Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SI23102 SI23103 Bid Docs
DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA OFFICIAL NOTICE RESIDENTIAL & COLLECTOR STREETS REHABILIATION (AREA 2) AND ARTERIAL STREET REHABILIATION (GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE) FY 2022-2023 PROGRAM City Project No. S123102 & S123103 ADDENDUM NO. 1 The following changes to the Contract Documents for the above project shall be incorporated into the Contract Documents and Specifications as part of this project. The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. 3/6/2023 David G. Liu, P.E. Date Director of Public Works/City Engineer Co tractor's Authorized Signature 1/2 CITY OF DIAMOND BAR ADDENDUM NO. 1 The Contractor shall note the following corrections that are being made to the Base Bid "B" items and Engineer's estimate. The following corrections must be acknowledged and accept: BID ITEM B-7: Bid Item B-7 has been revised to exclude removal of existing AC. Bid list on page 17 and technical provision on page TP-5 has been revised (see attachment). BID ITEM B-8: Bid Item B-8 has been changed from 8 Tons to 80 Tons. Bid list on page 17 has been revised (see attachment). BID ITEM B-9: Bid Item B-9, page TP-7 measurement and payment description has been revised (see attachment). BID ITEM B-12: Bid Item B-12 has been changed from 3,000 Tons to 6,000. Bid list on page 17 have been revised (see attachment). Engineer's Estimate Engineer's estimate has been revised from $3.2 Million to $3.5 Million. 2/2 Attachment — Addendum No. 1 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years. Only projects in excess of $1, 000, 000 each qualify as similar for this project. Residential & Collector Streets Rehabilitation (Area 1) and Arterial Streets Rehabilitation (Golden Springs Drive From Brea Canyon Road to Lemon Avenue) 1 . Project Title FY 2021-2022 Program: Project No. S122102 & S122100 Contract Amount 2,567,790 Type of Work Cape Seal, Asphalt repairs and Overlay, Cold mill, Crack seal, Concrete. Client City of Diamond Bar Agency Project Manager Chris Malpica Phone (909) 839-7042 Date Completed 11/2022 % Subcontracted 37.5 2. Project Title FY 2020-21 Street Improvement Project, Specification No. ST-82101 Contract Amount 1,021,571 Type of Work Cold mill, AC Pave, Cape seal Client City of Sierra Madre Agency Project Manager Chris Cimino Phone (626) 355-7135 Date Completed 9/2021 % Subcontracted 45 3. Project Title Area 7 Residential & Dimaond Bar Blvd Street Rehabiltitation Contract Amount 2,309,116 Type of Work Cold Mill, A/C Overlay, PCC, Cape Seal Client City of Diamond Bar Agency Project Manager Fabian Aoun Date Completed 1/2020 96 Phone (909) 839-7038 Subcontracted 40 NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature C E ekiel A Copp, President 9 16. Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3. The Contractor shall have five (5) years of experience in the application of Polymer Modified Asphaltic Emulsion Chip Seal. 4. The Contractor shall perform at least 50% of contract with its own forces. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed Subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any Subcontractor who will perform work exceeding 1/2 of 1% of the Prime Contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing Subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to twenty- four (24) hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 17. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require compensation or to undertake self-insurance in accordance with 10 the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as part of the contract documents. 18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for sixty (60) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the Agreement Form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the Contract, the City may award the Contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. The work may then be re -advertised. 20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21. EMPLOYMENT OF APPRENTICES: The Contractor, and all Subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The Contractor and any Subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and all Subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his/her construction experience, and his/her organization and plant facilities available for the performance of the contract. 23. WAGE RATES: The Contractor and/or Subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any Subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 24. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid City of Diamond Bar Business License prior to the issuance of the first payment made under this Contract. 25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on the date of written "Notice to Proceed" of the City and to fully complete the project within sixty (60) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of seven hundred fifty dollars ($750.00) for each calendar day thereafter. 12 BIDDER'S PROPOSAL FOR RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2) AND ARTERIAL STREETS REHABILITATION (GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE) FY 2022-2023 PROGRAM PROJECT NO. SI23102 & SI23103 Date March 08 , 2023 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: Ezekiel A Copp, President Erlinda Copp, Secretary (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name under which the co -partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he/she has carefully examined the location of the proposed work and has familiarized himself/herself with all of the physical and climatic conditions, and makes this bid solely upon his/her own knowledge. (d) That by submitting this Bidder's Proposal, he/she acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him/her at the address furnished by him/her to the City of Diamond Bar when this Proposal Form was obtained. (e) That he/she has carefully examined the specifications, both general and detail, and the drawings attached hereto, and 13 DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 61091 The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The Contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a Contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The Contractor is not ineligible to bid on, be awarded or perform work as a Subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or any other provision of law. 3. The Contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a Contractor or Subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a Contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred Subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The Contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 22 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under California that of March 08 penalty of perjury under the laws of the State of the foregoing is true and correct. Executed this day 20 23 at Buena Park, CA (place of execution) . ,4 - C,/-- Signat re Name: Ezekiel A Copp Title: President Name of Company: Copp Contracting, Inc. 23 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO X If the answer is yes, explain the circumstances in the following space: NOTE: This questionnaire constitutes a part of the Proposal and signature on the signature portion of this Proposal shall constitute signature of this questionnaire. 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification S123102 & S123103 -City of Diamond Bar Bid Date March 08, 2023 This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 5 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2018 2019 2020 2021 2022 TOTAL 2023 No. of Contracts 12 11 14 10 7 54 2 Total dollar amount of 4.6 5.5 4.4 5.3 6.8 26.6 2.6 contracts in 1,000's No. of lost workday 0 0 0 0 0 0 0 cases No. of lost work day 0 0 0 0 0 0 0 cases involving permanent transfer to another job or termination of employment No. of lost workdays 01 0 0 0 0 0 0 *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSEA No. 102. The above information was compile to me at this time and I decla information is true and accura records. Copp Contracting, Inc. Name of Bidder (Print) 6751 Stanton Avenue Address Buena Park, CA 90621 City Zip Code d from the records that are available re under penalty of perjury that the to within the limitations of these Signature 384209 A State Contractor Lic. No. & Class (714) 522-7754 Telephone 25 AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) N/A sworn, deposes and says: being first duly That he is a member of the co -partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co -partnership by who constitute the other members of the co -partnership. Signature Subscribed and sworn to before me this day of 20 Signature of Officer Administering Oath (Notary Public) ►PI AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Ezekiel A Copp duly sworn, deposes and says: That he is President of, Copp Contracting, Inc. being first a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of See Attached (:--' - '-- Si nature 20 Signature of Officer Administering Oath (Notary Public) 27 CALIFORNIA •VERNMENT CODE § 8202 </\c.7f!•\f/.:1C/•\C`'Tf�.'.V\.!/.�C/\�!\C/:12/..�N. •.'i �\f.^.\f �f!.'�f cCtllf!s�f! i9/See Attached Document (Notary to cross out lines 1-6 below) 1=1 See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California I County of YOL,ANDALUJAN Notary Public - California Or,;ngeCounty f Commission B 2414977 Comm. Expires -I'm 17. 2027 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this day of , 20-�, by Date Month Year (1) t 2V-4 ell C cyP (and Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s)„who appeared before me. Signature OPTIONAL of Notary Public 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 Docume',nt^' y Title or Type of Document: _G f. � & (h� w- Document Date: Number of Pages: _1 Signer(s) Other Than Named Above: 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item#5910 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) N/A being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature 20 Signature of Officer Administering Oath (Notary Public) 28 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) N/A duly sworn, deposes and says: That he of, , being first one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: 9 that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature 20 Signature of Officer Administering Oath (Notary Public) 29 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM Copp Contracting, Inc. TITLE OF OFFICER SIGNING President SIGNATURE 4, 6= DATE March 08, 2023 Ez6kiel A Uopp Please include any additional information available regarding equal opportunity employment programs now in effect within your company: Copp Contracting Inc. has been an equal employment opportunity company since 1979. 36 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder X , proposed subcontractor , 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 , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. DATE: March 08 Copp Contracting, Inc. (COMPANY) BY 5 _:� ,.44�� Ezekiel A Copp, President (TITLE) 2023 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 NON -COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) SS COUNTY OF Orange ) Ezekiel A Copp sworn, deposes and says that he or she is , being first duly 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 solicited another bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contact or 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. Sitnature of Bidder STATE OF CALIFORNIA ) ) SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this day of ,20 See Attached Notary Public in and for the County of State of California 38 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 VSee Attached Document (Notary to cross out lines 1-6 below) Cl See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) 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 'J *"my YOLANDA LUJAN Notary Public -California Orange County Commission # 2434977 Comm. Expires Jan 17, 2027 Subscribed and sworn to (or affirmed) before me on this k-day of r , 20- -231 by ate Month Year Ctif (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I Signature fgr�ature o N ary Public Seal 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 Q�� &—cument Title or Type of Document: fV( -1 jA- 1ka Date: Number of Pages: _/ Signer(s) Other Than Named Above: 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5910 d BOND No. N/A BID BOND KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the City of Diamond Bar ("Public Agency"), has issued and invitation for bids for the work described as follows: Residential & Collector Streets Rehabilitation (Area 2) and Arterial Streets Rehabilitation (Golden Springs Drive from Brea Canyon Road to Grand Avenue) FY 2022-2023, Project No. S123102 & S123103 WHEREAS Copp Contracting, Inc. 6751 Stanton Avenue, Buena Park, CA 90621 (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr., Peoria, IL 61615 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Ten percent of the total bid amount Dollars ($ 10% ) , being not less than ten percent (100) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by Public Agency and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by Public Agency in the suit and reasonable 34 attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code §2845. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for ail purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: March 3, 2023 "Principal" Copp Contracting, Inc B y : ,-4 - <,- Its President, Ezekiel A Copp By: — Its Secretary, ErliA4ACOPP "Surety" Contractors Bonding and Insurance Company By — i -- Ryan B� aat 1- s Attorney -in -Fact By. :ts Note: This bond must be executed and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in -fact must be attached. (Seal) (Seal) 35 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of On MdL S i1e1, before me, �(ar& IaO Date Her Insert Name nd Title of he Off' er personally appeared _1�Z�i�I i� f'f �r() 1,14 7 Names) 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/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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 anq official se YOLANDA'U'AN Signature , Notary Public - California natur of otary Public • Orange County Commission # 2434977 ''•".^""�� My Comm. Expires Jan 17 2027 r 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 DocumeId r,Title or Type of Document: 61' t Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CI Corporate Officer -- Title(s): ❑ Partner — ❑ Limited ❑ General 1-1 Individual 11 Attorney in Fact 0 Trustee IJ Guardian or Conservator CI Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s): Cl Partner — ❑ Limited U General CI Individual 1_.:I Attorney in Fact Cl Trustee O Guardian or Conservator Ill Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange Orange KA On MAR ® 3 2023 before me, Date personally appeared Adelaide C. Hunter, Notary Public Here Insert Name and Title of the Officer Ryan Butterfas 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/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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 and official seal. *my ADELAIDE C. HUNTER Notary Public - CaliforniaOrange County�Commission # 2343124 Signature Comm. Expires Jan 23, 2025 Signature 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: Number of Pages: Document Date: 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 — ❑ Limited ❑ 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 #5907 RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: 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 RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Linda D. Coats Matthew J. Coats Summer Reyes Ryan Butterfas jointly or severally in the City of Laguna Nieuel , State of California its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is 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 Company 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 Company. 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." IN WITNESS WHEREOF, the 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 18th day of November _ 021 . RLI Insurance Company Contractors Bonding and Insurance Company SEAL SEAL By: $ ; Barton W. Davis Vice President State of Illinois .,�'Nnt,„> *` !t •f �$ County of Peoria CERTIFICATE On this 18th day of November , 2021 , 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. By: LtmLt,� •60A'r Catherine D. Glover Notary Public 0 ,gaE��, E CATHERINE D. SLOVER . Notary of My E?onwnialon Enpim P. Akmh 24 2t124 1, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, 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 Company and/or Contractors Bonding and Insurance Company this 3rd day of March , 2023 . RLI Insurance Company Contractors Bonding and Insurance Company By: 44"� �T Jeffrey I)UiclP U 11 Corporate Secretary 0475404020212 A0058D i 4