Loading...
HomeMy Public PortalAbout2012-26 Selecting Lego Construction Company for the Village Green Tot Lot Enclosure.tifRESOLUTION NO. 2012-26 A CAPITAL PROJECT AUTHORIZING RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, SELECTING LEGO CONSTRUCTION COMPANY FOR THE CONSTRUCTION OF THE VILLAGE GREEN TOT LOT ENCLOSURE; AUTHORIZING THE VILLAGE MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT RELATED TO THE SAME; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village Council has budgeted for the construction of the Village Green Tot Lot Enclosure (the "Improvements"); and WHEREAS, the Village Manager has recently sought proposals from qualified companies for the Improvements; and WHEREAS, after careful review of the proposals submitted, the Village Manager recommends Lego Construction Company (the "Lego") for the Improvements; and WHEREAS, the Village Council selects Lego for the Improvements, and authorizes the Village Manager to negotiate and execute an agreement consistent with the proposal attached as Exhibit "A" with Lego at a cost not to exceed $120,839.00; and WHEREAS, the Village Council finds that this Resolution is in the best interest and welfare of the residents of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals Adopted. Each of the above stated recitals are hereby adopted, confirmed and incorporated herein. Section 2. Lego Selected. The Village Council hereby selects Lego for the Improvements. Section 3. Village Manager Authorized. The Village Manager is hereby authorized to negotiate and execute an agreement, consistent with the proposal attached hereto as Exhibit "A," with Lego for the Improvements at a cost not to exceed $120,839.00 subject to approval as to form, content, and legal sufficiency by the Village Attorney. Section 4. Effective Date. This Resolution shall be effective immediately upon adoption. PASSED AND ADOPTED this 3rd day of July, 2012. MAYOR FRANKLIN H.' CAPLAN ATTEST: frAF NCHITA H. ALVAREZ, MMC, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIE 2 I irni - SBA II'` Smill fIli ii rlJnunis[ratum I)lil 1Dis=n1+'antagc Iiusntcz.,.L 1crhnsc) E;tl.inrss t ntcrp11-el Scot on 3 h} Mtami I)aJe C„un.F Fia'4la Slate Cer fired General Cluntractor -`landa State Certined Rao:ring Contractor 1v11X: Gertrlied General Erg,reenrg Contractor Ceriifta LEED AF LEAD SAFE EPA Ce1tfrdi Firm CertsSed OSHA 30 Ftaurs L EGO CONSTRUCTION COMPANY PROPOSAL VILLAGE GREEN TOT LOT ENCLOSURE VILLAGE OF KEY BISCAYNE, FLORIDA 280 SW 201' ROAD — SUITE 506 Wm. Florida Ph (786)3857926 Fax, (305)8579916 www.Iegocc.c©m VILLAGE GREEN TOT LOT ENCLOSURE Village of Key Biscayne, Florida C3TS Protect 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 $1.06,91.4 i.eb, -�- 2 Contingency Do not Bid) 1 L.S S5,000 35 000 BASE BID GRAND TOTAL IN FIGURES BASE BID GRAND TOTAL WRITTEN. ALTERNATE BID ITEM #1 $ t'1r �Iv 1 tN_.1 � ��'�C 'tiC USc,, t11l1C' i it.:4161(K\ C A- ITEM DESCRIPTION AB -1 Temporary Construction fence chain tank, using embedded posts with visual barrier UNIT QUANTITY UNIT PRICE AMOUNT 1 L F $ __ $ 8S) ADDITIVE BID ALTERNATE #1 GRAND TOTAL WRITTEN. Fat -'+'"r ��� y3 j `t' rirviriftmeoo ALTERNATE BID ITEM #2 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE., AMOUNT AB -2 Movable construction fence, chain link. using 1 L F $ Se 50 $ 7'i 6 `C --- legs with visual barrier 593 ADDITIVE BID ALTERNATE #2 GRAND TOTAL WRITTEN. lJ�7 't�ln SIB / 1112 >i7 1,261 fr t BIDDER 1--e-0 CrASIKUCTIONJCOC-70 0 A'\) 1`I2 SU1 By, LUIS el)V i(AA Title: Pee510314 ��ii Telephone- � . 6`-t"2,( Addendum No 1 00300 - 5 Fax. •'b t' t -(v 01108-028 CC VILLAGE GREEN TQT 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 ite s are intended to establish a total price for completing the project in its entirety. The Contractor shah 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 schedul items of the overall contract, and no separate payment will be made therefore. UNIT ITEM DESCRIPTION Q ANTITY UNIT PRICE AMOUNT 1 Village Green Tot Lot Enclosure, complete 1 L S., $ $ 2 Contingency (Do not Bid) 1 L.S. $5,000 55,000 GRAND TOTAL IN FIGURES: 'j)244 -!x. — GRAND TOTAL WRITTEN: / $ BIDDER:irw GO05 ` C O i\J (,0 By Title: Telephone: --A- 1 ' Mil la,lts ,t`�4A- Ot Fax: • ` �' % 00300 - 5 01108-028 NON -COLLUSION AFFIDAVIT STATE OF t. COUNTY OF A.A.VNeiri.. LL) C C ck says that: 1. Affiant is 6-t-.).