Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Karbonous, Inc. - 2025-11-18
RECEIVED BY: CITY CLERK RECEIPT COPY �J 1 � n J�C�� N Return DUPLICATE to l�` City Clerk's Office (Name) after signing/dating (Date) ', , Q CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: I/2tf2i.p SUBJECT: Bond Acceptance I have received the bonds for f [tr 1)t) I )t 11 1 h.Ci • (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. P13 1 15)N Q f TTh3 71/ Payment Bond (Labor and Materials) Bond No. P I) I obi D I T_SA 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 ! fig 125 (Council Approval Daatte)� CC No. I b� Agenda Item No. ig( •- D4.�'0) MSC No. City Clerk Vault No. (IOA SU Other No. SIRE System ID No. g:/forms/bond transmittal to treasurer UNw--To - 2000 Main Street, • Ok. 1t*4:4 6, Huntington Beach,CA �� v� 92648 ,s- = --- City of Huntington Beach APPROVED 7-0 FiiUNTY GP:\✓/ File #: 25-860 MEETING DATE: 11/18/2025 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: Lili Hernandez, PE, Principal Civil Engineer Subject: Accept the lowest responsive, responsible bid and authorize execution of a construction contract with Karbonous, Inc. in the amount of$527,375.34 for the Well 9 Hydrogen Sulfide (H2 S) Filter Media Replacement Project, CC-1837; and approve the reallocation of funds Statement of Issue: On August 21, 2025, bids were publicly opened for the Well 9 Hydrogen Sulfide (H2S) Filter Media Replacement Project (CC-1837). City Council action is requested to award the construction contract to Karbonous, Inc., the lowest responsive and responsible bidder. Financial Impact: The total construction cost for the project, including a 10% contingency, construction management, and inspection, is $625,000. Funds in the amount of$400,000 are available in the Fiscal Year-2025- 26 Water Fund, Account 50691051.82100. Staff requests the reallocation of$225,000 from the Water Master Plan Fund -Well 4, 7, and 13 On- Site Chlorine Generation and Fluoride Injection for Saturation Project (OSG) Project, CC-1734, Account 50791055.82100 with a total budget of$7,100,000. The total construction cost for the OSG Project is $6,300,000 leaving a remaining balance of$800,000, which is adequate to cover the budget shortfall for this project. Recommended Action: A) Accept the lowest responsive, responsible bid submitted by Karbonous, Inc. in the amount of $527,375.34. B)Approve the reallocation of funds from the Water Master Plan Fund, Account 50791055.82100, in the amount of$225,000 from Project CC-1734 - Wells 4, 7, and 13 On-Site Chlorine Generation and Fluoride Injection for Saturation Project, to the Water Fund, Account 50691051.82100. C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City of Huntington Beach Page 1 of 3 Printed on 11/12/2025 powered by LegistarTM 306 File #: 25-860 MEETING DATE: 11/18/2025 City Attorney. Alternative Action(s): Reject all bids and provide staff with alternative direction. Analysis: In 2011, Well 9 was found to produce groundwater with elevated hydrogen sulfide (H2S) levels exceeding State drinking water standards. Hydrogen sulfide causes a strong "rotten egg" odor, making the water aesthetically unacceptable for domestic use. To address this issue, the City constructed a treatment facility consisting of six tanks and a Granular Activated Carbon (GAC) filtration system, which removes H S to eliminate odors and ensure continued compliance with State drinking water standards. 2 The GAC system has effectively treated groundwater from Well 9 since its installation in 2018; however, the filter media has exceeded its expected service life. The existing media has been in place for approximately seven to eight years - beyond its typical five-year lifespan - and currently requires daily backwashing, which has increased staff time as well as operations and maintenance (O&M) costs. Replacing the spent media will restore full treatment efficiency, extend the interval between backwashing, and reduce operational impacts on production staff. Maintaining well performance is • also necessary to meet the City's Basin Production Percentage (BPP) as established by the Orange County Water District (OCWD), and to maximize the use of local groundwater, which is significantly more cost-effective than imported water. The City currently pays a replenishment assessment fee of $711 per acre-foot to OCWD - about half the cost of imported water, which averages approximately $1,395 per acre-foot through MWDOC. This project will ensure continued delivery of reliable, odor- free, high-quality drinking water to the community. The City advertised bids electronically on PlanetBids from July 8 through August 21, 2025. Two (2) bids were received, with Karbonous, Inc. submitting the lowest responsive, responsible bid. This company successfully completed similar media replacement projects for other public agencies and received favorable performance evaluations. Contractor Bid Amount Karbonous, Inc. $527,375.34 Carbon Activated Corp. $621,517.00 Staff recommends awarding a contract to Karbonous, Inc. in the amount of$527,375.34. The total project cost, including a 10% construction for contingency, construction management, and inspection, is $625,000. 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 th Strategic Plan Goal: City of Huntington Beach Page 2 of 3 Printed on 11/12/2025 powered by Legistar' 307 File #: 25-860 MEETING DATE: 11/18/2025 Goal 6 - Infrastructure Investment, Strategy C - Conduct an assessment of all City facilities to determine priorities for upgrades and repairs, implementation and financial priority. Attachment(s): 1. RCA Contract Agreement Summary 2. City Funded Construction Contract 3. PowerPoint Presentation • City of Huntington Beach Page 3 of 3 Printed on 11/12/2025 powered by LegistarTM 308 CITY OF HUNTINGTON BEACH 01<c`. 01NG.•. RCA Contract _ ; Agreement Summary wF „c�; °OUNTV t,/ GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT November 18, 2025 Public Works, Utility Division INSURANCE STATUS STAFF CONTACT(S) Submitted Lili Hernandez P.E. CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT $527,375.34 Construction Contract VENDOR NAME+TYPE OF SERVICE Karbonous, Inc • TYPE OF AGREEMENT(Professional Services,Service Agreement) Construction Contract, Service Agreement PROCUREMENT Design-Bid-Build award to lowest responsive and responsible bidder. SCOPE OF WORK The City constructed a treatment facility in 2018 at Well 9 that includes six tanks and a Granular Activated Carbon (GAC) system to remove H2S and ensure compliance with water quality regulations. The'GAC system media has exceeded its expected service life as the existing media has been in place fnr onnrnvimofoly ecvcn fn ninh+ wc.nre hounnrl ite +vninol fivc_vcor Iifn ovnor•+onnw. onrl r•i,rrnnfly rcnilir OTHER:Bonds,Special Contract Terms,Emergency N/A FE3 CITY OF HUNTINGTON BEACH 309 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND KARBONOUS,INC. FOR WELL 9 H2S MEDIA REPLACEMENT PROJECT, CC-1837 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 KARBONOUS,INC. , a CALIFORNIA 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 WELL 9 H2S MEDIA REPLACEMENT PROJECT, CC-1837 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 loss 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 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 Contract.docx—revised 04/2016 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 Five Hundred Twenty Seven Thousand Three Hundred Seventy Five and 34/100 Dollars ($ 527,375.34 ), 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 FIFTEEN ( 15 ) 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 Contract.docx—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 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 after 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. 