HomeMy Public PortalAbout2016-17 Selecting V Engineering and Consulting Corp for the Stormwater Master Plan Tier 1 ImprovementsRESOLUTION NO. 2016-17
A CAPITAL PROJECT AUTHORIZING RESOLUTION OF
THE VILLAGE COUNCIL OF THE VILLAGE OF KEY
BISCAYNE, FLORIDA, SELECTING V ENGINEERING &
CONSULTING CORP. FOR THE STORMWATER MASTER
PLAN TIER 1 IMPROVEMENTS — HIGH TIDE MITIGATION
PROJECT; PROVIDING FOR AUTHORIZATION; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Village of Key Biscayne, Florida (the "Village") recently sought proposals
for the Stormwater Master Plan Tier 1 Improvements — High Tide Mitigation Project (the "Project");
and
WHEREAS, after review and consideration of the proposals submitted, the Village staff
recommended that the Village Council select V Engineering & Consulting Corp. ("VE&C") for the
Project as being the lowest responsive responsible bidder; and
WHEREAS, the Village Council desires to select VE&C for the construction of the Project,
and authorizes the Village Manager to enter into an agreement with VE&C, consistent with its bid
attached hereto as Exhibit "A;" and
WHEREAS, the Village Council finds that this Resolution is in the best interest and welfare
of the residents of the Village.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE
VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS:
Section 1. Recitals Adopted. Each of the above stated recitals are hereby adopted,
confirmed and incorporated herein.
Section 2. VE&C Selected. The Village Council hereby selects VE&C to construct the
Project for a lump sum amount of $733,079.00 as further provided in the proposal attached hereto
as Exhibit "A."
Section 3. Village Manager Authorized. The Village Manager is hereby authorized
to execute an agreement with VE&C for construction of the Project for a lump sum amount of
$733,079.00 consistent with the proposal attached hereto as Exhibit "A," subject to the Village
Attorney's approval as to form, content and legal sufficiency.
Section 4. Effective Date. This Resolution shall be effective immediately upon
adoption.
PASSED AND ADOPTED this 28th day of June , 2016.
/Pk, a
MAYOR IVIAYRA PEA LINDS1AY
ATT
CONCHITA H. ALVAREZ, MMC, VILLAGE CL
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
2
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
SECTION 00300
PROPOSAL
EXH I BIT "A"
IMPLEMENTATION OF STORMWATER PLAN: TIER 1 IMPROVEMENT— HIGH TIDE MITIGATION
VILLAGE OF KEY BISCAYNE, FLORIDA
Village Clerk's Office
Village of Key Biscayne Village Hail
88 W. McIntyre Street
Key Biscayne, Florida 33149
The undersigned, as Bidder, hereby declares that the only person or persons interested in the Proposal, as principal or
principals, is or are named herein and that no other person than herein mentioned has any interest in the Proposal of the
Contract to which the work pertains; that this Proposal is made without connection or arrangement with any other person,
company, or parties making a bid or proposal and that the Proposal is in all respects fair and made in good faith without
collusion or fraud.
The Bidder certifies that the bidder is not a nonresident alien, or a foreign corporation/entity formed under the laws of a
country other than the United States.
The Bidder further declares that it has examined the site of the work and that from personal knowledge and experience, or
that it has made sufficient observations of the conditions of the proposed Project Site to satisfy itself that such site is a
correct and suitable one for this work and it assumes full responsibility therefore, that it has examined the Drawings and
Specifications for the work and from its own experience or from professional advice that the Drawings, including bid item
quantities, and Specifications are sufficient for the work to be done and it has examined the other Contract Documents
relating thereto, including the Notice of Bid Invitation, Instructions to Bidders, Proposal, Contract, General Conditions,
Supplementary Conditions, Special Conditions, Technical Specifications, Drawings and has read all addenda prior to the
receipt of bids, and that it has satisfied itself fully, relative to all matters and conditions with respect to the work to which
this Proposal pertains.
The Bidder proposes and agrees, if this Proposal is accepted, to contract with the Village of Key Biscayne (Owner), in the
form of contract specified, to furnish all necessary materials, all equipment, all necessary machinery, tools, apparatus,
means of transportation, and labor necessary to complete the work specified in the Proposal and the Contract, and called
for by the Drawings and Specifications and in the manner specified.
