HomeMy WebLinkAboutBRNB4220021A8A4_014418EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public
agencies for which bidder has performed similar work within the past
five years. only projects in excess of $20,000 .each qualify as similar
for this project.
1. Project Title Laguna Canyon Road Median Landscaping in Laguna Beach
Contract Amount $787K
Type of Work Landscape, Irrigation, DG
Client City of Laguna Beach
Agency Project Manager Alpha Santos Phone619-737-7565
Date Completedl/24 %Subcontracted 5%
2. Proj act Title Ernie Howlett Park Improvements
Contract Amount $318K
Type of work Park Improvements
Client City of Rolling Hills Estates
Agency Project Manager Jessica Slawson Phone 310-377-1577 ext 122
Date Completed 3/23 b Subcontracted 0
3. Project Title Highway Planting 07A5564
Contract Amount $148K
Type of Work Landscape & Irrigation on Route 101
Client Caltrans
Agency Project Manager
Phone (562) 572-5983
Date Completed10/22 % Subcontracted 00/0
Kevin Bui
NOTE: If requested by the City, the bidder shall furnish a certified
financial statement, references, and other information sufficiently
comprehensive to permit an appraisal of his current financial condition.
Bidder's Signature S
Each bidder shall possess a valid Contractor's License
issued by the Contractor's State License Board at the
time his/her bid is submitted. The class of license shall
be applicable to the work specified in the contract.
Each bidder shall also have no less than five (5) years
of experience in the magnitude and character of the work
bid.
Bidder Qualifications called for to be submitted at time
of bid include, but are not necessarily limited to:
1. The Contractor shall have been in business under the
same name and California Contractors License for a
minimum of five (5) continuous years prior to the bid
opening date for this Project. The license used to
satisfy this requirement shall be of same type required
by the contract.
2. License classification shall be as required by the
contract specifications.
3. The Contractor shall perform at least 50% of
contract with its own forces.
EXECUTION OF CONTRACT: The bidder to whom award is made
shall execute a written contract with the City on the
agreement form provided, and shall secure all insurance
and bonds as herein provided within ten (10) days from
the date of written notice of the award. Failure or
refusal to enter into a contract as herein provided, or
to conform to any of the stipulated requirements in
connection therewith shall be just cause for the
annulment of the award and the forfeiture of the proposal
guarantee.
If the successful bidder refuses or fails to execute
the Contract, the City may award the Contract to the
next lowest responsible bidder or re -advertise. On
the failure or refusal of the lowest responsible
bidder or next lowest responsible bidder to execute
the Contract, such bidder's guarantees shall be
likewise forfeited to the City.
PERMITS, FEES AND LICENSES: The Contractor shall
possess a valid business license prior to the issuance
of the first payment made under this Contract.
CLAIMS FILING AND PROCESSING• The City and Bidder agree
to attempt to orally resolve any disputes which may give
rise to a claim (hereafter, "Claim") that falls within
the definition of Public Contract Code section 9204
(hereafter, "Section 9204"). If these efforts are
unsuccessful, the City and Bidder shall process the
Claim in accordance with Section 9204. In summary, if
the Bidder decides to submit a Claim to the City, it
shall be sent by registered or certified mail, return
receipt requested, together with reasonable
documentation to support the Claim. A Claim may include
a Claim by a subcontractor or a lower tier subcontractor
meeting the requirements of Section 9204(d)(5). Within
45 days of receipt of the Claim, or any extension thereof
agreed upon by the City and the Bidder, the City will
conduct a reasonable review of the Claim and provide the
Bidder with a written statement identifying what portion
of the Claim is disputed and what portion is undisputed.
Payment of any undisputed portion of the Claim shall be
made within 60 days after the City issues its written
statement. If the City does not provide a written
statement within the time specified, the Claim shall be
deemed rejected.
If the Bidder disputes the City's written statement or
if the Claim is deemed rejected, the Bidder may demand
in writing by registered or certified mail to the City,
return receipt requested, an informal conference to meet
and confer in an effort to settle the disputed portion
of any Claim. Within 30 days of receipt of such written
demand, the City shall schedule a meet and confer
conference.
If any portion of the Claim remains in dispute
after the conference, the City shall, within 10 City
business days of the conclusion of the conference,
provide the Bidder with a written statement
identifying any portion that remains in dispute and
any portion that is undisputed. Payment of any
undisputed portion shall be made within 60 days after
the City issues its written statement. Any remaining
disputed portion shall be submitted to nonbinding
mediation in accordance with Section 9204(c)(2)(B),
unless the Bidder and City waive the mediation upon
mutual written agreement.
CONFLICT OF INTEREST: In the procurement of supplies,
equipment, construction and services by sub -
recipients, the conflict -of -interest provisions in
(State LCA-24 CFR 85.36 and Non -Profit Organizations -
24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611,
respectively, shall apply. No employee, officer or
agent of the sub -recipient shall participate in
selection or in award of administration of a contract
supported by Federal funds if a conflict of interest,
real or apparent, would be involved.
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 61091
The undersigned, a duly authorized representative of the
contractor, certifies and declares that:
1. The contractor is aware of Sections 1777.1 and 1777.7 of the
California Labor Code, which prohibit a contractor or
subcontractor who has been found by the Labor Commissioner or
the Director of Industrial Relations to be in violation of
certain provisions of the Labor Code, from bidding on, being
awarded, or performing work as a subcontractor on a public
works project for specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or
perform work as a subcontractor on a public works project by
virtue of the foregoing provisions of Sections 1777.1 or
1777.7 of the California Labor Code or another provision of
law.
3. The contractor is aware of California Public Contract Code
Section 6109, which states:
(a) A public entity, as defined in Section 1100 [of the
Public Contract Code], may not permit a contractor or
subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code to bid on, be awarded,
or perform work as a subcontractor on, a public works
project. Every public works project shall contain a
provision prohibiting a contractor from performing work
on a public works project with a subcontractor who is
ineligible to perform work on the public works project
pursuant to Section 1777.1 or 1777.7 of the Labor Code.
(b) Any contract on a public works project entered into
between a contractor and a debarred subcontractor is
void as a matter of law. A debarred subcontractor may
not receive any public money for performing work as a
subcontractor on a public works contract, and any public
money that may have been paid to a debarred subcontractor
by a contractor on the project shall be returned to the
awarding body. The contractor shall be responsible for
the payment of wages to workers of a debarred
subcontractor who has been allowed to work on the
project.
4. The contractor has investigated the eligibility of each and
every subcontractor the contractor intends to use on this
public works project, and determined that none of them is
ineligible to perform work as a subcontractor on a public
works project by virtue of the foregoing provisions of the
Public Contract Code Sections 1777.1 or 1777.7 of the Labor
Code, or any other provision of law.
I declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct. Executed this
day of February , 2o324 at Ontario, CA (place of
execution).
J J/ ti�VtiI
so -
Name:
Monick J Lopez
Title: President
Name: of Contractor:
Kormex Construction, Inc.
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in
conformance with Public Contract Code Section 10162, the Bidder
shall complete, under penalty of perjury, the following
questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder
who has a proprietary interest in the business of the Bidder, ever
been disqualified, removed, or otherwise prevented from bidding on
or completing a federal, state or local government project because
of violation of law or a safety regulation?
YES NO No
If the answer is yes, explain the circumstances in the following
space:
STATEMENT
In conformance with Public Contract Code Section 10232, the
Contractor, hereby states under penalty of perjury, that no more
than on final unappealable finding of contempt of court by a
federal court has been issued against the Contractor within the
immediately preceding two-year period because of the Contractor's
failure to comply with an order of a federal court which orders
the Contractor to comply with an order of the National Labor
Relations Board.
NOTE: The above Statement and Questionnaire are part of the
Proposal. Signing this Proposal on the signature
portion thereof shall also constitute signature of this
Statement and Questionnaire.
Bidders are cautioned that making a false certification
may subiect the certifier to criminal prosecution.
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identi
Diamond Bar Center Landscape Updates, 1600 Grand Ave.
Bid Date 2-28-24
This information must include all construction work undertaken in the
State of California by the bidder and any partnership, joint venture or
corporation that any principal of the bidder participated in as a
principal or owner for the last five calendar years and the current
calendar year prior to the date of bid submittal. Separate information
shall be submitted for each particular partnership, joint venture,
corporation or individual bidder. The bidder may attach ,any additional
information or explanation of data, which he would like, taken into
consideration in evaluating the safety record. An explanation must be
attached of the circumstances surrounding any and all fatalities.
ITEM
5CALENDAR YEARS
CURRENT
YEAR
PRIOR TO CURRENT YEAR
-2Q18-
-W14---
Q24-
-W24---
-2a22--
TOTAL
-2$2+2-
2019
2020
2021
2022
2023
2024
No, of Contracts
0
0
8
12
14
34
2
Total dollar amount of
0
0
$1.6 Mill
$2.2 Mill
$2.5 Mill
$6.3 Mill
$300K
contracts (in 1,000's)
No. of lost workday cases
0
0
0
0
0
0
0
No. of lost work day
cases
involving permanent
transferto
0
0
0
0
0
0
0
another job or
termination of
employment
No. of lost workdays
0
0
0
0
0
0
0
*The information required for this item is the same as required for
columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational
Injuries and Illnesses, OSHA No. 102.
The above information was compiled from the records that are available
to me at this time and I declare under penalty of perjury that the
information is true and accurate within the limitations of these records.
Kormex Construction, Inc.
Name of Bidder (Print
2324 S. Vinevard Ave Ste K
Address
class
Ontario, California 91761
City
A/C27
State Contractor's Lie. No. &.
909-218-5700
Zip Code Telephone