A.S. $1,000.00 $1,000.00 W11-2/W16-9P (Pedestrian Sign) (Ahead) 2 AS. $1,000.00 $2,000.00 711-11-123 Thermoplastic (White) (Solid) (12") 44 L.F. $5.00 $220.00 711-11-125 Thermoplastic (White) (Solid) (24") 74 L.F. $8.00 $592.00 711-12-201 Thermoplastic (Yellow) (Solid)(6") 400 L.F. $3.00 $1,200.00 SUB -TOTAL PROJECT 15 $22,845,00 PROJECT 17 ( rd Street Metromover Station PAY ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE GRAND TOTAL 522-2 Concrete Sidewalk (6" Thick) (Includes Pedestrian Ramps) 40 S.Y. $60.00 $2,400.00 527-2 Detectable Warning Surface 32 S.F. $40.00 $1,280.00 550-10938 Reset Existing Fence 10 L.F. $100.00 $1,000.00 700-1-11 Si.n Single Post Less than 12 SQ. FT. 2 AS. $1,000.00 $2,000.00 R1-5CL(Stop Here for Pedestrians) R1-5CR(Stop Here for Pedestrians) 2 AS. $1,000.00 $2,000.00 W11-2/W16-7PL (Pedestrian Sign) (Arrow) 2 AS. $1,000.00 $2,000.00 W11-2/W16-7PR ( Pedestrian Sign) (Arrow) 2 AS. $1,000.00 $2,000.00 W11-2/W16-9P (Pedestrian Sign) (Ahead) 3 AS. $1,000,00 $3,000.00 $564.00 711-16-1n1 Th rmoptastio-(-Whitc) (Solid) (C") 188 L.F. $3.00 711-11-123 Thermoplastic (White)(Solid) (12") 106 L.F. $5.00 $530.00 711-11-125 Thermoplastic (White) (Solid) (24") 190 L.F. $8.00 $1,520.00 SUB -TOTAL PROJECT 17 $18,294.00 PRO ECT 187 st Stre 0 ove PAY ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE GRAND TOTAL 110-4 Removal of existing pavement 113 S.Y. $50.00 $5,650.00 421-12 Concrete Pavement 113 S.Y. $55.00 $6,215.00 520-2-4 Concrete Curb Type D 315 L.F. $32.00 $10,080.00 522-2 Concrete Sidewalk (6" Thick) (Includes Pedestrian Ramps) 50 S.Y. $60.00 $3,000.00 527-2 Detectable Warning Surface 32 S.F. $40.00 $1,280.00 700-1-11 Sign Single Post (Less than 12 SQ. FT.) 2 AS. $1,000.00 $2,000.00 R1-5CL(Stop Here for Pedestrians) R1-5CR(Stop Here for Pedestrians) 2 AS. $1,000.00 $2,000.00 W11-2/W16-7PL ( Pedestrian Sign) (Arrow) 2 AS. $1,000.00 $2,000.00 W11-2/W16-7PR ( Pedestrian Sign) (Arrow) 2 AS. $1,000.00 $2,000.00 W11-2/W16-9PL (Pedestrian Sign) (Ahead) 4 AS. $1,000.00 $4,000.00 711-11-101 Thermoplastic (White) (Solidi(6") 240 AS. $3.00 $720.00 711-11-123 Thermoplastic (White) (Solid) (12") 90 L.F. $6.00 $540.00 711-11-125 Thermoplastic (White) (Solid) (24") 123 L.F. $8.00 $984.00 SUB -TOTAL PROJECT 18 $40,469.00 PRO ECT 9 (Coll e/ Bayside Metromover ation PAY ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE GRAND TOTAL 110-4 Removal of existing pavement 31 S.Y. $50.00 $1,550,00 METROMOVER STATION ACCESS IMPROVEMENTS PROJECT B-183614/FM 436609-1 421-12 Concrete Pavement 31 S.Y. $55.00 $1,705.00 425- Cast Iron Gutter Brigde 2 E.A. $2,500.00 $5,000.00 520-2-4 Concrete Curb Type D 106 L.F. $32.00 $3,392.00 522- Asphalt Raised Sidewalk 15 T.N. $250.00 $3,750.00 527-2 Detectable Warning Surface 40 S.F. $40.00 $1,600.00 700-1-11 Sign Single Post (Less than 12 SQ. FT.) 1 A.S. $1,000.00 $1,000.00 R1-5CL(Stop Here for Pedestrians) R1-5CR(Stop Here for Pedestrians) 1 A.S. $1,000.00 $1,000.00 W11-2/W16-7PL ( Pedestrian Sign) (Arrow) 1 AS. $1,000.00 $1,000.00 W11-2/W16-7PR ( Pedestrian Sign) (Arrow) 1 A.S. $1,000.00 $1,000.00 W11-2/W16-9P (Pedestrian Sign) (Ahead) 2 AS. $1,000.00 $2,000.00 711-11-123 Thermoplastic (White) (Solid) (12") 117 L.F. $6.00 $702.00 711-11-124 Thermoplastic (White) (Solid) (18") 27 L.F. $7.00 $189.00 711-11-125 Thermoplastic (White) (Solid) (24") 84 L.F. $8.00 $672.00 SUB -TOTAL PROJECT 19 $24,560.00 PRO ECT SIGNA SE AVE SE 1 ST PAY ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE GRAND TOTAL 522-2 Concrete Sidewalk (6" Thick) (Includes Pedestrian Ramps) 22 S.Y. $60.00 $1,320.00 527-2 Detectable Warning Surface 16 S.F. $40.00 $640.00 646-1-11 Aluminum Signal Pedestrian Pole, Furnish & Install 1 A.S. $1,600.00 $1,600.00 653-1-11 Pedestrian Countdown Signal 2 A.S. $1,800.00 $3,600.00 670-5400 Traffic Signal Controller Cabinet, Adjust/Modify 1 E.A. $3,500.00 $3,500.00 711-11-123 Thermoplastic (White) (Solid) (12") 89 L.F. $6,00 $534.00 711-11-125 Thermoplastic (White) (Solid) (24") 90 L.F. $8.00 $720.00 SUB -TOTAL PROJECT (SIGNAL SE 3 AVE & SE 1 ST) $11,914.00 PROJECT MIDBLOCK CRO ALK SE 1 PAY ITEM NO. DESCRIPTION QUANTITY . UNIT UNIT PRICE GRAND TOTAL 110-4 Removal of existing pavement 17 S.Y. $50.00 $850.00 520-2-4 Concrete Curb Type D 30 L.F. $32.00 $960.00 522-2 Concrete Sidewalk (6" Thick) (Includes Pedestrian Ramps) 23 S.Y. $60.00 $1,380.00 527-2 Detectable WarninaSiirfara 1t QI $48J30 $640.00 700-1-11 Sign Single Post (Less than 12 SQ. FT.) R1-5CL(Stop Here for Pedestrians) 2 A.S. $1,000.00 $2,000.00 W11-2/W16-7PL ( Pedestrian Sign) (Arrow) 2 AS. $1,000.00 $2,000.00 W11-2/W16-9P (Pedestrian Sign) (Ahead) 2 AS. $1,000.00 $2,000.00 711-11-123 Thermoplastic (White) (Solid) (12") 64 L.F. $6.00 $384.00 711-11-125 Thermoplastic (White) (Solid) (24") 118 L.F. $8.00 $944.00 711-12-201 Thermoplastic (Yellow) (Solid) (6") 350 L.F. $3.00 $1,050.00 SUB -TOTAL PROJECT (MIDBLOCK CROSSWALK SE 1 ST) $12,208.00 SUB -TOTAL ALL PROJECTS $130,290,00 Mobilization (10%) 1 L.S. $13,029.00 $13,029.00 Traffic Control Officer 40 HR $3,000.00 $3,000.00 Maintenance of Traffic (5%) 1 L.S. $6,514.50 $6,514.50 Permit Allowance _ 1 L.S. $2,500.00 $2,500.00 GRAND TOTAL $155,333.50 BID FORM (Page 2 of 10) 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 the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required in accordance with the bid specifications. Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for pedestrian crossing at various streets including pavement markings, Americans with Disabilities Act (ADA)-compliant ramps, sign installation and some signal work. The full Scope of Work is detailed in the construction drawings. ITB No.: 17-18-058 — Metromover Station Access Improvements TOTAL BASE BID CONSTRUCTION COST (City of Miami Project No. B-183614) $ 155,333.50 T N TOTAL BASE BID CONSTRUCTION CO,, $ One hundred fifty five thousand three hundred thirty three with fifty cents Metromover Station Access 75 ITB No.: 17-18-058 Improvements — Project No.: B-183614 BID FORM (Page 3 of 10) The spreadsheet with Unit Prices is required to be submitted within the Bid Submittal Forms. Bidders must download the version of MS Excel Bid Form that is available for download at: http://www.miamigov,cam/MiamiCapital/NewBidsandProposals.html. Failure to submit the spreadsheet may result in the bid being determined to be non -responsive, MS Excel sheet shall round all bid price to the second decimal. METROMOVER STATION ACCESS IMPROVEMENTS ITB No.: 17-18-058 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 11 11 12 12 13 13 14 14 1 15 15 16 16 17 17 18 18 19 19 20 20 TOTAL Metromover Station Access Improvements — Project No.: B-183614 76 ITB No.: 17-18-058 CITY OF MIAMI CAPITAL IMPROVEMENTS PR GRAM SUBCONTRACTOR UTILIZ TION FORM Sheet No. 1 of 1 Project No. B- 183614/FM 436609 Project Title: METROMOVER STATIsN ACCESS IMPROVEMENTS This Form should be submitted with a bidder's bid form submittal. Failure to submit this Form with the bid may result in the bidbeingrejected as non -responsive. The City in its reasonable discretion may allow, in the interest of the competition, the Bidder to submit the Form after bids are due (as supplemental information). Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Information** Miami-DadeCertification* CBE CSBE N/A Type Number P&JSTRIPING, INC SIGN & STRIPING 50,076.00 35.9% 8aOONWSOUTH RIVER DRIVE MEDLEY, FL331E6 Striping, MOT, Sig 09BS00026 n n R&D ELECTRIC INC SIGNALIZATION 8700 6.2% 7447 NW 48 STREET. MIAMI FL 33166 Signalization 238210 I 1 n n I n I n n n 11 EJ 11 n ® n II n n n El u u L1 El II n 11 n 11 n 11 n II 11 n n n * Must be certified by Miami -Dade County. All tiers must be shown, including multiple sLb-tiers, if permitted by the Contract Documents. **List only those relevant to this Project. ***Check N/A if the listed SU does not have a CBE/CSBE certification (e.g., independent third party verifier) Form SU BID FORM (Page 4 of 10) DIRECTIONS: COMPLETE PART 1 OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part 1: Listed below are the dates of issue for each Addendum received in connection with this bid: Addendum No, 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No, 5, Dated Part 11: Y No Addendum was received in connection with this bid. Part I11: 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 ("SBE") 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 "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. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establishing a continuing drug -free awareness program to inform its employees about: (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: Metromover Station Access 77 ITB No.: 17-18-058 Improvements — Project No.: B-183614 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: (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. (7) 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 RPport tobbyin,g,i-aseordanee- w'—its-instruetians. (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) for each such failure. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered Contract/grant transactions over one hundred thousand dollars ($100,000) (per QMB). 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three (3) year period preceding this bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or Contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; Metromovor Station Access 78 ITB No.: 17-18-058 Improvements — Project No.: B-183614 BID FORM (Page 6 of 10) (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 (3) year period preceding this application, had one (1) or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will comply 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 full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court," as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer 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 (f) (g) (i) contractual party may be found non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources, Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami in writing. 6. Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and its 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 Metromover Station Access 79 ITB No.: 17-18-058 Improvements — Project No.: B-183614 BID FORM (Page 7 of 10) (c) The selected third party, who independently verifies compliance with this section, must have a minimum of two (2) years of experience as required in Ordinance No. 13332, codified as Section 18- 89 of the City Code. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with ail 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. Metromover Station Access 80 ITB No.: 17-18-058 Improvements — Project No.: B-183614 BID FORM (Page 8 of 10) The Bidder further identifies the costs and methods summarized below: Description Unit Price Quantity Price Extended Method Trench LF 10 100 $1,000 Open trench Total $ 1,000.00 Attached is a Bid Bond [x], 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 0c ._ Dollars ($ ). the sum of The Bidder hereby acknowledg-s a s to the contents of this Bid Form and its' response(s) thereto including without limitations PArt I tyro gh ,IV have been, read, understood, and agree to by signing and completing the spaces providgd below. Bidder Name: Signature: Printed Name/Title: Telephone No.: Facsimile' No.: Social Security No. or Federal I.D. No. JVA EndineerinelContr. for Inc Jose AlvareF, President 6 305-696 7902 _Miami, FI 331_47 305-696-7903 48-1277685 E-Mail Address: jma@jvaengineering.com Dun & Bradstreet No. If a partnership, names and addresses of partners: N/A N/A (If applicable) Metromover Station Access Improvements — Project No.: B-183614 81 ITB No.: 17-18-058 BID FORM (Page 9 of 10) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of JVA Engineering Contractor Inc , a corporation organized and existing under the laws of the State of Florida of the 26 day of September , 2002 , a resolution was duly passed and adopted authorizing (Name) Jose M as (Title) President/Secretary of the corporation to execute bids on behalf of the corporation a 'd pra id ng t at his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of to co,'po atio . I further certify that said resolution remains in full force and effect. IN WITN Secretary: Print: HEREBY e arez EOF, I have hereunto set my hand this (8 , day of Nouem. y- , 20 1 . CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) that at a m , a pnershi CERTIFY , held on the __day of (Name) as (Title) and provides that his/her execution thereof, attested by a I further certify that said partnership agreementains in f IN WITNESS WHEREOF, I ha ✓ '-nraunto s\ "`y han Partner: Print: ,a `(ner, sh of the Board of Directors of ed and existing under the laws of the State of s duly passed and adopted authorizing �`Qcute bids on behalf of the partnership rie offibl act and deed of the partnership. prce anti 'effect. , day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). Metromover Station Access \ `ti 82 ITB No.: 17-18-058 Improvements — Project No.: B-18 BID FORM (Page 10 of 10) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Signed: Print: NOTARIZATION STATE OF I?,fi�/a COUNTY OF The foregoing instrument was acknowledged before me this day of SIGNATURE uF NO1 PX—PUBL` STATE O-FLQRIDA AP4 /'��—A ill A PRINTED, S AMPED OR TYPEIp NAME OF N TARY PUBLIC 0178) ,by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. n.,NARYARA MOYA 1, MY COMMISSION # q 257885 ►' ► ; I EXPIRES; October 1, 2022 Bondod Thru Notary Public Undenvrltem Metromover Station Access 83 ITB No.: 17-18-058 Improvements — Project No.: B-183614 BID BOND FORM (Page 1 of 3) State of Florida County of Miami -Dade City of Miami ) ) Section 6 - Attachments JVA ENGINEERING CONTRACTOR, INC. KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, HARTFORD CASUALTY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Miami, in the penal sum of Five Percent of Bid dollars ($s% ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated November6, 20 18 , for: ITB No.: 17-18-058 — METROMOVER STATION ACCESS IMPROVEMENTS PROJECT No.: B-183614 NOW THEREFORE: (a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date of opening the sama,ancishail within ten (10) calendar days after the prescribed -forms —are -presented -to him for signature, enter into a written Contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Metromover Station Access 84 ITB No.: 17-18-068 Improvements — Project No,: B-183614 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 6th day of November , 20 is , 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) (Surety Secretary) Olga Iglesias PR JVA ENGINEERI R, INC. Affix Seal (Signature e a orized officer) (Title) 6600 N.W. 32nd Avenue (Business Address) Miami, FL 33147 (City/State/Zip Code) SURETY: HARTFORD CASUALTY INSURANCE COMPANY (Corporate Surety) Charles J iV jsbn f Affix Seal (Signature of Authorized Officer)i, Attorney -In -Fact (Title) One Hartford Plaza (Business Address) Hartford, CT 06155-0001 (City/State/Zip Code) Metromover Station Access 85 ITB No.: 17-18-058 Improvements — Project No.: B-183614 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORP 'RATE\ PRINCIPAL I, �CsdVa;� e , ce that I am the Secretary of the Corporation named as Principal in the within bond; that 3'13 k.4t e, j 1 of said corporation; that I know his signature, and the signature hereto is genuine; and that a d bated was duly signed, sealed and attested for and in behalf of said corporation by authority of its gov'rning STATE OF Florida COUNTY OF Miami -Dade CITY OF Miami Lakes Before me, a Notary Public duly commissioned, and qualified, personally appeared Charles J. Nielson to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the Hartford Casualty Insurance Company and that he/she has been authorized by its President to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this 6th day of November INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders 20 18 , Notary Public, State of Florida at Large My Commission Expires: OLGA L IGLESIAS NOTARY PUBLIC STATE OF FLORIDA NO. GG204944 MY COMMISSION EXPIRES MAY, 21, 2022 Metromover Station Access 86 Improvements — Project No.: B-183614 ITB No.: 17-18-058 Some of the Companies names below are not licensed in every state X X X Hartford Fire Insurance Company I-Iartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Fire Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the 1Vlidwest Hartford Insurance Company of the Southeast (Designated Company(ies) delineated above by X in box) Date: April 23, 2018 To; Dana Suggs Bond Department Orlando Regional Office From; Power of Attorney Section Bond Department - Horne Office Subject: Power Of Attorney— Agency Code: 21-229752 Nielson & Company, Inc. (Miami Lake Branch) 4400 140th Avenue, North Clearwater, FL 33762 New Revision (:;Curt eat { Charles J Nielson; l s Added. 