Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Executed Agreement Aneen Const
vUcuoiyii orvt lupt;iv. ooraF_4Uu-ovro--+or i-�oio-oa�wcau�orl4 Agreement No. AGREEMENT FOR PUBLIC WORKS CONSTRUCTION Aneen Construction, Inc. For the Avenues Master Plan Storm Drain Improvement Project CIP PROJECT NO. Z10032 This Agreement for Public Works Construction ("Agreement") is made and entered into as of May 14, 2024 by and between the City of Lake Elsinore, a municipal corporation ("City") and Aneen Construction Inc.. a Corporation ("Contractor"). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Proiect and Proiect Documents. Contractor agrees to construct the following public improvements("work") identified as: Avenues Master Plan Storm Drain Improvement Proiect (the"Project") The City-approved plans for the construction of the Project, which are incorporated herein by reference and prepared by the City of Lake Elsinore, are identified as: Avenues Master Plan Storm Drain Improvement Plans The Project Documents include this Agreement and all of the following: (1) the Notice Inviting Bids, Instructions to Bidders, Bid Documents including Bidder's Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specifications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above-listed documents are made a part of this Agreement as though fully set forth herein. 2. Compensation. a. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Project, including furnishing all materials and performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder's Proposal, such contract price being Two Million Two-Hundred Fifty- Seven Thousand, Eight hundred-Eighty-Two Dollars and Fifty Cents ($2,257,882.50). 1 L/UI.UJIIJ.II CIIVCIUFv ILJ. DUr JCVt7U'OVrO'YJr I'.7J!D'D:JCIiVG.7VV V/1'4 b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. C. Contractor agrees to receive and accept the prices set forth in the Bidder's Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3. Completion of Work. a. Contractor shall perform and complete all work within One Hundred Twenty (120) working days from the date of commencement specified in the Notice to Proceed, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes,utility and transportation services required for construction of the Project. b. All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. C. Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the City Engineer, a City inspector, or a representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements or the Project Documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the Project Documents. Such protest shall not be effective unless reduced to writing and filed with the City within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the Project Documents. d. City and Contractor recognize that time is of the essence in the performance of this Agreement and further agree that if the work called for under the Agreement is not completed within the time hereinabove specified, damages will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the amount of One Thousand dollars ($1,000.00) per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 2 vul.0 OI II GI IVCIUPU IV. oor.7C4.7u-0or0-•4 Jr I-i7J/o-oOCI�uzuuuum•4 4. Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damage claim against the Contractor. Any change to the work shall be by way of a written instrument ("change order") signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Engineer is authorized to sign any change order provided that sufficient contingency funds are available in the City's approved budget for the Project. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by Contractor without the prior written consent of City. 7. Licenses. Contractor represents and warrants to City that it holds the contractor's license or licenses set forth in the Project Documents, is registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, the County and Board Supervisors, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to 3 LJUL,UJIIYII CI IVCIUPt!ILJ.OUr.7C47U-0Ur O-'TJr I-.701 D-OJCl.OGJ000JI4 property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9. Insurance Requirements. u IrZgl;ranre ('pntrartor, at Contractor's n\A/n cost and PXpPY1CP_ shall prnn Ira and maintain, for the duration of the Agreement, unless modified by the City's Risk Manager, the following insurance policies. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non-renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker's Compensation Insurance and Eniployei's Liability hisuianue for His/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 ("any auto"). No endorsement may be attached limiting the coverage. 4 vucuaiyn �nveiuNc iv. ouracr�u-ooro-4�r i-aor o-oo�i.ocauuurti iv. Builder's Risk Coverage. Prior to the commencement of any construction of the Project, Design-Builder shall obtain (or cause to be obtained) and keep in force during the term of any construction, builder's risk insurance insuring for all risks of physical loss of or damage (excluding the perils of earthquake and flood). V. Professional Liability Coverage Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor's profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor's services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general commercial liability and automobile liability insurance policy shall be with insurers possessing a Best's rating of no less than A:VII and shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. C. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City's option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of 5 UUUL101YII CI IVUIUPU IU.OUr.7C'4UU-OUr O-VJr I-CJ!C-OJ=UU/COOOM-+ performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 10. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 9753n With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: Aneen Construction Inc. Attn: Tamer Khalil 9938 Magnolia Riverside, Ca 92503 11. Entire Agreement. This Agreement constitutes the complete and exclusive statement of agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 12. Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 13. Assignment and Subcontracting. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties for obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 14. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 15. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 16. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 6 UUI.VOI II 1:HVCIUPt::IU. ovr�C•+7U-OOrO-•+0r I-CJ1 o-L)JCI.ULZ7000M•+ 17. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys'fees. 18. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of the City. 20. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 22. Prevailing Wages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. 7 L/UI,UJIIJII CI IVCIUyt!IL/.OUr Z)C'4.'7U-OUr O"iJr 1-UJ/O'OJCIJUeUUUU/14 b. Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. C. Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and cartain noticed required of the Contractor nertnininn to their location. The r a statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d. Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Agreement. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such ccntributicri5. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. e. Eight hours labor constitutes a legal day's work, as set forth in Labor Code Section 1810. 23. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] 8 UUUUOI I I CI IVIVIUP/ IU.DUr.7C14L70'0Ur U-1+0r I-p0/0-0jF—L UL.7000H9 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. "CITY" "CONTRACTOR" CITY OF LAKE ELSINORE, a municipal Aneen Construction, Inc., a Corporation corporation DocuSigned by: �446t& SIKA �� DocuSigned by: 7v p 5/24/2024 12:50 PM PD 5/24/2024 2:38 PM PDT City Manager 9.09 By: Tamer Khalil Its: President ATTEST: DocuSigned by: r-A) 5/27/2024 1 6:25 PM PDT City er By: Click or tap here to enter text APPROVED AS TO FORM: Its: Click or taD h.-; to enter text. DocuSigned by: 1%.& ,a.4e,loU 5/24/2024 1 8:22 AM PDT Ut V'Nftorney DDocuSigned by: 5/16/2024 1 2:42 PM PDT Assistant City Manager 9 LJUL,UJIIJ.I I CI IVCIUyU IL).DUf UC'4Z7U-0Ur0-4Jr 1-U lI D-DJCIrU4UUUI)M-f EXHIBIT A CONTRACTOR'S PROPOSAL [ATTACHED] UUI.U,DlylI CI IVCIUF tC IL/. DOr.7C4uV-OVf-O-4Jr I-UJI D-Djc-,UL uVVOM4 CITY OF LAKE ELSINORE CIP Project No. Z10032 SECTION C BID DOCUMENTS B-6 UUUU01y1I CI IVCIUpU IV.0Ur.7CN.7U-0Ur0-40r 1-UOI D-D0C1.04UL)UUM•T CITY OF LAKE ELSINORE CIP Project No. Z10032 BIDDER'S PROPOSAL THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 Company: Aneen Construction, Inc. Honorable Mayor, Members of the Council: In accordance with the Notice Inviting Bids pertaining to the receiving of bid proposals by the City of Lake Elsinore for the above titled improvement, the undersigned hereby proposes to furnish all Work to be performed in accordance with the Specifications, Standard Drawings, and the Contract Documents, for the unit price or lump sum set forth in the following schedule: Time of Completion: One Hundred Twenty (120) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. 1. BID SCHEDULE A ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL COST NO. GENERAL ITEMS 1. Mobilization&Demobilization(Not to Exceed 5%of Bid). LS 1 95,000 95,000.0 2. Site Maintenance and Best Management Practice LS 1 6,000. 6,000. 3. Traffic Control and Public Convenience. LS 1 20,000.0 20,000.0 4_ Construction Survey and Re-Establishing Centerline Ties and LS 1 27,000.0 27,000.0 Monuments. SITE DEMOLITION S. Sawcut,Remove and Dispose of Existing AC Pavement SF 28,460 1.50 42,690.0 6. Remove And Dispose of Existing AC Berm LF 505 7. Remove And Dispose of Existing Concrete Headwall w/ Precautionary Measures Taken to Protect the Two LS 1 6,000.0 6,000.0 Existing 36"Fiberglass Pipes In-Place for Reuse 8. Sawcut,Remove and Dispose of Existing Concrete Curb LF 355 5.00 1,775. &Guttor 9. Sawcut,Remove and Dispose of Existing Concrete Curb LF 75 5.00 375.0 Only 10. Sawcut, Remove and Dispose of Existing Concrete SF 440 1,320.0 Sidewalk 3.00 11. Sawcut, Remove and Dispose of Existing Concrete SF 1,085 3,255.00 Cross-Gutter&Curb at T-Intersection 3.00 12. Remove Existing Gabion Wall for Reuse (59 LF). LS 1 10,000.0 10,000 Dispose of Existing Filter Fabric Material. Remove And Dispose of Existing 7'Wide Curb Opening 13. Catch Basin w/ Precautionary Measures Taken to EA 1 2000 2000 Protect the Existing 15"And 24" Storm Drain Pipes In- Place for Reuse UNCLASSIFIED EXCAVATION,SOIL EXPORT AND GRADING 14. Earthwork Trenching&Stockpiling, Cut-Volume Cy 4850 19.50 94,545 15. Earthwork Backfill and Roadway Grading, Fill-Volume Cy 2,700 19.50 52,650 16, Off-site Hauling and Disposal of Surplus Soil Material CY 2,150 32,250 As-Needed) 15 STREET IMPROVEMENTS 17. Construct 8" Hot Mix Asphalt Dike Per City of Lake LF 616 24 14,784 Elsinore Std.No. 207 18. Construct 4" AC Paving