Loading...
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.