Loading...
MNR Construction Inc.� • ��, ,- ..� ..� �, �;, BIDDER: LicA o5 SECTION1 BID SCHEDULE ......................................................................... ..............................1 SECTION2 BID DATA FORMS ..................................................................... ..............................5 2.A BID BOND .................................................................................. ..............................6 2.6 LIST OF PROPOSED SUBCONTRACTORS ............................ ..............................7 SECTION 3 NON- COLLUSION AFFIDAVIT ................................................. .............................10 CBF -1 BID SCHED SCHE DULE OF •, PRO • 21845 _ • 4 Traffic Control Plans prepared by a LS 1 EST. UNIT ITEM NO. ITEM DESCRIPTION UNIT CITY. PRICE COST 1 Clearing & Grubbing per Plans and LS 1 per Plans and Specifications Complete. 7 Specifications. See Technical Provisions LF 2,600 ��. Pages TP -2 & TP -3 per Details. $ 20 ' 57x y am , per Plans and Specifications Complete. 2 Disposal of Waste Materials. LS 1 ffit,�,. � 3 Prepare a Storm Water Pollution LS 1 support per SPPWC Std. Plan 224 -2,� Prevention Plan (SWPPP). 4 Traffic Control Plans prepared by a LS 1 Registered Traffic Engineer. %.5; i 5 Unclassified Excavation. CY 100 �i C-C" 6 Remove and Dispose existing manhole EA 3 including bedding, backfilling and Paving S> fib• g 7 pC Pj per Plans and Specifications Complete. 7 Construct Extra Strength 15 -Inch LF 2,600 diameter Vitrified Clay Pipe (VCP) including bedding, backfilling and Paving $ 20 ' 57x y am , per Plans and Specifications Complete. 8 Construct 15 -Inch diameter Ductile Iron LF 81 (DI) Sewer Pipe including pipe structure support per SPPWC Std. Plan 224 -2,� •� d bedding, backfilling and paving per Plans and Specifications Complete 9 Remove and Dispose existing 8" Vitrified LF 330 Clay Pipe (VCP) sewer including pipe 1 plugs, bedding, backfilling and Paving L{pAt (fir 2� per Plans and Specifications Complete. 10 Construct extra strength 8 -Inch diameter Vitrified Clay Pipe (VCP) including bedding, backfilling and Paving per Plans and Specifications Complete. J EA 11 Construct Reinforced Precast Concrete ;76 Manhole per LACDPW Std. Plan 2003 -2. - 7 1 F00* ' � CBF -2 • • ' 9 TOTAL BASE BID PRICE $ 9 amount in written form CBF -3 EST. UNIT ITEM NO. ITEM DESCRIPTION UNIT QTY. PRICE COST 12 Construct Drop Manhole per CSD Std. EA 1 Plan S- a- 205.f2+ c'6 <� +�,•°® 13 Install House Connection Remodeling EA 41 including pavement per SPPWC Std. Plan 223- 2 14 House Lateral Replacement per SPPWC EA 10 Std. Plan 222 -2. *(approx. 25% of 6 +O,a2 6 Jet ��• existing laterals) 15 Construct Wye per LACDPW Std. Plan EA 50 2024 -1. 16 Construct 72" Manhole Type "E" (case II) LS 1 per CSD Std. Plan S -a -205. And detail D1 't �" s 1q ,6 ob ffi /q,`Jbt�' on sheet 17 Remodel and plug existing sewer LS 1 manhole per detail 'Won sheet D1 { •�E I 18 Remove existing and Construct 18" LS 1 diameter RCP (2000 -D), including concrete collars per SPPWC Std. Plan. 380-4, complete as shown on the plans + 19 Sewer Flow Bypassing at all locations as LS 1 shown on the plans. 10, Bco ca to, oc � 20 Construct Terminal Cleanout Structure EA 1 per SPPWC Std. Plan 204 -2 q�Sy Doo °—' g p •� 21 Abandon Existing Sewer. Fill with low LF 830 density cellular concrete (LDCC) or controlled low strength material (CLSM) with min. compressive strength of o� 3000PSI @ 28day and plug ends 22 Provide temporary and permanent EA 1 support for the 36" RCP Sewer per CSD Std. Plan S -a -222 and S- a- 217.x C3 �' Complete in place. TOTAL BASE BID PRICE $ 9 amount in written form CBF -3 $ � r l Uollar amount in written form ( f `7 U CBF -4 UNIT EST. UNIT ITEM NO. ITEM DESCRIPTION QTY. PRICE COST 1 Cold mill 2.0- inches thick existing SF 91,562 pavement. 2 Construct 2.0 inches thick pavement TONS 1,170 overlay ARHM -GG -C (PG 64 -16) as indicated on the plans. 3 Remove Existing, Dispose and SF. 1,200 Construct 4- inches thick PCC Sidewalk SPPWC Std. Plan per 113 -1. 4 Remove Existing, Dispose and EA 4 Con b - per $ k Std. Plan 1 5 Remove Existing and Construct 6- SF 200 Inches Thick Driveway Approach per SPPWC Std. Plan 110 -2 6 Adjust Sewer Manhole to Grade per EA 13 SPPWC Std. Plan 205 -1 and 206 -1. �(TLjD �,lS 7 Install Survey Well Monument per City EA 8 of Rosemead Std. Plan S08 -001. See Section 2 -9 Surveying of the General Provision -7 per details (Cover, Sleeve co & Dome will be provided by the City at no cost). 