11. 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 AND 00/100 DOLLARS ($ 1,000.00 ) 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 shaII 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 shall 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 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 QUANTITIES 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 PAYMENTS 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 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 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. 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. 17 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 of insurance 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 be 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. 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 of the 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 Contract.docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 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 KARBONOUS, INC. ATTN:Lili Hernandez , Public Works ATTN: MATTHEW LOW 2000 Main Street 13095 E. TEMPLE AVE Huntington Beach, CA 92648 CITY OF INDUSTRY, CA 91746 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 I6-5195/City Funded Construction Contract.docx—revised 04/2016 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. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on OcArt,‘x.4 4 ,20 Z s . * App niv by at lck,w-; 4)v A/6*ir1/x,e /s r.7dzs CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal By: ' corporation the State C 'fornia Ky Tran I r (print name) Pk/ L et/Ai rN�� ITS:Chairman reside Vice-President City Clerk /pe)'�l (circle one) INITIATED AND PROVED: AND By: Director of Public Works Dan Indrasena (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer (circle one) City Manager APPROVED AS TO FORM: ,C City Attorney COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on 1DiGYY1i( (6 , 2025 . CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation of the State of California By: Ky Tran Mayor (print name) ITS: Chairman/President/Vice-President City Clerk (circle one) INITIATED AND APPROVED: AND By: Director of Public Works Dan Indrasena (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer _?:-------4 / __.• (circle one) City Man ger APPROVED AS TO FORM: (,.vCity Attorney COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 SECTION C PROPOSAL for the construction of WELL 9 H2S MEDIA REPLACEMENT PROJECT CC No.1837 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 the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,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 15 working days,starting from the date of the Notice to Proceed.The contractor is allowed, by contacting City of Huntington Beach Utilities, to, have the well completely shut down for the duration of the working days allotted. 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 forfeiture 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 are 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 10 working days after the date 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. c-i Accompanying this proposal of bid,find Bidders Bond for 10% in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for 10%",as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: Addenda Al Date Received Bidder's Signature 1 . 08/11/2025 • . O`� C-2 /, cr SECTION C isq A PROJECT BID SCHEDULE couN Art,,; CC NO. 1837 WELL 9 H2S FILTER MEDIA.REPLACEMEMT PROJECT ITEM APPROX. UNIT AMOUNT NO. DESCRIPTION UNIT QUANTITY PRICE (FIGURES) (FIGURES) 1 MOBILIZATION(LIMITED TO 6%OF LS 1 $24,505.28 TOTAL BID) REMOVAL,HAULING,AND OFFSITE DISPOSAL OF THE EXISTING FILTER 2 MEDIA MATERIALS(GRAVEL,GARNET, LS 1 $69,121.43 GAC,AND PLASTIC FILTER)OF THE EXISTING VESSELS 3 COATING INSPECTION IN ACCORDANCE LS 1 $3,596.00 WITH NACE/AMPP STANDARDS PURCHASE AND PROCUREMENT OF 4 NEW FILTER MEDIA AND FILTER. . LS 1 $368,515.09 COMPONENTS 5 MATERIALS TESTING AND SAMPLING.OF LS 1 $1.,993.30 NEW MEDIA AND FILTER COMPONENTS 6 CLEANING AND DISINFECTION OF NEW LS 1 $6,359.04 MEDIA AND FILTER COMPONENTS INSTALLATION OF NEW FILTER MEDIA 7 AND FILTER COMPONENTS LS 1 $25,952.40 START—UP AND INITIAL OPERATION OF 8 NEW AND COMPLETE FILTER MEDIA . LS 1 . $2,332.80 SYSTEM REPAIRS DEEMED AS NECESSARY ACCORDING TO RESULTS OF THE NACE- CERTIFIED INSPECTION,INCLUDING . 9 COATING REPAIRS,INTERNAL FFA 1 $25,000 $25,000 STRUCTURAL REPAIRS,AND REPAIRS TO THE UNDERDRAIN AND BACKWASH EQUIPMENT C-3 ':TOTALBiD_rAMOUNT,fOR�CCr.N0::.183Z .':;�'` WRITTEN IN. WRITTEN IN WORDS: FIGURES: Five hundred and twenty-seven thousand,three hundred and seventy-five dollars and thirty-four cents. $527,375.34 C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who.will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar %of Item(s) Subcontractor License Registration# Amount Contract Number N/A By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2.. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-5 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 foregoing is true and correct and that this declaration is executed on Wz0/4;at City of Industry . , cA Date City Slate Matthew Low , being first duly sworn, deposes and says that he or she is Account Executive of . Karbonous, Inc. 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 bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by.agreement, communication,or conference with anyone to fix the bid price,_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. Matthew Low Name of Bidder Signature of Bidder 13095.E Temple Ave. City of Industry,CA 91746 Address of Bidder • C-6 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 WELL 9 H2S FILTER MEDIA REPLACEMEMT PROJECT, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, 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 of experience or.instruction, is familiar with the operation to be performed 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-OSHA 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. Karbonous, Inc. Contractor By Account Executive Title Date: W z0/ $ C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire, QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been 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 regulation? ❑Yes M No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. • C-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom apublic works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code 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. Karbonous, Inc. Contractor By Account Executive Title Date: VI°lz s` C-9 BIDDER'S.INFORMATION BIDDER certifies that the following information is true and correct: Karbonous, Inc. Bidder Name 13095 E Temple Ave. Business Address City of Industry CA 91746 City, State Zip ( 626 ) 858-1888 matthew@karbonous.com Telephone Number Email Address 912647 Class A • State Contractor's License No. and Class 03/19/2008 Original Date Issued 03/31/2026 Expiration Date The work site and video CCTV footage of existing sewer lines were inspected by our office in 2022/2023. The following are persons,firms,and corporations having a principal interest in this proposal: Karbonous, Inc. Ky Tran-President 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. Karbonous, Inc. - Company Name _ 1�4r� Gam) Signature of Bidder Matthew Low Printed or Typed Signature C-Jo • • NOTARY CERTIFICATE Subscribed and sworn to before me.this7U d y of ,2022 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 li,WO nuu ). . County ofd? On t U , Y06)5 before m pr.LcGaIIa1-tAr(wthi e; J t vv b ` 1V p) y �0 th;Day, and Year Insert Name and itle of Notaly personally appeared'JV(ót,Uhti1/ l/�a...ed :V V - — Name(s)ofSigner(s) • . who proved to on the basis of satisfactory evidence to be the erson whose name . 