Over 95% Compacted Native TON 387 175 67,725 Soils Per Soil Engineer's Recommendations 19 Construct 6"Thick PCC Residential Driveway Approach SF 340 15 5100 Per City of Lake Elsinore Std.No.207,Width Per Plan 20 Construct 8" Curb Only, Type 8A Per City of Lake LF 56 80 4480 Elsinore Std. No.203 C-7 UUUU01y1I CIIVUIUytC IV.0Or7C4.7U-0Ur O-VJr I-.70/D-D"JCk_,Ue7000/14 CITY OF LAKE ELSINORE CIP Project No. Z10032 Construct 6' Wide Concrete Cross Gutter Only Per 21 Section A-A Of City of Lake Elsinore Std. No. 209A and SF 1,425 Detail 26 On Sheet 2. Construct Weakened Plane Joints 48 68400 for Gutter Eve 10' 22 Construct 4'Wide Concrete Ribbon Gutter Per Detail 27 SF 2,580 40 103,200 on Sheet 2 23 Construct 8"Concrete Integral Curb&Gutter Type 8 Per LF 80 4$ 3840 Cityof Lake Elsinore Std No.201 Cold Mill 2"Min. Of Existing AC Pavement, Crack Seal 24. 1/4" Or Larger, And Construct 2" Min. AC Overlay Per SF 1800 8.5 15300 Detail on Sheet 2 25. Construct 3'Long 0"Curb to Full Height Curb Transition LF 6 200 1200 26. Construct Full Depth AC Paving. Paving To Match SF 415 16 6640 Existing Pavement Section. 4"Min.) 27 Construct 4" Thick Concrete Sidewalk Per City of Lake SF 575 6957 Elsinore Std No.210 12.1 Reinstall Gabion Wall Using Salvaged Materials with 28. New Mirafi 140N Filter Fabric (or Approved Equal) Per LS 1 10000 10000 Plan 59 LF Traffic Striping & Markers, and Pavement Legends (4" Double Yellow Striping per Caltrans STD. A20A, Detail 29. 22; 4" White Edge of Traveled Way Line per Caltrans LS 1 STD. 27B; Stop Pavement Marking and 12" Limit Line 8900 8900 Striping) I 30. Re-install Salvaged Traffic Signs with Mounting per City EA 1 500 500 STD. No 406A. Install MUTCD Warning Sign W3-1 (CA)With Mounting 31. Per City of Lake Elsinore Stop Sign Installation Detail EA 1 900 906 Std. Dwg.406A 32. Construct 2"AC (4"AC at Storm Drain Trench) Paving TON 565 167 94355 Per Detail on Sheet 2 STORM DRAINAGE IMPROVEMENTS 33. Install 15" RCP (D-LOAD Per Profile).Trench And Pipe LF 88 200 17600 Bedding Per RCFC&WCD Std. Dw . No.M815 34. Install 18" RCP (d-load per profile). Trench and pipe BeddingPer RCFC&WCD Std. Dw . No. M815 LF 570 135 76950 35. Install 24" RCP (D-Load Per Profile). Trench And Pipe LF 72 190 7030 BeddingPer RCFC&WCD Std. Dwg. No. M815 36. Install 36" RCP (D-Load Per Profile). Trench And Pipe BeddingPer RCFC&WCD Std. Dw . No.M815 LF 896 200 179,200 3T Install 48" RCP (D-Load Per Profile). Trench And Pipe BeddingPer RCFC&WCD Std. Dwg. No. M815 LF 723 287 207501 38. Construct Concrete Collar Per RCFC&WCD Std. Dwg. No. M803 EA 1 3000 3000 39. Construct Catch Basin No.1 Per RCFC&WCD Std.Dwg. No CB100—10'C.B. EA 3 13500 40500 40. Construct Catch Basin No 1 Per RCFC&WCD Std.Dwg. No. CB100—14'C.B. EA 3 13750 4125G 41. Construct Catch Basin No.1 Per RCFC&WCD Std.Dwg. No. CB100-21'C.B. EA 4 20250 $1000 42. Construct Catch Basin with Grate Inlets Per SPPWC Std. Plan No.301-4—14'C B. EA 1 15125 15125 43. Construct Catch Basin with Grate Inlets Per SPPWC Std. Plan No.301-4—21'C.B. EA 1 20000 20000 44. Construct Manhole No 2 Per RCFC&WCD Std. Dwg. M.H.252 EA 11 7500 7500 45. Construct Junction Structure No.2 Per RCFC&WCD Std. EA 1 3 Dw . JS227 000 3000 46. Construct Junction Structure-Pipe to Pipe Per SPPWC EA 4 14400 Std. Plan No.332-2 3600 47. Install Precast Jensen 24"X36" Catch Basin Model No. D1243660 With Bolted Down Traffic-Rated Trax Plate Steel Cover,Slip Resistant and Painted Black Per Detail EA 1 8000 8000 No. 15 On Sheet 13 48. Install Trash Rack(Inclined)Per SPPWC Std.Dwg.361- EA 1 13000 2 13000 49. Install 18" CMP Pipe by Cutting Existing 18" CMP and EA 1 6500 6500 Welding 18"CMP Tee Per Detail 18 on Sheet 13 C-8 UUI.0 JIly.11 CIIvCiupt:mi. D0rur_-+J0-oUro-4Jr I-.7J!D-0JCIJU4Z7000H'+ CITY OF LAKE ELSINORE CIP Project No. Z10032 50 Install 24" CMP Riser Per Detail 13 On Sheet 15(CMP Shall Be Polymer Lined Per ASTM Std A762,AASHTO EA 1 3000 3000 Std M245. Inside and Out) 51 Construct Concrete Headwall and Wingwalls Per Caltrans Std. Plan D90 With Concrete Cutoff Wall-4.0' EA 1 40230 40230 Deep, 12"Wide w/#4 12"E.W. 52. Construct Grouted 1l4 Ton Rip-Rap, 2.7 Deep w/Mirafi 1100N Filter Fabric Per Detail No. 16 on Sheet 13(3,100 LS 1 7000 7000 SF 53. Construct Local Depression No.2 Per RCFC&WCD Std. EA 11 3500 38500 DwQ No.LD201 and Per Detail on Sheet 3 54. Connect RCP Pipe to Catch Basin or Manhole Structure Per Plan.Apply Non-Shrink Grout to Form a Water Tight EA 56 465 26040 Seal 55. Install 36"x72" Precast Reinforced Concrete Box Per LF 554 590 326,860 CALTRANS Std. No. D83A D83B 56. Construct Transition Structure for RCB to Pipe per EA 1 SPPWC Std. Plan No.342-2 22000 22000 57. Construct Junction Structure to Connect Pipe to RCB per EA 4 3500 14000 SPPWC Std. Plan No.333-2 58. Construct manhole Structure per SPPWC Std. Plan No, EA 2 7500 323-4 15000 59. Install (Modified) Cast-in-Place Reinforced Concrete EA 1 30000 30000 Junction Structure per CALTRANS Std.Plan No. D91A 60. Install 24"Flap Gate(Hydrogate or Approved Equal) EA 1 8000 8000 61. Remove interfering Portion of Exist. 30"Water Line and Cap Ends.Install 48"Steel Casing per EVMWD Std.Plan LF 20 1100 22000 W-6(Casing Only for Future Use). Cap Ends. 62. Install Bio-Clean Full Capture Filter with 21' Trough System Curb Opening Catch Basin Model No. CIF-Full- EA 4 8000 32000 24 63. Install Bio-Clean Full Capture Filter with 14' Trough System Curb Opening Catch Basin Model No. CIF-Full- EA 2 8000 16000 24 64. Install Bio-Clean Full Capture Filter with 10' Trough System Curb Opening Catch Basin Model No. CIF-Full- EA 3 8000 24000 24. 