Loading...
HomeMy Public PortalAbout2012 Agreement.tifPROJECT MANUAL FOR VILLAGE GREEN TOT LOT ENCLOSURE VILLAGE OF KEY BISCAYNE Mayor: Franklin Caplan Vice Mayor: Michael E. Kelly Councilmembers: Michael Davey Enrique Garcia Robert Gusman Mayra Pefia Lindsay James Taintor Village Manager: Village Attorney: Village Clerk: John C. Gilbert Weiss, Serota, Helfman et al. Conchita H. Alvarez, MMC May 2012 C3TS Project No.: 01108-028 Engineers• Architects • Planners 901 Ponce de Leon Boulevard, Suite 900 • Coral Gables, Florida 33134 • Telephone No. 305.445.2900 Section Description DIVISION 2 - SITE WORK 02010 SUBSURFACE INVESTIGATION 02576 PAVING AND RESURFACING DIVISION 3 - CONCRETE 03200 CONCRETE REINFORCEMENT 03250 CAST -IN -PLACE CONCRETE SIDEWALKS, CURBS, CURBS & GUTTER, CROSSWALKS AND MISCELLANEOUS CONCRETE 03300 CAST -IN -PLACE CONCRETE (STRUCTURES) 03345 CONCRETE FINISHING (STRUCTURES) DIVISION 4 - MASONRY 04200 UNIT MASONRY DIVISION 5 - METALS 05500 METAL FABRICATIONS DIVISION 9 - FINSIHES 09201 STUCCO 09900 PAINTING APPENDIX A CONSTRUCTION PLANS TC - 2 1108-028 NOTICE OF BID INVITATION VILLAGE OF KEY BISCAYNE The Village of Key Biscayne will receive sealed proposals until 2:00 P.M. local time, Wednesday, June 20, 2012 at the Village Clerk's office. Suite 220, Village of Key Biscayne Village Hall, 88 W. McIntyre Street, Key Biscayne. Florida 33149, for the following project: VILLAGE GREEN TOT LOT ENCLOSURE The project includes the construction of a decorative concrete wall with metal gates to enclose the existing tot lot. The scope also includes landscaping with shrubs. Bids will be opened publicly at or shortly after 2:05 P.M. on Wednesday, June 20, 2012 at the Village Clerk's office, Suite 220, Village of Key Biscayne Village Hall, 88 W. McIntyre Street, Key Biscayne, Florida 33149. Bid documents may be obtained in person on or after Monday, May 21, 2012 from Village Clerk's office. Suite 220. at the Village of Key Biscayne Village Hall. 88 W. McIntyre Street, Key Biscayne. Florida 33149. The Village will not send the package via courier and it will not be available online. A $35.00 non-refundable deposit per set of plans and specifications is required. The bid will be awarded to the lowest responsible responsive bidder. lf, however, the Village Manager deems it to be in the best interest of the Village of Key Biscayne. the Village of Key Biscayne reserves the right to reject any and all bids, to waive any informalities or minor defects in any bids, and to increase or decrease the quantities shown in the Bid Form. Bids, which contain irregularities of any kind. may be rejected as informal. A mandatory pre -bid conference will be held at the Village of Key Biscayne Village Hall, Building and Zoning Conference Room, Suite 250, 88 W. McIntyre Street, Key Biscayne, Florida 33149, at 10:00 A.M., local time on Wednesday, June 6, 2012. All interested contractors are invited to attend. The Local Agency of the Village of Key Biscayne hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, gender, religion, age, disability, marital status or national origin in consideration for an award. Conchita H. Alvarez, MMC Village Clerk 00020-1 01108-028 SECTION 00200 INSTRUCTIONS TO BIDDERS 1 BID FORM All bids must be submitted in conformity with the requirements of the Project Manual and on the Bid Form included herewith (Section 300) including non -collusion affidavit and certification regarding debarment. Also include the Contractor's Questionnaire (Section 00350, with copies of applicable licenses and certifications, latest financial statement, and a list of similar projects completed), and Bid Bond (Section 00410). The bids shall be placed in sealed envelopes, marked on the outside with the Contractor's name, address, phone number and Project Name, with the works 'SEALED BID" clearly marked on the outside. Bids which contain irregularities of any kind, or incomplete bids, may be rejected as informal. 2. BID GUARANTY The bid must be accompanied by a Bid Guaranty which shall be for an amount equal to five percent (5%) of the proposal (base bid plus both additive alternates), and at the option of the bidder may be a certified check, cashier's check, or bid bond. Cash deposits will not be accepted. The Guaranty shall be forfeited if the successful bidder fails to enter into a contract in the form shown within ten (10) working days of the Notice of Award of the Contract. The checks and bid bonds of all except the three lowest bidders will be returned immediately after the opening of bids, and the remaining checks or Bid Bonds will be returned within ten (10) working days after the signing of the contract by the successful bidder. 3. TIME FOR RECEIVING BIDS Bids received prior to the time of opening shall be securely kept, unopened. All bids shall be delivered to the Village Clerk's office, Village of Key Biscayne Village Hall, 88 W. McIntyre Street, Key Biscayne, Florida, 33149. No bids will be received after 2:00 P.M. on date of bid opening. 4. QUESTIONS' DEADLINE Deadline for submitting questions is Friday, June 8, 2012, 5:00 p.m. All questions shall be submitted in writing by letter or fax to the Engineer. 5. WITHDRAWAL OF BIDS Bids may not be withdrawn for a period of sixty (60) days from the opening thereof. 6. BIDDERS PRESENT At or shortly after 2:05 P.M. on Wednesday, June 20, 2012, the bids will be opened and their contents will be made public for the information of the bidders and others properly interested, who may be present either in person or by representative. 7. AWARD OF CONTRACT The contract will be awarded not later than sixty (60) days from the bid opening date to the lowest responsible, responsive bidder, complying with the conditions of the Notice of Bid Invitation, provided the bid is reasonable, and it is in the interest of the Village to accept it. 00200-1 01108-028 The Village however, reserves the right to=reject any or all bids. 8. BASIS OF AWARD The award of bid will be made to the lowest responsible responsive bidder possessing the qualifications to complete the project. 9. QUALIFICATIONS OF BIDDERS In the event portions of the work called for in the specifications are to be installed, constructed, or assembled by a sub -contractor or sub -contractors, the bidder must fill in the information requested in the Proposal. The nature of this project is asphalt overlays and asphalt repairs. Lack of experience in this type of construction shall be grounds for consideration of a bid as non -responsive. 10. WARRANTY Neither the final payment nor any provision of the Contract Documents, nor the use of the equipment by the Village shall constitute an acceptance of items found not to comply with stipulations of the Contract Documents. The Contractor shall furnish, suitable warranty and guarantee equal to that generally furnished to purchasers of the equipment described herein. Please refer to paragraph 21 of the Supplementary Conditions for additional express warranties by Contractor. 11. INSURANCE The bidder to whom a Contract is awarded shall take out and maintain Worker's Compensation Insurance to cover all his/her employees as well as maintain public liability and property damage insurance during the term of this contract and until the last day of furnishing work, labor, services and materials for the project described herein. Refer to Certificate of Insurance (Section 650), General Conditions (Section 700) and Supplementary Conditions (Section 800). The Village of Key Biscayne and Corzo Castella Carballo Thompson Saiman, P.A., shall be named as additional insured in all policies required under this contract. 12. ELIGIBLE BIDDERS The Village reserves the right, before awarding a Contract, to require a Bidder to submit evidence of his/her qualifications, as may be deemed necessary, and consider any evidence available to it of the financial, technical, and other qualifications and abilities of the bidder. The Contract will be awarded only to a Bidder fully qualified to under take the proposed work. All material or services must meet all applicable Federal, State and Local specifications and permit requirements. 13. SAFETY PRECAUTIONS The Contractor shall maintain suitable and sufficient guards and barriers and, at night, suitable and sufficient safety standards required by Municipal, County, State and Federal ordinances and laws. 14. PRE -BID INSPECTION The Bidder, before submitting a Proposal, is required to visit and examine the site of the 00200-2 01108-028 work and satisfy himself/herself about the character of the work, any possible difficulties, and all conditions and circumstances which do and may affect the work. 15. PERFORMANCE AND PAYMENT BONDS Within ten (10) working days of the award of the Contract, the successful bidder shall furnish a Performance and a Payment Bond in the form shown on Sections 00610 and 00620 guaranteeing the faithful performance of his contract and for the payment of all persons performing labor or furnishing materials in connection therewith. Each bond shall be in the amount of one hundred percent (100%) of the Contract price. 16. PERMITS When necessary the successful bidder will be required to obtain the necessary permits. The Village of Key Biscayne's Public Works permit will be required. The contractor is responsible for all necessary end of construction clearance, certification or release fees required by local agencies, if applicable. 17. CONTRACTOR'S QUESTIONNAIRE Section 00350 contains the form entitled "Contractor's Questionnai(e." This form must be completed and submitted as an integral part of the bid package. 18. QUALIFICATION OF SURETIES A. General: The following requirements shall be met by all surety companies furnishing bid, performance payment or other type of bonds: B. Qualifications: As to companies being rated acceptable: 1. The Surety shall be rated as "A" or better as to General Policyholders Rating and Class V or better as to Financial Category by Best's Key Rating Guide, published by Alfred M. Best Company, Inc., of 75 Fulton Street, New York, New York, 10038. 2. The Surety shall be listed on the U.S. Department of the Treasury, Fiscal Service, Bureau of Government Financial Operations, Circular 570, (1982 Revision) entitled, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies." 3. All Surety Companies are subject to approval and may be rejected by the Owner without cause, in the same manner that bids may be rejected. C. Limitations: Bonding Limits or Bonding Capacity refer to the limit or amount of Bond acceptable on any one risk. 1. The bonding limit of the Surety shall not exceed ten percent (10%) of the policyholder surplus (capital and surplus) as listed by the aforementioned Best's Key Rating Guide, on anyone risk (penalty or amount of any one bond). Requirements: 00200-3 01108-028 1. Policy Holders Surplus°is requiredto be 5 times the amount of anyone bond. 2. The Agent countersigning the bond shall be a resident of Miami -Dade County. 19. DEFINITIONS Terms used in the "Instructions To Bidders" shall be as defined in the General Conditions. END OF SECTION 00200-4 01108-028 SECTION 00300 PROPOSAL VILLAGE GREEN TOT LOT ENCLOSURE VILLAGE OF KEY BISCAYNE, FLORIDA Village Clerk's Office Village of Key Biscayne Village Hall 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 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 work 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 (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 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 of one -hundred 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 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. 0 Bidders Certificate of Competency No. C G C L5_1__0 ")SS 8 Da �-� ' 65, -� t (2b2 Bidders Occupational License No. Acknowledgment is hereby made of the following Addenda received since issuance of the Project Manual: Addendum No. I Dated: 12. 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 2 D wa 0 -4-k ($ ), made payable to the Village of Key Biscayne, Florida. Address: 2eO City: 1` 4 fic! v l 1 .LL AS ((› t,2 (Na a of Bidcc (Affix Seal) S ►.- !'? of Officer (Title of Officer) State: Dollars L.S. L.S. L.S. 00300-2 01108-028 The full names and residences of persons and firms interested in the foregoing bid, as principals, are as follows: WIS 2-e0 2-0t P -CPC 51,4 CV1 tP1'Y L 531201 Name of the executive who will give personal attention to the work: L13 P ►� T f X11 C( 005Kee 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 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 NAME OF SUB -CONTRACTOR ADDRESS OF WORK 0.3(viakol\I ruyyz_ ioex. .z2Niol- tAvyviii rt. lava) ' ' Larie:63T2p,-, cc;rAClSn<te4A.���i� 00300-4 01108-028 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. 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. UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 Village Green Tot Lot Enclosure, complete 1 L.S.. $1961111-$ !O 13 2 Contingency (Do not Bid) 1 L.S $5,000 $5,000 BASE BID GRAND TOTAL IN FIGURES: $ Ljs, 9x-1 BASE BID GRAND TOTAL WRITTEN:Di i-Lil\Are._J-thwo -1 hc,uscvtd( n 'e_ kuodV .C;r e -t-4.., ALTERNATE BID ITEM #1 ITEM DESCRIPTION AB -1 Temporary Construction fence, chain link, using embedded posts with visual barrier QUANTITY UNIT 1 L.F. UNIT PRICE AMOUNT ADDITIVE BID ALTERNATE #1 GRAND TOTAL WRITTEN: Old 110 A414 'CV Prno flri 1k - PvrO tc1 ( ^IS . ALTERNATE BID ITEM #2 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE, AMOUNT AB -2 Movable construction fence, chain link, using 1 L.F. $ 5e 50 $ 4i legs with visual barrier ADDITIVE BID ALTERNATE #2 GRAND TOTAL WRITTEN: r -C1S/1"1`\K) S/pu H1A-11'7 A1\'') 5d p7r7tfckx4 fr k - BIDDER: tom-- G CONSTMUC J /2t 2C sui � 7 By: LULS f C 1A Title: ` w,>(a Telephone: J42( Fax: . Addendum No. 1 00300 - 5 01108-028 VILLAGE GREEN TOT LOT ENCLOSURE Village of Key Biscayne, Florida C3TS Project No. 01108-028 BID FORM unit prices stated in this proposal include all costs and expenses for labor, equipment, materials, tractor's overhead and profit. Unit prices for the various work ite s are intended to establish a total e for completing the project in its entirety. The Contractor shal include in the Bid price any work item materials for which a separate pay item has not been included in the Bid Form. All work and incidental s shall be included for payment under the several schedul items of the overall contract, and no crate payment will be made therefore. EM UNIT DESCRIPTION Q ANTITY UNIT PRICE AMOUNT Village Green Tot Lot Enclosure, complete 1 L.S.. $ $ Contingency (Do not Bid) 1 L.S. $5,000 $5,000 ,ND TOTAL IN FIGURES: > 2 $ ND TOTAL WRITTEN: / ER: ._._-W (1) s -Ua to t.1 2 L -U - )hone: I ' f i Fax: / iii t' qq I 00300 - 5 01108-028 NON -COLLUSION AFFIDAVIT STATE OF FACS\ COUNTY OF AA:kc,,)lv, 'DOS 3�L. LL \S C r C& Cl ("Affiant"), being first duly sworn, deposes and says that: 1. Affiant is W -LS (car -Cis of LE --(o Cor1 OC- i`df) (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 26441 day of �U\9_ , 20.a.by l_L:S C.'C cJ.G , who is personally knownin. ne or has produced as identification. ;;"" •" DIANA INTERIAN "7" CC1Atiiv, SS10N # EE086696 EXP!:ES May 16, 2015 (401) 398-0153 Florida Note ervice.com Notary Publi i• 4. v V. � ..n -r. 1) Print Name My commission expires: 00300-6 01108-028 SECTION 00350 CONTRACTOR'S QUESTIONNAIRE Submitted to: The Mayor and Village Commission of the Village of Key Biscayne, Florida: By LUIS 7."(r,C Principal Office L W C NMUC ' zeo 51 Zak P)Pet SAM n�tPdv11 �12�� How many years has your anization 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? Y� State of Florida Occupation ILicense (State type and number). .&6_1 (01 11) Federal I.D. No: Miami -Dade County Certificate of competency (State type and nymber. Village of Key Biscayne Occupational License (State type and number): 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 How many years has your organization, or your sub -contractor had in this type of work? years List the detailed experience below: 00350-1 01108-028 Name & tel. number of Owner Project Name Date completed Are you a Certified Minority Contractor with Miami -Dade County? Fs Have you ever failed to complete any work awarded to you? 14 If so, where and why? 1•14/A Has any officerrpartner of your organization ever failed to complete a contract handled in his own name? If so, state name of individual, name of owner, and reason thereof: In what other lines of business are you financially interested or engaged? Give references as to experience, ability and financial standing. `- 0► v, k p r is t ` Okiw 4cc+uzs --- 88 8— 6 S z" 3;),6 0� c0v4,i l -,' '__"'O 4v1; r - 3acS 4- f>> -- C What equipment do you own that is available for the proposed work and where is it located? 1 9 x , .'pl ck u lt2s, fvUa ,. cr)N6rIvocArLon -f,-zzt.53 00350-2 01108-028 CSBE (Community Small Business Enterprise) by Miami Dade County DBE (Disadvantage Business Enterprise) 8(a) by SBA U.S Small Business Administration Florida State Certified General Contractor Flonda State Certified Roofing Contractor MDC Certified General Engineenng Contractor Certified LEED AP ECOADVENTURE BUILDING - CRANDON PARK Project Name EcoAdventure Building Exterior and Interior renovation of existing building structure at Crandon Park in Key Biscayne FL Owner MDC Parks and Recreation Point of Contact, Name / Ph. Jay Forni / Ph. 305-755-7936 — 786-536-6944 / jfomi@miamidade.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. Type of Contract Lump Sum Contract Completions Date 08/31/2009 Prime Construction Contractor YES Actual Project Construction Cost $336,407.00 ECOADVENTURE PHOTOGRAFIC MEMORY 280 SW 20th ROAD — SUITE 506 Miami, Florida Ph• (786)385-7926 Fax (305)857-9916 www.legocc.com CSBE (Community Small Business Enterprise) by Miami Dade County DBE (Disadvantage Business Enterprise) 8(a) by SBA U.S. Small Business Administration Honda State Certified General Contractor Flonda State Certified Roofing Contractor MDC Certified General Engineering Contractor Certified LEED AP 1111111111111111111 280 SW 20th ROAD — SUITE 506 Miami, Florida Ph (786)385-7926 Fax (305)857-9916 www.legocc.com CSBE (Community Small Business Enterprise) by Miami Dade County DBE (Disadvantage Business Enterprise) 8(a) by SBA U S Small Business Administration Florida State Certified General Contractor Flonda State Certified Roofing Contractor MDC Certified General Engineering Contractor Certified LEED AP JACKSON MEMORIAL HOSPITAL — EMERGENCY ROOM AREA RENOVATIONS Project Name Jackson Health System — Emergency Room Areas Renovation — 1611 NW 12th Avenue. Miami, FL 33136 Owner Jackson Health System Point of Contact Francisco Caldera—PH.305-585-7707 / FCaldera@jhsmiami.org Project Description Interior renovation of Emergency rooms area at Jackson Memorial 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. Type of Contract (Construction) Lump Sum Contract Completions Date 11/30/2009 , Prime Construction Contractor YES Actual Project Construction Cost $266,130.v CQ t\ 1% '3 r -St' Cc JACKSON MEMORIAL HOSPITAL — EMERGENCY ROOM AREA RENOVATIONS 280 SW 20th ROAD - SUITE 506 Miami, Florida Ph (786)3857926 Fax (305)8579916 www.legocc.com CSBE (Community Small Business Enterprise) by Miami Dade County DBE (Disadvantage Business Enterprise) 8(a) by SBA U.S Small Business Administration Florida State Certified General Contractor Honda State Certified Roofing Contractor MDC Certified General Engineenng Contractor Certified LEED AP 280 SW 20th ROAD - SUITE 506 Miami, Florida Ph (786)3857926 Fax (305)8579916 www.legocc.com CSBE (Community Small Business Enterprise) by Miami Dade County DBE (Disadvantage Business Enterprise) 8(a) by SBA U S Small Business Administration Flonda State Certified General Contractor Florida State Certified Roofing Contractor MDC Certified General Engineering Contractor Certified LEED AP MIAMI DADE COUNTY SEAPORT DEPARTMENT Project Name Cruise Terminals B & C No 9 East and C Passenger Boarding Bridge Phase I - Access Owner Port of Miami Point of Contact Art Tillbert / 305-347-4891 / art1@miamidade.gov Project Description 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 arrival of the largest cruise liner, "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. Type of Contract Lump Sum Contract Prime Construction Contractor YES Actual Project Construction Cost $283,162.22 Completion Date 07/05/2010 280 SW 20th ROAD — SUITE 506 Miami, Florida Ph. (786)385-7926 Fax, (305)857-9916 www.legocc.com CSBE (Community Small Business Enterprise) by Miami Dade County DBE (Disadvantage Business Enterprise) 8(a) by SBA U.S. Small Business Administration Florida State Certified General Contractor Florida State Certified Roofing Contractor MDC Certified General Engineenng Contractor Certified LEED AP CRUISE TERMINAL PHOTOGRAFIC MEMORY 280 SW 20th ROAD — SUITE 506 Miami, Florida Ph (786)385-7926 Fax (305)857-9916 www legocc com CSBE (Community Small Business Enterprise) by Miami Dade County DBE (Disadvantage Business Enterprise) 8(a) by SBA U.S Small Business Administration Florida State Certified General Contractor Flonda State Certified Roofing Contractor MDC Certified General Engineering Contractor Certified LEED AP REDLAND FARM LIFE SCHOOL RESTORATION Project Name Redland Farm Life School Restoration. Miami, FL I Owner MDC Historic Preservation I Point of Contact Kathleen Kauffman / 305-375-3506/kkauff@miamidade.gov Project Description 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. I Type of Contract (Construction) Lump Sum Contract I Completions Date 01/08/2010 I Prime Construction Contractor YES Actual Project Construction Cost $474,478.00 REDLAND FARM — PHOTOGRAFIC MEMORY 280 SW 20th ROAD — SUITE 506 Miami, Florida Ph (786)385-7926 Fax (305)857-9916 www.legocc.com CSBE (Community Small Business Enterprise) by Miami Dade County DBE (Disadvantage Business Enterprise) 8(a) by SBA U.S. Small Business Administration Flonda State Certified General Contractor Florida State Certified Roofing Contractor MDC Certified General Engmeenng Contractor Certified LEED AP 280 SW 20th 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 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 GARCIA, LUIS E LEGO CONSTRUCTION CO 280 SW 20TH ROAD SUITE 506 MIAMI FL 33129 gratulations! With this license you become one of the nearly one million idians licensed by the Department of Business and Professions! Regulation. professionals and businesses range from architects to yacht brokers, from ors to barbeque restaurants, and they keep Florida's economy strong. y day we work to improve the way we do business in order to serve you better. information about our services, please log onto www.myfloridalicense.com. 'e you can find more information about our divisions and the regulations that Ict you, subscribe to department newsletters and learn more about the artment's initiatives. mission at the Department is: License Efficiently, Regulate Fairly. We ,tantly strive to serve you better so that you can serve your customers. ik you for doing business in Florida, and congratulations on your new license! DETACH HERE (850) 487-1395 . i . r; d ie".— � �+� -.. —... �.. ' t tsY + . �'\` � C.i •< : f. r 4'Gj✓ 1�� ' `<i <liL.L `6L• lir j i, .4- � Q.t+.4,>:;AAi.W4ir l 1 L� I it � [� ' %1 � rT lt4�G r � �- i .-' . •�J3 tS •, � : xt 'rI:iI: =.1►% '"7-:<fki, 1 �` ,eta Mi f±.11jy.. ..,%. j .U� •,,,,,,,..3..e � +— P���j4141; IF S (�1G .2iCS�)��'/ Fi • .. N...., . Vs•` i ''4" stem * t-`_. ....--,f,, ..' t • '. . ..,. a•✓ ...M...�i. ' • . ,'� _.. ..�{ •:. • .a{' a Please note that this Business Tax Receipt expires on September 30th of the effective year listed herein. Ensuring renewal by October 1st is the responsibility of the business entity. For further information you may call: (305) 416-1570 or (305) 416-1918. Favor de tomar nota que este Recibibo de Impuesto para Negocio se vence el 30 de Septiembre de ario indicado. Asegurar la renovacion para el 1ro de Octubre es la responsabilidad del negocio. Para mas informacion puede Ilamar al: (305) 416-1570 o (305) 416-1918. Soupte pran not ke Resi Enpo pou Biznis-sa ap exspire 30 Septan-m ane sa men -m nan lis la. Se responsablite dirijan Biznis sa pou li renouvle-I Pwemie Oktob kap vini. Si au bezwen plis enfomasiyon sou zafe sa , pa bliye rele nan (305) 416-1570 ou byen (305) 416-1918. Financial Statement: What Bank or Banks have you arranged to do business with during the course of the Contract should it be awarded to you? of L.vvc C(1), I hereby certify that the above answers are true and correct. Name of Bidder: -E W wk `'-'l rur Q (Affix Seal) Signature of Officer: Title of Officer: END OF SECTION 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 1 V1108-28 Key Biscayne Village Green \Specs.Addendum#1 doc LEGO CONSTRUCTION, CO. FINANCIAL STATEMENTS DECEMBER 31, 2011 Hoyos & Aguilar, P.A.. Certified Public Accountants INDEPENDENT ACCOUNTANTS' REVIEWREPORT To the Stockholders Lego Construction, Co. Miami, Florida We have reviewed the accompanying balance sheet of Lego Construction. Co. (an S -corporation) as of December 31, 2011, and the related statement 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 in scope then an audit, the objective of which is the expression of an opinion regarding the financial 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 Certified Public Accountants. Those standards require us to .perform procedures to obtain limited assurance that there are no materiel 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. NOYO AGU , P.A. Certi d Publi accountants Coral Gables, Florida February 28, 2012 634 Ponce De Leon Bind. • Suite 310 • Coral Cables, Florida 33134 Tel (305) 444-2500 • Fax: (305) 444.2900 • wwwlecpas.net LEGO CONSTRUCTION, CO BALANCE SHEET (SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REVIEW REPORT) DECEMBER 31, 2011 SSETS CURRENT ASSETS: Cash and cash equivalents Contracts receivable Costs -and estimated earnings in excess of billings on uncompleted contracts Loan receivable TOTAL CURRENT ASSETS FIXED ASSETS: Automobiles and truck Office furniture and equipment Machinery and equipment Less accumulated depredation TOTAL ASSETS ABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES: Accounts payable and accrued expenses Billings in excess of costs and estimated earnings on uncompleted contracts TOTAL CURRENT LIABILITIES STOCKHOLDERS' EQUITY: Common stock, $1.00 par value, 10,000 shares authorized and issued Additional paid -in -capital Retained earnings $ 251,858 508,563 197,093 70,Qg0 1,027,514 52.530 9,818 17244 109,572 (25.,700) 83,8 $ 1 111 386 $ 283,361 25.032 308393 10,000 257,833 536,360 802,993 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, 2011 Contract revenues earned $ 1,249,344 Cost of revenues eamed 1.016,938 Gross profit 232406 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 16.845 Parking and toils 1,844 Professional fees 12,945 Rent 12,418 Salary - officers 52,860 Salary and wages 74,919 Taxes - payroll 30.499 Telephone 3,014 Travel 4,775 Utilities X1.02 Total General and administrative expenses 278.651 Net Loss from operations (46,245) Other income: interest 523 Net Loss (45,722) 3eginning retained earnings 581,082 Ending retained earnings $ 535,360 LEGO CONSTRUCTION, CO STATEMENT OF CASH FLOWS (SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REVIEW REPORT) FOR THE YEAR ENDED DECEMBER 31, 2011 ,ash Flows from Operating Activities: let Loss djustments to reconcile net loss to net cash sed in operating activities: $ (45.722) 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 (70.000) Increase (decrease) in: Accounts payable and accrued expenses 280,049 Billings in excess -of costs and estimated earnings on uncompleted contracts 25,032 cash used in operating activities (175,155) ish flows from investing activities: Fixed asset additions (66,256) +t cash used in investing activities (66,256) t decrease in cash sh and cash equivalents, beginning of year sh and cash equivalents, end of year )plemental Disclosure of cash Flow Information: Depreciation $ (241,411) 494,69 24)4658 LEGO CONSTRUCTION. CO, NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) DECEMBER 31, 2011 NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING 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 varies 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 are realizable or payable over a period in excess of one year. 6) 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 job costs. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, 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 eamings on uncompleted contracts" represents billings in excess of revenues recognized. C) CASH AND CASH EQUIVALENTS For purposes of reporting the statements of cash flows, the Company considers alt cash 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. O) 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 uncotlectible. 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 and equipment is stated at cost net of accumulated depreciation. Depreciation is calculated using straight-line methods over the respective useful lives of the assets. Major additions and improvements are capitalized, while 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 changes 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 5250,000. G) INCOME TAXES The Company uses the percentage -of -completion method of reporting revenue from long-term 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 income tax purposes under Subchapter "S" of the internal Revenue Code. In accordance with provisions of such election, the Company's income or loss 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). PASS 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 FASB ASC 740. The Company has reviewed potential tax uncertainties in accordance with FASB ASC 740 and determined that there are no uncertainties that 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. Actuai results could differ from those estimates. 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 are normally incurred prior to project 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 $ 281,213 Contracts in progress 209,920 Retainages 17,430 $ 508443 Management has determined that no allowance for doubtful accounts is required. This determination is based on the Company's collection history, the creditworthiness of its customers, subsequent collections of outstanding balances, and 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 as follows: Automobiles and trucks $ 52,530 Office furniture and equipment 9,818 Machinery and equipment 47,224 109,572 Less: accumulated depreciation ;27,381;) 82.1 f34 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 revolving line of credit with a maximum borrowing limit of $75,000, bearing 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 earnings Less: billings to date $ 889,017 238.760 1,127.777 (955,716) Net, costs and estimated earnings in excess of billings on uncompleted contracts $ 172,061 included in the accompanying balance sheet under the following caption: Costs and estimated earnings 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 of 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 2,8 44,837 (1,249.344) 1.595.493 LEGO CONSTRUCTION, CO, NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) DECEMBER 31, 2011 NOTE 8 - SURETY INDEMNITY AGREEMENT In the ordinary course of business, the Company has obtained a surety bond which provides certain customers to comply with contract provisions and performance 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 - SUBSQUENT 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 & Aguilar, P.A. Certified Public Accountants ACCOUNTANTS' FkgVIEW REPORT ON SUPPLEMENTARY INf O tMATION To the Stockholders Lego Construction. Co. Miami, Florida Our review report on the basic financial statements of Lego Construction, Co tor the year ended December 31, 2011 appears on page one. The accompanying supplementary 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, & AG t111j ', P.A. Ce ed Public f(ccountants Co I Gables, Florida February 28, 2012 814 Ponce Dv Leon Blvd. • Suite 310 • Coral Gars, es, F1orida33134 Tai: (305) 444-2500 • Fax: (30:) 444-2900 • w 'lncpas.net Sc►1edule of Completed Contracts For the year ended December 31. 2011 (See Accountants' Review Report on Supplementary Information) Contract Totals Construction ConstructionEarned Direct Gross Pia Gross Profit Ttinxigh Through Corsi Profit Percentage December 312010 December 31, 2011 United States Coast Guard - Key West $ 30.704 $ 26.617 $ 4,087 13% $ - $ 4.087 United States Coast Guard - Carpet install 38.140 28.112 10.026 26% 10.028 Air Force - Fuel Tank 28.544 22.639 5.905 21% - 5.905 Airport - Par►, and Ride 395.648 339.791 55.857 14% 55,857 United States Coast Guard - Tile Comdors 17,995 13.481 4,514 25% 4,514 United States Coast Guard - Tile Building 10.921 5.702 5,219 48% 5219 Small lobs 10,412 3.545 6.867 66% 6,887 5 532,364 S 439.887 S 92.477 5 S 92.477 Gross Proirl Recognized Lego Construction, Co. Schedule of Uncompleted Contracts Decerrther 31, 2011 (See Accountants' Review Report on Supplementary Information) Frsy 44• .a; r+oT ~lama.: ro ❑earner 71 :: r AS Diarafir • 731 Gins P*oe Gaut.. 8'6.91 .. 11-1:551 Reer9r* *r Elarnsktt Estr+natey iviiid Eyoess.30 C. r ort Contract Esu it4.3 G'htt Ade FSvss F'r9r I 0.061 Ea^rrnyc fdtxt s•7 -tsaewea OYrnp►b" %ins l3 D i+ Get Loot' a Ewes* of EUI•.aie! Cast b 1Ge eqt , iv, »e COP amass* t><ftattr•. bDrds bMari :'oaw• g„q `• Groat t � �'a•r ii,y Emmet. Co p'! Co,nOre4e RDff v2'31/7011 irr mtt GSA n.—rrett,ae�1 5 944429 5 )(J4 1+? f :*5237 3 rt. 5 r8q dv'Q 5 3173 r r; S Iii 113 5 5 11 ".!..2 $ 141 DX ' E ;) GSA •esvaue•-,�r+r*rr gals 'at -n 5 C1 :,e•, 1.7 Z$7 5 5e 1S4 5 seam 3 �.a•. �•R 'v) tCM 18910 tv. / a • 3?13 riS4 Fp*,S'*zf1. I.31Form.,T 151W5 •iY.:ti' '8603 r ' 2 .: I7F l t. Ts 3n :"*stn 1t•st Ms ('.ants Act: e•- M2:i7 3 •, Td ?: r : 64 1' 1S: s: d33 •' 3ta S • c • S/: 7l ::31 15585 516.E53 : a' Mar'. 17,41). Ce..•'y - i(il¢ G ..,,s.4r1s 53151' die P:Ti *10 543 1391'. 14 SSa ::3E Ttnttsli Boll .4.4: •149* 3r1' 1E In 42'963 3 C.. 9- 5f.^.9 1T< 12D 145 000 24 •?Q /c 7 t iC;1s 5'-!39 1955_ •[7,51: 47 tat at n* 447 1P65.1 S Z.721413 3 r 19t3ysa 5 529.7aG S 955.737 5 $5�7 5 ;.14.150 S 147493 5 13.03) 5 0.304.056 S 29' i>70 5 ?t 307 5 tic -42P 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 at December 31, 2011 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% 1,685,173 1,353,935 331,238 435,829 336,997 98,832 1,249,344 $ 1,016.938 $ 232.406 19% SECTION 00410 BID BOND STATE OF FLORIDA) ss COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS, that as Principal, and , as Surety, a Corporation chartered and existing under the laws of the State of , with its principal offices in the City of , and authorized to do business in the State of Florida are held and firmly bound unto the Owner, in the penal sum of Dollars ($ ) 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 , 20_, for: VILLAGE GREEN TOT LOT ENCLOSURE Village of Key Biscayne, Florida NOW, THEREFORE: A. If the principal shall not withdraw said bid within sixty (60) 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. B. 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. 00410-1 01108-028 IN WITNESS WHEREOF, the above.boundedparties have executed this instrument under their several seals, this day of , A.D., 20 , 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. WITNESSES: (If Sole Ownership or Partnership, two (2) witnesses required). (If Corporation, Secretary Only will attest and affix seal). WITNESSES: PRINCIPAL: Name of Firm Signature of Authorized (Affix Seal) Title Business Address City, State & Zip Code WITNESSES: SURETY: Corporate Surety Attorney -in -Fact (Affix Seal) Business Address City, State & Zip Code Name of Local Insurance Agency 00410-2 01108-028 CERTIFICATES AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the within bond; that who signed said bond on behalf of the principal, was then 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. Secretary (Corporate Seal) STATE OF FLORIDA) ss COUNTY OF ) Before me, a Notary Public duly commissioned, qualified and acting, personally appeared , to be well known, who being by me first duly sworn upon oath, says that he is the Attorney -in -Fact, for the and that he has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of the Owner, the Sworn and Subscribed to before me this day of ,20 , A.D. (Attach Power of Attorney to original Bid Bond) Notary Public State of Florida at Large My Commission Expires: END OF SECTION 00410-3 01108-028 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we 1131 SW 4th Avenue, Miami, FL 33130 as Principal, hereinafter called the Principal, and 175 Berkeley Street, Boston, MA 02116 Lego Construction Co. Liberty Mutual Insurance Company a corporation duly organized under the laws of the State of Massachusetts as Surety, hereinafter called the Surety, are held and firmly bound unto The Village of Key Biscayne, 88 W. McIntyre, Key Biscayne, FL 33149 as Obligee, hereinafter call the Obligee, in the sum of Twenty Percent of Amount Bid (20% for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal has submitted a bid for Village Green TOT Lot Enclosure NOW, THEREFORE, if the Obligee shall accept the bid of the principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed June 20, 2012. Witnesses: Lego Constructio By: Liberty' Joann: M. Mursell, Attorney -In -Fact nsurance Company 117Vc..c./cv-e.-0 (Seal) (Seal) IS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5184938 s Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company POWER OF ATTORNEY )WN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein )ctively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, GERALD J. ARCH, JAMES F. MURPHY, SHAWN A. BURTON, NNE M. MURSELL, MICHAEL A HOLMES, f the city of FT. LAUDERDALE state of FLORIDA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall s binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. ITNESS WHEREOF, this Power ofAttomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this d day of February , 2012 , By: fE OF WASHINGTON ss NTY OF KING American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American Insurance Company Gregory W. Davenport, Assistant Secretary lis 22nd day of February , 2012 before me personally appeared Gregory W Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and alty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being )razed so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer ITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above wntten. 16b By: KD Riley , Nota Public Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance pany, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: CLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject ch limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, 3wledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective rs of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so ited, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under rovisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority CLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, ubject to such limitations as the chairman or the president may prescnbe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their ctive powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so ited such instruments shall be as binding as if signed by the president and attested by the secretary. ficate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such ey-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other f obligations m ization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the any, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the force and effect as though manually affixed. id M Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West can Insurance Company and Peerless Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full above and foregoing is a true and correct )f the Power of Attomey executed by said Companies, whirl is in full force and effect and has not been revoked. STIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 20tlllay of June By: ,2012 fr /74 David M Carey, Assistant Secretary CO 'v to as c as O vy dW c `Oa Q M O� a— 7:1 mC OE O. co W O t O 0 �d To 12 >12 ma wC? CCs? 00 co co 1— - AFCC, LMIC, OCIC, PIC & WAIC 2873_012012 CONTRACT FOR CONSTRUCTION THIS CONTRACT FOR CONSTRUCTION (this "Contract') is made by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida municipal corporation (hereinafter referred to as "Village"), and LEGO CONSTRUCTION CO., a Florida corporation, whose mailing address is 280 SW 20`'' Road, Suite 506, Miami, Florida 33129 (hereinafter referred to as "Contractor"). WITNESSETH That Contractor and Village, for the considerations hereinafter named, the receipt and sufficiency of which is hereby acknowledged, agree as follows: ARTICLE 1 SCOPE OF WORK 1.1 2.1 Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform the totality of the obligations imposed upon the Contractor and all of the work for the VILLAGE GREEN TOT LOT ENCLOSURE (the "Work" or "Project') in accordance with and as described in the Contract Documents. ARTICLE 2 CONTRACT TIME Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed providing a commencement date and issued by the Village Manager. The Notice to Proceed will not be issued until Contractor's submission to Village of all required documents, including permits(s), and after execution of this Contract. 2.2 The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within Sixty (60) calendar days from the date specified in the Notice to Proceed ('`Substantial Completion") so that the Village may occupy and use all or a portion of the Project for its intended purpose. Achievement of Substantial Completion requires acceptance by the Village that the Work is complete and in accordance with the Contract Documents so that the Village may occupy and use the Project for the purpose and use for which it was intended, and the permitting governmental authorities shall have issued final inspection and approval. The Work shall be fully completed in accordance with the Contract Documents within Seventy-five (75) calendar days from the date specified in the Notice to Proceed ("Final Completion"), and on the date agreed to by Village when all Work has been completed in accordance with the Contract Documents, including the satisfaction of all requirements in Section 3.3 of this Contract for final payment. 00500-1 01108-028 2.3 Time is of the essence throughout this Contract and there will be monetary damage to the Village in the event that the Work is not completed within the time fixed for completion in this Contract. In as much as the actual damages for such delay of performance is impossible to exactly determine, Contractor agrees that it shall be liable for and shall pay Village liquidated damages for all delay damages as set forth herein. Upon failure of Contractor to achieve Substantial Completion of the Contract within Seventy -Five (75) calendar days from the date specified in the Notice to Proceed, Contractor shall pay to Village the sum of Five Hundred Dollars ($500) for each calendar day that the Contractor failed to achieve Substantial Completion. After Substantial Completion, should Contractor fail to complete the remaining Work and achieve Final Completion within One -hundred and five (105) calendar days from the date specified in the Notice to Proceed, Contractor shall pay to Village the sum of Five Hundred Dollars ($500) for each calendar day after Substantial Completion that the Project has not achieved Final Completion and readiness for final payment. These amounts are not penalties but are liquidated damages payable by Contractor to Village for the failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of determining the amount of damages that will be sustained by Village as a consequence of Contractor's delay and failure of Contractor to complete the Work on time. 2.4 Village shall inspect the Work and prepare and deliver to the Contractor a punch list for the Work or portion thereof ("Punchlist'), which was inspected. This Punchlist shall list all items that Village has identified for correction or completion. When all items listed on the Punchlist have been corrected or completed to the satisfaction of Village, Village may certify Final Completion. Contractor understands and agrees that Final Completion cannot occur until such time as the Punchlist Work has been completed so that the Project can be occupied and used by Village for its intended purpose without disruption to Village. 2.5 Village is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. In case the liquidated damage amount due to Village by Contractor exceeds monies due Contractor from Village, Contractor shall be liable and shall immediately upon demand by Village pay to Village the amount of said excess. ARTICLE 3 CONTRACT PRICE 3.1 Village shall pay to Contractor for the performance of the Contract, the total lump sum of One -Hundred Twenty Thousand Eight -Hundred Thirty -Nine Dollars ($120,839.00) (the "Contract Price"). The Contract Price shall be full compensation for all services, labor, materials, equipment and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. 00500-2 01108-028 3.2 Village shall pay the Contract Price above pursuant to the following schedule: The Contract Price shall be paid to Contractor upon Final Completion of the Work in accordance with the Contract Documents and acceptance by the Village and upon certification by the Village's Project Consultant that the Work is complete and in accordance with the Contract Documents ("Certification of Final Completion"). 3.3 Upon Certification of Final Completion by the Village, the Contract Price shall be due and payable to Contractor within thirty (30) days after the following conditions are satisfied: (a) Inspection and submission of evidence of approval of all the Work requiring inspection by the Village and any governmental body, inspection organization, bureau or association having jurisdiction over the Work, within Contractor's responsibilities under this Contract; (b) Owner's approval of Contractor's final Application for Payment; (c) Assignment of all manufacturer's warranties or assignment of subcontractor's warranties on material or equipment installed; (d) Final disbursements which are related to the performance of the Work by Contractor or its subcontractors, sub -subcontractors, laborers or material suppliers; (e) Final waivers of lien from the Contractor and all vendors and subcontractors which have provided labor and/or materials for performance of the Work which shall accompany Contractor's application for final payment; (1) required; Contractor obtaining a certificate of completion or occupancy, as may be It is mutually agreed that no payment made under this Contract shall be evidence of acceptance of defective or improper materials or workmanship. 3.4 Any payment by Village, including the final request for payment, does not constitute approval or acceptance by Village of any item of the Work nor shall it be construed as a waiver of any of the Village"s rights hereunder or at law or in equity. 3.5 This Contract is subject to the condition precedents that: (i) Village funds are available and budgeted for the Contract Price; (ii) the Village secures and obtains any necessary grants or loans for the accomplishment of this Project pursuant to any borrowing legislation adopted by the Village Council relative to the Project; and (iii) Village Council enacts legislation which awards and authorizes the execution of this Contract, if such is required. 00500-3 01108-028 ARTICLE 4 CONTRACT DOCUMENTS 4.1 The Contract Documents, which comprise the entire agreement between the Village and the Contractor concerning the Work consist of (a) this Contract for Construction (including any change orders and amendments thereto), (b) the Project Manual and all bidding documents or procurement documents for the Project, (c) the Contractor's bid or proposal for the Project, (d) Insurance Certificates, (e) Performance and Payment Bonds, (f) the Notice of Award, and (g) the Notice to Proceed, all of which are deemed incorporated into and made a part of this Contract by this reference and govern this Project. In the event of any conflict among the foregoing, the documents shall govern in the order listed herein. Contractor is reminded and hereby recognizes that all Work under this Contract must comply with all applicable federal, state and local law. Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. 4.2 This Contract incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.3 The Contract Documents shall remain the property of the Village. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; however in no circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the Village's prior written authorization. ARTICLE 5 INDEMNIFICATION 5.1 Contractor shall defend, indemnify, and hold harmless the Village, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, including legal fees and costs and through appeal, arising out of or, related to, or in any way connected with Contractor's performance or non-performance of this Contract or with Contractor's obligations or the Work related to this Contract, including by reason of any damage to property or bodily injury or death incurred or sustained by any party. The Contractor shall defend, indemnify, and hold the Village harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys' fees and costs in the defense of any claim made under 00500-4 01108-028 the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any employment related litigation or worker's compensation claims under federal or state law. The Contractor shall further defend, indemnify, and hold the Village harmless from all fines, citations, court judgments, insurance claims, restoration costs or other losses or liabilities arising out of or, related to, or in any way connected with Contractor's performance or non-performance of this Contract or with Contractor's obligations or the Work related to this Contract. The provisions of this section shall survive termination of this Contract. ARTICLE 6 INSURANCE AND BONDS 6.1 Insurance. Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A -X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the Village, reflecting the Village as an Additional Insured, no later than ten (10) days after award of this Contract and prior to the execution of this Contract by Village and prior to commencing any Work. Each certificate shall include no less than (30) thirty -day advance written notice to Village prior to cancellation, termination, or material alteration of said policies or insurance. (a) Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000. (b) Professional Liability Errors and Omissions insurance coverage in an amount not less than $1,000,000. (c) Workers Compensation and Employer's Liability insurance, as required by law. (d) Business Automobile Liability with minimum limits of $1,000,000 per Occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include Owned, Hired, and Non -Owned Vehicles. 00500-5 01108-028 (e) Builder's Risk property insurance upon the entire Work to the full replacement cost value thereof. This insurance shall include the interest of Village and Contractor and shall provide All -Risk coverage against loss by physical damage including, but not limited to, Fire, Extended Coverage, Theft, Vandalism and Malicious Mischief. (f) Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project, and all such Work shall be fully restored by the Contractor, at its sole cost and expense, in accordance with the Contract Documents. 6.2 Payment and Performance Bonds. The Contractor shall, simultaneously with the execution of this Agreement, provide the Village with a Performance Bond guaranteeing the performance of this Agreement. The Contractor shall provide a Payment Bond incorporating the requirements of the applicable Florida Statutes for one hundred percent (100%) of the Contract Price of this Agreement. Such Performance and Payment Bonds shall incorporate by reference all of the terms and conditions of the Contract Documents, including, but not limited to the Contractor and Surety's obligation for Liquidated Damages. Both the Performance and Payment Bond shall be in a form acceptable to the Village. ARTICLE 7 CONTRACTOR'S REPRESENTATIONS AND WARRANTIES In order to induce the Village to enter into this Contract, the Contractor makes the following representations and warranties: 7.1 Contractor represents the following: 7.1.1 Contractor has examined and carefully studied the Contract Documents and any other data identified in the bidding documents, including, without limitation, the "technical data" and plans and specifications. 7.1.2 Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.3 Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the Work. Contractor agrees that it will at all times comply with all requirements of the foregoing laws, regulations and permits. 00500-6 01108-028 7.1.4 Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the Project site. Contractor acknowledges that the Village does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at, contiguous or near the Project site or for existing improvements at or near the Project site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities and improvements) at, contiguous or near to the Project site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Time as specified in Article 2 of this Contract and in accordance with the other terms and conditions of the Contract Documents. 7.1.5 Contractor is aware of the general nature of Work to be performed by the Village and others at the Project site that relates to the Work as indicated in the Contract Documents. 7.1.6 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Project site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.1.7 Contractor has given Village written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Village is acceptable to Contactor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.1.8 The Contractor agrees and represents that it possesses the requisite skills to perform the Work and that the Work shall be executed in a good and workmanlike manner, free from defects, and that all materials shall be new and approved by or acceptable to Village, except as otherwise expressly provided for in the Contract Documents. The Contractor shall cause all materials and other parts of the Work to be readily available as and when required or needed for or in connection with the construction, furnishing and equipping of the Project. 7.2 Contractor warrants the following: 00500-7 01108-028 7.2.1 Anti -Discrimination: Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7.2.2 Anti -Kickback: Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the Village has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the Village shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7.2.3 Licensing and Permits: Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses and permits whether federal, state, County or Village. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses and permits required for this Project. The permits are: Village Permits, including Public Works Right -of -Way Permit. ARTICLE 8 DEFAULT AND TERMINATION 8.1 If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work within the Contract Time as specified in Article 2, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the Contract Time, or if the Contractor shall fail to perform any material term set forth in the Contract Documents, or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Village may, upon seven (7) days written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable, and may finish the Work by whatever methods it may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the Project is completed. All damages, costs and charges incurred by Village, together with the costs of completing the 00500-8 01108-028 Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by Village shall exceed monies due Contractor from Village, Contractor shall be liable and shall pay to Village the amount of said excess promptly upon demand therefore by Village. In the event it is adjudicated that Village was not entitled to terminate the Contract as described hereunder for default, the Contract shall automatically be deemed terminated by Village for convenience as described below. 8.2 This Contract may be terminated by the Village for convenience upon seven (7) calendar days" written notice to the Contractor. In the event of such a termination, the Contractor shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding subcontractor obligations. The Contractor shall be compensated for all services performed through the date of termination to the satisfaction of the Village. In such event, the Contractor shall promptly submit to the Village its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. ARTICLE 9 MISCELLANEOUS 9.1 No Assignment. Neither party shall assign the Contract or any sub -contract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Village Manager. 9.2 Contractor's Responsibility for Damages and Accidents. 9.2.1 Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by Village, and shall promptly repair any damage done from any cause. 9.2.2 Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by Village, Contractor shall replace same without cost to Village. 9.3 Defective Work; Warranty and Guarantee. 9.3.1 Unless otherwise provided for in the Contract Documents, all materials and equipment incorporated into any Work covered by this Contract shall be new and of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be in accordance with construction practices acceptable to Village. Contractor warrants to Village all labor, equipment and materials furnished or performed under this Contract against defects in materials and workmanship. Village shall have the authority to reject or disapprove Work which the Village finds to be defective. If required by the Village, Contractor shall promptly either correct 00500-9 01108-028 all defective Work or remove such defective Work and replace it with nondefective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections, including the cost of testing laboratories and personnel. 9.3.2 Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Village's Project Consultant, Village shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary, at Contractor's expense. Any expense incurred by Village in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, Village may declare Contractor in default. 9.3.3 The Contractor shall unconditionally warrant and guarantee all labor, materials and equipment furnished and Work performed, regardless of whether the same were performed by the Contractor or by any of its subcontractors, for a period of one (1) year from the date of Substantial Completion as required by Florida law, unless longer warrantees or guarantees are provided for elsewhere in the Contract Documents, in which case the longer periods of time shall prevail. If, within one (1) year after the date of substantial completion, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from Village, shall promptly correct such defective or nonconforming Work within the time specified by Village without cost to Village. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Contractor shall provide and assign to Village all material and equipment warranties upon completion of the Work hereunder. 9.3.4 Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 9.4 Legal Restrictions and Hours of Work. Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its operations so as not to interfere with or close any road, right-of-way or access area, without the written consent of the Village or governing jurisdiction. Work is anticipated to be performed Monday through Friday in accordance with the requirements and limitations of applicable law including, without limitation, Chapter 17 of the Village Code. The Contractor shall not perform Work beyond the time and days provided herein without the prior written approval of the Village. 9.5 Examination and Retention of Contractor's Records. 9.5.1 Village or any of its duly authorized representatives shall, until three (3) years after final payment under this Contract, have access to and the right to examine any of the Contractor's 00500-10 01108-028 books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. 9.5.2 The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of Village providing for retention and audit of records. 9.5.3 The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. 9.6 No Damages for Delay. Contractor shall not be entitled to and hereby waives any and all damages or any claim by reason of delay against Village, and shall have no claim other than for an extension of time by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from Village for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, lost profits, overhead, costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable or whether or not caused by Village. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. Notwithstanding the above, Contractor may be granted an extension of time and suspension of liquidated damages for any delay beyond the reasonable control of the Contractor. Should any delay, disruption, interference or hindrance be solely and intentionally caused by the Village, for a continuous period or cumulative period of thirty (30) days, the Contractor may terminate the Contract upon fifteen (15) days written notice to the Village. 9.7 Authorized Representative. 9.7.1 Before commencing the Work, Contractor shall designate a competent, authorized representative ("Authorized Representative") acceptable to Village to represent and act for Contractor and shall inform Village, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep Village informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. 9.7.2 The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of Village. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to Village, Contractor shall replace the unacceptable personnel with personnel acceptable to Village. 00500-11 01108-028 9.8 Taxes. Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll deductions required by law. Contractor herein indemnifies and holds Owner harmless from any liability on account of any and all such taxes, levies, duties and assessments. 9.9 Utilities. Contractor shall, at its expense, arrange for, develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be furnished by Contractor at no additional cost to Village. Prior to final acceptance of the Work, Contractor shall, at its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the requirements of this Contract. 9.10 Safety. Contractor shall be fully and solely responsible for safety and conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property. Contractor shall continually and diligently inspect all Work, materials and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. Contractor shall have sole responsibility for implementing its safety program. Village shall not be responsible for supervising the implementation of Contractor's safety program, and shall not have responsibility for the safety of Contractor's or its subcontractor's employees. Contractor shall maintain all portions of the Project site and Work in a neat, clean and sanitary condition at all times. Contractor shall assure that subcontractors performing Work comply with the foregoing safety requirements. 9.11 Cleaning Up. Contractor shall, at all times, at its expense, keep its Work areas in a neat, clean and safe condition. Upon completion of any portion of the Work, Contractor shall promptly remove all of its equipment, construction materials, temporary structures and surplus materials not to be used at or near the same location during later stages of Work. Upon completion of the Work and before final payment is made, Contractor shall, at its expense, satisfactorily dispose of all rubbish, unused materials and other equipment and materials belonging to it or used in the performance of the Work and Contractor shall leave the Project in a neat, clean and safe 00500-12 01108-028 condition. In the event of Contractor's failure to comply with the foregoing, the same may be accomplished by Village at Contractor's expense. 9.12 Rights and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 9.13 Public Entity Crimes Affidavit. Contractor shall comply with Section 287.133, Florida Statutes, (Public Entity Crimes Statute) notification of which is hereby incorporated by reference, including execution of any required affidavit. 9.14 Capitalized Terms. Capitalized terms shall have their plain meaning as indicated herein. 9.15 Independent Contractor. The Contractor is an independent contractor under this Contract. This Contract does not create any partnership nor joint venture. Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the Village. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the Contractor. 9.16 Payment to Sub -Contractors. Certification of Payment to Subcontractors: The term "subcontractor", as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to Contractor by the Village. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor's work is satisfactorily complete and accepted by the Village. 9.17 Liens. Contractor shall not permit any mechanic's, laborer's or materialmen's lien to be filed against the Project site or any part thereof by reason of any Work, labor, services or materials supplied or claimed to have been supplied to the Project. In the event such a lien is found or claimed against the Project, Contractor shall within ten (10) days after notice of the lien 00500-13 01108-028 discharge the lien or liens and cause a satisfaction of such lien to be recorded in the public records of Miami -Dade County, Florida, or cause such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of Miami -Dade County, Florida, to discharge such lien pursuant to Chapter 713.24, F.S. In the event Contractor fails to so discharge or bond the lien or liens within such period as required above, Village shall thereafter have the right, but not the obligation, to discharge or bond the lien or liens. Additionally, Village shall thereafter have the right, but not the obligation, to retain out of any payment then due or to become due Contractor, one hundred fifty percent (150%) of the amount of the lien and to pay Village's reasonable attorneys' fees and costs incurred in connection therewith. 9.18 Governing Law. This Contract shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any litigation arising out of this Contract shall be proper exclusively in Miami -Dade County, Florida. 9.19 Waiver of Jury Trial. Village and Contractor knowingly, irrevocably, voluntarily and intentionally waive any right either may have to a trial by jury in State and or Federal court proceedings in respect to any action, proceeding, lawsuit or counterclaim based upon the Contract for Construction, arising out of, under, or in connection with the Construction of the Work, or any course of conduct, course of dealing, statements or actions or inactions of any party. 9.20 Notices/Authorized Representatives. Any notices required by this Contract shall be in writing and shall be deemed to have been properly given if transmitted by hand -delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the following addresses: For the Village: John C. Gilbert Village Manager 88 W. McIntyre Street Key Biscayne, Florida 33149 With a copy to: Stephen Heitman, Esq. Village Attorney Weiss Serota Heitman Pastoriza Cole & Boniske, P.L. 2525 Ponce de Leon Blvd. Coral Gables, Florida 33134 00500-14 01108-028 For The Contractor: Luis Garcia President Lego Construction Co. 280 SW 20th Road Suite 506 Miami, Florida 9 SIGNATURE PAGES FOLLOW 014 1 iE lX 00500-15 01108-028 IN WITNESS WHEREOF, the parties hereto have made and executed this Contract on the respective dates under each signature: VILLAGE OF KEY BISCAYNE, FLORIDA, signing by and through its Village Manager authorized to execute same by Council action on the 3rd day of July 2012, and LEGO CONSTRUCTION CO., signing by and through Luis Garcia, its President, duly authorized to execute same. Attest: Village Clerk Approved as to Form and Legal Sufficiency: VILLAGE: Village of Key Biscayne, Florida, a Florida municipal corporation age Manager 00500-16 01108-028 CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION FORMAT, AS APPLICABLE. CONTRACTOR: Lego Constructio4Co., a Florida corporation By: Name: Tit1 Preside [Corporate Seal)] 00500-17 01108-028 SECTION 00610 BOND #964115123 PERFORMANCE BOND STATE OF FLORIDA) ss COUNTY OF Miam>-Dade KNOW ALL MEN BY THESE PRESENTS, that LEGO CONSTRUCTION CO. as Principal, hereinafter called Contractor, and LIBERTY MUTUAL INSURANCE COMPANU Surety, hereinafter called Surety, are held and firmly bound unto the Village of Key Biscayne , as Obligee, hereinafter called Owner, in the amount of One Hundred Twenty Thousand Eight Hundred Thirty Nine and 00/100 --- Dollars ($120,839.00******** ) for the payment whereof Contractor and Surety bind themselves their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS contractor has by written agreement dated 20 , entered into a Contract with Ovvner for VILLAGE GREEN TOT LOT ENCLOSURE Key Biscayne, Horida in accordance with Drawings and Specifications prepared by Corzo Castella Carballo Thompson Sa!man, P A which Contract is by reference made a part hereof and is hereinafter referred to as the Contract NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall in ail respects promptly and faithfully perform and comply with the terms and conditions of said Contract and his obligations thereunder and shall indemnify the Owner and the Consulting Engineer and save either or all of them harmless against and from all costs, expenses and damages arising from the performance of said Contract o' the repair of any work thereunder then this obligation shall be void, otherwise this Bond shall remain in full force and effect In accordance with the following terms and conditions A The Principal and Surety jointly and severally agree to pay the Owner any difference between the sum to which the said Principal would be entrtied on the completion of the Contract and that sum which the Owner may be obliged to pay for the 00610 - 1 01108-028 completion of said work by Contract or otherwise, and any damages, direct or indirect or consequential, which the said Owner may sustain on account of such work, or on account of the failure of said Contractor to properly and in all things, keep and execute all of the provision of said Contract B And this Bond shall remain in full force and effect for a period of one (1) year from the date of acceptance of the project by the Owner and shall provide that the Contractor guarantees to repair or replace for said period of one (1) year all work performed and materials and equipment furnished that were not performed or furnished according to the terms of the Contract, and shall make good, defects thereof which have become apparent before the expiration of said period of one (1) year If any part of the project, in the judgment of the Owner, for the reasons above stated needs to be replaced, repaired or made good during that time, the Owner shall so notify the Contractor in writing If the Contractor refuses or neglects to do such work within five (5) days from the date of service of such Notice, the Owner shall have the work done by others and the cost thereof shall be paid by the Contractor or his Surety C And the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive Notice of any change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications D The surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholder's Rating of " A " and Financial Category of "Class xv IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 20 , A D., 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 WITNESS- (If Sole Ownership or Partnership, two (2) Witnesses Required) (If Corporation, Secretary Only will attest and affix seal) 00610 - 2 01108-028 WITNESSES WITNESSES PRINCIPAL LEGO CONSTRUCTION CO. Signature of AuttTQnzed Officer (Affix Seal) Business Ar3dress Miami, FL 33130 City, State & Zip Code SURETY LIBERTY MUTUAL INSURANCE COMPANY Corpora rety , ___e_______ Title 1Vr►cfiael A. Mmes, Attor ey-�n-Fact 175 Berkeley Street Business Address Boston, MA 02116 City, State & Zip Code Brown & Brown of Florida, Inc. Name of Local Insurance Agency 00610 - 3 01108-028 CERTIFICATES AS TO CORPORATE PRINCIPAL certify that I am the Secretary of the Corporation names as Principal in the within Bond, tnat who signed the said bond on behalf of the Principal, was the of said Corporation, that I know his signature and his signature hereto is genuine and mat said bond was duly signed, sealed, and attested for and in benalf of said Corporation by autnonty of its governing body Secretary (Corporate Seal) STATE OF FLORIDA) ss COUNTY OF Browayd Before me, a Notary Public, duly commissioned, qualified and acting personally appeared Michael A. Holmes to me well known, who being by me first duly sworn upon oath, says that he is the Attorney -in -Fact, for the Liberty Mutual Insurance Company and that ne has been authorized by Liberty Mutual Insurance Companto execute the foregoing bond on behalf of the Contractor named ther&n in favor of the Village of Key Biscayne, Fonda Sworn and subscribed to before me this 17t ay- July ,20 12A D (Attach Power of Attorney) a 14-:&/) 1 Not Public - State of Florida at Large My Commission Expires May 25, 2013 END OF SECTION Ot"icial Seal Jot NNE M. MURSELL NO ,y Public, State of Florida h11 c.. dyes May 25, 2013 ro DD 834722 00610 - 4 01108-02E This is the front page of the performance/payment bond issued in compliance with Florida Statute Chapter 255.05 Surety Name: Bond Number: Contractor Name: Owner Name: Project Number: Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 800-367-2230 964115123 Lego Construction Co. 1131 SW 4th Avenue Miami, FL 33130 786-385-7926 Village of Key Biscayne 88 West McIntyre Street Key Biscayne, FL 33149 305-365-5506 01108-028 Project Description: Village Green TOT Lot Enclosure Project Address: Village Green Tot Lot, Key Biscayne, FL Legal Description of Property: Village Green Tot Lot, Key Biscayne, FL This is the front page of the bond. All other pages are subsequent regardless of the pre-printed numbers. SECTION 00620 PAYMENT BOND STATE OF FLORIDA) ss COUNTY OF Miami).Dade BOND #964115123 KNOW ALL MEN BY THESE PRESENTS, that LEGO CONSTRUCTION CO. as Principal, hereinafter called Contractor, and LIBERTY MUTUAL INSRUANCE COMPANYas Surety, hereinafter called Surety are held and firmly bound unto the VILLAGE OF KEY BISCAYNEas Obligee, hereinafter called Owner in the amount of One Hundred Twenty Thousand Eight Hundred Thirty Nine and 00/100 120,839.00********* Dollars ($ . j for the payment whereof Contractor and Surety bind themselves their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, Contractor has by written agreement dated , 20 , entered into a Contract with Owner for VILLAGE GREEN TOT LOT ENCLOSURE Key Biscayne, Florida in accordance with Drawings and Specifications prepared by Corzo Castella Carballo Thompson Selman, P A which Contract is by reference made a part hereof and is hereinafter referred to as the Contract NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Principal shall promptly make payment to all claimants, as herein below defined, then this obligation shall be void, otherwise, this Bona shat, remain in full force and effect, subject to the following terms and conditions A A claimant is defined as any person supplying the Principal with labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract and is further defined in Section 255 05(') of the Honda Statutes B The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety {90) days after performance of the labor or after complete delivery of materials a -id supplies by such claimant, may sue on this Bond for the use of such claimant prosecute the suit to fine, ,udgment for such sum or sums as may be justly due claimant, and 00620-1 01108-028 have execution thereon The Owner shall not be liable for the payment of any costs or expenses of any such suit C No suit or action shall be commenced hereunder by any claimant 1 Unless claimant, other than one having a direct contract with the Principal, shall within forty-five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to this bond for protection 2. Unless claimant, other than one having a direct contract with the Principal, shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefore 3 After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and supplies, it being understood, however, that if any limitation embodied in this Bond is prohibited by any law controlling the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law 4 Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project or any part thereof, is situated, or in the United States Distract Court for the district in which the project, or any part thereof, is situated, and not elsewhere D The Principal and the Surety jointly and severally, shall repay the Owner any sum which the Owner may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract E The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. F The Surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholder's rating of " A " and Financial Category of "Class xv IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seats, this day of 20 , A D., 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 00620-2 01108-028 WITNESS (If Sole Ownership or Partnership, two {2) Witnesses Required) (if Corporation, Secretary Only will attest and affix seal) WITNESSES WITNESSES li t i�c C(n PRINCIPAL LEGO CONSTRUCTION CO. Signature oaf Authorized Officer (Affix S Title 1131 SW 4th Ave Business A... ess Miami, FL 33130 City State & Zip Code SURETY LIBERTY MUTUAL INSURANCE COMPANY Corpora urety 4 C /--`T•Itle ichae A. Holmes, Atti rney-In-Fact 175 Berkeley Street Business Address Boston, MA 02116 City, State & Zip Code Brown & Brown of Florida, Inc. Name of Local Insurance Agency 00620-3 01108-028 ai CERTIFICATES AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Pnncipa in the within Bond that who signed the said bond on behalf of the Principal, was then 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 Corporate Secretary Seal STATE OF FLORIDA) ss COUNTY OF Broward Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Michael A. Holmes to be well known, who being by me fit st duly sworn upon oath, says that he is the Attorney -in -Fact, for the Liberty Mutual Insurance Company and that he has been authorized by Liberty Mutual Insurance Companto execute the foregoing bond on behalf of the Contractor named therein in favor of the Village of Key Biscayne, Florida. Sworn and Subscribed to before me this 17thday of July (Attach Power of Attorney) END OF SECTION r 1 ,2012A.D. 11 1 t -L /1l // L-(1/-77. 1 ary Public - State of Florida at Large My Commission Expires May 25, 2012 Ulf,t•iai Seal i �JN""E to RJU€,SELL 00620-4 01108-028 IS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. )1 M994 a Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. TE OF WASHINGTON ss JNTY OF KING American Fire and Casualty Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company POWER OF ATTORNEY )WN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein Kctively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, GERALD J. ARCH, JAMES F. MURPHY, SHAWN A. BURTON, NNE M. MURSELL, MICHAEL A. HOLMES, f the city of FT. LAUDERDALE , state of FLORIDA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall s binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. JITNESS WHEREOF, this Power ofAttomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this ,d day of February , 2012 By: American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American Insurance Company Gregory W. Davenport, Assistant Secretary his 22nd day of February , 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and ualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being orized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. VITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written By: "" "` KD Riley , Nota Public Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance ipany, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: 'ICLE IV — OFFICERS — Section 12. Power of Attomey. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject Jch limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, iowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective ers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so wted, such instruments shall be as binding as if signed by the President and attested to by the Secretary Any power or authority granted to any representative or attomey-in-fact under rrovisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. 'ICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, , acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their ective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so :uted such instruments shall be as binding as if signed by the president and attested by the secretary. iflcate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such 1 -ley -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other ty obligations. lorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the pany, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the e force and effect as though manually affixed. avid M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West rican Insurance Company and Peerless Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full above and foregoing is a true and correct of the Power of Attomey executed by said Companies, which is in full force and effect and has not been revoked. ESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 20 By: ,rtiry� / ` � , David M. Carey, Assistant Secretary es to a) N . to i0O vy m c O G. z Qt� O� O E 0. W o t o w� O c Tom >.0 m� Csi 03 00 v40 1— e- - AFCC, LMIC, OCIC, PIC & WAIC _12873_012012 SECTION 00650 CERTIFICATE OF INSURANCE ((��� --� THIS IS TO CERTIFY THAT THE 5 t.!'L Naft6yiet..e, s1ng CD filptt (� , (Ins ance Company) Address ��-1-cA.0 ►�.ji 9.0v 1 of 1Jratm 1ToaI) 1--5ars/ has issued policies of insurance, as described below and identified by a policy number, to the insured named below; and to certify that such policies are in full force and effect at this time. It is agreed that none of these policies will be canceled or changed so as to affect the interest(s) of the Village of Key Biscayne (hereinafter sometimes called the Owner) until thirty (30) days after written notice of such cancellation or change has been delivered to the Engineer; Corzo Castella Carballo Thompson alman, P.A.. L • aQ C �fruf,Qlc i 9&V JL) (20 RITZ/46-176j[/Q/r)f,Ft'J3) Status of Insured: Corporation Partnership Individual Location of Operations Insured Par ' i,1) ?0 20 f5 2C / /,?Z/• if 33 %C insured Address Description of Work: VILLAGE GREEN TOT LOT ENCLOSURE Key Biscayne, Florida INSURANCE POLICIES IN FORCE: Forms of Coverage *Workers Comp./Employers Liability +Comprehensive Automobile Liability oComprehensive General Liability +Excess Liability Other (Please specify type: Policy Number Exp. Date 00650-1 01108-028 POLICY INCLUDES COVERAGE FOR: Novtvwcti YES NO OwrutrJ 1 LaS ors cN WINLin Ira In {uc h.--)- �1 E aIc c�h .lC 1. T Additional Insured: E 9irreer' f t'to �`'cm 2. *Liability under the United States Longshoremen's and Harbor Workers' Compensation Act. 3. +AII owned, hired, or nonowned automotive equipment used in connection with work done for the Owner. 4. oContractual Liability 5. oDamage caused by explosion, collapse or structural injury, and damage to under- ground utilities. 6. oProducts/Completed Operations ✓ 7. °Owners and Contractors Protective Liability 8. oPersonal Injury Liability 9. +Excess Liability applies excess of: (a) Employers Liability (b) Comprehensive General Liability (c) Comprehensive Automobile Liability �^ TYPES OF POLICY FORMS OF COVERAGE LIMITS OF LIABILITY Workers' Compensation Bodily Injury $ Statutory ¥c0sr Cossv cv9 Employers Liability Qiztir Nv °lfriu Yo °11T -ii?_ Bodily Injury $1100010912 Each Accident Disease $ Each Person Disease $1(0010/n0 Policy Limit Comprehensive Auto Combined Single Liability Limit BI/PD Each Accident 00650-2 01108-028 mNc1- e 0)2 4fIci/(1.(ty Comprehensive General Bodily Injury $ Each Liability Occurrence Vp,Q,i,(9 j S )F'G, 3S $ _ _)\ggregate 9 .0) f 2 _ 54013 Property Damage $ Each Occurrence $ Aggregate OR Combined Single Limit BI/PD Occurrence Excess Liability Combined Single FOL.' Bl/PD bEDO 1-599-09r �2 N» ,2 l Other $11000/00 Each $4000,O gyregate $ D ggregate The Insurance Company hereby agrees to deliver, within ten (10) days, two (2) copies of the above policies to the Engineer when so requested NOTE. Entries on this certificate are limited to the Authorized Agent or Insurance Company Representative. Date 1,1� �J1 o. Issued at 8>CC51,1-7 NrVL, Q IAN1 Sy R- K- • lnsurance Agen r Company C) en• •riginal and one copy to: (SEAL) �_//JJ In uuran C� pang Authorized Represe tive Corzo Castella Carballo Thompson Selman, P.A. 901 Ponce De Leon Boulevard, Suite 900 Coral Gables, Florida 33134 Attention: • Ramon Castella, P.E., Principal in Charge Send two (2) copies to - Village of Key Biscayne Public Works Department Village of Key Biscayne Village Hall 88 W. McIntyre Street Key Biscayne, Florida 33149 END OF SECTION 00650-3 01108-028 OP ID: E2 comb' CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 07/17/12 iIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED EPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 7PORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to e terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the )rtificate holder in lieu of such endorsement(s). DUCER 954-776-2222 Am & Brown of Florida, Inc. 954776 W Cypress Creek Rd # 130 - -4446 Box 5727 auderdale, FL 33310-5727 cus L. Stevens XT NNAAME: PHONE FAX No Ext)• (NC, No): .I,vC E-MAIL ADDRESS: PRODUCER CUSTOMER ID #: LEGOC-1 INSURER(S) AFFORDING COVERAGE NAIC # RED Lego Construction Co. Attn: Luis Garcia 280 SW 20 Rd. #506 Miami, FL 33129 INSURER A: Security National Ins Co+ 19879 INSURER B : *FCCI Insurance Company+ 10178 INSURER C : Commerce & Industry Ins Co+ 19410 INSURER D : INSURER E : INSURER F : ✓ERAGES iIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD DICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, (CLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE ADDL INS&. SUER WVD POLICY NUMBER POLICY EFF IMMlDD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS GENERAL X LIABILITY COMMERCIAL GENERAL —1 CLAIMS -MADE LIABILITY X OCCUR X SES1066357 05/20/12 05/20)13 EACH OCCURRENCE $ 1,000,000 DAMAGE E TO RENTED SES (Ea occurrence) $ 60,000 MED EXP (Any one person) $ 1,000 X X GE Blanket AI PERSONAL & ADV INJURY $ 1,000,000 Per ProjectAggre GENERAL AGGREGATE $ 2,000,000 'L AGGREGATE LIMIT APPLIES PER LOC PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X jT $ AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ $ X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE BE084597091 12/01/11 12/01/12 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 D DEDUCTIBLE RETENTION $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N I A 001WC11A67234 09/07/11 09/07/12 X WC STATU- OTH- TORY LIMITS ER E L EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYEE $ 1,000,000 below E L DISEASE - POLICY LIMIT $ 1,000,000 RIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) o Castella Carballo Thompson Salman, P.A., and Village of Key Biscayne kdditional Insured with respects to General Liability when required by en contract. ?ct: Village of Key Biscayne, Project No.: 01108-028 CERTIFICATE NUMBER: REVISION NUMBER: tTIFICATE HOLDER CANCELLATION KEYBISC Village of Key Biscayne Public Works Dept. Village of Key Biscayne Village Hall 88 W McIntyre Street Key Biscayne, FL 33149 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE )RD 25 (2009/09) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MIWDDIMWY) 07/16/2012 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ;TIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES OW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED 'RESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER- DRTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the is and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the ificate holder in lieu of such endorsement(s), `ER IRIS LOPEZ INSURANCE AGENCY 2700 SW 3RD AVE. STE 1A MIAMI, FL 33129 1 Li A LEGO CONSTRUCTION CO 280 SW 20TH RD APT 506 MIAMI FL 33129-1420 nzi°ae"ITEACT IRIS LOPEZ/ NAY_R_AMARAVI _ ff [ac y9.ExIL- 305_858 5553 _ -__ _— I FAX No): 305 859 5563 E- MAIL ADDRESS: INSURERS) AFFORDING COVERAGE T_ NAIC 5 INSURER A : State Fans Mutual Automobile Insurance Company 25178 INSURER a INSURER C' -- INSURER 0. _ INSURER E : INSURER :RAGES CERTIFICATE NUMBER: REVISION NUMBER: i IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD GATED NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS ;TIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ;LUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, -. TYPE OF INSURANCE AODL INSg� SUBR -- - POUCY NUMBER POLICY EFF IMMIDDIwVY_► POUCY EXP (M ) NUDEdYY — -- LIMITS IENERAL UASILnY EACH OCCURRENCE -DAMAGE S �OOMMERCIALGENERAL LEABfLITY fOEelociurre PREMISES (Ee occurrence) 7 GLAIMSMADF n, OCCUR MED EEP (Any one person) 2 PERSONAL & ADV INJURY 5 GENERAL AGGREGATE $ --_ )EN'L AOGREGATE LIMIT APPLIES Pth PRODUCTS - COMP/OP A0G — --- -- 5 J POLICY 1 ,P(R0- I 1 LOC 5 9683020-E2159 05/21/2012 11/21/2012 _ iNUTOMoeILeLIABILITY L9cc_ItlsntSINGLELlMIT 5 ANY AUTO 01 FORD F350 BODu,v INJURY (Per person) $ 1,000 000 ALL OWNED AUTOS X SCHEDULED AU1 OS �' BODILY INJURY (Per accident) I s 1,000,000 HIRED AUTOS NON-OWNCD AUTOS 01R5P1:RTY DAMAGE /Per accIderl)___ ",DOQ, DQO _ UMBRELLA LIAR OCCUR I [ J EACH OCCURRENCE �5 _ ___ EXCESS LIAB CLA1Ms-MADE AGGREGATE $ DEC RETENTION 2 — — --I ,- — -- YORKERS COMPENSATION 1ND EMPLOYER:• LIABILITY y / N WC STATU- OTI-I-f --11naY LIM ITS 1 . EE - IVY PROPRIETOR/PARTNER✓ExECUTIVE /'---1 )FF ICE/M EMBER EXCLUDED') N - 5 L DI5EASE • EA EMPLOYE2f --- - --- -- describe under )FSCR)PTION OF OPERATONS below E L, DISEASE. POLICY LIMIT -- $ -n IPTION OF OPERATIONS/ LOCATIONS 1 VEMICLES (Attach ACORD 101, Addhlonal Remarks schedule K more apace Is required) ATE HOLDER CANCELLATION age of Key Biscayne ject Number:01108-028 e of Contract: Village Green Tot Lot Enclosure Nest McIntyre Street, Key Biscayne, FL 33149 SHOULD ANY OF THE ABOVE DESCRI POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE EO NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE Po Y VISIONS. AUTHORI an 25 (2010/051 1988-2010 ACOR'CORPORATION. All rights reserved, The ACORD name and logo are registered marks of ACORD / 1001486 132849.7 03-01-2012 SECTION 00665 TRENCH SAFETY ACT COMPLIANCE Bidder acknowledges that the Florida Trench Safety Act, Section 553.60 et. seq. which became effective October 1, 1990, shall be in effect during the period of construction of the project The Bidder, by signing and submitting the bids, in writing, assuring that it will perform any trench excavation in accordance with applicable trench safety standards. The Bidder further identifies the following separate item of costs of compliance with the applicable trench safety standards as well as the methods of compliance: Methods of Compliance (fill in methods) Total $ Bidder acknowledges that this cost is included in the applicable items of the Proposal and in the Grand Total Bid Price. Failure to complete the above will result in the bid being declared non- responsive. The Bidder is, and the Owner and Engineer are not, responsible to review or assess Bidder's safety precautions, programs or costs, or the means, methods, techniques or technique adequacy, reasonableness of cost, sequences or procedures of any safety precaution, program or cost, including but not limited to, compliance with any and all requirements of Florida Statute Section 553.60 et. seq. cited as the "Trench Safety Act". Bidder is, and the Owner and Engineer are not, responsible to determine if any safety or safety related sta R apply to the project, including but not limited to, the "Trench Safety Act." Signatur s orized Repre ve (Manual) Name of Authorized Representative (Typed or Printed) Sworn to air d subscribed before me in the State and County first mentioned above on the day of July 1-4 , 20t1. D'PNry/ /ADO . Notary Public (affix seal) $4 Diana M. Taborda = h ' 1CCOMMISSION#EE194280 9'k' /EXPIRES: APR. 30, 2016 -74; �qqw„Po WWW.AARONNOTARY.com My Commission Expires. Ap12- 50l 2-0Ib END OF SECTION 00665-1 01108-028 SECTION 00800 SUPPLEMENTARY CONDITIONS 1. DEFINITIONS Add the following: The term(s) "or equal" or "approved equal," shall be interpreted to mean an item or material or equipment similar to that named and which is suited to the same use and capable of performing the same function and be of the same quality as that named. Such material or equipment shall be subject to approval by the Engineer The term Acceptance, shall be interpreted to mean that the OWNER of the work is satisfied that it is fully complete and in accordance with the Contract Documents. The term Affidavit, shall be interpreted as the instrument which is to be signed by the Contractor and submitted to the OWNER through the Engineer, upon completion of that job, showing that all bills have been paid. It shall also mean such instrument that may be requested by the OWNER incident to partial payments. The term Approval, shall be interpreted as the item in question is accepted as satisfactory. The term Article, shall be interpreted as the prime subdivision of a section of these or any other referenced Specifications, the instructions to Bidders, the Special Conditions and the General Conditions. The term Materials, shall be interpreted as any substance proposed to be used in connection with the construction of any structure, facility or appurtenance, or of other work under the contract. The term "Provided", as used in the Specifications upon the Drawings, shall be understood to mean "provided complete in place", that is, "furnished and installed". Where "as shown," "as indicated", "as detailed", or words of similar importance are used, it shall be understood that the references to the Drawings and/or Specifications accompanying these documents are intended unless otherwise expressly stated. The words "furnish", "furnish and", "install", and "provide" or words with similar meaning shall be interpreted unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". 