%3 k C I a of Li✓ Cm.o CO iC1'Cf) CUhe "Bidder") and has submitted the attached Bid; ("Affiant"), being first duly sworn, deposes and 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 Zo4`'t day of -S( Q_ , 20 , by Cca' , who is personally knownto..me or has produced as identification. DIANA INTERIAN r,'v C.( MME^^IQN # EEO:36696 :XPt'E 3 May 16, 2015 (407) 3I1-0157 Florid'Ngarygdry com Notary Publi Print Name My commission expires: 00300-6 01108-028 The full names and residences of persons and firms interested in the foregoing bid, as principals_ are as follows A/It/0m 1, 3312 (9 Name of the executive who will give personal attention to the work LLLb (. -C.c% G P -- i\ Yf Ml G -7A at ,n, 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 OF WORK NAME OF SUB -CONTRACTOR ADDRESS ******************i*******************1**R***.***<k***.**Rt*+f*****k****t*t*•ik********t*i*x**i****************R*t*? Wj r - 1z1- 00300-4 01108-028 The undersigned agrees to accept in full compensation therefore the total of the lump surd 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. Bidders Certificate of Competency No (1-C-; 3 E-)- Bidders Occupational License No Acknowledgment is hereby made of the following Addenda received since issuance of the Project Manual Addendum No 1 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 ), made payable to the Village of Key Biscayne, Florida Address, -F/ 11OeYrr (Title of Officer) 2eX3 e-friN1 1 ? suite City 4'" tt i State. Dollars L S. L S. L S. 00300-2 01108-028 SECTION 00300 PROPOSAL VILLAGE GREEN TOT LOT ENCLOSURE VILLAGE OF KEY BISCAYNE, FLORIDA Village Clerk's Office Village of Key Biscayne Village 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 corp orationlentity 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, alt 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 mariner 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 pace 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 (1 0) consecutive calendar days after the award of the Contract, the cashier's check or Bid Bond accompanying his bid and the money payable thereon shall be paid to the Owner as liquidation of damages sustained by the Owner, otherwise, the check accompanying the Proposal shall be returned to the undersigned after the Contract is signed and the Performance and Payment Bonds are filed 00300-1 01108-028 SECTION 00350 CONTRACTOR'S QUESTIONNAIRE Submitted to: The Mayor and Village Commission of the Village of Key Biscayne, Florida - By Principal Office Lff6 CONSIUCTIONI' Ze0 20 ' !�f r'W'Mf ' : 1Zq How many years has your variization been in business as a General Contractor under your present business name? LUIS Does your organization have current occupational licenses entitling it to do the work contemplated in this Contract? State of Florida Occupational License (State type and number) Federal I D No' '249- 424 1C161 Miam'-Dade County Certificate of ompetene (State type and number Village of Key Biscayne Occupational License (State type and number), 1 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? c-9 years List the detailed experience below 00350-1 01108-028 Name & tel, number of Owner Project Name Date completed _ E - E: ecD Are you a Certified Minority Contractor with Miami -Dade County? Fiave you ever failed to complete any work awarded to you? If so where and why? Has any offer. }partner 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 1\104 - In what other lines of business are you financially interested or engaged? Give references as to experience, ability and financial standing. Y,� of 1\ v-nertcci YActrm�!as���� -- 1 S . -5-19(-0 '2 1vivt) IC (7 What equipment do you own that is available for the proposed work and where is it located? Zz 00350-2 01108-028 ( ytSi iturnmunity S Eiterrtn. Cl ay Miami i) c Cvult'r D€ it+ sadvint3A' ISturrrass Er,trrp r,rj 8f:r! Ly SBA ,J 5 t iYIJII BUsmecs A,lhnirr stration F r,,rda ;tale Certified Genera! Central:: )r F Ioyfta State Certified Rtrorir g Contractor r iL u Celifec r;enetar Engtrteeing Contactor Certified LED r',P ECOADVENTURE BUILDING - CRANDON PARK Project Name Owner Point of Contact, Name 1 Ph. Project Description Type of Contract Completions Oate Prime Construction Contractor Actual Project Construction Cost EcoAdventure Building Exterior and Interior renovation of existing building structure at Crandon Parkin Key Biscayne FL MDC Parks and Recreation Jay Forni ! Ph, 305-755-7936 — 786-536-6944 / jfomi©mtamidade.gov This project included an abandoned building located at the old zoo in Crandon Park, Key Biscayne The structure was abandoned for more than 10 years. Miami Dade County Parks and Recreation department hired a contractor to renovate the building, however they failed to perform the scope of work and went into litigation. LEGO Construction Co was hired quickly after the termination of the previous contractor and put on a Fast Track schedule to complete Renovation of abandoned building. Project involved demolition. sewer & drainage, new structure concrete elements, new metal roof, new doors & windows, millwork, drywall, new flooring, stucco, all finishes, new HVAC unit, Plumbing, Electrical, & Landscape. Lump Sum Contract 08/31/2009 YES $336,407.00 ECOADVENTURE PHOTOGRAFIC MEMORY 280 SW 20+" ROAD — SUITE 506 Miami, Florida Ph (786)385-7926 Fax (305)857-9916 www.legocc.com CSF4F (Cow rrr.n tv5rn,11 rte,prse) bk nty DBE Ifsisadv71tagc Busiress Enta•pr;�1 S{al L•y `..BA LI S Small at.smes. ist•atnr, f kinda Slate Certified Ge"f2r3I Clint deter Fkcr +s Sate Ceslitec R2nfng Co'trar'nt MDC (.arb°t Genarar €n9irteenng Cce-tray tar Ceridi+ t tkED P 280 SW 201h ROAD — SUITE 506 Miamn, Florida Pt, (786)385-7926 Fax (305)857.9916 www Iegocc,com LL ;Cr:mmu-1 t•, lf less Dare l ow,ty r).1 1 1 J1_,ua•artar,a 6u;n,e5, :ailerDrnsr;) 1,1,11 k•,y }BA 11 1 Ltusirems Administr,ti,rr `lr rgt0 tate : ert iirat oni ac r rk odd _ td'e Cert•rcd aCC=rrq 1,anlractor UDC Ccit tied :r nerl Enrg enrg Contrat,tor Cerhf,edLEED, P JACKSON MEMORIAL HOSPITAL - EMERGENCY ROOM AREA RENOVATIONS Project Name Owner Point of Contact Project Description Type of Contract {Construction) Completions Date Prime Construction Contractor Actual Project Construction Cost Jackson Health System - Emergency Room Areas Renovation - 1611 NW 12Th Avenue. Miami, FL 33136 Jackson Health System Francisco Caldera -PH 305-585-7707 FCaldera@jhsmiami org 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, wail finish, new acoustical ceilings, paint, new flooring, nurse work stations, crash rails, hail rails, doors, electric, fire protection and fire alarm, Lump Sum Contract 11/30/2009 YES $266.130 JACKSON MEMORIAL HOSPITAL - EMERGENCY ROOM AREA RENOVATIONS 280 SW 20111 ROAD - SUITE 506 Miami, Honda Ph• {786)3857926 Fax• (305)8579916 www. legocc. com S i i ntmnun!y Srnall 3t.5inc,s cnterpr se) Ly Moroi Dade CoLnty DBE t:-,i,ativ,irtage ausiness f rterpr•;el Rlal hy. SLJA U S SrnaI Business Adm ri stratinn rlonda Stale Uertfiea Ge+'eral Contractor Fonda Stale, Cer7ifned Roofing Contractor Kg... emiied general Engtneenrsg Contractor Candied LEEC AP 280 SW 201^ ROAD — SUITE 506 Miarni, Florida Ph 1786)3857926 Fax, 1305)8579916 www legocc corn (513L ?Cu-nrti tp Smail Uu',mcs: Enterorl,CI oy M drni Dade Co,irty DBE 1U,3.jdvantage Bus ne5) L twpri_eI 8(a) by SBA U S. Small Hrislness Administ-ncn Fbrda kite Cerhllod General C ontractce F.rxia State Certrtred Roofing Ccf tractor MDC i erhfea General Engireenrg Contracicr Certi ed LEED AP Project Name Owner Point of Contact Project Description Type of Contract Prime Construction Contractor Actual Project Construction Cost MIAMI DADE COUNTY SEAPORT DEPARTMENT Cruise