Marshall Williamson Attachment A to Bid Package Pgs 1-15Federal Labor Requirements Documents that must be incorporated in the submittal of
the bid package:
The bidder is required to pay workers on this project the minimum wages as determined in the
Wage Determination Decision included in the Bidder's package; and that the contractor must
ensure that employees are not discriminated because • race, color, religion, sex or national
origin.
This project is also a Section 3 covered activity. Section 3 requires that job training,
employment and contracting opportunities be directed to very-low and low income persons or
business owners who live in the project's area.
RIM MMIMISM 32IRTIRMIMMOMMIN't MUM MW
To be submitted by each Bidder with requested information and documentation with the Bid
package
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized, If necessary, add separate sheets for items marked
1 . Prime Contractoe`__�_t'515
2. Prime Contractor Address:
M
3. Name of each principal officer of corporation, partner, firm or individual:
e
4. Gender and Ethnicity of Principals:
I
Treasury Number. (Employer's Identification number-, Federal Social Security
number used • Employer's quarterly Federal Tax/return, U.S. Treasury Department.
License Number:n- -2-A t -,E!> QQ-6 I State:
Page I of 2
Mlarni-Dade County PHCD
12. Have you ever defaulted err a Contract? d o Please explain on a separate sheet.
13. Through what personnel or affiliations do you propose to provide knowledge of local
design and construction problems and methods?
13 FS t Cevr I'F' cl�' 'PA-TTY CA
C?c Per t IZ-W C Ic- -
14. a) The undersigned has attached a detailed financial statement and furnish any
other information that may be required by Miami-Dade Office of Community and
Economic Development?
(�tA5
(initiaLa)
'q M f C-
The Bidder promises to defend, indemnify and hold harmless the e "-/ 0 L-)
(agency name) and Miami-Dade County with regard to any disclosures or information
received, whether at trial, in arbitration or on appeal,
6de-1192
(imals)
15. The Bidder authorizes any person, firm corporation, organization or governmental uni
to act on a copy of the submitted financial statement.
Onifials) I
17. The undersigned hereby authorizes and requests any person, firm, corporation or
A4
governmental unit, to furnish any information requested by the nllf%ame
of agency) in verification of the recitals comprising this statement of bidder's
experience
Date N
Name T
Total =
����
0/14/2009 City of Haines Qty:26o1-62131nm2774114155/Citycx Haines C
04/20/2009 City of Gainesville:3519-3524o5766/15767/GammwUle Parks
09/202011 Lexington County Recreation & Aging Comm.:7u7a'rm2c47omo4onm24me/Lex|ngtonCount
06/302009 Middle 10 Contractors LUC3934/1S722/Boai| Griffin Park
08/25/2010 City cx Miami Gomana:s32u-ow19OQ2/AJ King Park
09/28/2011 Lexington County Recreation & Aging Cnmm.:7nrG'78/2247ou2*8E/2o4s8/LexinouxnCount
01n4/200e City m Haines Cxy:zss1'6z/o175/12rrw14155/C4Of Haines C
02/1em009 Quality Design & Construction, LLC:81SO'S2/x44oOxQua|ity Design & Conmruct|
09/302088 Convent Df The Sacred Heart DBACmon|&u:4286-85v17847IConvomCf The Sacred Heart
0em1/2013 Miami Dade Parks &Rec28781 /Colonial Drive Park
07/24/2008 City Cf Miami Gendens38Q0-9D1G^44Bnan8moodPark
08/1312009 AwF Group, |nn.:3833/1s140/N8u-LomerSchool
1008/2008 City Of Live Qak:z047~v@/14341 /John Hate Park
0305/2009 8hanmmm& Associates, |oo.:3183'ss/1514S8ameeIsland County Park