2 AWARD OF CONTRACT The award of the contract, if it is awarded, will be to the lowest responsible, responsive Bidder No Notice of Award will be given until the OWNER has concluded such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the Bidders to do the Work in accordance with the Contract Documents to the satisfaction of the OWNER within the time prescribed. The OWNER reserves the right to reject the Bid of any Bidder who does not pass such investigation to the OWNER's satisfaction. In analyzing Bids, the OWNER may take into consideration alternates and unit prices, if requested by the Bid forms. If the Contract is awarded, the OWNER will issue the Notice of Award and give the successful Bidder a contract for execution within Sixty (60) days after the opening of Bids. 00800-1 01108-028 3. FORFEITURE OF BID SECURITY Failure of the successful Bidder to execute and deliver the Agreement and deliver the required Bonds to the OWNER within 10 working days or 15 calendar days of receipt of the Agreement from the Owner, shall be just cause for the OWNER to annul the Notice of Award and declare the Bid and any security therefore forfeited. 4. QUALIFICATION OF SUB CONTRACTORS MATERIALMEN AND SUPPLIERS Within ten working days after bid opening, the CONTRACTOR will submit to the OWNER and the ENGINEER for acceptance a list of the names of sub contractors and such other persons and organizations (including those who are to furnish principal items of materials or equipment) proposed for those portions of the work as to which the identity of the subcontractors and other persons and organizations must be submitted as specified in the Contract Documents. Within thirty working days after receiving the list, the Engineer will notify the CONTRACTOR in writing if either the OWNER or the ENGINEER, after due investigation, has reasonable objection to any subcontractor, person or organization on such list. The failure of the OWNER or the ENGINEER to make objection to any subcontractor, person or organization on the list within thirty days of receipt shall constitute an acceptance of such subcontractor, person or organization. Acceptance of any such subcontractor, person or organization shall not constitute a waiver of any right of the OWNER or the ENGINEER to reject defective work, material or equipment or work material or equipment not in conformance with the requirements of the contract documents. 5. DELIVERY OF BONDS Add to paragraph 2.01 Failure of the successful Bidder to execute the Agreement and deliver the required Bonds within ten (10) days of the Notice of Award shall be just cause for the Owner to annul the award and declare the Bid and any guarantee thereof forfeited. 6. COPIES OF DOCUMENTS Add the following to paragraph 2.02 The Contractor will be furnished, free of charge, up to five (5) copies of the drawings and specifications in lieu of the ten (10) copies as stated. 7. CHANGE OF THE CONTRACT TIME Add paragraph 12.03 Because this is a calendar day contract, normal rainfall, weather and climatic conditions which may be reasonably expected are not considered grounds for an extension of contract time. 8. PAYMENTS TO CONTRACTOR AND COMPLETION Add the following to paragraph 14.07(c). The certificate of completion will not be issued nor the final payment made until ALL punch list items have been completed. 00800-2 01108-028 9. CONTRACTOR'S LIABILITY INSURANCE Refer to General Condition 5.04 The Contractor will, at his own expense, purchase and maintain such insurance as will protect the Owner and the Contractor from claims under workmen's compensation laws, disability benefit Iaws.or other similar employee laws; from claims for damages because of bodily injury, occupational sickness or disease, or death of his employees, or any person other than his employees, including claims insured by usual personal injury liability coverage; from claims for injury to or destruction of tangible property including loss of use resulting therefrom - any or all of which may arise out of or result from the Contractor's operations under the Contract Documents, whether such operations be by any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts may be legally liable. This insurance shall be written for not less than $1,000,000.00 combined single limit per occurrence (no aggregate limitation) or as required by law, whichever is greater, and shall include contractual liability insurance. Before starting the work, the Contractor will file with the Owner and Engineer certificates of such insurance, acceptable to the Owner; these certificates shall contain a provision that the coverage afforded under the policies will not be cancelled or materially changed until at least 15 days after written notice is given to the Owner and Engineer These policies shall be written to cover the Contractor and Owner jointly. The Certificate of Insurance form is included in Section 00650. 10. OWNERS INDEMNITY Refer to General Conditions 5.03 through 5.04 and 6.20. A. The Contractor shall obtain, maintain and furnish to the Owner during the life of this Contract, full Owner's Protective Liability Insurance that will protect him against all losses or claims which may arise from operations under the Contract Documents. B. To the fullest extent permitted by law, the CONTRACTOR shall indemnify, defend, and hold harmless the OWNER, the ENGINEER, and their officers, agents, and employees, against and from all claims and liability arising under or by reason of the Contract or any performance of the WORK, but not from the sole negligence or willful misconduct of the OWNER and/or the ENGINEER. Such indemnification by the CONTRACTOR shall include but not be limited to the following: 1 Liability or claims resulting directly or indirectly from the negligence or carelessness of the CONTRACTOR or its agents in the performance of the WORK, or in guarding or maintaining the same, or from any improper materials, implements, or appliances used in its construction, or by or on account of any act or omission of the CONTRACTOR or its agents; 2 Liability or claims arising directly or indirectly from or based on the violation of any law, ordinance, regulation, order, or decree, whether by the CONTRACTOR or its agents 3. Liability or claims arising directly or indirectly from the use or manufacture by the CONTRACTOR, its agents, or the OWNER in the performance of this Contract of any copyrighted composition, secrete process, patented or unpatented invention, article, or appliance, unless otherwise specifically stipulated in this Contract; 4 Liability or claims arising directly or indirectly from the breach of any 00800-3 01108-028 warranties, whether express or implied, made to the OWNER or any other parties by the CONTRACTOR or its agents; 5. Liabilities or claims arising directly or indirectly from the willful misconduct of the CONTRACTOR or its agents; and 6. Liabilities or claims arising directly or indirectly from any breach of the obligations assumed herein by the CONTRACTOR. C. The CONTRACTOR shall reimburse the OWNER, and the ENGINEER for all costs and expenses, (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals and court costs) incurred by said OWNER, and the ENGINEER in enforcing the provisions of this Paragraph. D. The indemnification obligation under this Paragraph shall not be limited in any way by any limitation of the amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or any such subcontractor or other person or organization under worker's compensation acts, disability benefit acts, or other employees benefit acts. 11. PROPERTY INSURANCE Refer to General Conditions 5.06. A. The Contractor shall, at his own expense, obtain and maintain property insurance and furnish to the Owner during the life of this Contract the full insurable value of the project. This insurance shall include the interests of the Owner, the Contractor and Subcontractors in the work shall insure against the perils of Fire, Extended Coverage, Vandalism and Malicious Mischief. B. The Owner and Contractor waive all rights against each other for damages cause by fire or other perils to the extent covered by insurance provided under this Article, except such rights as they may have to the proceeds of such insurance. The Contractor shall require similar waivers by Subcontractors. 12. SALES TAX Refer to General Conditions 6.10. The Contractor shall familiarize himself with the requirements and procedures as applicable of the State of Florida pertaining to the exemption from State Sales Tax as it may apply to the Owner. 13. INDEMNITY Refer to General Conditions 5.01. The Bid Items for Payment and Performance Bond premium and consideration for indemnification to Owner and Engineer are included in the Schedule of Prices and must be completed by the Bidder in order to comply with Florida Statute 725.06. 00800-4 01108-028 14. PERMITS Refer to General Conditions 6.08. The Contractor will be required to obtain all required permits, including a permit from the Village of Key Biscayne Public Works Department, and Miami -Dade Public Works Department, prior to the start of construction. The Contractor will be required to comply with all permitted drawings. 15. LAWS AND REGULATIONS Refer to General Conditions 6.09 A. The Contractor shall obey all applicable Federal, State and local laws including but not limited to the ones listed below. B. The Contractor shall comply with Executive Order No. 11246, entitled "Equal Opportunity Employment," as amended by Executive Order No. 11275, and as supplemented in Department of Labor Regulations (No. 41 CFR, Chapter 60). C. The Copeland "Anti -Kickback" Act (18 U.S.C. Section 874), as supplemented in U.S. Department of Labor Regulations (29 CFR, Chapter 60). D. All applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970 (40 U.S.C. Section 1857 et. seq.) as amended and the Federal Water Pollution Control Act (33 U.S.C. Section 1251 et seq.) as amended. E. The Florida State Statute 446.101 Apprentice and Training Employment Regulations F. Florida Industrial Code No. 8C as amended and especially 8C-29 (CB -1958), Florida Department of Commerce, Bureau of Workmen's Compensation. G. The requirements of Title VI of the Civil Rights Act of 1964 (42 U.S.C. 200d) (Nondiscrimination in Federally Assisted Programs) and implementing regulations issued at 24 CFR Part 1. H. Age Discrimination Act of 1975 (42 U.S.C. 6101-07) and implementing regulations at 24 CFR Part 146, and the prohibitions against discrimination against handicapped individuals under section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and implementing regulations at 24 CFR Part 8. The requirements of section 3 of the Housing and Urban Development Act of 1968 (12 U S C. 17014 J The requirements of Executive Orders 11625 and 12432 (concerning Minority Business Enterprise), and 12138 (concerning Women's Business Enterprise) 16. REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS Refer to General Conditions 14.02 Owner shall, within thirty (30) days of presentation to him of the Application for Payment with Engineer's recommendation pay Contractor the amount recommended. This is in lieu of 20 00800-5 01108-028 days. 17. PARTIAL AND FINAL PAYMENT PROCEDURES Refer to General Conditions 14.02 and 14.07 A. If the work progresses according to this Contract, the Contractor will be paid each month, 90 percent of the value of the work completed during the preceding month. For the purpose of preparing a monthly estimate for partial payment, the Contractor will make an approximate estimate of the value of all work done and materials furnished as of the last day of each calendar month, and will deduct 10 percent thereof and all previous payments and charges, and the balance will be paid by the Owner to the Contractor on or about sixty days after the submittal to the Owner. The Owner's Engineer shall review, revise and correct, if necessary, and then approve the estimate for partial payment before it is submitted by the Owner's Engineer to the Owner. The 10 percent which is deducted each month is reserved by the Owner as a partial guaranty to it of the faithful execution of this Contract. As a consideration of such payment of 90 percent, the Owner shall have the right to enter upon and put into proper service any or all parts of the work which may be in condition for use; however, such use shall not be construed as the final acceptance and the commencement of the one year guarantee bond period for any or all parts of the work, unless final acceptance is made for the complete project at that time. No claim or charge is to be made by the Contractor for such use, nor is such use to be construed as an acceptance by the Owner of any part of the work so used. B. Upon receipt of written notice from the Contractor that the work has been completed in conformity with the Drawings and Specifications and any approved changes thereto, the Owner's Engineer shall promptly examine the work and, making such tests as he may deem proper and using all of the care and judgment normally exercised in the examination of completed work by a properly qualified and experienced professional engineer, shall satisfy himself that the Contractor's statement appears to be correct. He shall then inform the Owner in writing that he has examined the work and that it appears to conform to the Contract Drawings, Specifications and any approved Change Orders and that therefore he recommends acceptance and final payment to the Contractor. However, it is agreed by the Owner and the Contractor that such statement by the Owner's Engineer does not in any way relieve the Contractor from his responsibility to deliver a completed job in good and workmanlike condition, and does not render the Engineer or the Owner liable for any faulty work done or materials used by the Contractor. C. The Owner's Engineer will then make a final estimate of the value of all work done and will deduct therefrom all previous payments which have been made. The Owner's Engineer will report such estimate to the Owner together with his recommendation as to the acceptance of the work or his findings as to any deficiencies therein. Such recommendation as to the acceptance of the work by the Owner's Engineer will be made to his best knowledge and behalf. After receipt and acceptance by the Owner of the properly executed Affidavit and the Release of Lien and within 60 days after approval of the Engineer's estimate and recommendation by the Owner, the amount of the estimate, less any charges or damages herein provided for, will be paid. Upon such final payment, the Owner shall be released by the Contractor from all liability whatever growing out of this Contract, except for the balance, if any, of such amount as may have been retained to cover charges, claims or damages, as specified; and if the Owner is satisfied that no such charges, claims or damages exist or will arise, no such amount will be retained. All prior estimates 00800-6 01108-028 are subject to correction in the final estimate. D. Each monthly request for a partial payment shall be submitted on an Application for Payment Form shown on Page 00800-8 & 9 which shall be accompanied by an executed copy of the Certification of Contractor shown on Page 00800-10, and by a progress report. E. Measurement and payment for work items for which direct payment is provided will be achieved as required by the Technical Specifications. When no direct payment for work or materials is required in General Conditions, the Special Conditions, the Proposal, the sections of the Technical Specifications or in other parts of the Contract Documents or shown, indicated or noted on the Drawings, compensation therefor shall be included in the Contract Unit or Lump Sum Prices for the several pay items under this Contract and shown and listed in the Proposal. F. When the work has been completed, the Contractor shall execute a Final Release of Lien and an Affidavit declaring that all bills have been paid in full. G. These documents will be furnished to the Owner in a form similar to those which appear on the following pages: 18. MEDIATION Any claim or dispute arising out of or related to this agreement shall be subject to informal mediation as a condition precedent to the institution of legal or equitable proceeding by either party. Both parties waive the right to arbitration. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Miami -Dade County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in the circuit court for the 11th Judicial Circuit for the State of Florida. 19. ATTORNEY'S FEES In the event of any dispute and/or legal action arising from an interpretation and/or the performance of any of the documents and/or contracts in this Manual, Owner and Contractor hereby agree that the prevailing party shall be awarded reasonable attorney's fees and costs, including but not limited to, the cost of paralegals, accountants and attorney's fees and costs of appellate proceedings, if applicable. 20 INDEMNIFICATION AND HOLD HARMLESS Notwithstanding anything to the contrary in this Supplementary Condition, the general conditions and/or any other documents in this Manual, and in consideration of the sum of $10.00 paid by Owner to Contractor, the Contractor hereby agrees to indemnify and hold Owner harmless from any costs, expenses, damages and/or liability to the Owner arising from Contractor's Work 21 EXPRESS WARRANTIES Notwithstanding any provisions to the contrary under this Supplemental Conditions, the general conditions and/or any other document in this Manual, Contractor expressly warrants all labor and materials used in the Work for a period of one (1) year from the date Final Payment is received by the Contractor 00800-7 01108-028 22. PROHIBITED MATERIALS Pursuant to Chapter 83-174, Laws of Florida, the use of asbestos or asbestos -based materials is strictly prohibited. 23. RECORDS RETENTION Refer to General Conditions 6.12. The Contractor shall retain all relevant project records for three years after receiving final payment from the Owner. 24. SOURCE OF SUPPLY — Convict labor (Federal -Aid Contracts Only) Do not use materials that were produced after July 1, 1991, by convict labor for Federal -aid highway construction projects unless the prison facility has been producing convict -made materials for Federal -aid highway construction projects before July 1, 1987. Use materials that were produced prior to July 2, 1991, by convicts on Federal -aid highway construction projects free from the restrictions placed on the use of these materials by 23 U.S.C. 114. The Department will limit the use of materials produced by convict labor for use in Federal -aid highway construction projects to: 1. materials produced by convicts on parole, supervised release, or probation from a prison or, 2. materials produced in a qualified prison facility. The amount of such materials produced for Federal -aid highway construction during any 12 - month period shall not exceed the amount produced in such facility for use in such construction during the 12 -month period ending July 1, 1987. 25. WORK PERFORMED BY EQUIPMENT -RENTAL AGREEMENT The limitations set forth in 8-1, concerning the amount of work that may be sublet, do not apply to work performed by equipment -rental agreement. However, for any work proposed to be performed by equipment -rental agreement, notify the Engineer in writing of such intention before using the rented equipment, and indicate whether the equipment will be rented on an operator non -operated basis. Include with the written notice a listing and description of the equipment and a description of the part of the work to be performed with such equipment. As an exception to the above requirements, the Department will not require written notice for equipment to be rented (without operators) from an equipment dealer or from a firm whose principal business is the renting or leasing of equipment. The operators of all rented equipment, whether rented on an operated or a non -operated basis are operators are subject to all wage rate requirements applicable to the project. When renting equipment without operators, the Contractor shall carry the operators on his own payroll For equipment that is rented on an operated basis, and when required by the Contract or requested by the Engineer, furnish payrolls from the lessor with the names of the operators shown thereon. When a lessor provides rentals of equipment on an operated basis that exceed $10,000, such lessor is subject to any Equal Employment Opportunity requirements that are applicable to the project. 00800-8 01108-028 Date: APPLICATION FOR PAYMENT NO. Project No. To (OWNER) From. (CONTRACTOR) Contract for: For Work accomplished through the date of: , 20 SUMMARY OF CONTRACT AMOUNTS 1. Original Contract Price: 2. Change Orders No. through' 3 Contract Price with all approve Change Orders: 4. Work completed to date: 5. Less (10%) Retainage: 6. Amount due to date: 7. Less previous payments (or applications). 8. AMOUNT DUE THIS APPLICATION: $ Note: This application must be accompanied with the Certification of Contractor Form and worksheet for completed items as shown on page 00800-10. Accompanying Documentation: Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated: , 20 . Corzo Castella Carballo Thompson Selman, P.A. (ENGINEER) Engineers / Architects / Planners By Project Manager 00800-9 01108-028 APPLICATION FOR PAYMENT NO. Contractor's Schedule of Completed Work Items Project: Owner's Contract No For work accomplished through the date of: , 20 Engineer's Project No.: Sheet of Item No. Description ORIGINAL CONTRACT QUANTITIES WORK COMPLETED Quantity Unit Unit Price Amount Quantity Amount Totals (Original Contract) Change Order No 1 Change Order No 2 PROJECT TOTAL $ $ $ $ $ $ $ $ 00800-10 01108-028 CERTIFICATION OF CONTRACTOR According to the best of my knowledge and belief, I certify that all items and amounts shown on Application for Payment No. are correct, that all work has been performed and/or materials supplied in full accordance with the terms and conditions of this Contract, dated , 20 , between (Owner) and (Contractor); I further certify that all just and lawful bills against the undersigned and his subcontractors and suppliers for labor, material and equipment employed in the performance of this Contract have been paid in full accordance with their terms and conditions; that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged; and that there are no Vendor's, Mechanic's or other Liens or rights to liens or conditional sales contracts which should be satisfied or discharged before such payment is made Date: Contractor. STATE OF FLORIDA) ss COUNTY OF ) Personally appeared before me this day of , 20 known (or made known) to me as the (Owner) (Partner)(Corporate Officer)- Give Title of Contractor(s), who subscribed and swore to the above instrument in my presence. Notary Public - (Type Name) State of Florida -at -Large My Commission Expires: The Contractor shall execute this Certificate and attach it to each Application For Payment. 00800-11 01108-028 AFFIDAVIT STATE OF FLORIDA) ss COUNTY OF ) Before me, the undersigned authority, authorized to administer oaths and take acknowledgements, personally appeared , who, after being first duly sworn, upon oath deposes and says that all lienors contracting directly with, or directly employed by (him, them, it) and that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act) as amended, have been paid and discharged, and that all bill, wages, fees, claims and other charges incurred by in connection with the construction of have been paid in full SIGNED: By: WITNESSES: SWORN AND SUBSCRIBED TO BEFORE ME THIS day ,20 AD. Notary Public State of Florida -at -Large My Commission Expires: 00800-12 01108-028 FINAL RELEASE OF LIEN KNOW ALL MEN BY THESE PRESENTS, that for and in consideration of the sum of Dollars ($ ) paid to by the , receipt of which is hereby acknowledged, do(es) hereby release and quitclaim to the Village of Key Biscayne, the Owner, its successors or assigns, all liens, lien rights, claims or demands of any kind whatsoever which now has (have) or might have against the property, building, and/or for any incidental expense for the construction of: thereon or in otherwise improving said property situated as above described. IN WITNESS WHEREOF this day of , 20_, A.D. WITNESS: have (has) hereunto set hand and seal_ (Seal) SWORN AND SUBSCRIBED TO BEFORE ME THIS day of , 20 A.D. Notary Public State of Florida at -Large My Commission Expires: 00800-13 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 1 11108-28 Key Biscayne Village Green \ Specs \Addendum#1 doc 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. 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. UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 Village Green Tot Lot Enclosure, complete 1 L.S.. $ $ 2 Contingency (Do not Bid) 1 L.S. $5,000 $5,000 BASE BID GRAND TOTAL IN FIGURES: $ BASE BID GRAND TOTAL WRITTEN: ALTERNATE BID ITEM #1 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT AB -1 Temporary Construction fence, chain link, 1 L.F.. $ $ using embedded posts with visual barrier ADDITIVE BID ALTERNATE #1 GRAND TOTAL WRITTEN: ALTERNATE BID ITEM #2 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT AB -2 Movable construction fence, chain link, using 1 L.F.. legs with visual barrier ADDITIVE BID ALTERNATE #2 GRAND TOTAL WRITTEN: $ $ BIDDER: By: Title: Telephone: Fax: Addendum No. 1 00300 - 5 01108-028 SECTION 01000 SPECIAL CONDITIONS 1.1 SCOPE A. This project consists of a new decorative concrete wall with metal gates to enclose the existing tot lot. Scope also includes new landscaping with shrubs, within the Village of Key Biscayne, as shown on project manual and plans prepared by Corzo Castella Carballo Thompson Salman, P.A., Project No. 1108-028. 1.2 NOTICES A. In conformance with the requirements of Article 1.04 Notice and Service of the General Conditions all notices or other papers required to be delivered by the Contractor to the Owner shall be delivered to the office of the Owner's Engineer, at an address provided to the Contractor at the preconstruction conference. 1.3 COORDINATION OF PLANS, SPECIFICATIONS AND SPECIAL PROVISIONS A In case of discrepancy, computed dimensions shall govern over scaled dimensions; supplemental specifications shall govern over Standard Specifications; and Special Conditions shall govern over; Drawings, Supplemental and Standard Specifica- tions. 1.4 LAYING OUT THE WORK A. The Contractor shall be responsible for establishing all lines and grades together with all reference points as required by the various trades. All layout work shall be done using competent and experienced personnel under the supervision of a Land Surveyor registered in the State of Florida. B. The Contractor shall provide all labor, instruments and stakes, templates, and other materials necessary for marking and maintaining all lines and grades. The lines and grades shall be subject to any checking the Owner or Engineer may decide necessary. C. No separate cost item is provided for laying out the work, the cost of which is considered incidental to the work and shall be included in the unit prices for items in the Proposal. D The Contractor shall safeguard all existing and known Property corners, monuments and marks adjacent to but not related to the work and shall bear the cost of re- establishing them if disturbed or destroyed He shall also safeguard all points, stakes, grade marks, monuments and bench marks made or established on the work, bear the cost of re-establishing them if disturbed and bear the cost of rectifying work improperly installed due to not maintaining or protecting or to removing without authorization such established points, stakes and marks. 1.5 PRECONSTRUCTION CONFERENCE A In addition to the provisions of the General Conditions, Article 1.03.9, the following 01000-1 01108-028 parties will be asked to attend the Preconstruction Conference: BellSouth Telephone Company, Adelphia Communications, Florida Power & Light Company, Village of Key Biscayne Public Works, City Gas Company of Florida, Miami -Dade Water and Sewer Department, and Miami -Dade County Public Works Department. At the preconstruction meeting, the Contractor shall present a construction phasing plan for the Engineers approval. 