Terminals B & C No 9 East and C Passenger Boarding Bridge Phase I - Access Port of Miami Art Tillbert 1305-347-4891 f art1@miamidade.gov Renovation and alteration of the Port of Miami Terminal B&C. Project involved demolition, new concrete structure elements, new structural steel, curtain wall and glazing, drywall, tape finish & paint application, new ceilings, new carpet tile, electrical, mechanical, fire protection, miscellaneous metals including railing. The Port Terminal was occupied and operated by Norwegian Cruise line during the renovation of the terminal, which involved heavy coordination with Norwegian, Port Authorities, Port Maintenance, Port Construction and facilities team members, Safety during this fast track project on an occupied building was of utmost importance and a project specific safety plan was put in place to ensure zero accidents. Renovation of this terminal required fast track scheduling due to the 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. Completion Date Lump Sum Contract YES $283,162.22 07/05/2010 280 SW 2O,' ROAD - SUITE 506 Man, Fionda Ph (786)385-7926 Fax (305)857-9916 www.legocc,com CSBE IComm.rrnty Small B,s.ness Enteransrl fly M=arni DBf tl:r,aduanlage Bus. nest EnlerorISE: 8taj by SRA U S Sm31r BusrnFss Admin,slration Florida Jtate Certlnpd General Contfa;; or For a State Certified Roping Contractor rAOC Certif._ri Genera' Engneersng Can Iractcr Certified LEEO AP CRUISE TERMINAL PHOTOGRAFIC MEMORY 280 SW 20^ ROAD - SUITE 506 Miami, Florida Ph (786)385-7926 Fax (305)857.9916 www,Iegocc.com CSRI I( :-n n, rity SmaI 1ru, rir__s Er tnrli to.: -,1 by ' 1 im D.idr- Crtriiv JF,i russ Er t>_rp'ls SP) l:v SBA L. S Sma I Uusincss Aden n,ctr,rtion h,ruh a3to vcru[ Q rienN3 Ccrrrric•or Rondos tcreCerthodRc it t`.onG-a,;t: ,ADC Cort1i d E'rgireeno j 4On1 FJ, to: t.ert'ied _EED AP Project Name Owner Point of Contact REDLAND FARM LIFE SCHOOL RESTORATION Project Description Type of Contract (Construction) Completions Date Prime Construction Contractor Redland Farm Life School Restoration. Miami, FL ADC Historic Preservation Kathleen Kauffman 1305-375-3506/kkauff©miarnldade.gov This was the first elementary school in the Redland area. This building was abandoned for more than 15 years Miami Dade County hired LEGO Construction Co , to renovate the existing structure and close the existing open building permits. Challenges involved existing open permits under old Florida building code versus the new Building code This project required major coordination with Miami Dade County authorities, Miami Dade County Public Schools and the surrounding community. Facade renovation of historic Building Project involved new concrete structure, new doors, new windows, stucco, finish paint, waterproof, new metal louvers and others. Actual Project Construction Cost Lump Sum Contract 01/08/2010 YES $474,478.00 REDLAND FARM — PHOTOGRAFIC MEMORY 280 SW 2fn^ ROAD - SUITE 506 Miami, Florida Ph (786)385.7926 Fax: (305)857-9916 www.Iagocc.com CSBE {t r. a fi ar rtv B.15 no•;S LrtPrpr sPj hp f.1,arn Dare County DBE IDh=aUaertdge8us,ness Enterpeise} 81a}, -,y SBAU5 Small BtlsinessArminisrrat,on Fi�lldd vlae uerbtt rd General Can:raptor F onda State Certified Roafxtg Cont'actar MD C C. rirfx+d General Engineering Contractor Cert'ied LEED AP 280 SW 20t^ ROAD - SUITE 506 Miami, Florida Ph' (786)385.7926 Fax (305)857.9916 www.legocc.corn STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 GARCIA LUIS E LEGO CONSTRUCTION CO 280 SW 20TH ROAD SUITE 506 MIAMI FL 33129 Congratulations) With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to Serve you bette For information about our services, please log onto www.myfforidaficense.com. Thera you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly, We -Nnstantiy stnve to serve you better so that you can serve your customers. ink you for doing business in Florida, and congratulations on your new license) DETACH HERE Please note that this Business Tax Receipt expires on September 30th of the effective year