Loading...
HomeMy Public PortalAbout2012-26 Selecting Lego Construction Company for the Village Green Tot Lot EnclosureRESOLUTION NO. 2012-26 A CAPITAL PROJECT AUTHORIZING RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, SELECTING LEGO CONSTRUCTION COMPANY FOR THE CONSTRUCTION OF THE VILLAGE GREEN TOT LOT ENCLOSURE; AUTHORIZING THE VILLAGE MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT RELATED TO THE SAME; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village Council has budgeted for the construction of the Village Green Tot Lot Enclosure (the "Improvements"); and WHEREAS, the Village Manager has recently sought proposals from qualified companies for the Improvements; and WHEREAS, after careful review of the proposals submitted, the Village Manager recommends Lego Construction Company (the "Lego") for the Improvements; and WHEREAS, the Village Council selects Lego for the Improvements, and authorizes the Village Manager to negotiate and execute an agreement consistent with the proposal attached as Exhibit "A" with Lego at a cost not to exceed $120,839.00; 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. Lego Selected. The Village Council hereby selects Lego for the Improvements. Section 3. Village Manager Authorized. The Village Manager is hereby authorized to negotiate and execute an agreement, consistent with the proposal attached hereto as Exhibit "A," with Lego for the Improvements at a cost not to exceed $120,839.00 subject to approval as to form, content, and legal sufficiency by the Village Attorney. Section 4. Effective Date. This Resolution shall be effective immediately upon adoption. PASSED AND ADOPTED this 3rd day of July, 2012. ATTEST: jfr,e' CHITA H. ALVAREZ, MMC, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIE VILLAGE AT 0 2 i M ' Y • ' FRANKLIN H. fi APLAN d1,rm vdi 'ti I \din n tf.-110,n I)fi1 in6,l4lcdsaa:!c Rusrn. ti E Incrpnsci r '411 iC orrmumtv Small Elrr.rr.cs: I r 'S4ar'u 3 b Mr,.mi Dad.. l F,1-41.4 `Idle C e Ilea G2ri:PrdI l„7 rr�G',Ir 7lenda Slat+r Cert. hed Roc' na Cur tract -,r rYIIX ..ert ed Genorl Erg reerr9 (, rife,; LEE D.AP L AD SAFE EF.A Cr_r1if d Firm Cert9ed OH ?,:?Hour Nato l_EGO CONSTRUCTION C 1PANY PROPOSAL VILLAGE GREEN TOT LOT ENCLOSURE VILLAGE OF KEY BISCAYNE, FLORIDA 280 SW 204' ROAD — SUITE 506 Wm Florida Ph (786)3857926 Fax (305)8579915 www Iegocc.cQm AB -1 Temporary Construction fence chain link, 1 using embedded posts with visual barrier VILLAGE GREEN TOT LOT ENCLOSURE Village of Key Biscayne, Florida C3TS Project No. 01108-028 BID FORM 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 1 he Contractor shall include in the Bid price any work item and materials for which a separate pay item has not been included in the Sid 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 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE / AMOUNT 1 Village Green Tot Lot Enclosure. complete 1 L S $1_06 cj. 4_s i06, -! 1 2 Contingency (Do not Bid) 1 L S $5,000 $5 000 BASE BID GRAND TOTAL IN FIGURES. BASE BID GRAND TOTAL WRITTEN )1A42 cPe-k.,-;11,c, Sc; ic . ALTERNATE BID ITEM #1 Qk- $ Lid , I I I UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT LF ADDITIVE BID ALTERNATE #1 GRAND TOTAL WRITTEN. VI (Jr i`?L°r' t 7( ��° ) vioxfo Ann f 1. -T - evlo iN I PfdS • ALTERNATE BID ITEM #2 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE,,, AMOUNT �C' AB -2 Movable construction fence, than Ink. using 1 L F $ 5r 50 $ 4, 6 4� legs with visual barrier b• -) ADDITIVE BID ALTERNATE #2 GRAND TOTAL WRITTEN' in/Olt-US 11_ s/X) I4i-,2i`)'lK;%i 5ttevrtly xi x1 BIDDER: COI `1SMU .OIv CO /2W 2 By: LlA(S e i[ Title: Pr -U -51051T Telephone: 641 Addendum No 1 00300 - 5 Fax 01108-028 VILLAGE GREEN TOT LOT ENCLOSURE Village of Key Biscayne, Florida C3TS Project No. 01108-028 BID FORM d unit prices stated in this proposal include all costs and expenses for labor, equipment, materials, rntractor's overhead and profit. Unit prices for the various work ite s are intended to establish a total 'ice for completing the project in its entirety. The Contractor shat include in the Bid price any work item Id materials for which a separate pay item has not been includ: d in the Bid Form. All work and incidental fists shall be included for payment under the several schedui:• items of the overall contract, and no parate payment will be made therefore TEM DESCRIPTION Village Green Tot Lot Enclosure, complete Contingency (Do not Bid) SAND TOTAL IN FIGURES: AND TOTAL WRITTEN: UNIT UNIT PRICE AMOUNT L S, L.S. $5,000 $ $5.000 $ Q ANTITY 1 1 P170.14-f_t - - )DER: WO (0 `5 -U(Tt (CA e: f 7m502 ephone: iO? 1 ` MI't Fax: 00300 - 5 01108-028 NON -COLLUSION AFFIDAVIT STATE OF F -t01\ COUNTY OF AA.VeKk 'fit 1L ("Affiant" ), being first duly sworn, deposes and says that: 1 Affiant is C.0 tJ (ciarC 0( of I.. o Cor -}-4(. --WCY) r 3the "Bidder") and has submitted the attached Bid; 2. Affiant has personal knowledge of the matters set forth herein and