4 ;Delete X For New "Epower", No Changes THE HARTFORD Hartford Plaza, Hartford, Connecticut 06115 ceves, Charles D. Nielson, Jaseph Pen►chetNielson',David Rt Hoover; POA 1iaineS:tisOf tills dtlt2 ; Charles J. Nielson; Matt' C Aeeves, Charles D. Nielson; Joseph Penichet Nielson,. David R. Hoover unlimited Signing Authority X A (Standard) Underwriting Authority D (None) Underwriting Authority E (Bulk Reporting) Underwriting Authority Sent under separate cover directly to the Agency: Manually executed power(s) (Wet Powers) to the attention of Company Seal(s) to the attention of Additional comments: Signed POWER OF ATTORN:Y KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: aet r/�rdA�Za Direct Inquiries/Claims to: THE HARTFORD BOND, T-12 One Hartford Plaza Hartford, Connecticut 06155 bond,claimst thehartford,com call: 888-266-3488 or fax: 860-757-5835 NIELSON & COMPANY INCORPORATED Agency Code: 21-229762 Hartford Fire Insurance Company, a r rporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited : Charles J, Nielson, Mary C. Aceves, Charles D. Nielson, Joseph Penichet Nielson, David R. Hoover of Miami Lakes, FL their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign Its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and at bonds, undertakings, contracts and other written Instruments in the nature thereof, and any and all Surety Bonds and any and all consents required by the Florida Department of Transportation Incident to the release of retained percentages and/or final estimates on engineering and/or construction contracts, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary, Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. John Gray, Assistant Secretary STATE OF CONNECTICUT SS. COUNTY OF HARTFORD On this 11th day of January 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides In the. County of Hartford, State of Connecticut; that he Is the Senior Vice President of the Companies, the corporations described In and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said Instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority, Hartford l�rPh� M, Ross Fisher, Senior Vice President CERTIFICATE I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of November 6, 2018, Signed and sealed at the City of Hartford, Kathleen T. Maynard Notary Public My Commission Expires July 31, 2021 Kevin Heckman, Assistant Vice President SUPPLEMENT TO BID FORM: QUESTIONNAIRE This completed form must be submitted with the bid. The City may, at its sole discretion, require that the Bidder submit additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the City's request. Failure to submit the form, or additional information upon request by the City, shall result in the rejection of the bid as non -responsive. Additional pages may be used following the same format and numbering. By submitting its bid, the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. a. How many years has Bidder been in business under its current name and ownership? 16 Professional Licenses/Certifications (include name and number)* Issuance Date CGC 1516849 8/2018 CUC1244696 8/2018 E221300 9/2002 (kinclude active certifications of small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: 08/2018 & MDC 09/2002 c. Qualified Business License: DYes ❑No If Yes, Date Issued 08/2018 & 9/2002 d. What is Bidder's business? General contractor, roadway improvements (This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to Bidder: Jose M Alvarez holds all licenses listed above and is 100% owner. f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. Jose M Alvarez has been the only qualifier for JVA, all licenses are attached. 2. Name and Licenses of any prior companies: Name of Company License No. N/A Issuance Date 3. Type of Business Entity: ® Corporation ❑ "S" Corporation❑LLC❑ Sole Proprietorship ❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) Metromover Station Access 87 (TB No,: 17-18-058 Improvements — Project No.: B-183614 4. Business Entity Ownership: a. Identify all owners of the Business Entity. Name Title Jose M Alvarez % of ownership President 100% b. Is any owner identified above an owner in another company? ❑ Yes ® No If yes, identify the name of the owner, other company names, and % ownership N/A c. Identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority) Name Title Signatory Authority Jose M Alvarez President All Cost No -Cost Other ❑ ❑ ❑ El El El El ❑ ❑ ❑ ❑ El Li El Explanation for Other: (Note: "All" refers to any type of document including but not limited to Contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information: Total No. of Employees: 80 Number of Managerial/Admin. Employees: 10 Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) Officer (1), Project Manager (4), Office Manager (1), Operators (21), Foreman (8), Office Assistant (2), Estimator (2) Superintendents (6), Laborers (34) How many employees are working under H2B visas? None 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: No Metromover Station Access 88 ITB No.: 17-18-058 Improvements — Project No.: B-183614 7. Insurance and Bond Information: a. Insurance Carrier name and address: Collinsworth Alter & Fowler 8000 Governors Square Blvd, Suite 101, Miami Lakes, Florida 33016 b. Insurance Contact Name, telephone, and e-mail: Sandy Simeon (305) 503 - 9139 c. Insurance Experience Modification Rating (EMR): 80 (If no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: None e. Bond Carrier name and address: Nielson, Alter, & Associates 8000 Governors Square Blvd, Suite 101, Miami Lakes, Florida 33016 f. Bond Carrier Contact Name, telephone, and e-mail: Olga Iglesias (305) 722 - 2663 g. Number of Bond Claims paid out in last five (5) years and their corresponding value: None 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. No 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: No 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past 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. No 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or greater, owned by the Bidder. B. Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: Jose M Alvarez b. Years employed by Bidder: 16 Metromover Station Access 89 ITB No.: 17-18-058 Improvements — Project No.: B-183614 c. Licenses/Certifications: CGC1516849, CUC1224696, E221300 d. Last three (3) Projects with the company including role, Scope of Work, and value of Project: See Attached list of completed and active projects for this PM and JVA 2. Subcontractors: Name Trade % of Work License No. Certification* 9 5 rivin5tr -Si6r, Jtr�in-35.gpi°, 09g5pora.to-5V,voc6,SP,C1,n51ru6ion g$-J E\ec;JviC..2r 1.5i6na\iu4 ion- (. aole �� Sa, It-5(3a0Js 5 i-btl5frccei-i on (*active certifications of small business enterprise and name of certifying entity) 3. Scope of Physical Labor Construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such items as insurance * bonds, dumpsters, trailers, and other similar non - construction Work items) JVA Engineering Contractor Inc will perform the pavement markings, ramps, sign installations and some signal work. C. Current and Prior Experience 1. Current Experience including Projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such Projects, including the owner's name, title and value of Project, Scope of Work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the Project) 2. Prior Projects of a similar size and scope. Provide an attachment to this Questionnaire that includes Completed Projects the Bidder considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the Project that meets the minimum number of Projects identified by the bid solicitation. Information provided must include the owner's name, address and Contract person, including telephone and e-mail, title of Project, location of Project, scope, initial value and final cost of the Project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the Project. The delivery method, including, but not limited to, design -build, Construction Manager at Risk (CMAR), Design -Bid -Build, etc., is to be identified for each Project. If there is a difference between the initial and final cost or initial and actual timeframe, provide details on why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the bid submission. D. Bidder's References Bidders are to include