Loading...
HomeMy WebLinkAboutHarbour Constructors Co. - 2025-12-16 RECEIVED BY: CITY CLERK RECEIPT COPY �, r Return DUPLICATE to 4 I `p�► C�� City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 1/2`412V SUBJECT: Bond Acceptance I have received the bonds for 1.7n sin) e• (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. �r143l ' 3O Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved (Council Approval Date) CC No. Agenda Item No. . I (,25, (135) MSC No. City Clerk Vault No. bnc. SCfit^ Other No. SIRE System ID No. � ' rJ�� g:/forms/bond transmittal to treasurer D-'n�� �✓� INGTp 2000 Main Street, Q�(�- 9rfA ?% Huntington Beach,CA v 92648 W_- '_= City of Huntington Beach i-- APPROVED 6-0-1 V Tv>c°A (TWINING-ABSENT) AS AMENDED BY • SUPPLEMENTAL COMMUNICATION File #: 25-935 MEETING DATE: 12/16/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Michelle Galvez, Environmental Specialist Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Harbour Constructors Co. in the amount of $152,300 for the Tide Check Valves within Huntington Harbour Project (CC-1774) , Statement of Issue: On October 30, 2025, bids were publicly opened for the Tide Check Valves within Huntington Harbour Project. City Council action is requested to award the construction contract to Harbour Constructors Co., the lowest responsive and responsible bidder. Financial Impact: Total cost for the project is $182,760 with the breakdown as follows: Construction - Base Bid $ 152,300 Contingency (20%) $ 30,460 Total Project Cost $ 182,760 Funds for this project are available in the current fiscal budget as follows: Infrastructure Fund Acct. 31440021 $ 182,760 Total Funds Available $ 182,760 Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Harbour Constructors Co., in the amount of$152,300 (Base Bid); and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. City of Huntington Beach Page 1 of 3 Printed on 12/10/2025 powered by LegistarTM 1407 File #: 25-935 MEETING DATE: 12/16/2025 Alternative Action(s): Do not approve the recommended actions, and direct staff accordingly. Analysis: During king tide events, seawater flows back into the storm drain system, causing localized flooding. The existing flap and duckbill valves are no longer effective. This project consists of installing new in- line tide check valves at seven locations and removing outdated flap and duckbill gate valves. The purpose is to help reduce flooding during king tides by preventing tidal water from backing up into the storm drain system. All check valves will be installed within the existing storm drain infrastructure with minimal impact to the system. Bids were opened on October 30, 2025, with the following results: Bidder's Name Bid Amount Harbour Constructors Co. $152,300 Capo A General Contracting $155,442 Tidal Marine Construction Inc. $185,800 Apex Diving and Marine Services, Inc. $206,160 Jamison Engineering Contractors, Inc. $225,870 Mehta Mechanical Company, Inc. $241,000 Greene & Greene Corporation $279,155 T.E. Roberts, Inc. $314,042 GC! Construction, Inc. $366,500 Staff recommends awarding a contract to Harbour Constructors Co. in the amount of $152,300. Harbour Constructors Co. has successfully completed similar construction projects in the harbour. The total project cost is estimated to be $182,760 which includes the construction contract, construction management, and contingency. Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15031c under Class 1 of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Agreement Summary City of Huntington Beach Page 2 of 3 Printed on 12/10/2025 powered by LegistarTM 1408 File #: 25-935 MEETING DATE: 12/16/2025 2. Contract with Harbour Constructors Co. 3. Vicinity Map 4. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 12/10/2025 powered by LegistarTM 1409 City CounciUPublic Financing AGENDA December 16,2025 Authority Professional Services Agreement with Moffat& Nichol to Extend the Contract by Two Years Recommended Action: Approve and authorize the Mayor and City Clerk to execute"Amendment No. 1 to the Agreement between the City of Huntington Beach and Moffat and Nichol for On-Call Engineering and Environmental Consulting Services for the Davenport Bridge in Huntington Harbor,"to extend the term by two years. Approved 6-0-1 (Twining-Absent) 30. 25-850 Approved the Grant Agreement for the Fiscal Year 2024 Safe Streets and Roads for All Program through the U.S. Department of Transportation, and authorize the City Manager to execute the agreement (CC-1830) Recommended Action: A) Approve and authorize the City Manager to execute the Grant Agreement under the Fiscal Year 2024 Safe Streets and Roads for All (SS4A) Grant Program, Federal Award Number 693JJ32640015; and B)Authorize the City Manager to execute the agreement(CC-1830). Approved 6-0-1 (Twining-absent) 31. 25-935 Accepted the lowest responsive and responsible bid and authorized execution of a construction contract with Harbour Constructors Co. in the amount of$152,300 for the Tide Check Valves within Huntington Harbour Project (CC-1774) Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Harbour Constructors Co., in the amount of$152,300 (Base Bid); and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Approved 6-0-1 (Twining-Absent), as amended by supplemental communication. 32. 25-936 Accepted the lowest responsive and responsible bid and authorized execution of a construction contract with Wright Construction Engineering Corp. in the amount of$293,249 for the Bluff Top Slope Repair Project (CC-1815) Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Wright Construction Engineering Corp., in the amount of$293,249 (Base Bid); and, Page 12 of 13 ,r NTIiVGrpy�` CITY 0 F 00 V 4 , ,-- _ __ _: , HUNTINGTON ,-,......- ,-,,,,„:„.7, vN....� j�e o BEACH OUNT\'C y ...- To: City Council CC: Travis Hopkins, City Manager From: Chau Vu, Director of Public Works Date: December 16, 2025 Subject: Supplemental Communication for Item #31 (Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Harbour Constructors Co. in the amount of$152,300 for the Tide Check Valves within Huntington Harbour Project (CC-1774)) After further review of the Request for Council Action report for this item, staff recommends adding a new Recommended Action to allow for the Director of Public Works to execute change orders up to 20% of the contract amount for project contingencies. Therefore, the recommended motions should read as follows: A) Accept the lowest responsive and responsible bid submitted by Harbour Constructors Co., in the amount of$152,300 (Base Bid); and B) Authorize the Director of Public Works to execute change orders up to 20% of the contract amount; and C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. SUPPLEMENTAL COMMUNICATION Meeting Date: 124 I .1_ Agenda Item No 3(2 35 Office: (714)536—5431 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �#1 I NGT CITY OF HUNTINGTON BEACH i1 o..p :04/ � RCA Contract �' . F17 Agreement Summary GUNTY i" GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT 12/16/2025 Public Works-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review (Risk-Management) Joe Fuentes, Eduardo Okamoto-Cerda, Michelle Galvez CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT $152,300 60 Days VENDOR NAME+TYPE OF SERVICE Harbour Constructors Co. Construction Services TYPE OF AGREEMENT(Professional Services,Service Agreement) • Construction Services Agreement - Install new in-line tide check valves at seven locations and remove outdated flap and duckbill gate valves. PROCUREMENT On October 30, 2025, bids were publicly opened for the Tide Check Valves Within Huntington Harbour Project. The lowest, responsive, and responsible bid submitted by Harbour Constructors Co. SCOPE OF WORK Install tide check valves at seven locations to help reduce flooding during king tides by preventing tidal water from backing up into the storm drain system. OTHER:Bonds,Special Contract Terms,Emergency Performance Bond, Payment Bond, Certificate of Insurance FE3 CITY OF HUNTINGTON BEACH 1410 `i C• ). CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND HARBOUR CONSTRUCTORS CO. FOR TIDE CHECK VALVES WITHIN HUNTINGTON BEACH HARBOUR CC-1774 THIS AGREEMENT("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California,hereinafter referred to as "CITY," and HARBOUR CONSTRUCTORS CO. , a corporation,hereinafter referred to as "CONTRACTOR." WHEREAS,CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT,"more fully described as TIDE CHECK VALVES WITHIN HUNTINGTON BE CCR8O4. 1 '*-11'14-1 in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: 1. STATEMENT OF WORK;ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all Ioss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown. and described in this Agreement, and in' accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK;PLANS AND SPECIFICATIONS - CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents(as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by . this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents"as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special,contractual provisions,including those on file in the office of the Department of Public _ Works of CITY,and any revisions,amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 - 1 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications,Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal,(which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5195/City Funded Construction Contrect.docx—revised 04/2016 r 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement,subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed One Hundred Fifty Two Thousand Three Hundred Dollars ($ 152,300 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten(10)working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within Sixty ( 60 )consecutive Working days from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents, CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contractdocx—revised 04/2016 • subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. , 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes,furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7_ NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site,for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract,docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement,furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent(100%) of the I i contract price to guarantee the CONTRACTOR's faithful performance of the work,and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent(100%) of the final contract price, including all change orders, to warrant such performance for a period of one(1)year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR,within ten (10)days atter notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten(10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT.CONTRACTOR It is understood and agreed that CONTRACTOR is,and shall be,acting at all times hereunder as an independent contractor and not an employee of CITY. 'CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract,docx—revised 04/2016 deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if.any,in connection with the PROJECT and/or the services performed hereunder. I I. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR.will pay to CITY, as liquidated damages and not as a penalty, the sum of One Thousand ($ 1,000 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set. forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay;and CONTRACTOR agrees to pay these damages herein provided,and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather,or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay(unless DPW shall grant a further period of time),notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 _ delay and CITY shall extend the time for completing the work if, in its judgment,the findings of fact thereon justify the delay;and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen(15)days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or'subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12: DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3,or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by,or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site,of an unusual nature,differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT;or • (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires,floods,labor disputes,'epidemics,abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of'money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW(or his or her written designee). All Demands shall be submitted promptly,but in no event later than thirty(30)days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shalt act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen(15)days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested,whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer,in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively,and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty(30)days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement,then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR.may file a claim with the City as provided in Chapter 1 (commencing with Section 900)and Chapter 2(commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code, For purposes of those provisions,the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his I - i6-5I95/City Funded Construction Contract.docx—revised 04/2016 . e • or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED OUANTITIES The quantities listed in the bid schedule will not govern final payment Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT,if the actual quantities used are either more than or less than the quantities listed in the bid schedule,the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENT& Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work,will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%)or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 , 16-5195/City Funded Construction Contract.docx—revised 04/2016 • sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW,less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR,if unencumbered,or any part thereof unencumbered,shall be made thirty-five - (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided,however,that in the event of a dispute between CITY and CONTRACTOR,CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law,each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon,CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items,if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS i The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement,and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement,as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code,CONTRACTOR shall,as penalty to CITY,forfeit twenty-five dollars($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 _ . resolution on file in the office of the City CIerk of.CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. 