The Bidder further proposes and agrees to comply in all respects with the time limits for commencement and completion
of the work as stated in the Contract Form.
The Bidder further agrees that liquidated damages, as stated in the Contract Form, constitute fixed, agreed, and liquidated
damages to reimburse the Owner for additional costs to the Owner resulting from the work not being completed within the
time limit stated in the Contract Form and not as a penalty.
The undersigned agrees that, in case of failure on its part to execute the said Contract, Performance and Payment Bonds
within the ten (10) consecutive working days after the award of the Contract, the Bid Guarantee accompanying his/her bid
and the money payable thereon shall be paid to the Owner as liquidation of damages sustained by the Owner; otherwise,
the Bid Guarantee accompanying the Proposal shall be returned to the undersigned after the Contract is signed and the
Performance and Payment Bonds are filed.
The undersigned agrees to accept in full compensation therefore the total of the lump sum prices for the items named in
00300-1
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
the following schedule, based on the quantities contained within this bid form. Furthermore, the undersigned has checked
these quantities and agrees that bid quantities are correct and adequate to complete the job in its entirety, as described in
the contract documents.
Bidder's Certificate of Competency No. laaaa23g,
Bidder's Occupational License No. �� 15b81CO
Acknowledgement is hereby made of the following Addenda received since issuance of the Bid Package Project Manual:
Addendum No.: Date: Addendum No.: Date:
Addendum No.: Date: Addendum No.: Date:
Addendum No.: Date: Addendum No.: Date:
Attached hereto is a cashier's check on the
Bank of
or Bid Bond for the sum of Dollars
made payable to the Village of Key Biscayne, Florida
($
NI V. -CC: 2 -VA
(Name f Bidder)
(Title of Officer)
(Affix Seal)
a re of Officer)
ccrs�l�� Cv12r2
(Affix Seal)
L.S.
L.S.
Address: C3/9 ,5-lAJ 3 P(JQd) e 3'40
Co: ) "l jU+;ii State: F Iori
T e full narJ1 s, and residences of persons and firms interested in the foregoing bid, as principals are as follows:
4
t1k ck
Name of the executive who will give personal attention to the work:
00300-2
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
LIST OF MAJOR SUB -CONTRACTORS
IMPLEMENTATION OF STORMWATER PLAN: TIER 1 IMPROVEMENT — HIGH TIDE MITIGATION
VILLAGE OF KEY BISCAYNE, FLORIDA
Bidders are required to list with the Proposal, on this sheet all major sub -contractors included for the prosecution of the
work. Failure to complete the list may be cause for declaring the Proposal irregular.
The successful bidder shall employ the sub -contractors listed hereunder for the class of work indicated, which list shall not
be modified in any way without the written consent of the Village of Key Biscayne.
The Bidder expressly agrees that:
1. If awarded a contract as a result of this proposal, the major sub -contractors used in the prosecution of the work
will be those listed below.
2. The Bidder represents that the sub -contractors listed below are financially responsible and are qualified to do the
work required.
Category or
Class of Work
Name of Sub Com.ractor Address
U /P
00300-3
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
BID FORM
IMPLEMENTATION OF STORMWATER PLAN: TIER 1 IMPROVEMENT — HIGH TIDE MITIGATION
VILLAGE OF KEY BISCAYNE, FLORIDA
Bid unit prices stated in this proposal include all costs and expenses for labor, equipment, materials, contractor's overhead
and profit. Unit prices for the various work items are intended to establish a total price for completing the project in its
entirety. The Contractor shall include in the Bid price any work item and materials for which a separate pay item has not
been included in the Bid Form. All work and incidental costs shall be included for payment under the several scheduled
items of the overall contract, and no separate payment will be made therefore.
Item
No
001
Description
General Requirements & Conditions (Insurance, permits LS
bonds, temp. facilities, performance guarantee, etc.)
Unit
Quantity
1
Unit
Price
d
R 75i0�'
Amount
.00
)I �5i0�
002
Mobilization (60%) / demobilization (40%)
LS
1
lip1c.a+
117 Oc O , p0
003
Maintenance of Traffic
LS
1
1
7510pp a°
$10,000.00
?$'600.
$10,000.00
004
Allowance for Traffic Signalization Adjustments (includes
all repairs/replacement of existing infrastructure)
LS
005
Allowance for Indemnification
LS
1
$10.00
$35ao.°°
$10.00
006
Furnish and Install Inlet, Type D, J -bottom, <10' (48"x48")
(Includes all piping, necessary work and items required
to connect structure into existing drainage system)
EA.
4
ad
16 1 4,604 .
007
Furnish and Install Inlet, Type D, P -bottom, <10'
(36"x36") (Includes all necessary work and items
required to connect structure into existing drainage
system)
EA.
2
$31500Q°
t 71 OOtl , ••
008
Furnish and Install Inlet, Type H, J -bottom, <10' (72"x72")
(Includes all necessary work and items required to
connect structure into existing drainage system)
EA.
1
10, 000. oo
to 1000 . 04
009
Furnish and Install structure bottom replacement, 1-
bottom, <10' (48"x48") (Includes all necessary work and
items required to connect structure into existing
drainage system)
EA.
1
$5 500 cro
ks 5 ea. ti
010
Furnish and Install structure bottom replacement, J-
bottom, <10' (72"x72") (Includes all necessary work and
items required to connect structure into existing
drainage system)
EA.
3
kI O1oao.
3d, OQo ."c
011
Furnish and install drainage manhole (Traffic Rated),
<10', (48"x48")
EA.
3
&..6,543o.`"'
op c•
$ l%, 5
012
Furnish and install drainage manhole (Traffic Rated),
<10', (36"x36")
EA.
1 p11oOU•`°c�
ar 8od•�
013
Furnish and Install Control Structure (Refer to
Construction Plans for Details)
EA.
1
a5, 000•-4
d-5, ''c
014
Furnish and Install 2" of Type S I I I Asphalt Concrete
(Per FDOT Standards)
TON
20
0 f a0 .00
4 ai Li6o ,GQ
015
Furnish and Install 10" of Limerock Base (Compacted to
98% of Max Density Per AASHTO T-180)
SY
200
� k8.00
'1
ao
,31(000 •
016
Furnish and Install 12" of Stabilized Subgrade
(Compacted to 95% of Max Density per AASHTO T-180)
SY
475
Qv
IL , oU l % (Do.
00300-4
Implementation of Stormwater Master Plan
Tier 1 Improvements - High Tide Mitigation
Village of Key Biscayne
No Description
017
Furnish and Install herringbone brick paver
Unit
SY
Quantity P ncP
50 i 1 •Oc)
Amount
i 5,aoO •
018
Furnish and Install 1 -inch Sand Bed
SY
50 . 10. Go
cif
i \000 .
019
Furnish and Install 4 -inch concrete sidewalk, 6 -inch think
at driveways (Min Compressive Strength = 5000 psi)
SY
75 G�j.(!Q
'!► 4i D75. 00
020
Furnish and Install Type F Curb and Gutter (Min
Compressive Strength = 5000 psi)
LF
75 ��. �U
(�
M' ( j7�j o�
021
Furnish and install sodding (Includes top soil, watering)
SY
300 '1 7.0Q
ICJQO • "
022
Furnish and Install Inline check valve (8 -inch DIA.)
EA.
1 7(000.'
7 O 0C). °"
023
Furnish and Install Inline check valve (12 -inch DIA.)
EA.
3 • '1��.
,�,Soo • a°
024
Furnish and Install Inline check valve (15 -inch DIA.)
EA.
1 \ 8 o `•
'cocci:,
81 ooci . `"
025
Furnish and Install Inline check valve (18 -inch DIA.)
EA.
1 q,
q, az) • c.
026
Furnish and Install Inline check valve (20 -inch DIA.)
EA.
1 10400. °o "
� ( oOa • °c'
027
Furnish and Install Inline check valve (24 -inch DIA.)
EA.
3 I� (5,000:'
45,040 •°°
tb a 0 coo."'"