is competent to testify: 3 Affiant is fully informed respecting the preparation and contents of the attached Bid and all pertinent circumstances respecting the Bid; 4 The Bid is genuine and is not a collusive or sham Bid; 5. Neither the Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder, firm, or person to submit a collusive or sham Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder. or to fix any overhead, profit, or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against Village of Key Biscayne or any person interested in the pro •sed Contract. By: Title: Corporate Seal) Subscribed and sworn before me this 2.0""x'' day of -SUM_ , 201?. by C.cickf ck who is personal) known me or has produced as identification. Notary Pubii ,"4" DIANA INTERIAIV +1 u siory eE s Print Name r` (Ian`s NA `X12 / May 16, 2015 y commission expires: (40713411- 153 flotidar4owySorvice can 00300-6 01108-028 The full names and residences of persons and firms interested in the foregoing bid, as principals, are as follows: L-uk 16 { - 2 201- 7>U1 (1/111)311M r -- -3312 cc Nome of the executive who will give personal attention to the work: L- L ' e51 f Mai . IPL, (ZKK.610 00300-3 01108-028 LIST OF MAJOR SUB -CONTRACTORS 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 a-iy 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 NAME OF SUB -CONTRACTOR ADDRESS OF WORK ©0300-4 01108-028 The undersigned agrees to accept in full compensation therefore the total of the lump sum prices for the items named in the following schedule, based on the plan 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 document. Cf� Bidders Certificate of Competency No CC ---;C: 53 Bidders Occupational License No m ` E/ Acknowledgment is hereby made of the following Addenda received since issuance of the Project Manual_ Addendum No ( Dated. 1 Addendum No. Dated: Addendum No Dated: Addendum No. Dated: Addendum No Dated. Addendum No_ Dated. Attached hereto is a cashier's check on the Bank of or Bid Bond for the sum of D;? o -f 4-G f$ ). made payable to the Village of Key Biscayne. Florida Address, 2 C..t_..-� City V PM Wt5 6 5 (Name of Bid (Affix Seal) of Officer Rio (Title of Officer) State Dollars LS LS L S. 00300-2 01108-028 SECTION 00300 PROPOSAL VILLAGE GREEN TOT LOT ENCLOSURE VILLAGE OF KEY BISCAYNE, FLORIDA Village Clerk's Office Village of Key Biscayne Village Hal: 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 Conti act 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 he has examined the site of the work and that from personal knowledge and experience, or that he has made sufficient observations of the conditions of the proposed Project Site to satisfy himself that such site is a correct and suitable one for this work and he assumes full responsibility therefore that he has examined the Drawings and Specifications for the WDI k and from his own experience or from professional advice that the Drawings, including bid item quantities, and Specifications are sufficient for the work to be done and he has examined the other Contractual 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 he has satisfied himself 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 i;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 .he work as stated in the Contract Form The Bidder further agrees that the deductions for 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 Payment Bonds each in the amount at one-nundred percent of the Contract price, within ten (10) consecutive calendar days after written notice being given by the Owner of the award of the Contract, and the undersigned agrees that in case of failure on his part to execute the said Contract and Performance and Payment Bonds within the ten (10) consecutive calendar days after the award of the Contract, the cashier's check or Bid Bond accompanying his bid and the money payable thereon shall be paid to the Owner as liquidation of damages sustained by the Owner; otherwise, the check accompanying the Proposal shall be returned to the undersigned after the Contract is signed and the Performance and Payment Bonds are filed 00300-1 01108-028 SECTION 00350 CONTRACTOR'S QUESTIONNAIRE Submitted to: The Mayor and Village Commission of the Village of Key Biscayne, Florida: By LUls Principal Office L -0 CO , INV\ I :75'712'1 How many years has your prganizatron been in business as a General Contractor under your present business name? Does your organization have current occupational licenses entitling it to do the work contemplated in this Contract? State of Florida Occu atron 1 license (State type and number). .G I �� Federal 1 D No �" 424 ✓ I � Miami -Dade County Certificate of ompetenc (State type and number. Village of Key Biscayne Occupational License (State type and number); J Please include copies of above licenses and certifications with proposal. How many years experience in similar work has your organization had? (A) As a General Contractor (B) As a Sub -Contractor (C) What contracts has your organization completed? State below Contract Amount Class of Work When Completed Name & Address of Owner 5 Ar067,(-'00 How many years has your organization, or your sub -contractor had in this type of work? kr7 years List the detailed experience below 00350-1 01108-028 Name & tel, number of Owner Project Name Date completed �7 C Are you a Certified Minority Contractor with Miami -Dade County? YFs Have you ever failed to complete any work awarded to you? 0 If so where and why? WA, Has any officSr,gxpartner of your organization ever failed to complete a contract handled in his own name? j If so, state name of individual, name of owner, and reason thereof /Pr In what other lines of business are you financially interested or engaged? 1)1/4) v‘4:;, --- Give references as to experience, ability and financial standing 'k of r + C - Sck(1,4 as fag -5-c(r) 3.,1,6;L CI Ne14(01,-,0,1 ,,, -Loll; _Mewl tv - 33 4 C__TA - 2t cV vi) kor- What equipment do you own that is available for the proposed work and where is it located? f, N C 4-u K'S., r ' 6gwc 00350-2 01108-028 S s� iC ar-,r-,i,m'y')r H i,r r trs ''r` wham, ,)ack Cc-ui4'i u8s ;L. sad intage liusirtes: Enterprir,e SBA cr Basrrnss Arlrrvr str at Ion F , m:Ja _tale i :erlI`wt! General Con'rar,;,r X ate Cerlifd Ron'irx3 Cone a+rtc1 MDC Ce1ir , r iene=a, Engin iinf.) (onb-acte, Certifetl LEE:3 AP Project Name ECOADVENTURE BUILDING - CRANDON PARK EcoAdventure Building Exterior and Interior renovation of existing building structure al Crandcn Park in Key Rlsc yne FL Owner MDC Parks and Recreation Point of Contact, Name / Ph. Jay Form / Ph. 305.755-7936 — 786-536-6944 i jfornl @mramrdade gov Project Description This project included an abandoned building located at the old zoo in Crandon Park, Key Biscayne The structure was abandoned for more than 10 years, Miami Dade County Parks and Recreation department hired a contractor to renovate the building; however they failed to perform the scope of work and went into litigation. LEGO Construction Co was hired quickly after the termination of the previous contractor and put on a Fast Track schedule to complete Renovation of abandoned building Project involved demolition, sewer & drainage, new structure concrete elements, new metal roof, new doors & windows, millwork, drywall, new flooring, stucco, all finishes, new HVAC unit, Plumbing, Electrical, & Landscape Lump Sum Contract 08131/2009 Type of Contract Completions Date Prime Construction Contractor Actual Project Construction Cost YES $336,407.00 ECOADVENTURE PHOTOGRAFIC MEMORY 280 SW 200 ROAD — SUITE 506 Raml, Floods Ph (786)385.7926 Fax (305)857-9916 www legocc cam CSBF'Conmri,'1 tv Small Bueim s :nte,prise) by MIA m, Wdc Cuunty DBE If) idva`nagc Business Enterpr se) 8tial by SBA Li 5 Small 3r,sine55 Adrnirutramn f lunda State Certified Gen*ral Conlr)rtr,r Ft7nda State Cerlitol R ofng Cortrador +.1[)f: Lerb`rea Generar Engineerng Contractor Certif ct LEED 280 SW 2Qt^ ROAD — SUITE 506 Mramt Florida Ph (786)385-7926 Fax (305)857-9916 vivre legocc com Project Name Owner Point of Contact sOL;Cemmuit•y' SM.) ll it.gr1ess Eric rr sC} tig NI]Erni Dancr tc,rtiri DIAL 1)i_acvartage ESi;iness :nterorise) 3(JI [Ai SPA U 5 Smj l Business Artmnstr.ttor =Innda State C ert ied General C Contravor Ronda State Certied Roortrg ';ontractor tdDC Certified General Engineering Contractor Certtf LEER AP JACKSON MEMORIAL HOSPITAL — EMERGENCY ROOM AREA RENOVATIONS Jackson Health System — Emergency Room Areas Renovation -- 1611 NW 12th Avenue. Miami, FL 33136 Jackson Health System Francisco Caldera —PH 305-585-77071 FCaldera©jhsmiami org _Francisco renovation of Emergency rooms area at Jackson Memonal Hospital. Renovations of the corridor areas were scheduled in 7 phases. Corridors remained functioning 24 hours a day 7 days a week The coordination and logistics of this project was very complex due to the Staff and patient traffic, The project involved, demolition, negative pressure control, air quality control, infection control, wall finish, new acoustical ceilings, paint, new flooring, nurse work stations, crash rails, hail rails, doors, electric, fire protection and fire alarm. Project Description Type of Contract (Construction) Completions Date Prime Construction Contractor Actual Project Construction Cost Lump Sum Contract 11/30/2009 YES $266.130 JACKSON MEMORIAL HOSPITAL — EMERGENCY ROOM AREA RENOVATIONS 280 SW 201h ROAD - SUITE 506 Miami Florida Ph• (7B6)3857926 Fax' (305)8579916 www.legocc com CS3• 7t ornmun tYSr aif 3i.c rrs • s Ent,rpr hV .1i irni Ua 7e CoLnt,, OBE fai,,.i:var,tuge Jsine.5frkrr. 'Jul R{al h.; SSUA U 5 Srr,ail BL.srness Adrn n stra`I n rlundd State Cerrfei C -e' eral C:rntrUT ty Ronda Slaty CerIied Rooting Canrrarat.r fy'Jt er led ,moral Er neerrrg Con•rocinr GerVied ,,EEC AP 280 SW 20r^ ROAD — SUITE 506 Miami, FIonda Ph (786)3857926 Fax (305)8579916 www legocc corn Project Name Owner Point of Contact i19L{Cum Srrn,l,liI,UIL E-rernrrel'ly GadeCo,'ty Gti t ;1) ,,..i.lvertdge BLs,nec Lziterpri,el h(a; by 59A ,I ; Cmal, 11,ninEss Cn r'orr,d fareCerti icd GeneralContracD.y Cerh'ied Roar q Ccc lydCtc,- ADG Ce tir Gene/al Enveen7IgCo 1rdc�w Cerlir._ w LEED AP MIAMI DADE COUNTY SEAPORT DEPARTMENT Project Description Type of Contract Prime Construction Contractor Actual Project Construction Cost Cruise Terminals B & C No 9 East and C Passenger Boarding Bridge Phase I - Access Port of Miami Art Tillbert 1305-347-4891 / art1@miamidade.gov Renovation and alteration of the Port of Miami Terminal B&C. Project involved demolition, new concrete structure elements, new structural steel, curtain wall and glazing, drywall, tape finish & paint application, new ceilings, new carpet tile, electrical, mechanical, fire protection, miscellaneous metals including railing. The Port Terminal was occupied and operated by Norwegian Cruise line during the renovation of the terminal, which involved heavy coordination with Norwegian, Port Authorities, Port Maintenance, Port Construction and facilities team members, Safety during this fast track project on an occupied building was of utmost importance and a project specific safety plan was put in place to ensure zero accidents, Renovation of this terminal required fast track scheduling due to the amval of the largest cruise Inner, "EPIC" scheduled for arrival on July 7, 2010 for its first voyage. The project was completed on time and within budget. The very fast track schedule brought challenges for LEGO Construction Co such as fabrication of structural steel and glazing materials. The logistics for demolition of debris, deliveries, coordination with elevators, security requirements, escorting personnel, deliveries and other unique challenges were met with ease by our Project Management team. Completion Date Lump Sum Contract YES $283,162.22 07/05/2010 280 SW 200i ROAD — SUITE 506 Miami, Flonda Ph (786)385-7926 Fax (305)857.9916 www-legocc.com CSBE ICmmnnJoity B s nrs Enteranwl by M arni Garr r notify DBf UriSadvantage Bus ncss Enter visei Sla) by SBA U S Srndli 13Jstness ACmin,stration Florida Slate Certified General Contractor Fbrr;a .Sate Certified Roofrig Cortracto IdOC l.erlrrerl Genera r Engrreerurg Ccx Iractcr Cerlrfed LEE[) AP CRUISE TERMINAL PHOTQGRAFIC MEMORY 280 SW 2O+'' ROAD - SUITE 506 Miami, Florida Phv (786)385-7926 Fax (305)857.9916 www,legocc.com C'RI I(cnrn,_rity Small Buse}ess Fnterpr ;e) by Miami Dade ( my 7Rt i;.)i_.dctyartage au5,ness Enterpnse} 8(a) by SBA U 5 Small (Business Adm n,,str zit on Fluridd State Certrriea Genera: Cer scar or Ronda Slave Certified Roofing Contractor f 1DC Cert fied General Eng trteenng Contta4trx Cerf.{red SEED A] Project Name Owner Point of Contact Project Description REDLAND FARM LIFE SCHOOL RESTORATION Type of Contract (Construction) Completions Date Prime Construction Contractor Actual Project Construction Cost Redland Farm Life School Restoration, Miami, FL MDC Historic Preservation Kathleen Kauffman / 305-375-3506/kkauff@miamidade.gov This was the first elementary school in the Redland area. This building was abandoned for more than 15 years. Miami Dade County hired LEGO Construction Co., to renovate the existing structure and close the existing open building permits, Challenges involved existing open permits under old Florida building code versus the new Building code This project required major coordination with Miami Dade County authorities, Miami Dade County Public Schools and the surrounding community. Facade renovation of historic Building. Project involved new concrete structure, new doors, new windows, stucco, finish paint, waterproof, new metal louvers and others, Lump Sum Contract 01/08/2010 YES $474,478.00 REDLAND FARM — PHOTOGRAFIC MEMORY 280 SW 20t' ROAD -- SUITE 506 Miami, Florida Ph (788)385.7926 Fax: (305)857-9916 www legocc.com CSBE yCC• i ur rtr 5nvall sP} by h•1 a ni CSarr r_Lunt, DBE 1=5I;auvartdge Bus,tress Enterer ;ey 8841 ny SISA U S Small Business AriminGlratIpn FtDndd State C.erti ied General Contra:tar corrda State Cerbfred Roofcg Cent cf,tur MCC CerhtKd Genera' Ertgineenng Curlraclur Certrfied LEEDAP 280 SW 201 ROAD — SUITE 506 Miami, Florida Ph. (786)385.7926 Fax (305)857-9916 www.legocc.com STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHABSZE FL 32399-0783 GARCIA, LUIS E LEGO CONSTRUCTION CO .280 SW 20TH ROAD SUITE 506 MIAMI FL 33129 ongratulations! With this license you become one of the nearly one million Oridians licensed by the Department of Business and Professional Regulation. ur professionals and businesses range from architects to yacht brokers, from 3xers to barbeque restaurants, and they keep Florida's economy strong. very day we work to improve the way we do business in order to serve you better. x information about our services, please log onto www.myfforiidaficense.com. sere you can find more information about our divisions and the regulations that pact