a minimum of 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. Metromover Station Access 90 ITB No.: 17-18-058 Improvements — Project No.: B-183614 SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of owners and organizations for 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. E-mail Address 2 Company Name Address Contact Person Contract Amount Telephone No, E-mail Address 3 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 4 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 5 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address City of Miami 3500 Pan American Drive Miami, FI 33133 Maurice HardieNarios Proiects $4,694,263.68 (954) 416 -1298 mhardie(@,miamigov.com City of Miami 3500 Pan American Drive Miami, FI Valentine OnuigboNarious Projects $5,899,864.98 305-416-2588 vnuigbo@miamigov.com City of Miami 3500 Pan American Drive Miami FI Robert FentonNarious Projects $1,896, 806.72 (786) 263 - 2133 rfenton@miamigov.com Miami Dade County WASD 3071 SW 38th Ave Miami, FL 33146 Nelson Cespedes $775,281.75 786-552-8142 ncesp@miamidade.gov Port Of Miami 1015 North America Way Miami FL 33132 Karl Garland $6,196,835.57 305-347-3235 karifa.miamidade.gov Metromover Station Access 91 ITB No.: 17-18-058 Improvements — Project No.: B-183614 , eft of Alianit To Whom It May Concern Subject: Reference Letter Name of Bidder: JVA Engineering Contractor Inc The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: SW 70th avenue improvement reconstruction Scope of Referenced Work: Drainage and roadway reconstruction Did the Scope involve roadway/horizontal construction? ❑X' Yes ❑ No Value of Project: $ 350,000 Date Completed: 8/26/2016 Percentage of physical construction Work self -performed by Bidder: 100 % Was Project completed on time and within budget: X❑ Yes Cl No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes No If yes, please provide details: Comments: Name of Project Owner: Village of Pinecrest Signature of Project Owner's Representative: Title: Director of Public Works Date: 1/17/2017 Telephone: 5--(p (, q- (p C1 11O E-mail: rro Sincerely, Yl1 Q I i ? i CYe-51"4 1. oto./ Annie Perez, CPPO, Director Department of Procurement Metromover Station Access 92 ITB No.: 17-18-058 Improvements — Project No.: B-183614 City of Alin' i To Whom It May Concern Subject: Reference Letter Name of Bidder: JVA Engineering Contractor Inc The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: ITB#2015-29 Stormwater Improvements NW 82 aye, North of NW 12 street/Subbasins H5 Scope of Referenced Work: Furnishing all materials, labor, and equipment necessary for road improvements Did the Scope involve roadway/horizontal construction? 1 Yes ❑ No Value of Project: $ 742,962.40 Date Completed: 3/23/2016 Percentage of physical construction Work self -performed by Bidder: 100 Was Project completed on time and within budget: 0 Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: JVA Engineering is a client oriented contractor that performs work of great quality. JVA Project Manager was always in contact with the City to update on all aspects of the construction. Name of Project Owner: City of Doral Signature of Project Owner's Representative: Title: Assistant Public Works Director/Chief of construction Date: 1/13/2017 Telephone: 305-593-6740 Sincerely, E-mail: carlos.arroyo@cityofdoral.com Annie Perez, CPPO, Director Department of Procurement Metromover Station Access 92 ITB No.: 17-18-058 Improvements — Project No.: B-183614 Cap of is Xi To Whom It May Concern Subject: Reference Letter 76 le Name of Bidder: JVA Engineering Contractor Inc The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Park & Ride Facility at Kendall Drive & 127 avenue Scope of Referenced Work: Roadway Construction, Drainage, Concrete Pavement & Parking Area Did the Scope involve roadway/horizontal construction? EJ Yes [ No Value of Project: $ 1,298,948.05 Date Completed: May 2017 Percentage of physical construction Work self -performed by Bidder: 95 Was Project completed on time and within budget: 0 Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Responsible company, schedule driven, always working with owner's request in mind. Name of Project Owner: MDC Transit Date: 11/12/20217 Signature of Project Owner's Representative: Title: Construction Manager 2 Telephone: 786-473-4710 Sincerely, E-mail: jsalmon@miamidade.com Annie Perez, CPPO, Director Department of Procurement Metromover Station Access 92 ITB No.: 17-18-058 Improvements — Project No.: B-183614 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES Prime Contractor/Prime Consultant: JVA Engineering Contractor Inc Address/Phone Number: 6600 NW 32 avenue, Miami, FL 33147 375-040-62 PROCUREMENT 04/07 Procurement Number/Advertisement Number: ITB-17-18-058 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT - assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT -assisted projects, including both DBEs and non -DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT -assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 48-1277685 2. Firm Name: JVA Ergineerinq Contractor Inc 3. Phone: 305-696-7902 4 Address: 6600 NW 32 avenue, Miami FL 33147 5, Year Firm Established: 9/26/2002 6. X DBE II Non -DBE II Subcontractor Subconsultant 8. II II II Annual Gross Receipts Less Than $1 million Between $1 - $5 million Between $5 - $10 million Between $10 - $15 million More than $15 million 1. Federal Tax ID Number: c2 � 3 LH 3 4 2. Firm Name: is 3 5-t'riOni[Inn 3. Phone: ✓O5 - 5 61 4 Address: GI j ©OtU(A) 5. Year Firm Established: a000 6. ®DBE Non -DBE Subcontractor Subconsultant 8. Annual Gross Receipts Less Than $1 million Between $1 - $5 million Between $5 - $10 million Between $10 - $15 million More than $15 million AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET (Invitation to Bid — ITB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL (Request for Proposal) REPLY (Invitation to Negotiate — ITN) Metromover Station Access 95 ITB No,: 17-18-058 Improvements - Project No.: B-183614 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES Prime Contractor/Prime Consultant: JVA Engineering Contractor Inc Address/Phone Number: 6600 NW 32 avenue, Miami, FL 33147 375-040-62 PROCUREMENT 04/07 Procurement Number/Advertisement Number: ITB-17-18-058 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT - assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT -assisted projects, including both DBEs and non -DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT -assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: (r,II5?)35 6. 2. Firm Name:'.81 jviec v-1c 111C 3. Phone: S - 4 03 -1 i3 `H 4 Address: rI 14 7 Nkki 8 %-t'fee`i- R.\ a rn i, T 1 3 3 i bC,0 5. Year Firm Established: cCd DBE 8. Annual Gross Receipts Non -DBE IX1 Less Than $1 million gi Subcontractor Subconsultant Between $1 - $5 million Between $5 - $10 million Between $10 - $15 million More than $15 million 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4 Address: 5. Year Firm Established: 6. DBE Non -DBE Subcontractor Subconsultant 8. Annual Gross Receipts Less Than $1 million Between $1 - $5 million Between $5 - $10 million Between $10 - $15 million More than $15 million AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET (Invitation to Bid - ITB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL (Request for Proposal) REPLY (Invitation to Negotiate - ITN) Metromover Station Access 95 ITB No.: 17-18-058 Improvements — Project No.: B-183614 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LAP CERTIFICATION OF CURRENT CAPACITY CONFIDENTIAL For bids to be received on November 6, 2018 (Letting Date) 525-010-46 PROGRAM MANAGEMENT 12/09 Page 1 of 2 Fill in your FDOT Vendor Number VF 4 8 1 2 7 7 6 8 5 0 0 2 (Only applicable to FDOT pre -qualified contractors) CERTIFICATE I hereby certify that the amount of any proposal submitted by this bidder for the above letting does not exceed the amount of the Firm's CURRENT CAPACITY (maximum capacity rating less total uncompleted work). The total uncompleted work as shown on the "Status of Contracts on Hand" report (page 2) $ 9,897,007.11 I further certify that the "Status of Contracts on Hand" report (page 2) was prepared as follows: 1. If the letting is before the 25th day of the month, the certificate and report reflect the uncompleted work as of the 15th day of the month, last preceding the month of the letting. 