Loading...
HomeMy WebLinkAboutexhibit 1-tabulationsBAYFRONT PARK - BUILDING RENOVATIONS, B-3333 _ Project Number: Project Manager Person who Construction B-3333 CTP Dal Received Tin Number: BAYFRONT PARK'S ACCOUNT Manny A. Vega 2/6/2004 CLERKS OFFICE received the bids: Manny A.. Vega at: CITY Estimate = $ 320,000.00 10:00 A.M. BIDDER LEADER CORPORATION COIiABI GROUP, INC. E.D.F.M. CORPORATION DODEC, INC. ADDRESS 4731 SW 75 AVE. MIAMI, FLORIDA 33155 358 CONSERVATION UR. WESTON, FLORIDA 33327 1022 NW 541'H S IREE 1'. MIAMI, FLORIDA 33127 3140 W S411-1 S'1REE1# 2 HIALEAH, FLORIDA 33018 BID BOND AMOUNT B.B. 5% CHECK $15,985.00 B.B $ 17,500.00 B.B. 5 % IRREGULARITIES MINORITY OWNED YES N / A YES YES f I EM No. DESCRIP I ION UNI I PRICE 1U 1 AL UNII PRICE 1 U1AL UNff PRK:E 1 .31AL UNII PRICE I DIAL BASE BID: ITEMS 1 THRU 15 $307,580.00 $319,700.00 $329,202.00 $332,902.40 1 DIVISION 1- GENERAL REQUIREMENTS $29,900.00 $34,500.00 $45,840.00 $16,528.00 2 DIVISION 2 - SITE WORK $41,210.00 $30,800.00 $33,500.00 $35,651.00 3 DIVISION 3 - CONCRETE $32,270.00 $42,100.00 $23,550.00 $9,644.55 4 DIVISION 4 - MASONRY $13,800.00 $8,300.00 $10,400.00 $25,851.80 5 DIVISION 5 - METALS $0.00 $600.00 $1,200.00 $0.00 6 DIVISION 6 - WOOD & PLASTICS $800.00 $0.00 $1,520.00 $0.00 7 DIVISION 7 - DERMAL & MOISTURE PROTECTION $500.00 $2,000.00 $5,500.00 $3,220.00 8 DIVISON 8 - DOORS & WINDOWS $2,830.00 $4,500.00 $3,620.00 $4,304.45 9 DIVISON 9 - FINISHES $40,450.00 $36,300.00 $30,510.00 $38,451.00 10 DIVISION 10 - SPECIALTIES $26,320.00 $29,700.00 $31,884.00 $34,349.20 11 DIVIDON 11- EQUIPMENT $0.00 $0.00 $814.00 $0.00 12 DIVISON 15 - MECHANICAL $59,000.00 $71,300.00 $76,500.00 $95,04140 13 DIVISION 16 - ELECTRICAL $28,500.00 $27,600.00 $31,550.00 $37,860.00 14 SUPPLY OF EQUIPMENT ON DIVISON 11 $0.00 $0.00 $814.00 $0.00 15 SPECIAL PROVISIONS - CONTIGENCIES $32,000.00 $32,000.00 $32,000.00 $32,000.00 * IRREGULARITIES LEGEND A — No Power - of - Attorney B — No Affidavit as to Capital & Surplus of Bonding Company of Bonding Company C -- Corrected Extensions D — Proposal Unsigned or improperly Signed or no Corporate Seal E -- Incomplete Extensions b .k . ! ..' () In F — Non - responsive bid G — Improper Bid Bond 41 H -- No Certificate of Competency Number 3 /2 's 1 -- No First Source Hiring Compliance Statement 1 J — No Minority Compliance Statement K — No Duplicate Bid Proposal Pag. 1 of 3 L — No City Occupational License IT HAS BEEN DETERMINED THAT THE LOWEST RESPONSIBLE FOR THE TOTAL AMOUNT IF THE ABOVE CONTRACTOR Section 18-52-1(h; of the City Code, BY THE DEPARTMENT OF CAPITAL IMPROVEMENTS AND RESPONSIVE