you. subscribe to department newsletters and learn more about the apartment's initiatives. ur mission at the Department is: License Efficiently, Regulate Fairly, We 'nstantly strive to serve you better so that you can serve your customers. ink you for doing business in Florida, and congratulations on your new license! DETACH HERE Please note that this Business Tax Receipt expires on September 30th of the effective year listed herein. Ensuring renewal by October 1' is the responsibility of the business entity. For further information you may call: (305) 416-1570 car (305) 416-1918. Favor de tomer note que este Recibibo de impuesto para Negocio se vence el 30 de Septiembre de ario indicado. Asegurar la renovacion para el 1 ra de Octubre es la responsabilidad del negocio. Para mas informacion puede 'lamer al: (305) 416-1570 o (305) 416-1918. Souple pran not ke Resi Enpo pou Biznis-sa ap exspire 30 Septan-m ane sa men -m nan lis la. Se responsabiite dirijan Biznis sa pou li renouvle-1 Pwernie Oktob kap vini. Si ou bezwen plis enfomasiyon sou zafe sa , pa bllye rele nan (305) 416-1570 ou byen (305) 416-1918. Posy -r rs:_noc MEN . _4-,c?� '•[ Qs . Lce. _=_'THIS IS NOT A BILL t • UNLESS 4 APPROVEDLEB 6 HE °SINAI C„HER ;4.1.14)ftESS P ENT,_ 00 NOT PAY Gip(oF MIAMI 1 S.W 2 AVE SrFLpOR. ML4 0) f E:3, ,. • . .Y� PHOlNNE (390)419.1910 IPT,FOR• EGoEONsTRucTion co. O r_03 2; i1 : TOTAL FEE -PAID -- $14.08 • 'ecou otiu mett .- -459885-OQ6Bx69 CEIPT `NUMBER . '21781st --0002 SUSINESS,,_UJIS.GARCiA �QN A :418Q;S1N 2QiY3ilS Cll O M OME -FInat er _EN Thi c cda bulGrest 1a a `ceraa +ha Nader 1d actrs+e rinyi strung City 'nor - , .1 Titetkorthe hotdT tin, - elm* tetotaybe:requdn;dtyh r' sroe romt_does°na" p .' 004 the:. *titter !e - of ed-->sa'.• :tsir408,14. profeselo b«cx pt6oq do e -t idFeatef Pa3F7iemi of# Financial Statement On What Bank or Banks have you arranged to do business with during the course of the Contract should it be awarded to you? I hereby certify that the above answers are true and correct. Name of Bidder - L; Signature of Officer - Title of Officer. END OF SECTION (Affix Seal) 00350-3 01108-028 The Village of Key Biscayne Village Green Tot Lot Enclosure Addendum #1 June 12, 2012 TO ALL BIDDERS The following changes are issued to add to. modify and/or clarify the Construction Plans. Contract Documents and Specifications. These changes shall have the full force and effect as the contract forms Costs involved, if applicable, shall be included in the Bid Form. All Bidders shall incorporate this addendum into the Bid Documents and shall acknowledge receipt of this addendum on the Bid Form, Failure to do so may result in disqualification of the Bid 1. Two (2) Alternate Bid Items have been added to the Bid Form. Items have been added to establish a unit cost for each item Revised Bid Form is attached. 2 The Contractor is responsible for obtaining a building permit from the Village and paying all required permit fees. 3 Project budget is $125,000. END OF ADDENDUM No. 1 BIs;-3`0 laje ;rroriSMrcu,.1Q+rd.r 1 f 1c LEGO CONSTRUCTION, CO. FINANCIAL STATEMENTS DECEMBER 31, 2011 Hoyos Ee Aguilar, P.A. Certified Public Actountorus INDEPENDENT ACCOUNTANTS REVIEW RE f t~1R fo the Stockholders Lego Construction, Co Miami, Florida We have reviewed the accompanying balance she€€ of Leo Construction, Co Ian S-corporalior►) as of December 31, 2011, and the related slc+toment of income and retained earnings and cash flows for the year then ended. A review includes primarily applying analytical procedures to management's financial data and making inquires of Company management A review is substantially less 1n scope than an audit, the objective of which is the expression of an opinion regarding the Cinanc al statements as a whole, Accordingly, we do not express such an opinion Management is responsible for the preparation and fair presentation of the financial statements in accordance with accounting principles generally accepted in the United States of America and for designing, implementing, and maintaining internal control relevant to the preparation and fair presentation of the financial statements. Our responsibility is to conduct the review in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Cerhfirsi Public Accountants Those standards require us to perform procedures to obtain timUud assurance that her are no material modifications that should be made to the financial statements We believe that the results of our procedures provide a reasonable basis for our report. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America HOY AGU , P,A Certif Publi ccot,ntants Coral Gables, Florida February 28, 2012 614 Ponces Ui. Leon Hivri. • Suitt, 310 • Coral Cables, Florid* 33134 Tel; (305) 444-2500 . Pax; (305) 444-2900 • w irw.b44.