028
Furnish and Install Inline check valve (30 -inch DIA.)
EA.
1 ++' a0 o4.'•
029
030
Furnish and Install Inline check valve (48 -inch DIA.) EA.
SUBTOTAL ITEMS No. 1 THROUGH
2 �{• 5o d0•
No. 29 (ON BID TABLE)
" •SO coo. oo
'I 6 .yam
031
15% CONTINGENCY (15% OF "ITEM 30"ON BID TABLE)
(Utilized at Discretion of Village ONLY)
1 b' (D19 •ad
032
GRAND TOTAL OF BID (ITEM No. 30 + ITEM No. 31)
b 733 379.°0
Allowance Items are paid based on discretion of the Village and upon submittal of invoices detailing costs to perforrii related "work.
.ics• it4\ co�-Q
Name of Bidder L
Grand Total (Base Bid) in Figures (Lump Sum):
Signature of Bidder
33,079.E
Grand Total (Base Bid) Written (Lump Sum): SeXer1 hors ,a k-. �h 2.eL' vfrlrld
n r e aolla(2 ckr'A ze.(2.0 cea+5 .
Bidder:V �, tfleQleafK1 C c 30-VM COW-
BY tli� VU ?� �J `J
Title: �\dQ.eVg'
Telephonel$c. Licpbqtc,
00300-5
Fax:T(4005)8
END OF SECTION
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
SECTION 00350
BIDDER'S QUESTIONNAIRE
Submitted to: the Village of Key Biscayne, Florida:
V By (Bidder Name) V %rcit'nFst.'(:A C4MSiIN:1 (-64•
Principal Office (Address) Olq 111 M 1A.^A\ i & 33 WI
1. How many years has your organization been in business as a General Contractor under your present business
name?
'ears
2. What current occupational licenses does your organization have authorizing it to do the work contemplated in
t is Cop.trag_ 6,7
3. State of Florida Occupational License (State type and number):
4. Federal I.D. No: I5o1 16473
S. Dade County Certificate of Competency (State type and number):
VA(9 -3?—
Please include copies of above licenses and certifications with proposal.
6. How many years of experience in similar work has your organization had?
a) As a General Contractor b 11,5
b) As a Sub -Contractor �t7q�5
c) What contracts has your organization completed? State below and following page:
Contract Name (or Title)
Contract
Amount
Date
Class of Work
Completed
Name and Andress of Owner
5Ct
CaktAcile-- CA -
00350 -1
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
Contract Name (or Title)
Contract
Amount
Class of Work
Date
Completed
Name and Address of Owner
00350-2
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
7. Ho many contracts has your organization had for the actual construction of municipal projects?
List the detailed experience below:
Owner Name &
Tele hone Number
Project Name Date Completed
'tee., oftu , 2-4..
8. Are you a Certified Small Business Enterprise (SBE) Contractor with Miami -Dade County, (Internal Services
Department (ISD))?
Yes
9. Have you ever failed to complete any work awarded to you?
No
10. If so, where and why?
11. Has an officer or partner of your organization ever failed to complete a contract handled in his own name?
12. If so, state name of individual, name of owner, and reason thereof:
13. I_ n N1-1
va ther lines of business are you financially interested or engaged?
00350-3
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
14. Give references as to experience, ability and financial standing. em
15. haa.
t equipment do you own that is available for the proposed work and where is it located?
16. Financial Statement:
1 IPQ. S\.1‘Orti\ \c bQu)
17. What Bank or Banks have you arranged to do business with during the course of the Contract should it be
awarded to you?
( e r1 Qt\' -
18. Prior Experience with In -line Check Valves and High Tide Mitigation Projects"
I hereby certify that the above answers are true and correct.
Name of Bidder V \l' eQ e2.1 c \ y `-"'''"1', (Affix Seal)
Signature of Officer
Title of Officer
00350-4
END OF SECTION
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
CERTIFICATES AS TO CORPORATE PRINCIPAL
I, k Q\\% Nia\ certify that I am the Secretary of the Corporation named as
Principal in the within bond; that\\`J- V `%i\CLeS who signed said
bond on behalf of the principal, was then TO1A4' of said corporation;
that I know his signature, and his 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.