04/25/2011 City Of Miami Gandans:s1o1-s2no41mananmv oupam
03/01x2011 Sauer mconponsvad:s985-6DO8/NAG Child Development Center
�812.00
57,000/00
56,21973
55,500.00
55,500.00
55,090.82
s*`s7a.Uo
53,972.00
51.999�0O
51,995.00
51,570,00
51,250,00
51.OUUO
50,845'46
50,290,00
nn.2*5�3V
����
Start Date
PROJECTED Finsih DATE
Project Name
Gross Amount
29 -Jul
9 -Aug
CAROLINE COUNTY
$109,815
5 -Aug
16 -Aug
CITY OF CLEMSON
$103,092
7 -Aug
6 -Sep
CAMP BEAUREGARD
$45,300
12 -Aug
14 -Aug
RESTON CC
$8,750
12 -Aug
13 -Aug
KLA - PLAMETTO BAY
$20,956
12 -Aug
19 -Aug
ROANOKE CITY PUBLIC SCHOOLS
$29,400
13 -Aug
16 -Aug
RICEVILLE ELEMENTARY
$15,000
13 -Aug
16 -Aug
ST MICHAEL THE ARCHANGEL
$18,800
14 -Aug
16 -Aug
SMYTH COUNTY
$51,602
8/19 -TBD
23 -Aug
CHARTER SCHOOL OF EXCELLENCE
$19,700
24 -Aug
25 -Aug
PINHOOK DAYCARE
$15,900
26 -Aug
9 -Sep
CALCASIEU PARISH SCHOOLS
$128,800
26 -Aug
28 -Aug
AKOTA ELEMENTARY
$37,700
26 -Aug
30 -Aug
NEAL COMMUNITIES - EAGLES TRACE
$88,400
26 -Aug
30 -Aug
NEAL COMMUNITIES
$2,200
29 -Aug
29 -Aug
SILVERDALE BAPTIST
$4,700
30 -Aug
30 -Aug
VESTAVIA HILLS
$4,600
3 -Sep
6 -Sep
LIBERTY ELEMENTARY- FRANKLIN
$40,500
3 -Sep
6 -Sep
CITY OF BENNETTSVILLE
$33,770
3 -Sep
6 -Sep
THE SANIBEL SCHOOL
$7,400
16 -Sep
19 -Sep
HE CORLEY ELEMENTARY
$29,000
16 -Sep
20 -Sep
HAWTHORNE RESIDENTIAL
$18,900
TBD
WITTER ELEMENTARY
$32,800
This is to acknowledge receipt of a copy of the U.S. Department of Housing and Urban
Development Federal Labor Standards Provisions (HUD Form 4010) concerning the
project Marshall Williamson Park Improvements Proiect --havaround Equipment
(Name of projoft)
Further, I hereby certify that I have on this date, read, examined, understood and
acknowledge the contents of U.S. Department of Labor requirements, particularly the
requirements contained in Wage General Decision Number FL130168 3 0711212013 FL16
ff2aU that is applicable to this project,
I hereby agree to abide by the requirements of the Federal Labor Standards Provision issued
by the United States Department of Housing and Urban Development and described in Form
HUD-4010 and those requirements contained in Wage General Decision Number FL130168 3
07/1212013 FLI 68 —Heavy for this project.
I I it - I * , III, . ,
C'44�_' Cl- r..
Authorized Signature: 1 0 -C" &L=,
Print -Narne:
Contractor
Subcontractor
Other
1119-401MIL-M Al I ". *
Title:
111 111
Eli"
I I it - I * , III, . ,
C'44�_' Cl- r..
Authorized Signature: 1 0 -C" &L=,
Print -Narne:
Contractor
Subcontractor
Other
1119-401MIL-M Al I ". *
Title:
General Decision Number: FL130168 07/1212013 FL168
Superseded General Decision Number: FL20120168
State: Florida
Construction Type: Heavy
County: Miami-Dade County in Florida,
HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)
Modification Number Publication Date
0 01/04/2013
1 04105/2013
2 05/17/2013
3 07/12/2013
Rates Fringes
ELECTRICIAN
Total value of Electrical
work on Project including
materials over $2,0070,000,,,$ 30.11 8.96
Total value of Electrical
work on Project including
materials under $2,000,000,.$ 27.15 8.64
------------------------------------------------------
ENG10487-017 01/16/2010 ----------
Page 2 of 5
Cranes with Boom Length
$ 16.61
5.52
Less than 150 Feet (With
13.09
1.26
or without �ib); Hydro
7.25
0,00
Cranes 25 Tons & Under, a
1.67
OPERATOR:
Over 50 Tons (With
s 10.00
2.84
Oiler/Apprentice); Boom
Truck .......................
$ 27.57
8.78
OPERATOR: Drill .................
� 25.05
8.78
OPERATOR: Loader ................
$ 24.89
8.78
OPERATOR: OiIez....,.'...,..,...