8 Install Traffic Striping, Traffic Signal LS 1 Loops and Pavement Markers per the Striping Plans and Specifications • as Complete. 9 Install 36 -Inch Box Parkway Tree Crape EA 20 Myrtle "Muskogee" including 90 -days maintenance period and tree wells per as �D SPPWC Std. Plan 520-4. $ � r l Uollar amount in written form ( f `7 U CBF -4 Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. a 1 he to is a certified check, a cashier's check or a bid bond in the amount of G ) Dollars ($ 1O% ) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. CBF -5 Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -6 IDI - * i r +` Signature Type or Print Name Title Business Street Address C")4 91 City, State and Zip Code G 5 - ; ;QLL Telephone Number Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): 'e912RF Department Industrial Relations Registered No. IDDL 7U E� Ti 1) 2) 3) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. If Bidder is a corporation, enter State of Incorporation in addition to Business Address If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. MUM 09 412570 State of California Secretary of State STATEMENT OF INFORMATION (Domestic Stock and Agricultural Cooperative Corporations) FEES (Filing and Disclosure): $25.00. If amendment, see instructions. IMPORTANT —READ INSTRUCTIONS BEFORE COMPLETING THIS FORM ENDORSED - FILED In the office of the Secretary of state Of the State of Ca6fOmla SEP 3 0 2009 This Space For Filing Use Only 1. CORPORATE NAME (Please do not alter if name is preprinted,) S MNR Construction, Inc. DUE DATE: COMPLETE ADDRESSES FOR THE FOLLOWING (Do not abbreviate the name of the city. Items 2 and 3 cannot be P.O. Boxes.) 2. STREET ADDRESS OF PRINCIPAL EXECUTIVE OFFICE CITY STATE ZIP CODE 1051 Calle Ortega San Dimas CA 91773 3. STREET ADDRESS OF PRINCIPAL BUSINESS OFFICE IN CALIFORNIA, IF ANY CITY STATE ZIP CODE 1051 Calls Ortega San Dimas CA 91773 4. MAILING ADDRESS OF THE CORPORATION, IF DIFFERENT THAN ITEM 2 CITY STATE ZIP CODE 1"' 4'a Ortega San Dimas CA 91773 NAMES AND COMPLETE ADDRESSES OF THE FOLLOWING OFFICERS (The corporation must have these three officers. A comparable title )r the specific officer may be added; however, the preprinted titles on this form must not be altered.) 5. CHIEF EXECUTIVE OFFICER/ ADDRESS CITY STATE ZIP CODE Robert Vasilj 1051 Calle Oretga San Dimas CA 91773 6. SECRETARY/ ADDRESS CITY STATE ZIP CODE Marica Vasilj 1051 Calls Ortega San Dimas CA 91773 T. CHIEF FINANCIAL OFACERI ADDRESS CITY STATE ZIP CODE Robert Vasilj 1051 Calls Ortega San Dimas CA 91773 NAMES AND COMPLETE ADDRESSES OF ALL DIRECTORS, INCLUDING DIRECTORS WHO ARE ALSO OFFICERS (The corporation must have at least one director. Attach additional pages, if necessa 8. NAME ADDRESS CITY STATE ZIP CODE Robert Vasilj 1051 Calle Ortega San Diams CA 91773 9. NAME ADDRESS CITY STATE ZIP CODE Marica Vasilj 1051 Calle Ortega San Dimas CA 91773 10. NAME ADDRESS CITY STATE ZIP CODE 11. NUMBER OF VACANCIES ON THE BOARD OF DIRECTORS, IF ANY: N/A AGENT FOR SERVICE OF PROCESS (If the agent is an individual, the agent must reside in California and Item 13 must be completed with a California street address (a P.O. Box address is not acceptable). If the agent is another corporation, the agent must have on file with the California Secretary of State a certificate pursuant to Corporations Code section 1505 and Item 13 must be left blank.) 12. NAME OF AGENT FOR SERVICE OF PROCESS Marica Vasilj 13. STREET ADDRESS OF AGENT FOR SERVICE OF PROCESS IN CALIFORNIA, IF AN INDIVIDUAL CITY STATE ZIP CODE 1051 Calle Ortega San Dimas CA 91773 TYPE OF BUSINESS 14. DESCRIBE THE TYPE OF BUSINESS OF THE CORPORATION t General Engineerin Contractor 5. BY SUBMITTING THIS STATEMENT OF INFORMATION TO THE CALIFORNIA SECRETARY OF STATE, THE CORPORATIO CERTIFIES THE I FORMATION CONTAINED HEREIN, INCLUDING ANY ATTACHMENTS, IS TRUE AND CORRECT. 9 -28 -2009 Marica Vasilj Vice President DATE TYPEIPRINT NAME OF PERSON COMPLETING FORM TITLE SIGNATURE 8I -200 C (REV 01 12008) APPROVED BY SECRETARY OF STATE r i i BID DATA SECTI F OR MS : D In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -10 DD 23 LIST OF PROPOSED SUBCONTRACTORS (continued) ( Next 2 Pages if needed for listing additional subcontractors. "] Name and Location Description of Work of Subcontractor to be Subcontracted License No.: Department Registration Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No CBF - 11 BIDDER: llt;�[AC' vYl 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. (: �au r,4 Z k�, FYI Lam . Na and Address of OwneV a oL 413 -- (-36.