2. If the letting is after the 25th day of the month, the certificate and report reflects the uncompleted work in progress as of the 15th day of the month of the letting. 3. All new contracts (and subcontracts) awarded earlier than five daysjbefore th- letting date are included in the report and charged against our total rating. I certify that the information above is correct. Sworn tq and subscribed this 5- day of ,2o Bv: VA E f eerin• Contractor Inc NAME OF FIRM President Title Metromover Station Access 96 ITB No.: 17-18-058 Improvements — Project No.: B-183614 STATUS OF CONTRACTS ON HAND 525-010-46 PROGRAM MANAGEMENT 12/09 Page 2of2 (Furnish complete information about all your contracts, whether prime or subcontracts; whether in progress or awarded, but not yet begun; and regardless of whom contracted with.) 1 2 3 4 5 6 PROJECTS OWNER, LOCATION AND DESCRIPTION CONTRACT (OR SUBCONTRACT AMOUNT) AMOUNT SUBLET TO OTHERS BALANCE OF CONTRACT AMOUNT UNCOMPLETED AMOUNT TO BE DONE BY YOU AS PRIME CONTRACTOR AS SUBCONTRACTOR port of Miami-1015 North America Way Miami, FL Roadway Construction $3,186,255.10 N/A $1,274,502.04 40% . ' -- MDC Public Work-3071 SW 38 ave. Miami,FL New Road Construction $10,000,000.00 N/A $2,000,000,00 20% City of Miami Public Works-444 NW 2nd ave,Miami Drainage Work $2,000,000.00 N/A $1,600,000,00 80% ----- City of Hialeah-501 Palm Ave, Hialeah New Pump Station NW 107 ave $482,500.00 N/A $482,500.00 100% City of Hialeah-501 Palm Ave, Hialeah Roadway/Water Sewer NW 142 str. $4,887,949.94 N/A $3,421,564.58 70% City of Plantation-400 NW 73 avenue Watermain replacement Breezeswept $1,597,772,13 N/A $1,118,440.49 70% NOTE: Columns 2 and 3 to show total contract (or subcontract) amounts. Column 4 to be difference between columns 2 and 3. Amount in columns 5 or 6 to be uncompleted portion of amount In column 4. All amounts to be shown to nearest $100. The Contractor may consolidate and list as a single item all contracts which, individually, do not exceed 3% of total, and which, in the aggregate, amount to less than 20% of the total. TOTALS $0.00 $0.00 TOTAL UNCOMPLETED WORK ON HAND TO BE DONE BY YOU (TOTAL COLUMNS 5 AND 6( $0.00 $9,897,007.11 Metromover Station Access 97 ITB No.: 17-18-058 Improvements — Project No.: B-183614 ENGINEERING CONTRACTOR, INC. October 29, 2018 City of Miami, Office of the City Clerk, City Hall 1st Floor, 3500 Pan American Drive, Miami, FL 33133-5504 Re.: JVA Engineering Contractor, Inc. Past Experience and Corporate Reference. Please allow this letter to serve as an official listing of our active and completed jobs for the past five years. The following list provides corporate references for each project that can speak of our professional competency, manpower and financial capability in bid submission for: Metromover Station Access Improvements -Project No B-183614 The following is an official list of JVA's COMPLETED projects for private and government sectors and corporate references that can verify our competency and reliability. All of the projects below were fully executed and submitted on a timely manner. JVA Engineering Contractor, Inc. provided all manpower, equipment, and maintenance facilities for the completion of these: Miami -Dade County -Parks, Recreation, and Open Spaces Department 275 NW 2"d Street, 4th Floor Miami, FL 33128 Contact: Lydia Sales Phone: 305-755-5456 Fax: 305-755-7995 Cell: 786-586-8325 E-mail: lydias@miamidade.gov Black Creek Trail Segment A -Phase I, II, and III Completion Date: August 2013 Amount: $2,054,514.45 Scope of Work: New Construction and Reconstruction of Bike Path Miami Dade County Public Works Department 111NW1Street Miami, FL 33128 Contact: Nestor Mellen Phone: 786-375-0004 Contact: Rakeshpal Singh Gill (Phone: 786-375-0003) Contact: Jesus Gonzalez (Phone: 305-375-2172) Contact: Javier Salmon — 305-375-3501 Javier.salmon@miamidade.gov 6600 NW 32"d Ave Miami, FL 33147 Tel: 3 05-69 6-7902 *Fax: 305-696-7903 2013 Drainage Improvement Project for Multiple Sites -NE 91 Street and NE 87t" Street From NE 10 Court to North Bayshore Drive Project No.: 20130156 Completion Date: 05/31/2014 Amount: $632,909.70 Scope of Work: Drainage Improvements on Multiple Sites 2014 Roadway Improvements Multiple Sites Project No.: 20140014 Start Date: 07/01/2014 Completion Date: 07/01/2015 Amount: $437,418.48 Scope of Work: Roadway Improvements of Multiple Sites 2014- PTP Roadway Improvements for NW 74th Street Project No.: 20130202 Start Date: 8/3/2015 Completion Date: 1/24/2017 Amount: $6,447,929.22 Scope of Work: Roadway improvements along NW 74 Street, from NW 87 Avenue to SR-826. Widening the existing road from a five -lane undivided roadway to a six -lane divided roadway with turn lanes, bike lanes, raised medians, sidewalks, curb and gutters, a continuous storm drainage system, pavement markings and signage, traffic signalization, roadway lighting, landscaping, and irrigation. 2015 Roadway Improvements to NE-2nd Avenue from NE 69TH Street -NE 84TH Street (PTP) Project No.: 20150195 Amount: $ 10,203,400.00 Scope of work: Design Build of Complete Roadway Reconstruction, Drainage System, Water Main, Excavation, Grading, New subgrade, Base and Asphalt Pavement, New Concrete Sidewalks and Curbs. 2016 Drainage Improvements Project Multiple Sites Project No.: 20150119 Amount: $1,900,000.00 Completion Date: May 2017 Scope of work: Gravity Sewer, Force Main, Asphalt Pavement Restoration, Concrete 2016 Drainage Improvements Project Multiple Sites Project No.: 20150121 Amount: 1,068,836.80 Start Date: 04/11/16 Scope of work: Gravity Sewer, Force Main, Asphalt Pavement Restoration, Concrete 2016 Park & Ride Facility (PTP) Project No.: 306670-R Amount: $ 1,298,000.00 Scope of work: Park and ride facility (Parking Lot) 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7902 * Fax: 305-696-7903 Miami Dade County Water & Sewer Department 3071 SW 38 Ave, Miami, FL 33146 Contact: Nelson Cespedes Phone: 786 552 8142 E-mail: ncesp@miamidade.gov 2014 Furnish and Install 6", 8", and 10" DIP Force Main in NW 52nd Ave Completion Date: December 2014 Project Number: T1811 Amount: $775,281.75 Scope of Work: Water Main, Gravity Sewer and Force Main Miami -Dade County Transit 701 NW 1st Court Miami, FL Contact: H. Habibnejad, P.E. Phone: 786-473-5250 Northeast Transit HUB Enhancements 163rd St Mall Completion Date: February, 2016 Project Number: CIP101 Amount: $1,374,797.43 Scope of Work: Drainage & Roadway Improvements City of Miami 444 NW 2"d Ave, Miami, FL 33131 Contact: Eric Rush Phone: 954-682-9063 or 305-416-1298 E-mail: erush@miamigov.com Contact: Robert Fenton Phone: 786-263-2133 E-mail: rfenton@miamigov.com Contact: Maurice Hardie Phone: 305- 724-8840 E-Mail: mhardie@miamigov.com Contact: Jose L Oliveros Phone: 305-416-1049 E- Mail: jloliveros@miamigov.com 2013 Miami River Greenway NW 5th Street Bridge Extension Project No.: B-30336 Completion Date: October 2013 Amount: $896,818.25 Scope of Work: Road Improvements, Drainage System Installations, Milling and Resurfacing, New Sidewalks replacement, Striping, Landscaping 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7902'Fax: 305-696-7903 2013 Citywide Storm Sewer Repair Contract Project No.: M-0083 Completion Date: February 2014 Amount: $995,855.00 Scope of Work: Storm Sewer Repair 2013 Silver Bluff Drainage Improvements Project No.: B-30776 Completion Date: September 2013 Amount: $557,677.55 Scope of Work: Construction of New Drainage System 2013 DISTRCIT 3-Roadway, Traffic & Drainage Improvements Part II Project No.: B-40300, B-40303, B-40310, B-40311, B-40317 Completion Date: February 2014 Amount: $343,301.15 Scope of Work: Road Improvements, Milling & Resurfacing, Drainage Improvements, Curb & Gutter, Sidewalk Repairs, Striping, Signs, and ADA ramp upgrades 2013 Garden Storm Sewers -Phase I Project No.: B30183 Completion Date: June 2014 Amount: $776,678.50 Scope of Work: Design & Construction of Stormwater Drainage System, Milling & Resurfacing, Roadway Pavement, Reworking and Re -grading swales, Landscaping, Repair Sidewalks. 2015- Englewood Road Storm Sewer Improvements Phase II Project No: B30011 Completion Date: May, 2015 Amount: $1,896,806.72 Scope of Work: Drainage & Roadway Improvements. 2015- NW 33rd Street Roadway Improvements Project No: B30724 Start: March 2015 Completion Date: September , 2016 Amount: $5,899,864.98 Scope of Work: Water Main & Roadway Improvement. 