Loading...
HomeMy WebLinkAboutC-1597 - Modification of Traffic Signal and Safety Lighting at Coast Highway and Dover Drive0 6 June 25, 1976 Grissom i Johnson, Inc. P. O. Box 10040 Santa Ana, CA 92711 Subject: Surety : Commercial Union Insurance Company Bonds No. : LA 7117 3 -37 Project : Modification of Traffic Signal and Safety Lighting at Coast Highway and Dover Drive Contract N0.1597 The City Council on May 10, 1976 accepted the work of subject project and authorjj@4 the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on May 12, 1976. �n Book 11734. Page 937. Please notify your surety company that bonds may be released 35 days after recording date. This information from the recorder's office was sent to the wrong department. We are sorry for the delay in notifying you that Notice of Completion has been recorded. Deputy City Clerk swk cc: Public Works Department RECORDING REQUESTED BY AND. MAIL TO City of Newport Beach 3300 W. Newport Blvd. Newport Beach, CA. 92660 12499 EXEr?IPT C9 NOTICE OF COMPLETION PUBLIC WORKS 4(1 1 734P6 937 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:08 A M. MAY 2 2 1976 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on March 31, 1976 the Public Works project consisting of Modification of Traffic Signal and Safety Lighting at Coast Highway and Dover Drive, C- on which Grissom & Johnson, Inc. was the contractor, and Commercial pion Insurance Company was the surety, was completed. CITY OF NEWPORT BEACH ublic orks Director VERIFICA ON I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 11, 1976 at Newport Beach, California. a V ERIFICATIONIOM CITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on May 10, 1976 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 11, 1976 at Newpo t Beach, California. 0 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: May it, 1974 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of btndlfleAtlnn of Trafflc 41goa1 and Safety Lighting at Coast Highway and Dover Drive Contract No. jr,97 on which Grissom S Johnson. Inc. was the Contractor and Commercial Union Insurance Company was the surety. Please record and return to us. Very truly yours, rim orge City of Newport Beach LL- Encl. �4 li 1 4 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1597 Project Da"w Driw/Paaific Coast Higbmy Traffic 819=1 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Address: P. 0. 2"- 10040. Santa Ana. CA- .92711 Amount: $_ Sly 1_�A�_00 Effective Date: January 30, 1976 Resolution No. "80 Laura Lagios LL:dg Att. cc: Finance Department Q CITY CLERK 9 40 CONTRACT NO. 1597 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT COAST HIGHWAY AND DOVER DRIVE SUBMITTED BY: Grissom & Johnson. Inc. Contractor k.0. Box 10040 ress Approved by the City Santa Ana, CA 92711 Council this 8th day City Zip of December, T-975 �an_as7n Phone L ura Lagios, Ci y erk otal B' Price 7 PR 1 of 1 MODIFICATION OF TRAFFIC SIGNAL AT COAST HIGHWAY AND DOVER DRIVE CONTRACT NO. 1597 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 1597 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY S P NO. AND UNIT PRICE WRITTEN IN WORD PRICE PRICE 1. Lump Sum Modify traffic signal system at the intersec- tion of Coast Highway and Dover Drive 11,747_nn Dollars and ------- Cents $]1.747_nn$11,747_nn Lump Sum TOTAL PRICE WRITTEN IN WORDS: TOTAL: Eleven thousand seven hundred forty seven Dollars and No---- --- -- ------------- - - - - -- Cents $ 11.747_nn CONTRACTOR'S LICENSE NO. 968167 r.- Inc. Bi er s ame December 30. 1975 Date uthorized Signature CONTRACTOR'S ADDRESS 6rissnm R .lnhncznn, Tnr_ TELEPHONE NUMBER (714 � 54o -9570 0 0 Page l CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 30th day of December , 1935, at which time they will be opened and read, for performing work as Bows: MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT COAST HIGHWAY AND DOVER DRIVE CONTRACT NO. 1597 Bids must be submitted on.the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons,signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t e CCoorpor__a_tee Seal shall beta affixed to all documents requ r ng signatures. In the case of a ar>s tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 • Page la The City has adopted the Standard S 2cifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of t e erican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive)., The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 263167 Classification C-1 0 SA Accompanying this proposal is (Cash, �fftlfied Check, as ier s Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. GJiTMMMI , issom & Johnson. Inc. Bidder's Name (SEAL) S /Rex M. Grissom - President uthorized Signature 4rin �. Poauk- Secretay gn r ure r.nrpnr i Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: President John A. Pouk Secretary 0 0 DESIGNATION OF SUBCONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following ,o� listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the., City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. NONE NONE NONE 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. U Attorney Bidder's Name Authorized ignature Type of Organization (Individual, Co- partnership or Corp.) — Address 0 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Grissom & Johnson Inc. , as Principal, and Commercial Union Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bid Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Modification of traffic signal and safety lighting at Coast Highway and Dover Drive- Contract No. 1597 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract.is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day of December 19 75 . Corporate Seal (If Corporation) Griss m & Johnson Principa S /Rex M. Grissom - President (Attach acknowledgement of Attorney -in -Fact) S," ohn A. Pouk - Secretary December 30, 1975 Suoetyrcial Union Insurancee r,,,_ Commission expires 4/22/79 By S /Edward Reiter Title Attorney - in -fact 0 NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 3nthday of pprpmhar , 1975 . My commission expires: Notary Public • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On File with City Clerk S�Rex M. Grissom - President Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1975 City of Santa Ana John Pendergast 834 -4180 1975 City of Newport Beach Pat Dunigan 640 -2281 1975 City of Anaheim Harry Smith 533 -5635 1975 Mark Company C. A. Post 494 -9763 154wp A. CA i/i►3- 37 Axrec AV X14 : . /N OVA DRU L/C/9TL� VaD Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted has awarded to Grissom & Johnson. Inc. hereinafter designated as the "Principal ", a contract for Modification of traffic sional and safetv liahtino at Coast Hiahwav and Dover Drive (C -1597) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions,.provender., or other supplies or teams used in, upon, .for, .or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: on�s NOW, THEREFORE, We Vi?1SSam 4 V W *VSa / , S/VC . as Principal, ,h�hereinafter designated as the Contractor and (,;a AIM E� WiAiV 1atiatAA/CC GMe4)V Y as Surety, are held firmly bound unto the City of Newport Beach, in the sum of liars ($ 5.73 Sb } said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for,any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or.for any other work or labor thereon of any.kind or for amounts due.under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's feg, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. t • 0 Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond, IN WITNESS WHEREOF, this instrument has been duly exec ted by the Principal and Sur ty above named, on the ��� ±1► day of �qti UA" 19 , lSS o + ,Say'ff S?v e; (Sea7V) /(Seal) (Seal) on tractor CoiN A► CiCC f v"•vcC" a04 AN (Seal) (Seal) - (Sealj 7T i i ty tort This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk State of California On January 15, 1976 hefore me, the undersigned, ss. .a Notary Public of said county and state, personally appeared County of Orange Edward Reiter known to ine to be the Attorney -in -Fact of Commercial Union Insurance Company the Corporation that executed the within instrument, and known to me to he the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to O►M CIAL MAL me that such Corporation executed the same. L. F. JONES E NOTARY PUBLIC CALIFORNIA n PRINCIPAL OFFICE IN 5 ORANGE COUNTY • NOTARY PUBLIC E d Cornmission Expires April 22, 1979 —� TYOGD R419/72) Ey— EGvrVA//✓ 0 vhpfQ?z1 49Tr �oNP Nd . Coq % /// 3. 3 7 Page 10 1 /fib E o F. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to Grissom & Johnson, Inc. hereinafter designated as the "Principal ", a contract for Modification of traffic -signal and safety lighting at Coast Highway and Dover Drive (C -1597) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, hereinafter designated as the "Contractor ", and As Surety, are held and firmly bound unto City of Newport Beach, in the sum of IM Dollars ($ ad ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his 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 covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. • ! Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instl ment has been d ...ply executed by the Principa and Surety above named, on the day of 19 V /Qr4SO/h Seal), (Seal) Contractor . �MM EPc�RL. U�VrI►N �c��s��F ��"� ♦ � ���Seal ). (Seal) �pW urety / � RE ,-r�� 067-04, -rry State of California County of Orange January 15, 1976 On ,before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared Edward Reiter known to me to be the Attorney -in -Fact of Commercial Union Insurance Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to ICIu " SEAL me that such Corporation csccuted the same. L. JONES . NOTARY PUBLIC CALIFORNIA - PRINCIPAL OFFICE IN 3 ORANGE COUNTY NOTARY PUBLIC My Commission Expires April 22, 1979 IIIIWIIIIIINIIIIIMYIIIIIIIIIIIIN11111YIIIIIIIINIIIINNIIIIIIIINNIIIIIININIIINI ,11X:1:1:X1:. .:I:.i.l l.. f YO60 R4 (9/72) • CONTRACT 0 Page 12 THIS AGREEMENT, made and entered into this .3o-&day o 19 76 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Grissom & dnhnson —Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETH- That the parties hereto do mutually agree as followst 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. • • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and.from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: CITY OF NEWPORT.BEACH, CALIFORNIA By: By: By: GRISSOM & JOHNSONirjc'. Contractor ��(SE L) /M CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C -1597 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description TRAFFIC SIGNAL AND SAFETY LIGHTING This is to certify that the FIREMAN'S FUND INSURANCE COMPANY Name of Insurance Company has issued to GRISSOM & JOHNSON, INC. Name of Insured P. 0. BOX 10040, SANTA ANA, CA. 92711 Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: LEE SMITH & Co., INC. Address of Agency or Broker: Telephone No 714 -558 -0101 Countersigned by: EDWARD REI Subcontractors). P. 0. BOX 504, SANTA ANA, CA. 92702 nsuran ve Effective date of this endorsement: JANUARY 15 19 76 , Endorsement No. to aal) ve .ial olic Term Limits of Liability er a o. Each Occurrence i (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti ,$1,000,000 Products j$ 500,000 Contract W1,LG 1"liUJkJNF ,, R R TIO N ���Qil, ..�.. Policy No. COMPREHENSIVE LIAB. MXP Combined Single 2573209 From: 4-1 -75/ $ INCL. Protecti Limit Bodily Injury or Property Damage To: 4 -1 -76 $ 300,000 $ INCL• Products $ INCL. Contract Each Occurrence Umbrella XLB1240072 SAME $3,000,000 EACH OCCURRENCE This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: LEE SMITH & Co., INC. Address of Agency or Broker: Telephone No 714 -558 -0101 Countersigned by: EDWARD REI Subcontractors). P. 0. BOX 504, SANTA ANA, CA. 92702 nsuran ve Effective date of this endorsement: JANUARY 15 19 76 , Endorsement No. to aal) ve .ial CITY OF NEWPORT BEACH CERTIFIA OF INSURANCE FOR CONTRACT WO *OR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C -1597 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: TRAFFIC SIGNAL AND SAFETY LIGHTING This is to certify that the FIREMAN'S FUND INSURANCE COMPANY Name of Insurance Company has issued to GRISSOM & JOHNSON, INC. Name of Insure P. 0. BOX 10040, SANTA ANA, CA. 92711 the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Co era e o. oIic Term`? `I Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $1,000,000 Products \ I$ 500,000 Contract t C T NF R ATION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single MxP 2573209 From: 4 -1 -75/ �$ INCL. Protecti Limit Bodily Injury $ INCL. Products or Property Damage To: 4-1 -76 $ 300,000 $ INCL. Contract Each Occurrence Umbrella XLB1240072 SAME $3,000,00URREN E This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: LEE SMITH & CO., INC. Address of Agency or Broker: P. 0. Box 504, SANTA ANA, CA. 92702 Telephone No. 714 - 558 -0101 �7 Countersigned by: EDWARD REIT (Authorized Ins uran mpany Rof r ntative Effective date of this endorsement: JANUARY 15 19 76 , Endorsement No. P ial ) je Ial CITY OF NEWPORT BEACH CERTIFIC0 OF INSURANCE FOR CONTRACT WOJOOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C -1597 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: TRAFFIC SIGNAL AND SAFETY LIGHTING This is to certify that the FIREMAN'S FUND INSURANCE COMPANY Name of Insurance Company has issued to GRISSOM & JOHNSON, INC. Name of Insured P. 0. BOX 10040, SANTA ANA, CA. 92711 . Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. C. Contractors Protective Liability (When Insured engages d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h.. Marine or Aviation (when applicable). Name of Agency or Broker: LEE SMITH & CO., INC. Address of Agency or Broker: Telephone No 714- 558 -0101 Subcontractors). P. 0. BOX 504, SANTA ANA, CA Countersigned by: EDWARD REIT nsurance Lpmpany 92702 ve Effective date of this endorsement: JANUARY 15 19 76 , Endorsement No. re ial) ie ial olic Term Limits of Liability vera e o. Each Occurrence j (Minimum: Aggregate (Minimum: NN $500,000) $ 500,000 Protecti, $1,000,000 Products �$ 500,000 Contract l LT INFQR ATION BELOW Policy No. COMPREHENSIVE LIAB. MxP Combined Single 2573209 From:4 -1-75/ .$ INCL. Protecti Limit Bodily Injury $ INCL• Products or Property Damage To: 4 -1 -76 $ 300,000 $ INCL. Contract Each Occurrence Umbrella XLB1240072 SAME $3,000,000 EACH OCCURREN E This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. C. Contractors Protective Liability (When Insured engages d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h.. Marine or Aviation (when applicable). Name of Agency or Broker: LEE SMITH & CO., INC. Address of Agency or Broker: Telephone No 714- 558 -0101 Subcontractors). P. 0. BOX 504, SANTA ANA, CA Countersigned by: EDWARD REIT nsurance Lpmpany 92702 ve Effective date of this endorsement: JANUARY 15 19 76 , Endorsement No. re ial) ie ial CITY OF' NEWPORT BEACH CERTIFIA OF INSURANCE FOR CONTRACT WOR*OR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C -1597 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: TRAFFIC SIGNAL AND SAFETY LIGHTING This is to certify that the FIREMAN'S FUND INSURANCE COMPANY Name of Insurance Company has issued to GRISSOM & JOHNSON, INC. Name of Insured P. O. BOX 10040, SANTA ANA, CA. 92711 Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. era e o. olic Term '� Limits of Liability Each Occurrence Aggregate (Minimum: (Minimum: $500,000) $ 500,000 Protecti $1,000,000 Products I$ 500,000 Contract AW, MJT €`);NFQR I TION�BEL04J� j Policy No. COMPREHENSIVE LIAB. MxP Combined Single 2573209 From: 4-1-75/ $ INCL. Protecti Limit Bodily Injury $ INCL_ Products or Property Damage To: 4 -1 -76 $ 300,000 $ INCL. Contract Each Occurrence Umbrella XLB1240072 SAME $3,000,000 EACH OCCURREN E This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: LEE SMITH & CO., INC. Address of Agency or Broker: P. O. BOX 504, SANTA ANA, CA. 92702 Telephone No. 714 - 558 -0101 Countersigned by: EDWARD REIT (Authorized Insuran mpany R r ntative Effective date of this endorsement: JANUARY 15 , 19 76 , Endorsement No. re ial) de Aal INSURANCE COMPANY OF NORTH AMERICA PACIFIC &L CERTIFICATE OP INSURANCE E C*PANIES INK (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) Z4is is to QIertifq to TYPE OF POLICY HAZARDS COMPANY CODES CITY OF NEWPORT BEACH POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's C/O CITY CLERK 2Q ALLIED INSURANCE CO. 3300 NEWPORT BLVD. Compensation & Q INA OF TEXAS NEWPORT BEACH, CA. 92660 1 -1 -75/76 $ 100, 000 One Accident and Employers' Liability PACIFIC EMPLOYERS INSURANCE CO. L I J O INSURANCE COMPANY OF NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, ❑ ❑q INA INS. CO. OF ILLINOIS providing insurance only for hazards checked by "X" below, have been issued to: cidental Contracts" as defined below) Name and Address GRISSOM & JOHNSON, INC. ❑s INA INS, CO. OF OHIO of Insured— P. 0. BOX 10040, SANTA ANA, CA. Accident Completed Operations /Products ❑ (OTHER; — SPECIFY) covering in accordance with the terms thereof, at the following location(s): $ Each Occurrence Occurrence °o Contractual, (Specific type as de- m in footnote below) REF. CONTRACT NO. C -1597 '- TYPE OF POLICY HAZARDS CO. CODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's Statutory W. C. Compensation & ® ❑5 PWC426200 1 -1 -75/76 $ 100, 000 One Accident and Employers' Liability Aggregate Disease (b) General Liability Premises--Operations (including "in- ❑ ❑ $ Each Person cidental Contracts" as defined below) Independent Contractors El Accident Completed Operations /Products ❑ ❑ $ Each Occurrence Occurrence °o Contractual, (Specific type as de- m in footnote below) scribed I $ Aggregate--Completed 1 Operations /Products Premises - Operations, (Including 7❑ Accident "Incidental Contracts" as defined ❑ ❑ $ Each O I Occurrence below) E o Independent Contractors ❑ El Aggregate — Prem. /Oper. = Completed Operations /Products v ❑ ❑ $ Aggregate — Protective o Contractual, (Specific type as de- El $ Aggregate -- Completed scribed in footnote below) Operations /Products $ Aggregate -- Contractual (e) Automobile Liability Owned Automobiles ❑ ❑ l $ Each Person m. Hired Automobiles ❑ ❑ ! $ Each Accident ❑ ❑ Occurrence Non -owned Automobiles _ _ _ i\ _ _ _ 1. Owned Automobiles ❑ ❑ S❑ Accident aE Hired Automobiles ❑ ❑ $ Each )� Occurrence ao Non•owned Automobiles ❑ (d) -- I Contractual Footnote: Subject to all the policy terms applicable, specific contractual liablity coverage is provided as respects [ a contract / V purchase order agreements / 0 all contracts (check applicable blacks) between the Insured and Name of Other Party: --.... Dated (if applicable): —_THIS CERT. _ISSUED- 1 =15 =Z nJAj1o. (if any):.__971597 Description (or lob): ._. __� ._.._.._ — Definitions: "Incidental contract" means any written (1 ) lease of premises (2) ease t agreement, exce 'n connection with construction or demoliticr operations on or adjacent to a railroad, (3) undertaking to indemnify unicipaliry requ d municipal ordmance, except in connectior with work for the municipality, (4) sidetrack agreement, or (" aintenanc a m t. It is the intention of the company that in the event of cance lotion of t s policy or policies by the company, f (30) days' written notice of su cancelation will be given to you at the address stated above. Authorized Representative 1-C -13891, PRINTED IN U.S.A. I. ORIGINAL INSURANCE COMPANY OF NORTH AMERICA ANG PACIFIC OLOYERS GROUP OF INSURANCE COPANIES CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) Chia is to (gertifg to COMPANY CODES CITY OF NEWPORT BEACH M ALLIED INSURANCE CO. C/O CITY CLERK 3300 NEWPORT BLVD. [3] INA OF TEXAS NEWPORT BEACH, CA. 92660 [] PACIFIC EMPLOYERS INSURANCE CO. 1 INSURANCE COMPANY L 09 OF NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, [Al INA INS. CO. OF ILLINOIS providing insurance only for hazards checked by "X" below, have been issued to: Name and Address GRISSOM & JOHNSON, INC. [E3] INA INS. CO. OF OHIO of Insured— P. 0. BOX 10040, SANTA ANA, CA. ❑ (OTHER; — SPECIFY) covering in accordance with the terms thereof, at the following location(0: REF. CONTRACT NO. C -1597 TYPE OF POLICY HAZARDS CO. CODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's Statutory W. C. Compensation & ® ❑5 PWC426200 1 -1 -75/76 $ 100, OOOOne Accident and Employers' Liability Aggregate Disease — (b) General Liability — Premises- operations (including "In- $ Each Person cidental Contracts' as defined below) Contractors ❑ ❑Independent Accident r Completed Operations /Products ❑ ❑ $ Each IL Occurrence t °o Contractual, (Specific type as de- ° in footnote below) ❑ ❑ scribed $ Aggregate- -Ccmpleted O per a t i o n s/ P rod u c t s Premises - Operations, (Including SE] Accident "Incidental Contracts" as defined El El $ Each 1 ❑ Occurrence below) E Independent oQ pendent Contractors ❑ ❑ $ Aggregate —Preen. /Oyer. Completed Operations /Products ❑ ❑ $ Aggregate — Protective o° Contractual, (Specific type as de- ° ❑ ❑ $ Aggregate — Completed scribed in footnote below) Operations /Products $ Aggregate — Contractual (e) Automobile Liability Owned Automobiles El El $ Each Person o' Hired Automobiles Accident $ Each ° c ❑_ ❑ Occurrence N Non-owned Automobiles _.. -- __ __ — — — ._ __ Owned Automobiles ❑ Accident aq Hired Automobiles ❑ ❑ $ Each El Occurrence Non-owned Automobiles ❑ (� u _ __ _ (d) —_— Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects ❑ a contract / ❑ purchase order agreements / I] all contracts (check applicable blocks) between the Insured and: Name of Other Party: —._ — — Dated (if a ppIicabJu):__.__TH'S CERT. I- SSUED__1- 15- 7Cp'�,Jct:,go. (if any):_ C-1597 Description (or Job): Definitions: "Incidental contract" means any written (1) lease of premises (2) easen-, °Tt agreement, cxce .n connection with construction w demolition operations on or adjacent to a railroad, (3) undertaking to indemnify : ,unicipality regv -d / municipal ordinance, except in connection with work for the municipality, (4) sidetrack agreement, or (` raintenance a -M I. It is the intention of the company that in the event of cancelation of th t policy or policies by the company, im 130) days' written notice of so -- - — cancelation will be given to you at the address stated above. Autfior� zed Representative LC -1M9b PPINTEDINU.S.A, I. ORIGINAL. INSURANCE COMPANY OF NORTH AMERICA PACIFICOPLOYERS GROUP OF INSURANCE SAPANIES CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) this is to &rtifg to COMPANY CODES CITY OF NEWPORT BEACH C/O CITY CLERK LZ ALLIED INSURANCE CO. 3300 NEWPORT BLVD. L] INA OF TEXAS NEWPORT BEACH, CA. 92660 a] PACIFIC EMPLOYERS INSURANCE CO. LJ 9 INSURANCE COMPANY OF NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, (?