64 are• subscribed to the within instrument and acknowled l ed to me th t e 31 executed the same . 'r authorized capacity),and that b - -it signaturefeg)on the instrument the person),or the entity upon behalf of which the•person(f.acted,execute(li 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. r, ` "•� PCOMMRISCILLA. #24916 NERNADE2T0 o " Notary Public-California o z 7/ Los Angeles Counttyy v ti�MxComm.Expires Maii.V.028 Signatur' • Signature of Notary Public (PLACE NOTARY SEAL ABOVE) • • • c.ii Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work showing at least five (5) years of experience specifically referencing the removal and replacement of notable water filtration media in pressure vessels of comparable size and media laverin2. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Golden State Water 630 E.Foothill Blvd.,San Dimas,CA 91773 Name and Address of Public Agency Name and Telephone No. of Project Manager: Thomas Whalen (916)853-3620 $154,700.00 Filter media replacement 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Removal,disposal,and replacement of mixed media in filters 2. Las Virgines Municipal Water District 4232 Las Virgenes Road,Calabasas,CA 91302 Name and Address of Public Agency Name and Telephone No. of Project Manager: Burton Brit (818)251-2328 $149,000.00 Fitler media replacement 2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: • Removal,disposal,and replacement of mixed media in filters 3. Tuolumne Utilities District 18885 Nugget Blvd. Sonora,CA 95370 Name and Address of Public Agency Name and Telephone No. of Proj ectManager: Trevor Cowden (209)532-5536 $85,192.00 Filter media replacement 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Removal,disposal,and replacement of mixed media in filters • C-12 Bidder's Critical Staff Listed below are the names of 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 years. 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. 1. Matthew Low Name of proposed Project Manager Telephone No.of proposed Project Manager: 626-858-1888 x1002 Golden State Water-Coloma WTP $154,700.00 Filter media replacement 2024 Project Name&Contract Amount Type of Work ' Date Completed Las Virgines MWD WTP $149,000.00 Filter media replacement 2022 Project Name&Contract Amount Type of Work Date Completed Tuolumne Surface WTP $85,192.00 Filter media replacement 2024 Project Name&Contract Amount Type of Work Date Completed 2. Victor Butarbutar Name of proposed Superintendent Telephone No.of proposed Superintendent: 310-499-6666 Golden State Water-Coloma WTP $154,700.00 Filter media replacement 2024 Project Name&Contract Amount Type of Work Date Completed Las Virgines MWD WTP $149,000.00 . Filter media replacement 2022 Project Name&Contract Amount Type of Work Date Completed Tuolumne Surface WTP $85,192.00 Filter media replacement 2024 Project Name&Contract Amount Type of Work Date Completed C-13 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.gov/DLSE/PublicWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call (844)522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.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 bid 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. Karbonous, Inc. Contractor cc By matthew@karbonous.com Email Account Executive' Title Date: V2-07 PWC Registration#: 1000017744 C-14 ADDENDUM NO. 1 for the construction of Well 9 H2S Media Replacement Project CC No. 1837 in the CITY OF HUNTINGTON BEACH • •JJ15) et" 440 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 Aueust.11, 2025 Notice To All Bidders: Please note the following clarifications to the Bid Package and Project Specifications: 1. THE FOLLOWING SECTIONS ARE MODIFIED TO REFLECT A NEW BID DATE/TIME OF AUGUST 21,2025 AT 10:00 AM a. COVER/TITLE SHEET OF THE GENERAL PROVISIONS b. NOTICE INVITING BIDS c. INSTRUCTIONS TO BIDDERS 2. THE FOLLOWING SECTION IS MODIFIED TO REFLECT A NEW DATE FOR DEADLINE FOR WRITTEN QUESTIONS TO AUGUST 14 AND RESPONSE TO QUESTIONS TO AUGUST 18,2025 a. .NOTICE INVITING BIDS This acknowledges receipt and review of Addendum No. 1,dated August 11.2025. Karbonous, Inc. Company Name By Matthew Low 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. tKarb.onous .1.,C. Corporate Resolutions RESOLUTION GRANTING SIGNING AND AUTHORITY TO CONDUCT.BUSINESS WHEREAS the Corporation desires to grant signing and authority to certain person(s) described hereunder. RESOLVED,that the Board of Directors is hereby authorized and approved to grant signing and authority to conduct business to any one of the following person(s): Matthew Low. The foregoing signing and authority granted shall include, but shall not be limited to,the execution of bids,work authorizations, purchase orders, assignments,contracts,obligations,certificates, and other:instruments of whatever nature entered into by this Corporation. The undersigned hereby certifies that:he/she is the'duly elected and qualified President and the • custodian of the books and_records'andseal of Karbonous,.Inc., a corporation duly formed pursuant-to the laws of the state of California and that the foregoing is a true record of a resolution duly adopted at a meeting of the management and that said meeting was held in accordance with state law and the bylaws of the above-named Corporation on December 10, 2020,and that said resolution is now in full force and effect without modification or rescission. IN WITNESS WHEREOF, I have executed my name as President and have hereunto affixed the corporate seal of the above-named Corporation this December 10,of 2020. P esident-Ky Tran f ' 1 13095 E.Temple Ave. • City of Industry, CA 91746 • Phone:626.858.1888 • Pax:626,628.3716 1 CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS Karbonous, Inc. FROM: PR07ECT: (Contractor Name) WELL 9 H2S FILTER MEDIA REPLACEMENT PROJECT 13095 E Temple Ave(Street Adder) City of Industry, CA 91746 (City,State and Zip) TO: CITY OF HUNTINGTON BEACH DECLARATION Attached hereto Is a to.*and coned'cony of the avrnnt Certificate of In .ura ce and Additidnai bared Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by end between the City of HuntingCon Beach("City')and the above-named Contractor("Contractor")for the a ie-described project("Project")_ I*dare under penafty of orju<y uncle'the laws of the State of Caatfornia that the abcve statement is true and correct. 