State of Florida)
Ss
County of Miami -Dade)
(Corporate Seal)
Before me, a Notary Public duly commissioned, qualified and acting, personally appeared -F2>> VC? L' `3
to be well known, who being by me first
duly sworn upon oath, says that he is t e Attorney in Fact, for the
and that he has been authorized by e•)( l i1ezt-1 CQntoW1,Y'� Co le p to execute the
foregoing bond on behalf of the Contractor named therein in or of the Owner, the �f
Sworn and Subscribed to before me
(Attach Power of Atto
to original Bid Bond) 9/j9( %i
My Commission Expires: e7( ` V
day of
,J4, SAMANTHA M DIAZ
MY COMMISSION #FF160079
,‘",,:r.0,-,,;;?`". EXPIRES September 16. 2018
.0v Fiwitl.NotaryScryice.corn
END OF SECTION
00410-3
20 tco
, A.D.
ry Public State lorida at arge
V ENGINEERING & CONSULTING CORP.
June 7,2016
Re: REFERENCE
R-1 FIRM NAME: MIAMI-DADE WATER & SEWER
CONTACT INDIVIDUAL: PETER VIGIL
ADDRESS: 3575 S. LE JEUNE RD, MIAMI, FL. 33133
TELEPHONE: 305-205-5152
EMAIL: VIGILP@MIAMIDADE.GOV
SCOPE OF WORK: WATER MAIN INSTALLATION; SEWER MAIN INSTALLATION, TREATMENT PLANT WORK
R-2 FIRM NAME: MIAMI-DADE WATER & SEWER
CONTACT INDIVIDUAL: ROBERT STEBBINS
ADDRESS: 3575 S. LE JEUNE RD, MIAMI, FL. 33133
TELEPHONE: 305-794-2673
EMAIL: RSTEBB@MIAMIDADE.GOV
SCOPE OF WORK: WATER MAIN INSTALLATION; SEWER MAIN INSTALLATION, TREATMENT PLANT WORK
R-3 FIRM NAME: MIAMI-DADE WATER & SEWER
CONTACT INDIVIDUAL: JORGE OLIVERO
ADDRESS: 3575 S. LE JEUNE RD, MIAMI, FL. 33133
TELEPHONE: 786-299-9011
EMAIL: JOLIV@MIAMIDADE.GOV
SCOPE OF WORK: SEWER MAIN INSTALLATION, TREATMENT PLANT WORK
R-4 FIRM NAME: KJMLEY HORN & ASSOCIATES
CONTACT INDIVIDUAL: JUAN JIMENEZ
ADDRESS: 1221 BRICKEL AVE, UNIT 400, MIAMI, FL, 33131
TELEPHONE: 786-368-5365
EMAIL: JUAN.JIMENEZ@KIMLEY-HORN.COM
SCOPE OF WORK: CHARACTER REFERENCE
2929 SW 3 AVENUE, MIAMI, FL. 33129 • Phone: 305.342.5568 • VEC.CORP@YAHOO.COM
R-5 FIRM NAME: CITY OF PLATATION
CONTACT INDIVIDUAL: DANIEL EZZEDINE
ADDRESS: 1776 NW 85" AVE, PLANTATION FL, 33322
TELEPHONE: 954-249-6480
EMAIL: DEZZEDDINE@PLANTATION.ORG
SCOPE OF WORK: SITEWORK, STRUCTURAL CONCRETE
R-6 FIRM NAME: CITY OF N. MIAMI BEACH
CONTACT INDIVIDUAL: CARLOS RIVERO
ADDRESS: 1601 NE 164 STREET, MIAMI, FL. 33162
TELEPHONE: 305-318-3029
EMAIL: CARLOS.RIVERO@CITYNMB.COM
SCOPE OF WORK: SITEWORK, STRUCTURAL CONCRETE
R-7 FIRM NAME: MIAMI DADE COUNTY DERM
CONTACT INDIVIDUAL: JUAN CURIEL
ADDRESS: 111 NW I STREET, MIAMI FL.