1.6 PERMITS AND LICENSES A. Before starting work, the Contractor shall obtain and pay for all required licenses and permits. The Village of Key Biscayne will waive the fees for such permits it normally issues. 1.7 CONTRACTOR'S OFFICE A. The Contractor shall provide and maintain an office with telephone facilities where he or a responsible representative of his organization may be reached at any time while work is in progress. Such office may be at any location the Contractor considers desirable within Miami -Dade or Broward County. 1.8 USE OF EXPLOSIVES A. No blasting shall be done. 1.9 USE OF PUBLIC STREETS A. The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Certain elements of the work will be conducted off peak hours as specified in the Contract Documents. Any earth or other excavated material spilled from trucks shall be removed immediately by the Contractor and the streets cleaned to the satisfaction of the Owner. 1.10 CARE OF TREES, SHRUBS AND GRASS A. The Contractor shall be fully responsible for maintaining in good condition all cultivated grass plots, trees and shrubs. Where maintained shrubbery, grass strips or area must be removed or destroyed incident to the construction operation, the Contractor shall, after completion of the work, replace or restore to the original condition all destroyed or damaged sod, shrubbery or grass areas. Tree limbs which interfere with equipment operation and are approved for pruning shall be neatly trimmed and the tree cut coated with a tree paint. The cost for restoration shall be included in the total Bid amount, no separate pay item for this work provided. 1.11 OBSTRUCTIONS A All water pipes, storm drains, force mains, gas or other piping, telephone or power cables or conduits, and all other obstructions, whether or not shown, shall be tempo- rarily removed from or supported across pipeline excavations. Before disconnecting any pipes or cables, the Contractor shall obtain permission from the owner, or shall make suitable arrangements for their disconnection by the owner. The Contractor shall be responsible for any damage to any such pipes, conduits or cables, and shall restore them to service promptly as soon as the work has progressed past the point involved. Approximate locations of known water, sanitary, drainage, power and telephone installations along route of new pipelines or in vicinity of the work are 01000-2 01108-028 shown, but must be verified in the field by the Contractor. The Contractor shall uncover these pipes, ducts, cables, etc., carefully, by hand, to verify location and depth of cover. Any discrepancies or differences found shall be brought to the attention of the Owner and Engineer of Record in order that necessary changes may be made. These conditions are supplemental to general requirements elsewhere in these specifications. Where fences, walls or other man-made obstructions exist illegally in the public right-of-way, the Owner will have them removed upon adequate prior notice by the Contractor. 1.12 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The Contractor shall be responsible for and make good all damage to pavement and driveways beyond the limits of the work zone, to buildings, telephone or other cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. B. Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed, however, and it shall be this Contractor's responsibility to determine the location, character and depth of any existing utilities. He shall assist the utility companies, by every means possible to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities 1.13 NOTIFICATION TO UTILITY COMPANIES A The excavators shall comply with Florida Statute 553.851 regarding notification of existing gas and oil pipeline company owners and shall also notify "SUNSHINE STATE ONE CALL FOR FLORIDA, INC." at 1-(800)432-4770 prior to excavating. Evidence of such notice shall be furnished to the City prior to excavating. . 1.14 TESTS A. The Contractor will pay for all required tests. Generally, tests will be compaction and density tests, limerock quality tests, concrete quality tests (cylinder breaks). On asphaltic concrete and pipe, the manufacturer's or supplier's certificate that the material meets the requirements of the specification will be accepted subject to verification by the Owner's Engineer. Any and all tests which have to be repeated because of the failure of the tested material to meet specifications shall be paid for by the Contractor and the costs of any such tests shall be deducted from payments due the Contractor. Water required for leakage tests shall be furnished by the Contractor. B. Testing Frequencies Concrete. Perform one (1) test per 50 C Y or at least one (1) per day if less than 50 C.Y One test shall consist of one (1) slump, temperature read and one (1) set of five (5) cylinders for compressive strength Subgrade: For sub -grade perform one (1) density test every 500 L.F. each lane (100% T-99). Sample for proctor test. For stabilized sub -grade, perform one (1) density test every 500 L.F each lane (98% T-180). Sample for proctor test, and L.B.R. 01000-3 01108-028 For Limerock Base, perform one (1) density test per asphalt repair (98% T-180). Use Pit Proctor. For Curb Pad, perform one (1) density test every 1000 L.F. (98% T- 180). Drainage: For trenches, perform one (1) density test every 1000 L.F. 1.15 RECORD AS -BUILT DRAWINGS A. During the entire construction operation, the Contractor shall maintain records of all deviations from the Drawings and Specifications and shall prepare therefrom "record" drawings showing correctly and accurately the locations of all improvements to reflect the work as it was actually constructed. The locations of all improvements shall be as surveyed and certified by a Land Surveyor licensed in the State of Florida and shall include edge of pavement and back of sidewalk elevations taken at 50 foot intervals and at high and low points, rim and invert elevations on all storm water inlets and manholes, trench bottom elevations on all trench drains taken at 25 -foot intervals and top of pipe elevations on all storm sewers taken at 25 -foot intervals. These drawings shall consist of reproducibles and shall conform to recognized standards of drafting, shall be neat and legible. One set of reproducibles and one set of blue line prints shall be submitted to the Owner. Final acceptance of the project will be withheld until delivery of the set of "record" drawings is made to the Owner. 1.16 SUBSURFACE INVESTIGATION A. The Contractor shall be responsible for having determined to his satisfaction, prior to the submission of his bid, the nature and location of the work, the conformation of the ground, the character and quality of the substrata, the types and quantity of materials to be encountered, the nature of the ground water conditions, the character of equipment and facilities needed preliminary to and during the execution of the work, the general and local conditions and all other matters which can in any way affect the work under this contract. The prices established for the work to be done will reflect all costs pertaining to the work. Any claims for extras based on substrata or ground water table conditions will not be allowed. 1.17 SUSPENSION OF WORK A. Should the Owner be prevented or enjoined from proceeding with work either before or after the start of construction because of any litigation or other reason beyond the control of the Owner, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the work will be extended to such reasonable time as the Owner may determine to compensate for time lost by such delay, with such determination to be set forth in writing. 1.18 TEMPORARY UTILITIES A The Contractor shall obtain temporary power and water as required to complete the work. 1.19 MAINTENANCE OF TRAFFIC A. General: 01000-4 01108-028 1. The Contractor shall be responsible for the proper maintenance control and detour of vehicular and pedestrian traffic in the area of construction, during the course of construction. All traffic control and maintenance procedures shall be in accordance with the requirements of the Florida Department of Transportation and Miami -Dade County traffic engineering and the Village of Key Biscayne. It shall be the Contractor's responsibility, as Bidder, prior to submitting his Bid, to determine the requirements of these agencies so that his Proposal reflects all costs to be incurred. No claims for additional payment will be considered for costs incurred in the proper maintenance, control, detour and protection of vehicular or pedestrian traffic. 2. Traffic shall be maintained at all times where practical and as more particularly specified hereinafter. No traffic shall be detoured without prior knowledge and approval of the respective traffic control agency having jurisdiction. The Contractor shall notify such agencies 48 hours in advance of such time he proposes to detour traffic. 3. The Contractor shall keep all law enforcement, fire protection and ambulance agencies informed, in advance, of his construction schedules, and shall notify all such agencies, 48 hours in advance, in the event of detour of any roadway. 4 All traffic control signs and devices, barricades, flashers, flambeaus and similar devices shall be furnished and maintained by the Contractor. 5. Excavated or other material stored adjacent to or partially upon a roadway pavement or sidewalk shall be adequately marked for traffic and pedestrian safety at all times. Necessary access to adjacent property shall be provided at all times. 6. The work shall be conducted in a manner to cause the least possible interruption to traffic. Where traffic must cross excavations, the Contractor shall provide suitable bridges at street intersections and driveways. 7. The Contractor shall notify all businesses in the area that will be affected by the proposed detour or lane closure, 48 hours in advance of proposed work. 8. The Contractor shall provide access to all private property and driveways at all times. 1.20 BARRICADES AND PROTECTION OF WORK A The Contractor shall protect his work throughout its length by the erection of suitable barricades and handrails, where required. He shall further indicate this work at night by the maintenance of suitable lights or flares, especially along or across through -fares Wherever it is necessary to cross a public walk, he shall provide suitable safe walkways with hand railings He shall also comply with all laws or ordinances covering the protection of such work and the safety measures to be employed therein The Contractor shall carry out his work so as not to deny access to private property. All utility access manholes, valves, fire hydrants and letter boxes shall be kept accessible at all times. 1.21 DEMOLITION AND DISPOSAL A. Contractor shall be responsible for collection of all demolition debris and 01000-5 01108-028 transportation and delivery to off -site disposal site. 1.22 SITE CLEAN-UP AND RESTORATION A. Contractor shall be responsible for clean-up of site and restoration of all existing sidewalk surfaces, roadways, landscape areas and any structures or amenities within or adjacent to project areas. END OF SECTION 01000-6 01108-028 SECTION 01010 SUMMARY OF WORK PART 1 - 1.1 A. GENERAL DESCRIPTION Work included: Listing of Significant Items: 1. Work Sequence 2. Contractor Use of Sites 3. Owner Use of Facilities 4. Coordination 1.2 WORK COVERED BY CONTRACT DOCUMENTS A Work for this contract comprises work to be performed on the project entitled: Village Green Tot Lot Enclosure, Key Biscayne, Florida, as shown, described, and detailed within this project manual and on the project plans and specifications. 1.3 WORK SEQUENCE 14 1.5 A. B. A. B. C. A. B. Construct Work in phases to accommodate Owner's Service requirements during construction period. Coordinate construction schedule and operations with Engineer. CONTRACTOR USE OF SITES Limit use of sites for Work and for construction operations, to allow for: 1. Owner servicing areas with municipal services. 2. Work by other contractors. 3. Public and Florida Power and Light access to adjacent properties. Limit access to construction area. Coordinate use of sites under direction of Engineer. OWNER USE OF FACILITIES Owner will require use of roadway and sidewalks during entire period of construction Cooperate with Owner to minimize conflict, and to facilitate Owner's servicing of area's municipal service needs. END OF SECTION 01010-1 01108-028 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 DESCRIPTION A. The Contractor shall receive and accept the compensation provided in the Proposal and the Contract as full payment for furnishing all materials, labor, tools and equip- ment, for performing all operations necessary to complete the work under the Contract, and also in full payment for all loss or damages arising from the nature of the work, or from any discrepancy between the actual quantities of work and quantities herein estimated by the Engineer/Architect, or from the action of the elements or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner. B. The prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the Drawings and specified herein. C. The Contractor's attention is again called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established by the Bid Form or Payment Items, he shall include the cost for that work in some other applicable bid item, so that his proposal for the project does reflect his total price for completing the work in its entirety. 1.2 MEASUREMENT A. The quantities for payment under this Contract shall be determined by approximate measurements of the completed items, in place, ready for service and accepted by the Owner, in order to determine a percentage completion for each work item as described on the bid form 1.3 PAYMENT ITEMS A. Basis of Payment Contract 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 therefor END OF SECTION 01025-1 01108-028 SECTION 01340 SUBMITTALS AND SUBSTITUTIONS PART1 GENERAL 1.1 SECTION INCLUDES: A. Work included: Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. 1.2 RELATED SECTIONS. A.. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications B. Individual requirements for submittals also may be described in pertinent Sections of these Specifications C. Work not included: 1. Submittals which are not required will not be reviewed by the Engineer. 2 The Contractor may require his subcontractors to provide drawings, setting diagrams, and similar information to help coordinate the Work, but such data shall remain between the Contractor and his subcontractors and will not be reviewed by the Engineer. 1.3 SUBMITTALS FOR REVIEW A. Make submittals of Shop Drawings, Samples, substitution requests, and other items in accordance with the provisions of this Section. 1.4 QUALITY ASSURANCE A. Coordination of submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. 2 Verify that each item and the submittal for it conform in all respects with the specified requirements. 3. By affixing the Contractor's signature to each submittal, certify that this coordination has been performed. Substitutions. 1 The Contract is based on the standards of quality established in the Contract Documents. Substitutions will be considered only when listed at time of bidding, on the Contractors letterhead and when substantiated by the Contractor's submittal of required data within 10 calendar days after the bid opening. 2 The following products do not require further approval except for interface within the Work: a. Products specified by reference to standard specifications such as ASTM and similar standards. b Products specified by manufacturer's name and catalog model number 01340-1 01108-028 3. Do not substitute materials, equipment, or methods unless such substitution has been specifically approved in writing for this Work by the Engineer. C. "Or Equal": 1. Where the phrase "or equal," or "or equal as approved by the Architect/Engineer," occurs in the Contract Documents, do not assume that the materials, equipment, or methods will be approved as equal unless the item has been specifically so approved for this Work by the Engineer. 2. The decision of the Engineer shall be final. PART 2 PRODUCTS 2.1 SHOP DRAWINGS A. Scale and measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. B. Types of prints required: 1. Submit Shop Drawings in the form of three blueline or blackline prints of each sheet. 2. Blueprints alone will not be acceptable. C. Review comments of the Engineer will be shown on the blueline or blackline when it is returned to the Contractor. The Contractor may make and distribute such copies as are required for his purposes. 2.2 MANUFACTURER'S LITERATURE A. Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents is being submitted for review. B. Submit the number of copies which are required to be returned, plus one copy which will be retained by the Engineer. 2.3 SAMPLES (ONLY IF REQUIRED IN OTHER SECTIONS) A. Provide Sample of Samples identical to the precise article proposed to be provided. Identify as described under "Identification of submittals" below. B. Number of Samples required: 1. Unless otherwise specified, submit Samples, in the quantity which is required to be returned, plus one which will be retained by the Engineer. 2. By prearrangement in specific cases, a single Sample may be submitted for review and, when approved, be installed in the Work at a location agreed upon by the Engineer PART 3 EXECUTION 3 1 IDENTIFICATION OF SUBMITTALS A. Consecutively number all submittals. 1. When material is resubmitted for any reason, transmit under a new letter of transmittal and with a new transmittal number. 01340-2 01108-028 2. On resubmittals, cite the original submittal number for reference. B. Accompany each submittal with a letter of transmittal showing all information required for identification and checking. C. On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number in which the item was included. D. Maintain an accurate submittal log for the duration of the Work, showing current status of all submittals at all times. Make the submittal log available to the Engineer for his review upon request. 3.2 GROUPING OF SUBMITTALS A. Unless otherwise specified, make submittals in groups containing all associated items to assure that information is available for checking each item when it is received 1. Partial submittals may be rejected as not complying with the provisions of the Contract. 2. The Contractor may be held liable for delays so occasioned. 3.3 TIMING OF SUBMITTALS A. Make submittals far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and resubmittals, and for placing orders and securing delivery B. In scheduling, allow at least ten working days for review by the Engineer following his receipt of the submittal. 3.4 ENGINEER'S REVIEW Review by the Engineer does not relieve the Contractor from responsibility for errors which may exist in the submitted data. B. Revisions: 1. Make revisions required by the Engineer. 2. If the Contractor considers any required revision to be a change, he shall so notify the Engineer within ten calendar days in writing. If after the review of the Engineer it is determined that the required revisions are in fact a legitimate change in work or time the procedures set forth in Articles 10, 11, & 12 of the General Conditions shall be followed. 3 Make only those revisions directed or approved by the Engineer. C Reimbursement of Engineer's costs: 1 In the event substitutions are proposed to the Engineer after the Contract has been awarded, the Engineer will record all time used by him and by his consultants in evaluation of each such proposed substitution 2 Whether or not the Engineer approves a proposed substitution, the Contractor promptly upon receipt of the Engineer's billing shall reimburse the Engineer at the rate of three times the direct cost to Engineer and his consultants for all time spent by them in evaluating the proposed substitution END OF SECTION 01340-3 01108-028 SECTION 01640 PRODUCT HANDLING PART1 GENERAL 1.1 SECTION INCLUDES: A. Work included: Protect products scheduled for use in the Work by means including, but not necessarily limited to, those described in this Section. 1.2 RELATED SECTIONS. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of the Specifications B. Additional procedures also may be prescribed in other Sections of these Specifications. 1 3 QUALITY ASSURANCE A. Include within the Contractor's quality assurance program such procedures as are required to assure full protection of work and materials. 1.4 MANUFACTURER'S RECOMMENDATIONS A. Except as otherwise approved by the Engineer determine and comply with manufacturer's recommendations on product handling, storage, protection and installation. 1 5 PACKAGING A. Deliver products to the job site in their manufacturer's original container with labels intact and legible. 1. Maintain packaged materials with seals unbroken and labels intact until time of use. 2. Promptly remove damaged material and unsuitable items from the job site, and promptly replace with material meeting the specified requirements, at no additional cost to the Owner. B. The Engineer may reject as non -complying such material and products that do not bear identification satisfactory to the Engineer as to manufacturer, grade, quality, and other pertinent information 1 6 PROTECTION A Protect finished surfaces through which equipment and materials are handled. B. Provide protection for finish floor surfaces in traffic areas prior to allowing equipment or materials to be moved over such surfaces C Maintain finished surfaces clean, unmarred, and suitably protected until accepted by the Owner. 01640-1 01108-028 1.7 REPAIRS AND REPLACEMENTS A. In the event of damage, promptly make replacements and repairs to the approval of the Engineer and at no additional cost to the Owner. B. Additional time required to secure replacements and to make repairs will not be considered by the Engineer to justify an extension in the Contract Time of Completion. END OF SECTION 01640-2 01108-028 SECTION 02010 SUBSURFACE INVESTIGATION PART 1 - GENERAL 1.1 DESCRIPTION A. Use of data: 1. Bidders should visit the site and acquaint themselves with existing conditions. 2. Prior to bidding, bidders may make their own subsurface investigation to satisfy themselves as to site and subsurface conditions, but such investigations may be performed only under time schedules and arrangements approved in advance by the Engineer 1 2 QUALITY ASSURANCE A. Readjust work performed that does not meet technical or design requirements, but make no deviation from the Contract Documents without specific and written approval from the Engineer. END OF SECTION 02010-1 01108-028 SECTION 02576 PAVING AND RESURFACING PART 1 - GENERAL 1.1 DESCRIPTION A The work of this section includes, but is not limited to: 1. Temporary Paving 2. Permanent Paving B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE A Referenced Standards: 1. Florida Department of Transportation Standard Specifications for Road and Bridge Construction Latest Edition, including Supplements. 1.3 SUBMITTALS A. Certificates: 1. Submit certification from bituminous and aggregate suppliers attesting that materials conform to the Controlling Agency Specifications. 1.4 JOB CONDITIONS A. Control of Traffic: 1. Take measures to control traffic during repaving operations. Do not allow traffic on repaved areas until authorized by the Engineer. 2. Employ traffic control measures necessary to maintain and to protect traffic, to protect the work in progress, to protect adjacent property from excess dust resulting from the construction area and to maintain traffic through, around, or adjacent to the construction area. The work shall include the furnishing and maintaining of all traffic control devices, flaggers, construction of temporary structures when required, labor, equipment and materials to keep the traveled road smooth and the furnishing and application of dust palliatives. B Restore existing paving outside the limits of the work that is damaged by the contractor's operations to its original condition at the expense of the Contractor. PART 2 - PRODUCTS 2.1 FLEXIBLE PAVEMENT MATERIALS AND AGGREGATES A Bituminous Treatments, surface courses and concrete pavements shall conform to Florida Department of Transportation Standard Specifications for Road and Bridge Construction, Latest Edition. Thickness shall be a minimum of 1 inch of Type S-3 Asphaltic Concrete Pavement, unless otherwise noted on plans 02576-1 01108-028 B. Refer to Section 300, Florida Department of Transportation Specifications, Latest Edition. All bituminous materials and aggregates used in paving and resurfacing are designated in these specifications and shall conform to the applicable portions of the State specifications. PART 3 - EXECUTION 3.1 TEMPORARY PAVING A. Place temporary paving immediately upon completion of trench back -filling. Unpaved trenches shall not remain unpaved longer than one working day after back - filling. B. Shape and compact subgrade material, then place and compact crushed stone base course to the required thickness. C. Place temporary paving material. Compact to required minimum thickness with trench roller having minimum 300 pounds per inch -width of compaction roll. D. Continuously maintain temporary paving to the satisfaction of the Engineer and the state and local road departments. E. Remove and dispose of temporary pavement prior to the placement of permanent pavement. 3.2 PERMANENT PAVING A. Excavate to the lines and grades on plans to receive permanent pavement, including the disposal of surplus excavated material. Remove all muck and organic materials. B. Remove temporary paving material. Construct permanent base and surface courses to the required compacted thickness shown on the plans in accordance with Florida Department of Transportation Standards for Road and Bridge Construction. C. Trim existing paving to remove damaged areas. Cut straight joint lines and right angle offsets. D. Maintain permanent paving to the satisfaction of the Engineer and the local and state road departments throughout the contract maintenance period. 3.3 BITUMINOUS OVERLAY A Where indicated on the drawings, standard details, or directed by the engineer, place a bituminous overlay B Construct in accordance with Florida Department of Transportation Standards for Road and Bridge Construction. 3.4 DRIVEWAYS A. Trim concrete and bituminous driveway surfaces to remove damaged areas. Saw cut straight joint lines parallel to the centerline of the trench. Cut offsets at right 02576-2 01108-028 angles to the trench centerline. B. Restore existing concrete driveways trenched through with a 6" layer of concrete reinforced with 6 x 6 10/10 wire mesh. C. Restore existing asphalt driveways trenched through in kind or with minimum 1" layer wearing course over 12" layer of D.O.T. road rock. D. Restore earth driveways with a 6" layer of 3/4" stone backfill. Florida DOT 901-6 No. 14. E. Restore brick driveways with like brick placed on a 4" thick wet sand bed. Place bricks in like pattern and spacing. 3.5 CONCRETE CURB AND SIDEWALK REPAIRS A. Replace curbs and sidewalks damaged by construction to match existing. B. Reconstruct curbs and sidewalks to the first expansion joint on either side of the damaged portion. Install preformed expansion joint material C. Sidewalks shall be new construction for the full width of the existing slabs. D. Reconstruct sidewalks to 4 inch thickness of Class I concrete placed on a 4 inch base of compacted material. E. Sidewalks and curbs materials and construction methods shall be in accordance with Sections 522 and 520 of the referenced Florida Department of Transportation Specifications. END OF SECTION 02576-3 01108-028 SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1 1 DESCRIPTION A. Work included: Provide concrete reinforcement where shown on the Drawings, as specified herein, and as needed for a complete and proper installation. B. Related Work: 1 Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2 Section 03300: Cast -in -place concrete. 1 2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Comply with pertinent provisions of the following, except as may be modified herein. 1 Building Code Requirements for Reinforced Concrete, ACI 318-89 2. Manual of Standard Practice for Detailing Reinforced Concrete Structures, ACI 315-80 (Revised 88) 3. Standard Specifications for Deformed and Plan Billet -Steel Bars for Concrete Reinforcement, ASTM A615-87. 4 Standard Specifications for Steel Wire fabric for concrete reinforcement, ASTM A82-85. 5. Standard Specifications for Welded Steel wire fabric for concrete reinforcement, ASTM A185-85 6. CRSI "Manual of Standard Practice". 1990 edition 1.3 SUBMITTALS A. Comply with pertinent provisions of Section 01340. B. Product data: Within 30 calendar days after the Contractor has received the Owner's Notice to Proceed, submit. 1 Materials list of items proposed to be provided under this Section; 2 Manufacturer's specifications and other data needed to prove compliance with the specified requirements; 3 Shop Drawings showing details of bars, anchors, and other items, if any, provided under this Section 1 4 PRODUCT HANDLING A Comply with pertinent provisions of Section 01640. B Delivery and storage 03200-1 1108-028 1. Use necessary precautions to maintain identification after bundles are broken. 2. Store in a manner to prevent excessive rusting and fouling with dirt, grease, and other bond -breaking coatings. PART 2- PRODUCTS 2.1 REINFORCEMENT MATERIALS AND ACCESSORIES A. Bars: 1. Provide deformed billet steel bars complying with ASTM A615, using grades shown on the Drawings. 2. Where grades are not shown on the Drawings, use grade 60. B. Steel Wire: 1. Comply with ASTM A82. 2. For tie wire, comply with Fed Spec QQ-W-461, annealed steel, black, 16 gauge minimum. C. Welded wire fabric: 1. Provide welded steel, complying with ASTM A185. D. Welding electrodes: 1. Comply with AWS A5.1, low hydrogen, E70 series. E. Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement in place: 1. Use wire bar type supports complying with CRSI recommendations, unless otherwise shown on the Drawings. 2. Do not use wood, brick, or other non -complying material. 3. For slabs on grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 4. For exposed -to -view concrete surfaces, where legs of supports are in contact with forms, provide supports with either hot -dip galvanized or plastic - protected legs. 2.2 FABRICATION A. General: 1. Fabricate reinforcing bars to conform to the required shapes and dimensions, with fabrication tolerances complying with the CRSI Manual. 