65. Install Bio-Clean's Connector Pipe Screen (CPS)Model EA 2 3500 7000 No. U47x24. TOTAL BID PRICE: TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT $ 2,257,882.5 Total Bid Price in Numbers $ two million two hundred fifty seven thousend eight hundred eighty two dollars and fifty cents Total Bid Price in Written Form In case of discrepancy between the written price and the numerical price, the written price shall prevail. Note: Estimated quantities are for the purpose of Bid comparison only; payments will be made on the basis of actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities. (S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other applicable taxes and fees. All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above. No additional payments will be allowed. *BID MAY BE REJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS. C-9 LJUGUGHY.11 CI IVUIUPU IU. Dor.7C'4.7U-oUro-'4Jr I-.7J/O-OJCUULD000rY4 CITY OF LAKE ELSINORE CIP Project No. Z10032 The undersigned agrees to enter into and execute a contract, with necessary bonds, at the unit prices set forth herein and in case of default in executing such contract, with necessary bonds, the check or bond accompanying this bid and the money payable thereon shall be forfeited thereby to and remain the property of the City of Lake Elsinore. The above unit prices include all work appurtenant to the various items as outlined in the Specifications and all work or expense required for the satisfactory completion of said items. In case of discrepancies between unit prices and totals, the unit prices shall govern. The undersigned declares that it has carefully examined the Plans, Specifications, and Contract Documents, and has investigated the site of the work and is familiar with the conditions thereon. Aneen Construction, Inc. Contractor Date: 4/7/24 By: Tamer Khalil Contractor's State License No.: 1004775 Class: A Department of Industrial Relations Registration No: 1000033880 Registration Date: 6/30/22 Expiration Date: 6/30/25 Address: 9938 Maqnolia Riverside, CA 92503 Phone: 909-913-3024 FAX: C-10 L uk;uoiyi CIIVCIVpt;mi.our.7C'fJV-OVro-'fJr 1-7J/O-ojr-VOLJUUVH'4 CITY OF LAKE ELSINORE CIP Project No. Z10032 ACKNOWLEDGMENT OF ADDENDA RECEIVED THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO. Z10032 The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum received. Addendum No. 1 x. Addendum No. 2 Addendum No. 3 Addendum No. 4 If an addendum or addenda have been issued by the City and not noted above as being received by the Bidder, the Bid Proposal may be rejected. 417/24 Bidder'p'Signature Date Tamer Khalil President Print Name Title C-11 Llul.uoiyi CllveluFJC ILl.our 5CY.7V-our o-HJr i-.7o/D-ou CL/uG.7uuum-+ CITY OF LAKE ELSINORE CIP Project No. Z10032 NON-COLLUSION AFFIDAVIT THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 STATE OF CALIFORNIA ) SS COUNTY OF � 1 ) (NAME) Tamer Khalil affiant being first duly sworn, deposes and says: That he or she is President of (sole owner, partner or other proper title) Aneen Construction the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone has to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and,further,that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associations, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. (Public Contract Code Section 7106) Address: 9939 Magnolia,Riverside CA 92503 Telephone No.: Print Name: Tamer Khalil Signature: JA Title: President Date: 40124 SIGNING INSTRUCTIONS TO THE CONTRACTOR Non-Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate. Attach notary certificate immediately following this page. If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. C-12 LlUI.UJIIyII CI IVCIUpU ILL.0Ur.7C'TZ7U'0Ur U"fJr 1'7J1 O-D"JCI..UL.'7000r1V J U RAT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of RIVERSIDE Subscribed and sworn to (or affirmed) before me on this 8TH day of APRIL , 2024 , by TAMER KHALIL proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. K. DUNN '�'`° "t�•v; COMM.#2451484 NOTARY PUBLIC.CALIFORNIA Signature RIVERSIDE COUNTY n ^COMM.EXPIRES JUNE 24,iO2 (Seal) UVI:U J iyii CI Ivuiupt:IU.our cr--tuu-ouro-4or I-uo/o-ojr-L uGzyuuuM-+ CITY OF LAKE ELSINORE CIP Project No. Z10032 LIST OF SUBCONTRACTORS THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 The bidder is required to fill in the following blanks in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the Government Code of the State of California) and should familiarize itself with Sections 2-3 of the Standard Specifications. Name Under Which Subcontractor is Licensed: T Maus License Number: 992056 Address of Office, Mill or Shop: 1953 n. warren rd san Jacinto, ca Specific Description of Sub-Contract: and Bid Items of Work: paving Name Under Which Subcontractor is Licensed: Champions structures License Number: 1090063 Address of Office, Mill or Shop:_ 24720 Superior ave Specific Description of Sub-Contract: and Bid Items of Work structures Name Under Which Subcontractor is Licensed: superior Pavements Markers License Number: 776306 Address of Office, Mill or Shop: 5312 Cypress Street Specific Description of Sub-Contract: and Bid Items of Work: striping Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work: Subcontractors listed in accordance with the provisions of Section 2-3 must be properly licensed under the laws