TELEPHONE: 305-310-0472
EMAIL: CURIEL@MIAMIDADE.GOV
SCOPE OF WORK: DRAINAGE; CLEANING, REPAIR
R-8 FIRM NAME: MIAMI DADE COUNTY AVIATION DEPARTMENT
CONTACT INDIVIDUAL: ALEX MONTALVO
ADDRESS: MIAMI INTERNATIONAL AIRPORT
TELEPHONE: 305-876-7513
EMAIL: AMONTALVO@MIAMIDADE.GOV
SCOPE OF WORK: WATERMAIN INSTALLATION
R-9 FIRM NAME: 300 ENGINEERING GROUP
CONTACT INDIVIDUAL: FRANKLIN A. TORREALBA
ADDRESS: 8425 NW 68 STREET, MIAMI, FL. 33166
TELEPHONE: 305-763-9829
2929 SW 3 AVENUE, MIAMI, FL. 33129
EMAIL: FATORREALBA®300ENGINEERING.COM
SCOPE OF WORK: DRAINAGE: PUMP STATION, WATER SERVICE
2929 SW 3 AVENUE, MIAMI, FL. 33129
V ENGINEERING & CONSULTING CORP.
June 7, 2016
Re: PROJECTS
FIRM NAME: M1AM1-DADE COUNTY AVIATION DEPARTMENT
PROJECT NO: EDP -AV -SR -NI I9A
PROJECT NAME/DESCRIPTION: MIA WATER DISTRIBUTION SYSTEM INFRASTRUCTURE IMPROVEMENTS
FIRM NAME: MIAMI-DADE COUNTY PARKS AND RECREATION
PROJECT RPQ: 115855
PROJECT NAME/DESCRIPTION: HAULOVER PARK MARINA - UTILITIES FOR DRY DOCK
FIRM NAME: CITY OF NORTH MIAMI BEACH
PROJECT ITB: 2015-05
PROJECT NAME/DESCRIPTION: CORONA DEL MAR NEIGHBORHOOD FORCE MAIN EXTENSION
FIRM NAME: MIAMI-DADE WATER & SEWER
PROJECT RPQ: T1756
PROJECT NAME/DESCRIPTION: WATER SERVICE CONVERSION FROM REAR TO FRONT
FIRM NAME: MIAMI-DADE WATER & SEWER
PROJECT RPQ:T1759
PROJECT NAME/DESCRIPTION: WATER SERVICE CONVERSION FROM REAR TO FRONT
FIRM NAME: MIAMI-DADE WATER & SEWER
PROJECT RPQ:TI794
PROJECT NAME/DESCRIPTION: PROPOSED 8 -IN WATER MAIN.
FIRM NAME: MIAMI-DADE WATER & SEWER
PROJECT RPQ:TI833
PROJECT NAME/DESCRIPTION: EMERGENCY 20 -IN FLUSHING WATER INSTALLATION IN VIRGINIA KEY SEWER
TREATMENT PLANT
2929 SW 3 AVENUE, Suite 340, MIAMI FL. 33129 • Phone: 305.342.5568 • FELIX@VECCORP.NET
FIRM NAME: MIAMI-DADE WATER & SEWER
PROJECT RPQ: TI888
PROJECT NAME/DESCRIPTION: EMERGENCY DEEP GRAVITY SEWER REPAIR FOR IKEA
FIRM NAME: MIAMI-DADE WATER & SEWER
PROJECT RPQ: T1805
PROJECT NAME/DESCRIPTION: PROPOSED 8 -IN THRU 12 -IN WATER MAIN.
FIRM NAME: MIAMI-DADE WATER & SEWER
PROJECT RPQ: T1885
PROJECT NAME/DESCRIPTION: PROPOSED 8 -IN WATER MAIN.
FIRM NAME: MIAMI-DADE WATER & SEWER
PROJECT RPQ: T1886
PROJECT NAME/DESCRIPTION: NORTH DISTRICT TREATMENT PLANT ROOF REPAIR
FIRM NAME: CAS CONSTRUCTION/COVANTA
PROJECT RPQ: RESOURCE RECOVERY LIFT STATION
PROJECT NAME/DESCRIPTION: LEACHATE TANK DEMOLITION, PUMP REPLACEMENT, BY-PASS AND PIPE
INSTALLATION INCLUSIVE OF METERING STATION
FIRM NAME: LAYNE HEAVY CIVIL
PROJECT RPQ: VILLAGE PROJECT MPK2
PROJECT NAME/DESCRIPTION: PIPE INSTALLATION, PRESSURE TESTING, PIN POINT AND CORRECT FAULTY
INSTALLATION BY OTHER.
FIRM NAME: C►TY OF PLANTATION
PROJECT RPQ: VETERANS PARK
PROJECT NAME/DESCRIPTION: DEMO OF EXISTING CONCRETE SLAB, AND INSTALLATION OF CONCRETE/PAVER
SLAB. RELOCATION AND INSTALLATION OF 30 TREES. INSTALLATION OF CONCRETE SLABS WITH EXERCISE
EQUIPMENT.
FIRM NAME: MIAMI DADE COUNTY PARKS AND RECREATION
PROJECT RPQ: BLACK POINT MARINA, SHRIMPERS ROW ROADWAY IMPROVEMENTS -IN PROGRESS
PROJECT NAME/ DESCRIPTION: DEMO OF EXISTING ASPHALT, REMOVAL OF 24" EXISTING MATERIAL,
INSTALLATION OF 1500 LFTYPE D CURB, INSTALLATION OF 20,000 SF OF PERMEABLE PAVER SYSTEM WHICH
CONSISTS OF 24" AGGREGATE SUB -BASE, AND INSTALLATION OF ASPHALT.
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395
1940 NORTH MONROE STREET
TALLAHASSEE FL 32399-0783
VALDES, FELIX
V ENGINEERING & CONSULTING CORP.
1900 CORAL WAY, SUITE 300
MIAMI FL 33145
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range ," ""'• STATE OF FLORIDA
from architects to yacht brokers, from boxers to barbeque restaurants, DEPARTMENT OF BUSINESS AND
and they keep Florida's economy strong. ^. PROFESSIONAL REGULATION
Every day we work to improve the way we do business in order to CGC1508760 ISSUED: 05/29/2014
serve you better. For information about our services, please log onto
www.myfloridallcense.com. There you can find more information
about our divisions and the regulations that impact you, subscribe
to department newsletters and learn more about the Department's
initiatives.
Our mission at the Department is: License Efficiently, Regulate Fairly.
We constantly strive to serve you better so that you can serve your
customers. Thank you for doing business in Florida. Is CERTIFIED under the provisions 01 Ch.469 FS.
and congratulations on your new license! ExpvebondNW AUG 31, 2018 11405290002422
DETACH HERE
RICK SCOTT, GOVERNOR
CERTIFIED GENERAL CONTRACTOR
VALDES, FEUX
V ENGINEERING & CONSULTING CORP.
KEN LAWSON, SECRETARY
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
IICFNSE MUn1BER
The GENERAL CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2016
VALDES. FELIX
V ENGINEERING & CONSULTING CORP.
1900 CORAL WAY, SUITE 300
MIAMI FL 33145
ISSUED: 05/29/2014 DISPLAY AS REQUIRED BY LAW
SEQ 1 11405290002422
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395
1940 NORTH MONROE STREET
TALLAHASSEE FL 32399-0783
VALDES, FELIX
V ENGINEERING & CONSULTING CORP.
1900 CORAL WAY, SUITE 300
MIAMI FL 33145
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque restaurants,
and they keep Florida's economy strong.
Every day we work to improve the way we do business in order to
serve you better. For information about our services, please log onto
www.myfloridalicenae.com. There you can find more information
about our divisions and the regulations that impact you, subscribe
to department newsletters and learn more about the Department's
initiatives.
Our mission at the Department is: License Efficiently, Regulate Fairly.
We constantly strive to serve you better so that you can serve your
customers. Thank you for doing business in Florida,
and congratulations on your new license!
DETACH HERE
RICK SCOTT, GOVERNOR
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND
PROFESSIONAL REGULATION
CUC1224681 ISSUED: 05/29/2014
CERT UNDERGROUND & EXCAV CNTR
VALDES, FELIX
V ENGINEERING& CONSULTING CORP.
IS CERTIFIED under the provisions or Ch.4e9 FS.
Evasion dam . AUG 51, 2016 11405290002744
KEN LAWSON, SECRETARY
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
LIGrNSF NUMBER
CUC1224681
The UNDERGROUND UTILITY & EXCAVATION CO
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2016
VALDES, FELIX
V ENGINEERING & CONSULTING CORP.
2138 SW 23 STREET
MIAMI FL 33145
ISSUED: 05/2912014 DISPLAY AS REQUIRED BY LAW
SEQ. 11405290002744
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
SECTION 00410
BID BOND
State of Florida)
Ss
County of Miami -Dade)
Know All Men BY these presents, that
V Engineering & Consulting Corp.
as Principal, and
Hartford Fire Insurance Company as Surety a Corporation
chartered and existing under the laws of the State of Connecticut with its principal offices
in Hartford, CT
and firmly bound unto the Owner,
in the penal sum of
, and authorized to do business in the State of Florida are held
The Village of Key Biscayne
Ten Percent of Amount Bid
Dollars ($ 10% of Amount Bid
lawful money of the United States, for the payment of which
sum will 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
June 7 20 16 , for:
VILLAGE OF KEY BISCAYNE
STORMWATER MASTERPLAN IMPLEMENTATION
TIER 1 IMPROVEMENTS— HIGH TIDE MITIGATION PROJECT
Now, therefore:
A. If the principal shall not withdraw said bid within ninety (90) days after date of opening of the same, and shall
within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract
with the Owner in accordance with the bid as accepted, and give bonds with good and sufficient surety or sureties,
as may be required, for the faithful performance and proper fulfillment of such contract, then the above
obligations shall be void and of no effect, otherwise to remain in full force and effect.
8. In the event of the withdrawal of said bid within the period specified, or the failure to enter into such contract and
give such bonds within the time specified, if the principal shall pay the Owner the difference between the amount
specified in said bid and the amount for which the Owner may procure the required work and supplies, if the latter
amount be in excess of the former, then the above obligations shall be void and of no effect, otherwise to remain
in full force and effect.
In Witness Whereof, the above bounded parties have executed this instrument under their several seals, this 7th day of
June , A.D., 20 16 , the name and corporate seal of each corporate party being hereto affixed and
these presents duly signed by its undersigned representative, pursuant to authority of its governing body.
00410-1
Implementation of Stormwater Master Plan
Tier 1 Improvements — High Tide Mitigation
Village of Key Biscayne
WITNESSES: (If Sole Ownership or Partnership, two (2) witnesses required).
(If Corporation, Secretary Only will attest and affix seal).
WITNESSES:
WITNE ES:
(-)‘)P-v-‘
00410-2
PRINCIPAL:
V Engineering & Consulting Corp.
Title
2929 S.W. 3rd Avenue , Suite 340
Business Address
Miami, FL 33129
City, State & Zip Code
SURETY:
Hartford Fire Insurance Company
Corporate Surety 4.
CUL& D.71,4als000
Attorney -in -Fact (Affix Seal)Charles D. Nielson
One Hartford Plaza
Business Address
Hartford, CT 06155
City, State & Zip Code
Nielson, Hoover & Associates
Name of Local Insurance Agency
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS THAT:
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-12
One Hartford Plaza
Hartford, Connecticut 06155
bond.claims(ct�thehartford.com
call: 888-266-3488 or fax: 860-757-5835
Agency Code: 21-229752
X
X
X
Hartford Fire Insurance Company, a corporation 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 all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on March 1, 2016 the Companies
have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
COUNTY OF HARTFORD
On this 5th day of April, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
John Gray, Assistant Secretary
STATE OF CONNECTICUT 1
ss. Hartford
M. Ross Fisher, Senior Vice President
IvorMmAAluftic
Nora M. Stranko
Notary Public
CERTIFICATE My Commission Expires March 31, 20:3
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 Attomey executed by said Companies, which is still in full force effective as of June 7, 2016 .
Signed and sealed at the City of Hartford.
Kevin Heckman, Assistant Vice President