12/19/2025 Signed on .20_,at City of Industry,CA (Date) (City,State) (Signature of Individual Wf')Is Making Dedarabon) WARRANTY Contactor hereby warrants arx agrees to maintain Products and Convicted Operations Insurance in corroiance,pith the insurance regtrrerrients of the Contract for the Project. Said insurance shall tie maintained through and until the expireton of at Warranties prnvtdet by Contractor. Said insuaance shall contain Additonef triscxed Endorsement CG 2010 1185,naming City as an additional insured. Contactor shall supply to City, on at least an annual bass, a Certificate of Insurance anc the aforementioned Endorsement evidencing cmntintued coverage which meets the Contract requrernents. Signed on 12/19/2025 20 City of Industry,CA at CONTRACTOR: Nose: Karbonous,Inc. Name: Matthew Low r,ue: Account Executive xr»+: This form to be turned in with Payment Bond PAYMENT BOND Bond No.:PB11510401738 (LABOR.AND MATERIALS) Premium included with performance bond KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred tows"City")has awarded to Karbonous,Inc. 13095 E.Temple Ave.,Industry,CA 91746 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: Well 9 H2S Media Replacement Project,CC-1837 (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 strengthratings 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 Principal,and Philadelphia Indemnity Insurance Company 283 S.Lake Ave.,Suite 160,Pasadena,CA 91101. (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Five Hundred Twenty Seven Thousand Three Hundred Seventy Five and 34/100s dollars($527,375.34 ),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 fall 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 ebligatlon 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. PAYMENT BOND Page 1 of 2 15-4584/117357 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: December 12,2025 ATTEST Karbonous,Inc. (Corporate Seal) �O N O uS (Principal Name) rP 0 B � {sue v Name: ►.Ping ..., Title: E.ve ,t-Is•- ATTEST Philadelphia Indemnity Insurance Company USA (Corporate Seal) (Surety N By: Na _ (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (626)639-1328 (Area Code&Telephone Number for Surety) APPROVED AST M: By: hael E.Gates, ity ttorney 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. PAYMENT BOND Page 2of2 15-4584/117357 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 DEC 1 2 2025 before me, Adelaide C. Hunter, Notary Public Date Here Insert Name and Title of the Officer personally appeared Ryan Butterfas Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ADELAIDE C.HUNTER WITNESS my hand and official seal. : Notary Public•California Orange County Commission A 2508152 Signature i -H1/ �My Comm.Expires Jan 23,2029 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: _ - Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Cl Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ZV.'�.4�. '�-�"L,ii`(_riC:i+`C,C��-Ts%G�%GsZZ�i+iC�'y` fie..�t;�i�Q.%Cv-�i'��:ZX-!llK-fV`L.14`<-<i`Lea`(L`L'C:t''C.`t'�+Ci,.�C:��,(S`�-.AV`L'fCr`C_{y`({`CG�.`L3C•t+C.'.-+U-:�n4 ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 • • • . . PHILADELPHIA INDEMNITY INSURANCE COMPANY ' - One Bala Plaza;Suite 100 - HalaCynwyd.PA"19004-0950 Power of Attorney . • ' •" • KNOW ALL PERSONS AY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and • existing under the laws of the Commonwealth of Pemisylvania,does hereby constitute and appoint Linda D.Coats,Matthew J.Coats,Summer Reyes and Ryan Butterfas of Coats Surety Insurance Services,Inc_its true and lawful Attorney-in-fact with fill nuthority to execute on its behalf bonds.undertakings,recognirtmces and"other contracts of indemnity and,writings obligatory in the nature thereof issued in the course of its business and to bind the Company thereby.in an amount not to exceed,SS0,000,000, This Power of Attorney is granted and is signed and"sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on die 14,h of November 2016:" . . RESOLVED:" That the Board of-Directors hereby-authorizes the President or any Vice President of the Company:(l)Appoint Attorney(s)in Fact and authorize the Attorney(s)in Fact to execute - . " on behalf of'the Company bonds and undertakings, contracts of indemnity and other , writings obligatory in the nature thereof and to attach the seal of the Company thereto;and. • (2)to remove,at any time,any such Attorney-in-Fac t and revoke the authority given. And, be it FURTHER :: - . RESOLVED - That the signatures of such officers and the seal of the-Company may he affixed to any such Power of Attorney Or certificate relating thereto by facsimile,and any such Power of ' • • . "Attorney so executed and certified by facsimile signatures and.facsimile seal shall be valid • • • -and binding upon the Company in'the future with respect to any bond or undertaking to which his attached.:" IN TESTIMONY WHEREOF. PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED"THIS INSTRUMENT TO BE SIGNED AND ITS .CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 5TH DAY OF OCTOBER 2024• rturr . tit) . VS•i ".i,9. . . „..!,„„ .27 'n. • • ?ru,;,,, nt' . • . . . • ,. .. .' 7 . . . . . . . . , . , .. • . . . '-4,a...#.:•F:;0,?� •. • : 404l . . (Seal) . . . • • " Joh Olornb, Pcesident&CEO . . . • . ' ." ' Philadelphia Indemnity Insurance Company On this 5°i day of October,2024 before me came the individual who executed the preceding instrument,to me personally"known.and being by inc duly sworn said that he is the therein described had authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that.the,said Corporate Seal and his signature were duly affixed: , . : Notary Public: •" .. ,taonw nmsallnofPenntytvante:HotlrirSeal • • �Ctyzo� c Y>'� �- ,..st • - "Vaneose Mckenzle,NatatyPdbl c • . . `DetawenCcunty - • • My'commle�oneriplreaHtiveenber3,2028 • • r -,•Y •"Comml»fonnumbor1360394 1 . aternbfrPtnnyvu0114.!acliponottto1A.i.0e' 'residingat:. - Linwood,PA •• My commission expires: November 3,2028 I,Edward Sayago,Corporate Secretary.of-PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of ' Directors and the Power of Attorney issued pursuant thereto.on tuts 56 day October 2024 are true and correct and arc still in full force and effect.I do further certify that John Glomb,who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. • • In Testimony Whereof Lhave subscribed my name and affixed the facsimile seal of each:Company This 12th day of December ,20 25, • }w; , � 7 ,.t • Edward Sayago,Corporate Secretary.•. VA-,`•m.sns�rr c cif,; ' , " '. PHILADELPHIA INDEMNITY INSURANCE COMIPANY • Bond No.:PB11510401738 PERFORMANCE BOND Premium:$10,548.00 KNOW ALL PERSONS BY THESE PRESENTS: W-IEREAS,City of Huntington Beach(hereafter referred to as"City")has,by written agreement dated �JDV• '206. into a contract with Karbonous,Inc. 13095 E.Temple Ave..Industry.CA 91746 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: Well 9 H2S Media Replacement Project.CC-1837 • (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 Philadelphia Indemnity Insurance Company 283 S.Lake Ave.,Suite 160,Pasadena,CA 91101 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Five Hundred Twenty Seven Thousand Three Hundred Seventy Five and 34/100s Dollars($527.375,34 ),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.- s 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 may be 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")fromany 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 15-4584/117174 Bond No. PB11510401738 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. 