-parr.net LEGO CONSIRUC ION CO BALANCE SHEET (SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REVIEW REPORT) DECEMBER 31 2011 ASSETS CURRENT ASSETS: Cash and cash equivalents $ 251,858 Contracts receivable 508,563 Costs and estimated earnings in excess of billings on uncompleted contracts 197,093 Loan receivable 70,000 TOTAL CURRENT ASSETS 1,027,514 FIXED ASSETS: Automobiles and truck 52,530 Office furniture and equipment 9,818 Machinery and equipment 47224 109,572 Less accumulated depreciation 525,70Q) 83,872 TOTAL ASSETS S 1,111,386 JABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES: Accounts payable and accrued expenses 283,361 Billings in excess of costs and estimated earnings on uncompleted contracts 25,0,32 TOTAL CURRENT LIABILITIES 308,393 STOCKHOLDERS' EQUITY: Common stock, $1.00 par value, 10,000 shares authorized and issued 10,000 Additional paid -in -capital 267,633 Retained earnings 535,360 802.993 TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY 1,111,,386 LEGO CONSTRUCTION, CO STATEMENT OF INCOME AND RETAINED EARNINGS (SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REVIEW REPORT) FOR THE YEAR ENDED DECEMBER 31 201 Contrac:i revenues earner! S 1,249,344 Cos) c)I revenues earned 1,016,938 Gross profit 232,406 General and administrative expenses' Automobile and truck expense 25,371 Bank fees 829 Cleaning and maintenance 4,417 Delivery courier 1,334 Depreciation 12,479 Insurance 20,234 Meats and entertainment 2,966 Office expense 16.645 Parking and tolls 1,844 Professional fees 12.945 Rent 12,418 Salary - officers 52,860 Salary and wanes 74,919 Taxes - payroll 30,499 Telephone 3,014 Travel 4,775 Utilities 1,102 Total General and administrative expenses 278,651 Net Loss from operations (46,245) Other Income Interest 523 Net Loss (45,722) Beginning retained earnings 581,082 Ending retained earnings $ 538.360 LEGO CONSTRUCTION CO STATEMENT OF CASH FLOWS (SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REVIEW REPORT) FOR THE YEAR ENDED DECEMBER 31, 2011 Cash Flows from Operating Activities Net Loss $ (45,722) Adjustments to reconcile net loss to net cash used in operating activities Depreciation 12,479 (Increase) decrease in: Contracts receivable (209.506) Costs and estimated earnings in excess of billings on uncompleted contracts (167,487) Loan receivable (70,Q00) Increase (decrease) in: Accounts payable and accrued expenses 280,049 Billings in excess or costs and estimated earnings on uncompleted contracts 25,032 4et cash used in operating activities (175,155) ;ash flows from investing activities. Fixed asset additions (66,256) let cash used to investing activities (613,256) let decrease in cash (241,411) ash and cash equivalents, beginning of year 493,269 ash and cash equivalents, end of year $ 251,858 upplemental Disclosure of cash Flow Information, Depreciation $ 14#165 LEGO CONSTRUCTION, CO, NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) DECEMBER :31, 2011 NOTE 1 - SUMMARY OF SIGNIF=ICANT ACCOUNTCNG POLICIES A) NATURE OF BUSINESS Lego Construction, Co. ("Company' ) was organized on January 23, 2006 in the State of Florida. The Company is engaged in the business of providing general construction services in the South Florida area. The work is performed principally under cost-plus fee contracts and fixed -price contracts The Company's revenue consists mostly of contracts with Federal, State, and Local municipalities The length of the Company's contracts vanes but is typically not more than two years In accordance with normal practice in the construction industry, the Company includes asset and liability accounts related to construction contracts, in current assets and liabilities even when such amounts cirE realizable or payable over a period in excess of one year, 8) REVENUE AND COST RECOGNITION Revenues from contracts are recognized on the percentage -of -completion method, measured by estimates of completion determined by the percentage of job costs incurred to total estimated )ob costs Contract costs include all direct inaterial and labor costs and those indirect costs related to contract performance, such ;is indirect tabor, supplies, tools and repairs. Selling, general and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined, Changes in job performance, job conditions and estimated profitability, including those arising from contract penalty provisions and final contract settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined, The asset, "Costs and estimated earnings in excess of billings on uncompleted contracts"represents revenues recognized in excess of amounts billed. The liability, "Billings In excess of costs and estimated earnings an uncompleted contracts" represents billings in excess of revenues recognized C) CASH AND CASH EQUIVALENTS For purposes of reporting the statements of rash flows, the Company considers all rash accounts, which are not subject to withdrawal restrictions or penalties, and all highly liquid debt instruments purchased with a maturity of three months or less to be cash equivalents. 