BID IS FROM E.D.F.M. Corporat OF S307,580.00 IS NOT THE LOWEST BIDDER, EXPLAIN: as amended, states that the City of Miami Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the origiant amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible andresponsive bidder. BAYFRONT PARK - BUILDING RENOVATIONS, B-3333 Project Number: Project Manager: Person who Construction B-3333 CIP Dal Received Tin Number: BAYFRONT PARKS ACCOUNT Manny A. Vega 2/6/2004 CLERK'S OFFICE received the bids: Manny A. Vega at: CITY Estimate = $ 320,000.00 10:00 AM. BIDDER ONE CROW, INC. UNITECB BUILDERS, CORP PROTURF, INC. BAZANJ CONSTRUCTION ADDRESS 5173 WC!. MIAMI, FLORIDA 33178 3050 BSCAYNEBLVD., SUITE 1007 MIAMI, FLORIDA 33137 7344 SW 48 S 5411-1 S'I RELY. MIAMI, FLORIDA 33155 14325 S W PM LANE MIAMI, FLORIDA 33186 BID BOND AMOUNT B.B. 5% B.B. 5 % B.B. 5 % B.B. $ 17,500.00 CHECK $ 2,500.0C IRREGULARITIES C C MINORITY OWNED YES YES N / A YES 11EM No. DESCRIP 1 ION UNr1 PRICE IUI AL UNIT PRICE 1 V'1AL UN11 PRICE I'01 AL UNI1 PRICE 1 V'1 AL BASE BID: ITEMS 1 TIME 15 $342,840.72 $346,011.00 $389,688 50 $393,600.00 I DIVISION 1 - GENERAL REQUIREMENTS $62,563.95 $72,119.00 $42,629.88 $77,100.00 2 DIVISION 2 - SITE WORK $27,121.50 $11,002.00 $7,961.10 $80,000.00 3 DIVISION 3 - CONCRETE $9,225.00 $0.00 $64,673.10 $6,000.00 4 DIVISION 4 - MASONRY $17,835.00 $45,082.00 $11,877.90 $10,000.00 5 DIVISION 5 - METALS $0.00 $1,659.00 S153.00 $2,700.00 6 DIVISION 6 - WOOD & PLASTICS $4,920.00 $2,800.00 $0.00 $0.00 7 DIVISION 7 - THERMAL & MOISTURE PROTECTION $5,230.00 $1,450.00 $1,188.30 $2,000.00 8 DIVISON 8 - DOORS & WINDOWS $4,305.00 $2,990.00 $6,510.66 $4,000.00 9 DIVISON 9 - FINISHES $52,275.00 $46,235.00 $63,143.10 $40,000.00 10 DIVISION 10 - SPECIALTIES $24,600.00 $26,324.00 $28,419.24 $36,800.00 11 DIVIDON 11 - EQUIPMENT $0.00 $0.00 $0.00 $0.00 12 DIVISON 15 - MECHANICAL $63,960.00 $72,800.00 $83,765.46 $17,000.00 13 DIVISION 16 - ELECTRICAL $38,805.27 $31,550.00 $47,366.76 $34,000,00 14 SUPPLY OF EQUIPMENT ON DIVISON 11 $0.00 $0.00 $0.00 $52,000.00 15 SPECIAL PROVISIONS - CONTIGENCIES $32,000.00 $32,000.00 $32,000.00 $32,000.00 * IRREGULARITIES LEGEND A — No Power - of - Attorney B — No Affidavit as to Capital & Surplus of Bonding Company of Bonding Company C -- Corrected Extensions D — Proposal Unsigned or Improperly Signed or no Corporate Seal E — Incomplete Extensions F -- Non - responsive bid o G -- Improper Bid Bond d H -- No Certificate of Competency Number /25 I -- No First Source Hiring Compliance Statement 3 J — No Minority Compliance Statement K — No Duplicate Bid Proposal Pag. 2 of 3 L — No City Occuyational License IT HAS BEEN DETERMINED THAT THE LOWEST RESPONSIBLE FOR THE TOTAL AMOUNT OF IF THE ABOVE CONTRACTOR BY THE DEPARTMENT OF CAPITAL IMPROVEMENTS AND RESPONSIVE BID IS FROM E.D.F.M. Corporati $307,580.00 IS NOT THE LOWEST BIDDER, EXPLAIN: BAYFRONT PARK - BUILDING RENOVATIONS, B-3333 Project Number: Project Manager: Person who Construction B-3333 CIP Dal Received Tin Number: BAYFRONT PARK'S ACCOUNT Manny A. Vega 2/6/2004 CLERK'S OFFICE received the bids: Manny A. Vega at CITY Estimate = $ 320,000.00 I0:00 A.M. BIDDER AUGUST CONSTRUCTION CO. PORTLAND SERVICES, INC NCI CONSTRUCTION ADDRESS 7341 N W32 AVE. MIAMI, FLORIDA 33147 13250 SW Ile ST - r 1 r MIAMI, FLORIDA 33186 130 SW 8TH MIAMI, FLORIDA 33130 BID BOND AMOUNT B.B. $ 16,000.00 B.B. 5 % B.B. 5 % IRREGULARITIES C MINORITY OWNED YES YES N / A ITEM No. DESCRIVI!UN UN11 PRICE I'U'IAL UNII PRICE LUlAL UNIT PRICE 'IU'IAL UNIT' PRICE TOTAL BASE BID: ITEMS 1 THRU 15 S439,951.00 S475,572.00 S514,740.00 50.00 1 DIVISION 1 - GENERAL REQUIREMENTS $71,527.00 $96,545.00 $51,720.00 2 DIVISION 2 - SITE WORK $15,429.00 S27,917.00 $31,550.00 3 DIVISION 3 - CONCRETE $40,844.00 $74,071.00 $48,840.00 4 DIVISION 4 - MASONRY $13,490.00 $18,453.00 $17,170.00 5 DIVISION 5 - METALS $4,145.00 $0.00 $3,530.00 6 DIVISION 6 - WOOD & PLASTICS $3,553.00 $16,606.00 $37,720.00 7 DIVISION 7 - THERMAL & MOISTURE PROTTEC DON $4,738.00 $2,380.00 $620.00 8 DIVISON 8 - DOORS & WINDOWS $8,453.00 $6,423.00 $12,075.00 9 DIVISON 9 - FINISHES $70,466.00 $39,995.00 $61,945.00 10 DIVISION 10 - SPECIALTIES $18,952.00 $17,833.00 $14,770.00 11 DIVIDON 11 - EQUIPMENT $0.00 $0.00 $0.00 12 DIVISON 15 - MECHANICAL $90,614.00 $108,928.00 $134,000.00 13 DIVISION 16 - ELECTRICAL $65,740.00 $34,421.00 $68,800.00 14 SUPPLY OF EQUIPMENT ON DIVISON 11 $0.00 $0.00 $0.00 15 SPECIAL PROVISIONS - CONTIGENCIES $32,000.00 $32,000.00 $32,000.00 * IRREGULARITIES LEGEND A — No Power - of - Attorney B -- No Affidavit as to Capital & Surplus of Bonding Company of Bonding Company C - Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal • - 1 E — incomplete Extensions 1 F -- Non - responsive bid i G — Improper Bid Bond a ` �/� i I 1 o� H -- No Certificate of Competency Number l I -- No First Source Hiring Compliance Statement J — No Minority Compliance Statement K -- No Duplicate Bid Proposal Pag. 3 of 3 L -- No City Occupational License IT HAS BEEN DETERMINED THAT THE LOWEST RESPONSIBLE FOR THE TOTAL AMOUNT IF THE ABOVE CONTRACTOR BY THE DEPARTMENT OF CAPITAL IMPROVEMENTS AND RESPONSIVE BID IS FROM E.D.F.M. Corporat OF S307,580.00 IS NOT THE LOWEST BIDDER, EXPLAIN: