Loading...
HomeMy WebLinkAboutAneen Avenues MDP Storm Drain Bid Documents 2 CITY OF LAKE ELSINORE CIP Project No. Z10032 SECTION C BID DOCUMENTS B-6 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). IS 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 5. Sawcut,Remove and Dispose of Existing AC Pavement SF 28,460 1.56 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. &Gutter 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 3.06 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 T Wide Curb Opening Catch Basin w/ Precautionary Measures Taken to 13. Protect the Existing 15"And 24" Storm Drain Pipes In- EA 1 2000 2000 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 2150 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 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 Ever 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 48 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) 30. Re-install Salvaged Traffic Signs with Mounting per City EA 1 500 506 STD.No.406A. Install MUTCD Warning Sign W3-1 (CA)With Mounting 31. Per City of Lake Elsinore Stop Sign Installation Detail EA 1 900 900 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. Dwg. No. M815 34. Install 18" RCP (d-load per profile). Trench and pipe BeddingPer RCFC&WCD Std. Dwg. No. M815 LF 570 135 76950 35. Install 24" RCP (D-Load Per Profile). Trench And Pipe LF 72 190 7030 Bedding Per RCFC&WCD Std. Dwg. No. M815 36. Install 36" RCP (D-Load Per Profile). Trench And Pipe BeddingPer RCFC&WCD Std. Dwg. No. M815 LF 896 200 179,200 37. 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. EA 1 No. M803 3000 3000 39. Construct Catch Basin No. 1 Per RCFC&WCD Std.Dwg. EA 3 40500 No.CB100—10'C.B. 13500 40. Construct Catch Basin No. 1 Per RCFC&WCD Std.Dwg. EA 3 13750 41250 No.CB100—14'C.B. 41. Construct Catch Basin No. 1 Per RCFC&WCD Std.Dwg. No.CB100—21'C.B. EA 4 20250 81000 42. Construct Catch Basin with Grate Inlets Per SPPWC Std. EA 1 15125 15125 Plan No.301-4—14'C.B. 43. Construct Catch Basin with Grate Inlets Per SPPWC Std. EA 1 Plan No.301-4—21'C.B. 20000 20000 44. Construct Manhole No. 2 Per RCFC&WCD Std. Dwg. EA 11 7500 M.H.252 7500 45. Construct Junction Structure No.2 Per RCFC&WCD Std. EA 1 3000 3000 Dw .JS227 46. Construct Junction Structure-Pipe to Pipe Per SPPWC Std. Plan No.332-2 EA 4 3600 14400 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 13000 49. 12 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 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 1/4 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 Dw . 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. 323-4 EA z 7500 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 z 3500 7000 No. U4.7x24. 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 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: Department of Industrial Relations Registration No: 1000033880 Registration Date: 6/30/22 Expiration Date: 6/30/25 Address: 9938 Magnolia Riverside, CA 92503 Phone: 909-913-3024 FAX: C-10 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. 4/7/24 Bidder's Signature Date Tamer Khalil President Print Name Title C-11 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 else 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. 9938 Magnolia,Riverside CA 92503 Telephone No.: 909-913- 24 Print Name: Tame,Khalil Signature: Title: President Date: 4l7/24 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 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 , 20 24 , by TAMER KHALIL proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. ° DUNN U¢'� pET COMM.#24514134 0 NOTARY PUBLIC.CALIFORNIA +� Signature RIVERSIDE COUNTY 0 1 r 44WOF1 COMM.EXPIRES JUNE 24,2027- (Seal) 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 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 401 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 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 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 Aist all—attach additional sheets if necessary): NAME TITLE LICENSE NO. (If Applicable) Tamer Khalil President 1004775 C-18 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 the st five (5) years relating to your construction projects? YE / NO (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 Surety com leted a contract for Bidder within the last five (5) years? YES NO circle one) If"yes," a 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 CITY OF LAKE ELSINORE CIP Project No. Z10032 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 ther fof shall also constitute signature of this Certification. � 04-09-24 Si mature Date Tamer Khalil President Print Name Title Aneen Construction, Inc. Contractor Name C-20 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 thereoffshall also constitute signature of this Certification. 04-09-24 Signature Date Tamer Khalil President Print Name Title Aneen Construction, Inc. Contractor Name C-21 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 requirements contained herein. ignature By: Tamer Khalil Name President Title Aneen Construction, Inc. Contractor Name C-22 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 cautioned'that making a false certification may subject the certifier to criminal prosecution. 4/7/24 Signature Date Tamer Khalil President Print Name Title Aneen Construction, Inc. Contractor Name C-23 CITY OF LAKE ELSINORE CIP Project No. Z10032 BOND NO. NIA 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 Ten Percent of the Total Amount of the Bid(10%) THE CONDITION OF THIS OBLIGATION IS SUCH.