listed herein. Ensuring renewal by October 1$' is the responsibility of the business entity. For further information you may call: (305) 416-1570 or (305) 416-1918. Favor de tomer note que este Recibibo de Impuesto pars Negocio se vence el 30 de Septiembre de an© indicado. Asegurar la renovation pars el Iro de Octubro es la responsabilidad del negocio. Para mas informacion puede Ilamar al: (305) 416-1570 o (305) 416-1918. Souple pran net 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-1 Pwemie Oktob kap vini. Si ou bezwen plis enfomasiyon sou zafb sa , pa bliye rele nan (305) 416-1570 ou byen (305) 416-1918. NOlt-TRAXEFERRABLIE A419,1 UNLESS-APPROVEDBY TH - NANe _MIA# „ ... ' CITY OF ItLAM, 444"6-W.2 AVE B'-'! FL¢LIR, t#1 NE (3a/4.4040o ED:: ' °M :2011: TOTAL FEE-PA1E3 COUNT NuMA6 ,4, 459885.0.068x680 RECEIPT `NUMBER_ .,17..3187-0002 _ f. .QI a iSINESS... t3i13.GARCIA AIIO `. _tsd;w r 8. ',114,23RIVIMAGE. 1t-4ONOPt ADMINISTRATIVE OEM 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? I hereby certify that the above answers are true and correct. Name of Bidder: L- -t= f t c fl b (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. Project budget is $125,000 END OF ADDENDUM No. 1 * •,1.119-;N Ke} EiIsr,Fytid WIageGrrtvr'Spar.slAdes3nr1ov l we LEGO CONSTRUCTION, CO. FINANCIAL STATEMENTS DECEMBER 31, 2011 Hoyos & Aguilar, P.A. Certified Public Ficcountonts INDEPENDENT COUNTANT$' REVIEW REPORT To the Stockholders Lego Construction, Co Minrni, Florida We have reviewed the accompanying balance sheet of Lego Construction, Co, an 5 -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 than 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 far designing, implementing, and maintaining internal control relevant to the preparation and fair presentation of the financial statements Our responsibility is to conduct thr. review on accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants Those standards require us fo perform procedures to obtain limited assurance that there are no material modifications that should be made to the financial statements We believe that the results of our procedures provide a reasonable basis for our report, Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them 10 be in conformity with accounting principles generally accepted in the United States of America, HOY° AGU t ", P.A, Certif. d Pubil Ccolintents Coral Gables. Florida February 28, 2012 814 Panes lav Leon Blvd. • Suit, 310 • Coral C3nlalor, Florida 33134 '1eI, (305) 444-2500 • f=ax; (305) P-2900 • alrw.I+aepwr.nI LEGO CONSTRUCTION. CO BALANCE SHEET (SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REVIEW REPORT1 DECEMBER 31, 2011 ASSETS CURRENT ASSETS: Cash and cash equivalents $ 251.858 Contracts receivable 508,563 Costs and estimated earnings in excess of billings on uncompleted contracts 197,093 Loan receivable 70,000 TOTAL CURRENT ASSETS 1,027,514 FIXED ASSETS: Automobiles and truck 52,530 Office furniture and equipment 9,818 Machinery and equipment 47.224 109,572 Less accumulated depreciation (25,7001 83,872 TOTAL ASSETS $ L 1 �111�386 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES: Accounts payable and accrued expenses $ 283,361 Billings in excess of costs and estimated earnings on uncompleted contracts 25,02 TOTAL CURRENT LIABILITIES 308,393 STOCKHOLDERS' EQUITY: Common stock, $1.00 par value, 10,000 shares authorized and issued 10,000 Additional paid -in -capital 257,633 Retained earnings 535,360 802,993 TOTAL LIABIUTIES AND STOCKHOLDERS' EQUITY $ 1,111 386 LEGO C©NSTRUC L ION CO STATEMENT OF INCOME AND RETAINED EARNINGS (SEE ACCOMPANYING NOTES AND ACCOUN1AN is RF VIEVy REPORT) FOR THE YEAR ENDED DECEMBER 31 201 Contract revenues earned $ 1,249,344 Cost of revenues earned 1,016,938 Gross profit 232,406 General and administrative expenses Automobile and truck expense 25,371 Bank fees 829 Cleaning and maintenance 4,417 Delivery courier 1,334 Depreciation 12,479 Insurance 20,234 Meals and entertainment 2,966 Office expense 16.645 Parking and