2. In case of fabricating errors, do not straighten or rebend reinforcement in a manner that will weaken or injure the material. 3. Reinforcement with any of the following defects will not be acceptable. a. Bar lengths, depths, and/or bends exceeding the specified fabrication tolerances; b. Bends or kinks not shown on the Drawings; c Bars with reduced cross-section due to excessive rusting or other cause. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS 03200-2 1108-028 A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.2 INSTALLATION A. General: 1. Comply with the specified standards for detail and method of placing reinforcement and supports, except as may be modified herein. 2. Clean reinforcement to remove loose rust and mill scale, earth, and other materials which reduce or destroy bond with concrete. 3. Position, support, and secure reinforcement against displacement by formwork, construction, and concrete placing operations. 4. Locate and support reinforcement by metal chairs, runners, bolsters, spacers, and hangers, as required. 5 Place reinforcement to obtain minimum coverage for concrete protection. 6. Arrange, space, and securely tie bars and bar supports together with the specified tie wire. 7 Set wire ties so twisted ends are directed away from exposed concrete surfaces B. Install welded wire fabric in as long lengths as practicable, lapping adjoining pieces at least one full mesh, plus two inches, 12 inches, or as noted in the plans. C. Provide sufficient numbers of supports, and of strength to carry the reinforcement. D. Do not place reinforcing bars more than 2" beyond last leg of any continuous bar support E. The minimum clear distance between parallel bars, except in columns, shall be equal to the nominal diameter of the bars In no case shall the clear distance between bars be less than one inch, nor less than one and one-third times the maximum size of the coarse aggregate. F. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. G. Interior and exterior horizontal lapped corner bars shall be provided at all corners to match the size, type, and spacing of horizontal footing, or wall reinforcement. H. CONCRETE PROTECTION for REINFORCEMENT: The following minimum concrete cover shall be provided for reinforcement: Minimum cover, in 1 Concrete cast against and permanently exposed to earth3 2 Concrete exposed to earth or weather #6 through #11 bars2 #5 bar, W31 or D31 wire, and smallerl -1 /2 3. Concrete not exposed to weather or in contact with ground: Slabs, walls, joists: #11 and smaller3/4 4 The above protective coverings are minimums but protection shall not be 03200-3 1108-028 Tess than required for fire -resistive ratings. 5. The Contractor shall provide the necessary bolsters, chairs, concrete blocks, and miscellaneous reinforcement for the support of reinforcing. Steel wire bar supports used in slabs, beams, and columns shall be Class B, plastic protected. 3.3 SPLICES A Lap splices: 1. Tie securely with the specified wire to prevent displacement of splices during placement of concrete. B. Splice devices: 1. Obtain the Engineer's approval prior to using splice devices. 2. Install in accordance with manufacturer's written instructions. 3. Splice in a manner developing at least 125% of the yielding strength of the bar. C. Welding: 1. Perform in accordance with AWS D1.4-79. D. Do not splice bars except at locations shown on the Drawings, except as otherwise specifically approved by the Engineer. E. In slabs, beams, and girders, splices in reinforcement at points of maximum stress shall be avoided wherever possible. Such splices where used shall be welded, lapped, or otherwise fully developed, but, in any case shall transfer the entire stress from bar to bar without exceeding the allowable bond and shear stresses. The minimum overlap for a lapped splice shall be 24 bar diameters, but not less than 12 inches. The clear distance between bars shall also apply to the clear distance from a contact splice and adjacent splices or bars. F. Splices in slabs or walls not shown int he plans shall be Class B contact lap splices. 3.4 TESTING A. Samples: 1. Samples for physical tests of reinforcement will consist of at least two pieces, each 18" long, of each size of reinforcement steel, selected by the testing agency from material at the building site or at the fabricator's or supplier's yard. 2. Material to be sampled at the building site shall have been delivered thereto at least 72 hours before it is needed. B. Test. 1. Where samples are taken from bundles as delivered from the mill, with the bundles identified as to heat number, and provided mill analyses accompany the report, then one tensile test and one bend test will be made from a specimen of each ten tons or fraction thereof of each size of reinforcement steel. 2. Where positive identification of the heat number cannot be made, or where random samples are taken, then one series of tests will be made from each 2-1/2 tons or fraction thereof of each size of reinforcement steel. END OF SECTION 03200-4 1108-028 SECTION 03250 CAST -IN -PLACE CONCRETE SIDEWALKS, CURBS, CURBS & GUTTERS, CROSSWALKS AND MISCELLANEOUS CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. Work included: Provide cast -in -place concrete, sidewalks, curbs, curbs and gutters, crosswalks and miscellaneous concrete, where shown on the Drawings as specified herein, and as needed for a complete and proper installation. B. Related Work. 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. The concrete curb and sidewalk contractor/sub-contractor shall have a minimum of 5 years experience in the construction of urban and decorative sidewalks. B. Quality control: 1. See requirements for testing as stated in part 3 of this Section. 1.3 SUBMITTALS A. Comply with pertinent provisions of Section 01340. 1 4 PRODUCT HANDLING A. Comply with pertinent provisions of Section 01640. PART 2 - PRODUCTS 2.1 CONCRETE MIXES A. Provide a mix design prepared by the approved testing agency, based on strengths of the approved materials, and meeting the requirements stated on the Drawings. and Specifications 1 Secure the Engineers approval of each mix design, including new mix designs required to be prepared should there occur a change in materials being used. 2.2 CONCRETE QUALITY A. Concrete shall be Class I normal weight, and shall attain a 28 -day compressive strength of a minimum of 3000 psi 03250-1 01108-028 1. The maximum water -cement ratio shall be 0.65. 2. The minimum cement content for concrete shall be five bags per cubic yard. 3. Concrete shall contain a water reducing admixture capable of increasing workability and reducing the amount of mixing water, conforming to ASTM C494-82, Type A. Other admixtures may be used if approved by the Engineer. Admixtures shall be added to the mix in accordance with the manufacturer's specifications, and at a controlled rate. 2.3 COLORING A. Integral Colored Concrete mixture shall be Class I concrete, as described above. Concrete shall be supplied with the color admixture added. Admixture coloring, as specified in drawings, shall be plant mixed and shall be manufactured by the Lambert Corporation or an approved equal. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.2 SUBGRADE PREPARATION A. All roots, vegetation and other deleterious materials shall be removed from the area of the proposed sidewalk. Roots, when present, shall be removed to a depth of 12". Existing rock shall be removed to at least 1" below proposed subgrade elevation. Fill materials, where required, shall be clean limerock or mixture of limerock and sand acceptable to the Engineer. Subgrade shall be compacted to a minimum field density of 95% of the maximum density as determined by AASHTO Method, Designation T180-74, Method D. 3.3 FORMS A. General: Steel forms shall be used for all work except at sidewalk radii where wood forms (1/4" min. thickness) may be used and which shall be bent to a smooth uniform curve. Wood forms shall not be used for Curb or Curb & Gutter work. Forms shall be as follows: (a) externally secured and braced where feasible; (b) substantial and unyielding; (c) of adequate strength to contain the concrete without building between supports and without apparent deviation form the neat lines, contours and shapes shown in the plans. They shall be designed to withstand the additional forces of vibration without apparent deviation from the desired shape or position. Assembled forms shall be mortar tight and, shall be constructed to render a concrete surface of smooth, uniform finish. Provisions shall be made for the removal of forms without injury to concrete surfaces. Blocks and bracing shall be removed from the forms and in no case shall any portion of the forms be left in the concrete The Contractor, where practical, may use asphalt abutting the sidewalk in lieu of form work. The asphalt must be saw cut in such a manner that the edge of the sidewalk where it abuts the asphalt is true to grade and alignment. The form shall be set plumb, properly aligned, and with their bottom in furl and continuous contact with the subgrade. Forms shall be cleaned and lightly oiled 03250-2 01108-028 before concrete is placed. B. Form Alignment, Bracing and These: Forms shall be constructed in such manner that they may be adequately secured for alignment, shape and grade. Bracing systems, ties and anchorages used for this purpose shall be substantial and sufficient to insure against apparent deviation from shape, alignment and grade. Nails driven into existing concrete shall not be used for this purpose. Bracing systems, ties anchorages shall not be used which will unnecessarily deface of mark, or have an injuries or undesirable effect on surfaces which will be a part of the finished surface. C. Preparation and Cleaning: The condition of the forms shall meet the following requirements at the time concrete casting is begun: (a) All forms shall be treated with an approved form -release agent before placing concrete. Material which will adhere to, or disorder the concrete shall not be used. (b) The forms shall be cleaned of all dirt, sawdust, shavings and other debris. (c) All inspection and cleanout holes shall be closed and secured. 3.4 CONCRETE MIXING A. Job mixed concrete shall not be permitted. B Ready -mixed concrete shall be mixed and delivered in accordance with the requirements of the Standard Specification for Ready -Mixed Concrete, ASTM C94- 85. C. No concrete shall be retempered after it has taken an initial set nor shall any batch or portion thereof be deposited in forms more than one and one-half hours after the mixing of that particular batch has commenced. D. No water shall be added at the job site to concrete delivered by truck as ready for use without the approval of the Engineer, and then, only when slump tests are made and the concrete so delivered is known to be of less than the slump specified. E. Concrete consistency. 1. Use the amount of water established by the approved mix design. a. Do not exceed the maximum quantity specified for the grade of concrete. b. Use the minimum amount of water necessary to produce concrete of the workability required by the Engineer. c. Do not supplement the predetermined amount of water with additional water for any reason 2. Measure concrete consistency by ASTM C143 method. a As part of the routine testing and inspecting, test twice each day or partial day's run of the mixer. b Maintain a complete and accurate record of tests 3 Provide a 3" maximum concrete slump F Miscellaneous provisions. 1. Provide strengths of concrete as shown on the Drawings. 2. Provide concrete dense and free from honeycomb and other defects. 3. Place and finish members to conform to the shapes and dimensions indicated, with all surfaces true to line, plumb, and level. 03250-3 01108-028 3.5 CONCRETE REINFORCEMENT A. Provide reinforcement as detailed on Drawings and Specifications. 3.6 CONVEYING AND PLACING CONCRETE A. Inspection: No concrete shall be placed until inspected for depth, forming and reinforcement. Proper finishing tools shall be on the jobsite at time of inspection. Failure to obtain required inspection shall be sufficient cause for rejection. Such inspection and approval shall not relieve the contractor of the responsibility of obtaining satisfactory concrete surfaces, free from warping, bulging or other objectionable defects. Special attention shall be paid to the ties and bracing. Where the forms appear to be insufficiently braced or unsatisfactorily built, the progress of the work shall be stopped until the defects have been corrected to the satisfaction of the Engineer. B. Preparation: 1. Remove all laitance, oil, and loose particles from concrete and concrete surfaces, and thoroughly clean the forms with water under stiff pressure. 2. Remove laitance after concrete has hardened partially (not Tess than two hours nor more than four hours after place in) by brushing with stiff bristles, or by directing a stream of water from a 1/4" nozzle, or by other method approved by the Engineer, to expose the clean top surface of the coarse aggregate. 3. Where cleaning is not satisfactory to the Engineer sandblast the surface and then wash again. C. Method of Depositing 1. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to handling or flowing. The concrete shall be carried on at such a rate that the concrete is at all times plastic and flows readily. No concrete that has been contaminated by foreign materials shall be deposited on the work. 2. When concreting is started, it shall be carried on as a continuous operation until the placing of the panel or section is completed. The top surface shall be generally level. 3. All concrete shall be thoroughly compacted by suitable means during the operation of placing, and shall be thoroughly worked, into corners. 4. Place concrete only under the degree of inspection described elsewhere in these Specifications, and as required by governmental agencies having jurisdiction. 5. Do not place concrete outside of regular working hours unless required inspection authorities have been notified properly and are present. 6. Concrete shall be pump -mix. 7. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one position to another, and place as rapidly as practicable after mixing 8. Do not use in this Work any concrete not placed within 30 minutes after leaving the mixer. D. Adverse Weather: 1. The Contractor shall assume all risks connected with the placing of concrete during adverse weather conditions, and permission given to place concrete 03250-4 01108-028 under such conditions will in no way relieve the Contractor of the responsibility for satisfactory results. Should concrete placed under such conditions, prove unsatisfactory, it shall be removed, disposed of and replaced at the Contractor's expense. 3.7 FINISHING A. Exposed work shall have a steel trowelled finish after which it shall be lightly broomed to eliminate a slick finish. After forms have been removed from exposed areas, all voids shall be filled and rubbed where necessary using color compound to give the face a finished look. All laitance and stopover shall be thoroughly removed from any adjacent surfaces before the final finishing process is completed. 3.8 EDGES AND JOINTS A. Edges of all sidewalks shall be finished with one -quarter inch (1/4") radius joint and edging tools. Edges of curbs shall be to the radius shown on typical section. Joints in sidewalks shall be spaced uniformly equal to width of sidewalk except where sidewalk exceeds six feet (6') in which case the uniform spacing shall be one- half width with a longitudinal joint at mid -width. All such joints shall be formed with tool having a bit depth of one and one-half inches (1-1/2") as approved by the City and shall have a minimum tooled radius of one -quarter inch (1/4") each side. At spacing of twenty feet (20') maximum (or nearest multiple of required joint spacing) there shall be an open joint one -quarter inch (1/4"), minimum, wide and full depth of sidewalk which may be formed with removable spline but having edges tooled to a one -quarter inch radius. Expansion joints or saw cutting can only be used where approved in writing. An open joint shall be provided where new sidewalk abuts existing. A longitudinal joint parallel to curb poured monolithic with the sidewalk shall be tooled to a minimum depth of one -quarter inch and with a one -quarter inch radius each side. Joints in curbs or curbs and gutters shall be at a maximum spacing of ten feet (10') or a minimum spacing of four feet (4') and formed with a one -quarter inch thick steel template of proper contour and with exposed edges tooled to a one -quarter inch radius. C. Expansion material must be used between the back of curb (or curb and gutter) and sidewalk, between concrete driveway and sidewalk, between any existing vertical surface (except existing sidewalk) and sidewalk and between root barriers and sidewalk. Expansion joints shall be a maximum of 1/2" thick and the expansion material shall be cut one -eighth inch (1/8") below the surface at the proposed sidewalk curb or gutter D When specified on the plans or requested by the Contractor and approved by this department, sawcutting of sidewalks, curb or gutter shall be done as follows 1 All joints shall be formed (at wearing surface) with tool having a bit of at least one-half inch (1/2") deep and radius of one -quarter (1/4") each side. 2. Open joints where required shall be saw cut the full depth of sidewalk, curb or gutter. 3. Intermediate joints at spacing required shall be saw cut a minimum depth of one and one-half inch (1-1/2"). 03250-5 01108-028 4. Saw blades used shall not be less than one -eighth inch (1/8") nor more than one -quarter (1/4") thick and shall not be allowed to deviate from a straight line, but such joints shall be dean cut and uniform in width with tooled edges at surface remaining undamaged. 5. Open joints shall be saw cut within forth-eight(48) hours and intermediate joints with twenty-four (24) hours after finishing. E. Concrete sidewalks which are part of driveways and approaches shall have joint spacing to match adjoining sidewalk. 3.9 CURING A. Concrete shall be cured by use of a clear compound compatible with the coloring compound and in accordance with manufacturer's recommendations. Submit the proposed material and method for approval prior to use. B. Care shall be used in the use of water or plastic membranes as their use may have an adverse effect on the coloring compound and/or finish. 3.10 DEFECTIVE CONCRETE A. The following concrete will be deemed to be defective, and shall be removed promptly from the job site. 1. Concrete which is not formed as indicated, is not true to intended alignment, is not plumb or level where so intended, is not true to intended grades and levels; 2. Has voids or honeycomb that have been cut, resurfaced, or filled, unless with the approval of the Architect; 3. Has sawdust, shavings, wood, or embedded debris; 4. Or does not conform fully to provisions of the Contract Documents. B. Repairs and replacement 1. Defective concrete may be cut out and repaired with gunite, or other approved methods, when and as directed by the Engineer. 2. Where defective concrete is found after removal of the forms, cut out the defective concrete, if necessary, and make the surfaces match adjacent surfaces. 3. Work uneven surfaces and angles of concrete to a surface matching adjacent concrete surfaces. 3.11 TESTING A. The Engineer shall have the right to order tests on any material entering into concrete or reinforced concrete to determine its suitability for the proposed purpose. To order reasonable tests of the concrete from time to time to determine whether the materials and methods in use are such as to produce concrete of the necessary quality; and to order the test under load of any portion of the structure, when conditions have been such as to leave doubt as to the adequacy of the structure to serve the purpose for which it is intended. B. Tests of materials and of concrete shall be in accordance with the requirements of the American Society for Testing Materials. Test shall be made by a testing laboratory approved by the Engineer Test reports shall be submitted to the 03250-6 01108-028 Engineer. The costs of such tests resulting from construction related problems shall be assumed by the Contractor. C. Tests on concrete used in construction shall be made by an approved testing laboratory, and reports submitted to the Engineer. The costs of such tests shall be assumed by the Contractor. 1. Not less than three specimens shall be made for each standard test, nor less than one test for each 50 cubic yards of concrete used on the project. 2. Specimens shall be made and cured in accordance with the Standard Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field, ASTM C31-84. 3 Specimens shall be tested in accordance with the Standard Method of Test for Compression Strength of Molded Concrete Cylinders, ASTM C39-84 Reports to the Engineer shall be submitted for each test performed. 4. Test cylinders taken off truck -mixed concrete shall be taken at the approximate one -quarter point and the three-quarter point of the load. D. The age for strength tests of concrete shall be 28 days. Strength tests for an earlier age shall be submitted if the Engineer has approved concrete in the structure to receive its full working loads at such earlier time. Seven day tests may be used with the approval of the Engineer, provided that the relation between the seven and 28 - day strengths of the concrete is established by tests for the materials and proportions used. E. To conform to the requirements of these specifications, the average strength of the laboratory cured cylinders representing each class of concrete as well as the average of any five consecutive strength tests representing each class of concrete shall be equal to or greater than the specified strength and not more than one strength test in ten shall have an average value of less than 90 percent of the specified strength. F. When there is a question as to the quality of the concrete in the structure, the Engineer shall have the right to require core tests in accordance with the Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete, ASTM C42 -84a, to order load tests on that portion of the structure where the questionable concrete has been placed, or to require other reasonable tests to evaluate the strength of the structure. END OF SECTION 03250-7 01108-028 SECTION 03300 CAST -IN -PLACE CONCRETE (STRUCTURES) PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 12 SUMMARY A. This Section specifies cast -in -place concrete, including reinforcement, concrete materials, mix design, placement procedures, and finishes. B Related Sections include the following: 1. Division 2 Section "Earthwork" for fill under new concrete work. 2. Division 3 Section "Concrete Finish". 1.3 SUBMITTALS A. General: In addition to the following, comply with submittal requirements in ACI 301. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For concrete mix 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C Source Limitations: Obtain each type of cement of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. D Comply with ACI 301, "Specification for Structural Concrete," including the following, unless modified by the requirements of the Contract Documents 1 General requirements, including submittals, quality assurance, acceptance of structure, and protection of in -place concrete 2 Formwork and form accessories 3 Steel reinforcement and supports. 4 Concrete mixtures. 5 Handling, placing, and constructing concrete. 03300-1 1108-028 PART 2 - PRODUCTS 2.1 FORMWORK A. Furnish formwork and form accessories according to ACI 301. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. B. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets. C. Deformed -Steel Welded Wire Fabric: ASTM A 497, flat sheet. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 1 -1/2 -inch (38 -mm) nominal size. C. Water: Potable and complying with ASTM C 94. 2.4 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 RELATED MATERIALS A Vapor Retarder: Multi -ply reinforced polyethylene sheet, ASTM E 1745, Class C, not less than 7.8 mils (0.18 mm) thick; or polyethylene sheet, ASTM D 4397, not less than 10 mils (0.25 mm) thick B. Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber, or ASTM D 1752, cork or self -expanding cork. 03300-2 1108-028 2.6 CURING MATERIALS A Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. B. Water Potable. C. Clear, Waterborne, Membrane -Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 2.7 CONCRETE MIXES A. Comply with ACI 301 requirements for concrete mixtures. B. Prepare design mixes, proportioned according to ACI 301, for normal -weight concrete determined by either laboratory trial mix or field test data bases, as follows: 1. Compressive Strength (28 Days): 3000 psi (20.7 MPa) 2. Slump: 4 inches (100 mm). a. Slump Limit for Concrete Containing High -Range Water -Reducing Admixture: Not more than 8 inches (200 mm) after adding admixture to plant- or site -verified, 2- to 3 -inch (50- to 75 -mm) slump. C Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 2.5 to 4.5 percent. 1. Air content of trowel -finished interior concrete floors shall not exceed 3.0 percent. PART 3 - EXECUTION 3.1 FORMWORK A. Design, construct, erect, shore, brace, and maintain formwork according to ACI 301. 3.2 VAPOR RETARDER A Install, protect, and repair vapor -retarder sheets according to ASTM E 1643; place sheets in position with longest dimension parallel with direction of pour. B. Lap joints 6 inches (150 mm) and seal with manufacturer's recommended tape. 3 3 STEEL REINFORCEMENT A Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement 1 Do not cut or puncture vapor retarder Repair damage and reseal vapor retarder before placing concrete 3 4 JOINTS 03300-3 1108-028 A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Locate and install so as not to impair strength or appearance of concrete, at locations indicated or as approved by Architect. C. Isolation Joints: Install joint -filler strips at junctions with slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 3.5 CONCRETE PLACEMENT A. Comply with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. B. Consolidate concrete with mechanical vibrating equipment. 3.6 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch (6 mm) in height rubbed down or chipped off. 1. Apply to concrete surfaces not exposed to public view. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Completely remove fins and other projections. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. 2. Do not apply rubbed finish to smooth -formed finish. 3. Apply the following rubbed finish, defined in ACI 301, to smooth -formed finished concrete. a. Smooth -rubbed finish. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3 7 FINISHING UNFORMED SURFACES A General. Comply with ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane before excess moisture or bleedwater appears on the surface. 03300-4 1108-028 1. Do not further disturb surfaces before starting finishing operations. C. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin -set methods. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. D. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. 3.8 TOLERANCES A Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials". 3.9 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306 1 for cold -weather protection, and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C Begin curing after finishing concrete, but not before free water has disappeared from concrete surface D Curing Methods: Cure formed and unformed concrete for at least seven days by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1 Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. c. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12 -inch (300 -mm) lap over adjacent absorptive covers. 2 Moisture -Retaining -Cover Curing Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3 Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions Recoat areas subjected to 03300-5 1108-028 heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.10 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. Perform tests according to ACI 301. 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix, plus one set for each additional 50 cu. yd. if more than 25 yards or poured in one day. B. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION 03300-6 1108-028 SECTION 03345 CONCRETE FINISHING (STRUCTURES) PART 1 - GENERAL 1.1 DESCRIPTION A Work included: Provide finishes on cast -in -place concrete as called for on the Drawings, specified herein, and needed for a complete and proper installation. B Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Section 03300. Cast -in -place concrete 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Except as may be modified herein or otherwise directed by the Engineer, comply with ACI 301, "Specifications for Structural Concrete for Buildings." 1.3 SUBMITTALS A Comply with pertinent provisions of Section 01340. 1 4 PRODUCT HANDLING A. Comply with pertinent provisions of Section 01640. PART2- PRODUCTS 2.1 MATERIALS A. General: 1. Carefully study the Drawings and these Specifications, and determine the location, extent, and type of required concrete finishes. 2 As required for the Work, provide the following materials, or equals approved in advance by the Engineer B Concrete materials Comply with pertinent provisions of Section 03300, except as may be modified herein C. Liquid bonding agent: 1. Submit specifications of bonding agent for Engineers Approval. D Curing and protection paper: 03345 - 1 1108-028 1. Approved products: a. "Sisalkraft, Orange Label"; b. Equal products complying with ASTM C171. 2. Where concrete will be exposed and will be subjected to abrasion, such as floor slabs, use nonstaining paper such as "Sisalkraft, Seekure 896," or equal paper faced with polyethylene film. E. Liquid curing agents: 1. Where application of specified finish materials will be inhibited by use of curing agents, cure the surface by water only; do not use chemical cure. 2. For curing other areas, use "Hunt TLF" manufactured by Hunt Process Company, Inc. 2.2 OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Engineer. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.2 FINISHING SLABS A. Definition of finishing tolerances: 1. "Class A": True plane within 1/8" in ten feet as determined by a ten foot straightedge placed anywhere on the slab in any direction. 