Loading...
HomeMy WebLinkAboutPROJECT DOCUMENTSEXPERIENCE 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 $200,000 each qualify as similar for this project. 1 . Project Title Cypress College SEM VRC/ NOCCCD Contract Amount $1,005,517 Type of Work Roofing & Waterproofing Client North Orange County Community College District Agency Project Manager Sundt Construction / Kevin Smith Phone 9493088208 Date Completed 06/30/2021 % Subcontracted NA 2. Project Title Rosa Parks Memorial Building / Califomia Dept of Transportations 3 Contract Amount $1,176,765 Type of Work Roofing & Wateproofing Client CafTrans Agency Project Manager CafTrans/DenyalLanik Phone 9098063982 Date Completed 02/28/2021 % Subcontracted NA Project Title Cesar Chavez Middle School / Hayward USD Contract Amount $1,111,370.00 Type of Work Roofing & Waterproofing Client Hayward Unified School District Agency Project Manager TriGrou /Brian Rasmussen Phone 8316016637 Date Completed 1Zia 1/2020 % Subcontracted 0.1%(waste removal) NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraises of his curr t financial condition. Bidder's Signature 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 have five (5) years of experience in the Application of fluid -applied roof membrane. 4. The Contractor shall perform at least 500 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. CONTRACTORS JCG'� STATE LICENSE BOARD ACTIVE LICENSE 4 ...699236 E--, CORP �.�...N.» COURTNEY INC a....a.w(.)C-8 C61ID12 C33 C39 �.. 11 /30/2024 www. csib. ca.aov 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 intc 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 27th, 2024 201_, at Irvine, California (place of execution). Si ature Name: Daniel Ammann Title: Estimator Name of Contractor: Courtney 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 X 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 sublect the certifier to criminal prosecution. CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Ident ificationCi of Diamond Bar Public Works City Hall Re -Roof/ Rehabilitation Project Bid Date February 28th , 2024 @ 2:00pm 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 5 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2018 2019 2020 2021 2022 TOTAL 2023 No. of Contracts 171 265 245 325 321 1327 103 Total dollar amount of 43,410, 00 67,216,000 57,456,000 39,960,000 contracts (in 1,000's) 54,930,000 60,106,000 283,121,262 No. of lost workday cases 2 2 2 2 3 11 3 No. of lost work day cases involving permanent transfer to 0 0 0 0 0 0 30 another job or termination of employment No. of lost workdays 209 360 182 182 129 1062 127 *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. Courtney Inc. I -, z- Name of Bidder (Print Signature 16781 Millikan Avenue Address Class Irvine, CA 92606 699236; C39 State Contractor's Lic. No. & 9492222050 City Zip Code Telephone John Weingarden, Field Advisor Roofing Division, Tremco CPG, Incorporated 7630 Cherry Ave., Fontana, CA 92336 www.tremcoroofing.com jweingarden@tremcoinc.com Cell: 714.287.3049 January 5, 2024 To: Joanna Sung Courtney, Inc. 16781 Millikan Ave. Irvine, CA 92606 Re: Roof System(s) Confirmation Letter • Built Up Asphalt Roofing • Modified Bituminous Membrane Roofing • PVC Roofing • Liquid Applied Roofing & Coatings Ms. Sung: This letter will serve to confirm that Courtney, Inc. is an approved Tremco Applicator, certified to install all Tremco Roofing Systems, including, but not limited to those listed below. Courtney, Inc. is highly qualified to assist with any of these systems. ✓ Tremco Roof Systems: o Built Up Asphalt Roofing o Modified Bituminous Membrane Roofing o PVC Roofing o Liquid Applied Roofing & Coatings If you have any other questions, or need any further clarification, please feel free to contact me by phone, or email. Sincerely, John Weingarden Tremco Incorporated 714-287-3049