1 B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code,Sections 1810 et seq,shall apply to the performance of this Agreement;thereunder,not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight(8)hours of labor per day or forty(40)hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement,and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight(8)hours in any one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (1)calendar day or forty(40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address,social security number,work classification, straight time and overtime hours worked each day and week,and the actual per diem wages paid to each journeyman,apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any,shall be available at all reasonable times to the CITY,and the employee or his representative,and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards,and to comply with all of the provisions of California Labor Code Section 1776,in general. 23. INDEMNIFICATION,DEFENSE,HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands, defense costs, and consequential damage or liability of any kind or nature,however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE ' Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions,prior to commencing,performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and, employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers'compensation and employer's liability insurance and CONTRACTOR shall similarly , require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend,hold harmless and indemnify CITY,CONTRACTOR shall obtain and furnish to CITY,a policy of general public liability insurance,including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, ' employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000)per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy"deductible" of Five Thousand Dollars($5,000.00)is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement, l7 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE;ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates ofinsurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement;the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force;and 3. Promise to provide that such policies will not be canceled or modified without thirty (30)days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have,terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR,CITY may elect not to terminate this Agreement;in such event CITY " may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause,and whether or not PROJECT is fully complete upon seven(7)calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR he entitled to recover overhead, profit or CONTRACTOR'S fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 • sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. i 30. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to,be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation ofthe California Government Code. 33. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to-all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices,Notices to Withhold,or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge'an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contraci.docx—revised 04/2016 • J 34. NOTICES Any notices, certificates,or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section I hereinabove) or to CITY as the situation shall warrant,or by enclosing the same in a sealed envelope,postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices,certificates or other communications will be sent by notifying the other party via personal delivery,reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach HARBOUR CONSTRUCTORS CO. ATTN:Michelle Galvez ,Public Works ATTN: Gre Buchanan 2000 Main Street Huntington Beach,CA 92648 17892 Jamestown Lane Huntington Beach,CA 92647 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define,limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract_docx—revised 04/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe; interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be , unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract.docx—revised 04/2016 f context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law,ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to - bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this . Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement,which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODI.FICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 - - I6-5195/City Funded Construction Contract.docx—revised 0412016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation,and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations,inducements,promises,agreements or warranties,oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has'not executed this Agreement in reliance on any representation, inducement,promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement, This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 1 4 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on Deyaitnf ,p. l 20 ij . CONTRA' O' . CITY OF HUNTINGTON BEACH,a municipal By: d !/< corporationo o he State Ca -fornia � repps� ?JuC A, vt, (print name) ITS: Chairman President Vice-President City Clerk (circle one) ^' INITIATED AND AP OVED: By: Director of Public Works Gre.9 PJuckau,.aK. (pri e) REVIEWED AND APPROVED: ITS: ecretaiy / Chief Financial Officer / Asst. Secret surer (circle one) City anager APPROVED AS TO FORM: City Attorney 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 SECTION C PROPOSAL for the construction of TIDE CHECK VALVES WITHIN HUNTINGTON BEACH HARBOUR' CC No. 1804 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby proposes and agrees to perform all thework therein described; and to furnish all labor, material, equipment and incident insurance necessary therefore, in accordance with the plans and specifications,on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees.to perform the work therein to the satisfaction of and under the supervision of the City Engineer of . the City of Huntington Beach,and to:enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, including procurement of equipment, starting from the date of the Notice to Proceed. Work may be:impacted by tidal influence..Contractor is responsible for scheduling all work taking into consideration any and all tidal influences within the allotted contract time and working hours: . BIDDER declares.that this proposal is based upon careful examination of the work site, plans, specifications,: Instructions to Bidders and.all other contract documents. If this proposal is. accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the:following Bid Schedule_ BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in lorfeiture to AGENCY of the guaranty accompanying this proposal: BIDDER .understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid.Schedule arc solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed: THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT.. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes,.royalties, fees, etc.;and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the,case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words,shall govern over figures. If awarded the Contract, the .undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates:within I0 working days after the data Of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void_ Gi 2. THE FOLLOWING SECTION IS MODIFIED TO REFLECT A NEW DATE FOR DEADLINE FOR WRITTEN QUESTIONS TO OCTOBER 21 AND RESPONSE TO QUESTIONS TO OCTOBER 23,2025 a. NOTICE INVITING BIDS This acknowledges receipt and review of Addendum No. 1.dated October 14, 2025. Har6av/ eon 54-Alc-t005 Co. Company Name 13y /0 - aa- 1S Date All bidders must acknowledge and include the receipt of this Addendum with your hid proposal. Failure to do so may result in that bid being declared non-responsive. Should you have any questions regarding this Addendum. please call Mark Lewis at (949) 677- 0391 within 24 hours of posting. 2. THE FOLLOWING SECTION IS MODIFIED TO REFLECT A NEW DATE FOR DEADLINE FOR WRITTEN QUESTIONS TO OCTOBER 21 AND RESPONSE TO QUESTIONS TO OCTOBER 23. 2025 a. NOTICE INVITING BIDS This acknowledges receipt and review of Addendum No. I.dated Oeto 1,4,2025. Company Name By ;Y c:c i -Z Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Failure to do so may result in that bid being declared non-responsive. Should you have any questions regarding this Addendum, please call Mark Lewis at (949) 677- 0391 within 24 hours of posting. • , Accompanying this proposal Of bid,find, b 5 itocilCC in the amount of I C7 which said amount is not,less than 10% of the aggregate of the total bid price, as required by the Notice Inviting I3lectionie Bids, payable to the AGENCY. (Please insert the Words "Cash", "Certified Cheek", Pr "Bidder's Bond for: %", as the east may be) Any Standard Surety Bid Bond form iS acceptable. Bidder shall Sitnlify receipt of all Addenda here,if any: Addend&No. Daze Received #7 -- :* .11 /0 ia /-15- c-7 SECTION C . . plap"‘ 810 PROPOSAL CC NO 1804 • VOW IDE \ NI VI s MN I INC TON HI-ACH 11ARI1011( APPROX tITLAI corawrioN tamo cou.koonv ipt meg mcgjoim AmOUNT 41(.4 Aar , MOIPLZATICV LS REMOVIL LXISTINo 36FP°ATI MO r14114101 MO INST144.3r wog oircg vALvE KO(IVA TER Lir,,,g $ sop, isygrAii. Mi.13,41 GNECK vx.W Ar ANarnsorttswirr E 4 14URN1114 AND INSTAIA,v-'NAAR otrcli vou.vr ArMISRA011 ORM C.A 5 .41.049.4 AfiC 5.pti /OW' FURNISH MID MIGTALL 044.SRL 04Eat VN.,VE A7 SAWA SASSIALIA LAM MO MA r__416.,_cormrNTr coact r FURNISH MO INSTALL 3e- CHILL:X WAVE A.SANTA&ARO"LAM WC SAN cirlditv•r3 cs3c41 7 r FORA,L5a. TLw AO.ler 14 LAM v 5,4v;Alt DO tA RENX.M.E. .41ING I r cPau.MD FURNISH MO ItLZTAI.L.ir 7tE 00ECK 6 VALVEA INTRFPO "Alf ANC,RfI,AnWA L.Ma. LS TOTAL BID AMOUNT FOR CC NO. 1804 ,APSTTEN IN WCRDS WRITTEN IN FIGURES Fat ts/SOMA MOW OM 10 in clawed Ma'4 M LM V.iltat 661cen PRIM et amptsmat le ask Sio my AMP Maid Lim dor,segoirp*Li okiM6 OW am milk ark pm ipmornsar wrasauM awas 61010114.4, I ma bap amml brae canwam C-3 LIST OF SUBCONTRACTORS Tn accordance With C.u)V.arnment Co&'SeedOn 4104, the. Bidder:shall set;forth the name and bbsiness address of each subcontractor who will perform work or tender service:to the:bidder on said contract. in an amount in c)seess,of one-hail of One percent Of the total bid or $10,000, whichever is greater,and the portion of the Work to be done by such subcoutraetor Rid Name and Addre*$of State 045s DIR PWC Dollar ;N of ftent(y) Subcontractor License i4giArOlOn tt Amount Contract Number By submission of This proposal, the Bidder-certities: 1. That he:is:able-to and will perfotin the balance of all work which is not covered is the above subcontractors listing. 2. That the AGENCY will be furnished Copies of all Subcontracts entered into and bonds:. fUrnished by subcannuctor forthis project. NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the tbregoing is true and correct and that this declaration is executed oni 2, at n ,.n 3Cach, (q Date State rt, 1'1��,h __ being first duly sworn, deposes and says that he or she is Pre 51 Cl'c}t�- of Harbour i15-h c L r4 (�' the party making the foregoing bid that the bid is not made in the interest of.or on the 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 hid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the hid price, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. ri u,tr o rs CO• Name of Bidder. / Signatur Bidder Address of Bidder t 24,L-I•;l c-s UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the TIDE CHECK VALVES WITHIN HUNTINGTON HARBOUR, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter detned, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700,as follows: "Qualified Person: A person who, by reason al experience or instruction, is%amilwr with the operation to he perfc.irmed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSIIA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. t+ex iOvr Cl9n5"t'r'"✓c4e)rS CD Contractor By Pr Title Date: !O a 5 • C-6 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section I 0162, the Bidder shall complete: under penalty of pod*,the following questionnaire. QUESTIONNAIRE tlas:the Bidder, any officer of tho:13idder,or any employee of the Bidder who has,a proprietary interest in the Bidder everheen disqualified,removed or otherwise prevented from bidding on or completing a Federal,:State or local government project because of a violation of law or a safety tegtdation? 13 Yes. It No Ifthe answer is yes, explain the circumstances in the space.provided. Note: This questionnaire constitutes a part of the Proposal, and a signatiire portion of the Proposal shall constitute signature of this questionnaire. C-7 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section I R6I of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor (_'ode which require every employer to be insured against liability for worker's 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. /-4 -bet."f rO,S`t-cac_f c!5 Co. Contractor By Title Date: !O -a 't- C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: /-Lar boor Bidder Name / a - - -ìe. Business Address 4-4 L.) -Pori .,e-e.erck C.A. ct City. State Zip ( 5 re5&_..hc- — eV frTh Telephone Number Email Address c107,?,L09 A State Contractor's License No_ and Class tt I 02 oo7 Original Date Issued / ii I W2-6. Expiration Date The work site was inspected by C s gue-k&n.viof our office on I C - ?•• ,2025. The following are persons. tirrns, and corporations having a principal interest in this proposal: a 6 re 8 vc..h The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability. financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. garbOor C 0 n sfie-iic..-119r5 Co Comp7Narnp" • Signatur f idder re.3 r%a.() Printed or Typed Signature C-9 NOTARY CERTIFICATE Subscribed and sworn to before me this - day of Oe4eber , 2025.. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document_ to which this certificate is attached, and not the truthfulness,accuracy. or validity of that document. State of Cat;CrY-X 1a. County of Occ \ e ) On O CAVI3Cf t 2 0 25 bctbre me, ._. l�> 1. ("j. r � LC Month, Day. and Year Insert Name and Title of'Mud personally appeared 1.,� rc, u&ran a Names)of Signers) who proved to me on the basis of satisfactory evidence to he the person(A whose name()) is/are" subscribed to the within instrument and acknowledged to me that he/sbeItbey executed the same in historittueir authorized capacity(i ),and that by his/hiirhbeif signaturel.c)on the instrument the person(si, or the entity upon behalf of which the person(s4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WItNESS my hand and official seal. riNxs.m rr tµnary Pubic-cale rnu ) , :range I ncy�my,.ornm.Expires:an't.2ON Signature /off- L4W Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-to • • Bidder's Project History •I the purposes of this'project,'the bidder shall provide.