of the State of California for the type of work that they are to perform. Do not list alternate subcontractors for the same work. C-15 LJUOUolylI CI IVCIUpV ILJ.OVrUC'TOU-OUr O"iJr I-,JJI D-D'Jr_UUZUUUUMV CITY OF LAKE ELSINORE CIP Project No. Z10032 REFERENCES THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 Failure to demonstrate adequate experience may result in rejection of the bid. For all public agency projects with a similar scope of work which you have worked on (or are currently working on) in the past two (2) years, provide the following required information: 1. Name (Firm/Agency) City of Placentia Address 4U1 E Chapman Ave Project Title Main St&Crowther Parking Lot Project Location City of Placentia Type of Work Parking Lot Improvement Project Manager Contact Alex Banjian Phone 714-961-0283 Dated Completed April 2023 Contract Amount 645,000 2. Name (Firm/Agency) City of Hemet Address —. Project Title Simpson Center Parking Lot Project Location City of Hemet Type of Work Whole parking lot Project Manager Contact Anthony Flores Phone 562-547-8555 Dated Completed Contract Amount 389,000 3. Name (Firm/Agency) City of Lake Elsinore Address 130 S Main Street Project Title Paradise Acres Project Location City of Lake Elsinore Type of Work Drainage structure Project Manager Contact Carlos Norvani Phone 951-674-3124 Dated Completed Jan 2023 Contract Amount 390,000 C-16 UUUU01y1I CIIVCIUPtV IU.DUr7C•h7U-0Ur U-4Jr I-.7J/D-D:JCI'UL.7VV V/'14 CITY OF LAKE ELSINORE CIP Project No. Z10032 List any other projects (private, older than three (3)years, etc.)that may represent qualifying or similar experience: 4. Name (Firm/Agency) Caltrains District 9 Address Bishop Project Title Boron and Division Creek Improvements Project Location Boron & Division Creek Type of Work ADA Improvement Project Manager Contact Enrico De Jesus Phone 760-925-8442 Dated Completed Jan 2023 Contract Amount 167,000 5. Name (Firm/Agency) Address Project Title Project Location_ Type of Work Project Manager Contact Phone Dated Completed Contract Amount 6. Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount C-17 Ll UI.U01y1I CI I VCIUptC IU.D0r.r--+,7U-0Ur0-4Jr 1-001 D-0JCUULy000H'# CITY OF LAKE ELSINORE CIP Project No. Z10032 CONTRACTOR INFORMATION THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 Contractor's License No.: 1004775 Class: A a. Date first obtained: 2015 Expiration 6/30/25 b. Has Bidder's License ever been suspended or revoked? No If yes, describe when and why: c. Any current claims against License or Bond? No If yes, describe claims Principals in Company (List all—attach additional sheets if necessary): NAME TITLE LICENSE NO. (If Applicable) Tamer Khalil President 1004775 C-18 VUI:UJIIy.II CI IVCIUPC IV.0UrZ7C•f:70-0Ur U-4Jr D-D0r---ULJ000MY CITY OF LAKE ELSINORE CIP Project No. Z10032 VIOLATIONS OF FEDERAL. STATE OR LOCAL LAWS THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 1. Has your firm or its officers been assessed any penalties by an agency for noncompliance or violations of Federal, State or Local labor laws and/or business or licensing regulations within tn ve (5) years relating to your construction projects? YE (circle one) Federal / State / Local (circle one) If"YES," identify and describe, (including agency and status): Have the penalties been paid? YES / NO (circle one) 2 Does your firm or its officers have any ongoing investigations by any public agency regarding violations of the State Labor Code, California Business and Professions Code or State Licensing Laws? YES NO circle one) Code/Laws: Section/Article: If"yes," identify and describe, (including agency and status): 3. Has Bidder been "default terminated" by an owner (other than for convenience), or has a Suretyocomleted a contract for Bidder within the last five (5) years? YEScircle one) If"yes explain: 4. Has Bidder been cited more than twice for failure to pay prevailing wages in the last five (5) years? YES NO (circle one) If"yes, a explain: C-19 uuuuoiyn r-irvV1UPU w.ouryo,rvu-ooro-wor i-voio-our-t-.ocauuum-+ CITY OF LAKE ELSINORE CIP Project No. Z10032 Notes: Providing false information may result in criminal prosecution or administrative sanctions The above crtification is part of the Proposal. Signing this Proposal on the signature portion ther f shall also constitute signature of this Certification. Y� 04-09-24 Sig'njature Date U Tamer Khalil President Print Name Title Aneen Construction. Inc. Contractor Name C-20 Llul:u Jiyi CI ivCiup1 iu.our JC•4Ju-Our O-VJr 1-J0/D-DJCIiuGJVVVMH CITY OF LAKE ELSINORE CIP Project No. Z10032 DISQUALIFICATION OR DEBARMENT THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 Has your firm, any officer of your firm, or any employee who has a proprietary interest in your firm ever been disqualified, removed, or otherwise prevented from bidding on, performing work on, or completing a federal, state or local project because of a violation of law or a safety regulation? YES / NO (circle one) If yes, provide the following information (if more than once, use separate sheets): Date: Entity: Location: Reason: Provide Status and any Supplemental Statement: Has your firm been reinstated by this entity? YES / NO (circle one) Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. 