tolls 1,844 Professional fees 12,945 Rent 12,418 Salary officers 52,860 Salary and wages 74,919 Taxes - payroll 30,499 Telephone 3,014 Travel 4,775 Utilities 1,102 Total General and administrative expenses 278,651 Net Loss from operations (46,245) Other Income Interest 523 Net Loss (45,722) Beginning retained earnings 581,082 Ending retained earnings $ 535,360 Lt GO CONSTRUCTION CO SCAIE MEN1 01, CASH I'LOW S (SEE ACCOMPANYING NOTES AND ACCOUNTANT'S REVIEW REPORT) FOR THE YEAR ENDED DECEMBER 31, 2011 Cash Flows from Operating Activities. Net Loss $ (45.722) Adjustments to reconcile net loss to net Lash used in operating activities Depreciation 12,479 (Increase) decrease in: Contracts receivable (209,506) Costs and estimated earnings in excess al billings on uncompleted contracts (167.487) Loan receivable (70,000) Increase (decrease) in: Accounts payable and accrued expenses 280,049 Wilms in excess of costs and estimated earnings on uncompleted contracts 25,032 Net cash used in operating activities (175,155) .mash flows from investing activities. Fixed asset additions (66,2 Net cash used in investing activities (66,256) Net decrease in cash Cash and cash equivalents, beginning of year Cash and cash equivalents, end of year Supplemental Disclosure of cash Flow Information. Depreciation (241,411) 493,269 251,858 14,155 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 engeged in Me 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. B) 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 lob costs, Contract costs include ail 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 penally provisions and final contract settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined. The asset, "Costs and estimated earnings in excess of billings on uncompleted contracts'" represents revenues recognized in excess of amounts billed. The liability, "Billings in excess of costs and estimated earnings an uncompleted contracts" represents billings in excess of revenues recognized. C) CASH AND CASH EQUIVALENTS For purposes of reporting the statements of cash Haws, the Company considers all cash accounts, which are not subject to withdrawal restrictions or penalties, and ail highly liquid debt instruments purchased with a maturity of three months or less to be cash equivalents. D) 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 uncottectible. The allowance for doubtful accounts is estimated based in the Company's historical losses, the existing economic conditions In the construction industry, end 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 Depreciaiir n is calculated using straight-line methods over the respective useful lives of the assets. Major additions and improvements aro 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 penaxiically 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 $250,000. G) INCOME TAXES The Company uses the percentage -of -completion method ot 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 Coda, 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 Finandat Accounting Standards Board (FASB) ASC 740 (formerly Financial Accounting Standards Board Interpretation No, 48, Accounting for Uncertainty in Income Taxes - an interpretation of FASB Statement No 109). FASB ASC 740 prescribes a recognition threshold and measurement process for financial statements recognition of uncertain tax positions taken or expected to be taken in a tax return. The interpretation also provides guidance on recognition, derecognition, classification, interest and penalties. accounting in interim periods, disclosure and transition. There was no impact on total liabilities or stockholder's equity as a result of the adoption of 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, Actual 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 charge( t 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 un completed jobs. NOTE 2 - CONTRACTS RECEIVABLE At December 31, 2011, contracts receivable consisted of the following ;.amounts: Completed contract Contracts in progress Retainages $ 281,213 209,920 17A30 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 belanccs. and legal remedies available to the Company, NOTE 3 - LOAN RECEIVABLE The Company advanced funds to a related party in the amount of S70,000, 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 (27,3881 $ 42,1 Depreciation of property and equipment is provided utilizing the straight-line method over the estimated useful lives of the respective assets. Depreciation expense fur the year ended December 31, 2011 was $12,479. LEGO CONSTRI_;C:TIC.)N, CO NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) DECEMBER 31, 2011 NOTE 5 - LINE OF CREDIT The Company has a revolving line of brertit with ra 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 Net, costs and estimated earnings in excess of billings on uncompleted contracts 72,01, Included in the accompanying bcalonc.e sheet under the following caption: Costs and estimated earnings in i•xcess of billings on uncompleted contracts Billings in excess of costs and estimated) earnings an uncompleted contracts $ 25,032 NOTE 7 - BACKLOG $ 889,017 23_8,760 1,127,777 (95§,718) 197,093 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 eamed as December 31. 2011 Backlog balance at December 31, 2011 $ 204,214 2,8494523 2,844.837 (1,249,344) LEGO CONSTRUCTION, CO, NOTES 10 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 at 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 (fable 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 Hoy©s d Aguilar, F.A Certified Public Accountonts ACCOUNTANTS' REVIEW RE ORT t NSUPPLEMENTARY INFO ti49A flON To the Stockholders Lego Constructinn, Co Miami, Flonda 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 Conlr acts 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, 4' 0 & AGUI P.A. Ce ° ed Public ccountanls al Gables, Florida February 28. 2012 814 Mesa Da Leon Blvd, • Suite 310 • Coral Cables, Florida 33L34 Tel; (305) 444-2500 • Fran, f 3031 444.2900 • www.haepacnat Lego Cons...At n, Co. Schedule of Completed Contracts For the year ended December 31.2011 (See Accountants' Review Report Cr Supplementary Informations, TErtaC a Gross Plofft Ftecog Irze United States Coast Guard - Key West Untied States Coast Guard - Carpet Install Air Force - Fuel Tank Atrpo t - Park and R*de United States Coast Guard • Tile Catrnd rs Un4tect States Coast Guam - Tile Btiddrrng Small jobs Direct Gross Cost Profit P e December 31.2010 DJecernber 31 2011 3),704 5 26.617 S 4 967 13°',a a - 5 4.087 38.140 28.112 10.028 26% - 10 028 28544 22.639 5.9075 21'h - 5 905 395.048 339.791 55.857 1 t tt !:15 857 17.995 13,481 -,514 25'." 4.514 14921 5,702 5.219 48`', - 5,219 10,412 3.545 6067 66°-. - 6,667 Though Through 532,364 S 439,337 5 x_377 5 5 _ 477 Lego Construction, Co. Schedule of Uncompleted Contracts December 31, 20U (See Accountants' Review Report on Supplementary Information} ¶S4a t..7t� eumaizas krnwair Esantuez Cries Pt 9rftl CIA GSA "'%', eete.acr S .4',.; -1.n 3 05.6. bkW.; wem., -3.: i6 'w v ....0 w6 'g . ''S+K, E+�t"4"x #+, • a -1 c wawa : 53'g`. It. €'.:,4. Ai 4,.4 cvse Yen 'r B A C. .7"); L:, . ' ` 5' - 16 nu mks Germ: Aga -..-F' A47, .7,._. __ .,X:. ..:''.: i :3E{•e.-x-r,• .`Cd+ c.:__ .:.+tn., 33-4 3-: .13:-;'.: ' CG5&s ' k =' - 7tn6lU Etuktr'q 174 v.'.4,"`; +d5_...t1 `> ' :r_TT/ :a) ; ; tgicd_ $ 5.'r76( ,•: i.S :Y t.,. C:1 147 C,.w• r.; H. `err Esc+'vaeJ Enama anni c ,.-7 Casa r a E.w• :r 6trr.6W is 7 Lego Construction, Co_ Earnings from Contracts For the year ended December 31, 2011 (See Accountants' Review Report an Supplementary information) Gross Construction Direct Gross Profit Revenue Cost Profit Percentage Completed Contracts al Member 31, 2011 Uncompleted Contracts at December 31, 2011 Less; Uncompleted Contracts at December 31, 2010 Statement of Income al December 31, 2011 532,364 $ 439,887 $ 92,477 1,152,809 914,048 238,761 1,685,173 1, 353,935 331,238 435,829 336,997 98.832 17% 21 °Jo 1,249,344 3 1,016,938 $ 232,406 19%