-project history-of similar work showing at least five(5) 'year' of expenenec specifically referencing the installation.of check valves for • storm drains and cleaning the eiistine storm drain pipe. Experience working on seawalls - and removal of barnacles and other organic matter is desirable .• Bidders are encouraged to • .Submitstipplemental relevantproject histOry in addition to the projects.listed herein.• . Listed below are,the names, address and telephone numbers for three public agencies for which thobiddethaspetformedsimilar work within the past fiVe years: 1'. arta.t-el.. itafEer D':.str.-c,.-L ir-t e e- •Name and Address of Public Agency. • Name and Telephone No. of Project Manager: :IR octr-/.5,0.4a."-a. ise• 170cic 7.11 Contract Amount Type Of Work L446-4114c1.7T-:Date Completed Provide additional project description to•show similar work:, C 014-c . e;16 el;(1• • eax. +-a AN,5 ±e be re.rat)oe • 2. 1\10 104 biun.e Mar,floc_ , ;deo. pt-f R•e?ccii. Name and Address of Public Agency • . .. . . . -Name and Telephone No_ of Project Manager PA, ii/ L1 0- 'ZOO — . Ret-c;r1 54-ract-f;cf1R99/4ergata.A.,L- 1 3 Contract Amount Type cif Work • Date Completed' •P-royide additional project description tO show similar work: • • g 01A•40 a.-e cz--vt:d 1-‘0s+a_tio._-4-1or% ô4ovecitaii;ced. . . . • .5.- 54.-eraS• *1-1c.),(117;rijSCA -Name and Address of Public Agency • 'Name andTelephone No. of Projcet mahager: ri s P(10A.50 6r' (ill 9'-3 3 "41 &gag,060 — 5 eiL SA)CAA rapC2.1 •Contract Amount Type of Work Date Completed' Provide additional project descriptitin.to-shOw similar work: e-f- t4-424-4 co,14;^0/. -cr-e) 4:44 voet )11 61 tP Ca r.b411 bo, do.-F.' C-11 • • Bidder's Critical Staff Listed below are the names at the bidders proposed Construction Project Manager:.and Superintendent. For,each-of these critical positions, please list at least three projects for which the critical staff has performed similar work within the Last five year. These projects do not have to be under the:employment of the bidder of this project_'Bidders are:encouraged submit supplemental relevant project history in addition to the projects.listed herein.. • l_ Cvr4 .�vG,hct.,idn Name of proposed Project Manager Telephone No,of proposed Project;Manner: 1 t 4 - ' :- 5 D.l ' e, d (p. C_t t :4:am5 i;.?, 3 - MJ•ec. Project.Namc&Contract Amount Type of Work Date Completed t7" Project Name&Contract Amount Type of:Work Date Completed Project Name&Contract Amount .Type'of:Work Date.Completed. Name of proposed Superintendent • Telephone No. of proposed Superintendent: I t t-3 43. -.55.5 3 e e cc."1-474.4 e C 3 ' t3;c1det's Pez:j e` i s E n��•�. Project Name&Contract Amount. Type of Wort: Date Completed Project Name& Contract Amount Type of Work Date Convicted Project Name& Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)). passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR).Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.govlDLSE/PublicWorksISB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link -Call (844) 522-6734 https://efiling.dir.ca.,gov3PWCR/ActionServlet`'action- :displayPWCRegistrationForm DIR's Contractor Registration searchable database: httpsJ/efiling.dir.ca.gov/PWCR'Searc:h.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a hid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5_ It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor. as well as for ALL subcontractors at the time of submitting the bid. ll 4 eu" Ow" CO rts-h-uc.t c r5 ( L.- Contractor By red e Inc-Co. Con' Email • Title Date: ID 12.-7- / 207_6 PWC Registration #: 2 00C)C)UcD 11 --- C-13 Bond No.: 024286730 Premium is Included in the performance bond • Executed in: 2 Counterparts PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS: • WHEREAS, City of Huntington Beach(hereafter referred to as"City") has awarded to Harbour Constructors, Co. 17892 Jamestown Lane, Huntington Beach, CA 92647 (Contractor's Name and Address) (hereafter referred to as"Principal"), a contract("Contract")for the work described as follows: TIDE CHECK VALVES WITHIN HUNTINGTON BEACH HARBOUR-CC-1774 (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil.Code to furnish a bond to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570,_and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's or Standard &Poor's, to validate that Surety has positive ratings of being secure or stable;and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's, or Standard &Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance; NOW,THEREFORE,we,the undersigned, as Principal, and The Ohio Casualty Insurance Company 790 The City Drive South Suite 200, Orange, CA 92868 (Surety's Name and Address) as Surety,are held and firmly bound unto City in the penal sum of One Hundred Fifty Two Thousand Three Hundred and 00/100 Dollars($ 152,300.00 ), this amount being not less than one hundred percent(100%) of the total price set forth in the Contract, in lawful money of the United States of America,for the payment of which sum,well and truly to be made,we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. . THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code("Claimants")for all labor,materials or services used or reasonably required for use in performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant,or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or 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 the work or labor performed under the Contract,Surety will pay for the same,in an amount not exceeding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action-is brought upon this bond,Surety further agrees to pay all court costs and'a reasonable attorney's fee in an amount fixed by the court. • 15-4584/117357 Page 1 of 2 Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract,the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§2845 and 2849. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond, Dated: November 20, 2025 ATTEST [Corporate Seal) Harbour Constructors, Co. Prin ' 1 Name) By: Name: Gr [J O M V Title: re ' Y— ATTEST [Corporate Seal] The Ohio Casualty Insurance Company (Surety Name) By: Name: Rebecca Haas-Bates, Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (714)634-3311 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVEDtP,S TO FORM: By: • Michael J. Vigliotta, City Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. 1 5-4 584/11 7 357 Page 2 of 2 PAYMENT BOND CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 tr iz£td:xti:`'• ,. *ts=s ilOtIftcf ? tagStfttf fiG ai,^F #R tI i IM t,? A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of oY' t-_, L On l 1 I2� L-2, 25 0 before me, n 5GL- ua-t"� NI cfar P 1t ate ' Here Insert Name and Title of the cer ' personally appeared l reG� UTA kL(I , 1 Name,of Signer who proved to me on the basis of satisfactory evidence to be the person('whose name(,4'f is/aye subscribed to the within instrument and acknowledged to me that he/s$e/tjyey executed the same in his/b6:/thr authorized capacity0961, and that by his/ber/tlxil signaturef4 on the instrument the person( f,or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the TINAM.STUART laws of the State of California that the foregoing Notary Public•California = paragraph is true and correct. T Orange County s; z }1i►, �'.. $. Commission 8 2476491 My Comm.Expires Jan 11,2028 WITNESS my hand and official seal. Signature Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document 1 Title or Type of Document: PD�Y''1 T 601161 ►CIO. O2`1'Z 73D Document Date: 1( 121) /Z Z-S Number of Pages: (z Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer s) Signer's Name: cDre b GGh Signer's Name: Corporate Officer—Title(s): res.!der5 ❑ Corporate Officer— Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Partner— 0 Limited ❑ General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: // 0 Other: Signer is Representing: /XIkOLtY /�hSdOrSSigner is Representing: CIO ':•:FcF..:.•.. +F.F, <. ,.: . ..F,. <, .,. F.,. <. ,< <. < y:<:.FF F.... ........ . . . . . . . . .,... . . .'F:. . ..i:::F F,...:F ©2018 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 �2F�i.�Oa^RF-tYsZ2.:.0�o-�n- yc�ayrr�rwc�,ztw�n�o—..o-�an-no�'� .n `-ac. ,�'„n �_z... A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 11/20/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name($.of Signer(`$ who proved to me on the basis of satisfactory evidence to be the person* whose name(- is/a>;e subscribed to the within instrument and acknowledged to me that he/she/they executed the same in His/her/their authorized capacity iec),and that by hielher/their signature3.on the instrument the person(s),. or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. °t.> ALMA KAREN HERNANDEZ W s Notary Public-California Orange County ' mmission x 2390908 Signature `' o•'' *Comm.My C Expires Jan 16,2026 Signature of Notary Publi Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No.024286730 Document Date: 11/20/2025 Number of Pages: Two(2) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual L Attorney in Fact 0 Individual 0 Attorney in Fact ❑Trustee El Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: The Ohio Casualty Insurance Company ©2014 National Notary Association •www,NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 • low Vki.... Liberty POWER OF ATTORNEY P ` Mutual Liberty Mutual Insurance Company Certificate No:8213174-976022 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint; Rebecca . Haas-Bates,Richard Adair;William Syrkin all of the city of Orange state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. . IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th. day of February , .2025 . • Liberty Mutual Insurance Company ' cp JPV•tYPIINS&� P�RNawe,. The Ohio Casualty Insurance Company e rcP `t,r y .s o0 '4) West American Insurance Cam an Q 3 'O n r mac' P Y 0 1919`p RI g 1991 `'/Qf/'� m o N y: keo a o wN O yAMvs ba Y. ;it.b m as N Nathan J.Zangerle,Assistant Secretary o-o re State of PENNSYLVANIA •5 s• a rn County of MONTGOMERY SS o o = On this 20th day of February , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for.the purposes-= i,m therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > cIN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. o w yp, PAsi, 4 O — ` qr. oNOMVE F� Commonweallh of Pennsylvania-Notary Seal .� , a O 4u`', 4<i v Teresa Paslella,Notary Public a)'a p 0) of 'Montgoma'ryCounty `My commission expires March 28,2029 By: LiJeo O cu C � Commission number 1126044 = r-- 0).i-. 4Nsvo11 ., Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public O N N -'1RY PI O' 0 CD -C a; This Power of Attorney is made and executed.pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty'Mutual 3 aco c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a a ' M ._ a) ARTICLE IV-OFFICERS:Section 12.Power of Attorney. co £ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the v o ,— :a. President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m— el 2 any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall-o c`ui • t have full power to bind the Corporation by their signature.and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a1 z cui instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under then m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ,ti o- ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such altomeys-in-fact,as may be necessary to actin behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge end deliver as surety any and all undertakings,bonds,recognizances and. other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the ' Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full;hue and correct copy of the Power of Attorney executed by said Companies,Is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixcd the s;alc of said Companies this 20th day of November , 2025 . by tNSWel ,cSY INS(, a U 1NSR J 3 Fo f �N• e „.' %a m ,. �`r' rsCt� � f 1912 . ( 1991 1�,�r,L,.P,Gy� ~d�ss�CHU9 db •Oi.\"�Yy1NP�a`�D~ • Y �..._ b3 y. SPPy * 0 dyl'-*•*4a s°M * .F�d Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 Bond No.024286730 • Premium: $3,808.00 Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereafter referred to as"City") has, by written agreement dated D'terv►Ic I Ip ,20 25 , entered into a contract with Harbour Constructors, Co. 17892 Jamestown Lane, Huntington Beach, CA 92647 (Contractor's Name and Address) (hereafter referred to as"Principal")for performance of the work described as follows: TIDE CHECK VALVES WITHIN HUNTINGTON BEACH HARBOUR-CC-1774 (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full; and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful,performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety'); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's, or Standard&Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we, the undersigned, as Principal, and The Ohio Casualty Insurance Company 790 The City Drive South Suite 200, Orange, CA 92868 (Surety's'Name and Address) as Surety,are held and firmly bound unto City in the penal sum of One Hundred Fifty Two Thousand Three Hundred and 00/100 Dollars($ 152,300.00 ), this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States,for the payment of which sum,well and truly to be made,we bind ourselves,our heirs, executors, administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal_in strict accordance with the terms of the Contract as said contract maybe altered, amended or modified from time to time; and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as"Obligees")from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity,which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations,amendments and.modifications thereto,and any warranties or guarantees required thereunder, then this obligation shall be void;otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in the Contract or any alteration,change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond. Surety waives' notice of any adjustment of contract or contract price, and, any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees:to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes,deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. 15•4584/117174 Page 1 of 2 Bond No. 024286730 The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: November 20, 2025 ATTEST [Corporate Seal] Harbour Constructors, Co. (Principal Name) By: Name: / (pre biteltOt.,mn Title: Prec,i ATTEST (Corporate Seal] The Ohio Casualty Insurance Company (Surety Name) By: fl—Oe.. � Name: Rebecca Haas-Bates, Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (714) 634-3311 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED AS TO FORM] ' t By: t , Michael J. Vigliotta, City Attorney NOTES:This bond must be executed in duplicate and dated,all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. 15-4584/117174 Page 2 of 2 PERFORMANCE BOND CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of �Y0 t�o�>✓ J}On 11 1221202C before me, I to • 5—u T— ' f\)0-61,f3 ND LC) Date Here Insert Name and Title of the Officer personally appeared lJ1r� 6lA k&> 44Y\ Namf of Signer who proved to me on the basis of satisfactory evidence to be the person(4'whose name(') is/0 subscribed to the within instrument and acknowledged to me that he/s /thpAl executed the same in his/her/.ter authorized capacity(L ), and that by his/Ijer/tfr signature(8)on the instrument the person(4 or the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the TISTUART laws of the State of California that the foregoing Notary Public•California Orange County paragraph is true and correct. _ ,qq f., Commission x 2476491 My Comm.Expires Jan 11,2028 WITNESS my hand and official seal. Signature f1 Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document J Title or Type of Document: Pexrot Vt0.1/LC2- 8p vL tJ0 2 6(0 730 Document Date: 11 120 12OZS Number of Pages: (2) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: area 13z1'1OMh Signer's Name: 0 Corporate Officer— Title(s): PreStG{GE+7� 0 Corporate Officer— Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General ❑ Individual ❑ Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: rr 0 Other: Signer is Representing: 14•YYlotcr' /151-rudeM Signer is Representing: ©2018 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 do- ..car•= . .. -�rr.rav :.�,__. - - - �.. �t ^ 6 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On 11/20/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name($,of Signer(s). who proved to me on the basis of satisfactory evidence to be the person($ whose name($• is/are subscribed to the within instrument and acknowledged to me that lieJshe/they executed the same in Fits/her/their authorized capacity(ibe),and that by his/her/their signatureZ.on the instrument the person($,. or the entity upon behalf of which the persons)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALMA KAREN HERNANDEZ WITNESS my hand and official seal. Notary Public•CaliforniaOrange County4:4--���&� ".. '2">- :i_ y4 Z '' : Commission x 2390908 a. My Comm.Expires Jan 16,2026 Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No.024286730 Document Date: 11/20/2025 Number of Pages: Two(2) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — El Limited ❑General ❑Partner — ❑Limited ❑General CJ Individual W Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator El Other: ❑ Other: Signer Is Representing: Signer Is Representing: The Ohio Casualty Insurance Company ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 ..... • .r.. \'4, Liberty POWER OF ATTORNEY 9 Mutual.° Liberty Mutual Insurance Company Certificate No:8213174-976022 SURETY The Ohio Casualty Insurance Company • . West American Insurance Company KNOWN ALL PERSONS BY THESE.PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the-Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Rebecca Haas-Bates,Richard Adair,William Syrkin all of the city of Orange state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. - IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer orr official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of February , 2025 . Liberty Mutual Insurance Company P�tNsuypq Poo INSV a%NsORq The Ohio Casualty Insurance Company AJ ao�`PORarA yP r oosPOR4�`9y „9 6opPORarE.+O West American Insurance Company O t° Q $ O n f ? O CO v. Y �1912 0 c 1919_� o s 1991 0 iZ _ co"E Yd0 Acaus .da SO NAMPSa` LS1 ds 4901AHP .da* .0 U 9j7 :A. yd �yl * 0.4 .N * t,N By: 7 • co - Nathan J.Zangerle,Assistant Secretary w m State of PENNSYLVANIA • N m County of MONTGOMERY 88 0 E ... , On this 20th day of February , 2025 before me personally appeared Nathan J.Zangerle,who.acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 8 o ro Company,The Ohio Casually Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes``A 0> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ti g c IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. co pPAS o0 o ai.... q4i' ouin�r�! Commonwealth of Pennsylvania-NotarySeal O Fv ev 4<u v Teresa Paslella,Notary Public so N O N OF Montgomery County E E My commission expires March 28,2029 B Q,�2.1-C�r�t.a/ 0 N C 4,MSyot••,,9 Member,Pennsylvaniaon Association r of Notaries y eresa Pastella,Notary Public Q o f0 ( s_ , •C_, This Power of Attorney is made end executed pursuant to and by authority of the following Bylaws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual 3 co E•— Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a a co 8 ARTICLE IV-OFFICERS:Section 12.Power of Attorney. "°O 4- m Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the v o v President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m CO > act any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall s 8 • t=, have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o ro Zinstruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the�.m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o LI-C n. ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. ' Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangede,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on-behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and , other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. , I,Renee C.Llewellyn,the.undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power'of Attorney executed by said Companies,is in full force and effect and has not been revoked. • IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 20th day of November , 2025 P,1NSu� P,,tY INsG 0 tssugq )4`1-cPv ra)7% �J�c.e"yr:1t F�P;oaratyr7 c� Y 1.1912(,j am o i?919 4/ o, I a 1991 0 �c,�,�Ly..�. Yd0's`�4CH0- ,.a. , SO NAMPS�.aa+� ` vo• AH°IPM*aaa� By Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: Harbour Constructors Co PROJECT: City of Huntington Beach (Contractor Name) Tide Check Valves Project mestown Lane (Street Address) Huntington Beach, CA 92647 (City, State,Zip Code) TO: CITY OF HUNTINGTON BEACH DECLARATION Attached hereto is'a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by and between the City of Huntington Beach ("City")and the above-named Contractor ("Contractor')for the above-described project('Project"). I declare under penalty of perjury under the laws of the State of California that the above statement is true and correct. Signed on December 1 , 20 25 ,a Huntington Beach, CA (Date) (City, State) (Sig atur ndividual Who is Making Declaration) WARRANTY Contractor hereby warrants and agrees to maintain Products. and Complete Operations Insurance in.compliance with the insurance requirements of the Contract for the Project. Said insurance shall be maintained through and until the expiration of all Warranties provided by the Contractor.Said insurance shall contain Additional Insured Endorsement CG 2010 1185, naming the City as an additional Insured. Contractor shall supply to the.City, on at least an annual basis, a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract.requirements. Signed on December 1 ,20 25 ,at Huntington Beach, CA (Date) (City, State) CONTRACTOR: Name: Harbour Constructo By: Signature • Name: Greg Buchanan Title: President , Y ,. __.`1 HARBCON-01 VIKUMAR '4�---CiPR CERTIFICATE OF LIABILITY INSURANCE DA1212/2025 TE YI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Aon NOAM Aon Risk Insurance Services West,Inc. PHONE I FAX 707 Wilshire Boulevard (AIC,No,Ext): (AIC,No): Suite 2600 gODlEss: Los Angeles,CA 90017-0460 INSURER(S)AFFORDING COVERAGE NAIC It INSURER A:BeaZley Insurance Company,Inc. 37540 INSURED INSURER e:National Fire Ins.Co.of Hartford - 20478 Harbour Constructors,Co.and Comtech Manufacturing Inc INSURER C:Benchmark Insurance Co. _ 41394 17892 Jamestown Lane INSURER 0: Huntington Beach,CA 92647-7135 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADO_SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR 'NW WYD, 1.MMIDD/YYYYI IMM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE X OCCUR X V3B0E6250101 11/18/2025 11/18/2026 DEMGSESOEaEoNw.ge nce) S 5,000 MED EXP(Any one person) 5 5,000 PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMITR APPLIES PER'. GENERAL AGGREGATE 5 2,000,000 X POLICY JEC9T LOC PRODUCTS-COMP/OPAGG S 1,000,000 OTHER: S B AUTOMOBILE LIABILITY (EaaBBNdEDtSWGLE LIMIT S 1,000,000 X ANY AUTO BUA 6056813921 11/18/2025 11/18/2026 BODILY INJURY(Per person) S OWNED - _ AUTOS ONLY SCHEDULED SSSyUyLED BODILY INJURY(Per acddenl) S _ AUTOS ONLY ._ AUTOS ONLY PROPERTYDAMAGE (Per S Comp/Coll.Ded. 5 1,000 - UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED RETENTIONS S C WORKERS COMPENSATION X I STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y N X 99WC0000357701 11/18/2025 11/18/2026 1,000,000 ANY OFFICER P EMBER EXCLUDED?ECUTIVE IN NIA E.L.EACH ACCIDENT S (Mandatory In NH) E L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: COHB-Construction Contract for CC-1774(Tide Check Valves Project). City of Huntington Beach,the City,its agents,its officers,elected or appointed officials,employees and volunteers are included as Additional Insured in accordance with the policy provisions of the General Llahllif��y,,pp,Qlicy. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to Addition4I1p@ lDotllq i iQIfCbt Yfce with,the policy's provisions. A Waiver of Subrogation is granted In favor of Certificate Holder in accordance with the policy provisions of the Workers'Compensation policy. MICHAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATION Cl'f-Y OF HUNTINGTON BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 9 ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department-Engineering Attn: Michelle Galvez 2000 Main St.,1st Floor AUTHORIZED REPRESENTATIVE Huntington Beach,CA 92648 digd f rdelli4/ka I ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Beazley Group POLICY NUMBER V3B0E6250101 BEAZLEY MARINE ENDORSEMENT NUMBER: 1 EFFECTIVE DATE: December 29,2025 NAMED INSURED: Harbour Constructors, Co. THIS ENDORSEMENT MODIFIES AND FORMS A PART OF THE INSURANCE PROVIDED UNDER THE FOLLOWING: ADDITIONAL ASSURED/WAIVER OF SUBROGATION It is understood and agreed that this policy shall include,as an Additional Insured,and provide a waiver of subrogation to the person or organization to whom the Named Insured is obligated by contract to provide such waiver, but only with respect to work and operations performed by the Named Insured for, on behalf of, and/or under the supervision of the person or organization shown in the schedule below, at the locale designated therein. This insurance does not apply to any act or omission of the Additional Insured other than in connection with the general supervision of work and operations performed by the Named Insured, The inclusion of an Additional Insured in the schedule does not in any way extend the type of coverage afforded by the policy, nor does it increase the limits of liability under the policy. City of Huntington Beach, its officers,elected or appointed officials, employees,agents and volunteers 2000 Main Street Huntington Beach, CA 92648 ALL OTHER TERMS, CONDITIONS, LIMITATIONS AND EXCLUSIONS REMAIN UNCHANGED Dated at New York, New York this 29th day of December 2025. In witness hereof,this Company has caused this Endorsement to the Policy to be signed by its duly authorized officers in the State of New York,but this Endorsement shall not be valid unless countersigned by an authorized representative of the Company. Authorized Representative beazley Claims Notification Under This Policy: Beazley Insurance Company,Inc. US Marine Claims 45 Rockefeller Plaza, 16th Floor New York,NY 10111 Tel:+I (212)801-7100 Email: USMarineClaims@Beazley.com it is hereby understood and agreed that the signature of a duly authorized officer,attorney,or agent of the Assurer or Assurers indicated below,shall constitute acceptance of: Carrier Participation Premium Signature Beazley Insurance Company 100% $ 39,500.00 t 3B0E6250101 f, iUrt 44 " Policy Number: • • beazlY Declarations Page NOTICE: TILE POLICY OF INSURANCE CONTAINS A"DEFENSE COSTS WITHIN TIIE LIMITS OF LIABILITY" PROVISION. THESE DECLARATIONS TOGETI-IER WITH THE COMMON CONDITIONS,COVERAGE FORM DECLARATIONS,COVERAGE FORM(S)AND ENDORSEMENTS,IF ANY,ISSUED TO FORM A PART THEREOF, COMPLETE TI IE ABOVE NUMBERED POLICY. THESE DECLARATIONS AND TI-IE POLICY WITH ENDORSEMENTS SHALL CONSTITUTE THE CONTRACT BETWEEN THE INSUREDS AND UNDERWRITERS. Insured: Harbour Constructors,Co Producer: Aon Risk Services Northeast Address: 17892 Jamestown Lane Address: One Liberty Plaza, 165 Broadway,Suite 3201 Iluntington Beach,CA 92647 New York,NY 10006 Policy Period: From: 11/18/2025 12:01AM Local Standard Time To: 11/18/2026 12:01AM Local Standard 1'imc Limit of Liability/Total Section: Interest Insured Deductible Insured Value(T1V) Premium A. Marine General Liability(CSL) $ 5,000.00 $ 1,000,000.00 $ 9,000.00 General Aggregate(Agg.)Limit $ 2,000,000.00 Products&Completed Op.Agg.Limit $ 1,000,000.00 Personal Injury and Ad. Injury Limit $ 1,000,000.00 Medical Payments Limit $ 5,000.00 Fire Legal Liability Limit $ 5,000.00 Employee Benefits Liability Limit $ 1,000,000.00 NOT COVERED Stop Gap Employers's Liability Limit*** $ 1,000,000.00 NOT COVERED B.Protection&Indemnity*(CSL) $ 5,000.00 $ 1,000,000.00 $ 15,500.00 C.Terminal Operators Legal Liability(CSL) $ - $ 1,000,000.00 NOT COVERED D. Wharfingers&Stevedores Liability(CSL) $ - $ 1,000,000.00 NOT COVERED E. Marina Operator's Legal Liability(CSL) $ - $ 1,000,000.00 NOT COVERED F. Ship Repairers Legal Liability $ 5,000.00 $ 1,000,000.00 $ 9,750.00 G.Charterers Legal Liability including $ - $ 1,000,000.00 NOT COVERED Cargo Owners's Liability $ - $ 1,000,000.00 NOT COVERED II. I lull&Machinery* $ 5,000.00 $ 205,000.00 $ 3,500.00 Spare Parts&Equipment Limit $ - $ 5,000.00 NOT COVERED I.Maritime Employers Liability $ 5,000.00 $ 1,000,000.00 $ 1,750.00 DISCLAIMER: "NOT COVERED" DESIGNATES NO COVERAGE NOT COVERED Maximum Per Occurrence Deductible: $ 5,000.00 Minimum&Deposit: $ - *See Schedule of Vessels Total Premium: $ 39,500.00 **See Schedule of Locations Rate(See Endorsement if Applicable): NOT APPLICABLE beazley Warranties: None The above warranties are additional to any explicit or implied warranties contained within the conditions above or any clauses referred to therein,or those imposed by statute. Subjectivities: None Between inception and the date for complying with the subjectivity/subjectivities,cover is provided by underwriters on the terms and conditions specified in the in the Risk Details Section. In the event that the insured fails to comply with the subjectivity/subjectivities by the date specified,the insurers shall be entitled vary the conditions or to terminate this contract by giving not less than fourteen days' notice in writing to the insured at their address shown in the contract. In the event of such termination,the insured shall be entitled to pro rata return of premium for the unexpired period of the contract unless a loss has arisen for which the insured seeks indemnity under this contract in which case the insurers shall remain entitled to the full premium specified in the Risk Details Section. To the extent that this subjectivity provision conflicts with any other cancellation,notice and premium provision in the Risk Details Section,this subjectivity provision shall prevail. Assured Website: httns://www.hc-co.com/about/ MSIC: Marine Contractor Information: Business Established: 1989 I larbour Constructors is a successor company to Buso Constructors,Inc. Commission: 17.50% founded by Greg Buchanan in 1989. Buso Constructors' 18 year construction Premium Payable: Annual history was focused in the public works sector with an emphasis on heavy civil engineering projects. Harbour Constructors continues with this same type of work while also focusing on marine structures such as sea walls, docks and piers. Forms(s) and Endorsement(s) Small National Accounts Program-Form 060125 Eci'nsu e&rsr:e Primary Exposure Basis(0.0%) Named Assured(s)-See Schedule Revenue Named Location(s)-See Schedule 2024-25 2025-26 Vessel Schedule-See Schedule if Applicable $ 2,000,000.00 $ 2,000,000.00 Equipment Schedule-See Schedule if Applicable Notes: Additional Named Assured/Loss Payee/Waiver of Subrogation Secondary Exposure Basis(0.0%) 'I'IV 2024-25 2025-26 $ 205,000.00 $ 205,000.00 Notes: 4 Vessels • General Conditions 1. Company In consideration of the payment of the premium and the stipulations hereinafter mentioned, the (PER DECLARATIONS) hereinafter called the Company, does, by this policy of insurance, insure the Assured(s)named herein. II. Assured I. This policy insures: (PER DECLARATIONS) including the Holding Company, if any, all subsidiary, affiliated, associated, owned, actively managed or controlled companies which now exist or as may hereafter be constituted,hereinafter called the Assured. For the account of themselves, but subject to the provisions of this policy with respect to the inclusion of other interests hereunder, change of ownership or of requisition of the insured vessels. 