- That whereas the Contractor has submitted the above-mentioned Bid to the City of Lake Elsinore as aforesaid for 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 performance 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 Agreement 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) G-13 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 2o24 BIDDER: CORPORATE SURETY: Contractor Name: Aneen Construction, Inc. Company Name.The Gray Casualty& Surety Company 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 Khalil Print Name: Pietro Micciche Title: fresident Title: Attorney-in-Fact Signature: SignatuiJ �� �— 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 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 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 Los Angeles ) On _ N Y A R�� before me, _Angel Nunez, Notary Public — Date Here Insert Name and Title of the Officer personally appeared Pietro Micciche — _— Namefs)of Signer(s) who proved to me on the basis of satisfactory evidence to be the personw whose namely() is/" subscribed to the within instrument and acknowledged to me that he/ W)ft executed the same in his/)iy(q"X authorized capacity(*X),and that by his/)gXMAjXsignature(;4 on the instrument the person(, or the entity upon behalf of which the person%) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the fore oing paragraph is true and correc / j WITNESS my an d official seal , ANGEL NUNEZ Signature Notary Public California Signatu of Notary Public Los Angeles County > Commission#2482770 o My Comm.Expires.'Aar 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 — F]Limilpid General Partner — Limited I_ General Individual 8f Attorney in Fact Individual Attorney in Fact Trustee L Guardian or Conservator 71 Trustee Guardian or Conservator Other: — ---- - -- Other: ----- — — Signer Is Representing: Signer Is Representing: 020114 National Notary Association •www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item#5907 Preferred Bonding Services 04,102,12024 13:49 1088802011479 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER O�F],(ATTORNE) Bond Number:13� Prriin,,ciipal:j eey\ (On4,K"VIID�r ' (rnl� ,, p J?��], Project:-NC, A�V�I/���j !'IV;7 ff fl-lA S-Vos1m lq a�YN l/�''\ �iov mm- T� Pj( (-,— KNOW ALL 13Y THESE PRESL\I S_ Il IA l I he Gray Insurance C'onlpany and the Gray Cautaln , Surely Company.corporaliow,,luly organized and existing under the laws of Louisiana.and ha%ing their principal offices in Metairie.Louisiana.do hereby make,constitute,and appoint: Patricia Lenizo,Elisabete Salazar,Angel Nunez,and Pietro Micciche of Los Angeles,California jointly and severally on hchalfof• each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make.execute.seal and delixcr.for and on its behalf and as its deed. bonds.or other writings obligatory in the nature ofa bond•as surety.contracts of suretyship as are or may be required or permitted by law, regulation,contract or otherwise•provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the anwunt of $25.000.000.00. This Power of Attorney is granted and is signed b\ facsimile under and by the authority of the Rlllowing Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and 'I he Gray Casualty & Surety Company at meetings duly called and held on the 26"' Jac of .I one.2003. "RESOLVED,that the President,Executive Vice President.any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of'Attorney qualifying the attorney named in the given Power of Attorney to execute oil behalf of the Company bonds. undertakings.and all contracts ofsurety.and that each or any of them is hereby authorized to attest to the execution ot•such Power of•Attorncy.and to attach the seal of the Company:and it is FURL HLR RESOLVED,that the signature ol'such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond•undertaking or contract of surety to which it is attached. IN W FINESS WHEREOF,The Grav Insurance Company and The Gray Casualty&Surety Company Imp e caused their oflicial seals to be hereinto affixed.and these presents to be signed by their authorized officers this 41"day of November.2022. \�S U R q M1,CF /,//�,dL/ S,P�T Y•6 sG� UiA It Michael 1.Era\ Cullen S.PiskcSEALPresident President The Gray Insurance Company The Gray Casualty&Surety Company yy;•. :•ter State of Louisiana ss: Parish of.fetferson On this 4°i day of November.2022.befi>re tile.a Notary Public.personally appeared Michael T.Gray.President of"I'he Gray Insurance Company.and Cullen S.Piskc.President ofThc Gray Casualty&Surety Company,personally known to tile,being duly sworn,acknowledged that they signed the above Power of'Atiorney and affixed the seals of the companies as officers of.and acknowledged said instrument to be the N oluntary act and deed,of their companies. A, �J till Notary Public Leigh Anne Ilcnican Notary ID No.92653 Notary Public,Parish of'Orleans State of Louisiana 0Orleans Parish,Louisiana My Commission is for Life I.Mark S.Manguno.Secretary of The Gray Insurance Company.do hereby certify that the above and forgoing is a true and correct copy ofa Power ofAllorney given by the companies.which is s II in full force and effect.IN WITNESS WHEREOF,I ha%e set my hand and affixed the seals of the Company this4k,x day of ftPf 1 1.Leigh Anne Henican./Secretary ol"The Gray Casualty&Surety Company,do hereby ccrtity that the alxwc art fixgoing is a true and correct copy ofa Power of Attorney given by the cQQn�lpanies.which is still in full fixcc and effect. IN WI INF:SS W I WREOl. I have set my head nA and affixed the seals of the Company lhis� day of f 1 �/Zj . — — '��/Y�•l� �p/1.I! ' �SURA4,y J��f Y•6 SG v SEAL ; } SEAL