04-09-24 Signature Date Tamer Khalil President Print Name Title Aneen Construction, Inc. Contractor Name C-21 UUUU01y1I CI IVCWpt!IU. OUr_UF_-+ZJU-UUr 0-'+Jr-I-i!J!U-OJCI.1QZU000M4 CITY OF LAKE ELSINORE CIP Project No. Z10032 If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. UTILITY AGREEMENT THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 HONORABLE MAYOR AND CITY COUNCIL CITY OF LAKE ELSINORE, CALIFORNIA The undersigned hereby promises and agrees that in the performance of the work specified in this contract for Project No. Z10032, THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT, (1) (we) (it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary, primary or transmission facilities. The term "Qualified person" is defined in Title 8, California Administrative code, Section 2700, as follows: Qualified Person: A person who by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the rcquircmcnts contained herein. signature U By: Tamer Khalil Name President Title Aneen Construction, Inc. Contractor Name C-22 VuL.u,Diyii CIIVCIupu mi.oUrz7C'f.7u-ouro-•+ar I-u,3to-ou Cl.uLz7uuu/1'f CITY OF LAKE ELSINORE CIP Project No. Z10032 PUBLIC CONTRACT CODE THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO.Z10032 Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, State. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not x been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after"has" or"has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation: Yes No x If the answer is yes, explain the circumstances in the following space. Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediate preceding two-year period because of the Contractor's failure to comply with an order of 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 cautionedithat making a false certification may subject the certifier to criminal prosecution. 4/7/24 Signbture Date Tamer Khalil President Print Name Title Aneen Construction, Inc. Contractor Name C-23 Limuoiyii rurvewpe iu. ooryo,+uu-ooro-40r 1-yo(o-0Ur_U0LJuu0N4 CITY OF LAKE ELSINORE CIP Project No. Z10032 BOND NO. N/A _ BIDDER'S BOND THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO. Z10032 KNOW ALL MEN OR WOMEN BY THESE PRESENTS. That we Aneen Construction, Inc , as PRINCIPAL, hereinafter referred to as "Contractor", and The Gray Casualty & Surety Company a duly authorized corporate as "Surety," are held and firmly bound unto the City of Lake Elsinore in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Contractor above named, submitted by said Contractor to the City of Lake Elsinore for the work for said project entitled above, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City of Lake Elsinore to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors,jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the amount of Teri Percent of the Total Ar-nount of the Rri �(1 W`` ) THE CONDITION OF THIS OBLIGATION IS SUCH: That whereas the Contractor has submitted the above-mentioned Bid to the City of Lake Elsinore as dfuresaid fur the work for said project entitled above. NOW, THEREFORE, if the aforesaid Contractor is awarded the Contract and, within the time and manner required under the Contract documents, after the prescribed forms are presented to him or her for signature, enters into a written Agreement in the prescribed form and in accordance with the Contract documents, and files two bonds with the City of Lake Elsinore, one to guarantee faithful porformanco and the other to guarantee payment for labor and materials, in accordance with said Contract documents, and as required by law, and files the required insurance certificate(s) in accordance with said Contract documents, then this obligation shall be null and void. otherwise, it shall be and remain in full force and effect until execution of the ,Agreerru:nt or forfeiture pursuant to the Provisions of Sections 20172 and 20174 of the Public Contract Code. In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. (SIGNATURE PAGE FOLLOWS) uUwalyii mivcwNe iu.our ye4yu-ooro-,+,3r 1-yoio-oor_k.ocauuoM1+ CITY OF LAKE ELSINORE CIP Project No. Z10032 BIDDER'S BOND SIGNATURE PAGE THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP PROJECT NO. Z10032 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 9th day of April 2024 BIDDER: CORPORATE SURETY: Contractor Name: Aneen Construction, Inc. Company Name:The Gray Casualty& Surety Company f Address: 9860 Indiana Ave„ #18 Address: 1225 W Causeway Approach Riverside, CA 92503 Mandeville, LA 70471 Telephone No.: (909) 913-3024 Telephone No.- (877) 857-6006 Print Name: Tamer Khalh Print Name: Pietro Micciche Title: fresrdent Title. Attorney-in-Fact Signature: p��., Signature_ Date: April 9th,2024 Date April 9th, 2024 SIGNING INSTRUCTIONS TO THE CONTRACTOR Bidder's Bond must be accompanied by notary certificates for EACH signature. Note the description of the document on the notary certificate. Attach BOTH notary certificates immediately following this page. Corporate Seal may be affixed hereto. The attorney-in-fact for corporate surety must be registered, as such, in at least one county in the State of California. Attach one original Power of Attorney immediately following the notary certificates. If the Bidder fails to properly sign or omits the required signatures, the bid will be considered non-responsive and will be rejected, C-14 UuL;uaiyii CflvelUpe IU.DoraC'+eu-ooro-'FJr I-JJlD-DUCI..OL�000H4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 �icQr.