2. This policy also insures the additional Assureds specified herein or by endorsement hereto. 3. It is understood and agreed with respect to such coverage as is afforded herein,this policy is amended to define the Assured to include officers, directors, and stockholders of the Assured as well as owners,of vessels listed on the schedule of vessels. The so naming of officers, directors, stockholders and owners of scheduled vessels shall not preclude them from making a claim had they not been so included. 4. •It is further understood and agreed this Company waives all rights of subrogation against any subsidiary, affiliated or interrelated company or against any vessel owned, chartered or operated by any subsidiary,affiliated or interrelated company. 5. Additional Assureds and Loss Payees are as per included herein or by endorsement hereto and shall follow blanket additional assured/waiver of subrogation wording as provided herein. Aon shall have the insurers permission to issue Certificates of Insurance on behalf of the Assured and Additional Assureds, Waiver of Subrogation and Loss Payees shall be as per Certificates of Insurance issued by Aon Risk Services Northeast, Inc. III. Loss Payee Loss, if any,payable to the Assured,or order,unless otherwise provided herein or by endorsement hereto. It is hereby understood and agreed that this Policy shall include as Loss Payees, any person or organization to whom the Insured has agreed, by written contract, to provide coverage, but only with respect to operations performed by or on behalf of the Insured and only with respect to occurrences subsequent to the making of such written contract. Notwithstanding the above, it is further understood and agreed that wherever Loss Payees are added to this policy it is specifically agreed: A. Such Loss Payees are included only with respect to such activities insured by this policy as would exist in the absence of the naming of Loss Payees and coverage hereunder shall in no way be considered extended by the inclusion of Loss Payees. • B. The inclusion of Loss Payees in shall in no way serve to increase the limit of liability hereunder. IV. Policy Term • (PER DECLARATIONS) V. Substitution Clause The terms and conditions of this form are to be regarded as substituted for those of the policy form in conjunction with which this form is issued, the policy form being hereby waived except provisions required by law to be inserted in this policy. This form is issued in conjunction with Policy#(PER DECLARATIONS). VI. Premium Payment (PER DECLARATIONS) • VII. Deductible 1. Basic Deductible i. With respect to the Hull policy section,the following deductible provision shall apply: Notwithstanding'anything in this policy section to the contrary, there shall be deducted from the aggregate of all claims arising out of each separate accident or occurrence, the sum of (PER DECLARATIONS). A recovery from other interests, however, shall not operate to exclude claims under this policy section provided the aggregate of,such claims arising out of one separate accident or occurrence if unreduced by such recovery exceeds that sum. For the purpose of • this clause each accident or occurrence shall be treated separately, but it is agreed that: a. a sequence of damages arising from the same accident or occurrence shall be treated as due to that accident or occurrence,and b. all heavy weather damage,or damage caused by contact with floating ice,which occurs during a single sea or river passage between two ports shall be treated as though due to one accident or occurrence. c. all damages caused by berthing or berthing operations shall be treated as due to that accident or occurrence,and d. all damages caused by loading and/or discharging operations including but not limited to lightering operation, and/or cargo loading or discharging from or to another vessel shall be treated as due to that accident or occurrence. In the event the accident or occurrence results in a total, constructive total, arranged, . agreed or comprised loss of the vessel,this clause shall not apply. ii. With respect to the Protection & Indemnity policy section the following deductible provision shall apply: With respect to loss of life,personal injury or illness claims insured against hereunder, no claim shall be payable under this policy section unless the aggregate liability of the Assured arising out of the same accident or occurrence including supplementary payments exceeds the sum of (PER DECLARATIONS); and this sum shall be deducted from the amount payable hereunder on account of liability arising from each such accident or occurrence. With respect to all other claims insured against hereunder, no claim shall be payable under this policy section unless the aggregate liability of the Assured arising out of the same accident or occurrence exceeds the sum of(PER DECLARATIONS); and this sum shall be deducted from the amount payable hereunder. on account of liability arising from each such accident or occurrence. hi no event shall the deductible exceed(PER DECLARATIONS)any one accident or occurrence under this policy section. • iii. With respect to the Marine General Liability policy section,the following deductible provision shall apply: No claim shall be payable under this policy section unless the aggregate liability of the Assured arising out of the same accident or occurrence, including supplementary payments and insured against hereunder, exceeds the sum of (PER DECLARATIONS); and this sum shall be deducted from the amount payable hereunder on account of liability arising from each such accident or occurrence. iv. With respect to the Marina Operator's Legal Liability policy section the following deductible provision shall apply: No claim shall be payable under this policy section unless the aggregate liability of the Assured arising out of the same accident or occurrence, including supplementary payments and insured against hereunder, exceeds the sum of (PER DECLARATIONS), and this sum shall be deducted from the amount payable hereunder on account of liability arising from each such accident or occurrence with respect to all locations. v. With respect to the Wharfinger's Legal Liability policy section the following deductible provision shall apply: No claim shall be payable under this policy section unless the aggregate liability of the Assured arising out of the same accident or occurrence, including supplementary payments and insured against hereunder, exceeds -the sum of (PER DECLARATIONS) and this sum shall be deducted from the amount payable hereunder on account of liability arising from each such accident or occurrence with respect to all locations. vi. With respect to the Terminal Operator's Liability policy section the following deductible provision shall apply: No claim shall be payable under this policy section unless the aggregate liability of the Assured arising out of the same accident or occurrence, including supplementary payments and insured against hereunder,exceeds the sum of(PER DECLARATION) and this sum shall be deducted from the amount payable hereunder on account of liability arising from each such accident or occurrence with respect to all locations. vii. With respect to the Ship Repairer's Legal Liability policy section the following deductible provision shall apply: • No claim shall be payable under this policy section unless the aggregate liability of the Assured arising out of the same accident or occurrence, including supplementary payments and insured against hereunder,exceeds the sum of(PER DECLARATION) and this sum shall be deducted from the amount payable hereunder on account of liability arising from each such accident or occurrence with respect to all locations. viii. With respect to the Charterer's Legal Liability policy section the following deductible provision shall apply: No claim shall be payable under this policy section unless the aggregate liability of the Assured arising out of the same accident or occurrence, including supplementary payments, and insured against hereunder, exceeds the sum of (PER DECLARATION);and this sum shall be deducted from the amount payable hereunder on account of liability arising from each such accident or occurrence. Notwithstanding anything to the contrary contained herein, it is understood and agreed the deductible shall not apply as respects legal and/or survey expenses incurred with underwriter's approval. 2. Occurrence Deductible In the event of claims arising from one accident or occurrence involving one or more vessels and/or coverages and/or policy sections hereunder, the sum of the aggregate of deductions shall not exceed (PER DECLARATION). VIII. Certificates of Insurance Clause It is understood and agreed permission is granted for the agent/broker to issue certificates of insurance on behalf of the underwriters and the agent/broker shall be held harmless for unintentional errors or omissions that occur while providing this service. Regardless of any permission provided herein, in no respects shall an issued certificate alter, change, modify or amend the terms;conditions,provisions,exclusions, limits,or language contained in the policy or endorsement thereto. • IX. Limit of Liability Except with respect to the Hull Section,the Limit of Liability of this policy including endorsements attached thereto is subject to a combined single limit of(PER DECLARATIONS) in respect of any one accident or occurrence including all costs and/or expenses subject to the deductible. Any • applicable deductible amount including the Annual Aggregate Deductible,if any, is to be included within the Combined Single Limit amount. For the purposes of this clause, each accident or occurrence shall be treated separately, but in a series of claims hereunder arising from the same accident or occurrence these shall be treated as due to that accident or occurrence. The Limit of Liability available to pay settlements or judgments will be reduced by defense expenses and supplementary payments and such expenses and payments will be applied against any deductible or retention. • Policy Author Clause Regardless of who may have drafted or prepared this policy, or any of the portions thereof, the provisions contained herein shall be deemed to have been authored by insurers provided they have • agreed by signature with these provisions. X.Automatic Attachment of Vessels(Applies to Hull, P&I, Charterer's Liability) To automatically attach on any vessels acquired by the Assured,whether through purchase,charter or otherwise, in consideration of daily pro rata additional premiums if any, to be agreed. This insurance is to follow the contracts'of purchase, charter or other agreements of the Assured as • respects the inclusion of other interests as named Assured, loss payable clause and waivers, but subject always to all other terms and conditions of this policy. For the purpose of this insurance, additional vessels and/or units shall be considered as valued at • the amounts declared by the Assured, but not to exceed $1,000,000 per vessel as respects Section A: Hull coverage, $1,000,000 as respects Section B Protection and Indemnity coverage, and $1,000,000 as respects Section G Charterer's Liability, subject to the provisions of the Limit of Liability clause contained herein. . The Assured hereby agrees to report as soon as practicable such additional vessels and/or interests. This insurance shall not be prejudiced by any unintentional delay or omission in making such reports, or any unintentional error in the value or description of vessels to be reported, if prompt notice be given the Company as soon as said delay or omission or error becomes known to the Assured. • XI. Trading Warranty(Applies to Hull and P&p Warranted confined to coastal and inland waters of the United States and/or Gulf of Mexico(Gulf of America) not exceeding 150 miles offshore; Great Lakes, St. Lawrence River, Gulf of St. Lawrence.and their tributaries; coastal and inland waters of Canada; Pacific Ocean, Atlantic Ocean, not north of 52°North Latitude,not east of 52°West Longitude and not west of 128°West Longitude; trading between the Hawaiian Islands and/or between the Hawaiian Islands; trading between Hawaiian Islands and the US West Coast held covered at an additional premium to be agreed; held covered at a premium, if any,to be agreed with underwriters. • • Held covered in the event ofany breach of warranty or deviation from the conditions of this policy with or without notice in advance to underwriters, at an additional premium, if any,to be agreed. XII. Privilege to Charter(Applies to Hull and P&I) Privilege is hereby granted to charter, lease or otherwise to let vessels to or from others without prior notice to this Company, and this insurance is to follow the agreements of the Assured. The provisions of this clause shall apply to all vessels in which the Assured has an interest in: 1. Where the Assured has agreed to include the interests of owners,charters,lessees or others as named Assureds, additional Assureds and/or loss payees and/or to provide a waiver of subrogation or limitation of liability such provisions shall be deemed to be automatically incorporated in this policy whether or not so endorsed herein. However, such provisions shall not operate to broaden the terms of coverage provided by this policy. 