0) CONTRACT RECEIVABLES Contract receivables are recorded when invoices are issued and are presented in the balance sheet net of the allowance for doubtful accounts, Contract receivables are written off when they are determined to be uncoflectible. The allowance for doubtful accounts is estimated based in the Company's historical losses, the existing economic conditions In the construction industry, and the financial stability of its customers, LEGO CONSTRUCTION, CO. NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) DECEMBER 31, 2011 NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) E) PROPERTY AND EQUIPMENT Property anci equipment is stated at cost net of accumulated depreciation, Depreciation is calculated using straight -lino methods over the respective useful lives of the assets. Major additions and improvements aro capitalized, white maintenance and repairs that do not improve or extend the lives of the respective assets are charged to expense as Incurred. The Company periodically reviews property and equipment for impairment to include cizanges in operational and market conditions and adjusts the carrying value and economic life of any impaired assets as appropriate F) CONCENTRATION OF RISK Financial instruments that potentially subject the Company to concentrations of credit risk consist principally of cash. The Company maintains cash balances at several financial institutions located in South Florida. Accounts at each institution are insured by the Federal Deposit insurance Corporation up to $250,000 G) INCOME TAXES The Cumpnny uses the percentage -of -completion methudf o( reportint_t revenue Irom Iona -teen construction contracts for financial statement purposes, however, the Company utilizes the cash method for tax reporting methods, The Company and its stockholders have elected to be treated as a "Small Business Corporation" for incomo tax purposes under Subchapter 'S" of the Internal Revenue Code, In accordance with provisions of such election, the Company's Income or toss passes through to its stockholders. The Company accounts for the uncertain tax positions in accordance with Financial Accounting Standards Board (FASB) ASC 740 (formerly Financial Accounting Standards Board Interpretation No, 48, Accounting for Uncertainty in Income Taxes - an interpretation of FASB Statement No 109). FASB ASC 740 prescribes a recognition threshold and measurement process for financial statements recognition of uncertain tax positions taken or expected to be taken in a tax return. The interpretation also provides guidance on recognition, derecognition, classification, interest and penalties, accounting in interim periods, disclosure and transition. There was no impact on total liabilities or stockholder's equity as a result of the adoption of FASO ASC 740 The Company has reviewed potential tax uncertainties in accordance with FASB ASC 740 and determined that there are no uncertainties Thal would have a material Impact on the Company's results of operation or financial condition as of December 31, 2011. H) USE OF ESTIMATES The preparation of the financial statements in conformity with accounting principles generally accepted in the United States requires management to make estimates and assumptions that affect the amounts reported In the financial statements and accompanying notes. Actual results could differ from those esllmetes. LEGO CONSTRUCTION, CO NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) DECEMBER 31, 2011 NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) I) WARRANTY Warranty costs Eue normally incurred prior to prnie+,t completion and are charged to project costs as they are incurred. Warranty costs incurred subsequent to project completion were not material for the year, As December 31. 2011. no accrued liability was considered necessary by management of the Company for warranties on completed jobs. NOTE 2 - CONTRACTS RECEIVABLE At December 31, 2011, contracts receivable consisted of the following amounts: Completed contract Contracts in progress Retatnages $ 281,213 209,920 17.430 Management has determined that no allowance for doubtful accounts is required, This determination is based on the Company s collection history, Me creditworthiness of its customers, subsequent collections of outstanding balances, end legal remedies available to the Company. NOTE 3 - LOAN RECEIVABLE The Company advanced funds to a related party in the amount of $70,000. The loan is unsecured and bears no interest, NOTE 4 - PROPERTY AND EQUIPMENT Property and equipment Is summarized by major classifications 3s follows: Automobiles and trucks $ 52.530 Office furniture and equipment 9,818 Machinery and equipment 47,224 109,572 Less: accumulated depreciation (27,3861 Depreciation of property and equipment is provided utilizing the straight-line method over the estimated useful lives of the respective assets, depreciation expense for the year ended December 31. 