__---___-_----_________~-_---_---_--~_--__________-____-___-____
22.24
9,78
IBO00272-005 10/0I/2011
Bates Fringes
IROMI]RKER, STRUCTURAL ........... $ 23.94 5.93
______--___-__-____-_--___-_---___-____-_________-_-_____--____-
IABOI652-004 05/0I/201I
Rates Fringes
LABORER: Grade Checker .......... $ 14,50 4.67
------------------------~---------------~-----------------------
SAID0365-007 09/0I/20II
Rates Fringes
PAINTER: Brush, Roller and
Spzay^. .......................... $ I9,50 7.93
-_-_--__-__-________-_--______-_____-___-__-_____-__________-___ /
SOFL2089-I84 06/24/2089
Rates Fringes
CARPENTER, Includes Form Work.... $ 17,00 251
CEMENT MASON/CONCRETE FINISHER ...
$ 16.61
5.52
LABORER: Common or Geoeral..-...
13.09
1.26
LABORER: Landscape—i..,..,.....$
7.25
0,00
LABORER: Power Tool Operator
1.67
OPERATOR:
(Hand Held Drills/Saws,
s 10.00
2.84
Jackhammer and Power Saws
Ooly).. ..........................
$ 10.63
2.20
Combo .... ........ ,...............
$ I6,10
2.44
OPCsQ\TVR/
Bulldozer .............
$ 14.95
0.8I
OPERATOR:
Excavator .............
$ 21.16
1.67
OPERATOR:
Grader/Blade.....� ....
s 10.00
2.84
168xdvb7v=3 8VI/2013
OPERATOR: Roller ...... .........
$ 10.95
0.00
OPERATOR: Scraper ...............$
11.00
1.74
OPERATOR: Trackhoe ..............$
20,92
5.50
OPERATOR: Tractor ...............$
10.54
0.00
TRUCK DRIVER, Includes Dump
Truck ............................
9.60
0.00
TRUCK DRIVER: Lowboy Truck ......
$ 12.73
0.00
TRUCK DRIVER: Off the Road
Truck ......... .................
----------------------------------------------------------------
$ 12.21
1.97
WELDERS - Receive rate prescribed for craft performi
operation to which welding is incidental. I
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)) .
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is union or non-union.
Union Identifiers
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rates.
http://wdol,gov/wdol/scafiles/davisbacon/FL16S.dvb?v--3 911/2013
0000/9999: weighted union wage rates will be published annually
each January.
Survey wage rates will remain in effect and will not change
until a new survey is conducted.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be;
an existing published wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
http://wdol.gov/wdol/scafiles/davisbacon/FL168.dvb?v=3 8/1/2013
200 Constitution Avenue, N.W,
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4_) All decisions by the Administrative Review Board are final.
http://wdol.gov/wdoliscafiles/davisbacon/FL I 68,dvb?v--3 8/1/2013
Federal Labor Standards Provisions U.S. Department of Housing
R Urban D- R
Office of Labor Relations
form HUD 4010 (0612009)
Pmdous editions are obsolete Page 1 of 5 ref. Handbook 1344.1
4. Apprentices and Trainees.
Previous edftloni- a-ri obs o-I ite- form HUD -4010 (06/2009)
Page 3 of 5 ref, Handbook 1344.1
Page 4 of Mf. Handbook
Pre*Wous editions are obsolete form HUD-4010 �0612009)
Page 6 of 5 ref. Handbook 1344.1
INSURANCE REQUIREMENTS
The term "Contractor, as used in this document, refers to the entity providing constru -
Ct'o
type services. The terms "owner" and "sub-reciplerif are used interchangeably, and refl
to the entity receiving Federal funds directly from PHCD.
L Based on the type of project the Contractor shall acquire the following insurance and submit necessary
certificate(s) and original policies described hereunder.
A. New Construction Project$ include construction of a new building-, addition of dwelling units outside the existing
walls of a structure, etc.
M Major �84jbljlafloj
It. insurance required by project typi
2 MT
A. New Construction
S. Major Rehabilitation
C� Mi 1-911
091-1141TWiMlUffly-14 fowl
A. New Construction Professional Liability Insurance- in the name of the Contractor or the i
f
S. Major Rehabilitation licensed design professional employed by the Proposer in an amount of
not less than $250,000.