2. Where the Assured is required to effect insurance on newly acquired vessels for account of themselves and charterers,lessees,owners and/or others,the provisions of the Clause titled Automatic Attachment of Vessels, shall also apply. 3. On all vessels chartered, leased or otherwise let to others by the assured, if the Assured requires the charterer, lessee or others to effect insurance for account of the Assured and charterers,lessees or others,such insurance shall be primary insurance,but this policy shall automatically cover the Assured on an excess and/or contingent basis and/or for perils or liabilities insured under this policy which are not covered or not collectible under the insurance effected by the charterers, lessees or others; or if there is no agreement between the Assured and the charterers, lessees or others to insure or if the charterers, lessees or others fails to insure as required by the Assured the right of the Assured to recover under this policy shall not be affected, but the Company shall be subrogated to all the rights of the Assured against the charterers,lessees or others to claim reimbursement of any amount paid under this policy. 4. On all vessels chartered, leased or otherwise let from others by the Assured, if the Assured requires the owner or others to effect insurance for account of the Assured and owner,such insurance shall be primary insurance, but this policy shall automatically cover the Assured's liability only on an excess and/or contingent basis and/or for perils or liabilities insured under this policy which are not covered or not collectible under the insurance effected by the owner or others; or if there is no agreement between the Assured and the owner or others to insure or if the owner or others fails to insure as required by the Assured, the rights of the Assured under this policy to recover the amount for which the Assured is • held liable shall not be affected,,but.the Company shall be subrogated to all of the Assured's • • rights against the owner or others to claim reimbursement under this policy. Vessels • insured hereunder to be valued (for the purpose of this insurance) at the amount agreed upon between the Assured and owners, but not to exceed the Hull value or Protection and Indemnity limit specified by the clause titled Automatic Attachment of Vessels. 5. This Company hereby agrees to return premium at daily pro rata rates on vessels chartered, leased or otherwise let to others where the Assured requires the charterer, leasee or others to effect the insurance; however, in the event of a claim.payment made under Clause C. or D.above, this Company shall be entitled to premium on the involved vessel at pro rata the policy rates. XIII. Cancellation Clause This policy may be canceled by either party by giving sixty (60) days written notice of such cancellation. If this policy shall be canceled by the Assured as herein before provided,or become void or cease, the premium having been actually paid, the unearned portion shall be returned on surrender of this policy at pro rata premium. In the event of non-payment of premium this policy may be canceled upon ten(10)days written notice being given the Assured. Notice of cancellation mailed to the last known address of the assured shall be sufficient notice; the check of this • Company or its Agent when similarly mailed shall be sufficient tender of any unearned premium. It is hereby understood and agreed that this Company shall furnish written notice to the Assured not less than ninety (90) days prior to the expiration date of this policy in the event they elect not to renew this coverage. XIV. Vessel in Distress Clause (Applies to Hull and P&I) Should the vessel at the expiration of the policy be in distress or otherwise in an unseaworthy condition, she shall, provided previous notice be given to underwriters hereon, be held covered at pro rata daily premium until arrival at safe port or the unseaworthy condition shall have been eliminated, whichever shall have first occurred. XV. Blanket Additional Assured/ Waiver Of Subrogation / Primary & Non-Contributory Clause Effective from inception and in consideration of an Additional Premium of(included), it is hereby understood and agreed that, A. This policy shall include as an Additional Assured, any person, organization, trustee or estate to whom the Named Assured is obligated by virtue of a written contract or agreement to provide insurance such as is afforded by this policy, but only with respect to operations conducted by or on behalf of the Named Assured and provided always that the ALL of following terms and conditions shall apply: I) The insurance afforded to such Additional Assured only applies to the extent permitted by law; 2) The written contract or agreement requiring the providing of insurance to the Additional Assured was executed prior to any occurrence to which this clause would apply. 3) In no event will the insurance afforded to an Additional Assured be broader than that which the Named Assured is required by the written contract or agreement to provide for such Additional Assured. B. With respect to the insurance afforded to the Additional Assured, it is understood and agreed the most the Company will pay on behalf of the Additional Assured is the amount of insurance: I. required by the written contract or agreement; or 2. available under the applicable Limit of Liability shown in the Declarations; whichever is less of the above. This endorsement shall not increase the applicable Limit of Liability shown in the Declarations. In the event of cancellation or change in policy coverage unless specifically endorsed in writing to the contrary hereon, no obligation is imposed on this Company to send notice of cancellation or change of coverage to an Additional Assured and notice to the Named Assured shall discharge all obligations of this Company hereunder.This Company shall not be required to notify an Additional Assured of any cancellation received from the Named Assured hereon. The Company waives its rights of subrogation against Additional Assureds to whom the Named Assured is obligated by written contract to provide such waiver, but such waiver shall only apply with respect to operations conducted by or on behalf of the Named Assured for the Additional Assured(s) and shall be no broader than the extent of such obligation, nor beyond the extent permitted by law. Notwithstanding anything to the contrary contained herein, to the extent permitted by law, and where required by written contract, it is hereby understood and agreed that coverage afforded to the above listed Additional Assured under this policy. shall be primary and non-contributory with respect to any insurances carried by the above additional Assured. XVI.Appointment of Attorneys XVII. Assignment of Interests Assignment of interest under this policy shall not bind the Company until its consent is endorsed hereon; if, however, the Named Insured shall die, such insurance as is afforded by this policy shall apply(1)to the Named Insured's legal representative, as the Named Insured, but only while acting within the scope of his duties as such, and (2) with respect to the property of the Named Insured, to the person having proper temporary custody thereof, as Insured, but only until the appointment and qualification of the legal representative. XVIII. F.C. & S. Clause Notwithstanding anything to the contrary contained in this policy this insurance is warranted free from any claim for loss, damage or expense caused by or resulting from capture, seizure, arrest, restraint or detainment, or the consequences thereof or of any attempt thereat,or any taking of the vessel, by requisition or otherwise, whether in time of peace or war and whether lawful or otherwise; also from all consequences of hostilities or warlike operations (whether there be a declaration of war or not), but the foregoing shall not exclude collision or contact with aircraft, rockets or similar missiles, or with any fixed or floating object (other than a mine or torpedo), stranding, heavy weather, fire or explosion unless caused directly(and independently of the nature of the voyage or service which the vessel concerned or, in the case of collision, any other vessel involved therein, is performing) by a hostile act by or against a belligerent power, and for the purpose of this warranty "power" includes any authority maintaining naval, military or air forces in association with a power; also warranted free,whether in time of peace or war, from all loss, damage, or expense caused by any weapon of war employing atomic or nuclear fission and/or fusion or other reaction or radioactive force or matter. Further warranted free from the consequence of civil war, revolution, rebellion, insurrection, or civil strife arising therefrom, or piracy. If War Risks are hereafter insured by endorsement on the policy,such endorsement shall supersede the above warranty only to the extent that their terms are inconsistent and only while such war risks endorsement remains in force. If this policy contains a Cargo Insurance section, then the F.C. & S. clause contained therein shall supersede the above warranty in its entirety. XIX. Notice of Loss In the event of any occurrence which may result in loss, damage and/or expense for which this Company is or may become liable,the Assured will use due diligence to give prompt notice thereof and forward to this Company and/or to Aon Risk Services Northeast, Inc., as soon as practicable after receipt thereof, all communications, processes, pleading and other legal papers or documents relating to such occurrences. • Notwithstanding anything to the contrary contained herein, the Assured shall not be presumed to have knowledge of an occurrence•or an accident coming within the scope of this policy until the . _ same has been reported to the Insurance Department or corporate officers of the Named Assured. Whenever required by_this Company,the Assured shall aid in securing information,evidence,and• in obtaining of witnesses, and shall cooperate with this Company (except in a pecuniary way) in the defense of any claim or suit or in the appeal from any judgment,in respect of any occurrence as herein before provided., • - XX. Payment of Loss This clause shall apply to the Hull insurance section.Including any-other first party,physical loss or damage insurance that maybe,agreed to be included: In case of loss,such loss to be paid in ten(10)days after satisfactory proof of the lossand interest shall have been made and presented to this Company. XXI. Unintentional Errors & Omissions It is agreed that (1) failure of the Insured to disclose all hazards.existing as of the inception or. - renewal date of this policy or to comply with any provisions of this policy or(2)errors or omissions on the part of the Insured's applications, declarations, schedules, endorsements or other documents,shall not prejudice-the Insured with respect to the coverage afforded by.this policy, as long as such failure, error or omission is unintentional and is corrected or complied with as soon as practical after it has,been brought to the attention of the risk manager or executive officer. Held covered in case of any Breach of Warranty as to cargo, trade, navigation, locality,or date of sailing provided notice be given and any additional 'premium, if•any,-required be agreed . immediately after receipt of advice of breach-or proposed breach of owners. XXI1. Contractual Liability In consideration of the premium charged, it is hereby understood and agreed that this Policy is extended to cover any liability imposed upon the Insured, which liability is assumed under any • contractual agreements entered into by the Insured; specific to the insured operations hereunder, provided that.such liability be of a nature of one or more of the liabilities otherwise covered by the terms of this Policy and,therefore, recoverable therein. XXIII. Captions and Headings All captions and,headings in this policy are inserted only for purposes of reference and shall not be used to interpret the clauses to which they apply. XXIV. Cross Liability. . In the event of an Assured incurring liability to any other Assured or Additional Assured, this • policy shall cover that Assured against whom claim is or may be made in the same manner as if separate policies had been issued to each Assured. Nothing contained herein shall operate to increase the Company's limit of liability as set forth herein. XXV.Permission(Applies to Hull and P&I) • Permission is granted for the vessel(s) insured hereunder to engage in any trade incident to the conduct of the Assured's business. NCoy� CITY OF HUNTINGTON BEACH `�Fe°UNTV�'\.fir' Lisa Lane Barnes City Clerk January 27, 2026 Harbour Constructors Co. Attn: Greg Buchanan 17892 Jamestown Lane Huntington Beach, CA 92647 Re: Tide Check Valves Within Huntington Beach Harbour— CC-1774 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714-536-5517. Sincerely, 0411, Lisa Lane Barnes City Clerk LLB:ds i Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov BID BOND KNOW ALL BY THESE PRESENTS,That we, Harbour Constructors, Co. of 17892 Jamestown Lane, Huntington Beach, CA 92647 (hereinafter called the Principal),as Principal,and The Ohio Casualty Insurance Company (hereinafter called the Surety),as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee)in the penal sum of Ten Percent of Total Amount Bid Dollars( 10% of Bid ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS,the Principal has submitted or is about to submit a proposal to the Obligee on a contract for TIDE CHECK VALVES WITHIN HUNTINGTON HARBOUR, PROJECT CC-1774 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 20th day of October , 2025 • Harbour ►on ars o. /a4t Principal TtJA NS, 5ru a.T-; No CRY RIUC, Witness Prestcl G 3 1 ut an&r Title The Ohio Casualty Insurance Company Alma Karen Hernandez, Notary Public Witness By (00. Rebecca Haas-Bates,Attorney-in-Fact o NA MPS ao LMS-10053 10/99 • CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of O ride J} On 0ek Cb' 22 202 before me, I I 1(1.0,, S+L cty 1 I" 'Kb Date Here Insert Name and Titled e Officer personally appeared Gre,a 11�.GL1.( lc,l�l. �J Name(§, of Signer who proved to me on the basis of satisfactory evidence to be the person(4'whose name(s'j is/p subscribed to the within instrument and acknowledged to me that he/sp(e/tler executed the same in his/I'r/ter authorized capacity(iM), and that by his/hpr/tlj it signature(g'on the instrument the personfs'j, or the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the 4 yb1 T,,,F TINA M.STUART laws of the State of California that the foregoing Notary Public-California < paragraph is true and correct. � �T Orange Canty > '` `�' •� Commission 2476491 'Liao•" My Comm.Expires Jan 11,2028 WITNESS my hand and official seal. jAi Signature Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Q� Title or Type of Document: gia BVl.