Loading...
HomeMy WebLinkAboutC-2808 - Traffic Signal and Safety Lighting, Dover, Cliff, 16th0 r CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 February 26, 1997 Baxter - Griffin Co., Inc. 8210 Monroe Stanton, CA 90680 Subject: Surety: Bond No.: Contract No.: Project: (714) 644 -3005 Gulf Insurance Company GE5789390 C -2808 Traffic Signal and Safety Lighting Installation at Dover Drive and 16`" Street On January 13, 1997, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on January 21, 1997, Reference No. 19970029959. Sincerely, Nc,���4) C' �.ti— LaVonne M. Harkless, CMC /AAE City Clerk LH:ib cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUEST BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach Beach, Boulevard h, CA92663 Newport BB 41 Recorded in the County of orange, California Gary L. Granville, Clerk /Recorder No Fee 19970029959 2:57pm 01/21/97 005 25002010 25 28 N12 1 7.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Baxter - Griffin Co., Inc. as Contractor, entered into a Contract on June 11, 1996 Said Contract set forth certain improvements, as follows: Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street Contract No. 2808 Work on said Contract was completed on November 18, 1996 and was found to be acceptable on January 13, 1997 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Gulf Insurance Company City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. �S tI% Executed on J� //9 � at ,t r Newport Beach, California. BY M City Clerk .Y 6 41 • January 13, 1997 JAN 1 3 X97 CITY COUNCIL AGENDA i ITEM NO. 8 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: COMPLETION AND ACCEPTANCE OF TRAFFIC SIGNAL AND LIGHTING INSTALLATION AT DOVER DRIVE AND CLIFF DRIVE; AND TRAFFIC SIGNAL MODIFICATIONS AT DOVER DRIVE AT 16TH STREET - CONTRACT NO. 2808 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. • 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract provided for the installation of traffic signals and highway safety lighting at Dover Drive at Cliff Drive as well as the installation of a traffic signal interconnect between the intersections of Dover Drive /Cliff Drive and Dover Drive /16th Street. Also provided for in the contract was the signal controller, detection, and pole relocation work to accommodate the Bob Henry Park construction. The contractor was Baxter - Griffin Co., Inc. of Stanton, CA. The lump sum bid price was $93,260.00 The amount of lump sum items constructed 93,260.00 Amount of change orders 2.487.00 Total contract cost $95,747.00 U I* i SUBJECT: COMPLETION AND ACCEPTANCE OF TRAFFIC SIGNAL AND LIGHTING INSTALLATION AT DOVER DRIVE AND CLIFF DRIVE; AND TRAFFIC SIGNAL MODIFICATIONS AT DOVER DRIVE AT 16TH STREET - CONTRACT NO. 2808 January 13, 1997 Page 2 Three (3) change orders were issued to complete the project. They were as follows: 1. A credit change order in the amount of ($2,503.00) provided for the deletion of an Edison wiring feed. 2. A change order in the amount of $1,520.00 provided for the installation of street lighting conduit for future use. 3. A change order in the amount of $3,740.00 provided for the relocation of a controller cabinet to increase the sidewalk width for pedestrians /bicycles on Dover Drive. Funds for the project will come from the following accounts: Description Castaways Active Park (Park -(n -lieu) Cliff Traffic Signal (Gas Tax Funds) Drive /16th Street (CIOSA) TOTAL Account Number Amount 7017- C4120264 $13,187.00 7181- C5200174 22,560.00 7431- C5100305 60.000.00 $ 95,747.00 The construction was completed on November 18, 1996, the scheduled completion date. Respectfully submitted, Qi PUBLIC WORKS DEPARTMENT Don Webb, Director by /0� Horst Hlawaty Construction Engineer C1 U 0 (30 BY THE CITY CITY OF NEWPORT BEACH May 28, 1996 MAY 2 8 CITY COUNCIL AGENDA ITEM NO. 7 U i TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL AND SAFETY LIGHTING INSTALLATION AT DOVER DRIVE AND CLIFF DRIVE AND TRAFFIC SIGNAL MODIFICATIONS AT DOVER DRIVE AND 16TH STREET - CONTRACT NO. 2808 RECOMMENDATION: Award Contract No. 2808 to the low bidder, Baxter Griffin Company, Inc. of Stanton, California, in the amount of $93,260.00, plus a 10% contingency amount of $9,300.00. DISCUSSION: • This project provides for the installation of traffic signals and safety lighting at Dover Drive and Cliff Drive as well as traffic signal interconnect between the intersections of Dover /Cliff and Dover /16th Street and some minor modifications to the traffic signal at Dover Drive and 16th Street. Six bids (listed below) were received and opened in the office of the City Clerk at 11:00 a.m. on May 15, 1996. BIDDERS AMOUNT Low Baxter - Griffin Co., Inc. $ 93,260 2. Superior Signal Service Corp. $ 93,733 r,. 3. Paul Gardner Corporation $105,843 4. Signal Maintenance, Inc. $110,051 5. DBX, Inc. $124,527 6. Villegas Electric $155,000 The low bid is 42% under the Engineer's estimate of $162,000. The disparity between estimated and bid amounts is attributed to an intense competition among contractors due to scarcity of such work and a conservative estimate by the consultant. 0 0 SUBJECT: TRAFFIC SIGNAL AND SAFETY LIGHTING INSTALLATION AT DOVER DRIVE AND CLIFF DRIVE AND TRAFFIC SIGNAL MODIFICATIONS AT DOVER DRIVE AND 16TH STREET - • CONTRACT NO. 2808 May 28, 1996 Page 2 Funds for this project are available in the current budget. The developer's portion of the cost for the new signal at Dover Drive and Cliff Drive and interconnect is $60,000.00. An additional $20,000 is available from the Upper Castaways Active Park project account for work at Dover Drive and 16th Street, primarily the new electrical service connections to serve Bob Henry Park. The remainder of funds are available in the Gas Tax fund. Funds for this project have been appropriated in the following accounts: Account Nos. Contract Amount Contingency Amount 7017- C4120264 $20,000 7181- C5200174 $13,260 $9,300 7431- C5100305 $60,000 Total $93,260 $9,300 Plans, specifications and construction estimates were prepared by Katz, Okitsu and . Associates of Tustin, California. The project is scheduled for completion in October, 1996. Respectfully submitted, "a PUBLIC WORKS DEPARTMENT Don Webb. Director BY Richard M. dmonston Transportation and Development Services Manager f: \groups \pubworks %counciRmay\awd -2808 • 0 June 14, 1996 DBX Inc. 42066 Avenida Alvarado, Ste. C Temecula, CA 92590 Gentlemen: Thank you for your courtesy in recently submitting a bid for the Traffic Signal and Safety Lighting Installation/ Modifications project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk By Nancy C. Lacey, CMC Acting City Clerk Enclosure • 0 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: 0 April 22, 1996 CITY COUNCIL AGENDA TRAFFIC SIGNAL AND SAFETY LIGHTI -AT DOVER DRIVE AND CLIFF DRIVE AND TRAFFIC SIGNAL MODIFICATIONS AT DOVER DRIVE AND 16TH STREET - CONTRACT NO. 2808 RECOMMENDATIONS: 1. Approve plans and specifications. 2. Affirm Categorical Exemption. 3. Authorize City Clerk to advertise for bids, to be opened at 11:00 A.M. on May 15, 1996. DISCUSSION: This project provides for the installation of traffic signals and safety lighting at Dover Drive and Cliff Drive as well as traffic signal interconnect between the intersections of • Dover /Cliff and Dover /16th Street and some minor modifications to the traffic signal at Dover Drive and 16th Street. The total estimated cost of the contract work is $162,000.00. Funds for this project are available in the current budget. The developer's portion of the cost for the new signal at Dover Drive and Cliff Drive and interconnect is $60,000, with the remainder coming from Gas Tax funds. An additional $20,000 is available from the Upper Castaways Active Park fund to pay for work at Dover Drive and 16th Street, primarily the new electrical service connections to serve Bob Henry Park. Plans, specifications and construction estimates were prepared by Katz, Okitsu and Associates of Tustin, California. The project is scheduled for completion in October, 1996. - Respectfully submitted, (iUBLIC WORKS DEPARTMENT Don Webb, Director pp � BY C/tv/LetY ln� Richard M. Edmonston Transportation and Development Services Manager Authorized to Publish Advertisements of all kinds including public notices by Decree of the Superior Court of Orange County, ornla. Number A -6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. i am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City.of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: April 23, 30, 1996 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on April at Costa Mesa, California. 30 C. Signature , 199 6 INVITING BIDS Sealed bids may be m calved at the office of thr City Clerk, 3300 Newpor Boulevard, P.O. Box 1768, Newport Beach, CA 92659• 1768 until 11:00 A.M. on the 15th day of May, 1996, at which time such bids shall bb opened and read for: TRAFFIC SIGNAL AND SAFETY LIGHTIMr. iu. MODIFICATIONS AT DOVER DRIVE AND 16TH fTFEET Contract No.: 2808 Engineer's Estimate: this LaVOnne Narkless, City Clerk Prospective bidders may; obtain one set of bid docu- ments at no cost at the of- fice of the pub Works Department, 3300 Newport Boulevard, Newport Beach, CA 92659 -1768. For further information, Please contact Jim Brahler. Project Manager, at (714) 644.3347. Published Newport Beach -Costa Mesa Daily Pilot April 26, 30, 1996. F1388 CITY CLERK COPY 0 NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92659 -1768 until 11 :00 a.m. on the 15th day of May, 1996. at which time such bids will be opened and read for: Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street Title of Project 2808 Contract No. $162,000 Engineer's Estimate �0/ q �P lk2 0 RN/ Approved by the City Council this 23 day of Apri1,1996 LaVonne Harkless City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92659 -1768. For further information, please contact Tim Brahler at (714) 644 -3311. Project Manager 9 0 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL TRAFFIC SIGNAL AND SAFETY LIGHTING INSTALLATION AT DOVER DRIVE AND CLIFF DRIVE AND TRAFFIC SIGNAL MODIFICATIONS AT DOVER DRIVE AND 16TH STREET CONTRACT NO. 2808 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3086 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Traffic signal and safety lighting installation at Dover Drive /Cliff Drive (City furnished controller and cabinet) including interconnect to Dover Drive /16th Street Seventy-Three Thousand Four Hundred @Eighty -Five Dollars and No Cents $73_,485.00 Per Lump Sum 0 0 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2. Lump Sum Traffic signal modifications at Dover Drive/ 16th Street Nineteen Thousand Seven Hundred @Seventy Five Dollars and No Cents $19.275 J0 Per Lump Sum Ninetv -Three Thousand Two Hundred Sixtv Dollars and No Cent TOTAL BID PRICE (WORDS) $93,260.00 TOTAL BID PRICE (FIGURES) 5/15/96 Baxter -Griffin Co., Inc. Date Bidder (714) 826 -5310 SBert Griffin. President Bidder's Telephone No. Authorized Signature/Title 290768 C10 8210 Monroe. Stanton. CA 90680 Bidder's License Bidder's Address No. & Classification 0 INSTRUCTIONS TO BIDDERS L Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations 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. A copy of said determination 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 -7981 inclusive). 5/91 9 9 Page 2A The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 290768 C10 Contractor's License No. & Classification Baxter - Griffin Co.. Inc. Bidder Date 5/91 S /Bert Griffin, President Authorized Signature/Title 0 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address Striping Orange Co. Striping 183 N.. Pixley, Orange, CA 92668 2. Rock Wheel C.A.T. 2318 Scoff Dr., Bell Gardens CA 90606 3. 4. 5. 6. 7. 8. 9. 10. 11, 12. Baxter - Griffin Co.. Inc. Bidder 5/91 S /Bert Griffin, President Authorized Signature(Title 0 Bond No. GE5785420 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, Baxter - Griffin Co.. Inc. as bidder, and Gulf Insurance Company, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Eighteen Thousand Dollars and No Cents Dollars ($14100.00),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 bidder for the construction of Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street C -2808 (Title of Project and Contract No.) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 14th day of May, 1996. Baxter - Griffin Co.. Inc. S /Bert Griffin. President _ Bidder Authorized Signature/Title M. Minium Notary Public Commission Expires: 211100 5/91 SURETY Gulf Insurance Company By:_ S /Randy�Saohn, Attorney -In -Fact (Attach Acknowledgment of Attorney -In -Fact) 0 0 NON - COLLUSION AFFIDAVIT State of California ) ss. County of Orange Page 5 Bert J. Griffin, being first duly sworn, deposes and says that he or she is President of Baxter - Griffin Co. Inc., the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. Baxter - Griffin Co.. Inc. X/Bert Griffin, President Bidder Authorized SignaturefTitle Subscribed and sworn to before me this 15th day of May, 1996. [SEAL] Rose M. Schriever Notary Public My Commission Expires:7 126/97 5/91 F- -I LA Page 6 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 For Whom Person Completed Performed (Detail) To Contact Please See Attached Sheet Baxter - Griffin Co.. Inc. Bidder 5/91 S /Bert Griffin. President Authorized Signature/Title Telephone Number 05/20/96 11 :15 BRXTEWIFFIN i PUBLIC -WORKS • CONTRACT AMOUNT $1,376,466 $ 67.300.00 $638.82Z,48 $121.067.05 $205,065.00 INFORMATION REQUIRED OF BIDDER General Information NO.075 002 CLASS OF WORK DATE COMPLETED NAME AND ADDRESS OF OWNER T.S. /Lighting 5/96 Trf.Signal Mod. 4/96 Lighting/ Interconnect 9/95 Traffic Signal/ Modifications 6/95 Trf.Signal/ Safety Lighting 12/95 C.C.Myers 1822 So. Lewis St. a elm, a. Owner: City Santa Ana City of Garden Grove 11222 Acacia Parkway Garden Grove, CA. 92642 Griffith Company 2020 Yale Santa Ana CA Owner: City of Irvine City of Los Alamitos 3191 Katella Ave. Los Alamitos, CA. 90720 City of Orange 300 East Chapman Orange, CA. 92666 -1591 Page 7 rel Eel A ffel -- I I The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Pro ee*- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 • &OND ISSUED IN FOUR IDENTICAL COUNTERPARTS BOND NO. GE5789390 Page 8 fl1'1�'il�`>t>ila� KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted 5128196 has awarded to Baxter - Griffin Co.. Inc. hereinafter designated as the "Principal ", a contract for Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street C -2808 (Title of Project and Contract Number) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 2808 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance 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: NOW, THEREFORE, We, Baxter - Griffin Co.. Inc. as Principal, and CULF INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ** Dollars ($ 93,260.00 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. * *Ninety Three Thousand Two Hundred Sixty Dollars and no /100- THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his/her subcontractors, fail to pay for any materials, provisions, or other supplies, 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, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and 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 fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right to them or their assigns in any suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. 5/91 1�1 0 Page BA And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions 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 instrument has been duly executed by the above named Principal and Surety, on the 30th day of May 19 -26 Baxter - Griffin Co.. Inc." Name of Contractor (Principal) Authorized Signaturemtle Bert J. Griffin, President GULF INSURANCE COMPANY Name of Surety 5550 West Touhy Avenue, Suite 400 Skokie, IL 60077 -3200 Address of Surety Aut prized A ent gnature Randy Spoh , Attorney -in -Fact :it Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT No. 5907 State of California County of Orange On May 30, 1996 before me, M. Minium, Notary Public DATE NAME, TITLE OF OFFICER - E G.,'JANE DOE, NOTARY PUBLIC' personally appeared Randy Spohn NAMES) OF SIGNERS) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the personasy whose name{sj isfar& subscribed to the within instrument and ac- knowledged to me that he{eHeft�fey- executed the same in hi &A , authorized capacity{ies), and that by hiss eFAhei signatures} on the instrument the person(st or the entity upon behalf of which the person*)- acted, executed the instrument. m C010180; 17 n WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL IN ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENRTY(IES) Gulf Insurance Company DESCRIPTION OF ATTACHED DOCUMENT Payment Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES May 30, 1996 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184 GULFINSURANCE APANY KANSAS CITY, MISSOURI POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com- pany, a corporation duly organized under the laws of the State of Missouri, having its principal office in the city of Irving. Texas, pursuant to the following resolution, adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the 10th day of August, 1993, to wit: "RESOLVED, that the President, Executive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Anorney -in -Fact, such persons, firms, or corporations as may be selected from time to time; and any such Attorney- in -ract may be removed and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President. or by the Board of Directors or by the Finance and Executive Coninunce of the Board of Directors. RESOLVED, that nothing in this Power of Attorney shall be construed as a grant of authority to the alturnec(s) -in -fact In sign, execute. acknowledge, deliver or other- wise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED, that the signature of the President, F.xecutire Vice President or any Senior Vice President. and the Seal of the Company may be affixed many such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by fucsimile signature and fac- simile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such Minds to which they are attached" Gulf insurance Compam does he1`eb7 make, Constitme and aprOult BOND NUMBER GE PRINCIPAL: NAME, ADDRESS CITY, STATE, ZIP BAXTER- GRIFFIN CO., INC. 8210 Monroe Stanton, CA 90680 EFFECTIVE DATE May 30, 1996 CONTRACT AMOUNT $ 93,260.00 BOND AMOUNT $ 93,260.00 Faithful Performance Payment BOND ISSUED IN FOUR IDENTICAL COUNTERPARTS RANDY SPORN OF ANAHEIM, CA its true and lawful auornccb:)-ho fact, with full power air(] authority hereby conferred in its name. place and stead, Hi sign, execme. acknowledge and deliver in its behalf. as surety, any and all bond, and undertakings of suretyship, and to hind Gulf Insurance Company thereby as fully and m the same extent as if any bonds. undertakings and documents relating m ouch Minds andlor undertakings were signed by the duly audtowed ollicer of the Gulf Insurance Company and all the acts of said auorney(s) -in -fact, pursuant to the authoriy herein Liven, :u'e herchy r olied and confirmed. The obligation of the Company shall not exceed one million (Sl S)0f0)0.00j dollats. IN WITNESS WHEREOF, the Gulf Insurance Compam has caused these presents to he signed by any officer of the Company and its Corporate Seal to be hereto affixed. ASV FANCE PPORgr O0 GULF INSURANCE: COMPANY " SEAL biSSOJP STATE OF NEW YORK I Christopher E. Watson 1 SS President COUNTY OF NFAN YORK ) On this 1.s1 day of February, 1991 A.D., before me came Christopher E. Watson, known In me personally who being by me dub' sworn, did depose and say; that he resides in the County of Westchester. Stale of New York: that he is the President of the Gulf Insurance Company, the corporation described in and which executed the above instrument; (hat he knows the seal of said corporation; that the seal affixed In the said instruments is Such corporate seat; that it was so afnxed by order of the Board of Directors of said corporation and that he .signed his name, thereto by like order. vQUBLxG oe Ursula Kerrigan rF Or NE,ta� STATE OF NE:W PORK I No. 02 KE 5043950 Qualified in New York County COUNTI'OF NEN'YORK 1 SS Comm. Expires May 15, 1997 1, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. _ SopANCE c\ Signed and Scaled at the Cih' of New York. 4 �OaeIP06atm O�Or 0 SEAL ` �SSOJP � Dated the 30th day W May P Lawrence P. Miniter Senior Vice President 19 96 State of California County of nranee On May 30. 1996 before me, Rose M. Schriever, (DATE) INAMEmTLE OF OFFICER+.e.'JANE personally appeared Bert J. Griffin INAMEISI OF SIGNER(SR C3 personally known to me -OR- ❑ :, •. v4e. �yeyaax. <.;••i..JaocWSeNMeooeNo ., ROSE M. SCHRIEVER WT COMM k 994523 y ; "9ls �! NOTARY PUBLIC • CALIPoRNIA ITI Q +� OHANC.E COUNTY y ' Ary Commiuion Dyires Juy 26,199) { Zooca: ocoeaoeeeweeeseeoeeeowoeee4eeoeet ISEAU proved to me on the basis of satisfactory evidence to be the person(-s) whose nameW- Is /a+e subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his /*w /#4e+f' authorized capacity(iesd, and that by hisAw /tOeir signatureW on the instrumentthe person{'s4, or the entity upon behalf of which the personal acted, executed the instrument. Witness my hand and official seal ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Typo at Document Payment Bond MUST BE ATTACHED TO THE DOCUMENT Number of Pe9es Date of Document DESCRIBED AT RIGHT: Signore) Other Than Named Above WOLCOTTS FORM 87240 R4 . 3 -94 IPda da a 8.2AI 1994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPRESENTATONRWO FINGERPRINTS RIGHT THUMBPRINT IOptionsil x 3 i; °o CAPACITY CLAIMED BY SIONERIS) ❑INDIVIDUALIS) ®CORPORATE President OFFICERISI mTIESI ❑PARTNERISI OLIMRED ❑GENERAL OATTORNEY IN FACT OTRUSTEEIS) OGUAROIAN /CONSERVATOR OOTHER: Baxter— Griffin Co., Inc. SIGNER IS REPRESENTING: (Nama of Peraonlel or Entityliee) RIGHT THUMBPRINT (Optbna3 CAPACITY CLAIMED BY SIGNERIS) ❑INDIVIDUALIS) ❑CORPORATE OFFICER(S) InnE91 OPARTNER(S) ❑LIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEEISI ❑GUARDIAN /CONSERVATOR OOTHER' SIGNER IS REPRESENTING: (Name of Penonlal or Entity0eal 11111111111i 11111 III 1111 118 Tip ANAL PrAN W W PINAD1CATID ON T1t NNA1, CONTPACT Pfl= • kND ISSUED IN FOUR IDENTICAL COUNTERPARTS BOND NO. GE5789390 PREMIUM: $877.00 Page 9 FAITHFUL 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 6128/96 has awarded to Baxter - Griffin Co. Inc. hereinafter designated as the 'Principal', a contract for Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street C -2808 (Title of Project and Contract Number) in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2808 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, Baxter - Griffin Co.. Inc. as Principal, and GULF INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ** Dollars ($93,260.00 said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. * *Ninety Three Thousand Two Hundred Sixty Dollars and no /100- THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions 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 such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. 9/91 0 9 �,`, MT 31 , Um _AT Vi) 0114:�tf , i��411'14 T-:)A.O'WnO AAM Page 9A In the event that the principal 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 executed by the Principal and Surety above named, on the 30th day of May -,1926. Baxter - Griffin Co. Inc. Name of Contractor (Principal) GULF INSURANCE COMPANY Name of Surety 5550 West Touhy Avenue, Suite 400 Skokie, IL 60077 -3200 Address of Surety Authorized Signaturemtle Bert J. Griffin, President Autl orized A ent nature Randy Spoh , A orney -in -Fact (947) 987 -9800 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of County of California On May 10 1996 before me, _ M. Mininm, Nntnr3L P,mir , DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC No. 5907 personally appeared Randy Spohn , NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the persons} whose names} is/aft- subscribed to the within instrument and ac- knowledged to me that he/sheAhey executed the same in hisfhef/t+'reiT authorized capacityfies}, and that by his/#eirithoiF signature(s� on the instrument the person(s), N - CoMN&J7 or the entity upon behalf of which the MM tperson ( s) - acted, executed the instrument. WITNESS my hand and official seal- SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL © ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EN ITY(IES) Gulf Insurance Comc DESCRIPTION OF ATTACHED DOCUMENT Faithful Performance Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES May 30, 1996 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 -Canoga Palk, CA 91309 -7184 State of California County of orange On &V 3o- 1996 before me, IOATD personally appeared Bert J. Griffin INAMEISI OF SIGNERISII personally known to me -OR- ❑ :.:.v 4 NJ44Oeoo :ti60opOeooeeebeeeeeeoNO; s •., ROSE M. SCHRIEVER � S COMM p 994523 W ;"� NCTARYPUBLIC- ClQlrflflNlA m Q �,.. �' OFlANGE COUNTY .t% q fk)'Cammissbn El�lres Juy26, 1897 Feaesoeeeeoeeeeeeeeeev eeeoeeweeeweeeee Ll proved to me on the basis of satisfactory evidence to be the person(-s) whose name(ce Is /are subscribed to the within instrument and acknowledged to me that he /shelthey executed the same in his /##w /t##e+r- authorized capacity(aeN, and that by his /#per /#w r signature W4 on the instrument the personal, or the entity upon behalf of which the personal acted, executed the instrument. Witness my hand and official seat. ISEAU clezxe I (SIGNATURE OF NOTARY) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Tdle or Type of Docurant Faithful Performance Bond Nunber of Papee One of Document Slow($) DOW Then Nerved Abo� WOLCOTTS FORM 93240 Re+. 3.94 IMM cleee 8 @AI x1994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATION/TWO FINGERPRINTS RIGHT THUMBPRINT )Optioned CAPACITY CLAIMED BY SIGNERIS) ❑INDIVIDUALIS) MCORPORATE President OFFICERISI OPARTNER(S) OLIMrrED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEE(S) O GUARDIANICONSERV ATOR OOTHER: Baxter- Griffin Co., Inc SIGNER IS REPRESENTING: )Name of Penonlel or Ernity0eal RIGHT THUMBPRINT )Optional CAPACITY CLAIMED BY SIONERIS) ❑INDIVIDUALIS) OCORPORATE OFFICER(S) OPARTNER(S) ❑LIMITED ❑GENERAL OATTORNEY IN FACT OTRUSTEE(S) OGUARDIANICONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Peraon(el or Encip(letl 1 B - Page 10 05/30/96 PRODUCER COMPANIES AFFORDING COVERAGE CALCO INS. BROKERS S AGENTS, INC. COMPANY P.O. BOX 5995 LETTER AMERICAN AUTOMOBILE INS. CO. ORANGE, CA 92613 -5995 COMPANY LETTER AMERICAN INSURANCE COMPANY INSURED COMPANY Baxter- Griffin Co., Inc: LETTER CALIF. CASUALTY INDEMNITY EXCHANGE COMPANY 8210 Monroe Stanton, CA 90680 COMPANY LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EMENDED OR ALTERED BY THIS CERTIFICATE. Co LTR TYPE OF INSURANCE. POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMTTSIN THOUSANDS GENERAL LIABILITY A (OCCURENCE BASIS ONLY) 8N1MZA- 01/29/96 01/29/97 GENERAL AGGREGATE $ 2,000 COMMERCIAL 80639047 COMPREHENSIVE PROOUCTS=MPLETEO S 2,000 OPERATIONS AGGREGATE - OWNERS 6CONTRACTORS PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $ 1,000 CONTRACT. PRODUCTSICOMPLETED OPERATION EACH OCCURENCE $ 1,000 XCU WIZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE (ANYONE FIRE) S 100 P. I. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES $ 5 REMOVED MARINE (ANY ONE PERSON) B AUTOMOBILE LIABILITY 8MMZA- 01/29/96 01/29/97 SINGLEEUMIT $ 1,000 X ANY AUTO 80157593 BODILY INJURY $ ALL OWNED AUTOS (PER PERSON) SCHEDULED AUTOS BODILY INJURY $ . X HIREDAUTOS (PERAOCIDENT) X NON-OWNEDAUTM PROPERTY GARAGE LIABILITY DAMAGE $ EXCESS LIABILITY EACH AGGREGATE COMMENCE UMBRELLA FORM N/A OTHER THAN UMBRELLA FORM stATTrroaY $ $ C WORKERT COMPENSATION 068011791- 01/29/96 01/29/97 $1 000 EACH ACCIDENT & 02 E MPLOYERS'LIABILITY $ 1,000 DISEASE - POUCY LIMIT $1,000 DISEASE -EACH EMPLOYEE OTHER N/A $ DESCRIPTION OF OPERATKKJSI LOCAT IONSNEHICLESRTESTRICTKMWECUIL REMS: ALL OPERATIONS PERFORMED rOR THE CIN OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMREDTO THE FOLLOWING CONTRACT: Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street C -2808 ADDITIONALLY INSURED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON- RENEWED, CANCELLED OR CITY OF NEWPORT BEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING P.O. BOX 1768 COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF NEWPORT BEA04 BY FIRST CLASS MAIL 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA 92658 -8915 �'�`�O�`` 05/30/96 .4TTF.MITON: im Rr ajLar —' A�gl® DATIVE ISSUE DAM I It is agreed that: Page 11 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 'The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: W Commercial () Comprehensive General Liability $ 1,000,000 each occurrence $ 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 5/91 0 • Page 11A 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: and 16th Street C -2808 Project Title and Contract No. This endorsement is effective 05/30/96 at 12:01 a.m. and forms a part of Policy No. Sa1NaG- of AMERICAN AVM. INS. (Company Affording Coverage). 80639047 Insured: BAXTER- GRIFFIN co.. INC.. Endorsement No.: ISSUING COMPANY By: Authorized Representative 5/91 0 P It is agreed that: Page 12 With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 'The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: 5/91 () Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability EX) Combined Single Limit Bodily Injury Liability & Property Damage Liability per person $ per accident $ i,000,000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 0 0 Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Traffic Signal and SafeXy Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street C -2808 Project Title and Contract No. This endorsement is effective 05/30/96 at 12:01 a.m. and forms a part of Policy No. sHimzA- of AwmicAN Ias. co. (Company Affording Coverage). 80157593 Insured: BAXTER - GRIFFIN co.. INC. Endorsement No.: ISSUING COMPANY By: ` Authorized Representative 5/91 0 0 Page 13 "1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 5/91 5/30/96 Date C_2008 Contract Number Baxter-Griffin Co.. Inc. Name of Contractor (Principal) Authorized Signature and Title Bert J. Griffin, President Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street Project Title •PL i� Page 14 THIS AGREEMENT, entered into this (L day of ) y v\ P-- 19_, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Baxter - Griffin Co.. Inc., hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street C -2808 Project Title and Contract No. B. Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractors bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street C -2808 Project Title and Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Ninety -Three Thousand Two Hundred Sixty Dollars and No Cents Dollars ($93.260.00). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 5/91 • 0 Page 14A 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for Traffic Signal and Safety Lighting Installation at Dover Drive and Cliff Drive and Traffic Signal Modifications at Dover Drive and 16th Street C -2808 Project Title and Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. APPROYEP AS TO FORM: CITY ATTORNEY �T. / s /91 CITY OF NEWPORT BEACH A Municipal Corporation By: Allt'i Mayor Baxter- Griffin Co.. Inc. Name of Contractor Authorized Signature and Title BERT J. GRIFFIN, PRESIDENT