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: December 12,2025 ATTEST Karbonous,Inc. _ (Corporate Seal) Q.0�N O Us — (Principal Name) • 4- n By: --e--: — r -- Name: t'\A4' ,,.4„ W`—' * Title: At'"-"-"" E+4ec✓}cwE. t. ATTEST Philadelphia Indemnity Insurance Company ,VSA (Corporate Seal) (Surety Name) By: Na (Signature of Attorney-in-Fact for Surety) (Attach Attorney-In-Fact Certificate) (626)639-1328 (Area Code&Telephone Number for Surety) APPROVED AS TO F By: — ichael E,Gates,City Attorney 1.rVt 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. PERFORMANCE BOND Page 2 of 2 15-4584/117174 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 DEC 12 2025 before me, Adelaide C. Hunter, Notary Public Date Here Insert Name and Title of the Officer personally appeared Ryan Butterfas Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ADELAIDE C.HUNTER Notary Public•Cati(orNa Orange County jCommission 4 2508152 Signature /��• �" My Comm,Expires Jan 23,2029 ass Signature of NotaryPublic • 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: LI Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑Partner — ❑Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee LI Guardian or Conservator ❑Trustee IT Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 PHILADELPHIA INDEMNITY INSURANCE COMPANY.. One Bala Plaza,Suite 100 Bala Cyntvyd.'PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY,THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(due Company),a corporation organized and existing under the laws of the Commonwealth of Pcmasylvataia,does hereby constitute and appoint Linda D.Coats,Matthew J.Coats,Summer Reyes and Ryan. Butterfas of Coats Surety Insurance Services,inc.its true and lawful Attorney-in-fact with hull authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings'obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby.in an amount not to exceed S50 000,000. This'Power of Attorney is granted and is signed and sealed by facsimile tinder and:by the authority of the following Resolution adopted by the Board of Directors of i PHILADELPHIA INDEMNITY INSURANCE COMPANY on the l4°'of November 2016. - . 'RESOLVED:VED: ' . That the Board of Directors hereby authorizes the President or any Vice President of the Company:(1)Appoint Attorney(s)in Fact and authorize the Attorney(s)in Fact to execute on behalf of the Company bonds:and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto;and (2)to remove,at any time,any sucti Attorney-in-Fact and revoke the authority given. And, FURTHER • RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attomey so executed and certified by facsimile signatures and facimile seal shall he valid and binding upon the Company in the future With respect to any bond or undertaking to • which it is attached. iN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THiS 5TH DAY OF'OCTOBER 2024, • _`; 1927`: -' (Seal) Joh Olornb,President&CEO Philadelphia Indemnity Insurance Company On this 5th day of October,2024 before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY:that the seal affixed to said instrument is the Corporate seal ofsaid Company;that the said Corporate Seal and his signature were duly affixed. . Notary Public: : Co MlonwiilthutiPIftfil wanto=Namyseat " ' • . ct-*'cv� Y►'t�- ,� :,�� Venease Mckenzie.,Nola r9Ptibgt Dante;aunty: • Myeni imladanuetplreeHorembsr3,202@. • Coanmisdgn numbor138839f tka►near;atrnnlyiuu:afitteels sielxetartft, residing at: Limeood;PA My commission expires: _: Novcanber3,2028 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that,the foregoing resolution or the Board of Directors and the Power of Attorney issued pursuant thereto on the 5th day October 2024 are true and correct and are still in full force and effect;I do further certify that John(Bomb,who executed the Powcrof Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof!have subscribed my name and affixed the facsimile seal of each Company this 12th day of December 20 25. 1927 :"l+. Edward Sayago.Corporate Secretary s ra •. Uri, } n?r`' PHILADELPHIA INDEMNITY INSURANCE COMPANY , ie I 14--1 DATE IMM/DDIYYYY) AC REP CERTIFICATE OF LIABILITY INSURANCE 1/6/2026 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 NAME: The Baldwin Group West, LLC PHONE FAX 15901 Red Hill Ave, Ste 100 (A/C.No.Ext):(714)505-7000 1 IAIC,Not:(714)573-1770 Tustin CA 92780 ADDRESS: infoQwgbib.com INSURER(S)AFFORDING COVERAGE NAIL#_ License#:0F69771 INSURER A:Westchester Fire Insurance Corn 10030 __ INSURED KARBINC-01 INSURER B:National Specialty Insurance C _ 22608Karbo _ 13095 Temple Inc. INSURER C:Oak River Insurance Company 34630 13095 Ave — -- City of Industry CA 91746-1418 INSURER 0: INSURER S: INSURER F: COVERAGES CERTIFICATE NUMBER:1021784131 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 AWL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD MID (MM/DD/YYYY) (MIA/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY Y Y G7179748A006 4/1/2025 4/1/2026 EACH OCCURRENCE 51,000,000 I I DAMAGE TO RENTED CLAIMS-MADE [X.J OCCUR PREMISES(Ea occurrence) $100,000 _ MED EXP(Any one person) $10,000 -- PERSONAL&ADV INJURY S1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 l POLICY PRO X I JECT I i LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y Y GMI-0088-05 4/1/2025 4/1/2026 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) S 1,000,000 OWNED X SCHEDULED i BODILY INJURY(Per accident) S 1,000,000 AUTOS ONLY AUTOS Xy HIRED X NON-OWNED PROPERTY DAMAGE $1,000,000 AUTOS ONLY _ AUTOS ONLY I(Per accident) _ COMP/COLL DEO S$2,000/$2,000 ~ A UMBRELLA LIAB X OCCUR G71797491 006 4/1/2025 4/1/2026 EACH OCCURRENCE 55,000,000 _ X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ S C WORKERS COMPENSATION Y KAWC625630 4/1/2025 4/1/2026 X AND EMPLOYERS'LIABILITY STATUTE OTH- ER Y/N ANYPROPRIETOR/PARTNERJEXECUTIVE N/A E.L.EACH ACCIDENT $1,000,000 OFFICER MEMBEREXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS belay E.L.DISEASE-POLICY LIMIT $1,000,000 A Pollution Liability G7179748A 006 4/1/2025 4/112026 Each Poll Condition 1,000,000 Professional Liability Each Claim 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Additional Insured with respect to General&Auto Liability if required by written contract and subject to terms,conditions and exclusions of the policy.Waiver of Subrogation in favor of the additional insured applicable to General&Auto Liability and Workers Compensation,if required by written contract,and subject to terms,conditions,and exclusions of the policy.Coverage is provided on a Primary&Non-Contributory basis on the General&Auto Liability if required by written contract and subject to terms,conditions and exclusions of the policy.Excess Liability policy follows form over General,Auto,Pollution&Professional Liability and Workers Compensation,subject to terms,conditions,and exclusions. The City,its,officers,elected or appointed officials,employees,agents and volunteers are additional insured with respect to General&Auto Liabiliry if required by written contract and subject to terms,conditions and exclusions of the policy. ii...i APPROVED AS TO I'ORM CERTIFICATE HOLDER CANCELLATION By: _ - SHOULD ANY OF THE ABOVE D61E4 3IPOLIVIIME)nELLED BEFORE THE EXPIRATION DATE THEREQ , ` QTf�`MI DELIVERED IN ACCORDANCE WITH THE 1e6;Ij1SrY8 V I tS'j' `-t3EACf I THE CITY OF HUNTINGTON BEACH fV 2000 MAIN STREET AUTHORIZED REPRESENTATIVE HUNTINGTON BEACH CA 92648 --r__-. , ...yr I C:- ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: G7179748A 006 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations City of Huntington Beach, its officers, elected or Not Applicable appointed officials, employees, agents and volunteers THE CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH CA 92648 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less: If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations, amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc.,2012 CG 20 10 0413 POLICY NUMBER: G7179748A 006 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations City of Huntington Beach, its officers, elected or As required by written contract appointed officials, employees, agents and volunteers THE CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH CA 92648 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured will with respect to liability for "bodily injury" or not be broader than that which you are required "property damage"caused, in whole or in part, by by the contract or agreement to provide for such "your work" at the location designated and additional insured. described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 B. With respect to the insurance afforded to these additional insureds, the following is added.to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 ©ISO Properties, Inc.,2004 CG 20 37 07 04 ❑ Westchester A Chubb Company PRIMARY AND NONCONTRIBUTORY—OTHER INSURANCE CONDITION Named Insured Endorsement Number Karbonous,Inc. Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G;r79748A 006 04/01/2025 TO 04/01/2026 04/01/2025 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTOR'S POLLUTION LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary and Noncontributory Insurance This policy is primary to, and will not seek contribution from,any other insurance available to an additional insured under this policy,provided that: a. The additional insured is a named insured under such other insurance;and b. You have agreed in a written contract or agreement that this insurance would: (i) act as primary insurance;and (2)would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of this policy remain unchanged. EVV-$252(12-18) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page i of (266562.r) • • CHUBB° • Named insured Endorsement Number Karbonot s, Inc. Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G7179748A 006 04/01/2025 to 04/01/2026 04/01/2025 Issued By(Name of Insurance Company) • Westchester Surplus Lines Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: As required by written contract,prior to a loss to which this insurance applies • • (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of • • the following: We waive any right of recovery we may have against the person or organization'shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. • • ENV-3143(03-05) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0410 C (Ed.01-19) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS ' We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right.against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium,for this endorsement shall be calculated by applying'a factor of 2% to the total manual premium, with a minimum initial charge of$350, then applying all other pricing factors for the policy to this calculated charge to derive the final cost of this endorsement. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Blanket Waiver Person/Organization Blanket Waiver—Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Job Description Waiver Premium(prior to adjustments) All CA Operations 903.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective: 04/01/2025 PolicyNo.: KAWC625630 Endorsement No.: Insured: Premium$ Insurance Company: Oak River Insurance Company Countersigned by WC990410C (Ed.01-19) COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT 1. SECTION II—COVERED AUTOS LIABILITY COVERAGE,paragraph A.Coverage, paragraph 1.Who Is An Insured,is amended by adding the following: a. Any person or organization with respect to the operation, maintenance or use of a"covered "auto"covered under this policy,provided that you and such person or organization have agreed in a written contract or agreement,to add such person or organization to this policy as an"insured". However, such person or organization is and"insured": (1)' Only with respect to the operation, maintenance or use of a covered"auto"covered under this policy; (2) Only for"bodily injury"or"property damage"caused by an"accident"which takes place after you executed the written contract or agreement and during the policy period;and (3) Only for the duration of the contract or agreement. b. How Limits Apply—The most we will pay on behalf of an additional insured is the lesser of: (1) The limits of insurance specified in the written contract or agreement between you and the person or organization you agreed to add as and additional insured;or (2) The Limits of Insurance shown in the Declarations. Such amount shall be part of and not in addition to the Limits of Insurance shown in the Declarations and described in this Section. c, Additional Insureds Other Insurance—If we cover a claim or"suit"under this Coverage Part that may also be covered by other insurance available to an additional insured,such additional insured must submit such claim or"suit"to the other insurer for defense and indemnity. However,this provision does not apply to the extent you have agreed in a written contract or agreement with the additional insured that this insurance is primary and non-contributory with the additional insured's own insurance. d. Duties In the Event Of An Accident,Claim,Suit Or Loss—If you have agreed In a written contract or agreement that another person or organization be added as an additional insured on your policy,the.additional insured shall be required to comply with the provisions in SECTION IV BUSINESS AUTO CONDITIONS, paragraph A. Loss Conditions, paragraph 2.Duties In the Event Of An Accident,Claim,Suit Or Loss, in the same manner as the Named Insured. NSIC-GMI-BA-001 (Ed.08/19) Page 1 of 5 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. B. HIRED AUTO PHYSICAL DAMAGE COVERAGE 1. SECTION III—PHYSICAL DAMAGE COVERAGE, paragraph A.Coverage, paragraph 4. Coverage Extensions,is amended by adding the following: If hired"autos"are covered"autos"for Liabiiity Coverage and if Comprehensive,Specified Causes of Loss, or Collision coverages are provided under this Coverage Form for any"auto" you own,then the Physical Damage Coverages provided are extended to"autos"you hire or borrow, subject to the following limit,deductible and conditions: a. The most we will pay for"loss"to any hired"auto"is: (1) $100,000;or (2) The actual cash value of the damaged or stolen property at the time ofthe"loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind, whichever is smallest, minus a deductible. b. The deductible will be equal to the largest deductible applicable to any owned"auto" for Physical Damage Coverage. c. Hired Auto Physical Damage coverage is excess over any other collectible insurance. d. Subject to the above limit,deductible,and excess provisions,we will provide that Physical Damage Coverage applicable to any covered"auto"you own. e. Subject to a maximum of$1,000 per"accident",we will also cover the actual lossof use of the hired"auto" if it results from an"accident",you are legally liable,and the lessor incurs and actual financial loss. f. This coverage extension does not apply to: (1) Any"auto"that is hired,rented or borrowed with a driver; (2) Any"auto"you hire or borrow from any of your"employees"or members of their household; (3) Any"auto"you hire or borrowfrom any of your partners or members of their household (if you are a partnership);or (4) Any"auto"you hire or borrow from any of your members or members of their household (if you are a limited liability company). C. TOWING AND LABOR 1. SECTION Ill—PHYSICAL DAMAGE COVERAGE,paragraph A. Coverage,paragraph 2. Towing, is deleted in its entirety and replaced with the following: 2. Towing We will pay towing and labor costs you have incurred,up to the limits shown below,for each classification of covered"auto"shown below,each time a covered"auto"classified below is disabled: a. For private passenger type vehicles,we will,pay up to$50.00 perdisablement. NSIC-GMI-BA-001 (Ed.08i19) Page 2 of 5 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. b. For"light trucks",we will pay up to$75.00 per disablement."Light trucks"are trucks that have a gross vehicle weight of 10,000 pounds or less. However,the labor must be performed at the place of disablement. D. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE 1. SECTION III—PHYSICAL DAMAGE COVERAGE, paragraph B. Exclusions, paragraph 3.is amended by adding the following: This exclusion does not apply to the accidental discharge of an airbag. Any insurance we provide for"loss"relating to the accidental discharge of an airbag shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. E. LOANILEASE.GAP COVERAGE. j 1. SECTION Ill—PHYSICAL DAMAGE COVERAGE is amended by adding the following: In the event of a"total loss"to a covered"auto"owned or leased by you we will pay your additional legal obligation for any difference between the actual cash value of the covered "auto"at the time of"loss"and the"outstanding balance"of the loan or lease. As used in this provision"outstanding balance"means the amount you owe under the terms of the loan or lease to which the damaged covered"auto"is subject at the time of the"loss" less the amount of the following: a. Overdue payments and financial penalties associated with those payments at the time of "loss"; b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear; c. Security deposits not refunded by the lessor; d. Cost for Extended Warranties and additional protections such as but not limited to Credit Life, Health,Accident or Disability Insurance purchased with the lease or loan; e. Carryover,transfer or rollover balances from previous loans or leases; f. Any amount representing taxes; g. Loan or lease termination fees; h. The dollar amount of any unrepaired damage that that occurred prior to the"total loss"of a covered"auto"; i. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered"auto";and j. Final payment under a"balloon loan". NSIC-GMI-BA-001 (Ed.08/19) Page 3 of 5 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. As used in this provision a"balloon loan"is a loan with periodic payments that are insufficient to repay the balance over the term of the loan,thereby requiring a large final payment. 2. For the purposes of this Loan/Lease Gap Coverage provision, SECTION V—DEFINITIONS is amended by adding the following Definitions: a. "Total loss"means a"loss"in which the cost of repairs plus the salvage value exceeds the actual cash value at the time of"loss b. A"balloon loan"is a loan with periodic payments that are insufficient to repay the balance over the term of the loan,thereby requiring a large final payment. F. EXTENDED CANCELLATION CONDITION 1. COMMON POLICY CONDITIONS,paragraph A.—Cancellation condition applies except as follows: If we cancel for any reason other than nonpayment of premium,we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation.This provision does not apply in those states which require more than 60 days' prior notice of cancellation. G. VEHICLE WRAP COVERAGE 1. SECTION III-PHYSICAL DAMAGE COVERAGE,paragraph A.Coverage,4.Coverage Extensions, is amended by adding the following: In the event of a"total loss"to a covered"auto"for which Comprehensive,Specified Causes of Loss,or Collision coverages are provided under this Coverage Form,we will pay up to $1,000.00 for vinyl vehicle wraps which are displayed on the covered"auto"at the time of "total loss". Regardless of the number of autos deemed a"total loss",the most we will pay under this coverage extension for any one"loss"is$5,000.00. For the purposes of this coverage extension,signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. 2. For the purposes of this Vehicle Wrap Coverage provision,SECTION V—DEFINITIONS is amended by adding the following Definitions: "Total loss"means a"loss"in which the cost of repairs plus the salvage value exceeds the actual cash value at the time of"loss". H. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 1. SECTION III—PHYSICAL DAMAGE COVERAGE, paragraph B.Exclusions, subparagraphs 5.a. and 5.b.are deleted and replaced with the following: Exclusions 4.c and 4.d do not apply to electronic equipment that receives or transmits audio, visual or data signals,whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered"auto"at the time of the"loss"and such equipment is designed to be solely operated by the use of power from the"auto's"electrical system, in or upon the covered"auto"and physical damage coverages are provided for the covered"auto";or NSIC-GMI-BA-001 (Ed.08119) Page 4 of 5 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 2. For the purposes of this Audio,Visual and Data Electronic Equipment Coverage provision, SECTION III—PHYSICAL DAMAGE COVERAGE, paragraph B.Exclusions, Paragraph 5 is amended by adding the following: If the"loss"occurs solely to audio,visual or data electronic equipment or accessories used with this equipment,then our obligation to pay for,repair, return or replace damaged or stolen property will be reduced by a$100.00 deductible. All other terms and conditions of the policy remain unchanged. • NSIC-GMI-BA-001 (Ed.08119) Page 5 of 5 Includes copyrighted material of Insurance Services Office,inc.,with Its permission. 4 Ei COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other InsuranceB. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and and the Other Insurance— Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to 1. Such"insured" is a Named Insured under such an"insured"under your policy provided that: other insurance; and 1. Such"insured" is a Named Insured under such 2. You have agreed in writing in a contract or other insurance;and agreement that this insurance would be 2. You have agreed in writing in a contract or primary and would not seek contribution from agreement that this insurance would be any other insurance available to such primary and would not seek contribution from "insured". any other insurance available to such "insured". CA 04 4911 16 ©Insurance Services Office, Inc.,2016 Page 1 of 1 POLICY NUMBER: GMI-0088-05 COMMERCIAL AUTO CA 04 4410 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Karbonous, Inc. Endorsement Effective Date: 4/1/2025 SCHEDULE Name(s)Of Person(s)Or Organization(s): Blanket where required by written agreement executed prior to loss Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 AIA DOCUMENT A310Tu-2010 BID BOND Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR SURETY(Name, legal status and principal place of business): (Name,legal status and address)_ Philadelphia Indemnity Insurance Company • Karbonous,Inc. 283 S.Lake Ave.,Suite 160,Pasadena,CA 91101 13095 E.Temple Ave.,Industry,CA 91746 OWNER (Name,legal status and address): City of Huntington Beach 2000 Main Street,Huntington Beach,CA 92648 BOND AMOUNT: Ten percent(10%)of the total amount of the bid PROJECT: Well 9 H2S Media Replacement Project (Name,location or address,and Project number,if any) • The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished In the prosecution thereof; or(2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount.for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. • Printed in cooperation with the American Institute of Architects (NA) The language in this document conforms to the language used in A!A Document A310 ni-2010. . • When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory'or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 20th day of August,2025. Y n` Nc-Lk 1�y., Low Karbonous,Inc. * / (Principal) \•.Tip. e Seal USA , Acc-o * trxe c�'nve (Title) Philadelphia Indemnity Insurance Company (Surety) (Corporate Seal) • Att y in F Ryan Butterfas • • • • 2 Printed in cooperation with the American Institute of Architects (A!A) The language In this document conforms to the language used in AlA Document A310?