-, � Name and telephone number off person>�rwith project 1 42 fse� Contract a mo Type of Work Date Completed 2. l� Name,aJd Address of Owner Loy) 4-'MYNA' - . m"' q-� (Ib1a�')2 ° giG19 3 Na Me and telephone number of person miliar wi project Contract amount Type of Work Da Completed /� 3. l % 6i!Ar11 RL Z13Zc, Na a nd Address of Owner )wrl� 110 — 26�) �811 2 -,526q ( - �YJvA;1eJ Flame and telephone number of p fa r iarrltl with project S 1) 34 2t4 �L zlf� 5C0 --U- Contract amount Type of Work Date Completed a. CI nF t= eat r) 5k 1 Name q0 Address of Owne Cyi C4 ?Hraski 5WQ- -2 3&0 Name and telephone number of person familiar with project 6 1 b52,22� ® � s - ? - (r::, �ewQT Contract amount Tvpe of Work Date Completed CBF -12 BIDDER: � ccyniYuci Cy'1 =,oc SECTI N CBF -13 BIDDER: MNL f J5y6il(AC :j_-0c, NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature 1 Typed or Printed Na Title Subscribed and s orn before me This —� n d ay of 20 A JAJ I- 11 4 -A NotaWlyublic in tl for th tate of Cali rnia My Commission Expires: NA ay j t L, t (� (Seal) Commission# 1972172 Notary Public - California Los Angeles County Comm. Expires 16. 20 CBF -14 BIDDER: MNR Construction Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. KNOW ALL MEN BY THESE PRESENTS. THAT MNR Construction Principal, and Fidelity & deposit C as , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Amount Bid UULI-Amb ($ of amount bid ) , being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required forthe GARVEY AVENUE SEWER RELIEF LINE PROJECT as setforth in the Notice Inviting Bids and accompanying Bid Documents, dated July 8 2015 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- refefenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, Including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 6th day of July , 2015 . MNR Construction, Inc. (SEAL) Fi delity& Deposit Company of Maryland (SEAL) Principal Surety By: BY Signature Robert Vasilj Signature Frank Morones, Attorney -in -Fact ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Frank MORONES, of Brea, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his /her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 16th day of July, A.D. 2013. ATTLST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND NiiN "s" r/,9t�, Fr o owofp a so.......... 0 SEAL 3 F A t 3 — . — ° 'oc u W 2'b s 78Ba ♦ br3 i Assistant Secretary Gerald F. Haley Vice President Thomas O. McClellan State of Maryland City of Baltimore On this 16th day of July, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and effects described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly aff and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seat the day and year fast above written. +' ........... ° + M '' lays .. . l lli11111 1 \ \'`+ Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA -F 012 -0114B CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 118-9 1, sYm:�:stV'�t I 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 Oour+ty of „ _ Orange } Or - �°� - -- before roe, L. Date k , Notary Public -- _-.._-..._-..__.. .........__..._._......__._.__. Here Insert Name and Title of the Officer personally appeared Frank M orone s Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(;) whose narrie(a) W subscribed to the within instrument and acknowledged to me that he / tea executed the name In his / ftet authorized capaolty(ies), and that by hls signatures) or) the instrunnent the person(s), or the entity upon behalf of which the porson(f9) acted, axecuted the instrument. I certify under PENALTY OF PERJURY tinder the laws of the State of California that the foregoing paragraph is trite and conent. L. CLARK WITNESS nay hand and official seat. z 'ssn # 1996834 z Cmm ael Not Publ - California al Angeles County v _.. Signature--.— My Comm. Expires Nov 78, 2016 " """"" - "" ' . " " " Srrnature of No #y t�ubfic Place Notary Seat Alcove OPTIONAL Though this section is optional, completing this information can deter alteration of the docurnent or fraudufent roottarhme nt of this fora? to an unintended document. Description of Attached Document Title or Type of Docurnent: Document Date: Num0er of Pages. __— Signer's) Other Than Named Above: Capaoity(ies) Claimed by Signer(s) Signer's ner's Name; __... ____ -i Got porate Officer 1Rie(s) ,.__` ------- ..__. ._ Partner - -- ::_l Limited 1- i General 'Individual XI Attorney in Fact E.; Trt.fs4ee (_1 Guardian or Conservator s Other Signer Is Representing:.,,,,,, Signer's Nrarne; .. _ _ _ C!Corporate Officer -•- I itle(s ). _ .............. f Partner - Limited -_' Genearal i...::i Individual 1 Attorney in Fact ''l Trustee f = Guardian or Conservator - i Other- Signer Is Representing: ___ _ ._ .. .....-_ —_ . _........ 02014 National Notary Association - www.NrationaiNotary.ru g . I.800-US NOTARY (1- 800 -876 -6827) Itern #5907 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT otary public or other officer completing this certificate verifies only the identity of the individual who signed document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that ATE OF CALIFORNIA J Lcl UNTY OF ( / 1$ I before me, � Date appeared (here insert name and title of the officer) 10 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are bscribed to the within instrument and acknowledged to me that he /she /they executed the same his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument e person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the paragraph is true and correct. my hand and official seal. .., vE6NA PERK .d'` Commission # 1972172 Notary Public • California z z :r• Los Angeles County > My Comm. Expires Mar 16, 2016 Signature Description of Attached Document Title or Type of Document: Document Date: Other: Number of Pages: engineering Contract N IVINR o„ Construction, . License No. 891298 -A STATEMENT OF QUALIFICATIONS Contract Fulfillment — MNR Construction, Inc. has the workforce, competence, and experience to perform the proposed contract in a timely, qualified and acceptable manner, including — but not limited to — having available and committed performance of the contract such as: A. Satisfactory financial resources B. Necessary licenses, organization, experience, accounting and operational ability C. Sufficient personnel with the essential expertise and technical skills D. Requisite production, construction, and technical equipment E. Contracts or other binding arrangements with responsible subcontractors to perform all aspects of the contract not covered by the prime contractor. History of Contract Performance — MNR Construction has a well -known reputation and history of virtuous performance on contracts for the life of the firm, and by our officers and key personnel including — but not limited to — the following: A. No suspension or revocation of any relevant professional license, significant fines, penalties or failure to comply with licensing requirements. B. No termination for default of any contract, nor significant failure to perform timely or in accordance with the proposal, plans and /or specifications. C. No premeditated failure to comply with labor laws and regulations including —but not limited to — laws pertaining to timely payment of wages, payment of prevailing wages and /or signatory (union) wages, sexual harassment, child labor and timely payment of all obligations to subcontractors, vendors, suppliers and truckers. D. No intentional disregard for the personal safety of employees, other personnel on construction sites, or the public (repeated or multiple failures to comply with safety rules, regulations, or requirements can be considered as significant) E. No violation of Workers' Compensation laws F. No failure to comply with laws and regulations prohibiting discrimination or promoting equal employment opportunity and G. No significant violation of local, state or federal environmental protection laws, rules, regulations or requirement including those related to the unauthorized or unpermitted discharge of pollutants, including wastewater. Record of Ethics and Business Practice — MNR Construction, Inc. has a notable record of integrity and business ethics for the life of the firm and by their officers including— but not limited to the following— A. No conviction of a crime involving bidding upon or performance of a local, state or federal government contract B. No conviction of a crime involving serious moral turpitude, a fundamental lack of integrity, or the knowing disregard of the law Subcontractor Relations — MNR Construction has a proven record of appropriate business ethics toward subcontractors, including— but not limited to —the following: A. Demonstrated knowledge of and compliance with federal, state and all local and applicable including City of Los Angeles laws and regulations pertaining to utilization of subcontractors and business practices toward subcontractors engineering Co ht� cr MNR a o„ Construct . License No. 891298 -A B. Demonstrated commitment to practices of good faith, and fair dealing toward subcontractors. C. Demonstrated record of intended performance of contractual obligations owing to subcontractors, including timely payment. D. Demonstrated loyalty to union contractors with an emphasis on minority subcontractors. E. Demonstrated knowledge and understanding of Project Labor Agreements, Davis Bacon requirements and general Federal and State funding payroll compliance Bonding and Insurance — MNR Construction, Inc., has fully achieved all requirements having to do with the submission of all required bonds and insurance certificates /documents upon notifications of award of the contract by the said awarding agency. To date, MNR Construction has had no issues with bonding whatsoever, and has never had a bonding company take over a job. Additionally, MNR has shown progressive growth with each fiscal year; our bonding capacity has increased significantly since the beginning of operation. Currently, MNR holds a pre - approved aggregate limit of $20.0 Million. Bidding History — MNR Construction, Inc., has not failed to submit any requested additional information by the date and time specified by said agency after receipt of bids or proposals but prior to the award of the contract. A copy of awarded contracts has been attached to this proposal. `engineering co nP~db "_ MNR Construction, Inc. License No. 899298 -A MNR Construction, Inc., CompanV History MNR Construction, Inc., began work in 2007 under its present organization. The company was derived by Mr. Robert Vasilj, the eldest son of Ivan Vasilj, President of Vasilj Construction where Robert formally served as Vice President, and Responsible Managing Officer (RMO) for 19 years. With the blessing of his father, he went into business for himself and has been quite successful in making a name for the company with agencies and counties in and around the Los Angeles area. MNR Construction, Inc., has worked hard to earn the respect of peers and agencies alike becoming a member of the Engineering Contractors Association along with being signatory to both the Operating Engineers Local 12 and the Laborers International Union, Local 300. Additionally, MNR Construction, Inc., has been previously qualified and currently serves on the "On -Call Emergency List' for the City of Los Angeles, City of Glendale and City of Anaheim. With a combined total of nearly 50 years of experience, MNR Construction, Inc., is confident in its abilities and proud of its accomplishments thus far. Key Personnel: Robert Vasilj was the Senior Foreman, Responsible Managing Officer, and Vice President at Vasilj Incorporated for nearly 19 years. His duties included both the supervision of his own crew, and the daily operations needed in accordance with the project. His projects over the years of working with Vasilj Incorporated ranged from $60,000.00 to $6.1 Million totaling approximately $25 million in work over the course of his time at Vasilj Incorporated. Robert opened MNR Construction, Inc,. in 2007 and was awarded his first contract that July in the amount of $680,00.00 and has since been awarded contracts totaling $18 Million over four years. His skills include all competent training, confined space, CPR /First Aid, OSHA, Class A drivers license, and is the current license holder of the MNR Construction. Elizabeth Torrez worked as the assistant to Mr. Vasilj at Vasilj Incorporated working with partnering charters, time and material tickets, submittals, and preparation of bid proposals. Elizabeth currently serves as the Director of Operations for MNR Construction. She has been both the on -site and corporate headquarters contact assisting and coordinating project management, submittals, loss control, human resources, and project development predominately working with the City of Los Angeles and serves as a member of the Ad -Hoc Working Group for the City of Los Angeles Bureau of Engineering and the Engineering Contractors Association. Elizabeth is second in command to Mr. Vasilj. Nicholas Gregorovic currently serves as a Project Estimator and Waterline Specialist for MNR Construction. His experience ranges in basic field work, operating of heavy equipment to the supervision of various large sewer, waterline, and storm drain projects. He now uses the aforementioned expertise as a competitive project estimator for MNR. Kreso "Chris" Grbavac currently serves as a Foreman for MNR Construction handling predominantly City of Los Angeles sewer projects but has also served several other agencies in the Los Angeles and Orange counties. Chris has been both a Foreman and a Corporate Officer of pipeline working in the sewer field for over 10 years bringing knowledge, dedication and expertise as an Operator Foreman. Steve Brkic serves as a Senior Foreman for MNR Construction dealing specifically with Project Management and Supervision from the field working hand -in -hand with the MNR corporate headquarters to assure all projects are well managed and effective communication is in place from start to finish of the project. Scott Barnett serves as a Project and Safety manager for MNR Construction handling all safety related issues and compliance with State and Federal standards. Working in the area of construction management for nearly 7 years, Scott brings an added element of development to MNR in relation to scheduling, correspondence, project documentation and overall communication between the respective agency and our company. ea ,E.ngineenng C,,,, X 01 MNR Construction, . License No. 891298 -A ELIZABETH TORREZ, Chief Operating Officer Education California State University San Marcos, San Marcos, Co Bachelor of Arts, Communication, 2007 Work Experience Chief Operating Officer November 2014 - Present Responsible for managing day -to -day activities of company headquarters with a heavy focus on business development, overall process improvements, and implementing strategic financial goals. Provide exceptional business relationship management for company; establish and cultivate positive relationships with customers, design consultants, sub - contractors, and suppliers. Actively participate in industry - related events and forums, and belong to professional associations to further enhance positive company image. • Act as head decision -maker for company's bonding and insurance carrier determination; consistently monitor rates and analyze best needs for a $18M policy. • Oversee employee safety issues; revise safety manual when company incidents or regulatory changes have occurred. Ensure continual compliance with local, state, and federal agencies such as EDD, OSHA, and DIR. • Assist HR with 401k- related decisions, union issues or interactions, and ensuring employee terminations are valid and within legal guidelines. • Advise on topics related to company asset protection; participate in contract negotiations and make any appropriate change recommendations to Owner. MNR CONSTRUCTION. INC - DIRECTOR OF OPERATIONS March 2009 - Present Responsible for managing day -to -day activities of company headquarters with a heavy focus on strategic, tactical, and short-term financial goals for business. Work closely with President and act as second in command overseeing and providing direct supervision for multiple departments and positions including Project and Safety Management, Accounting, Fleet Manager, Office Manager, and Human Resources. • Successfully handle multi -site crew management; oversee and manage 12 -16 active projects at a time. • Assist with pulling permits and bid submissions. Handle subcontractor and field meeting scheduling tasks. • Work cooperatively with Public Agencies in good faith, utilizing excellent negotiation skills under urgent deadlines. Continually monitor and enforce subcontractor regulatory agreements assuring jobsite insurance requirements are fulfilled. • Research best venue pricing options; present most cost and quality effective options to owners. Utilize Union connections to locate and place employees; execute employee reviews and monitor 90 -day probation periods. • Excel at providing seamless support and assistance to superiors, allowing President and Managers to align with business objectives and meet specific goals. • Demonstrate an ownership attitude by completing tasks not specifically outlined but necessary for successful company operations. OFFICE MANAGER August 2007 - March 2009 Managed and coordinated all main office activities and acted as liaison between senior management, employees, and clients. Established and nurtured relationships with vendors and subcontractors assisting with company growth; spearheaded all work scheduling. • Developed documents and procedures for tracking daily work flow dynamics such as logged hours for payroll, equipment and materials used, and overall description and tracking of days' work. Forms