( Document Date: lD I ZD( Number of Pages: 1 Signer(s) Other Than Named Above: IN0 rle- Capacity(ies) Claimed by Signer(s) Signer's Name: &ren et hAh Signer's Name: ' "Corporate Officer-Title(s): 0 Corporate Officer-Title(s): O Partner- ❑ Limited 0 General 0 Partner- 0 Limited 0 General ❑ Individual ❑ Attorney in Fact 0 Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: I4O k-96 Lr aYG.Ckarr Signer is Representing: ©2018 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 10/20/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates NameKof Signer(s). who proved to me on the basis of satisfactory evidence to be the persons} whose name* is/are subscribed to the within instrument and acknowledged to me that he/she/they[ executed the same in its/her/their authorized capacity(rbs,),and that by he/her/their signature .on the instrument the person(s),. or the entity upon behalf of which the person(s),acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws • of the State of California that the foregoing paragraph is true and correct. ALMA KAREN HERNANDEZ WITNESS my hand and official seal. s Notary Public-California -5 Orange County = G%'s - � ° Commission#2390908 7°0°"� My Comm.Expires Jan 16,2026 Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section Is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 10/20/2025 Number of Pages: One(1) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — 0 Limited 0 General ❑ Partner — ❑Limited 0 General ❑Individual GI Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: The Ohio Casualty Insurance Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 • IW.A. Liberty POWER OF ATTORNEY I* Mutual® Liberty Mutual Insurance Company Certificate No:8213174-976022 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Rebecca Haas-Bates,Richard Adair,William'Syrkin all of the city of Orange state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of February , 2025 . Liberty Mutual Insurance Company v 1NSu,14 • P01 INS/ , tNsuii, The Ohio Casualty Insurance Company eooaPo�r 4e, hJ ooaP o`tir ,`r, GP ' 4 West American Insurance Company • 3 Foto C.)co t -1 CZ Fotll • 1912 0 0 1919 0 f 1991 �AI ri a) Y v y 3 Sy �� Q4. CN/' // — N O 4 SSACHUs�,aa1. hAMPs'`\,aa •(s %IAHr .da / '.... V c 7 * 1 yl * * M * * B co ca Nathan J.Zangerle,Assistant Secretary C w co State of PENNSYLVANIA ss •— m co • County of MONTGOMERY o -- = On this 20th day of February , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 8 a> o Ws Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes 2' therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >g c73 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O NN cu aO o N Q4'y K,oN Commonwealth of Pennsylvania-Notary Seal �O o'f <. Teresa Pastella,tgomeNotary Public a;� ,� F' Montgomery County � C OP My commission expires March 28,2029 By•IP tv v Commission number 1126044 CD a)-. ti� Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public O�O This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual E•g- Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a co ARTICLE IV—OFFICERS:Section 12.Power of Attorney. co `o o o E2 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the-a President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety cu C° > c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c E o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such�o a) Z o instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the ` m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti n. ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company, acting pursuant to the Bylaws of the Company,authorizes Nathan J. Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. • IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 20th day of October , 2025 . • PV 1NSuL �r 2 1 a 1NsuR•9 J r4oPORgrZ`6 /1,=4oaPorrq?t IC, ?P ooaPo,Tayc 1912 0 1919 t 1991 0 iN ` t m p Yd,�9sSacHus�aa S���HnmPs''ya N'S�,r 4vormo• aa� By: c Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 ROZ.o e i3o Z b 1 n Lh`� roJ- qr.(d� � h���7fS d-Vi NMQ-LS3vr�S Z1g1--1 SZ- o�-QI �o �3� -Q(`1' P� �19 Q17�8LSNo� "� Oq0 40 v)y90:01 !41 S2cD210 `O'So 7Q - 1 1-iLLIT �� c., llc"n 1 M �►.�►,� , ."N , 3d Q LQN oa. aC•/ ( 'g 1tl1)WO RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating • (Date) Q CITY OF HUNTINGTON BEACH kgINTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 1I212LP SUBJECT: Bond Acceptance I have received the bonds for -1-171(h \,1( 0,mstruc Co (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. D Payment Bond (Labor and Materials) Bond No. D1-12400 Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other / Re: Tract No. Approved )2-910 I " (Council Approval Date) CC No. ( Agenda Item No. 31 (ZJr_ �3 MSC No. City Clerk Vault No. (900. 50 Other No. SIRE System ID No. g:/forms/bond transmittal to treasurer 15 # ;+ °.-� eta •. ,q iv !!', 4 r'Z f :t" r LOCATIONS OF INTEREST .' y i /..! 4 .t. 4, t , * t # , `'• ..._,.�� � .tF' cL1 LEGEND • • I! naraln/sang ant cr - #Pe "^ .o+f.11(6.• t: IIII Point of Outfall x ; • �� �. .. % •� �; � . ". ' tIr •: : :: i/ ,l �1 • ,. , , „_. L ' /W.', ", ' -- A *- .4 ' II. . .. , . •„.;. ,,-iir,.' v'"•-•;.• -.••• lok "A,i,'•••- -•• ••• * . .4 . . _ .. , ....... _ . „ ,,...‘i.,.,,,i loc. r, .3\tsie . 4_ ,a .1. a , �. E 1 ' ;;, M tP V- • jj e' (;.. f/ FL Via. y, 4. r.- ! } ,,y 44 f ,Rj� ,?Yp 2 1 Fes.;w. �' � wwk�b ,., t- x 1 Sys � A t _ � F • <7 i% rpm?".�ti ai i � 1 r+R y y�� f P ' ti `,� #�4 ��'�`' t Lt ,1:.b:.1 _ J !,{ t et: Y, Y}k: ~- ..1 -�T�•i r� yP L 9 ss!it' `' } w 2 .y ,�- / #. - 4 . At - ` �i + , t r H tor 2 r. 'i, L. % ,^.t' untington a , • S, �, s+ - s: `3y`t�„{ p t. •�5t X d` c+r.P A��Yi�'� :- .>r .� , tf. r r J3t,.,', p 1/t S ♦., T �' IrF`' �("gyp! t' `44 iR7IR r yA ra Sri f ,iU -; •,;t 61. Y.q /� 8 I §� w jJ .a ,..144,. a .o io4' .� i.. 1 ' •�.; °•*IF,' '• A.. • •, / _,••.,..1,P,..,4-,,. A .'l f.. �`,/"... dFJ 3 f //,•:: i. •b f � P # �, ` ! y' etyr i 1 t ! C ; '+ ram;. ! �a ` its '' �'�'� +4v ' a. ' " .. t i'' ''. t _ per, { �� ne , 'i�� wlr �� >. Intrepid Ln/Re ora Dr • "`'a".' ' rSi t31t ewater l n •0,I'� , . w 7.* ,*•�t� Y�` �,� , - -- , - a "'� .10*1M ilt '''1,,, x �dr. ,' r Bolsa s+ t «'.t 1'-„ • ^ �I' - ., } / ,.t ^rxs`xi.�+• .. +,a .,.� I + r. "`' � k 4 • j rf } ... '-' � °'�"�} } i� 1 , t 1 t r { xis ; ., .+.r• R { ''Msl`11�54�,,;,r''��Ft - r6s�i i � ,5� l+ ': ����• �t JRFSIDE . , r a r. . , J. '.y�r+ ♦+�.tr'S W ''�.._..�' p. �y,y .S` s.i.-..#'!" .i..�.'� ^.^.r �ate.#'ar t gym.. r t T��� ".a .. lr, .xir^.`;li"1� ''A* r:- `t°" "� ` .^4iw 'j'`; '' - s t It (''* rt {;o .Ft f."fir T, i�i-}.ww. - ,ram. AM -WA'<•4461AI a•+ _01.4,........._ ,'" .... TING ro=1„.4, Tide R ••.. (, ,Rppgl ••-. Valves within,,,, _ ________ _ _ _ Huntington .., \ , ,i, Harbour��- e .._ • _ _ : `�► � . ••. cF - ;.. ... Project > ••• a. 17 19n , P .• 0 •e � /°oo 'fN \o 'C December 16, 2025 CP � 1447 :' iel LOCATIONS OF INTEREST • ,,, r F. «,Y- �� ..«.ore., � I � $r .. y ,� `. BAC KG RO U N D ., .. N . ,, N es al • During king tide events, seawater flows back into the :. F,Y 4 .,,,tit A r 9 "h i * '` rwq � �~d`R r storm drain system, causing localized flooding 40' ., r - :. , .,�:, • Existing flap and duckbill valves are no longer effective f(` % , • Install new in-line tide check valves at seven locations .. 4 Atli to- i> - • � .' ,r . and remove outdated flapand duckbill gate valves �' ' �� "�` ' '� �' `� • Project opened bids publicly on October 30, 2025 //' TING I � N GTp' p/I ....;-o P O flq rF�...s V��\ y. Iii,.1.3..art. /. .: � ' .• `.- , \\\2CF•••B. 17, 190%.P�.-..<44 0� =COUNTY.�P//I NEEDS/WHY/ BENEFITS • Reduce flooding during king tides r._ • Remove existing flap gates and duck bill gate valve . .x, Mrl�' Existing • Install check valves at seven different locations duckbill h. check valve • Install within storm drain system, no modification of the current , - .�� �.f ,+ • tfti A �. G �` r•l system �' � s F i • Enhanced public safety and property protection =r � �_ _ as f t • Lower maintenance needs Existing , pipe outtall A ..... Existing outfall _ • t 4111 ANT I N P. *.t! r .♦ ; r" O`••.:'\NGORPO RA.rfO•••�n ttJl C-57 f - 1 Q q7 '-p Existing outfall GF •h•• 1909, ��` c°UNT(•�P FUNDING • Infrastructure Fund $ 182 , 760 .1111. <" 0 _muk '' O( ..•_NtpflPORgTFD...�:9 \\ _ • COUNTN? c ,1#4 SCHEDULE • Construction to commence in January 2026 • Complete project 60 working days 0• • itelf\\\"""1 N 4,47 c •c‘............G7•••, vq6, e°•••• ‘. s ; - •- _ 1k • k % f $ ••• / $ Nth 0. •. 8 .• css d <C. ...' 7, SOS ... ... ....... \\.\-\ • RECOMMENDATION • Accept the lowest responsive and responsible bid submitted by Harbour Constructors Co . in the amount of $ 152 ,300 • Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City ��NT I N G � Attorney. o ..•\N�pRP.....T•••4, <53 "; 's = ems:,;77 `: s• 0**AT`I c - • , U e S 11 o ri s . . . . , ',...:. ., i II +ill '''- ( III RF'_ = . r�_ ,r iri, \ \ j - , • 1,,-,mi` 1 1 Switzer, Donna From: Galvez, Michelle Sent: Wednesday, December 10, 2025 12:20 PM To: Switzer, Donna Cc: Fuentes, Joe; Okamoto-Cerda, Eduardo Subject: CC-1774 - Clarification Regarding Tide Check Valves Project Number Change Follow Up Flag: Follow up Flag Status: Flagged Good afternoon Donna, We kindly ask you to accept the following clarification regarding the change in the project number for the Tide Check Valves Project: The Tide Check Valves Project was initially posted on Planet Bids under Project Number CC-1774. However, it was noted that the specifications document contained an incorrect project number. In response to this discrepancy, a message was posted on Planet Bids to confirm the correct project number to all vendors. Following this, we have continued to proceed with CC-1774 as the official project number for the Tide Check Valves Project. Tide Check Valves within Huntington Harbour, Project CC-1774 Bid Information - ms Documents Prospective Bidders & Addenda/Emails Bid Results Awan # Title Fite Name Size Status Bid Package/Specifications SPECS CC-1804 HH Tide Chec... 36.2 mb On Server Download 11 Released Questions • Expand All collapse All Set 1 Released via Email 1 0/01/202 5 3:01 PM(PDT)-1 question 1.1 Submitted 09/30/2025 5:45 PM(PDT) On Planet8ids the"project" is CC-1774 but the specs say it is CC-1804... Vendor AGC Plan Room Question On PlanetBids the"project"is CC-1774 but the specs say it is CC-1804.Please let us know whir Answer The correct Project No.is CC-1774. 1 We appreciate your understanding and remain available for any further clarifications. Have a great day, 0, "cr,,:; Michelle Galvez ` Environmental Specialist i Public Works/Engineering • iQ ,Ar" Office:(714)375-8445 m i c h e l l e.a s Ivez @ s u rfc itv-h b.o rq F13000 CITY OF HUNTINGTON BEACH 2000 Main Street,Huntington Beach,CA 92648 2 /g/./s Pit (-3/025p SECTION A /o/i2 J2s NOTICE INVITINGELECTRONICBIDS for the construction of TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC No. 1804 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday, October 23,2025,on the City's PlanetBids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://www.p lanetbids.com/portal/portal.cfm?C ompany ID=1 5340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfin?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list, and to receive addendum notifications when issued. SCHEDULE OF EVENTS Release of Invitation For Bids September 23,2025 Deadline for Written Questions October 7,2025 Responses to Questions Posted on Web October 14,2025 Bids are Due 10:00 a.m. via Planet Bids October 23,2025 Notice To Proceed—Not later than January 12, 2026 Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. A-1 The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street,no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name: TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC#: 1804 Bid Opening Date: October 23,2025 at 10:00 AM The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The project consists primarily of the installation of tide check valves at seven(7) different locations and the removal of an existing flap gate and a duck bill gate valve at various locations as shown in Appendix E. The new valves consist of in-line check valves of varying sizes. The purpose for the installation/maintenance of check valves is to mitigate flooding during king tides. The check valves are to be installed within the storm drain system with little to no impact to the existing storm drain system. Detailed information including maps relating to the locations and quantities can be found in Appendix E. It is anticipated that the check valves will be installed via water side and the Contractor must launch their boat from a location agreed upon by the City. The cost for the boat must be included in the cost for each check valve installation,proportioned accordingly per each bid item. The Engineer's Estimate is $170,000. The contract shall allow the Contractor 0 working days, including procurement of equipment, to complete the contract. Work may be impacted by tidal influence. Contractor is responsible for scheduling all work taking into consideration any and all tidal influences within the allotted contract time and working hours. A-2 All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 4th day of June 2024,by Resolution No. 2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-3 W. Column INTERIM AD DRAFT This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID: KsG1YDiiNCnPgjCIYC6n I Proof Updated: Sep.18,2025 at 02:36pm PDT Notice Name: NIEB CC No.1804 See Proof on Next Page This is not an invoice.Below is an estimated price,and it is subject to change.You will receive an invoice with the final price upon invoice creation by the publisher. FILER FILING FOR Donna Switzer Huntington Beach Wave donna.switzer@surfcity-hb.org (714)374-1649 Columns Wide: 5 Ad Class: Legals Total Column Inches: 59.31 Number of Lines: 122 09/25/2025:City Notices 900.50 10/02/2025:City Notices 900.49 Subtotal $1800.99 Tax $0.00 Processing Fee $0.00 Total $1800.99 NIEB CC No. 1804 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction'of TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC No.1804 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids-for the above stated proiect and will receive such bids prior to 10:00.AM.on Thursdayp,October 23,2025,on the City's PlanetBlds System Vendor Portal, at which time or-thereafter Bids will be opened and made available online. Bids received after this time will-be considered.non-respdnslve.-Prospective bidders must first register as a.vendor and then bid on this protect via the City's PlanetBids 'System Vendor Portal website at: https`.