2015- NE 2nd Avenue Roadway Improvements Segment B3 Project No: B78508 Start: May 2015 Completion Date: January, 2018 Amount: $4,267,512.44 Scope of Work: Roadway Reconstruction, New Storm Water System, Sidewalks, Curb and Gutters, Pavement Markings, Signage, Signalization, Decorative Lighting and Landscaping. 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7902*Fax: 305-696-7903 Port of Miami 1015 North America Way Miami, FL 33132 Contact: Bart Sanfilipo (Phone: 305-347-4988) Contact: Juan Bergouignan (Phone: 305-347-4974) Contact: Kari Garland Phone: 305-347-3235 or 305-905-2714 E-mail: kari@miamidade.gov 2012 Surface Lot E Taxi & Overflow Parking Lot Amount: $216,470.00 Completion Date: January 2013 Scope of work: Parking lot reconstruction, Asphalt Milling, New Asphalt, New Concrete 2014 Seaboard Marine Cargo Terminal Redevelopment Phase II Project No.: 2008-032.04 Amount: $6,196,835.57 Completion Date: February 2015 Scope of Work: Upgrading Existing Utility Infrastructure and Pavement for Approximately 8 Acres FOOT 1000 NW 111th Ave, Room 6203 Miami, FL 33172 Contact: John Bolton Phone: 305-654-7019 Fax: 305-654-7020 Contact: Sunday Enegieru Phone: 305-640-7103 Cell: 305-986-2754 Andres Berisiartu- Andres.Berisiartu@dot.state.fl.us 305-525-4976 2013 Golden Glades Interchange Park & Ride Lot Project Number: E6I10 Amount: $1,336,493.07 Completion Date: September 2014 Scope of Work: Rehabilitation and Improvement of Parking Lot T6339 Amount: $8,714,329 Completion Date: January 2018 Scope of Work: Flexible pavement reconstruction 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7902 `Fax: 305-696-7903 E6K59 Amount:$9,488,820.30 Completion Date: July 2018 Scope of Work: Pavement reconstruction to State Rd 968/SW 1st street from SW 17 avenue to east of SW 6th avenue Alvarez Engineers, Inc. 10305 NW 41 Street Suite 103 Doral, FL 33178 Juan R. Alvarez 305-640-1345 E-mail: Juan.Alvarez@AlvarezEng.com Waterstone Way Amount: $1,054,313.50 Scope of Work: Concrete, Drainage, Asphalt Striping, Manhole, Manhole, Sanitary Sewer, and 8" Water Main Beacon Tradeport Development District Amount: $120,000 Scope of Work: Concrete City of OPA-LOCKA 780 Fisherman Street Opa-Locka, FL 33054 Contact: Nasir Mohammad Phone: 786-382-7917 Fax: 305-953-2824 Email: mnacir@opalockafl.gov 2012 NW 143rd Street Drainage & Roadway Improvements Project Completion Date: June 2013 Project Number: 11-2012100 Amount: $468,644.80 Scope of Work: Installation of new Drainage System, Road Rehabilitation, Repair and Renovations of existing Sidewalks. 2013 Rutland Street Drainage Improvements Completion Date: May 2013 Project Number: 12-1607'100 Amount: $127,850.00 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7902*Fax: 305-696-7903 Scope of Work: Drainage Improvements 2013 Burlington Drainage Improvements Completion Date: June 2013 Project Number: 12-1712200 Amount: $463,529.45 Scope of Work: Drainage Improvements City of Hollywood 2600 Hollywood Blvd. Hollywood, FL Contact: Clece Aurelus Phone: 954-805-3681 Fax: 954-921-3258 E-mail: caurelus@hollywoodfl.org 2012 Distribution Piping Upgrades on N 56th Ave from Douglas Street to Stirling Road to N 58th Ave. Completion Date: February 2013 Amount: $930,000.00 Scope of Work: 8" Water Main and Site Restoration City of Sunny Isles Beach 18070 Collins Avenue Sunny Isles Beach, FL 33160 Contact: Helen Gray, PE Phone: 305-792-1913 Fax: 305-792-1641 E-mail: hgray@sibfl.net 2013 New Port Fishing Pier and Restaurant Utilities Completion Date: June 2013 Amount: $174,230.00 Scope of Work: 8" PVC Water Main Federal Highway Administration Eastern Federal Lands Highway Division 21400 Ridgetop Circle Sterling VA 20166-6511 Contact: Donald McIntosh Phone: 305-242-7771 E-mail: donald.macintosh@dot.gov 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7902*Fax: 305-696-7903 2013 Everglades National Park Completion Date: December 2013 Amount: $850,000 Scope of Work: Resurfacing & Rehabilitation of 1.09 miles of A -Loop Road (NPS Route 220), 1.26 miles of Long Pine Key Access Road (NPS Route 228), Superpave Asphalt Concrete Pavement Overlay, Pavement Markings and other Miscellaneous Work. City of North Miami 776 NE 125th Street North Miami, LF 33161-4116 Contact: Wisler Pierre Louis Phone: 305-895-9838 E-mail: pwisler©northmiamifl.gov 2014 Biscayne Boulevard Force Main Improvements Project No.: 19-13-14 Start Date: August 2014 Completion Date: April 2015 Amount: $1,428,656.25 Scope of Work: Resurfacing & Rehabilitation of Force Main and other Miscellaneous Work. Village of Virginia Gardens 6498 NW 38TH Terrace Virginia Gardens, FL 33166 Contact: J.W. "Butch" Martin Phone: 305-871-6104 E-mail: bmartin©virginiagardens-fl.gov NW 66t" Ave Improvements Project No.: 2016-0066 Completion Date: December 2017 Amount: $397,440.00 Scope of work: Roadway Improvements 2017 Village of Virginia Gardens Phase II Project Number: Village of Virginia Gardens Phase 11 Amount: $540,000.00 Completion Date: July 2017 Scope of Work: Sidewalk & ADA Improvements Jose M. Alvarez, President JVA Engineering Contractor, Inc. 6600 NW 32nd Ave Miami, FL 33147 Tel: 305-696-7902*Fax: 305-696-7903 10/3/2018 WebFOCUS Report Florida UCP DBE Directory Number of Records Returned: 1 Selection Criteria: Vendor : JVA ENGINEERING CONTRACTOR INC Vendor Name: JVA ENGINEERING CONTRACTOR INC DBE Certification: CERTIFIED MBE Certification: DBA: Former Name: Business Description: GENERAL & UNDERGROUND UTILITY & EXCAVATION CONTRACTOR Mailing AddressJ: 6600 NW 32ND AVENUE MIAMI, FL 33147- Contact Name: JOSE ALVAREZ Email: JMA@JVAENGINEERING.00M Statewide Availability: N Phone: (305) 696-7902 ACDBE Status: N Certified NAICS 236115 New Single -Family Housing Construction (except For -Sale Builders) 236116 New Multifamily Housing Construction (except For -Sale Builders) 236117 New Housing For -Sale Builders 236118 Residential Remodelers 236210 Industrial Building Construction 236220 Commercial and Institutional Building Construction 237110 Water and Sewer Line and Related Structures Construction 237120 Oil and Gas Pipeline and Related Structures Construction 237210 Land Subdivision 237310 Highway, Street, and Bridge Construction 237990 Other Heavy and Civil Engineering Construction 238110 Poured Concrete Foundation and Structure Contractors 238120 Structural Steel and Precast Concrete Contractors 238910 Site Preparation Contractors Run on :10/03/2018 Page: 1 Fax: (305) 696-7903 https://www3.dotstate.fl.us/ibi_apps/WFServlet 1/1 4 TYPE CIRECILJIIi.IVIENT:k..di gACODE 11.','rii Bfk-AND]ragaagf MOUTEMI-5.110---kfTgi YEAR PICK UP FC 0 0 2000 FORKLIFT FL-01 TOYOTA 524-0 1993 FORKLIFT FL-02 WIGGINGS WG206YAT2 2000 FORKLIFT' FL-03 DATSUN rG 1979 FORKLIFT FL-04 CATERPILLAR V330B 1989 FORKLIFT FL-05 CATERPILLAR DPL-40 2000 FORKLIFT FL-06 CLARK C-500-10-500 2000 FORKLIFT . FL-07 KOMATSU FG25-7 2000 FORKLIFT FL-08 CATERPILLAR 0 2000 FORKLIFT FL-09 TOYOTA 5FD45 2000 GRADERS G-01 HUBER M-600 .1970 GRADERS G-02 - JOHN DEERE 670-B 1988 GRADERS G-03 VOLVO G80 IVICR-03 2003 GRADERS G-04 CATERPILLAR 12M3 2016 PICK UP GJM 0 0 2000 PICK UP GMC-JO SE GMC 0 2015 PICK UP GSS 0 0 2000 PICK UP JC CHEVROLET SILVERADO K3500HD 2016 PICK UP JORGITO TOYOTA 5FD45 2000 LOADER L-01 CATERPILLAR 928-G 2001 LOADER L-02 CATERPILLAR 924-G 2004 LOADER L-03 CATERPILLAR CAT930K 2010 LOADER L-04 FIAT FR-15A 1985 LOADER L-05 CATERPILLAR 930K 2014 LOADER L-06 CATERPILLAR 930G 2006 CONCRETE MIXER TRUCK LEON-2 KENWORTH W900 1995 LIGHT TOWER LT-01 WACKER LTC4 2005 LIGHT TOWER LT-02 WACKER NEUSON LTN6 2010 LIGHT TOWER LT-03 WACKER NEUSON LTN6 2010 MAN LIFT ML-01 GROVE MZ46C 1978 20001 ,I PICK UP OWNER Dodge Dakota ROSCO R-01 EAGER BEAVER SRH-150 2000 ROLLERS R-02 ROSCO OELUXE ROLLPAC III 2000 ROLLERS R-03 INGRAM 4-A-6 2000 2000) ROLLERS R-05 DYNAPAC CA-15 ROLLERS R-06 DYNAPAC CC-102 1994 ROLLERS R-07 CATERPILLAR CB-214E 2006 ROLLERS R-08 DYNAPAC CA-252 D 2000 ROLLERS R-09 LEEBOY 400 2006, 2206 ROLLERS R-10 CATERPILLAR CB-434-D ROLLERS R-11 FERGUSON SP-912 2000 ROLLERS R-12 CATERPILLAR CB22 2013 ROLLERS . R-13 HAMM GRWS . 