� INA INS. CO. OF ILLINOIS providing insurance only for hazards checked by "X" belay, have been issued to: Name and Address GRISSOM & JOHNSON, INC. [! INA INS, CO. OF OHIO of Insured— P. O. BOX 10040, SANTA ANA, CA. ❑ (OTHER; — SPECIFY) covering in accordance with the terms thereof, at the following location(s): REF. CONTRACT NO. C -1597 --- - - - - -- TYPE OF POLICY -r-- HAZARDS ICO. — CODE POLICY NUMBER POLICY PERIOD __- LIMITS OF LIABILITY (a) Standard Workmen's Statutory W. C. Compensation & ® ❑5 PWC426200 1 -1 -75/76 100 000O $ r One Accident and Employers' Liability Aggregate Disease (b) General Liability _ Premises — Operations (including "In- ❑ ❑ cidental Contracts" as defined below) $ Each Person 3 Independent Contractors 1:1 ❑ S❑ Accident > Completed Operations /Products ❑ ❑ $ Each 10 Occurrence ° , Contractual (Specific o Spe Type as de- m in footrace below) ❑ El scribed $ Aggregate — Completed J operations/Products Premises - Operations, (Including S❑ Accident "Incidental Contracts" as defined I $ Each ) ❑ °i below) El ❑ Occurrence oIndependent Contractors ❑ ❑ $ Aggregate — Prem. /Oyer. Completed Operations /Products ❑ A re $ 99 gate— Protective o , Contractual (Specific p pe type as de- a El El $ Aagregate�ompleted scribed in footnote below) $ Aggregate--Contractual W Automobile Liability Owned Automobiles El El $ Each Person mr Hired Automobiles ❑ 11 ❑ Accident Each $^ �❑ Nonowned Automobiles ❑ 7t Occurrence — — —�( -- — — — — r� Owned Automobiles ❑ ❑ S❑ Accident eo°A Hired Automobiles ❑ ❑ $ Each () El Occurrence Nonowned Automobiles ❑ (d) -- — —__ — Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects ❑ a contract / ❑ purchase order agreements / ❑ all contracts (check applicable blocks) between the Insured and Name of Other Parry: ._. Dated (if applicable):_._THIS CERT. ISSUED 1- 15- 7��,�cf7Jo. (if any): C-1597 _ Description (or Job): Definitions: "Incidental contract" means any, written ( I ) lease of premises (2) eaten- nt agreement, exec .n connection with construction or demohticn operations on or adjacent to a railroad, (3) undertaking to indemnify unicipahry requ; .d municipal ardinance, except in connection with work for the municipality, (4) sidetrack agreement, or ( 'naintenanca a m t. It is the intention of the company that in the event of cancelahw of IF r policy or policies by the company, b (30) days written notice of so — cancelation will be given to you at the address stated above. Authorized Representative L013891, PRINTED IN U.S.A. 1.ORIEONTt6t INSURANCE COMPANY OF NORTH AMERICA ,'AND '5{ PACIFICIOPLOYERS GROUP OF INSURANCE �IPANIES �I®• CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) zahis is to (9 ifg to COMPANY CODES CITY OF NEWPORT BEACH [�] ALLIED INSURANCE CO. C/O CITY CLERK 3300 NEWPORT BLVD. ❑ INA OF TEXAS NEWPORT BEACH, CA. 92660 M PACIFIC EMPLOYERS INSURANCE CO. L9 INSURANCE COMPANY OF NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, ❑q INA INS. CO. OF ILLINOIS providing insurance only for hazards checked by "X" below, have been issued to: Name and Address GRISSOM & JOHNSON, INC. L7 INA INS. CO. OF OHIO of Insured— P. 0. BOX 10040, SANTA ANA, CA. ❑ (OTHER; — SPECIFY) covering in accordance with the terms thereof, at the following location(s): REF. CONTRACT NO. C -1597 -- TYPE OF POLICY HAZARDS CO. CODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's Statutory W. C. Compensation Sr ® ❑5 PWC426200 1 -1 -75/76 $ 100, 000 One Accident and Employers' Liability Aggregate Disease (b) General Liability Premises — Operations (including "in- cidental Contracts" as defined below) $ Each Person 5 Independent Contractors ❑ El ) Accident r Completed Operations /Products ❑ ❑ $ Each �❑ Occurrence ° Contractual, (Specific type as de- °' In footnote below) ❑ ❑ scribed $ Aggregate—Completed J Operations /Products Premises - Operations, (Including �❑ Accident "Incidental Contracts" as defined $ Each 1❑ below) 1:1 El Occurrence t o Independent Contractors ❑ ❑ $ Aggregate —Prem. /Oyer. Completed Operations /Products ❑ $ Aggregate—Prctective o` Contractual, (Specific type as de- ° El El $ Aggregate — Completed scribed in footnote below) $ Aggregate-- Contractua! W Automabile Liability Automobiles ❑Owned $ Each Person o.