have proven invaluable in multiple ways including establishing a timeline of work performed and documenting signatures for arbitration purposes. VASIU. INCORPORATED - ADMINISTRATIVE ASSISTANT June 2004 — July 2006 Acted as Administrative Assistant to company Vice President. Responsible for screening all phones and incoming mail; scheduled meetings, created and maintained all company files. • Acted as professional liaison between VP, Project Managers, general contractors, and vendors. • Excelled in Project Management tasks such as generating competitive proposals and tracking submittals and overall project progress. • Communicated with general contractors, tracked submittals and project status, generated proposals, tracked submittals and assisted with various projects as directed. Alliance Affiliations Engineering Contractors Association (ECA) Board of Directors, 2013 - Present • Public Agencies Committee Chair, 2013 - Present Government Affairs Committee, August 2014 - Present Women Construction Owners and Executives (WCOE) - Member engineering CO � N MNR o� Construct . License No. 891298 -A ROBERT VASILJ, President /Foreman /Operator Licenses and Certifications CPR/First Aid Certification Confined Space Entry OSHA Competent Person Heat and Illness Prevention Work Experience MNR CONSTRUCTION, INC. - President /Superintendent /Foreman January 2007 — Present • Responsible for managing overall company tasks and projects and safety procedures and developments • Supervise all construction projects: pipeline —sewer and water, storm drain, sub drain for over 50 different Clients from counties to cities, water agencies and private developers. • Oversees and supervises project crew, scheduling (time, materials, and supplies), daily jobsite tasks, all field operations. • Communicates with field inspectors, and project engineers. • Chief Estimator - prepares estimates for underground sewer, water and storm drain projects by calculating various statistical data such as quantity take -offs, material price lists, labor costs per man -hour, equipment costs and applying to complete scope of work quantified take -offs. • Performs project management tasks during the planning phase of new projects consisting of material and equipment preparation. Methodology of project completion and development. • Understanding and interpreting the drawings and specifications, developing Request for Information (RFIs) Vasil *. Inc. dba Ivanko -Vice President /Superintendent January 1990 - January 2007 Supervised various construction projects in excess of $6.0 million: pipeline —sewer and water, storm drain, sub drain for most agencies located within Southern California including but not limited to Schools, Counties, Cities, Airports, Gas Stations, Foothill Transit, Private Developers and Water Departments. Oversaw and supervised project crew, scheduling (time, materials, supplies), daily jobsite tasks, all field operation. • Communicated with field inspectors, and project engineers. Alliance Affiliations International Union of Operating Engineers of Southern California Engineering Contractors Association ece\ Engineering Cohfr e� a o� Construction IVINR Inc. License No. 891298 -A NICHOLAS "DUBI" GREGOROVIC, Foreman /Operator Licenses and Certifications CPR /First Aid Certification Confined Space Entry OSHA Competent Person Heat and Illness Prevention Work Experience November 2011 - Present Project Estimator and Operator Foreman, MNR Construction, Inc., Baldwin Park, Ca • Responsibilities include project management, estimating, engineering and general management of field operations. Also utilizes operating and Foreman skills when needed on on -going projects. November 2011 - 2009 Project Estimator, Mike Bubalo Construction Co., Inc., Baldwin Park, Ca • Responsibilities include project management, estimating, engineering and general management of main office and field operations. 2007 -2009 Operator /Foreman, MNR Construction, Inc., Baldwin Park, Ca • Supervised various projects up to $1.5 Million (sewer, water and storm drains) • Managed field personnel, job scheduling, testing and acceptance. • Procured necessary and specialized tools, materials and services. • Acted as intermediary between public agencies, local and city officials, private property owners, suppliers and subcontractors to resolve various issues during construction. 