All insuranos requirements must be verifies at the time of the pre-construction meeting,
D. Commercial Revitalization
I f KCT-TW=r- 11JRFl*-HllrAv&*jw- i'Mir I T- 0 -
9 M
C. Minor Rehabilitation and Land Acquisition
k New Construction
i B. Major Rehabilitation
A. New Construction
Automobile Liability Insurance- covering all owned, non-owned and
8 Major Rehabilitation
hired vehicles used in connection with the work, in an amount not less
C. Minor Rehabilitation and Land Acquisition
than $500,000 combined single limit per occurrence for bodily injury and=
D Commercial Revitalization
property damage.
All insuranos requirements must be verifies at the time of the pre-construction meeting,
Ill. All insurance policies required above all shall be issued by companies authorized to d*,
business under the laws of the State of Florida, with the following qualifications:
The company must hold a valid Florida Certificate of Authority as shown in the latest
"List of All Insurance Companies Authorized or Approved to Do Business in Florida"
issued by the State of Florida Department of Insurance and are members of the Florida
Guaranty Fund,
IV Ali insurance required by the contract must stay in force Unfit final acceptance except,
"Completed Value Builder's Risk7 which may be dropped after substantial completion.
The Contractor shall also keep all insurance required by contract except "Completed
Value Builders Risk, in force when performing any work during the guarantee
period(s).
The Contractor shall furnish cerrificates, of insurance and insurance policies to the
owner prior to commencing any operation under this contract, which certificates shall
clearly indicate that the Contractor has obtained insurance, in the type, amount, and
classifications, as required for strict compliance with the contract.
NOT5, Certificates will indicate no modification or change in insurance shall be made
without thirty (30) days in advance notice to the certificate holder.
V. Cancellation of any insurance or bonds, or non-payment by the contractor of any
premium for any insurance policies or bonds required • this contract shall constitute a
breach of this contract. In addition to any other legal remedies, the owner at its sole
option may terminate this contract or pay such premiums, and deduct the costs thereof
from any amount, which are or may be due to the Contractor.
Page 2 of 2
6 - WSURANCE REQUIREMENTS
Miarni-Datte County PHCD
FEN-
19MIMMM m #I F. rt"--T-m 5 n* I
umm� �M �,
U�
Mr-11,9,111m M.,
In the event of a substantial funding reduction of the allocation to the Principal
ContractorlOwner through Board of County Commissioners' action, the Principal
Contractor/Owner may, at its discretion, request in writing from the Director of PHCD a
release from its contractual obligations to the County. The Director • PHCD Will review
the effect of the request on the community and the County prior to making a final
determination.
I M.N. I R-MI.M.1 11-11.
ganunw-IRMIK0142L =111-11
3 =-
T R
7. Payment Settlement
All official project records and documents must be maintained during the operation of this
project and for a period of three (3) years following close out in compliance with 4 NCAC 19L
Rule .0911, Recordkeeping,
M
IR WOR ".
Miami-Dade County PHCD
STATE OF:
COUNTY
being first duly sworn, deposes and says to
(1) Heishe is Of the Bidder
that has submitted the attached Bid.
111 1 g11111111pig, !11111�
(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
(SIGNED)
4:7 7
q js A-
Title
Page 12
i'
Mlam Dade County PROD
r �
2. Contractors must establish and maintain a current list of minority and women's recruitment
sources, provide written notification to minority and women's recruitment sources and to
community organizations when the contractor or its unions have employment opportunities
available, and maintain a record of the organization's responses,
H
Page I Of 6
10 - AFFIRMATIVE ACTION STANDARDS
Miami-Dade County PHCD
To Demonstrate Compliance:
Contractors must have a file • the names, addresses, telephone numbers, and craft$ of ea
minorite
and/or woman a-
y,licant showin i the date of contact and whether or not the,�terson
hired and (if not) the reason; whether or not the person was sent to a union for referral and wvihi
happened; and follow-up contracts when the contractor was hiring-
To Demonstrate Compliance:
Contractors must have copies • letters sent to verrfy claim that the union is impeding the
contractor's efforts to comply.
5. Contractors must develop on-the-job training opportunities or participate in training programs for
the area that expressly includes minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the contractors employment needs, especially
those programs funded or approved by the Department of Labor. The contractor shall provide
notices of those programs to the sources compiled under Item 2, above.