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: