Loading...
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