2011 was $12,479. LEGO CONSTRUCTION, CO NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) DECEMBER 31, 2011 NOTE 5 • LINE OF CREDIT The Company has a revaivnng line of c.reite with a maximum borrowing limit of $75,000, hearing interest at the financial institution's index rate, plus 6,0%, The agreement expired on April 14, 2012 The line of credit is secured by a Company's equipment and contracts receivable. As of December 31, 2011. the Company had not borrowed against the line of credit. NOTE 6 - UNCOMPLETED CONTRACTS Costs. estimated earnings, and billings on uncompleted contracts are summarized as follows: Costs incurred on uncompleted contracts Estimated eamings Less: billings to date $ 889,017 23$,760 1,127,777 (955,716) Net, costs and estimated earnings in excess of billings on uncompleted contracts 172,90 Included in the accompanying balance sheet under the following caption: Costs and estimated warnings in excess of billings on uncompleted contracts $ 197,093 Billings in excess of costs and estimated earnings on uncompleted contracts $ 25,032 NOTE 7- BACKLOG The following schedule summaries changes in backlog on contracts during the year. Backlog represents the amounts al revenue the Company expects to realize from uncompleted contracts in progress at year end and from contractual agreements on which work has not yet begun: Backlog balance at December 31, 2010 New Contracts and adjustments Less: Contract revenues earned as December 31. 2011 Backlog balance at December 31, 2011 $ 204,214 2,640,623 2,844,537 ( 1,249,344) LEGO CONSTRUCTION, CO NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) DECEMBER 31, 2011 NOTE 8 - SURETY INDEMNITY AGREEMENT In the ordinary course al business, the Company hers obtained a surety bond which provides certain customers to comply with contract provisions and performaricu under those contracts In the event of non-performance by the Company under a contract resulting in a paid loss by the surety, and based upon the terms and conditions of the indemnity agreement signed by the Company and the shareholder, the Company and the shareholder may be liable to the surety for those amounts paid on behalf of the Company NOTE 9 - SUBSOUENT EVENTS in preparing the financial statements, the Company has evaluated events and transactions for potential recognition or disclosure through February 28, 2012, the date of the financial statements were available to be Issued. Hoyos f .0 t ar, P. ►.. C"cciiled Pt IbIK oont,cin1s ACCOUNTANTS' R"Vi RE:I•'ORT ON SUPPLE NTARY INFOMAT To the Stockhoiders Lego Construction Co Miami, Florida Our review report on the basic, financial statements of Lego Construction. Co for lire year ended December 31, 2011 appears on page One The acr,rinrpanyino supplemeentary information contained in the Schedules of Competed Contracts, Uncompleted Contracts and Earnings from Contracts is presented only for supplementary analysis purposes and has been reviewed by us from information that is the representation of management This data has been subjected to the review procedures applied in our review of the basic financial statements. Based on our review, we are not aware of any material modifications that should be made to the supplementary data in relation to the: basic financial statements, Pub 3tr; r<couniani!, I Gables, Floe February 28. 2012 814 Dv Leon I31vci, • Stith, 310 • Loral Lia6�en, 1;lorida 33134 Tel: (305) -2500 • Fax; (3051 #44.290(1 • wtiw.hacpao.,nct LUv'..Uri:i..,.Ctgn LO Schedule of Completed Contracts Far the year enGEd'D`ecemtt[r 3' 2011 ,See Ac:cuntanis'Pevic:r Reta:rt Sucoternerit3ryIr;rormationi (7.2r -tract T atai:, arostruclion Cons;ruciron Duect Gross Prtlecx Earned re s Profit Through TnrcuV; Cost f' ,.entage December 331.2` 10 Dezember 31 "2011 UrnTell States Coast Guard • Kay West 5 30,704 26,617 5 4 pEi United States Coast Guard Carpet tnstaPr 38 14& 28,112 <;J,©28 au rort.e - Fuef Tank 28 544 2'.639 J`w3 Arcocrt - Pars. and Rgje 395,648 339.791 t5' Unrped States Coast Guard - Tte Camdars 17 995 13,481 — 5t,. 25�< United 5tafes Coast Guar:; - Tile Boling 10.92; 5.7©2 5, 218 Small Ribs 10,412 3 54 i 532.364 5 439.887 5 2 477 13° 25% 481. Gr©sf; Rinr7,3f1 4 08 10 028 905. f &57 4 57.4 .!7, a .77 Lego Ccnstn,ct ton, Co Schedule of Uncompieted Contracts Deremuer 31, 201: LSee Accountant' Review Repot 1 on St pplementary Information) Anixt.irn Ewunis.z tai, rat_ P`♦.r r•364 mil :_t �: e7u xBjC A.Syrfl - TG,It *es:;v:, 531 �+; �}:._ ''t Sid tE r., 9'c„} Cle_ 4: c`v. Lego Construction, Co_ Earnings from Contracts For the year ended December 31. 2011 (See Accountants' Review Report on Supplementary Information} Gross Construction Direct Gross Profit Revenue Cost Profit Percentage Completed Contracts al December 31, 2411 Uncompleted Contracts at December 31, 2011 Less; Uncompleted Contracts at December 31. 2010 Statement of Income at December 31, 2011 532,364 $ 439,887 $ 92,477 17% 1,152,809 914,048 238,761 21°J0 1,685,173 435,829 1,249.344 1,353,935 331,238 336.997 98.832 1.016,938 5 232,406