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