//www.planetblds.corm/portal/ portal.cfm?Companyl D=15340 Copies of file bid documents,including instructions-to bidders,bidder proposal form, and specifications may be downloaded free at: https://www.planetblds.com/portal/ portal.cfm?Company I D=15340. Bidders must fir-st'register as a vendor'on the City of Huntington Beach PlanetBlds system-to view and download the Contract Documents, • to be added to the prospective-bidders l lst,and to receive'addendum-notifications when Issued. SCHEDULE OF EVENTS Release of Invitation For Bids September 23,2025 Deadline for Written Questions October 7,2025 Responses to Questions Posted on Web October-14,2025 Bids are Due.10:00a.m.via Planet Bids October 23,2025 Notice To Proceed.—Not,later.than January 12,2026 Any contract entered info pursuant to this notice will Incorporate the provisions of the State Labor Code.Pursuantto the provisions of the Labor Code ofthe State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined.by the Director of Industrlal-Relations of the State of California,which are available online at www.dir. ca.gov/DLSR and also on,file at the Office of the Director of Public Works,2000 Main Street,Huntington.Beach,CA 92648. The AGENCY-will deduct 5%retention from all progress payments.The Contractor may substitute an escrow-holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263.The Contractor-shall be beneficial owner of the-surety and-sholl receive any interest thereon. The AGENCY hereby affirmatively ensures than minority business enterprises will be-afforded full opportunity-to submit bids in.response to this notice and will-not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration.leading to the award of contract. -NO bid shall be-considered unless it is prepared on the approved'Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid-must.be accompanied by a certified'check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less.than 10%of the amount bid. For electronic submittal of bids,-the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the-bid-opening date and time.The hid-security must be submitted in a sealed envelope bearing tile,name and address of the bidder;and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC #:1804 Bid Opening Date:October 23;;2025 at 10:00 AM The successful bidder shall he licensed in accordance with provisions of the Business and professions Code and shall possess a State Contractors License Class A, at the time of the bid-opening.- - The successful Contractor and his-subcontractors will be required to-possess business licenses from fhe AGENCY.All extension of'unit prices will be sublect to verification by the.-AGENCY. In case of a variation between the-unit price and the extension,the unit price will"govern. Project Description:The-prolect consists primarily of the installation of tide check valves at seven (7) different locations and the removal of an existing flap gate and a duck bill gate valve.at various locations as shown'in Appendix E.The new valves consist of in-line-check valves of varying-sizes.The purpose for the installation//maintenance of check valves is to mitigate flooding during.king tides.The check valves-.are to be installed within the storm drain system with little to no impact to the existing storm NEB CC No. 1804 - Page 2 of 3 drain system. Detailed information including .maps relating to the locations and quantities can be found in Appendix•E. It is anticlpatedthat the check valves will be Installed vla waterside and the Contractor must launch their boat from.a location agreed upon by the City.'The cost for the boat must be Included in the cost for each check valve Installation,proportioned accordingly per each bid Item. The Engineer's Estimate Is S170,000. The contract shall allow the Contractor 60 working days; including procurement of equipment, to:complete the contract. Work may be impacted by tidal .influence. Contractor is responsible for scheduling all work taking into consideration'any and till tidal Influences within the allotted contract time and working hours. All .questions.related to this bid.solicitation must.be submitted through the City's PianetBlds System Vendor Portal per the information provided In the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to relect any or all blds,.to waive any irregularity and to take all bids under advisement for a maximum Period of 60 days. BY' ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA;the 4th day of June 2024,by Resolution No.2024-29. • Attest: /s/Lisa Lane-Barnes CITY CLERK OF THE CITYOFHUNTINGTON BEACH Huntington Beach Wave Published:9/25,10/2/25 • • NIEB CC No. 1804 - Page 3 of 3 = Column OFFICIAL AD PROOF This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID: KsG1YDiiNCnPgjCIYC6n Proof Updated: Sep.18,2025 at 02:41pm PDT Notice Name: NIEB CC No. 1804 I Publisher ID:0011756514 See Proof on Next Page This is not an invoice.Below is an estimated price,and it is subject to change.You will receive an invoice with the final price upon invoice creation by the publisher. FILER FILING FOR Donna Switzer Huntington Beach Wave donna.switzer@surfcity-hb.org (714)374-1649 Columns Wide: 5 Ad Class: Legals Total Column Inches: 59.31 Number of Lines: 122 09/25/2025:City Notices Notice 900.50 10/02/2025:City Notices Notice 900.49 Subtotal $1800.99 Tax $0.00 Processing Fee $0.00 Total $1800.99 NIEB CC No. 1804 - Page 1 of 3 SECTION •A NOTICE INVITING ELECTRONIC BIDS for the construction of TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC No.1804 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated proiect and will receive such bids prior to 10:00 AM on Thursday, October 23,2025,on the City's PlanetBlds System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after tills time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the City's PlanetBlds System Vendor Portal website at: https://www.planetblds.com/portal/ portal.cfm?Company I D=15340 Copies of the bid documents,including•instructions to bidders,bidder proposal form, and specifications may be downloaded free at: https://www.planetblcis.com/portnl/ portal.cfm?Company I D=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBlds system to view and download the Contract Documents, to be added to the prospective bidders Ilst,and to receive addendum notifications when Issued. - SCHEDULE OF EVENTS Release of Invitation For Bids September 23,2025 Deadline for Written Questions October 7,2025 Responses to Questions Posted on Web October 14,2025 Bids are Due 10:00 a.m.via Planet Bids October 23,2025 Notice To Proceed—Not later than January 12,2026 Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code.Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir. ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5% retention from all progress payments.The Contractor may substitute an escrow holder surety of equal value,to the retention In accordance with the provisions of the Public Contract Code,Section 10263.The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry,.sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless It Is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must he accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: • OFFICIAL BID SECURITY-DO'NOT OPEN Project Name:TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC #:1804 Bid Opening Date:October 23,2025 at 10:00 AM The successful bidder shall be licensed In accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit pArices will be subiect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. . Project Description:The proiect consists primarily of the installation of tide check valves at seven.(7) different locations and the removal of an existing flap gate and a duck bill gate valve at various locations as shown in Appendix E. The new valves consist of in-line check valves of varying sizes.The purpose for the installation/maintenance of check valves is to mitigate flooding during king tides.Tile check valves are to be installed within the storm drain system with little to no impact to the existing storm NIEB CC No. 1804 - Page 2.of 3 drain system. Detailed information including maps relating to the locations and quantities can be found in Appendix E. It is anticipated that the check valves will be Instal led via water side and the Contractor must launch their boat from a location agreed upon by the City.The cost for the boat must be Included In the cost for each check valve installation,proportioned accordingly per each bid Item. The Engineer's Estimate is$170,000. The contract shall allow the Contractor 60 working clays, Including procurement of equipment, to complete the contract. Work may be impacted by tidal Influence. Contractor Is responsible for scheduling all work taking Into consideration any and all tidal influences within the allotted contract time and working hours. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the Information provided in the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBlds system. The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF. HUNTINGTON BEACH, CALIFORNIA,the 4th clay of June 2024,by Resolution No.2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:9/25,10/2/25 NIEB CC No. 1804 - Page 3 of 3 INCLUDES THE FOUNTAIN VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 legals@inlandnewspapers.com City of Huntington Beach -City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011756514 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 09/25/2025 and 10/02/2025 Total Amount: $1800.99 Payment Amount: $0.00 Amount Due: $1800.99 Notice ID: KsG1YDiiNCnPgjCIYC6n Invoice Text: SECTIONANOTICEINVITINGELECTRONICBIDSforthe construction of TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC No. 1804 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday,October 23,2025,on the City's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm? CompanylD=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form,and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. SCHEDULE OF EVENTS Release of Invitation For Bids September 23, 2025 Deadline for Written Questions October 7, 2025 Responses to Questions Posted on Web October 14, 2025 Bids are Due 10:00 a.m.via Planet Bids October 23, 2025 Notice To Proceed—Not later than January 12,2026 Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft, NIEB CC No. 1804 - Page 1 of 3 N14L_ See Proof on Next Page IFWMNCLUDES MM THE al VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 (714)796-2209 2000 Main Street Huntington Beach, California 92648 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County 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 above-entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange County, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Irvine, County of Orange County, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 0912512025,1010212025 I certify (or declare) under the penalty of perjury under the laws of the State of California that the foregoing is true and correct: Executed at Anaheim,Orange County, California,on Date:Oct 2,2025. c S'• ture NIEB CC No. 1804 - Page 1 of 3 • SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC No.1804 in the CITY OF HUNTINGTON BEACH PUBLIC.NOTICE IS HEREBY GIVEN thatthe CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic.bids for the above stated protect and will receive such •bids prior to 10:00 AM on Thursday, October 23,2025,on the City's PlanetBids System Vendor Portal, at which time or thereafter bids will be opened and made available • online. Bids received after this time will be considered non-responsive. Prospective • bidders must first register as a vendor and then bid on this prolect via the City's PlanetBids System Vendor Portal website at: https://www.planetblds.com/portal/ portal.cfm?CompanyI D=15340 Copies of the bid documents,including instructions to bidders,bidder proposal form, and specifications may be downloaded free at: Ilttps://wwW.planetbids.Conl/portal/ portal.cfm?CompanyI D=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list,and to receive addendum notifications when issued. SCHEDULE OF EVENTS Release of invitation For Bids September 23,2025 Deadline for Written Questions October 7,2025 Responses to Questions Posted on Web October 14,2025 Bids are Due 10:00 a.m.via Planet Blds October 23,2025 • Notice To Proceed—Not later than January 12,2026 Any contract entered into pursuant to this notice will.incorporate the provisions of the State Labor Code.Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir. ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5%retention from all progress payments.The Contractor may substitute an escrow holder surety of equal value to the retention In accordance with the provisions of the Public Contract Code,Section 10263.The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion In any consideration leading to the award.of contract. No bid shall be considered unless it is Prepared on the approved Proposal forms in conformance with-the-Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made.payable'to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read cis follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:TIDE CHECK VALVES WITHIN THE HUNTINGTON BEACH HARBOUR CC #:1804 Bid Opening Dote:October 23,2025 at 10:00 AM The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A, at the time of the bid opening. • The successful Contractor and ills subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will he subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description:The protect consists primarily of the installation of tide check valves - at seven (7) different locations and the removal of an existing flap gate and a duck bill gate valve at various locations as shown in Appendix E. The new valves consist of in-line check valves of varying sizes.The purpose for the installation/maintenance of check valves is to mitigate flooding during king tides.The check valves are to be installed within the storm.drain system with little to no impact to the existing storm • • • • NIEB CC No. 1804 - Page 2_of 3 drain system. Detailed information including maps relating to the locations and quantities can be found in Appendix E. It is anticipated that the check valves will be instal led via water side and the Contractor must launch their boat from a location agreed upon by the City.The cost for the boat must be included In the cost for each check valve installation,proportioned accordingly per each bid item. The Engineer's Estimate is$170,000. The contract shall allow the Contractor 60 working days, including procurement of equipment, to complete the contract. Work may be impacted by tidal influence. Contractor Is responsible for scheduling all work taking into consideration any and all tidal influences within the allotted contract time and working hours. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBlds system. The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALI FO RN I A,the 4th day of June 2024,by Resolution No.2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH' Huntington Beach Wave Published:9/25,10/2/25 NIEBCCNo. 1804 - Page3of3