2000 ROLLERS R-14 HAMM 2320D 1998 ROLLERS R-15 HAMM HO 110 HE 2000 ROLLERS R-16 CATERPILLAR C8248 2015 ROLLERS R-17 CATERPILLAR CB-22 2000 ROLLERS • R-18 CATERPILLAR C5568 • 2015 ^ Type OUOUIPMENU---� ROUGH TERRAIN CONTAINER CRANE RTCC-01 GROVE RT5Oz 2000 ROUGH TERRAIN CONTAINER CRANE 8TCC-02 GROVE RT875cc 1990 ROUGH TERRAIN CONTAINER CRANE RTcc'03 GROVE 8T875Cc 2990 SKID STEER LOADER S'01 CATERPILLAR 216B aono SKID STEER Lo4oBR S'02 CATERPILLAR 216 SKID STEER LOADER S'oa CATERPILLAR 248 _2000 2002 SKID STEER LOADER 5-04 CATERPILLAR 268'o JuOs koSTEER LOADER a'us CATERPILLAR 272c 2010 SKID STEER LOADER S-oo CATERPILLAR 262o 2013 SKID STEER LOADER 5'07 CATERPILLAR 262o z016 SERVICE TRUCK sp01 CHEVRoGT C'Bsoo 2002 SERVICE TRUCK SF02 cMsYn0LET 3500-Ho 2007 SERVICE TRUCK spUs FORD LNDoon 1993 SERVICE TRUCK ST-0a MACK CXG12 2004 TRUCK sT-04 CHEY8oLET c5o04250005ades 2007 TRAILER 7-06 TRAILER O 2000 7nVcK To'01 oIVIc c7HU42 1999 TELcHANoLER TU'01 sRxNoALL 534C-6 1999 TACK MACHINE TM'07 LEEoOY TACK COAT TRAILER 3012 TRAILER TV'oz HOME O 1962 TRAILER TR-02 cVSx4 n 2002 TRAILER TR-03 HOsP 0 2001 TRAILER TR'04 Karavan KVsOs 7000 TRAILER TR'05 TRAILER 75'70 20O0 TRAILER TR-07 TRA| TK700G|AT 1998 TRAILER Tn-Oo CUsT 446 --1969 --- T8A|LER TR'og TRAILER 8 1981 TRAILER Tn^10 0UE O 1988 TRAILER TR'11 TRAILER o 2000 TRAILER TR-13 TRAILER o 20Oo TRAILER Tx'14 asNA 0 1971 TRAILER TV'15 TRAILER o 1994 TRAILER TR46 TRAILER 0 2000 TRAILER TR-17 TRAILER o zuOn TRAILER T8-18 TRAILER O zoOV TRAILER TR-19 V 0 2000 TRAILER TD'un PETER8|LT U 1996 TRAILER Tw-TJp-1 FoNA O 1989 TRAILER TD-T/P-2 FoNA u 1987 WATER PUMP wP'01 PERKINS u 2000 WATER PUMP VVP-02 YAMMAR O 2000 WATER PUMP YYP'03 JOHNoEERe 0 2080 WATER TANK TRUCK WT-01 INTERNATIONAL 0 1981 WATER TANK TRUCK WT-02 FORD F'800 1995 WATER TANK TRUCK \VT-03 INTERNATIONAL 4700 3001 WATER TANK TRUCK VrT-04 INTERNATIONAL ^4700 2001 ^ TYPE OF ' ��np� �� TRACTOR TRUCK z11 FREIGHTLINER FL-112 208V STEP VAN TRUCK 215 INTERNATIONAL METxO|| 1989 PICK UP 223 FORD RANGER 2004 MEDIUM DUTY TRUCK 224 |SVIU NPR 2017 Msu|UMoUTYYnVCK 225 CHGYROicT c-5500 2000 MEDIUM DUTY TRUCK ZZo CMEYRoLET c-5500 2006 PICK UP 227 cHEYROLsT 8(U/sxAoO'1500 2006 PICK UP Zxu cHEvnOL[T 51LVcxxD0-1500 2007 PICK UP zzy oHcYnoLcT S|LVcxAmo-1Suo 2087 PICK UP 230 CHEVRoLcT S|LVEx4Doa500 2008 PICK UP 231 FORD F'350 2006 PICKUP 232 pDRo F250XL 2004 PICK UP 233 Fo8o r-250XL 2000 PICK UP 234 cHEYRDLET 2007 MEDIUM DUTY TRUCK zaS `s|mERAuOeSUO GIVIC ca500 2003 PICK UP zaG GMC s|onazsOn 2004 MEDIUM DUTY TRUCK 237 GIVIc C4500 C4CO542 2005 VAN 738 cMEYROoT Up|ander 2007 VAN 239 CHe/nPLET EXPRESS 2011 PICK UP zoV CHEYROLET S|Lx[RAooKzsV0Ho 2011 MEDIUM DUTY TRUCK 2*1 |SUZU NPc7SKAH/As 2005 PICK UP 242 CUcVROLET gixERAoo'2snoHu JozS PICK UP 243 cUEVROLET y|LVERADOKssooHo 2013 PICK UP 244 cHsVRoLFr S(LVERAoO%%5Vuno 2015, 2003 MEDIUM DUTY TRUCK 245 oMc u5500 MEDIUM DUTY TRUCK 246 |SU7U NOB oOzG PICK UP xw cMEVROLET SILyERAuO'1500 2015 PICK UP 248 cHsVRoLcT S|LYcnAoomS0uHD 2014 MEDIUM DUTY TRUCK 249 |suzU NPR 2015 PICK UP 250 CHe/R0LrT S!LvEnAoo'15OO 2015 PICK UP 251 cHB/nOLET SiLVERAoo'15ou 2015 PICK UP 152 cHEVRoisT 8LYER4DO'25001,10, 2015 TRUCK 312 FORD L-9oou 1978 TRUCK 323 MAcK no6905 2000 TRUCK 314 INTERNATIONAL 7600 --- 2004 1998^ TRu[K 315 FORD LT8501 TRUCK 316 WAcK cV700 zogs TRUCK 317 MAcK aU713 2013 TRACTOR TRUCK 318 FoHo iT9000 1997 TRUCK 319 INTERNATIONAL 7600 zooG TRUCK 330 INTERNATIONAL 7600 2006 TRUCK 321 INTERNATIONAL 7600 2007 TRUCK 322 INTERNATIONAL 7600 2007 TRUCK 324 psTER0iT coNVENT|oNALs7o 1992 VACUUM TRUCK 325 FORD LNDOOo tyYo VACUUM TRUCK 326 INTERNATIONAL 2554 Series LEE.' / ^ TRUCK 328 STERLING LT8501 1998 TRUCK 329 rrcnUNG [0501 zmm TRUCK 330 MxcK CV713 2006 TRUCK 331 MxCK GV713 2007 TRUCK 332 STERLING 7501 1999, TRUCK 333 MACK Cv713 2005 TRUCK 334 MACK cV713 _ zUuz TRUCK 335 MAcK Cx713 7005 TRUCK 336 m4cK oV713 zUos TRUCK 337 MACK 700GU 2$11 TRACTOR TRUCK 338 INTERNATIONAL PR0SnA8 2012 TRUCK ysy MAc% CV700 3006 TRUCK 340 MAoK CV700 2001 TRUCK 341 MACK cHw61s 2005 TRUCK 342 INTERNATIONAL ,Von 2008 TRACTOR TRUCK 343 MAoK cV700 2Vb7 TRUCK 344 M4CK CV713 ' aoOz TRUCK 345 MACK C/700 2006 2012` TRUCK 346 M^Ck cHU600 TRUCK 347 MACK CV700 2007 TRACTOR TRUCK 348 KcNYVORTM 7BuO 2015 CONCRETE MIXER TRUCK sOz MACK oMoyO5 2005 CONCRETE MIXER TRUCK 502 MACK C013 unVs CONCRETE MIXER TRUCK 503 MAcK cV713 2004 CONCRETE MIXER TRUCK 504 MACK cvYOo 2004 CONCRETE MIXES TRUCK 505 MACK 700cT 2007 CONCRETE MIXER TRUCK 506 PETERa|LT Convention PV335 2006 CONCRETE MIXER TRUCK 507 pI�TEnB|Lr ComYcNT/Ow 2007 CONCRETE MIXER TRUCK 508 MACK CIS 2005 CONCRETE MIXER TRUCK 509 MACK CTP71S 2006 TRACTOR TRUCK 510 MACK CXN613 2007 CONCRETE MIXER TRUCK 511 MAcK aU'813 2008 CONCRETE MIXER TRUCK 512 INTERNATIONAL O zODo CONCRETE MIXER TRUCK 513 `INTERNATIONAL V 2000 CONCRETE MIXER TRUCK 514 MACK cY713(smAN|TE 2007 CONCRETE MIXER TRUCK 515 KxAoK cv71](GRAM|TE zOOS TRACTOR TRUCK 516 MACK CH600 1996 r CONCRETE MIXER TRUCK 517 rBERo|[[ 0 2006 CONCRETE MIXER TRUCK 518 YV�STERNSTAK 4900-SA 2004 coNcRcTEM|XERTRUCK 529 KcNWORTH W900 2005 |CONCRETE MIXER TRUCK 520 p[TGRg|LJ 335 2006 / CONCRETE MIXER TRUCK 521 aA1K o713 2005 CoNcnFrE MIXER TRUCK ( L Szz, PETERmiJ 357 2005 CONCRETE MIXER TRUCK 523 PETERBILT 357 2001 TRACTOR TRUCK 524 MACK CXV613 zuzB TRACTOR TRUCK 525 MACK CHU600 2008 CONCRETE MIXER TRUCK 526 INTERNATIONAL 5500 2006 CONCRETE MIXER TRUCK S27' MAcK 700cT 2005 | / Miami -Dade Branch 6600 NW 32 Ave Miami, FL 33147 Experience Ph: (305) 696-7902 Fax: (305) 696-7903 e-mail: jma@jvaenglneering.com Jose Mario Alvarez 2002-Current JVA Engineering Contractor, Inc. President 2016 Miami -Dade County-PTP Roadway Improvements for NW 74th Street from NW 87th Avenue to SR 826, widening and reconstruction of the existing road from a five -lane undivided to a six -lane divided roadway with turn lanes, bike lanes, raised median, sidewalks, curb & gutter, continuous storm drainage system, pavement markings and signing, traffic signalization, roadway lighting, landscaping and irrigation 2015 Miami -Dade County NE Transit HUB Enhancements on 163rd Street Installation of a new drainage system, flexible and rigid concrete pavement, milling and resurfacing, bike path, fencing, curb and gutter, sidewalks with ADA ramps, landscaping, lighting, pavement markings, signalization, signage, new Miami -Dade Transit (MDT) bus shelters, bike racks, trash receptacles 2015 City of Miami -NW 331t1Street Roadway Improvements, Water Main & Roadway Improvements 2014 Port of Miami -Seaboard Marine Cargo Terminal Redevelopment Phase II, Upgrading Existing Utility Infrastructure and Pavement for Approximately 8 Acres 2015 City of Miami -Englewood Road Storm Sewer Improvements Phase II, Drainage & Roadway Improvements 2013 City of Miami -Garden Storm Sewer, Design & Construction of Stormwater Drainage System, Milling & Resurfacing, Roadway Pavement, Reworking and Re -grading swales, Landscaping, Repair Sidewalks 2013 City of Miami -Silver Bluff Drainage Improvements, Construction of New Drainage System 2013 City of Miami- Citywide Sewer Repair Contract, M-0083 Installation and Repair of the Storm Sewer system at locations citywide 2013 City of Miami- Miami River Greenway NW 5th Bridge Extension Furnishing all materials, labor, and equipment, necessary for road improvements, drainage system installations, milling and resurfacing, new sidewalks replacement, striping, signs, landscaping, hardscape, decorative street and pedestrian lighting, and ADA compliant ramps 2012 City of Hollywood- Distribution Piping Upgrade for Existing Condition N 56th Ave from Douglas Street to Stirling Road to N 58th Avenue , Furnish and Install 8-inch D.I. Pipe and all D.I. Fittings 2012 Miami -Dade Water & Sewer Improvements -Furnish & Install 36-Inch D.I. Water Main in NW 87th Avenue, Approximately 1,905 LF of 36-lnch and 25 LF of 6-inch ductile iron pipe and fittings for a water main in NW 87th Avenue from NW 154 Street to NW 186 Street, Section 10, 15, and 16 2011 Miami -Dade Water & Sewer Improvements-Perrine/Cutler Ridge Water & Sewer Improvements Basin A P0067- 4,991 LF of Water Main Installation, 5,035 LF of Sanitary Sewer Installation and 848 LF of 12" Gravity Sewer Installation, Sewer Lateral Installations and Restoration 2011 Miami -Dade Aviation Department- MIA NW 67th Ave and NW 36th Street Intersection Improvements, Land Clearing, Excavation, Earthwork, Pre - Stressed Concrete Pipe Storm Sewer Distribution, Subgrade, Base and Asphalt Pavement 2011 City of Miami- Kinloch Storm Sewer and Road Construction Project, Storm Drainage Distribution, Asphalt Pavement, and Concrete Work f2010 Marlins Ballpark, Storm Water Distribution 2009 Miami -Dade Water & Sewer- 8" Water Main Extension, Excavation Water Main Distribution, Restoration including Asphalt Pavement, and Concrete work 2009 Miami -Dade County Water & Sewer Department, NAP Misc. 12" Sanitary Sewer and Force Main Improvements, sanitary sewer and force main replacements, asphalt restoration, concrete restoration. 