2006 -2007 Operator /Foreman, J. DeSigio Construction, Inc. - Monrovia, Ca • Managed /supervised underground construction, field personnel and communicated with project Engineers and Inspectors. • Attended pre -job, pre- construction and project meetings. Called -in /managed Underground Service Alerts. • Negotiated price changes and extra work. 2006 -1994 Operator /Foreman, Engineering Plumbing, Inc., Baldwin Park, Ca • Managed /supervised underground construction, field personnel and communicated with project Engineers and Inspectors. Negotiated price changes and extra work. Engineering Cont�d 10 Construct IVINR . License No. 891298 -A SCOTT BARNETT, Project and Safety Manager Education University of California, Riverside Bachelor of Science, Business Administration, 2006 California State Polytechnic University, Pomona, Ca 2008 Construction Management Certification Mount San Antonio College Water Treatment Certificate, 2012 and Water Distribution Certificate, 2012 Licenses and Certificates 30 Hour Occupation Safety and Health Administration Certification Work Experience • 6+ Years of Public Works Infrastructure /K -12 Education Construction Management Experience. 2+ Years in a Supervisory Capacity. • Managed the installation of 100,000+ LF of infrastructure improvements with a cumulative construction value of approx. $20M. • Managed new K -12 school construction, modernization, and renovation projects with a cumulative construction value of approx. $64M. • State, federal, and bond funding experience. (State Revolving Fund, ARRA, etc.) • Typical supervisory role consisted of 2 immediate employees. In addition, project teams consisted of 15 -25 members. • Highly motivated professional with a proven track record to communicate effectively and establish strong working relationships with all organizations. • Proven ability in understanding and implementing contractual requirements. • Excellent multitasking, strategic planning and negotiating skills. • Exceptional schedule management skills. • Knowledge of requirements related to Low Bid Project Delivery Method, Deferred Maintenance, Purchase Orders, Certified Payroll, DBE, WBE, PCC, LEED, local, state, and federal building codes. • Strong analytic skills in recognizing problems, developing solutions, and implementing /evaluating solutions. Project Management Experience • City of El Segundo, Sanitary Sewer System Rehabilitation Project Manager, project value: $1.1Mil • Inland Empire Utilities Agency, 930 Zone Recycled Water Pipeline Project Manager, project value: $6.1 Mil • City of Azusa, Sewer Master Improvements, Project Manager, project value: $1.2 Mil • Upper San Gabriel Valley Municipal Water District, City of Industry Recycled Water Pipeline Construction Manager, project value: $13 Mil • Upper San Gabriel Valley Municipal Water District, Rosemead Extension Recycled Water Project Phase I & II, Project Manager /IOR, project value: $4.5 Mil • Upper San Gabriel Valley Municipal Water District, Whittier Narrows Golf Course Recycled Water Infrastructure Project, Construction Manager /IOR, project value: $450K �e�ee,N Engineering Co.,, to e . License No. 891298 -A STEVE BRKIC, Senior Foreman Licenses and Certificates CPR /First Aid Certification Confined Space Entry OSHA Competent Person Heat and Illness Prevention Work Experience • 9+ Years of Public Works Infrastructure, 3+ Years in a Supervisory Capacity. • Highly motivated professional with a proven track record to communicate effectively and establish strong working relationships with all organizations. • Proven ability in understanding and implementing contractual requirements and installation of pipelines. • Excellent multitasking, and strategic planning for constrained deadlines and requirements. • Exceptional schedule management skills. • Strong analytic skills in recognizing problems, developing solutions, and implementing /evaluating solutions. Senior Foreman Experience • City of El Segundo, Sanitary Sewer System Rehabilitation Senior Foreman, project value: $1.1Mil • City of Azusa, Sewer Master Improvements, Senior Foreman, project value: $1.2 Mil • City of Los Angeles, Secondary Sewer Renewal Program, Senior Foreman for several projects with a combined total of $10.0+ Mil • City of Los Angeles, Contract Emergency Sewer and Storm Drain Repairs, Field Liaison and Senior Foreman for 2011 - Present, project value: (strictly time and material basis) • City of Los Angeles, Department of Recreation and Parks, Sewer Tie Repairs, Retrofit and /or New Installation Project, Contract Liaison /Senior Foreman, project value: Varies ($33 -K - $500K +)