�t;�rrvnr�.camraAr�[atx^ � A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California i Country of _ Los Angeles ) OnA- Y A �1�h�Yt/�� before me, Angel Nunez, Notary Public -. Date Here Insert Name and Title of the Officer personally appeared Pietro Micciche Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the personoo whose name(g) is1" subscribed to the within instrument and acknowledged to me that h%W)bQ)K executed the same in his/)pp(l k authorized capacity(M),and that by his/)gWM1(D(signature(W on the instrument the person(g), or the entity upon behalf of which the person(4) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the fore oing paragraph is true and correc WITNESS my,�an td official seal r 3w ANGEL NUNEZ Signature,at Notary Public•California Signatur f Notary Public Los Angeles County s Commission#2482770 r •`'� My Comm Expires Mar 14.2028 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _ _ Document Date: Number of Pages: Signer(s) Other Than Named Above; Capacity(ies) Claimed by Signer(s) Signer's Name: . �_ -__.. Signer's Name: Corporate Officer - Title(s): __ Corporate Officer - Title(s): Partner - Limi�ad it General Partner - : : Limited General Individual VAttorney in Fact Individual Attorney in Fact Trustee I Guardian or Conservator Trustee Guardian or Conservator Other: __ Other: - Signer Is Representing: Signer Is Representing: -- — f�.�'4'x?4Y•7CS,K'�:ldSi4^LXSS:F.:fi�:C'S�i16K. "�7C'�'4'{F4'SSUl.%(�S:L'SefSI:G�=L'�:�(1GeUt.'Z'! 02014 National Notary Association •www.NationalNotaiy.org • 1-800-US NOTARY(1-800-876.6827) Item #5907 000uoiyii mivuiupu IU.DorziC'+zi0-ouro-'+Jr I-yJr D-DOCt,0/-tJ000M1+ I'refeired l i0ndule'WIUCC, na I)' 20-14 I',4') 1(W)802011471) TIIIE GRAY INSIIRANCE COMPANY I III'. GR,11 CASUAL I l & SURE I 1 CONI AN1 GEN ER,%1, P011 t' h R O A 1-"1OR��NLA Bond Number:'13 nVGp�p�Q Principal: (•"or4�f�i Vl BY\ I (/'YN L) Prnjccl:`�_p (����c�QS �1oS�-r�r �I�n S�-ocm 'Q�a�r� �►�����eevl� JeC�' KNOM :11.1 BY I I Il:sd I'I( 14:\IS. I I I.1 I I he Gra) Insurance(ompun) and I Ire(inn ( a,ualln ,C Storer (-onrliiur\.corhor:Ilion..Jul% organvcd and c;islill_under the h1w,of Louisiana.and h;n inp Ihcir hrineillal of l ice,in 1letail ie. I oui,iena.do herch\ mAc, eon;lilule.❑nd .Ihhoint: Patricia Lcniio, Llisabcic Salazar,Angel Nand,and Ticino ,Miccichc ol'I,os.1n�cks,California,juinll� and sc%cralh oil hrh,Ill of such 0I'llte(,omPtlnics named abo(e its tl'uC and lim(ul nllorne�(s)-in-Pact.to nwkc.e\CCute. ;col and dcli\cr. l0r and on it,hchall and a, it,'Iced. hood,.of olhel Oriting,obligator} in the nature ofa bond.as,urCty.conlrlcl,o1'surcu,hip as:Ire Of Ina, be rcyuircd M.hCrnlillCd 1) liM. ragulaoun-contract urulhcnt isc.pi-m ided That no bond or undertaking or eoutraet of.urel\,hi1)c;cculed under this unthorih ,hull e;cced the lnnonnl ul' s_'s_(1(III.000.(I(1. I his I'o\%cr OFAtlornc\ is granted and is signed h, IacsimiIC undri and h) the aolhotiI uh the IOIIM ing ke,011.16011, udol,led h) the Iloaidk nl' Directors (it*hoth I he (ir a� Insurance ( onypan) and I he (ira\ (asuall\ & Surel) C omp,nt) al meetings dul� c,Illcd and held on the 'b" (1:n nl lung. -1003, -RI 1,01 VI 1). Ihm the Presidenl. IACCLItI%C Vice PI'CSidcn(.an) Vice President.or the Sccrctar\ be and each or:ury ofthem IICI-Chi is iunhorii.ed to c\ccutc a hoN\cr of AHOI'ne) yuilIIk ing the allorne� named In the given I'o%\cr ol-itornc� to C;eCutc on behalf of the(onllr,ur) hoodk undertaking,.and all Contracts oh;uret).and that each ol.an) oPlhcm is herch.\ author ii.ed to allc,l to the ewcution of such P(mcr of Atlornc,.and to altach the seal ol'thc Compam:and it is I!k I I II.R RI S()I VI 1). thal the sipnalure oh such of licer,and the,eat of the Conthun� nun he al'li\cd to um such 1'o\+Cr of,\Ikn'ne, or to JIJN cerlilicalc rclaling thereto h� Iacsimilc.and am such I'mtcr of : llonlc\ or certilicme hcarilw,ucl1 klcsintilc,i naun'C or Iacsimilc seal,hull he hinding upon the Contpan) lum and in the future,�hen so ulli\cd (�ith regard to an) hand. undertaking or conlracl ol'suret� to hich it is mkichcd. I\ 14 I I NI SS WI II.k1-01:. 1 he Gray Insurance Company and 1 he(ir:n ('a,u;tlu &Sureh (011111an) base caused their'ollieial ,cal,to he herClrtln :Illi\cd.:id Ihcse Iire,cnl,to be signed b\ Iheir aulhoriicd olliecrs this T`(Iu\ of No\cmhcr. ?Il!?. I; Michael 1.Gr:o l ullen S.I I,ke � r SEAL ,'I SEAL _ Prc,idcol President his. »w• . I he(ira Insurance Cumpun) I he(iru; (.uuall., & ti(Ilet\ (nntlr.un sf•.,� tir sidle of I oui,ianll ,: Parish of.Iellerson ()n Ihi,4`1 day ol'NoW11hC1. .'_022_bcfoic me.a Not:u'\ P(Ihhc.I)crsontrll) uhhearcd M ehacl I.(ui1). I'IcsidCnl of I he(rI:1) Insurimcc (uinl an).and('ullen S. Piskc, Presi&111 01'I he Gra) ('asuadl) & Skil-Ch (onynul).I)Crsonull\ kno� n 10 nu. being dal.\ sAwrn.ackmm Icdged Ilral tile% ,i,ned the ahme 1,ImeroI*AHoI,Ilev ,tad allied Ihe;eal,ol'lhr rumluutie;as ol'licers nl_mid acknm(Icdgc( ;aid in;l I'll nu'nl to he the \nlUnlar') act and dCcJ.nl'IhCir,:omhanies. �i 1 Y, le'r Pub{ I Ci��.h 1nnc Ileniran Noter} ID No 94053 Nouu\ Public.Pill i;lh ofUrlruns'-,latc of I oul,iaua Cr�z�ns N.ansh_LJUIji,3 :AID Cununis,lon is lur I ilc 1. %Lirk S. Viinguno.ticcrctar\ of I he(ira\ Insurance(omlxmt .do hcrcb\ cenill that the ahove and lurgoing i.;a Iruc unJ eurreet eoll� nfa Pomer of.Altornc\ gi\cn h)m dIc cunlpun es. hicll is,l 11 in ILII IUICC tuI(ICM Cl. IN M I INI SS WI)I kIrOI . I ha�e,ci illy hand and adliscd the souls of the Col thisl din ul A'Pf 04,44 40sl**$—"& 1. 