� Hired Automobiles � ( El $ Each m Non - owned Automobiles _ _ _El _ E 1 1 ❑ Occurrence Owned Automobiles ❑ ❑ El Accident nE Hired Automobiles ❑ ❑ $ Each ❑ Occurrence 6o Non-owned Automobiles ❑ (d) - — Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respec!s ❑ a contract / 0 purchase order agreements / ❑ all contracts (check applicable blocks between the Insured and Name of Other Party: Dated (if applicable):— __THIS CERT. ISSUED 1 =15i7� rjcf jslo. (if any): —'1,597 _,J Description (or lob): Definitions: "Incidental contract' means any written (1) lease of premises (2) easem t agreement, exca • 'n connection with construction or demulitscn operations on or adjacent to a railroad, (3) undertaking to indemnify r unicipality regu; .d / municipal ordinance, except in connection with work for the municipality, (4) sidetrack agreement, or ( maintenance a .m ,t. ` It is the intention of the company that in the event of careclation of tF policy or policies by the company, UM (30) days' written notice of su cancelation will be given to you at the address stated above. Authorized Representative LC -13895 PHtNTEO IN U.S.A. 1. ORIGINAL • grissfoin & *fphnsell nice ELECTRICAL CONTRACTORS P.O. Box 10040 • 17182 Armstrong Ave. • Santa Ana, Calif. 92711 • (714) 540 -9570 Modification of traffic_ s` al and safety lighting at Coast Highway and Dover Drive (C -1597) I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workmen's compensation or to undertake self- insurance before commencing any of the work. GRISSOM & .J0NNS0"1, MC. c pr eSi C]en RESOLUTION NO. ") A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO GRISSOM AND JOHNSON, INC. FOR MODIFICA- TION TO THE TRAFFIC SIGNAL AT COAST HIGHWAY AND DOVER DRIVE (Contract No. 1597) WHEREAS, pursuant to the notice inviting bids for work in connection with the modification to the traffic signal at Coast Highway and Dover Drive, in the City of Newport Beach, in accordance with the plans and specifications hereto- fore adopted, bids were received on the 30th day of December, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Grissom and Johnson, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Grissom and Johnson, Inc. for the work in the amount of $11,747.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 12th day of January, 1976. ATTEST: City Clerk DDO:yz 1/9/76 1 2 M 4 5 A 7 9 1 r, 11 CONTRACTOR BYCHKD�DATE TOTAL PRICE Gri sum B I D S U H M P R Y P.O. Box 10040; Santa Ana, CA 92711 Steiny and Company $ll 882 4622 La Palma; Anaheim, CA 92806 t1odification of traffic S 4 1 gnaliat 1435 N. Hacienda Blvd.; La TITLE Coas_t Hwy. and Dover Dr. LOCATION City Clerk's Office C0 T Rs,CT iJO. 1597 8210 Monroe; Stanton, CA T I Mi E 10:00 At! ENGINEER'S ESTIIMATE l0 2,000 DATE December 30, 1975 1 2 M 4 5 A 7 9 1 r, 11 CONTRACTOR BYCHKD�DATE TOTAL PRICE Gri sum $11 747 P.O. Box 10040; Santa Ana, CA 92711 Steiny and Company $ll 882 4622 La Palma; Anaheim, CA 92806 William R. Hahn $12,866 1435 N. Hacienda Blvd.; La Habra, CA 90632 Baxter - Griffin $13,590 8210 Monroe; Stanton, CA 90680 Smith Electric Supply $13,796 10792 Knott; Stanton, CA 90680 0 0 CONTRACT NO. 1597 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT COAST HIGHWAY AND DOVER DRIVE SUBMITTED BY: Grissom & Johnson. Inc. Contractor P 0 Box 10040 ress Approved by the City Santa Ana 92711 Council this 8th day City Zip of December, T-975 540 9570 Phone L ura Lagios, Ci y C erk :1)i Total Bid Price l PR 1 of 1 MODIFICATION OF TRAFFIC SIGNAL AT COAST HIGHWAY AND DOVER DRIVE CONTRACT NO. 1597 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 1597 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: 1. Lump Sum Modify traffic signal system at the intersec- tion of Coast Highway and Dover Drive @ " F(ven ////0 ill 5ana/Do11 a r s Sere„ and 57 z.,es. �u //a rs s- d no c< C e n t s Lump Sum TOTAL PRICE WRITTEN IN WORDS: ey, /�„�tcacz vV',,,ee� i`zky1Lc,12 D o 11 a r s and nk��Y,�a "nrsi Cents IC s///-///-/ s /// 7y7 TOTAL: // �Y o J CONTRACTOR'S LICENSE NO. 261167 C -1 s nc. Bidder �1 ame December 30. 1975 / //I Date Auth rized Signature CONTRACTOR'S ADDRESS —P 0 Box 10040, Santa Ana, Ca 92711 9570 TELEPHONE NUMBER 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 26 267 ClassificationC -10 SA , Accompanying this proposal is i r Bond as rt ie ' C ec Cashier's Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation -or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work-4f this contract. 