2. "Class B": True plane within 1/4" in ten feet as determined by a ten foot straightedge placed anywhere on the slab in any direction. 3. "Class C": True plane within 1/4" in two feet as determined by a two foot straightedge placed anywhere on the slab in any direction. B. Troweled finish: 1. Provide a floated finish as described above, followed by a power troweling and then a hand troweling. a. Produce an initial surface which is relatively free from defects, but which still may show some trowel marks. b. Provide hand troweling when a ringing sound is produced as the trowel is moved over the surface. c. Thoroughly consolidate the surface by hand troweling. 2. Provide a finished surface essentially free from trowel marks, uniform in texture and appearance, and in a plane of Class A tolerance. a. On surfaces intended to support floor coverings, use grinding or other means as necessary and remove all defects of such magnitude as would show through the floor covering. 3.3 CURING AND PROTECTION 03345 - 2 1108-028 A. Beginning immediately after placement, protect concrete from premature drying, excessively hot and cold temperatures, and mechanical injury. B. Preservation of moisture: 1. Unless otherwise directed by the Engineer, apply one of the following procedures to concrete not in contact with forms, immediately after completion of placement and finishing. a. Ponding or continuous sprinkling. b. Application of absorptive mats or fabric kept continuously wet; c. Application of sand kept continuously wet; d Continuous application of steam (not exceeding 150 degrees F) or mist spray; e. Application of waterproof sheet materials specified in Part 2 of this Section. f. Application of other moisture -retaining covering as approved by the Engineer; g. Application of the curing agent specified in Part 2 of this Section or elsewhere in the Contract Documents. 2. Where forms are exposed to the sun, minimize moisture loss by keeping the forms wet until they can be removed safely. 3. Cure concrete by preserving moisture as specified above for at least seven days. C Temperature, wind, and humidity: 1. Cold weather: a. When the mean daily temperature outdoors is less than 40 degrees F, maintain the temperature of the concrete between 50 degrees F and 70 degrees F for the required curing period. b. When necessary, provide proper and adequate heating system capable of maintaining the required heat without injury due to concentration of heat. c. Do not use combustion heaters during the first 24 hours unless precautions are taken to prevent exposure of the concrete to exhaust gases, which contain carbon dioxide. 2. Hot weather: When necessary, provide wind breaks, fog spraying, shading, sprinkling, ponding, or wet covering with a light colored material, applying as quickly as concrete hardening and finishing operations will allow. 3. Rate of temperature change: Keep the temperature of the air immediately adjacent to the concrete during and immediately following the curing period as uniform as possible and not exceeding a change of 5 degrees F in any one hour period, or 50 degrees F in any 24 hour period. D Protection from mechanical injury: 1 During the curing period, protect the concrete from damaging mechanical disturbances such as heavy shock, load stresses, and excessive vibration 2 Protect finished concrete surfaces from damage from construction equipment, materials, and methods, by application of curing procedures, and by rain and running water 3 Do not load self-supporting structures in such a way as to overstress the concrete END OF SECTION 03345 - 3 1108-028 SECTION 04200 UNIT MASONRY PART 1 - GENERAL 1.1 DESCRIPTION A Work Included: Provide masonry units of size indicated and in special shapes for applications where forms, size or finish cannot be produced from standard shapes. B Related Work: 1. Documents affecting work of this section include, but are not necessarily limited to, General Conditions, Supplemental Conditions, and Sections in Division 1 of these Specifications 1.2 QUALITY ASSURANCE A Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. Comply with pertinent provisions of the following, except as may be modified herein. 1. Recommendations of the Brick Institute of America(BIA) 2. Recommendations of the National Concrete Masonry Association (NCMA). 3. Building Code Requirements for Concrete Masonry Structures ACI 531-79 (Revised 1983). 4. Specifications for Masonry Structures ACI 530.1-88. C Tests: 1. The Architect may require materials to be subjected to tests to determine their quality whenever there is reason to believe that a material is not of acceptable quality. The costs of such tests shall be assumed by The Contractor. 2. Tests of materials shall be conducted in accordance with the Standard Specifications of The American Society for Testing Materials. 1.3 SUBMITTALS A Comply with pertinent provisions of Section 01340. Product Data: Within 15 calendar days after the contractor has received the owners notice to proceed, submit: Product data for masonry units, cementitious products for mortar and grout, and masonry accessories 1 4 PRODUCT HANDLING A Comply with pertinent provisions of Section 01640. B Deliver masonry materials, other than bulk materials to project site in manufacturing unopened containers, bundles, pallets, or other standard packaging devices. All materials should be fully identified with name, type, grade, color and size and size 04200-1 1108-028 C. All masonry materials shall be stored on platforms and protected from weather, soiling and damage. PART2- PRODUCTS 2.1 CONCRETE BLOCKS A. General: 1. Concrete blocks shall be made of Portland cement, water, and approved aggregates. The materials shall conform to the requirements for the materials of this section. 2. Concrete blocks used for fire -resistive walls rated two -hours or more or used for load bearing shall have a shell thickness of one and one-fourth inches, a minimum web thickness of one inch, and shall have a net cross-sectional area not less than 50 percent of the gross cross section. 3. Concrete blocks for other purposes shall have a wall and web thickness of not less than three -fourths inch. 4. Where masonry walls are required by the plans to be eight inches in thickness, hollow concrete blocks units may be 7 5/8" X 7 5/8" X 15 5/8" modular dimension with corresponding widths for tie columns and tie beams, and structural beams and columns unless otherwise notes in the plans. 5. Provide half units, bond beam units, corner units, lintels jambs, sashes headers and other shapes necessary to properly complete the work. 6. Provide square edge blocks unless otherwise indicated on drawings. 7. Units intended to serve as a base for plaster or stucco shall have sufficiently rough surface to allow a good bond. 8. Exposed units shall have a finished textured surface with sharp straight joints and without surface or edge defects. B. Quality: Standard units of hollow concrete block shall conform to the Standard Specification for Hollow Load -Bearing concrete Masonry Units. ASTM C90-75, except that the maximum moisture content shall not exceed 50 percent of the total absorption. 2.2 PLAIN CONCRETE A. Plain concrete is concrete cast in place and not reinforced, or reinforced only for shrinkage or change of temperature. Plain concrete shall be mixed, placed, and cured as specified for concrete elsewhere. The minimum strength of regular concrete shall be not less than 2000 psi in 28 days. Light weight concrete shall not be used. 2.3 MORTAR MATERIALS AND MIXES A General: Except as otherwise noted herein, all mortars and the materials therein shall conform to the Standard Specifications for Mortar of Masonry Units, ASTM C270-73 1 The gradation of aggregates for masonry mortar shall be such that the fineness modulus is between 1.2 and 2.35 when determined in accordance with the Standard Specifications for Aggregate for Masonry Mortar, ASTM C144-76 2. Aggregates shall be quarried or washed in fresh water and shall contain not more than one -twentieth of one percent salt by weight. 04200-2 1108-028 B. Mortar: 1. Mortar used to bond masonry shall be of Type M, and shall comply with either the property specifications set forth below or the proportion specifications of ASTM C270-73. MORTAR STRENGTH PROPERTY SPECIFICATION Type M Minimum Average Strength, psi 2500 1800 2. The type of mortar based on consideration of the location of the unit masonry construction shall be as follows: Type of Mortar Below grade foundations and walls M Retaining walls M Fire resistive walls rated 2 hours or more M or S Exterior walls and load -bearing walls M or S Piers less than 32 inches wide M or S Mortar or grout under concentration M Fences M or S 3. All hollow unit masonry, other than shear walls, shall be laid with full mortar coverage of the face shells in both horizontal and vertical joints, except the first course of masonry on foundations shall be laid in full bedded mortar 2.4 OTHER MATERIALS A Control Joint Filler: Extruded rubber, ASTM D2000-90, Type R, Shore A, Durometer 80 when tested to ASTM D2240-81, size and shape as indicated. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected 3 2 ENVIRONMENTAL CONDITIONS A Do not place masonry units when air temperature is below 40 degrees F B Protect masonry construction from direct exposure to wind and sun when erected in ambient air temperature of 99 degrees F in the shade, with relative humidity less than 50% 04200-3 1108-028 3.3 INSTALLATION A. General: 1. Do not commence installation of the work of this Section until horizontal and vertical alignment of foundation is within 1" of plumb and the lines shown on the Drawings. 2. Lay only dry masonry units. 3. Use masonry saws to cut and fit masonry units. 4. Set units plumb, true to line, and with level courses accurately spaced. 5. Clean the top surface of foundation free from dirt, debris, and laitance, and expose the aggregate prior to start of installing first course. 6 Accurately fit the units to plumbing, ducts, openings, and other interfaces, neatly patching all holes. 7. Keep the walls continually clean, preventing grout and mortar stains. If grout does run over, clean immediately. B. Unless otherwise shown on the Drawings, provide running bond with vertical joints located at center of masonry units in the alternate course below. C. Do not use chipped or broken units. If such units are discovered in the finished wall, the Architect may require their immediate removal and replacement with new units at no additional cost to the Owner. D. Laying up: 1. Place units in mortar with full shoved bed and head joints. 2. Align vertical cells of hollow units to maintain a clear and unobstructed system of flues. 3. Hold racking to an absolute minimum. 4. Layout walls in advance for accurate spacing of bond patterns with uniform joint width, and to properly locate opening, movement type joints, returns and offsets. E. Reinforcement: 1. Duro -Wal (STD) Side #9 Cross #9 2. Provide required metal accessories to ensure adequate alignment of steel during grout filling operations. 3. Provide joint reinforcing at 8" masonry walls in every second course and in first mortar joint above and below each window and door opening. Extend reinforcing to the face of concrete columns or block walls already existing and 6" into concrete poured after block is in place. Lap splices in joint reinforcing a minimum of 6". F. Tooling: 1. Tool joints to a dense, smooth surface. 2. Unless otherwise shown on the Drawings, provide joints of "concave" pattern throughout Horizontal and vertical joints shall be a minimum of three -eighths of an inch in thickness, and a maximum of five -eighths of an inch in thickness. H. Adjustments: Remove masonry units disturbed after laying. Clean and relay in fresh mortar. Stopping Work: 1. Stop masonry work by racking back 1/2 masonry unit length in each course - do not 04200-4 1108-028 tooth. 2. Stop grout pours 4 inches in back of rack at ends and as specified at top of pours. 3. Prior to resealing masonry work, remove loose units and unbonded mortar, clean exposed surfaces of set masonry and, if specified to be wetted, wet units lightly. J Built -In -Work: 1. Build in items specified under this and other Sections of these Specifications as Work progresses. 2. Fill in solidly with masonry around built -in -items. 3. Fill space between hollow metal frames and masonry solidly with mortar clean exposed surfaces of set masonry and, if specified to be wetted, wet units lightly. 3.4 EXTERIOR WALLS A Tte Columns. 1 Concrete tie columns shall be required in exterior walls of unit masonry. Concrete tie columns shall be required at all corners, at intervals not to exceed 18 feet center -to -center of columns, adjacent to any corner opening exceeding four feet in width, adjacent to any wall opening exceeding eight feet in width, and at the ends of free-standing walls exceeding two feet in length, unless otherwise noted. Tie columns shall be required where indicated in the plans. 2. Tie columns shall not be less than 12 inches in width and not less in thickness than the wall nor less than a nominal eight inches. Corner tie columns shall not be less than 12 inches in width on each wall and not less in thickness than the wall nor less than a nominal eight inches. 3. Tie columns shall be reinforced with not less than 4-#5 vertical bars for 8" X 12" columns nor less reinforcing steel than 0.01 of the cross-sectional area for columns of other dimensions, nor less in size, dimension, and reinforcing than indicated on the plans. Vertical reinforcing shall be doweled from the structure below and splices shall be lapped a minimum of 18 inches or lapped 36 bar diameters, whichever is greater or as otherwise noted. Columns shall be tied with #2 hoops spaced not more than 12 inches apart, or as indicated in the column schedule. 4 Concrete columns in load -bearing walls shall be poured only after masonry units are in place. Where masonry walls of skeleton frame has been erected, adequate anchorage shall be provided as detailed by the Architect. B. Tie Beams: 1. A tie beam of reinforced concrete shall be placed in all walls of unit masonry, at each floor level, and at such intermediate levels as may be required to limit the vertical heights of the masonry units to 16 feet, unless otherwise noted Tie beams shall be required where indicated in the plans. 2 A tie beam shall not be less in dimension or reinforcing than required in plans nor less than 12 inches, and shall be reinforced with not less than four #5 reinforcing bars placed two at the top and two at the bottom of the beams, or the reinforcement indicated in the plans and schedules 3 The tie beam shall be continuous. Continuity of the reinforcing in straight runs shall be provided by lapping splices not less than 18 inches, 30 bar diameters, or as indicated on the plans. Continuity shall be provided at corners by bending two bars from each direction around the corner 18 inches, 30 bar diameters, or as indicated in the plans or by adding bars with equivalent lap lengths which extend each way from 04200-5 1108-028 the corner. Continuity at columns shall be provided by continuing horizontal reinforcement through columns or by bending horizontal reinforcing in the columns a distance of 18 inches or as indicated in the plans. 4. Changes in the level of tie beams shall be made at columns. 5. The concrete in tie beams shall be placed to bond the masonry units immediately below and shall not be separated therefrom by wood, felt, or any other material which may prevent the cells from filling with concrete, provided that the material is no wider than the width of the cells and is depressed to prevent displacement. C. Chases, Recesses And Openings: 1. Unit masonry walls required to be a minimum of 8 inches thick, such as exterior walls, fire walls, and bearing walls, may be chased or recessed with the approval of the Architect. Chases and recesses shall not be deeper than one-half the wall thickness for an area not exceeding eight square feet, the horizontal dimension of the chase or recess shall not exceed four feet, and the change shall not reduce the dimensions of beams and tie columns to less than herein required. 2. Openings shall have lintels of reinforced concrete. Where such lintel is precast or formed separately from a tie beam, it shall bear not less than 8 inches on the masonry at each end. Where such lintel is formed integrally with the tie beam by deepening the tie beam above the opening and the tie beam itself is capable of safety supporting all loads, the beam may span up to 8 feet in length and may be deepened not more than 8 inches without additional reinforcing. Where the beam is deepened in excess of eight inches with a span less than six feet in length, and the tie beam itself is capable of supporting all loads, the dropped portion shall contain a #5 horizontal bar at the bottom, bent up at each end and fastened to the upper tie beam steel, or two #4 horizontal bars. The dropped portion shall bear at least eight inches on the masonry at each end. Where the span is in excess of six feet, the principal beam reinforcing shall be at the bottom of the beam. 3.5 GROUTING A. Perform grouting in strict accordance with the provisions of the governing building code. 1. Solidly fill vertical cells containing reinforcement. 2. Consolidate grout at time of pour by puddling with a mechanical vibrator, filling all cells of the masonry, and then reconsolidating later by puddling before the plasticity is lost. 3.6 CLEANING A. Inspection and adjustment: 1. Upon completion of the work of this Section, make a thorough inspection of installed masonry and verify that units have been installed in accordance with the provisions of this Section 2. Make necessary adjustments. B. Clean surfaces of masonry as required for proper application of the specified finishes. 3.7 REPAIR, PAINTING AND CLEANING Inspection and adjustment: 04200-6 1108-028 1. Upon completion of the work of this Section make a thorough inspection of installed masonry and verify that units have been installed in accordance with the provisions of this Section. 2. Make necessary adjustments. B. Clean Surfaces of masonry as required for proper application of the specified finishes. C. Remove and replace masonry units loose, chipped, broken stained or otherwise damaged or if units do not match adjoining units as intended. D. Provide new units to match adjoining units and install in fresh mortar and grout pointed to eliminate evidence of replacement. E. During tooling of joints, enlarge any voids or holes, except weep holes, and completely fill with mortar. F. Point up all joints at corners, opening and adjacent work to provide a neat, uniform appearance, properly prepared for application of caulking or sealant compounds. G Patch masonry where core bored samples have been taken so as to match adjacent in strength and appearance. H Cleaning Exposed Masonry Surfaces: Wipe off excess mortar as work progresses. Dry brush at end of each days work. J. Protect masonry from damage and soiling during subsequent building operations. END OF SECTION 04200-7 1108-028 SECTION 05500 METAL FABRICATIONS PART 1 - GENERAL 1.1 DESCRIPTION A. Work included: Provide miscellaneous metal work shown on the Drawings, as specified herein, and as needed for a complete and proper installation, including the following: 1. Metal gates. 2. Tubular fencing. B Related work. 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications 1.2 QUALITY ASSURANCE A Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Perform shop and/or field welding required in connection with the work of this Section in strict accordance with pertinent recommendations of the American Welding Society. 1.3 SUBMITTALS A. Comply with pertinent provisions of Section 01340. B. Product data: Within 15 calendar days after the Contractor has received the Owner's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; 3. Shop Drawings in sufficient detail to show fabrication, installation, anchorage, and interface of the work of this Section with the work of adjacent trades; 4. Manufacturer's recommended installation procedures which, when approved by the Architect, will become the basis for accepting or rejecting actual installation procedures used on the Work. PART 2 - PRODUCTS 2 1 MATERIALS A. In fabricating items which will be exposed to view, limit materials to those which are free from surface blemishes, pitting, rolled trade names, and roughness B Comply with following standards, as pertinent. 1. Steel plates, shapes, and bars: ASTM A36; 2. Steel plates to be bent or cold -formed: ASTM A283, grade C; 05500-1 1108-028 3. Steel tubing (hot -formed, welded, or seamless): ASTM A501; 4. Steel bars and bar -size shapes: ASTM A306, grade 65, or ASTM A36; 5. Cold -finished steel bars: ASTM A108; 6. Cold -rolled carbon steel sheets: ASTM A336; 7. Galvanized carbon steel sheets: ASTM A526, with G90 zinc coating in accordance with ASTM A525; 8. Stainless steel sheets: AISI type 302 or 304, 24 gauge, with number 4 finish; 9. Gray iron castings: ASTM A48, class 10; 10. Malleable iron castings: ASTM A47; 11. Steel pipe: ASTM A53, grade A, schedule 40, black finish unless otherwise noted; 12. Concrete inserts: a. Threaded or wedge type galvanized ferrous castings of malleable iron complying with ASTM A27; b. Provide required bolts, shims, and washers, hotdip galvanized in accordance with ASTM A153. 2.2 FASTENERS A. General: 1. For exterior use and where built into exterior walls, provide zinc -coated fasteners. 2. Provide fasteners of type, grade, and class required for the particular use. B. Comply with following standards as pertinent. 1. Bolts and nuts: Provide hexagon -head regular type complying with ASTM A307, grade A; 2. Lag bolts: Provide square -head type complying with Fed Spec FF-B-561; 3. Machine screws: Provide cadmium plated steel type complying with Fed Spec FF-S-111; 4. Washers: a. Plain washers: Comply with Fed Spec FF-W-92, round, carbon steel; b. Lock washers: Comply with Fed Spec FF-W-84, helical spring type carbon steel; 5. Toggle bolts: Provide type, class, and style needed but complying with Fed Spec FF-B-588; 6. Anchorage devices: Provide expansion shield complying with Fed Spec FF-S-325. 2.3 OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Architect. 2.4 SHOP PAINT A. Primer. Use "10-99 Tnemec Primer" or "Rustoleum Number 5769 Primer " B For repair of galvanizing, use a high zinc -dust content paint complying with MIL -P-21035. 2.5 FABRICATION A. Except as otherwise shown on the Drawings or the approved Shop Drawings, use materials of size, thickness, and type required to produce reasonable strength and durability in the 05500-2 1108-028 work of this Section. B. Fabricate with accurate angles and surfaces which are true to the required lines and levels, grinding exposed welds smooth and flush, forming exposed connections with hairline joints,and using concealed fasteners wherever possible. C. Prior to shop painting or priming, properly clean metal surfaces as required for the applied finish and for the proposed use of the item. D. On surfaces inaccessible after assembly or erection, apply two coats of the specified primer. Change color of second coat to distinguish it from the first. PART 3 - EXECUTION 3 1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.2 COORDINATION A Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. 3.3 INSTALLATION A General: 1. Set work accurately into position, plumb, level, true, and free from rack. 2. Anchor firmly into position. 3. Where field welding is required, comply with AWS recommended procedures of manual -shielded metal -arc welding for appearance and quality of weld and for methods to be used in correcting welding work. 4. Grind exposed welds smooth, and touchup shop prime coats. 5. Do not cut, weld, or abrade surfaces which have been hot -dip galvanized after fabrication and which are intended for bolted or screwed field connections B. Immediately after erection, clean the field welds, bolted connections, and abraded areas of shop priming. Paint the exposed areas with same material used for shop priming END OF SECTION 05500-3 1108-028 SECTION 09201 STUCCO PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification sections, apply to the work specified in this Section 1.2 DESCRIPTION OF WORK A Furnish all labor, materials, equipment and accessories for the complete installation of Portland cement stucco work as indicated on the drawings and specified herein 1.3 RELATED WORK DESCRIBED IN OTHER SECTIONS A Unit Masonry - Section 04200 B Cast -in -Place Concrete - Section 03300. C. Carpentry - Section 06100 D Painting - Section 09900. 1.4 QUALITY ASSURANCE A. American Society for Testing and Materials. 1. ASTM C 150-86 AStandard Specification for Portland Cement=. 2. ASTM C 91-89 AStandard Specification for Masonry Cement-. 3. ASTM C 144-87 AStandard Specification for Aggregate for Masonry Mortar=. B. American National Standard Institute 1 ANSI A 42.2 and A 42.3 APortland Cement Plastering Standards-, C. Portland, Cement Association Plaster's manual D. Allowable Tolerances: For flat surfaces, do not exceed 1/4" in 8'-0" for bow or warp of surface, and for plumb or level 1.5 PRODUCT HANDLING A Delivery and Storage of Materials. Except for sand and water, deliver materials to the site in sealed containers or bags fully identified with manufacturer's name, brand, type and grade Store materials in a dry, well ventilated space, under cover off the ground 1 6 JOB CONDITIONS A Contractor must examine surfaces to receive Portland cement stucco, including grounds and other accessories which act as grounds or screeds. Do not proceed with the work until 09201-1 1108-028 unsatisfactory conditions have been corrected. B. Warm Weather Requirements: Protect stucco against uneven and excessive evaporation and from strong flows of dry air both natural and artificial. Apply and cure stucco as required by climatic and job conditions to prevent dry -out during cure period. Provide suitable coverings, moist during, barriers to deflect sunlight and wind, or combinations of these, as required. C. Protect contiguous work from soiling, spattering, moisture deterioration and other harmful effects which might result from plastering. 1.7 SUBMITTALS A. Submit properly identified manufacturer's literature including material specifications printed mixing and application directions and other data as may be required to show compliance with the specifications. B. Sample panel: Prior to application of stucco provide sample mock-up panel of each system specified using materials specified for final work. Build sample panels at the site of full thickness and approximately four (4) feet by four (4) feet. Demonstrate the proposed range of texture and workmanship to be expected in the completed work. Obtain Architect's approval of visual qualities of the sample panels before starting work. Retain sample panels during construction as a standard for judging completed plaster work. Do not alter, move or destroy sample panels until work is completed. Approved sample panel may become a part of the work. C. Samples: Submit for approval twelve (12) inch long samples of channels, lath, hangers, tie wires, reveals, expansion joints and miscellaneous accessories. PART 2 PRODUCTS 2.1 STUCCOING MATERIALS A. General: Except as otherwise indicated, provide standard products recommended by the manufacturer for the application indicated, complying with ANSI A42.2, and provide either neat or ready -mixed (where available) at Installer's option. B. Scratch -Coat and Brown -Coat Lime: ASTM C 206, special finishing hydrated lime, known as type S. C. Scratch -Coat and Brown -Coat Aggregate: Sand ANSI A42.2. 2.2 PORTLAND CEMENT STUCCO MIXES A. Bonding Compound: In accord with ASTM C 631 for concrete surfaces B Portland Cement. In accord with ASTM C150, Type I. C. Masonry Cement: In accord with ASTM C 91. D. Aggregate: In accord with ASTM C 144; clean, washed sand free from salt and foreign materials. 09201-2 1108-028 E Water: Clean and potable. F Waterproofing admixture for stucco. 1. Acryl 60 by Thoroseal. 2. AA -H Stearate Admix manufactured by Anti -Hydro Company. 3. AHydrotite manufactured by W.R. Grace Company. 4. AAquapel manufactured by Protex Industries, Inc. G. Bonding agent. 1 Thorobond manufactured by Thoroseal 2. APlasterweld manufactured by Larson Corporation. 3. ABondrite Liquid manufactured by Lambert Corporation. 4. AChemweld manufactured by Florida Laboratories. 2.3 MATERIALS PROPORTIONS A Two (2) coat work 1. First Coat: One (1) part Portland Cement; two (2) parts masonry cement, two and one fourth (2-1./4) to four (4) parts sand. 2 Second coat: One (1) part Portland cement; two (2) parts masonry cement; three (3) to five (5) parts sand B. Three (3) coat work. 1 Scratch coat: One (1) part Portland cement; two (2) parts masonry cement; two and one half (2-1/2) to four (4) parts sand. 2. Brown coat: One (1) part Portland cement; two (2) parts masonry cement, three (3) to five (5) parts sand 3 Finish coat (for manually applied finish)= one (1) part Portland cement; two (2) parts masonry cement; three (3) parts sand. C. Add admixture to stucco in quantities in accord with manufacturer's published instructions. D At all horizontal stucco application on building, add one part acryl 60 waterproofing admixture to 3 parts water in mix. 2.4 METAL LATHING MATERIALS A Expanded Metal Lath: Expanded diamond mesh cut from steel in accord with Federal Specifications QQ-L-101C-1972, weighing three point six (3 6) pounds per square yard. B Self -furring Lath Expanded diamond mesh with one-fourth (1/4) inch dimple, weighing three point four (3 4) pounds per square yard C Backing Where lath is indicated to have backing, and where backing is required for machine application of plaster, provide lath with factory -applied backing of moisture -resistant paper D Hardware Cloth: One-fourth (1/4) inch galvanized woven wire mesh. 2 4 METAL PLASTERING ACCESSORIES AND REINFORCEMENT A General. Coordinate depth of accessory with thickness of / and number of coats of plaster to be 09201-3 1108-028 applied. The products listed below are as manufactured by Fry Reglet Corporation. All stucco accessories shall be aluminum architectural molding, Alloy 6063 T5 with clear anodized finish. Equal products may be submitted for approval. B. Casing Beads: as manufactured by Fry Reglet all PVC. C. Corner Beads: as manufactured by Fry Reglet all PVC. D. Channel Screeds and Control Screeds: PCS-75-100, PCS-75-200, PCS-75-600, PCS-75-150. All clear anodized aluminum finish. All AL intersections, At intersection, AT intersection. E. Additional moldings of same serves as indicated on drawings and for completion of a first class stucco job. Outside corners, and inside corners shall be factory fabricated heliarc welded and sealed: Provide factory fabricated end caps where required with screed keys. F. Concrete nails: In accord with Federal Specification FF-N-105B (3) galvanized. G. Common Nails: In accord with Federal Specification FF-N-105B (3) 1974 galvanized. H. Finish: Unless otherwise specified, all components for exterior application to be galvanized in accord with ASTM A123-73. 