Loading...
HomeMy Public PortalAbout2016.116 (06-07-16)RESOLUTION NO. 2016.116 • RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD, AWARDING • CONTRACT TO COPP CONTRACTING, INC. FOR THE REDWOOD AVENUE FROM STATE STREET TO PEACH STREET AND WALNUT AVENUE FROM BIRCH STREET TO BULLIS ROAD, STREET IMPROVEMENT PROJECT; PROJECT NUMBER 4011.68.017; AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT AND AUTHORIZING THE CITY MANAGER TO APPROPRIATE $239,000 FROM THE UNAPPROPRIATED CDBG FUND WHEREAS, the Redwood Avenue, from State to Peach Street, and Walnut Avenue, from Birch Street to Bullis Road, Street Improvement Project; Project No. 4011.68.017, is scheduled for construction during Fiscal Year 2015 -2016; and WHEREAS, Public Works staff advertised the project on April 21, 2016 in the Lynwood Press Wave, Bid America, Dodge Data and on the City's web site; and WHEREAS, the bid opening took place in the office of the City Clerk on May 16, 2016 at 2:00 P.M., Six (6) construction bids were received. The Director of Public Works / City Engineer has ascertained that Copp Contracting, Inc. was the apparent lowest responsible bidder for its base bid of $410,458.50 and ranked accordingly; RANK CONTRACTOR BASE BID 1 COPP CONTRACTING, INC. $410,458.50 2 SEQUEL CONTRACTING, INC. $421,782.50 3 ALL AMERICAN ASPHALT $435,040.00 4 HARDY & HARPER, INC. $462,840.00 5 KALBAN, INC. $493,920.00 6 NOBEST, INC. $512,000.00 WHEREAS, a reference check has revealed that this contractor has the necessary experience for this type of project. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS: Section 1. Redwood Avenue, from State to Peach Street, and Walnut Avenue, from Birch Street to Bullis Road, Street Improvement Project; Project No. 4011.68.017 is in accordance with the California Environmental Quality Act (CEQA) and is categorically exempt pursuant to section 15301 (c) of the CEQA Guidelines pertaining to statutory exemptions. Section 2. The Redwood Avenue, from State to Peach Street, and Walnut Avenue, from Birch Street to Bullis Road, Street Improvement Project; Project No. 4011.68.017 be awarded to Copp Contracting, Inc., for its low bid of $410,458.50. Section 3. That the Mayor is hereby authorized to execute the agreement between the City of Lynwood and Copp Contracting, Inc. in the amount of $410,458.50 for the Redwood Avenue and Walnut Avenue Street Improvement Project; Project No. 4011.68.017 Section 4. The City Council of the City of Lynwood authorizes the City Manager to appropriate funds from the unappropriated CDBG fund to Redwood Avenue and Walnut Avenue Street Improvement Project; Project No. 4011.68.017 as follows; From Unappropriated CDBG Fund To Redwood Ave. and Walnut Ave. $239,000 $239,000 Section 5. This Resolution shall take effect immediately upon its adoption. Section 6. The City Clerk shall certify as to the adoption of this City Council Resolution. PASSED, APPROVED and ADOPTED this 7th day of June, 2015. ATTEST: Maria Quinonez, City Clerlq APPRO D AS T FORM: 17 '� owGui David A. Garcia, dity Attorney C. / Edwin Hernandez, May APPROVED AS TO CONTENT: J Arnoldo Beltran, City Manager " Raul Godinez II, P. ., Director of Public Works/City Engineer STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, Maria Quinonez, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 7th day of June, 2016, and passed by the following vote: AYES: COUNCIL MEMBERS ALATORRE, SANTILLAN -BEAS, SOLACHE, CASTRO AND HERNANDEZ NOES: NONE ABSENT: NONE ABSTAIN: NONE i STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, Maria Quinonez, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true and correct copy of Resolution No. 2016.116 on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 7th day of June, 2016. Maria Quinonez, City Clerk 1.4.1 CITY OF LYNWOOD AGREEMENT FOR CONSTRUCTION OF PROJECT NO. 4011.68.017, ENTITLED "STREET IMPROVEMENT PROJECT" REDWOOD AVENUE FROM STATE STREET TO PEACH STREET WALNUT AVENUE FROM BIRCH STREET TO BULLIS ROAD This agreement (the "Agreement ") is made and entered into on this 71" day of June, 2016 by and between the City of Lynwood, a California Municipal Corporation ( "City") and Copp Contracting, Inc., a ( "Contractor"). City and Contractor are sometimes hereinafter referred to individually as a "Party" and collectively as the "Parties." RECITALS City and Contractor, based upon the mutual promises contained herein, do hereby agree as follows: I. CONTRACT DOCUMENTS This Agreement consists of the following Contract Documents, the terms and conditions of which are expressly incorporated as component parts of this Agreement as if herein set out in full or attached hereto: A. B. C. D. E. F. G. H. Notice Inviting Bids, Dated: April-21, 2016 Instructions to Bidders. Addenda. Contractor's Bid Proposal and Workers' Compensation Certificate dated May 16, 2016, and all other Bid Documents attached thereto, limited to: 1. Bid Schedule(s) 2. List of Subcontractors 3. Anti -Trust Claim 4. Non - Collusion Affidavit 5. Bidder's General Information 6. Bid Bond (Bid Security Form) 7. Bidder's Insurance Statement Payment Bond. Performance Bond. Certificates /Proof of Insurance and Endorsements. including but not Certified Copy of the Lynwood City Council Resolution No. 2016.116 awarding the contract to Contractor. CITY OF LYNWOOD -610 4 em PAGE 1 of I. Notice of Award dated June 7, 2016. J. Notice to Proceed dated K The Plans (Contract Drawings). L. Special Provisions M. Standard Specifications for Public Works Construction, "Greenbook" Latest Edition. N. Appendices A through E of the Contract Documents. O. Reference Specifications. P Approved and Fully- Executed Change Orders. Q. The Director of the Department of Industrial Relations' Determination of Prevailing Wage Rates for Public Works for each craft or type of worker required to perform the Work under this Agreement. IL CONTRACT PRICE The City agrees to pay, and the Contractor agrees to accept as full payment for the Work outlined in the Contract Documents, the Contract Price of Four Hundred Ten Thousand Four Hundred and Fifty -Eight Dollars and Fifty Cents ($410,458.50) subjectto,additions and deductions, if any, made in accordance with said Contract Documents. Progress payments shall not be made more often than once each thirty (30) days, nor shall progress payments paid be in excess of ninety percent (90 %) of the Contract Price at time of completion. Final payment to Contractor will be processed thirty -five (35) days after the City has recorded the Notice of Completion. Contractor may, upon Contractor's written request, and approved by the City Council, at Contractor's expense, deposit substitute securities, as stated in Government Code Section 16430, and as authorized by Public Contract Code, Section 22300, in lieu of retention monies withheld to insure performance. Payment of undisputed amounts due under this Agreement, including the final payment due hereunder, is contingent upon the Contractor furnishing to the City an unconditional release by the Contractor of all claims against the City arising by virtue of this Agreement related to those amounts. Disputed claims in stated amounts may be specifically excluded by Contractor from the operation of any release. No payment, final or otherwise, shall operate to release the Contractor or its sureties from obligations arising under this Agreement or the bonds and warranties furnished hereunder. No payment shall be construed as an acceptance of any of the Work or of defective or improper materials. III. BONDS Within ten (10) calendar days of receiving the Notice of Award and prior'to Contractor's commencement of the Work, Contractor shall furnish to City, using the forms set forth in the Bid Documents, a Labor and Materials Payment Bond in an amount equal to one hundred percent (100 %) of the Contract Price, and a Performance Bond in an amount equal to one hundred percent (100 %) of the Contract Price, said bonds to be in conformance with CITY OF LYNWOOD -610 4 1.4 -8 PAGE 1 of the Contract Documents, including but not limited to, the General Specifications and Subsection 2.2.2 of the Special Provisions. IV. INDEMNITY Contractor shall defend (with counsel of City's choosing), indemnify and hold the City, its respective elected and appointed boards, officials, officers, agents; employees, representatives and volunteers (individually and collectively referred to hereinafter as "Indemnitees ") free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, regardless of whether the allegations are false, fraudulent, or groundless, to property or persons, including wrongful death, to the extent arising out of or incident to any acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Work or this Agreement, including claims made by subcontractors for nonpayment, including without limitation the payment of all consequential damages and attorney's fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, with counsel of City's choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Indemnitees. To the extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against Indemnitees in any such suit, action or other legal proceeding. Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by California Civil Code Section 2782. This obligation to indemnify and defend Indemnitees as set forth herein shall survive the termination of this Agreement and is in addition to any rights which City may have under -the law. This indemnity is effective without reference to the existence or applicability of any insurance coverages which may have been required underthis Agreement or any additional insured endorsements which may extend to City. V. INSURANCE Without limiting Contractor's Indemnification of Indemnitees as set forth in Section IV of this Agreement, Contractor shall obtain, provide and maintain, at its own expense, the types and amounts of insurance described in Subsection 2.7.2 of the Special Provisions of the Contract Documents. Such insurance shall be in force prior to Contractor commencing any Work under this Agreement and shall remain in force for the duration of this Agreement and for any other such period as may be required herein. Contractor shall provided proof of the required insurance coverage and the endorsements specified in Subsection 2.7.2 of the Special Provisions within ten (10) calendar days of receipt of the Notice of Award. CITY OF LYNWOOD - 610 4 VI. INELIGIBLE SUBCONTRACTORS HM. PAGE 1 of In accordance with the provisions of Section 6109 of the California Public Contract Code, Contractor agrees that it shall not perform any work under this Agreement with a subcontractor who is ineligible to perform work on a public works contract pursuant to Sections 1777.1 and 1777.7 of the California Labor Code. Contractor further acknowledges that any contract on a public works project entered into between a contractor and debarred subcontractor is void as a matter of law, and a debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid or may have been paid to a debarred subcontractor by a Contractor for work performed on this Project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who have been allowed to work on the Project. VII. COMMENCEMENT OF WORK AND LIQUIDATED DAMAGES The Contractor shall commence the Work required by this Agreement within ten (10) calendar days of the date specified in the Notice to Proceed from the City, and shall complete all Work as specified in the Contract Documents within FORTY (40) WORKING DAYS from the date in said Notice. City and Contractor have discussed the provisions of Government Code Section 53069.85 and the damages that may be incurred by City if the Work is not completed within the time specified in this Agreement. The City and Contractor hereby represent that at the time of signing this Agreement, it is impracticable and extremely difficult to fix the actual damage which will be incurred by City if the Work is not completed within the number of working days allowed. Accordingly, City and Contractor agree that the sum of $600.00 per calendar day is a reasonable sum to assess as Liquidated Damages to City by reason of the failure of Contractor to complete the Work within the time specified. VIII. CERTIFICATION UNDER LABOR CODE SECTION 1861 By signing this Agreement, Contractor makes the following certification required by Section 1861 of the California Labor Code: "I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of any Work under this Agreement." IX. APPRENTICES The Contractor acknowledges that, in accordance with Section 1777.5 of the State Labor Code, he /she will be held responsible for compliance with the provisions of this Section for all apprenticeable occupations. CITY OF LYNWOOD - 610 4 `1m.3 PAGE 1 of X. SUBSTITUTION OF SUBCONTRACTORS The Contractor hereby agrees to reimburse the City for costs incurred by the City in the substitution of subcontractors. Where a hearing is held pursuant to the provisions of Section 4100"et seq. of the Public Contract Code by the City or a duly appointed hearing officer, the Clerk of the City of Lynwood shall prepare and certify a statement of all costs incurred by the City for investigation and conduct of the hearing, including the costs of any hearing officer and shorthand reporter appointed. The statement shall then be sent to the Contractor, who shall reimburse the City for such costs. if not paid separately, such reimbursement may be deducted from any money due and owning to the Contractor prior to the City's acceptance of the Project. XI. LICENSES Contractor acknowledges and agrees that Contractor must have all appropriate contractor's licenses. Contractor further warrants and represents that he /she /they has /have the appropriate contractor's license to pursue the work hereunder. Contractor's failure to have or maintain all appropriate licenses during the entire term of this Agreement shall be cause for the immediate and summary termination of this Agreement by City. Contractor shall be liable for all City's costs incurred to complete the Work under this Agreement in the event of such termination. XII. EMPLOYMENT DISCRIMINATION PROHIBITED Pursuant to California Labor Code Section 1735 and other applicable provisions of law, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation in the performance of Work under this Agreement. The Contractor will take affirmative action to insure that employees are treated during employment or training without regard to their of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, political affiliation or sexual orientation. Xlli. PREVAILING WAGES The Contractor is aware of the requirements of Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. ( "Prevailing Wage Laws "), which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects. Since the work covered by this Agreement involves an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and since the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws as set forth in the foregoing statutes and in the Special Provisions of the Contract Documents. CITY OF LYNWOOD - 610 4 am PAGE 1 of XIV. AUTHORITY TO EXECUTE The person or persons executing this Agreement on behalf of Contractor warrants and represents he /she /they has /have the authority to execute this Agreement on behalf of his/her /their corporation, partnership, or business entity and warrants and represents that he /she /they has/have the authority to bind Contractor to the performance of its obligations hereunder. XV. ASSIGNMENT; GOVERNING LAW This Agreement may not be assigned by Contractor, in whole or in part, without the prior written consent of the City. This Agreement and any dispute arising hereunder shall be governed by the law of the state of California. XVI. NOTICES Any notices, bills, invoices, or reports eequired by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during Contractor's regular business hours or by facsimile before or during Contractor's regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth below, or to such other addresses as the Parties may, from time to time, designate in writing pursuant to the provisions of this Section. City Contractor City of Lynwood COPP CONTRACTING. INC. Attn: City Engineer Attn: `EZERIEL A. COPP 11330 Bullis Road E T INDA COPP Lynwood, CA 90262 DENNIS W. COPP Fax No. (310) 635 -0493 Fax No. 714 522 7754 XVII. ATTORNEYS FEES Should either Party bring any action to protect or enforce its rights under this Agreement or the Contract Documents, the prevailing party in such action shall be entitled to recover, in addition to all other relief, its reasonable attorneys fees and costs. XVIII. WARRANTY All Work shall be warranted by Contractor against defective workmanship and materials for a period of one (1) year form the date the Work is accepted as complete by the Lynwood City Council. The contractor shall replace or repair any such defective work in a manner satisfactory to Engineer, following notice from Engineer specifying the work to be done and the time in which replacement or repair shall be completed. If Contractor fails to make such CITY OF LYNWOOD - 610 4 file] PAGE 1 of replacement or repair within the time specified in the notice, the City may perform the needed repairs and Contractor's sureties shall be liable for the cost thereof. XIX. ENTIRE AGREEMENT, WAIVER AND MODIFICATION This Agreement contains the completely final, entire, and exclusive agreement between the Parties with respect to the subject matter hereof, and no waiver, alteration, or modification -of any of the provisions hereof or rights to act hereunder shall be binding unless made in writing signed by both Parties. Any attempted modification, amendment, or alteration in violation hereof shall be void. IN WITNESS WHEREOF, each of the Parties hereto has caused the Agreement to be executed in its name on its behalf by a duly authorized officer as of this day and year first above written. CITY OF LYNWOOD By. "L /, Edwin E. Hernande Mayor Attest: By: Miria i • ' City Approved as to Form: By: David . Garcia City Attorney CONTRACTOR COPP CONTRACTING, INC. LEGAL NAME OF FIRM By: Signature of Chairman of B ard, President, or Vice Presiden� DENNIS W. COPP (Typed /Printed Name) VICE - PRESIDENT (Title) By: Signature of Secretary, AssistARt Secretary, CFO, or Assistant Treasurer ERLINDA COPP (Typed /Printed Name) SECRETARY (Title) [NOTARY REQUIRED FOR SIGNATURE(S) OF CONTRACTOR] CITY OF LYNWOOD - 610 4 am- PAGE 1 of CODE CALIFORNIA ALL-PumbsE ACKNOWLEDGMENT CIVIL u:.... .�.✓ r .r..c ..,.., ,�+c.e< av ua a _acc� .aenw au:..ar .: _n.•rw�ar vc<o:.::!sc!Tras•.ar .�.+i..::^�•r.!c ...o au 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 ORANGE On MAY 16. 2016 before me, YOLANDA LUJAN — NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared EZEKIEL A. COPP Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/dfb subscribed to the within instrument and acknowledged to me that heft executed the same in his/herAhefr authorized capacity(ies), and that by hisPLr a r signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. YOLANDA LUJAN + COMM #2074108 a Notary Public • California C• "' ORANGECOUNIY ....«.. ' MpCmniviubn6ph sALS7.20119 '•1 i certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESS my hand and official seal. Signature ignatu of otary Public 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: BIDDER'S BOND Document Date: MAY 16, 2016 Number of Pages: 2 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: EZMEL A. COPP N Corporate Officer — Title(s): PRESIDENT ❑ Partner — ❑ Limited ❑ General • Individual ❑ Attorney in Fact • Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: COPP CONTRACTING.,.INC. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator r1 Other, Signer is Representing: SC.RLL•�n -.vG< ✓1iGC; .viA.: :i.•`✓.n'L %`%t:. 'v%1,. ' G�YKSG�'_!M1\ ' VA�CL.: �aN�Gt .ti`S< \.q'.iG�:.�.�w.G \$'.\:.M1 ei%`::u<: ✓<CaGC CALIFORNIA ALL-PURPOSE • • r \� �V�n ✓wK:\J,w .- s\t ti[�ft�t wt re!RV�<G.2<s\ . �t �< /."✓•'C�K:G!s�<rCf •_nom: �N:\ %a.!:taftJS: �: �: ��M 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 Califomia ) County of ORANGE ) On JUNE 20. 2016 before me, YOLANDA LUJAN — NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared I)F.NWTR W_ COPP AM FRT1NnA (',Opp' Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within Instrument and acknowledged to me that heAshe /they executed the same in #tier �/their authorized capacity(ies), and that by4i"er /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my handpnd official YOLANDA LUJAN COMM ri2074108, a Notary Public- fal'ifomiay MY Onummlye UN iB~ Public 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: LYNWOOD AGREEMENT Document Date: JUNE 20, 2016 Number of Pages: 7 Signer(s) Other Than Named Above: Capacityges) Claimed by Signer(s) Signer's Name: ngNmTg w_ rnpp W Corporate Officer — Title(s): VTCE- PRESTDENT ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ' ❑ Guardian or Conservator ❑ Other: Signer Is Representing: COPP CONTRACTTNC• TNC. Signer's Name: ggyINDA rnPP 7(] Corporate Officer — Title(s): ,;FrRFTARy ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: COPP CONTRACTTNQ• TNr_ L1"sL<�G`✓G�G�,G \!1! \✓ G(: ti.'\ G` %SL!:`!h�4[.vt`J.`.`{fi�5 \yfiCyG\ \ ✓S\%' \✓: \ {fiGgG \ti G( ✓S \vfi \JG(': :�':' Vfii Bond No.: CSB0021547 Premium: $2,463.00 1.4.2 CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood (referred to hereinafter as "City) has entered Into an Agreement dated June 7, 2016 (referred to hereinafter as the "Agreement") with Copp Contracting, Inc. (hereinafter designated as "Contractor" or "Principal'), for construction of, Project No. 4011.68.017 STREET IMPROVEMENT PROJECT - REDWOOD AVENUE FROM STATE STREET TO PEACH STREET, AND WALNUT AVENUE FROM BIRCH STREET TO BULLIS ROAD (hereafter referred to as the "Project'. WHEREAS, the Work to be performed by the Contractor is more particularly set forth in the Agreement for the Project, the terms and conditions of which, including those set forth in the Contract Documents incorporated as :component parts the of Agreement, are expressly incorporated herein by this reference; and WHEREAS, the Contractor is required by the Agreement, to'perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, Copp Contracting, Inc, , the undersigned Contractor, as Principal, and Contractors Bonding an Insurance Company P . a corporation organized and existing under the laws of the State of Illinois and duly authorized to transact business under the laws of the State of California, as Surety, are.held and firmly bound unto City in the penal sum of Four Hundred Ten Thousand Four Hundred Fifty Eight Dollars and Fifty Cents Dollars ($_ 410,458.50 ) lawful money of the United States, said sum being not less than 100 percent of the total amount payable by the City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. . THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Principal, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the undertakings, terms, covenants, conditions and agreements set forth In the Agreement and any alteration thereof made as therein provided, on his/her or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their Intent and meaning; and shall faithfully fulfill the one -year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers, officials, employees, authorized agents and volunteers, as stipulated in the Agreement, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect In the event suit is brought on this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court CrrY OF LYNWOOD —610 PAGE 1 of 4 1.4 -8 As a condition precedent to the satisfactory completion of the Agreement, unless otherwise provided for in the Agreement, the above obligation shall hold good for a period of one (1) year after the acceptance of the Work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Agreement, the Surety shall remedy the default pursuant to the Agreement, or shall promptly, at the City's option: (1) Take over and complete the Project in accordance with all terms and conditions in the Agreement; or (2) Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price° as used in this paragraph shall mean the total amount payable to Contractor by the City underthe Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. (3) Permit the City to complete the Project in any manner consistent with California law and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the Crty under the Agreement and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. The said Surety, forvalue received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement, or to the Project or to the Work to be performed thereunder, or the Specifications accompanying the same, shall in anyway affect its obligations on this bond, and it does hereby waive notice of any'such change, extension of time, alteration or addition to the terms of the Agreement, or to the Project, or to the Work or to the Spec cations. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above - bounden parties have executed this instrument this 15th day of June 1 2016 the name and corporate seal of each corporate party being hereto affixed .and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (seal) PRINCIPAL: Copp Contracting, Inc. By DENNIS W. COPP — VI PRESIDENT SURETY: (seal) �•. Contractors Bonding and Insurance Company By Attomey } - act Matthew J. Coats =1� , The rate of premium on this bond is $6.00 per thousand. The total amount of premium charged, $ 2,463.00 . (These blanks must be filled in by corporate surety.) IMPORTANT: Surety companies executing Bonds must possess a certificate ofauthority, from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project Is financed, in whole or in part; with federal grant or loan funds, must also appear on the Treasury Departments most current list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent/Representative in California ifd8ferent) Contractors.Bonding and Insurance Company Contractors Bonding and Insurande Company 111 Pacifica, Su te350 Irvine, CA 92618 (telephone Number of Surety /Agent or Representative in California 111 Pacifica, Suite 350 Irvine, CA 92618 (949)341 -9110 CALIFORNIA ACKNOWLEDGMENT . . qYa, /c�Ni� a N+� / W� <.c��•. q�� a�< /a' w J w<Ga' ..:ra<,.� w..�Md �KnN A notary public or othei officer completing this certificate verities 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 ORANGE ) On JUNE 20, 2016 before me, YOLANDA LUJAN – NOTARY PUBLIC Date Here Insert Name and This of the Officer personally appeared DENNIS W. COPP Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/fhey executed the same In his#1eTfthair authorized capacitypes), and that by hisfher/thetr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS,my hand apd official Si nature QYOLANDA COMg KotatyPublic- CalifomfaM gne re f taryPublic ORANGE COUNTY MyrommhsloneyUesAug.7,3g1g+ Place Notary Seal Above OPTIONAL 777ough 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 PERFORMANCE BOND Document Date: JUNE 7, 2016 Number of Pages: 3 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: DENNIS W: COPP KI Corporate Officer — Title(s): VICE– PRESIDENT • Partner — ❑ Limited ❑ General • Individual ❑ Attorney in Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: COPP CONTRACTING, INC. Signer's Name: ❑ Corporate Officer -- T- dle(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing:, 'q %ti\/!i'. {q'.v �u1 rt':y '_ r.` � GC°;G'eia':/� rt�f' ✓q ✓c:e,G` - rG`.fL� Yvt\ G'rh A/ti ✓:`, ' O 1 • ,r. . .I, .I, . . , :11 • :11 •1 6 0 0 �4. . .,.... i hart :7 1 r!•:'„ . %` STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of in.. the year , before me, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the. (Surety) and acknowledged, to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attorney -in -Fact. Signature of Notary Public in and for said State (SEAL) My commission expires on: NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS.TO CORPORATE PRINCIPAL I, certify that I am the Secretary of the corporation named as Principal to the within bond; that who signed the said bond on behalf of the principal was then of said corporation; that I know his /her signature, and his/her signature thereto Is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of Its governing board. Signature of Corporate Principal CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 x�mcecrcc- �ai^.��axxrxreerr� - - .tsresa 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 Orange On un JUN 16 2016 before me, _ Date personally appeared Matthew J. Coats Summer L. Reyes, Notary Public Here Insert Name and 71tle of the Officer Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the persons) whose names} Islam subscribed to the within instrument and acknowledged to me that he /sheft#tey executed the same In his/hechheir authorized capacity(ies), and that by hisAw1their signature(4on the instrument the personft or the entity upon behalf of which the persons} acted, executed the Instrument. SUMMER L. REYES Commission # 1986627 a -m Notary Public - California z Z f Orange County > M Comm. Expires Jul 29, 2016' Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signatu a of Notary Public 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: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator r I Other. Signer is Representing: Signer's Name: ❑ Corporate Officer — Title(s): • Partner — ❑ Limited '❑ General • Individual ❑Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association - www.NationalNotary.org -1- 800 -US NOTARY (1 -B00 -576 -6827) Item #5907 RLe® cbic on RL eomyarq' .9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (80o)645 -2402 Fax: (309)689-2036 Know AII.Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company That this Power of Attorney is. not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the.District of Columbia do hereby make, constitute and appoint: Linda D Coats Matthew J Coats Summer Reyes, ioindy or severally of Laguna Hills . State of California . as Attorney in Fact, with full power and authority hereb) upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, gs, and recognizances in an amount not to exceed Ten Million Dollars 10,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attomey in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company,, as applicable, have each further certified that the following is a hue and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed In the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image," IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 21st day of August 2=. ,.o• ",�����,,,,, ",,., ., •• °,�� ",,,,,,,,, RLI Insurance Company 'm °`;°.aµ*w9 Contractors Bonding and'InsuranceCompany ' u °PPOR,re :mz 3¢.: ao e R as.:yy: �.-62 ,. SEAL; fie; . SEAL .•-* ` State of Bgnois '°"'••.,, . ".' Barton W. Davis Vice President SS •...'�uxors`oa ° °' ,,, County of Peoria ,•,,,�� "• J � "�� ",•• CERTIFICATE On this 21st day of August 1 2015 before me, a Notary Public, personally appeared Barton W. Davis who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. "OI:FICIAL SEAL° JACQUELINE ft BOCKIER I, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois co orations, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RM Insurance Company and/or contractors $ondi g and Insurance Company this /S day of 11 tn� RLI Insurance Company Contractors on—ding and Ins prance Company Y17 l!/."�T�)—� Barton W. Davis o Vice President 0476404020212 A0059115 Bond No.: CSB0021547 Premium: Included with Performance Bond 1.4.3 CONTRACT PAYMENT BOND (CALIFORNIA PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Lynwood, (referred to hereinafter as "City") has entered Into an agreement dated June 7. 2016 (referred to hereinafter as the "Agreement") with Copp Contracting Inc., (hereinafter designated as the "Contractor" or "Principal', for Project No. 4011.68,017 STREET IMPROVEMENT PROJECT - REDWOOD AVENUE FROM STATE STREET TO PEACH STREET, AND WALNUT AVENUE FROM BIRCH STREET TO BULLIS ROAD WHEREAS, Contractor is required to furnish a bond in connection with the Agreement, and pursuant to Section 3247 of the California Civil Code. NOW, THEREFORE, we, Copp Contracting, Inc. , the undersigned Contractor, as Principal, and Contractors Bonding and Insurance Company , a corporation organized and existing under the laws of the State of Illinois . , and duly authorized to transact business under the laws of the State of California,. as Surety, are held and firmly bound unto City and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the penal sum of" Dollars ($ 410,458.50 }, lawful money of the United States, said sum being not less than 100 percent of the total amount payable by City under the terms of the Agreement, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. "Four Hundred Ten Thousand Four Hundred Fifty Eght Dollars and Fifty Cents THE CONDITION OF THIS OBLIGATION IS SUCH, that, if'said Contractor, his/her or its heirs, executors, administrators, successors or assigns, or subcontractors, shall fail to pay for any materials, provisions, provender or other supplies, items, Implements or machinery used In, upon, for or about the performance of the Work required by the Agreement; or fails to pay (1) any of the persons named In Civil Code Section 3181, (2) amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Agreement, cr (3) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the worts and labor provided pursuant to the Agreement, said Surety will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In the event suit is brought upon this bond, said Surety will pay to City a reasonable attorney's fee to be fixed by the Court. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3161 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same; shall in any way affect its obligations on this bond, and it does hereby waive notice of any iuch change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. Said Surety also hereby waives the provisions of sections 2819 and 2845 of the California Civil Code. No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above - bounded parties have executed this instrument this 15th day of dune , 2016 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. PRINCIPAL: (seal) Copp Contracting, Inc. By 1 ' DENNIS W. COPP — VI PRESIDENT SURETY: (seal) Contractors Bonding and Insurance Company Byc'��� Attorney -in- act Maithewd.Coats IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them.to write surety insurance defined in Section 105 of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current ' list (Circular 570 as amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of AganUReppresentative in California ff different) Contractors Bonding and Insurance Company Contractors Bonding and Insurance ComoanY 111 Pacifica, Suite 350 111 Pacifica, Suite 350 Irvine, CA 92618 Irvine, CA 92618 (Telephone Number of Surety /Agent (949)341 -9110 or Representative in Callfomia) ZALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 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. 1 State of California ) County of ORANGE ) On JUNE 20, 2016 before me, YOLANDA LUJAN - NOTARY PUBLIC Date Here Insert Name and 77de of the Officer personally appeared DENNIS W. COPP Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he%heithey+ executed the same in his/ken4heIF authorized capacity(ies), and that by his/heNthehmsignature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESS my hand and official - Signature i 2 @P—YC00LMAMNDA t12074t ce a r of Notary Public Notary Public- Califomta ^' ORANGE COUNTY FdyrnmmisslonFiPBesAu97, 1818 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: PAYMENT BOND Document Date: Number of Pages: 2 Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: DENNIS W. COPP ® Corporate Officer —Title(s): VICE - PRESIDENT ❑ Partner — ❑ Limited O General • Individual ❑ Attorney in Fact • Trustee ❑ Guardian or Conservator • Other. Signer Is Representing: COPP CONTRACTING, INC. JUNE 7, 2016 Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General • Individual ❑ Attomey in Fact • Trustee ❑ Guardian or Conservator • Other. Signer Is Representing: o i NNI MR. 10"11-0001110, :11 • :�r STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , in the year , before me, a Notary Public in and for said state, personally appeared , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the (Surety) and acknowledged to me that he/she subscribed the name of the (Surety) thereto and his/her own name as Attomey -in -Fact. Signature of Notary Public In and for said State (SEAL) My commission expires on: NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. CERTIFICATE AS TO CORPORATE PRINCIPAL I, certify that I am the Secretary of the corporation named as Principal to the within bond; that who signed the said bond on behalf of the principal was then of said corporation; that I know his/her signature, and his/her signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing board. Signature of Corporate Principal (CORPORATE SEAL) 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 f Orange c ) On 2016 before me, Summer L. Reyes, Notary Public Date Here insert Name and Title of the Officer personally appeared Matthew J. Coats Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(* whose name(4 is/ere subscribed to the within instrument and acknowledged to me that he/she /t#tey executed the same in his/her/their authorized capacity(ies), and that by hisAker /their signature(4on the instrument the person*,, or the entity upon behalf of which the person(4acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. SUMMER L. REYES WITNESS my hand and official seal. Commission * 1986627 / r z , m Notary Public - County > Ln/r `Y✓ r'X� Z "' - Orange County ' , My Comm. Expires Jul 29. 2016 Signature- Signatdib of Notary Public 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: CapacityQes) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator fl Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ other: Signer is Representing: ©2014 National Notary Association • www.NationaiNotary.org • 1- 600-US NOTARY (1- 800 -876 -6827) Item #5907 RLI chic on RV Compaq 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: (800)645-2402 Fax: (309)689-2036 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Linda D. Coats, Matthew J. Coats, Summer Reyes, iointly or severally in the City of Laguna Hills State of California ' as Attorney in Fact, with full power and authority hereby him/her conferred upon to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars C $10,000,000.00 1 for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the'regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit: "AB bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 2l. t day of August 2015. " "' "•••., RLI Insurance Company ,05,0 "a, w`y sypa?T... OO "•.,, Contractors Bondin g and Insurance Company o O. oeQpeggr.�'.TG�r -:¢3: `oPPegq e= flr/ ' DO OoO'SEAL;�a,€ .SEAL State of Illinois l ,S• %••..... •'• �`' Barton W. Davis Vice President J }5• yuI 11N019,VY„ •�(((„nntS•.O4',`` County of Peoria CERTIFICATE On this 21st day of August 2015 before me, a Notary Public, personally appeared Barton W. Davis who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said Instrument to be the voluntary act and deed .ofsaid corporation. i I, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois corporations, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Cum an! and/or Contractors Bonding and Insurance Company this �y'e" day of 3-0 r- ., RLI Insurance Company Notary Public Contrac ing and Ins prance Company =1AL Barton W. Davis Vice President 0475404020212 A0059115 ADDENDUM By executing this Addendum, Contractor acknowledges and agrees that the work performed pursuant to the above referenced Agreement is subjected to all applicable provisions. Payment of Minimum Compensation to Employees. Contractor shall be, obligated to pay not less than the General Prevailing Wages Rate as required by applicable law. A. Prevailing Wage Requirements. California Labor Code requires the payment of not less than the general prevailing rate of per diem wages and rates for holiday and `overtime and adherence to all labor standards and regulations. The General Prevailing Wages Rates may be adjusted throughout the term of this Agreement, Notwithstanding any other provision of this Agreement, Contractor shall not be entitled to any adjustment in compensation rates in the event.there are adjustments to the General Prevailing Wages. Rates. B. Reports. Contractor shall not perform on site work on this contract until labor compliance documents are filed. Contractor agrees to cooperate with the City to fulfill its notifications requirement to the DIR, at required by DIR's PWC -100 form or any other required form, and Contractor agrees to provide to the City the information required by the DIR, as generally set forth in Labor Code Section 1773.3. By signing this form, Contractor, and all of its subcontractors, represents that it has registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions under Labor Code section 1771.1(a)] and paid the annual fee due to the DIR, unless the Contractor meets an exception recognized by the DIR or by the law. C. Furnishing of Electronic Certified Payroll Records to Labor Commissioner. Contractor and subcontractor agree to furnish the required electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement), in the manner and under the time frame required by law. D. Audit Rights, All records or documents required to be kept pursuant to this Agreement to verify compliance with the Wage Requirement shall be made available for audit at no cost to City, at any time during regular business hours, upon written request by the City Attorney, City Auditor, City Manager, or a designated representative of any of these officers. 'Copies of such records or documents shall be provided to City for audit at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records or documents shall be available at CONTRACTOR's address indicated for receipt of notices in this Contract. E. Enforcement. 1. General. CONTRACTOR acknowledges it has read and understands that, pursuant to the terms and conditions of this Agreement, it is required to comply with the Wage Requirement and to submit certain documentation to the City establishing its compliance with such requirement. ( "Documentation Provision. ") CONTRACTOR further acknowledges the City has determined that the Wage Requirement promotes each of the following (collectively "Goals "): a. It protects public job opportunities and stimulates the City's economy by reducing the incentive to recruit and pay a substandard wage to labor from distant, cheap -labor areas. b. It benefits the public through the superior efficiency of well -paid employees. c. It increases competition by promoting a more level playing field among contractors with regard to the wages paid to workers. 2. CONTRACTOS' Breach of Prevailing Wage/Living Wage Provisions. WITHOLDING OF PAYMENT: CONTRACTOR agrees that the Documentation Provision is critical to the City's ability to monitor CONTRACTOR' compliance with the City's public wage obligations. CONTRACTORS further agrees its breach of the Documentation Provision or general public wage obligations results in the need for additional enforcement action to verify compliance with this Addendum. In light of the critical importance of the Documentation Provision, the City and CONTRACTOR agree that CONTRACTOR' compliance with this Addendum is an express condition of City's obligation to make each payment due to the CONTRACTOR pursuant to this Agreement. THE CITY IS NOT OBLIGATED TO MAKE ANY PAYMENT DUE THE CONTRACTOR UNTIL CONTRACTOR HAS PERFORMED ALL OF ITS OBLIGATIONS UNDER THESE PROVISIONS. THIS PROVISION MEANS THAT CITY CAN WITHOLD ALL OR PART OF A PAYMENT TO CONTRACTOR UNTIL ALL REQUIRED DOCUMENTATION IS SUBMITTED. Any payment by the City despite CONTRACTOR's failure to fully perform its obligations under these provisions shall not be deemed to be a waiver of any other term or condition contained in this Agreement or a waiver of the right to withhold payment for any subsequent breach of this Documentation Provision or public wage obligations of the Contractor and the City. 1.4.4 CERTIFICATES / PROOF OF INSURANCE AND ENDORSEMENTS The Contractor shall not commence any of the Work or begin any performance under the Agreement until he /she obtains, at his /her own and sole cost and expense,, all required insurance as stipulated by the City. The required insurance shall be provided by the Contractor in conformance with the requirements of Subsection 2.7.2 of the Special Provisions and may include the following: • Workers' Compensation Insurance • Commercial General Liability and Business Automobile Liability Insurance • Course of Construction or Builder's Risk Insurance Flood Insurance The insurance company or companies utilized by the Contractor shall be authorized and admitted to transact: business in the State of California and to issue policies in the amounts required pursuant to the provisions of Subsection 2.7.2 of the Special Provisions. All insurance required shall be placed with insurers with a current A.M. Best's rating of no less than A:VII, and shall contain the endorsements specified in Subsection 2.7.2. Within ten (10) calendar days after receipt of the Notice of Award, Contractor shall furnish to the City for approval as to sufficiency and form, certificates of insurance and original endorsements evidencing the required coverage set forth in Subsection 2.7.2 of the Special Provisions. Endorsements and certificates are to be signed by a person authorized by the insurer to bind coverage on the insurer's behalf. If the insurance called for is provided by more than one company, a separate certificate and the required endorsements shall be provided by each company. City reserves the right to request complete, certified copies of all required insurance policies and endorsements at any time. Failure to provide City with the required insurance coverage, proof of insurance and /or endorsements within ten "(10) calendar days of receipt of the Notice of Award, may result in withdrawal of award and forfeiture of the Bidder's Bid Security. I :3 8.1 D DO C1. U.-M- 15" NTS The following listed documents, identified in the lower right corner as "Bid Dacutnel -t ", Wall de fully axeouted arid submitted with the Bid prior to the time of the opening of Bids. 1.3.1 Bid (Proposal and Workers' Compensation Certificate) 1.3.2 Bid Si liedule(s7 1.3.3 List of Subcontractors 1.3.4 Anti -Trust Claim 1.3.5 Non - Collusion Affidavit 1.3.8 Bid Bond (Bid Security Form) 1.3.7 Bidder's General Information 1.3.8 Bidder's Insurance Statement Failure of a Bidder to fully execute and submit all of the listed documents with the Bid may result in the Bid being rejected as non - responsive. 1.3.1 B 10 (PROPOSAL AND WORKERS' COMPENSATION CERTIFICATE) BID TO: CITY OF LYNWOOD, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the City in the form of agreement included in Subsection 1.4.1 of the Contract Documents (the "Agreement") to perform the Work as specified or indicated in said Contract Documents entitled: STREET IMPROVEMENT PROJECT FOR REDWOOD AVENUE FROM STATE STREET TO PEACH STREET WALNUT AVENUE FROM BIRCH STREET TO BULLIS ROAD PROJECT NO. 4011.88.017 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by low. Bidder will enter Into the Agreement within the time and In the manner required in the Instructions to Bidders, and will furnish the proof of Insurance /certificates, insurance endorsements, Payment Bond, Performance Bond, and all Licenses and Permits within the time and in the manner required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following ADDENDA (receipt of which is hereby acknowledged): Number 1 xoN Number2 Number3 Number 4 Number 5, Number 6_ Date.. Date Date Date Date Date., . Bidd6F hias famYianzad Itself witii the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance' of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, at seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be Insured against liability for Workers' Compensation or to undertake self - insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the Work of this Contract Attached hereto are the following completed and fully- executed documents: (1) Bid Schedule(s) "A" and "B," consisting of three (3) pages; (2) List of Subcontractors; (3) Anti-Trust Claim; (4) Non - Collusion Affidavit; (5) Bid Bond (Bid security Form); (6) Bidder's General Information; and (7) Bidder's Insurance Statement. Bidder agrees to complete the Work required under the Contract Documents within the time stipulated in said Contract Documents, and fo accept as full payment therefor the Total Bid Price based on the Lump Sum or Unit Bid Price(s) set forth in the attached Bid Schedule(s). I hereby certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct. Dateq,:May 16, 2016 Bidder. Copp Contracting, Inc. By:� (SWnsture ar Bidders Aut ofted RepresentaUve) Title: Ezekiel A. Copp — President..,... . 1.3,2 UNIT PRICE BID SCHEDULE (Page 1 of 2 ) Schedule of Prices for the Construction of the; STREET IMPROVEMENT PROJECT REDWOOD AVENUE FROM STATE STREET TO PEACH STREET WALNUT AVENUE FROM BIRCH STREET TO BULLIS ROAD PROJECT NO. 4011.68.017 Item UnitPrice Bid Item Estimated Unit Unit Item Amount No. Quantity Price 1 Sawcut and Remove Existing Concrete Sidewalk 2,850 SF $ 3.50 $ 9,975.00 2 Sawcut and Remove Existing Concrete Curb and 3,650 LF $ 14.75 $ 53,837.50 Gutter 3 Sawcut and Remove Existing Concrete Driveway 3,000 SF $ 5.00 _ $ 15, 000.00 Approach 4 Sawcut and Remove Existing Concrete Curb Ramp 9 EA $1,000.00 $ 9,000.00 5 Sawcut and Remove Existing AC Pavement 8,200 SF $ 2.50 $ 20,500.00 Gravel Base and Subgrade 6 Prun.a Tree Roots and Install Root Barriers 2 EA $ 740.00 $ 1,480.00 7 Removal and Disposal of Existing Tree 13 EA $ 920.00' .$ 11, 960.00 8 Cold Mill Existing Asphalt Concrete (AC) Pavement 32,000 SF $ .35 $ 11, 200.00 (2.5 depth) 9 Cold Mill Existing Asphalt Concrete (AC) Pavement 20,000 SF $ .42 $ 8,400.00 (3" thick) 10 Construct Concrete Sidewalk (4" or 6" thick per 2,600 SF $ 5.00 $ 13, 00.00 plan) 11 Construct Concrete Curb and Gutter 3,650 LF $ 19.00 ', $ 69,350.00 12 Construct Concrete Driveway Approach 3,400 SF $ 4.50 $ 15, 300.00 13 Construct Concrete Curb Ramp 9 E4 $2,088.00 $ 18, 792.00 14 Construct Detectable Warning Surface on Existing 2 EA $ $ Curb Ramp 600.00 1,200.00 15 Provide and Place Crushed Misceflaneous Base 450 TON $ 35.55 $ 15, 997.50 (CMB) 18 Construct Asphalt Concrete (AC) Leveling Course 200 TON $ 121.72 $ 24, 344.00 (1 Thick) COPP CONTRACTING,INC. Name of Bidder or Firm 1.3.2 UNIT PRICE BID SCHEDULE - Continued (Page 2 of 2 ) STREET IMPROVEMENT PROJECT REDWOOD AVENUE FROM STATE STREET TO PEACH STREET WALNUT AVENUE FROM BIRCH STREET TO BULLiS ROAD PROJECT NO. 4011.68.017 Item Unit Price Bid Item Estimate Unit Unit; Price • item Amount N0. d Quantity 17 Construct ARHM Pavement (1.5" Thick) 300 TON $ 115,00 $ 34,500.00 18 Construct Asphalt Concrete (AC) Pavement 450 TON $ 113.00 $ 30,850.00 Adjust Existing Storm Drain/ Sewer/Utility Manhole 10 EA $ 600.00 $ 6,000.00 19 Frames and Covers to Finished Grade 20 Adjust Existing Water Valve Can and Cover to 12 EA $ 450.00 $ 5,400.00 Finished Grade 21 Adjust Existing Water Meter Box, Pull Box and 2 EA '$ 300.00 $ 600.00 Cover to Finished Grade Traffic Striping, Marking, Curb Palnfing, House 1 LS $5,372.50 $ 5,3.12.50 22 Addresses, and Signs 23 . Install Public improvement Project Signs 2 EA $1,200.00 $ 2,400.00 24 Re- establish Survey Monument and Centedine 1 LS $6,000.00 $ 6,000.00 Ties TOTAL AMOUINT.BASE BID IN FIGURES: TOTAL BID PRICE FOWUNIT PRICE BID SCHEDULE_: $ 410, 458.50 - $ .FOUR HUNDRED TEN THOUSAND FOUR HUNDRED FIFTY — EIGHT = -- pwoinRGUM) DOLLARS AND FIFTY CENTS ----- --- -- -_ - -_— ^ - -- iPri9omwU ds) QUANTITIES OF WORK: The'quenthies of work or malenal.stated in the Unit Price items of_the Bid Schedule are supplied only to giva artAndicaUan oftho genefal scope of the Work. The City does not expressly nor by Implication agree that-(h6ic!L1it9M6U0ls-0f work or nisthflal will. correspond therewith, and teserves the tight after award to incfease or decrrase Ihe;,quan0Y 41 any, Uniit.t'd6b Bid Itirn;, by an amount bp:to 26 percent of increase.or decrease, without a cha09e in the unit prices', i hd shall bade the right to delete any bid item in its.satifaty, agd Weive full credit in the amount•shown In the Bid Schedule for the if4ted item 0-Wo7L COPP CONTRACTING, INC. Name of Bidder or Film INFORMATION REQUIRED OF BIDDER 1.3.3 LIST OF SUBCONTRACTORS As required under Section 4100 at seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one -half of one percent of the Contractor's Total Bid Price, or in the case of bids for the construction of streets or highways, Including bridges, in excess of one -half of one percent of the Contractor's Total Bid Price, or ten thousand dollars ($10,000), whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. The Contractor shall perform, with its own organization, 'Contract work amounting to at least 50 percent of the Total Bid Price except that any designated "Specialty Items" may be performed by subcontract The amount of any such "Specialty Items° so performed may be deducted from the Total Bid Price before computing the amount required to be performed by the Contractor with its own organization. The City will identify �trtj+TSbecidISY-Itertwin the Biti Sehedutef§1 Where an entire Specialty Item Is subcontracted, tha value of work subcontracted will be based on the Contfadt Unit Price for that Item. When a portion of a Specialty Item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price for that item. This will be determined from Information submitted by the Contractor and subject to approval by the Engineer. Subcontractor Contractor's Percent License of Total Work to be Performed Number Contract Subcontractors Name & Address 1, ITEM.#11,12,13 &14 1/394471 A &C8 277 2, ITEM #24 118133 & 1/8601 1.9 3. ITEM 11 22. 11877686 B,C31 .75% C32,D42 $.. ITEM # 6., & #7 802705 C27 D49 37 5.. 6. MARTINEZ CONCRETE INC. 1.3.4 ANTI -TRUST CLAIM Pursuant to Public Contract Code Section 7103.5, upon acceptance of its bid, Contractor agrees to the following: "In entering Into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and Interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purcliases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties." RESPECTFULLY SUBMITTED: COPP CONTRACTING, INC... Contractor Name 51gn8i� e'EZEXIEL A. tOPP BUENA PARK CA 90621 -0457 City, State, Zip PRESIDENT Title #384209 Cbn$ actor's License No: . 95- 3422693 Federal I.D. No. (SEAL —if Bid is by a corporation) P.O. BOX 457 BUENA PARK CA 90621 -0457 Address 714 522 7754. Telephone (with area code) MAY.16, 2016 Date Type of License 1.15 NON- COLLUSIO.N.AF'F1b *AVJT (To be Executed by Bidder and Submitted with Bid Pursuant to Public Cbntract Code Section 7106) State of California, County of .. ORANGE... . EZEKIEL A. COPP being first duly sworn, deposes and says that he or she is PRESIDENT of COPP CONTRACTING.. INC... 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 sollcited 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 fox 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. L A Signatu EZEKIEL A. COPP Typed or'1366ted Name COPP CONTRACTING,. INC. Contractor7'Company / Bidder Narrie Subscribed and sworn to before me this 16 day of MAY 20 16 PER ATTACK ACKNOWLEDGEMENT . Ndtay Public in and for the State of California My Commission Expires;,. A1rr.- 7. 2018 CODE 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 ORANGE ) On MAY 16, 2016 before me, YOLANDA LUSAN -- NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared EZEKIEL A. COPP Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/ale subscribed to the within Instrument and acknowledged to me that he/shenYtey executed the same in his/herNialr authorized capacity(les), and that by his/hefteir signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESS my hand and official {s_ Yot.ANDA LuaAN COMM 82074108 a •� Notary PUj C-CaGfomlay a c r ot••.nracouNry V.jGWskhbpo<•AUg7,lOt8 Public 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: Noncollusion Affidavit Document Number of Pages: _ I Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: EZEKIEL A.COP ZMorporate Officer — Title(s): PRESIDENT ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: COPP CONTRACTING, INC. Date: May 16, 2016 Signer's Name: ❑ Corporate Officer Title(s): ❑Partner — ❑ Limited ❑ General • Individual ❑ Attorney in Fact • Trustee ❑ Guardian or Conservator • Other: Signer Is Representing: A-Y.1.ttM ✓n - ".v1 "n L✓.6:�«,ti :<gti..L: 'ati, -e:4v.- ✓A q" an..' ati=" d-< �✓'l::L:GU�0.:: \:K ✓:Fr<G;1 :C !ti<�4' ✓%V :CgK�0.'SCC S2014 • nal Notary Association • • • . : 11 • (1-800-876-6327) - • 1 1.3:6.81D BoN.D. KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Copp Contracting, Inc. as Principal, and uunueuuuia ounwuy mm as Surety, are hereby held and firmly' bound unto the City of Lynwood, a California Municipal Corporation, (hereinafter referred to as the "City"] In the penal sum of Ten percgnt of the total amount of the bid DOLLARS ($ 1076 , ), being not less than ten percent (10 %) of the Total Bid Price, for the payment of which sum in lawful money of the'United States, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns by these presents. The Condition of the above obligation is such that whereas the Principal has submitted to City a certain Bid, attached hereto and hereby made a part hereof, to enter into a contract In writing with City for the completion I construction I demolition of Project No. 4011.68.017, entitled: STREET IMPROVEMENT PROJECT REDWOOD AVENUE FROM STATE STREET TO PEACH STREET WALNUT AVENUE FROM BIRCH STREET TO BULLIS ROAD NOW, THEREFORE, , a. If said Bid shall be rejected, or b, if said Bid shall be accepted and the Principal shall execute and deliver to the City a contract in the form of agreemeW set forth in the Contract Documents (properly completed in accordance with said Bid) within ten (10) calendar days after receipt of same from City, and shall, within the time and manner set forth in the Contract Documents, furnish a Bond for his/her faithful performance of said contract and for the payment of all persons performing labor or famishing materials in connection therewith, the requited proof of insurance /certificates, required insurance endorsements, and Shall in all other icspects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, In no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the City may accept such Bid; and said Surety does hereby waive notice of any such extension. 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 attdmey's fee to be fixed by the court IN INITNESS•W HEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to Ise hereto affixed and these presents to be signed by their proper officers on this. 12� t day of _ _ Mat , 201�fSr_ PRINCIPAL Copp Contracting, Inc. (Legal Company Name) Title .EZEKIEL A. COPP— PRESIDENT (Corporate Seal) SURETY Contractors Bonding and Insurance Compapy (Legal Company Name) ' By;'��I�L'L,s�, Title Upda D. Coats, Attomey4ri -Fact (Corporate Seal) IMPORTANT, Surety companies executing Bonds must possess a certificate of authority from the Califomla Insurance Commissioner authorizing them to write surety insurance defined in Section 105 -of the California Insurance Code, and if the Work or Project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Departments most current list. (Circular. 570 as. amended). Notary acknowledgements for Principal and Surety signatures and Power of Attorney for Surety must be attached. TWS IS A REQUIRED FORM Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative in California if different from above) (Telephone Number of Surety and Agent or Representative in Califorrlla) Contractors Bonding and Insurance Company 111. Peciliga, Suite 350 Irvine, CA 92618 See above. (949)341 -9110 CALIFORNIA ALL-PURPass ACKNOWLEDGMENT CIVIL CODE § 1169 A notary public or other officer completing this certlFlcate verifies only the identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, of validity of that document. State of California County of Orange ) On h)%CLO 1-1,-2-006 before me, Adelaide C. Hunter, Notary Public Date Here Insert Name and Title of the Officer personally appeared Llnda D. Coats Name(s) Of Signer(s) who proved to me on the basis of satisfactory evidence to be the persor* whose names} is/ere subscribed to the within Instrument and acknowledged to me that 4te/she /tliey executed the same in - 146/hedttretr authorized oapacity(les), and that byNalher /tkeir signafure(4on the Instrument the person ft or the entity upon behalf of which the person(4acted, executed the Instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph 0ADELAIDE C. HUNTER Is true and correct. Commission a 1994447 WITNESS my hand and official seal. my Natal Pub0c - catilomia Orange County A� Comm. Expires Oct 19. 2016 Signature >/ ' • Y� WwCf Signature of Notary Public Place Notary Seat Above OPTIONAL Though this section is optional, completing this Information can deteralteratlon 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: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limed ❑ General ❑ Individual ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1- 800-US NOTARY (1 -800- 876 -6827) Item 95907 RLIe ekle an an Company 9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (800)645-24 02 1 Fax: (3 09)689-2036 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired- That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Linda D. Coats, Matthew J. Coat& Summer Reyes, jointly or severally in the City of Lamma Hills -a State of California as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten MIDion Dollars ( S10.000.000.00 lfor any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings In the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic Image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 28th day of anus 2015. On this 26th day of January 2015 before me, a Notary Public, personally appeared Roy C. Die . who befog by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Compahy and/or Contractors Bonding and Insurance Company, and acknowledged said instru rent to be the voluntary act and deed of said corporation. I, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois corporations, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Co p and/or Contractors Bonding and Insurance Company this day of I11�J :111 /W1 p,L RLI Insurance Company Notary Public Contractors Bonding and Insurance Company OFFICIAL SEAL" Roy C. Die Vice President JACQUELINE NL BOCKLER eonuasswa saes olnane 0475404020212 A0059115 c RLI Insurance Company 4 "'_ =� ' �'4'- Contractors Bonding and Insurance Company :`5 : vo • con =g` SEAL . - SEAL . • State ofBOnois = N °••.,,,,.•'''� '• •'. •t5 Roy C. Die Vice President SS ILLINOIS °” ,.• •� c County of Peoria ^niuom� „•` ••�truo•,. CERIMCATE On this 26th day of January 2015 before me, a Notary Public, personally appeared Roy C. Die . who befog by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Compahy and/or Contractors Bonding and Insurance Company, and acknowledged said instru rent to be the voluntary act and deed of said corporation. I, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois corporations, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Co p and/or Contractors Bonding and Insurance Company this day of I11�J :111 /W1 p,L RLI Insurance Company Notary Public Contractors Bonding and Insurance Company OFFICIAL SEAL" Roy C. Die Vice President JACQUELINE NL BOCKLER eonuasswa saes olnane 0475404020212 A0059115 1.3.7 BIDDER'S GENERAL INFORMATION The Bidder shall fumish the following information. Failure to complete and attach all items may cause the Bid to be rejected as non - responsive. 1. BIDDER /CONTRACTOR'S Name and Street Address: COPP CONTRACTING, INC. P.O.. BOX.. 457. BUENA PARR -CA 90621. -0457 ... 2. CONTRACTOR'S Telephone Number. ( 714.) 522. 7754 Facsimile Number: , ( 714 ) 522 207.4... . 3, CONTRACTOR'S License: Primary Classification '!A" State License Number(s) 384209 Supplemental License Classifications NONE 4. Surety Company and Agent who will provide the required Bonds on this Contract Name of Surety: LINDA D. COATS SURETY SERVICE Address: 23046 AVENIDA DE LA CARLOTA (1600 LAGUNA HILLS CA 92653 Surety Company Agent INDA COATS OR MATT COATS Telephone Numbers: Agent( 949) 457 1060 Surety ( 949 )._249 342 9110 5. Type of Business Entity (Sole Proprietorship, Partnership, Corporation, etc.): CORPORATION 6. Corporation organized under the laws of the State of. CALIFORNIA 7. is your business entity qualified to do business in the State of California?; YES Date qualified.. .1.979 S• List the names, addres Name EZEKIEL. A. , COPP ERLINDA COPP .DENNIS W. COPP. JOHN W. COPP ;es and titles of the principal memberstofficers of your business entity: Title Address PRESIDENT 6751 STANTON AVE. BUENA PAR$ CA 90621 SECRETARY. 6751 STANTON AVE. . BUENA PARK CA 90621 VICE— PRESIDENT 6751 STANTON AVE., BUENA.PARK CA 90621 VICE— PRESIDENT 6751 STANTON AVE. BUENA PARK CA 90621 1.3.7 BIDDER'S GENERAL INFORMATION (Continued) 9. Number of years experience as contractor performing the specific type of construction or Work required for this Project as set forth in the Contract Documents; 36 YRS. . 10. List at least three projects completed to date Involving construction or Work similar to that required for the completion of this Project: a. owner CITY OF GLENDORA Address ...116. FOOTHILL BLVD. Contact BARDIA.RASTAN Class of Work SLURRY.A /C PAVE. •COLDMILL, STRIPING Phone 626 914.8258 ContractAmount 156.651.90 Project SLIIR Y SEAL & REHAB. Date Completed .2•/2016.. b. Owner.. CITY OF MENIFEE Address 29.714. HAUN .RD._ Contact .CARLOS GERONIMO Class of Work GRIND, CHIPSEAL PCC, A/C PAVE,CRAC Phone ' 95 . 51 6391368 ContractAmount. 504,970..50 Project. ANTELOPE .PROJECT Date Completed 11/2015 C. Owner ..CITY OF. COMPTON Address 205 WILLOWBROOK AVE Contact . JOHN STRICKLAND Class of Work - COLDMILL. OVERLAY, P.CC,LOOPS, STRIP Phone. -310'60 5505. Contract Amount 2.426.843. Project ST. REHABILITATION Date Completed g19n15 . 11, Has Bidder ever failed to complete any work awarded to It? If so, note when, where, and why: 12. List the name and title of the person who will supervise full -time the proposed work for your firm: EZEKIEL A. COPP — PRESIDENT__— 13. Is full -time supervisor an employee YES - or an independent contractor? . No 14. Please attach resumes of key construction personnel who will be assigned to the Work on this Project. Note: Bidder agrees that personnel named on this form and In the attached resumes will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by the City. 15. A financial statement or other Information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. EZEKIEL A. COPP HAS 29 YEARS OF PUBLIC WORKS CONSTRUCTION CONSISTING OF STREET RECONSTRUCTION, ST. RESURFACING, CONCRETE CONST. CITY OFLYNWOOD -610 CHIPSEAL AND COLD MILLING. PAGE of 4 1.4 -8 1.3.8 BIDDER'S INSUR:ANC,E STATEMENT (To Be Submitted with Bid) BIDDER HEREBY CERTIFIES that the Bidder has reviewed and understands the insurance requirements set forth In Subsection 1.4.4 of the Bidding and Contractual Documents and Forms, Subsection 2.7.2 of the Special Provisions and elsewhere In the Contract Documents. Should the Bidder be awarded the contract for the Work, Bidder further certifies that it can meet all insurance requirements set forth in. the Contract Documents, including, but not limited to, providing or requiring insurance coverage for subcontractors; naming of City as an additional insured, and providing waivers of subrogation. Bidder acknowledges and understands that all cost associated with providing and maintaining the required insurance coverage are the sole responsibility of the Contractor and that the costs of procuring and maintaining said coverage is included In Contractor's Bid. Bidder further agrees and certifies that If awarded the contract, Bidder will provide the proof of insurance and endorsements required by the Contract Documents within ten (10) calendar days of receipt of the Notice of Award. Bidder acknowledges that failure to provide City with the required insurance coverage, proof of insurance and/or endorsements within ted (10) calendar days of receipt of the Notice of Award, may result In withdrawal of award and forfeiture of the Bidder's Bid Security. Dated! MAY 16, 2016. Bidder:.COPP CONTRACTING, INC. By. 7' »a4 (81g ur or BitJd- ear -s thoMied RepreSentadve) CITY OF LYNWOOD - 610 4 Title: EZEKIEL A. COPP — PRESIDENT MIN PAGE 1 of w I SECTION 3 ECONOM .jC OPPORTUNITY PLAN 2 - FsclqfWWQ COED CONTRACTING, INC. P.O. BOX 457 BUENA PARK CA 90621-0457 —67R�ep* Part Employment and TMInIng COMMIWent . I... I EZ.RIBZT 4 ri4 cockmi 14 522 7754 TOTAL NEW HIRES By JOB CATEGORY surnom 3 SE It NEW HIRES NEW % OF AGGREGATE HIRES INKO ARE 'SECTION 3 HIRES NuM2.9R OF' SECTION a NEW HIRES a TRAINEES FACIALI—EMPIC COORS) CONCTRUCTION 4 6 6. Prafemlonals ; Tcehelclane bMWCl.erIC2I Trade' 711 Trade: .,dde: ida: Trade: Tmde: Totals Cr smyles PrWA;Iem NOS MWE OF SSMON 3 MUSII ZFECiFycommucTIONPA -MAOr wAcommopm cob CM-MC r ALMN To ------------ I fa Co Pp..cOKT?4qTlNq, INC. CONCTRUCTION ; 711 Pr,-Smm ecdom 1 n Flaft) sift" 0 a HOME -bUfz A*fM99Mld 7 a CM • cnuftT"jg a- 7 ccee • tup Admargitw pAchvEft*ccol= 4NIZM 06-.Aftm I CERTfflCATIoN ®F NON "SE%REGATEID FACILITIES (Federe39y Amsted Projects) The federafly assisted construction contractor certified that he does not maintain or provide for his employee's ably segregated facilities at any of his establishments, and that he does not permit his employees to perform 66ir services at any location under his corritol, where segregated facll&s are, maintained. The federally regent( construcllori contractor certifies further that he will not maintain or provide for his employees any segregate; facilities at any of hisestablishments, and that he will not permit his employees to perform their services at• hii location, under his control, where segregated facilities are maintained. The federally assisted conslructign contractor agrees that a breach of this certification is a violation df the Equal Opportunity clause in the contract: As used in this eedtfication the terns "segregated facilities" mean.any waiting rooms, work areas resting s and washrooms; restaurants and other eating areas, time clock, locker rooms and other storage or dressing areas; parking lots, drinking founiains, recreation or entertainment areas transportation, and housing facilities provided for employees which are segregated by explicit directive or are In fadl.segregated on the basis of race, creed, coign of natib jai orfgln, because of habit, Igcal custom, or otherwise. The federally assisted construction contractor• agrees that (except where he has obtained Identical. from prop.osed`s.U.beontractors for.spedfic limb periods) he will obtain identical certifications from proposed subco opF dui ciaiise', and:Niat heWill cite (is ch $:10;'000 and ibb4e are not exempt irbrrr.ihe{ifoJtsidris;oflheA certifications in his files. NOTE: The penalty for making false statements In offers isIprescribed in IS U.S.C. 1001. _ .Com an'e. COPP CONTRACTING, I�tC, A. PRESIDENT Y ;page; ,MAY 16, 2016 kmonsegxan CERTIFICATION WTH REGARD-TO THE PERFOF8 ANCE OF P ,VJOUS CONTRACTS OR SU80ONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSEE AND THE FILING OF REWHED REPORTS The bidder x , proposed subcontractor x hereby certifies that he has x , has not participated in a previous contract or subcontract subject to the Equal; Opportunity clause, as required by Executive Orders 10925, 11114, or 11246 and that he has x , has not __, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or adminlstedng agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. COPP CONTRACTING, INC. (Company) By EZEKIEL A. COPP- - 1 C— " � - L� / f - (Type or Print Name) � (Signatures FUSIDENT DATE: MAY 1.fi, 2014 NOTE; THE ABOVE CERTIFICATION IS REQUIRED BY THE EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE SECRETARY OF LABOR (41 CFR 60.17 (B) (1), AND MUST BESb�Btyl ^TT�D'�8 „B,ITQDEA�$ RESUB IECT TO -THE EQUAL OPPORTUNITY CLAUSE, CONTRACTS AND $ 6, EQUAL OPPORTUNITY: CLAUSE. ARE SET FORTH IN 41 co R `'6 • 1:5 {GENE.RALLY ONLY CONTRACTS' OR SUBCONTRACTS OF 510,000 OR UNDER ARE EXEIMPT.) CONTRACT PAIME CONTRACT09S AND BOB CONTRACT SUBJECT TO EX UTIVE -OR ER3 MID�HAVE RNOT FILED THE REQUIRED REPORTS SHOULD NOTE THAT 41 CFR 6- • 1.7 (B)(1) PREVENTS THE AWARD OF CONTRACTS- AND SUBCONTRACTS UNL.ESSSUCHCONTRACTORSUBMITS A REPORT COVERING THE DELINQUENT PERJbD:QR QF FEDEfiAli LONTftAGT GOMPIIA.'f..CL U S bEPAATMENT OF LABOR. INTERIOR OR THE DIRECTOFi,.OFF(CE RV.-wW*rrdlWP"APr Pe+fC&n' 4011 68 017 STREET IMPROVEMENT PROJECT FOR REDWOOD AVENUE FROM STATE projeetNutnSerand i-Me PEACH STREET WALNUT AVENUE FROM BIRCH STREET TO BULLIS ROAD. The.. undersigned contractor a tees to implement the following affirmative action steps directed at. increasing the utilization of lower. income residents and business concerns location within the City of Lynwood 1•, Take affirmative action to ensure that employees or applicants Poi' employment or training are not discriminated agavast because .of race, color, religion, sex or national origin. 2. Send a notice of the, contractor s Sectig4 3 .eoVp: iitmcnt to .0ch labor organizatigtx . or representative of.wgrkers, and post a copy of flue notice at a conspicuous place available to.'employees• and applicants for. employment' or training. 3. To the greatest exterit feasible, make a .goad .faith wort to rec 1 for.. employment or training lower• income fesid.6 ts•from the city; and to award contracts to business concerns which are.locafed in or ojvnedIn substantial part by persons residing in the city through.use t. Local advert sing:riiedia, signs placed at the project site, and notifcatioit to• cornrrivaity oY.gariia�tions and public or private institutions operating within or serymg, the-project zp* such as Service Employment• and Redevelopment' . (SER), OppoaitiRi6es Industrialization Center. (01C), Urban .League,. Concentrated Braploymeat Program, U.S. gmploymetit Setviee, Chamber,of •Corot 0te, labor -unions, trade. assaciationsar?d usiaess concerns. 4. Maintain a file of all low income area residents who applied for employment or training eiiber on their own or on referrdl from any source, and the action taken with "respectto eachareates.. nt. 5. Maintain a flu on all business concerns located in the city that submitted a bid for work onRlie project; and the action taken with respect to each bid. 6. Maintain a file, which will include all memoranda, etc., which document that affirmative action steps Piave been taken, 7. Incorporate the Section 3.ClaDse provisions in all subcontracts, and require subcontractors to submit a,$ecii6n 3 Affirmative Action Plan. 8. List project wont f ge.needs for the project by occupation, trade, skill level, and number of positiobs on the attached form. 9„ .List information related to subcontracts to be awarded on the attached form. COPP.CONMCTING,. INC. Company Name Signature EZEk EL A. Cop'? P.O. BOX 45.7 BUENA PARK CA 90621 Title RESIDENT Address Business registry Section 3 Business Re*trY 1NMM1.1101,19 PAQS corm%crus Search for a Business rage i ui 1 OMB APPraval No.2S /9-0052 {efp.05D1l2019) Wb lIs the Siscfon 30udnass Redid" A I a See50n3B d Reeislmaevsfnesz Snrrh fore BasTaea Search for Section 3 Self Certified Businesses Select your State select Your Count? Stle Vcnar City Seitt Va.,Ip Cade . . .. ._ -l�:orai,ge vjeuEl4nPaaK "J;sasz, _ ,J ❑ Brictin sonry p Carpentry i7 Electrical . g General Contractor ❑ HVAC ❑ IT ❑ Jnaitari.•d ❑ LandsnPhrg ❑ Lnd$n wrd Control ❑ WmIcEmce p Pa{n inory Wall ❑ Pluattrm.� ❑ Security ❑ Other Only shmv Busaa ^ That are Siring. ❑ searcfi For Business ttresults lU FxaJ Basins Nome Susins+Addmss Baciq=Tctcphunc Stmh as�;'fypo C rrroeeiTNa M 675, STANMN AVE, BIIENA PARR .61 90621 714 522 7754 General Contractor Dkehimer: IND Ins not varlfnd tha IrdomvIISn submitted ty btWnoszs listed inOts re9tlryad does notandonc Iho srnices Out 0roy prodda Usamof Oda dotabow We shongN aneaumged to partoand�re dffgrnW by tvrjying Stt0on3ap''bddy berme pravldmBPmfarerim. was ding eoneracin to firms Put ham:eg< dTiiodthei, Secdon 3 statusYAh IM Dapuranent tlorrDO l NoaQ• xVD V 1SVS}eGtluta Orvbteu notSia RgfatrylballotMeetSeeDOa 3IRIpJSBbyCrlmtlo2 Ifyoubofove RON 0rm Ims mcrePTc$eoiad RsORas oSortion3 Buslns :pbaso atbmil an arnal IO the U.S. DenaMant of )totaling mld Udmn Davolcpmaaltry cfiebing hero g 491r2hud n v. Your emal dwuld contain the following intoonellen. • Youtname . telephone rumibor.ard enizll addmss" bdarraafmnvM not be shared nu5ideof HIM) • Namo. cityondslaleaffurngihosawoodly rmbrepreserted tlrefrstalus asa Section3!>t3aiass • At0•ny Ome: plavaSMSdesmttrmgwhyWubcrs�Umtojsfam does not mealftSeWrn3 BusrttoomeliggMy noara. US. Dopare entofHousing and UrbanDavolopmont 45170r StreetS.W. Washlagtan. DC 20410 Telephone. 1202) 708.1112 TTY. (W-10&1455. HUD I .. __ tr.___r._i____ L..A --.. /Q e nrr /RT?perintrlrITTntimt?AlvainP,RF ACt.io on 70/6/2015 State Of Cailfoml E BOARD ,coNTRacroa�Ar. E uCENSE CARP 384209 COPP CONTRACTING INCORPORATED �,u A www.csib.cs.gov to, A`p h® CERTIFICATE OF LIABILITY INSURANCE DATE /YY7Y) TYPEOFINSURANCE 6/1 fi12016 611512 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 poliey(les) 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 COrll p ass Direct Insurance Services, Inc. 13681 Newport Ave., Ste 8 #622 Tustin, CA 92780 DDNTAG NAN Jeremy seltzer PHONE FAX e, Oft 714.665 -9600 Me. No]: 714. 665.9801 E-MAIL leremynedisi.com INSUREIUSI AFFORDING COVERAGE NAICN EACH OCCURRENCE INSURERA: Wesco Insurance Company 25011 wuw.cdisl.com License #OH16100 INSURED Copp Contracting, Inc. PO Box 457 INSURER B: Everest National Insurance Company 10120 NSUflER C: • XCU / Deductible S1.000 PERSONAL&ADV INJURY Buena Park CA 90621 -0457 INSURERD: GENERALAGGREGATE NSUflER E: PRODUCTS -COMPIOP AGG S 2,000,000 INSURER F: S 1,000,000 A COVERAGES CERTIFICATE NUMBER: 30417955 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. ILR TR TYPEOFINSURANCE AOO a e POLICYNUMBER POLICY MMID POLICY PD LIMITS A ar COMMERCIAL GENERAL LIABILITY CINMS&UIDE F--,] OCCUR Ownees /Cont. Pro s Jeremy Seltzer WPP105128304 11/1/2015 11/1/2016 EACH OCCURRENCE Is 1,000,000 PC R IDES aa, rice $ 100,066 • MEDEXPAnyons erson S 5,000 • XCU / Deductible S1.000 PERSONAL&ADV INJURY S 1,000,000 GENL AGGREGATE LIMITAPPLIES PER: POLICY Z MT F-1 LOC OTHER! GENERALAGGREGATE S 2,00D,000 PRODUCTS -COMPIOP AGG S 2,000,000 Em to ee Benifits S 1,000,000 A AUTOMOBILEUAUILITY IANYAUTO ONNLY AUTOSU� HIRED NONANTED AUTOS ONLY AUTOS ONLY ✓ Com (Coll De S1 000 �/ WPPI05128304 1111/2015 11/1/2016 COMBINED SINGLE OMIT $ 1666666 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTYDAMAGE eracNd t $ $ UMBRELLAUAB UCESS LU1a OCCUR CLAIMS -MADE EACH OCCURRENCE 5 AGGREGATE S DED I I RETENTIONS S B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPPJETCR/PARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDED7 (Mandatory In NH) U nys, dwaflae lender 0 SCRIPTIONOF OPERATIONS below NIA ,/ 7600015069161 6/1512016 6/16/2017 1 PE n I I DRTH- EL EACH ACCIDENT $ 1,000,000 ELDISEASE- EAEMPLOYE S 11000,000 FL DISEASE -POUCY LIMIT S 1,000,000 DESCMI ON OF OPERATIONS I LOCATIONSI VEHIOLES (ACORD 101, Addltlonal R rnarka Schedule, raw bo onachod irmore space is required) Ref: Redwood Avenue and Walnut Avenue Street Improvements Project No. 4011.68.017 The City of Lyynnwood, Its elected and appointed boards, officers, officials, employees, aggents, re ppresentatives and volunteers are named as addiOGnal Insured as per attached endorsements, with respects to the operations of the named insured as per contract. CERTIFICATE HOLDER CANCELLATION Ref: Redwood Avenue and Walnut Avenue Street Improvements Project No. 4011.68.017 SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cit of Lynwood THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 11330 BUIIIS Rd. ACCORDANCE WITH THE POLICY PROVISIONS. Lynwood CA 90262 AUTHORIZED REPRESENTATIVE `+�•n�,,Wn,,',,'Ai.'l� Jeremy Seltzer ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 30417955 1 15/16 GL AU UKB RC 1 Laura Ya decn 16/15/1D16 1:49,53 PH (PDT) ( Page 1 of 9 Copp Contracting, Inc. COMMERCIAL GENERAL LIABILITY WPP1051283 04 CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations The City of Lynwood, its elected and appointed It is agreed that such Insurance as is afforded by this policy boards, officers, officials, employees, agents, for the benefit of the additional Insured shown shall be pri- representatives and volunteers mary Insurance, and any other insurance maintained by the additional insured(s) shall be excess and noncontributory as respects any claim, loss or liability allegedly arising out of the operations of the named insured, provided however that this Insurance will not apply to any claim loss or liability which Is determined to be solely the result of the additional insured's negligence or solely the additional insured's re- sponsibility. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf: in the performance of your ongoing operations for the additional Insured(s) at the location(s) desig- nated above. CG 2010 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. © ISO Properties, Inc., 2004 30417955 1 15/16 0L AV VHs NC I Laura Yardeen 1 6/15/2016 1,49:53 PM )PUS) I Page 2 of 9 Page 1 of 1 WPP1051283 04 Copp Contracting, Inc. COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations The City of Lynwood, its elected and appointed boards, It is agreed that such insurance as Is afforded by this officers, officials, employees, agents, representatives policy for the benefit of the additional insured shown and volunteers shall be primary insurance, and any other Insurance maintained by the additional insured(s) shall be excess and noncontributory as respects any claim, loss or liability allegedly arising out of the operations of the named insured, provided however that this Insurance will not apply to any claim loss or liability which is de- termined to be solely the result of the additional in- sured's negligence or solely the additional insured's responsibility. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily in)ur/' or "property dam- age" caused, In whole or in part, by 'your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional Insured and included in the "products - completed operations hazard ". CG 20 37 07 04 © ISO Properties, Inc„ 2004 70/17955 1 15/16 m. AU We WC I Laura Yardeen 1 6/15/2016 1149:51 PM (PDT) I Page 3 of 9 Page 1 of 1 WPP1051283 04 COMMERCIAL GENERAL LIABILITY Copp Contracting, Inc. CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization. The City of Lynwood, its elected and appointed boards, officers, officials, employees, agents, representatives and volunteers Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section 1V — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and Included In the "products - completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ 10417955 1 15/16 OL AV MG WC I Laura Yardeen 1 6/15/2016 1,49,51 PM (PDT) I Page 4 of 9 WPP1051283 04 Copp Contracting, Inc. COMMERCIAL GENERAL LIABILITY CO 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Coristruction Project(s): This endorsement applies only to your projects away from premises owned by or rented to you for which you have certificates of Insurance on file at your office. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by 'occur- damages or under Coverage C for medical rences" under Section I — Coverage A, and for all expenses shall reduce the Designated Con - medical expenses caused by accidents under structlon Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con - 1. A separate Designated Construction Project structlon Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project Ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appll- "property damage" included in the "products- cable Designated Construction Project Gen - completed operations hazard ", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits ". CG 25 03 06 09 © Insurance Services Office, Inc., 2008 30417955 1 15/16 GL AO OMB %4C I Laura Tardeen 1 6/15/2016 1:49:53 PM (POT) I Page 5 of 9 Page 1 of 2 ❑ B. For all sums which the insured becomes legally C. obligated to pay as damages caused by "occur- rences" under Section l — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attri- buted only to ongoing operations at a single des- ignated construction project shown in the Sche- dule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical D. expenses shall reduce the amount available under the General Aggregate Limit or the Products - completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. Page 2 of 2 When coverage for liability arising out of the "products- completed operations hazard" Is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard" will reduce the Products - completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or If the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. © Insurance Services Office, Inc., 2008 70417955 1 15/16 01. AV OMB HC I Laura Yardem 1 6/15/2016 1:49:53 PM (PDT) I Page 6 of 9 CG 25 03 05 09 ❑ WPP1051283 04 COMMERCIAL AUTO CA 20 48 "02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied bythis endorsement. This endorsement identifles person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 11/1/2015 Countersigned By: Authorized Representative) Named Insured: Copp Contracting, Inc. SCHEDULE Name of Person(s) or organization (s): The City of Lynwood, Its elected and appointed boards, officers, officials, employees, agents, representatives and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ 3041]955 1 15116 OL AV V WC I Laura Yerdeen 1 6/15/1016 1:49:53 PH (PM) I Page 7 of 9 WPP1051283 04 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is Indicated below. Named Insured: Copp Contracting, Inc. Endorsement Effective Date: 11/1/2015 SCHEDULE Name(s) Of-Person(s) Or Organization(s): The City of Lynwood, its elected and appointed boards, officers, officials, employees, agents, representatives and volunteers If not The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organizations) shown in the Schedule, but only to the extent that subrogation is waived prior'to the "ac- cident" or the 'loss" under a contract with that person or organization. CA 04 44 0310 © Insurance Services Office, Inc., 2009 Page 1 of 1 13 30419955 1 15/36 OL AV 9MO WC I Laura Yardeeu 1 6/15/2016 1,49,53 PH (PDT) I Page 8 of 9 WORKERS COMPENSATION AND EMPLOYERS LIABILRY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CAUFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration. PERSON OR ORGANIZATION The City of Lynwood, its elected and appointed boards, officers, officials, employees, agents, representatives and volunteers SCHEDULE JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 06 -15 -15 Policy No. 7 600015069151 Insured COPP CONTRACTING INC Insurance Company EVEREST NATIONAL INSURANCE COMPANY Countersigned By -1999 by die Workers' Compensation Insurance Rating Bumau of CalHombL All dghts reserved. From the WCIRB's California Workers' Compensation Insurance Foms Manual -1999. .10417955 1 15/16 M A9 M NC I Laura 7aade. 1 6/15/1016 1.4963 PM JPUTI INWOMOGR9 Endorsement No. 001 Premium $ INCL.