540 9570 Gri Johnson. Inc. Phone u er Bi er s Name December 30, 1975 Date Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Rpx M. Grissom President Inhn 0_ Pntik Secretary ,'7 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidder's Name Authorized ignature Type of Organization (Individual, Co- partnership or Corp.) Address t , _I 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, GRISSOM & JOHNSON. INC. , as Principal, and COMMERCIAL UNION INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF BID------------ - - - - -- -Dollars ($ 10% BID- - - -), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT COAST HIGHWAY AND DOVER DRIVE CONTRACT NO. 1597 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall became null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 30TH day of DECEMBER 19 75 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact COMMERCIAL UNIJQ1r7NSURANCE COMPANY B =_ = EDWARD RE ER Title ATTORNEY -IN -FACT - - .JEC_ I State of CALIFORNIA County of ORANGE L F. JONES NOTARY PUBLIC CALIFor,~ 0 PRINCIPAL OFFICE IN ORANGE COUNT' My Commission Expires April 22, 1979 I Y060 R4 (9/721 On DECEMBER 30, 1975 , before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared EDWARD REITER known to me to be the Attornev -in -Fact of I COMMERCIAL UNION INSURANCE COMPANY _ the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. E NON- COLLUSION AFFIDAVIT E Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this30th day of December , 19 75 My commission expires: ♦ r., OFFICIAL SEAL ♦ • ' ALICIA SKENE ♦ NOTAM PiJa LiC- {:'.LIFORNIA j ♦ : 4.; PRINCIPAL OFFICE_ IN ♦ ORANGE COUNTY ♦ My Commis =ion Expires Dec. 20, 1978 0 o ♦♦♦♦♦o♦000000 ♦oa00000♦♦♦a♦♦♦� Grissom & Johnson, Inc. Notary Public Ryc j Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed * Unaudited - see accompanying letter and footnotes. HANSON. PETERSON & CO. CEaT IOIEO PUaLIC ACCOUNTANT? 0 GRISSIAM & JOHNSON, INC. BALANCE SHEET* December 31, 1974 and 1973 i ASSETS 1974 1973 CURRENT ASSETS Cash in banks $ 29,042 $ 50,532 Commercial paper, WSC Corp., Due January 22, 1974 100,000 Cash, savings and loan associations 42,141 51,085 Accounts receivable (net of provision) 404,216 633,471 Mgterial and supplies (at cost) 26,876 27,646 Notes receivable 28,911 Prepaid expense 8,176 4,100 Deposits 558 1,023 Deferred income taxes (Note 4) 12.474 5,446 TOTAL CURRENT ASSETS $ 623,483 $ 802,214 INVESTMENTS Vista Land Partnership 187,784 PROPERTIES AND EQUIPMENT Plant building and offices 372,400 29,300 Automotive and construction equipment 561,489 571,814 Office furniture and equipment. 43,533 43,008 TOTAL 977,422 644,122 Less accumulated depreciation (571,650) 405,772 (523,196) 120,926 Land 100,764. OTHER ASSETS Notes receivable, secured (Note 6) 158,971 321,512 Less current maturities ( 28,911) TOTAL 1589971 292,601 Organization expense (net of amortization) 271 159,242 1.356 293,957 TOTAL ASSETS 1 289 281 1 404 88'1 * Unaudited - see accompanying letter and footnotes. HANSON. PETERSON & CO. CEaT IOIEO PUaLIC ACCOUNTANT? 0 TOTAL LIABILITIES & STOCKHOLDERS EQUITIES 1,289,281 HANSON• PETERSON. & CO. 1F !£O,FUNIJC_y*4`pVMiANr3.. $1,404,881 • r~ s • Exhibit A LIAB I LI !'IFS :1':D ; i OCY11OLDERS ' EQUITIES 1974 1973 CURRENT LIABILITIES Trade payables $147,002 $197,130 Note payable 28,911 Other accruals 24,564 56,112 Provision for corporation income taxes 32,361 44;828 TOTAL CURRENT LIABILITIES $ 203,927 $ 326,981 " PROVISION ACCOUNTS Sales tax deficiency ('vote: 5) 28,844 22,166 Deferred income taxes (Note 4) 38,439 14 CONTINGENCIES (Note 8) ! i STOCKHOLDERS' EQUITIES Common stock, 3,050,000 shares authorized @ $1 par value, 85,989 shares issued and out- standing (after deducting 4,130 shares in treasury; none reserved for options, warrants, conversion or other rights) 90,119 90,119 Reduction surplus (Note 7) 181,075 181,075 Paid in capital 280,000 280,000 Retained earnings (Exhibit C) 505,316 1,056,510 466,101 1,017,295 TOTAL LIABILITIES & STOCKHOLDERS EQUITIES 1,289,281 HANSON• PETERSON. & CO. 1F !£O,FUNIJC_y*4`pVMiANr3.. $1,404,881 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No 1975 City of Santa Ana John Pan.iaroasr 834 418o 1975 City of N w .port Raarh Pat niinni nnn 64n 9981 1975 City of Anaheim Harry Smith 533 5635 1975 Mark C y C A Pnct 424 976' .0 c LlJ9 Signed Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of the erican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73