1 elgh A IIIL I ICItIGIIt. Sucrclar) or I he Gan CasualtN & Sorel) Caml)an) .Flo hcn.h\ ccrliI\ th;u ih,e,Iho\c m-.I forgoing i,;1 urge and COCICCi cull) nfa I'o�\u ul'n(lornu) gi,cn h) tile.onlhauies. ��luacII I , II in full Iirre�mid e11ccl. IN \\I I\I SSI11'.kI OI . I have set nr� h;t,td ❑nd al'li;cd the scaly of-the(olnl,an) 1hI4 do) of u J SEAL K SEAL it !� y 'A_.� Q1rvs>� �~f•1 L)Ut.UalylI CIIVCIUIIC IU.DUt-C1r--+MJ-0Ur-o-•4Jr I-OJ/D-D"JC1.,ULZ7000H4 W DATE(MMIDDIYYYY) AC"Ro CERTIFICATE OF LIABILITY INSURANCE 0 5/16/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement s PRODUCER CONTACT _NAME: Nick Roumi Radius Insurance Services PHONE 135 S. State College Blvd #200 (Ac,NoExu• (800) 400-7283 F�c,N 888 908-0704 E-MAIL ADDRESS: niCk@radiusins.com Brea CA 92821 INSURERS AFFORDING COVERAGE NAIC# INSURERA:Travelers Property Casualty Co 25674 INSURED INSURER B:The Travelers Indemnity Com an 25682 Aneen Construction, Inc. INSURER C: 9938 Magnolia Ave INSURERD: Riverside CA 92503 INSURERE: (909) 913-3024 INSURERF: COVERAGES JR CERTIFICATE NUMBER:Cert ID 11249 (2) REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR --fib $UBR POLICY EFF POUCYEXP LIMITS TYPE OF INSURANCE POLICY NUMBER MM/D /YYYY sA70 B X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE RFNTED CLAIMS-MADE I X i OCCUR 4T22-CO-2Y427520-TCT 05/15/2029 05/15/2025 PREM SESOEa occurrence $ 300,000 MED EXP(Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 NIOTHER: L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000POLICY�PFto- LOC PRODUCTS-COMP/OP AGG $ 2,000 000 JECT $ AUTUMUBILE LIABILITY - � ISINGLE M17 $ 1,000,000 A X ANY AUTO BA-2Y427648-24-2S-G 05/15/2024 05/15/2025 BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTYOAMAGE $ X AUTOS ONLY X AUTOS ONLY P gnt] $ A X UMBRELLALIAB X OCCUR CUP-2Y427950-24-2S 05/15/2024 05/15/2025 EACHOCCURRENCE $ 1,000,000 EXCESS LIAR CLAIMSAIADE ACCRCOATE $ 1,000,000 1-1 DED RETENTION.$ 1 $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N T TE ER ANYPROPRIETORIPARTNER/EXECUTIVE ❑ NIA A E,L,EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) *10 day notice of cancellation in the event of nonpayment of premium RE: Project # Z10032 - THE AVENUES MASTER PLAN STORM DRAIN IMPROVEMENT PROJECT CIP CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Lake Elsinore 130 S. Main St AUTHORIZED REPRESENTATIVE Lake Elsinore CA 92530 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AC" OR CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 05/16/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: BIBERK PHONE g44-472-0967 FAX 203-654-3613 ._(A/C.No.Extl: (A/C,No]: P.O. Box 1CT 06 E-MAIL customerservice@biBERK.com Stamford, CT 06911 INSURERS AFFORDING COVERAGE NAIC# INSURERA: Berkshire Hathaway Direct Insurance Company 10391 INSURED INSURER B• Aneen Construction, Inc INSURER C: 9860 Indiana Ave 18 INSURER D: Riverside, CA 92503 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TNSR ADDL UBR POLICY EFF POLICY TR TYPE OF INSURANCE INSO WVD POLICY NUMBER MMIDD/YYYY MMIDDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 0 CLAIMS-MADE 1-1 OCCUR DAMAGE TO ENTE PREMISES,(.- c $ 0 MED EXP(Any one person) $ 0 PERSONAL&ADV INJURY $ 0 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 0 POLICY 11 jREK;I El LOC PRODUCTS-COMP/OP AGG $ 0 OTHER: $ AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT $ iE,acc,d ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED )accident Per $ AUTOS ONLY AUTOS BODILY INJURY( HIRED NON-OWNED PROPERTYDAMAGE AUTOS ONLY AUTOS ONLY bra e $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X P I OTH- AND EMPLOYERS'LIABILITY Y/N AT TI ER A ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? Fq NIA N9WC521195 04/19/2024 04/19/2025 (Mandatory in NH) E,L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $1,000,000 Professional Liability (Errors & Per Occurrence/ Omissions): Claims-Made Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Policy#N9WC521195 contains a blanket Waiver of Subrogation therefore the insurer agrees to waive its right to recover from the certificate holder to the extent required by written contract. Exclusions: Tamer Khalil; CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lake Elsinore THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 130 S Main St ACCORDANCE WITH THE POLICY PROVISIONS. Lake Elsinore, CA 92530 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD vucuoiyii rurvcwNa w.Dorar_-+aU-ooro-tior i ao�o oUw o�aUUor�w BUSINESS LICENSE CITY OF LAKE ELSINORE This business license is issued for revenue purposes only and does not grant authorization Administrative Services-Licensing to operate a business. This business license is issued without verification that the holder is 130 South Main Street, Lake Elsinore, CA 92530 subject to or exempted from licensing by the state, county, federal government, or any PH (951)674-3124 other governmental agency. Business Name: ADAMS STREETER CIVIL ENGINEERS,INC. BUSINESS LICENSE NO. 026658 Business Location: 16755 VON KARMAN,SUITE 150 Business Type: PROFESSIONAL/ENGINEERS IRVINE,CALIFORNIA 92606 Owner Name(s): ADAMS STREETER CIVIL ENGINEERS,INC. Issue Date: 3/1/2024 Expiration Date: 2/28/2025 ADAMS STREETER CIVIL ENGINEERS, INC. 16755 VON KARMAN,SUITE 150 IRVINE,CALIFORNIA 92606 Starting January 1, 2021, Assembly Bill 1607 requires the prevention of gender-based discrimination of business establishments A full notice is available in English or other languages by going to:hops://www dca ca.gov/publications/ TO BE POSTED IN A CONSPICUOUS PLACE THIS IS YOUR LICENSE • NOT TRANSFERABLE