2009 Miami -Dade County Water & Sewer Department, Pump Station No. 57 Upgrade Sewage Pump Station including place suitable backfill material; refurbish wet well; efectrical work, concrete sidewalk; and restoration 2009 Miami -Dade County Water & Sewer Department, Pump Station No. 46 Upgrade Sewage Pump Station including place suitable backfill material; refurbish wet well; electrical work, concrete sidewalk; and restoration 2009 Port of Miami, Cruise Terminal D&E Runway Extension for PBB and Mooring Bollards Construction of reinforced concrete runway and wheel pad slabs; compression auger cast piles; mooring bollards foundation concrete caps; tension auger cast piles; procurement and installation of six mooring bollards and demolition of abandoned electrical bays 2009 Port of Miami, Fender/Curb/Pad Eye Plate Repairs And Installation - Gantry Area Installation of fenders, pad eyes, and curbs for seawall. 2008 Miami -Dade Public Works, Rdwy Widening of 97th Ave Clearing & Grubbing, Excavation, Limerock Base, Milling, Paving, Concrete Work, Fencing & Guardrails, Electrical Work, Roadway Widening Signage, Pavement Markings & Signage, and Construction of New Roads 2008 Alvarez Engineers, Waterstone Way Widening at SW 312 St Clearing & Grubbing, Excavation, Limerock Base, Milling, Drainage, Manhole Installations, Paving, Concrete Work, Fencing & Guardrails, Electrical Work, Roadway Widening Signage, Pavement Markings & Signage 2008 FDOT, SR 959 Rdwy Improvements Excavation, Drainage Limerock Base, Milling, Paving, Signage, Pavement Markings 2008 John Moriarty & Associates of Florida Icon Brickell Site Work, Storm Drainage System, Sanitary Sewer System and Water Distribution, Asphalt Pavement, Concrete Work, Pavement Markings & Signage 2008 Miami -Dade Water & Sewer Department, Nap Misc. 12" Sanitary Sewer and Force Main Project Installation of 12" DIP Sewage Force Main, 12" DIP Gravity Sewer, Manhole installation and Pavement Repairs 2008 Miami -Dade County Water & Sewer Department, Installation of 24" DI Water Main, Construction of 24" Iron Ductile Water Main sub aqueous crossing canal C103 2008 Village of Pinecrest, Public Works Complex Drainage and Asphalt Resurfacing, Drainage and Asphalt Resurfacing 2008 City of South Miami, City Hall Water Main Improvements. Installation of 12" Water Main along Sunset Dr. and Asphalt Restoration 2008 Miami -Dade County, WASD Roadway Rehabilitation, Street Asphalt Pavement Rehabilitation 2008 Coreland Construction Co, Opa-Locka Head Start Facility, Storm Drainage System, Sanitary Sewer System, Water Distribution, Asphalt Pavement 2007 Miami -Dade County Park & Recreation Department, Biscayne Garden Park Improvements, Grading, Drainage, & Sidewalk 2007 KM Plaza, Town Center One at Dadeland, Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution 2007 Tri - C Construction Co, Inc. - CVS Pharmacy #6732 87 & Flagler Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution 2007 Robertson Properties Group — Nationwide Theaters, W. Flagler St Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution 2007 City of Sweetwater — Various Street Improvements Storm Drainage System, Sidewalks & Asphalt Paving 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower II Site Work, Storm Drainage System, Sanitary Sewer System and Water Distribution 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower Ili Site Work, Storm Drainage System, Sanitary Sewer System and Water Distribution 2005 Tri - C Construction Co, Inc. - CVS Pharmacy #5897 37th & 199th Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution 2005 Tri - C Construction Co, Inc. - CVS Pharmacy #7131 Kendall & 127th Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution Certifications 2009-2012 Army Corp of Engineers- Quality Control Manager 2010 OSHA 30-Hour State of Florida Certified General Contractor #CGC1516849 Certified Underground Utility Contractor #CUC1224696 Broward License Primary Pipelines License # 07-1A14144-X Major Roads License # 07-3A-14148-X Miami Dade County License Engineering Contractor License # E221300 Education 2002—Current Miami Dade Community College Miami, FI Associate in Arts 1999-2002 South West High School Diploma Miami, FI High School Diploma 6600 NW 32nd Ave Miami, FL 33147 305-696-7902 305-696-7903 Certified: 8(a), CSBE, SBE, DBE, MBE, SECTION 3, FDOT, HUBZone Cesar R. Gonzalez Project Manager ACADEMIC BACKGROUND Fall 1994 Bachelor of Science Degree in Civil Engineering, Florida International University in Miami, Florida. LICENSE STATE GENERAL CONTRACTOR LICENSE Issued: Decernberl5, 2001 EXPERIENCE Twenty Years of Professional Experience in Civil and Environmental Engineering. April 2009 to Civil Engineer/Project Manager, JVA Engineering Contractor, Inc Present He directs the projects undertaken by JVA Engineering, oversees implementation of each project's quality control and safety plan, and all aspects of implementation for projects with values ranging from $50,000 to $20,000,000. Sep. 2007 to General Contractor, Present Building new construction of single family homes, commercial and residential additions by own Contractor's Company. August2004 to Senior Project Manager, City of Miami Department of Capital , Sep. 2007 Improvements Advance professional and administrative work with management responsibilities, planning, directing, designing and coordinating the activities of project managers and the staff of C.I.P. to city wide engineering projects to ensure that goals or objectives are accomplishes within prescribed time frame and funding parameters. Supervision is exercised over project managers, engineers and construction professionals, and administrative or related staff. Oct. 2002 to Project Manager, City of Miami Department of Capital Improvements. August 2004 Planning, design, and construction of capital improvements projects involving storm sewers, storm water pump stations and drainage wells, road reconstruction and street resurfacing. Supervise the preparation of finished plans and specifications for CIP projects. Supervise and assist inspectors in overseeing construction work. Plan, assign, and supervise the work of an engineering team within the Civil Engineering Division of the Department of Capital Improvements Programs. Serve as a technical member of the Consultant selection Committee for the procurement of professional engineering services of CIP projects. June. 1996 to Civil Engineer I, City of Miami Department of Public Works. Oct. 2002 Senior Project Manager for a variety of complex public works projects under Civil/ Highways/ Environmental category fromdesign to construction phase including preparation of bid specifications, field inspection, and complete coordination with utility companies and other public and private agencies. Experienced in water main design, sanitary sewer design, parking lot development including calculations and irrigation systems, and roadway and drainage improvements. Oversee Public Works Consultant projects using and implementing best management practices. Assigned to daily supervision of plans review under Building and Zoning Department and also Hearing Boards. Prepare and execute Covenants for non standard improvements in the public right of way in coordination with several City Departments. Nov. 1995 to Engineer Technician III, City of Miami Department of Public Works. June 1996 Assigned to perform line and grade inspections for P.W. under the Construction Division. Assists project manager in providing inspection services on complex project during construction and coordinating with the neighbors. April 1992 to Engineering Assistant, City of Miami Department of Public Works. Nov. 1995 Assisted Professional Engineers in editing designs in computer, locating underground details for engineering projects, and field inspections (Topography and Leveling). SKILLS Speak and write fluently in English and Spanish (native speaker). Proficient with ACAD 2000 , EXCEL, WORD and WINDOWS NT. Very familiar with the permitting process at MDWASD, DERM, Florida Department of Health, MIA.MI- DADE Public Works. REFERENCES Available upon request.