2.5 MISCELLANEOUS MATERIALS Asphalt Saturated Felt: ASTM D 226, 15 Ib. type non -perforated. PART 3 EXECUTION 3.1 SURFACE PREPARATION A. Concrete Surfaces: Mechanically roughen excessively smooth concrete, clean off dust, loose particles, form oils and other foreign matters. Apply bonding agent in accord with manufacturer's published directions. B. Masonry: Dampen excessively dry surfaces for proper adhesion. 3.2 EXTERIOR STUCCO APPLICATION A. Two (2) coat work (on masonry): Apply two (2) coat stucco to concrete and masonry areas; total thickness, three -fourths (3/4) inch. B. Three (3) coat work (on lath): Apply three (3) coat stucco to metal lath; total three-four (3/4) inch 3.3 WORKMANSHIP REQUIREMENTS A Avoid use of excessive water. Do not retemper plaster. Dampen bases, if required for proper suction. Do not saturate bases and do not apply stucco until visible surface water disappears. B. Damp cure each coat for forty-eight (48) hours using a fine fog water spray. 09201-4 1108-028 C. Dampen previous coats which have dried -out prior to time for application of next year. Determine the most effective procedure for curing and time lapse between application of coats based on climatic and job conditions. D. Run drip grooves in stucco. Provide run drip grooves in exterior doorway heads and exterior window heads. E. Stucco which is excessively cracked or crazed will not be accepted. Remove and replace unacceptable stucco including base materials as damaged. F Provide expansion joints as detailed. G Metal Lath (Where Applicable): 1. Suspended Soffits: Attach lath to the supporting members with long dimension across members with tie wire at six (6) inches on center maximum. Framing members shall be as shown on drawings or as a minimum supporting members shall be 3-5/8" vaniseal steel studs 20 gauge placed at 24" on center with vertical studs at 48" on center secured to concrete structure above, and diagonal bracing as required. Lap sides of lath one (1) inch minimum and tie between at nine (9) inches on center maximum Lap ends one (1) inch minimum and when occurring between members, continuously lace with tie wire Stop when occurring between members, continuously lace with tie wire Stop lath at butting masonry. 2. Self -furring Metal Lath: Place continuously over back-up where required. Lap ends and nail with case hardened stub nails at the rate of one (1) per square foot. Wire tie trim to lath or nail to substrate at six (6) inches on center. H Hardware Cloth 1. Apply hardware cloth over concrete and masonry faces where joints occur to prevent cracks in cement plaster, lapping joints a minimum of six (6) inches and nail six (6) inches on center maximum using galvanized concrete stub nails. Molding Installation: 1. Building paper shall be placed behind all moldings prior to attachment. Skin coat stucco shall be installed to provide a smooth, uniform, level, thru, in plane surfaces for application of moldings if required. Molding shall be installed in full ten foot lengths wherever possible and securely attached to substrate using screws or other approved methods. When solid flange moldings are installed, the stucco netting shall be cut and wire placed over the flange before the molding is fastened to the substrate. When installing moldings horizontally, additional building paper shall be placed over the upper nailing flange. All joints and mitered corners shall be cut accurately and sealed. 2 When appropriate, tape shall be used to protect the reveal from excess wet plaster or other substances during installation If field applied tape is used, the tape and excess plaster shall be removed from the moldings immediately to prevent permanent stains on the molding 3 Casing Beads Install casing beads at perimeters of soffits and where stucco abutts other materials. Secure casing beads to metal lath with No 16 wire at six (6) inches on center minimum. Secure casing beads to masonry with galvanized concrete stub nails at eight (8) inches on center. 4. Corner Beads: Corner beads where indicated per manufacture's recommendations. 5. W -Type Control Joints: Install W -Type control joints where indicated. 6. Expansion Joints. 09201-5 1108-028 a. Install as per manufacturer's recommendation. b. Maximum horizontal spacing shall be 10'-0" with a maximum 2:3 panel size. 7. Set accessories plumb, level and true to line, with a tolerance of 1/8" in 10'-0". 3.4 APPLICATION TO METAL LATH A. Apply scratch coat with sufficient pressure to key well into lath. Trowel after initial set and scratch to roughen surface. B. Apply brown coat after scratch coat has set firm and hard and has been straightened to a true surface without the use of additional water. Leave rough to receive finish coat. C. Dampen brown coat evenly prior to application of finish coat. Apply finish coat and bring finish coat to a true, even surface finished as applied on approved sample panel. 3.5 FINISHES A. Smooth Finish as approved on sample panel. 3.6 CUTTING AND PATCHING A. Cut, patch, point -up and repair plaster as necessary to accommodate other work and to restore cracks, dents and imperfections. Repair or replace work to dents and imperfections. Repair or replace work to eliminate blisters, buckles, excessive crazing and check cracking, dry -outs, efflorescence, sweat -outs and similar defects, including areas of the work which do not comply with specified tolerances, and where bond to the substrate has failed. B. Sand smooth -troweled finished lightly to remove trowel marks and arises. 3.7 CLEANING AND PROTECTION A. Remove temporary protection and enclosures of other work. Promptly remove plaster from door frames, windows, and other surfaces which are not to be plastered. Repair floors, walls and other surfaces which have been stained, marred or otherwise damaged during the plastering work. When plastering work is completed, remove unused materials, containers and equipment and clean floor of plaster debris. B. Installed shall advise the Contractor of requirements for the protection of plaster from deterioration and damage during the remainder of the construction period. END OF SECTION 09201-6 1108-028 SECTION 09900 PAINTING PART 1 - GENERAL 1.1 DESCRIPTION A. Furnish painting as indicated on Drawings and specified in this Section. B. Related Requirements Specified Elsewhere: 1 Section 05500, Metal Fabrications. 2. Section 09201, Stucco. 1 2 SUBMITTALS A. Provide submittals to form defined in Section 01340, Shop Drawings, Product Data, and Samples. 1. Manufacturer's Data. 2. Colors as selected and approved for exposed interior and exterior surfaces. B. Actual samples of each wood used with appropriate stain applied to be approved by Architect prior to application. 1 3 PRODUCT DELIVERY, STORAGE AND PROTECTION A Handling: 1 Do not paint when air is dust -laden or when weather and temperature conditions are unsuitable. 2. Do not paint exterior surfaces in damp or rainy weather. 3. Comply with manufacturer's recommendation with respect to application and drying period temperatures and application conditions. B Fire Protection: 1 Place materials which might constitute a fire hazard into metal containers. 2. Remove from premises at close of each days work. 3. Take every precaution to avoid damage by fire. C. Surface Protection. 1. Provide suitable coverings to protect surfaces not requiring painting. D Accessories: 1 Remove or protect items which are not to be painted and which were placed prior to painting. 2 Reposition or remove protection upon completion of each space. PART 2 - PRODUCTS 2.1 MATERIALS A For purposes of designating a type and quality of work in this Section, Drawings and 09900-1 1108-028 Specifications are based on products of indicated manufacturer. Equal products of other manufacturers may be used upon receipt of approval from Architect. B. Metal Primer: Conform to SSPC PA1-64. 1. Uncoated Steel: a. Alkyd metal primer, fast drying, lead free, rust inhibitive for interior and exterior surfaces. b. Coating Thickness: 1 coat at 3.0 mils DFT/coat. c. Color: d. Acceptable Manufacturer: Tower Paint, Devoe Glidden, Pittsburgh, Pratt & Lambert, Sherwin Williams. 2. Galvanized Metal / Aluminum: a. Two component, lead free formation with vinyl epoxy vehicle and rust inhibitive zinc chromate pigment. b. Coating Thickness: 800 sq. Ft. per gal. at 5 mils wet, 0.3 mils dry. c. Acceptable Manufacturer: Tower Paint, Devoe, Glidden, Pittsburgh, Pratt & Lambert, Sherwin Williams. C. Undercoats, Fillers, and Primers - Non -Metallic Substrates: 1. Block Filler -Surfacer: a. High solids, pigmented block filler. b. Coating Thickness: 75-175 sq. Ft. per gal. c. Color: Add tint as required and selected with slight difference to distinguish from finish coat. d. Acceptable Manufacturer: Tower Paint, Devoe, Glidden, Pittsburgh, Pratt & Lambert, Sherwin Williams. 2. Stucco: a. Alkali resistant acrylic primer sealer. b. Coating Thickness: 3.1 mil d.f.t. c. Acceptable Manufacturer: Tower Paint, Devoe, Glidden, Pittsburgh, Pratt & Lambert, Sherwin Williams. D. Finish Paints: 1. Metal: Apply to doors, structural connections, and miscellaneous metals a. Oil alkyd enamel. b. Coating Thickness: 6.5 mils wet per coat and 3.0 mils dry per coat. c. Color: As selected by Architect. d. Acceptable Manufacturer: Tower Paint, Devoe, Glidden, Pittsburgh, Pratt & Lambert, Sherwin Williams. 2. Stucco: a. Acrylic latex house paint. b Coating — 2 coats each 1.3 m.d.f t c Color as selected. d Acceptable manufacturer: Tower Paint, Devoe, Glidden, Pittsburgh, Pratt & Lambert, Sherwin Williams E. Woodwork: 1. Woodwork: Complay with manufacturer's instructions for surface preparation. a. One coat primer / 2 coats paint. 09900-2 1108-028 b. Coats: two. c. Color to be selected. d. Acceptable manufacturer: Tower Paint, Devoe, Glidden, Pittsburgh, Pratt & Lambert, Sherwin Williams. 2.2 APPLICATION A. Unfinished Steel: 1 First Coat One coat alkyd metal primer. 2 Finish Coat. Two coats oil alkyd enamel. B. Galvanized Metal / Aluminum 1. First Coat: One coat of two component metal primer. 2. Finish Coat: Two coats oil alkyd enamel. C. Stucco: 1 First Coat: One coat masonry condition. 2 Finish Coat: Two coats acrylic latex flat exterior finish D Wood: 1. First Coat: one coat of wood primer. 2. Finish coats: acrylic latex flat exterior paint. PART 3 - EXECUTION 3.1 CONDITION OF SURFACE A. Examine substrates, adjoining construction, and conditions under which work is to be installed. B. Do not proceed with work until satisfactory conditions have been corrected. 3.2 PREPARATION A. General: 1 Prepare surfaces to receive paint; thoroughly clean off substances that may interfere with proper adhesion of paint or stain. 2. Fill dents, cracks, hollow places, open joints, and other irregularities with filler suitable for purpose and, after setting, sand to smooth finish. 3. Prime surfaces not more than 8 hours after cleaning. B Metals: 1 Clean bare metal surfaces of foreign matter such as mortar, plaster, grease, rust, scale, and dirt before priming coat is applied. 2 Remove grease and oil with cleaner manufactured for purpose. C Wood 1 Wood surfaces shall be in an approved conditions to receive the finish. Prior to application of paint, knots and resinous wood shall be treated with knot sealer. Sand surfaces to achieve smooth finish. Puttying of cracks and hail holes shall be done after the priming coat has been applied and has dried properly. Sandpapering, when required, shall be done after the undercoats are dry Wood doors and trim 09900-3 1108-028 shall be given the priming coat immediately following delivery to the job site. D. Concrete and Masonry: 1. Concrete and masonry shall be repaired under other, before painting. Dirt, fungus, grease and oil shall be removed by washing with a solution of 2 to 8 ounces of trisodium phosphate per gallon of hot water and then rinsing thoroughly with fresh water. Efflorescence shall be removed from masonry surfaces by scraping, wore brushing and washing with a 5 to 10 percent solution of muriatic acid and then washing thoroughly with fresh water removing all traces of the acid. Concrete slab, masonry wall, and floor shall be pressure cleaned. E. Plaster surfaces, dry clean, and free from girt, loose plaster and surface irregularities before paint is applied. Plaster to be painted shall have a moisture content acceptable for painting. 3.3 CAULKING AND SEALING Applying caulking and sealing specified in Section 07720 prior to painting of stucco, plaster, concrete and masonry. Prime ferrous metals receiving caulking and sealing primed and abrasions to primer touch-up prior to caulking and sealant application. 3.4 APPLICATION AND WORKMANSHIP A. Perform work using experienced, skilled painters in accord with manufacturer=s published directions. Mix and thin paint only as prescribed by the paint manufacturer. B. All materials shall be evenly spread and smoothly flow on with the proper type and sizes of brushes, roller, covers, bucket grids and spray equipment to avoid running, sags, drops, ridges, waves, holidays, brush marks, and bubbles and excessive roller stipple. C. Coverage and hid shall be complete. When color stain, dirt, or undercoats show through final coat of paint, the surface shall be covered by additional coats until the paint film is of uniform finish, color, appearance and coverage, at no additional cost to the Owner. D. Apply paint using brush or rollers or spray. Application methods used shall provide complete coverage, uniform colors, specified thickness, desired sheen and approved texture. Cut -in edges by brush next to trim, abutting items and internal corners. Repaint any surfaces where differences occur in coverage, or where surfaces contain runs, sags, holidays, brush marks, air bubbles or stripples. E. For each coat of paint use slightly different shade than preceding coat to distinguish various coats. F Sand wood surfaces between each coat, dust and apply succeeding coats. G Apply succeeding coats only after paint is thoroughly dry in accord with manufacturer published directions. H. Before painting, remove or provide ample protection of hardware, accessories, plates, and similar items. Replace items when painting is completed. J. At completion of work, touch up and restore field painted finish where damaged prior to 09900-4 1108-028 occupancy. 3.5 CLEANING At the completion of this work, remove from the site all excess materials and debris. Leave entire work in a neat and workmanlike conditions ready for the Owner's inspection. 3.6 Protect all work of this section until completion of project. Repair or replace damaged work at no additional cost to the Owner. END OF SECTION 09900-5 1108-028 PROJECT rvo snEET VILLAGE GREEN TOT LOT ENCLOSURE VILLAGE OF KEY ISCAYNE, FLORIDA INDEX OF SHEETS SHEET NO DESCRIPTION C1 0 018 R0 ANG DEINCLITI11N ' L 01 L1 LL ,_eND.CCAPINC2 FL- I ;.1dC DETA t 51 SIT I10 WALL -,CTLE L PLAN TATE C3TS PROJECT No. 01108-028 .111 ®O N CARBAl10 THOMPON ALMAN LO,T 010 000P alr, MARCH, 2012 CORM CASTELA CARBALLO 1HOMPSON SALMAN, PA ErI0IrF:E s -F_ 01108-028 Cnoo FILE . \01108-o2e CO MAYOR & COLNCIL Franklin Caplan 001 vor M,c0ael F re Iv Vice Moyer IA,chael Davey Ccuncilmember Enrique mber Robert Cuamar nc,lmemoer Herra ',a Lmr+=n Ccuncilmember Jnme=Te, got _ouncilmereber Allege Manager ,ohn 0 Silbert V,Ilege Al ern We,ss Serota Hel man Pasroe,Za Cole & Boreeke P A Veloge C erk Conch,to H Alrcre: Publ,_ Narks E,r_e TPA Dana Sudasass, Bilbao P E nurete N, ci_INEE0. 11G TE3io -aTF Or R��IaF : - • '''ors' * iu — S 0 494 \500 \2"°- --6 6 w ot noa�1� """-- OR ll .�anl GnN, Be Removed \ Exist Curb ToBe Removed B Toe Alum +/J -fl Wee Sett -Lock, Gale Sowcut et Eenae _, 'all, hs so;<i k g Gale 41knore ° rr a'* , \ \ \, , Be Removfd ToBerner, aand� I„Remo,, s �r ,PropJO r gh Ekn1 Loxebn REVISIONS DESCRIPTION 3 DATE APPROVED BY Drano Svdcsaaai P Ib Oo P E No 56926 DATE 4 CORZO CASIEItA CANBAI1O 1H01lP50N MAN, P A - ENGINEERS ARCHITECTS PLANNERS ®r 4eC�s,no-ions Edon DATE 03-22-12 DRAWN DSB DESIGNED D5B CHECKED RC QC RC CADD FILE Sc 1 = 20 (Reese... 1 _ rbl 0 IO 20 40 r' NSIHUGTION NOII Locatyon of faceles shown on ore from eo9ec a Engine �eiyonmSd y for not shown erdy accuracy eves', sl rvcha, I v items nq oc tty;a found to cone, welt fhe proposed c h upon s vPPrvPr avoloon the conBoctor vall frameeleotNy nobly the ewer o Blot afe mv taken to .e the problem Contractor to nobly Wee con by Biscayne one Sunshine Stole One Coll of Ronda Inc ®I -BOO -432-4770 otleast Forty 0401 ) 0ours Pnor to mgEvidence of such police stall be rnSted lo C.31-5pnor to etecovaftng Point Table Raw Desenobon Nerchng Eastinq CL Sang Wall 40607 16 50207 66 16 Sitbno WWI 50120 45 60120 30 24 50223 32 50229 35 Reference Point 50000 00 5000000 49995 07 50223 10 50126. 50125 97 25 50026.07 50145 16 End Cap R., S0037 15 60144 BO 10 Sheing 4999936 50243 99 10 CL BM, Wall SOK. 83 50133 75 CL5411n9 Wan 50006 . 5016313 CI. Soong wan 30007 32 5025750 19 60132 78 50143 67 CL Sknng weg 50M2 46 5017247 50006 14 50261.20 20 End Cap Pinar 50163 92 5014866 43396 32 6019061 5000699 6027496 SdIng Wag 50175, 50159 12 End Cap Pifer 29336 74 5015.63 Point Table Ponta Nave Oesalptlan NOMng Easbng 1< ERIC, Pdlar 5003660 5026049 CL Snmp Wetl 501959, 5018391 51.9a k9 592 50202 34 End Naar 3 72 5012605 23 CI. snang woe 5021005 6013812 - Bented,ne 6-N mac sno 6 home rock baseand 1-1/ Type 5-J asphalt on ceetpectee sub -base 0,040) VILLAGE OF KEY BISCAYNE FLORIDA GEOMETRY & DEMOLITION PLAN VILLAGE GREEN TOT LOT BARRIER ENCLOSURE SHEET NO c1 teKN OooRUAn— / i< o F4 — — c5 24 0 of 54 TT r--u�� - \`' u 0 ��and 3 —gallon rotal Ong, of, = 585 DESCRIPTION 2 3 REVISIONS DATE APPROVED BY D!Ona Sudosossi B,Iboo P E No 56926 DATE IMICORRO CASULA CARBALO 1HCNPSON SA11MAA, P A - ENGINEERS ARCHITECTS PLANNERS ® c DATE 03-22-12 DRAWN D50 DESIGNED 050 CHECKED RC OC RC CADD FILE SHRUB SPACING DIAGRAM Sauce t = 20 0 10 20 SISTAN¢E vA W EN FDR NAM SPEP,IE$SpJNING see PLANTUsr WALL, i)U0B FTYF OF PAVEMENT, bRJ9GE;OF EEO NTS SETTOPnFRbnT BALI_ 1'VI-7 ABOVESURRO7)NOINCT GRAI3E II -i l I —III —I I I I NB PLANj1NGTSENL SHRUB INSTALLATION DETAIL VILLAGE OF KEY BISCAYNE FLORIDA LANDSCAPING PLAN VILLAGE GREEN TOT LOT BARRIER ENCLOSURE SHEET NO Li DSCAPING SPECIFICATIONS ART 1 -GENERAL 1 SCOPE A Cmbachadhall provdeelBaltic, materials, eg,apmenl walenres, gmmsion,and related work netesesry t000mplele the landscape work m with bmilnlentoFthe lmrdeeape plan schedules and those pedRcatdns The mdentof walk Is shown on the drawings ufilrh-are a pan of le donvnent 2 INVESTIGATION OF UTILITIES ,Pdorio'bepinrdrg mirk, ae the Contractor shall be responsible tolo edstng ndergrou131 M.. Check with all utility companies and Sunshine State, cal 1.6130-432-4770) -3 SUBSTITUTIONS Only materials specified 11 beaccepted, unless approved in writing by the )_andsapa Architect In advance 4 PLANTSIZES A All plentszes shall equal or exceed the mm,mumea s as speeded in the laltnet When plant trasare:sped0ed as a ranged size, Installed materials hallaveragelhe mean dtte range specified. Plants shall be measured otiowrig pmnbtg,Aelb branches In nomad positron All necessaryprumngshall be done atibebmaaf plating 1 S PLANT QUALITY A All plant malarial shall be -equal to or better than Fronde No 1 as dass4od rGradesand Standards for Numery Plan1a" by the Division of Plant Industry, ands 130padmen10f(sgnouhure, They shall have a growth habethatis normal iforthe species; boast yo goraus, gee from Insects, disease and injury H The Owner or Lendsrapa Ardutect reserves thenght to refuse any plant erlal which downdmntonn to the Intent of Me -written specifications or asap a CIRCLING, ROOTS FOUND ON CONTAINER -GROWN MATERIALWILL JOT BE AT.'CEPTED UNLESS REMEDIAL ROOT PRUNING, APPROVED BY fHEtANDSCAPEARCHITECTUREISDONEBEFORE PLANTING, PLANT -QUANTITY A. Thapladqua tiller sihownenttheatent estamio be used only amen MALI) traders., in thecaseOldiscrepancy between the plant list and -the -plan the fo010tyto the pten shall evenfdethapam lot 7 UNIT PRICES A Theauc essful Jiddershaltiramehr to lite Owner and the Landscape Ng:ladle puce timekaownior ell meteor. The Omer may, of He tleeia'eoh add to thrdddtelrp,ITh0 materials unarm the uretericabreakdown 1100 te110 end acepted bythhe Owner INSPECTION CERTIFICATES A Fertlbar. The Canbacorahell.subnt tie 1hoAeerand Landscape 117ptdecumenm0drlthat dttterartillrertnedi_arthe project isdt e r_alysespadAed and placedahtberalesspedped n s_ec0m 22 FERTILIZER 19 CLEAN-UPAMAINTENANk'3,t'1F'RAPF(G A FellowpmcadureeIn F1307 Indexg00=ior meinlenance dtraf1odurkg 0..Attheand oOeahwskday this Canbaioreball remove dehtesand dell bmllCailethepn-SInl bdee Inamatmereppropriate in the patrofpndeablans and mbtOrti . DESCRIPTION REVISIONS DATE APPROVED BY C Lponcompiethn dtheworkeranymaJorpordmMHmvodcaasdlrected by the LandsuepeArph$e'uta11 debris and sulplusmeisnetlrom heworkshall be removed frenrthelob1ns, 1 IOMAINTENANCE PRIOR TO LY0-cprANCE A Therenbactor s reepgraibietomebnalnihe plantlngsuntiltmyam arxepied enderiha provisioned 1 11 'ACCEPTANCE" 1 Plants Begin malrttemrne bmreMatelgrtdk0Mg theft. plant Installation operationlorealstplantartleestingsgsllitelftiantinalatiatbrtbecomplarbsiand accepted. Alshitanancestarlitiridedemaagaingeti planta,waa1Eng,mWrhing, !satedeireassabenbokligMenmgiatdmpalrkgaagyssmper'd.b oss, rum. ohdeadal00o rs n .otlr puree ioPrapenoiransdruprigldposraon, restoration of plan} SaumMaYrdathmmab4 santepbratinrs as determined by the LandacapeArdnts'dhn6.ge6d nuraeryprahm. 2 Tud Areas Begin sermtenanceofturYmmediam1y-M o00g The placement of sod and tontitbentnll sod Ihelote1on s mmpteteandectepted Maintenances-hallindude bet WIN Milted to,wateneg; Mating, thawing, weed and pea00001 , lungus and Magee hengetand OW -necessary operations as detefrfoned by the LandscapayuUntectarggood nursery precise 3 Resetting or sbaightenitgibaesandpalms The Contac1prshall reeetactorshaghten trees -and palms as required at re additional cost to Me Ovvnerunless caused by sus tinednMMspf 75mptror more Then, the cosfsefie:o h peratoreimay !sachegad tether/Weer. Reset tees wdthin 4g haus, 1 11 OPERATIONS -FOR ACCEPTANCE A. Inspection: napecomofthe work, td determine -completion ot_coniractuork, exclusweief ibe'posahhbreplacementofplanloo 31 turf, whll be made by to Landscape Architectietlheconcludon of the maiotenarmerpenod,.Wrltlen notice requesbngsuh an Inspection and submitted bylhe'Conbecorat least tan (10) dayspnorto toes lopalad date 112 GUARANTEE A Guarantee all shrubs,for ninety (90)axxeecrtve monderdaye (CCD) from the date of acceptance, Gbathme TWA* and Pehrhefm aherlod ohms year CCD Guamntageltill LVratersCq,IRYrl Ilia rialto, wdlteh acceptance P10 material Midriff on thae9anrdadhaduled to hamlep1Cd Isnotgoyemdby Ile guarantee except In the "rase of Contracor'snegligene.s .wskihat has beendone m 1n3 51010oan-Ilke ranee. The Contractor a r01 amble for loss lee te10001TBpd, prat.) euamoedwyitl6vNb nigh c+mom, 7bdde, frost Ikghbling,'vandahfnplV 13fL 113REPLACEMENT A Realae.164sstall bemade duritgl a guarantee periodas 909001 0ytho L.anderap -M3131edi0 g17n 2 weeks ham dmewhofifi®Eon. AtMeted of the guarantee period, Inspection WI be made by the Lbdlecape#rrihllaet. upon written nobsr quastigmdrinepeelluLandmpnilledIvthe Contractor at leadflve (5) days 000001he aidcpe137 dale Rernhetramteelteall plants [Were dead ulna slated- by1M Landa®pe4rdllled Replpmytaselmgspy PlantisTitistitilti duetp the Conbarlersneg1genm.ae a ne,ae oorwflures perpg 1. Malerlaraand Dpaetloro. Al laplatemeobpbdsshal be dive sane klyd and arses Inthcated rahtfe'plgntBat 7hesesst odorahat anpplyand pant '10 piante. sped -et( under plenty operatWs 2. Castel ReptammenN: As unPtgdatttecn0a<traestlnmted metal prtsNH¢replacernehD MdudnhyldatedeltadiehW walla relamedbythe Ownapratpold kelselitiongaelorsdbirell repamnants have beach maulstong adeand approved bythe LaadlraperAnidtec, Dion0 Sod osass, B,mo, P E No 56926 LATE I- CORMO CASTWJI CARBA O 1H0lIPSON SAM, P A - ENGINEERS ARCHITECTS PLANNERS PART 2- MATERIALS 21 RANTING -SOIL A. Planting aollahedi bed the mmposbone noted in the piens measured by vdune. 22 FERT1Li2ER A forn.m+idrtrma. palrne ahmbe and1roundmbemslsf bawcf0ews. LFRIOO Palma Tern 113,ad3.ir8cand.Srifiartxaled-wdhemend dtl#mirwr elartente amiodvm ,&2%d0onde, orlaintheiThaquelenelysie The lerfilgetffiaglr3o00faml m°Wapitelum, dry er3fieRkordng;ard1frallbe delwaedlxerea In anopanad ate manufac1ureratlrmusnteed analysis Fertilizerforsod and seeded areasshall be8-S=8,513% organicallydedrdd ndmgor 0r31gual 23 WATER A Thu Conlradorshall pavde polsNewateron site, avoilableimm the slap of planting, as required by tie Contractor The Conbacfm a respenabo to ascertain the location and acoesaibTdyofthe watersoune The CuNtadois responsible to provide -the means ddlstrlbutlon (Le water truck, hoses, etc.) -for disblbuton of -water lhiheplantlrg areas 24 MULCH A Muldtahhall bees -sped -lied in the plant 11 untmnlyshredded and tree hem large peon d barkand Toregn natter. 311 PART 3- INSTALLATION PROCEDURES 31 LAYOUT A Verry oration of all undeground ffirebes and 050tolclnrs pnmr to excavation 32 HERBICIDE TREATMENT A In 3lareas,nrectedwitkweed andlorgrassgr1Wh, a emit: fled:Ride, such augustly, than be applied permendaxtumr star Wiserr lhas been estabiahad wllereivork willbe done, the melee. bertrodeisfral beeppled in accordance Win mandreturintiWerg ld 39120 Wens gndbm Contracor shall sdedule blaworkteallowrinore than -the eppikalionlb obtain al lead 05% IN&bdte1rabieeruwth renbacterthan retarded extreme Carets pmwantdamsgeitlaleebable1Ud'1100g,pth t nat0aary, Conbadorbhen mrtalmbateatlneela1leh,sdlabd4yerplpducheedappncaor fa bexeed an this !Smack j.ttertx .1Ionart elutappirblbn, 3.3 RANT PIT ETICAVATION d B1001(PILLING A Trees. Seethe Renting and Bracing Detaleand notes. B ShnAsrund4rwndmvec Shrubs and groundcmershal be platted (na 3011 bed aedexdled irlhendelsend details. Space throbs andirevkelealbodr item 0010,4 payemerdsswshow6 planet! remere arryae pocketalnthe plentngholee, mnhedielelyafter repose. C See Mew in Pens/, tdeecola schedule ofweter alter instafatm D. Watering afield -Man Planter Thoroughly puddle in oateroiernrno any an p3000151000 plant hole. 34 WATERING A The Guntreotorareepasrble tepmrklothelo,0 erand n®renf dstmrmi tie. hand 10atertIgr We1rrhredc) Wring theing10 nariFa!skid and Bit,ltd?0gJ0Ee9mpeakid,atlersissepfetsehano14resischsdOWJia lleTed" beowlamrrrplefe � Wa lanhpwsaod dttarlggsgeli green pfasfeatt ti he Is provided} by hand or)edabudt, N addtbnillhe4dgetm WW1.. (dune DATE DRAWN DESIGNED CHECKED OC CADD FILE 03-22-h2 OSB DSB RC RC VILLAGE OF KEY BISCAYNE FLORIDA AMOUNT{SF WATER forlreesandlargashmbs 10 gams -hem 50W tntdsmbper 25 garrets - g Inch and upealper 58 gallons FREQUENCY OF -WATER DOUyTor'tfeied'week aline speww1eelhfor+tea111,3b 2lunespaKlealgtigivagetes-68 1 Dmep n D_ W3tertin Manta byMomrgHysoaldngofyeaella net bell dnroedarly ater plenum. Far larpsbeeema *rube addwalareshilebtakfilltaphateis eloorep,myeH' o,Jete mlbabel wound ihermald sib E. Water shrubs, and and grmndsovera Minimum demos day (orw eeeleor Indian irrigation system Molly opemtmeL If no irrigeltarregistignialo be Installed, ire CemwRorehall be msponelble foreetadrmigmahmhr-attest gmundrO.9erlor0ppnedrd one -month a1t-1nelatiatonnfeach sa5oneat_e planting installed 35 FERTILIZING A. Add fertilizer on top of me surfaceof ehmba,bedp Melee, pMelprdbalk lee(2)monthaaftertretelbtlm. Faalmsodivi11in1wn RAT., Itarllhidlmg allerpleating nLesah segrnnrdb!Meyah Ferhberstietil Itileaqqatied egged has heans.In3slenad Fertlaashdl tea trashredairotplaotionesarhd sterns leredufielyaltar application Appyatthoidlvalrrgm1es 1)Tmas&LargtShrubn, One (1) pound per mrfN3mnk;iomahx,.a®d eieniyrpverthereat ball ansa 2) Shrubs One half 09) handful per dhmb.spreed evenlyaverthrermtbaft 3) Grturdmver Twelve (12) pounds per 1000-aq.it Wend area 4)Sod- 12 pounds per 11300 sq IL Wash ierGT¢erofhladaalnmogaIDlyzffdr spreading 3 6 MULCHING ASpead Tilden two {2) irh hestndrunromllgaverJheestina shrills. 001 groundoeverbededepth meestred tetieSt ig_ epa0ned in the plans. Prtieldetis'aillareaartkidishlitalekvilwasiodlOtitigleffer eagemfthellnda fa1lCtteeserd palm pisolairiosssl isms< _ d.uy b wr....oto0vciplr*haft.nk: E3eetewirlIg Mesh edgedtea,3,pamhples 37 GUYING�BRACING A See Intdeialhbound herewith =marls partial aweless 3 B SODDING A Providers blanket of planting oil eadeedihed Ville odeek(mesetiyisrs Priorer planbrg;mmrnealoneo sem insert Illeesevielf.depe ExcelatteeedirthigneistoliTormingssollaanetwIredesithelleritirtiegradeed sad is , taud � Tpaveaentbrbrio i -' kite �etdring.- B_Placemd m mole edard:wth edges tightly butted. 3etapJ(efedamvaat rigid 01900 b side. y. The add shall be idled 9dlli 000113,1 01oh6fih! 111d'9F C. Keep edge nbod bed 11 ndfdmumvf 18• fracerpm'grPMtstpvlydpkturhd 24'x!107 fn4rtedpeo, shrub beds'ad 30' from howl 1lern ®i o,( plea LANDSCAPING CONSTRUCTION NOTFS VILLAGE GREEN TOT LOT BARRIER ENCLOSURE SHEET NO L2 M1GPAK FI LLED CELL 12 CId_ WALL, — z =_ NEGUENIEO PRE CA, I CONCREI£ , 2 /'S 0010 f 4CTE LAP 71 EL` -0 _I��� —I •I l, i 1 - Il 11 -=FT, 111=1 111E17 17 H711'= -3/4 SWOON SO or SIDES PAINT .11), ONE COAT PRIMER AND COAISSATIN EXTERIOR LATEX NC0L03 TO BE SELECIEO sr LLACE OF KEY BISCAYNE) x 11- CONTINUOUS 0-RETE FOOTING SITTING WALL SECTION DETAIL SEA PNL WALL 3 -0 Seri L22kr a A_LrIA PICKETS 0YDER COAT FIN 1-111-1111 11 J 1 NOTES 0,-6028AT POWDER �,0 CD PICKETS 640" 2 CCM., le 10 BE MOO 355 PARK ENTRY PICKET FENCE DETAIL z:rer uc,NRAL AI Na POST PDwDER�oAT£rN _ 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I 1 =111__11' _1111 1 =11 COAT /4 NTS POw0ER F 35� ,,,PACIED £00 nNC O£ ORGANIC OrTOR VA 97 D,ER 'WE FENCE AND POST DETAIL REVISIONS DESCRIPTION DATE APPROVED BY Drones Sudasassr Bilbao P E No 56926 DAZE I - CEO CARLA CAMA1101HONPSCN SAWAN P A - ENGINEERS ARCHITECTS PLANNERS ® a DATE 03-22-12 DRAWN DSB DESIGNED OSP CHECKED RC 06 RC GADD FILE —It" I 2157 END CAP KEYSTONE CAP JO NACO I/EAVY fr POWDER COa TfiN T— — 1 III 11 1—I 1 1 1 1 1 1 r=1 L'-1' Ii1-111 EIH-Ili- 1_ '- 11=1 =1 II= 1 11 11 IMITATION KEYSTONE aP OVER 3,41- MORTAR BED B" CONC. PILLAR EL 0 0 IT-+ -111= -1 11 EL -I 0 ko°, GCKR 5X COM,CTEO or omcAHlCEun TOTEJIr ILL " PILLAR DETAIL VILLAGE OF KEY BISCAYNE FLORIDA NTS STRUCTURAL DETAILS VILLAGE GREEN TOT LOT BARRIER ENCLOSURE SHEET NO S1