-2010. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 :reS i .`1Q yk=--s.si1&<.<4, 12t. 3�n'=t? i,&,..a e'u G ',-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 AUG 2 0 2025 before me, Adelaide C. Hunter, Notary Public Date Here Insert Name and Title of the Officer personally appeared Ryan Butterfas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. y.•�°f r ADELAIDE C.HUNTER WITNESS my hand and official seal. _ Notary Public•California = V Orange County • -k `� Commission#2508152 Signature u•o•" My Comm.Expires Jan 23,2029 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — El Limited ❑General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ri::..��:o,�:�;�c:t-c:Y�.�s�:�s�rc�.,� _.... . :..:. .-c::;v*-.o�.t ::,cam ,sue-s:�•.='�-v_- -- - - -........= ,t,c..,cA4 ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 • • AMA .,'.... .. PHIG4DELPHIA'-INDEhiN•[TY IN5lIRANCE'CO\IP _:,':EaluCyntvy`d,':PA :.. 1900 4=OQ50 ower•ofAttorne3'. •: : • • • KNOW'AL•L PERSONS BY T • HESE'PRESENTS•That:PHIC ADELPIi•IA 11VDE113NfTY INSURANCE C• OMPANY(the'Company) a corporation'organized and existing unde the laws of the.Cortunonwealth ofPennsylvania does hereby•constitute and•appoint L7. indaD.-Co• ats,Matthew J.Coats,:Summer Reyes and Ryan Butterfas of Goats Surefy Insurance Services,.Inc;its true•and lawful Attorney ui=fact•w ith ftrll,authority to•execute omits behalf fonds,undertakings,recognizances • anti offset:contractsofindemnity;snd writings obligatory'm fhb nature t ercoi issued in tlre;course,of ifs•business•and fo bind the•Company thereby:in•an amount not to• .. exccedb 50A00,000.;;•>:::•<':.:: • This Power of Attorney'is:granted;and is signed end:sealed by faesinute under and,by;the',aUthotity•of the following Resol ution adopted by the Board o€Directors of " PI-ILADELPHIA INDEMNITY:INS.„ .... CE COMPANY,on•the 14°:ofNovember 20Jb.'.. RESOLVED::.:;;;.:: Tfiat the;Board,of Directors hereby• authorises the President or any'Vice.President.of the.. Comp any (1)Appoint Attaniey(s)in"Fact and authorise the Attorneys in Fact to execute .:..' .., ..::.;: : ., ,. , ..dn.behalf:oCahc Compari%y:.lionds and:undertakings,.criritracts'bf,indemnify_and fldier. » si: 's:?i>.:• : >:writin 'obli to r:'.in.the:nature hereof and•to`attach•aiti seal of the Com ail tfiereto and•:. :.; :.' .. :....,'.: • remove;at.an time,slit;cuch.Atfatne-rii=Fact•anii reyok lority,given..•And;,;•: " ' . FURTHER ::..: ::",;.. ..:".:-... • ."• •:::; r RESOLVED:`.` ::_:: That thesigriatures"ofauch,officers arid_$ri,seal'ofthe Company..maybe affixed to any:.. : such'Power:of Attorney:.or.certificate refsting.thereto by fagsunile;and any.such:Power of. Attomeyso•executed aril!certif ed by facsimile signatures tutd facsimile seal.shall be valid', binding u n;tlie Company in'Ure future::with respect to any bond Or Undertaking to'' <:which:it is.atta0.6.1•-•.:.;. .: ...' .';. '. ; .. `; IN•.TESTIMONY'WHEREOF, PHILADE .PHIA INDEMNITY INSURANCE..COMPANY:HAS::.CAUSED THIS INSTRUMENT TO BE.SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY.ITS'AUTHORIZED OFFICE THIS 5TH DAY OF.OCTOBER2024;;:, .. ...,.: ..:...:...: 1�, tro : /i .�..:.:; , li, i't•': try a� 1.92I • .. .::.:.:. w�r�,';.::..;., as�_, -' >::' .>.: .. ..: ... ... . _..;:.. .'; :.., : :. . . . ... ,. _':.;_Phil dGlotiibndemuideIrtsuiair:e Corn an :` ";" :On thus 5a'day:ofOctolicr;2024 before inc.camethe mdi'idtial who executedthe preceding;insttument,to me personally knovtu;"and being:by me duly sworn_said that ::• : h is,the therein'described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE:COMPANY;thatthe seal affixed to said instrument.isthe • Corporate seal ofsaid Company;that the said Corporate Seal and his signature were duly affixed Nta y Publics> <: ;. :>:'.. :';:.. t'Ar meaw�alth et.P ims tWatatr NoutYt.S+a! Veneaae MckenzI Hotaty ub c'; ':•'::.; Mycommlettan kpilrwlH vembat,32Q2•& ': .;'::: Ca»nmit eipatmmbu t3et338a ' IIt b tit:1 yt lrts Atsoel>ttibn.4 N•elsrin residing at ` Linwood;PA''.:' :. • _ • My commission expires:` , -.3-2U28 I-•- .. • • I,.Edward Sayag•o;•Corporate.Secretary•of.:,•PHILAI)ELRHIAINDEM•NITx'I•NSURANCE COMPANY,do hereby..,.., y that the foregoing resolution of the Board of Directors and the Powei:.of• Attorney!issued,pursua•nt thereto on the 5- day..October 2 .-of.a e:true and'correct and are stilt'in full'force:and effect;.I do further certify that . John Gloinb,;:who •executed the•Poa'e•r:of:: ttoriiey.:as'President,'was'on'the date of.execution of the:attached of:Attomey.the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY . • • • • • • In.TestimonyWhereof Ihave subscribed my•name.and aflixed;the facsimile seal ofeach Companyatiis 20th: day of August 20 25, • 1:927''..,a Edward Saya • Co rate:Secre. •;: •: 0::•`', 'r z 'f'( :.: PHILADELPHIA INDEMNIT NSURANC• E COMPA:YY'. .: Bidder: Karbonous, Inc. 13095 E Temple Ave. City of Industry, CA 91746 OFFICIAL BID SECURITY - DO NOT OPEN Project Name: Well 9 H2S Media Replacement Project CC if: 1837 City of Huniin on Beach Pu'ulic Worr,s Engineering Pti;'pax Bid Opening Date: August 2w o NtainStreet Huntington Beach,CA 92648.2702 21, 2025 at 10:00 AM 8/7426 ei, ora-, • Oli �NIN�TO CITY OF _ • -=-._ : HUNTINGTON BEACH Lisa Lane Barnes I City Clerk DUp1TY G��i January 20, 2025 Karbonous, Inc. Attn: Matthew Low 13095 E. Temple Ave City of Industry, CA 91746 Re: Well 9 H2S Media Replacement Project— CC-1837 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, 0111V-4-/ietz416 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating • (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 1 2I 12ip • SUBJECT: Bbnd Acceptance I have received the bonds for kO\ 17 1511 tinG, I rl,cj • (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. •Pa' U5)014 0 I i 3 ' Payment Bond (Labor and Materials) Bond No. PE) 11 51®14 D I S5 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 • i Re: Tract No. Approved (Council Approval Date) CC No. (� " Agenda Item No. Iq( s—moo) MSC No. City Clerk Vault No. lead ga Other No. SIRE System ID No. 194— g:/forms/bond transmittal to treasurer TING7oSuIfjde Well 9 Hydrogen � ( HS )Z Filter Media •,. ���°" P ° FQ 'FN ,�F Replacement Project �':9c--) CC - 1837 • • IP • :�) O"''• 7November 18 , 2025 °OUNTN tj,i l Well 9 - Project Location co. SI CCU F-- "l� .r r r '. s n BOLSA AVE. 0 v Mc FAD DEN �7 AVE. V . '' 2 PROJECT r+a �I 0 -"' .• (- �� LOCATION e• .. . o EDIN3ER AVE. \ _I 0 a V) a�j �f ` ( Q m, z HEIL AVE. sr ce Q �� { a xe.- 2�'" { ,;. a�. �� •.:I I j U (i WARNER AVE. m s. �,r x- jj j -J oCC 2 .e y -8—� iSLATER AVE 5 40 00 w w TAL 3ERT AVE.r 0 �s y ELLIS AVE. va yY' „ Warner ve ue, �` �` 'if�/ _ p Arai F. , - •• - asi�fil�ggialr- 1 '''— .E _.6'UUNTy ,\;,# 3 Project Background • H2S detected in 2011 at Well 9, causing r strong "rotten egg" odor and aesthetic ' water quality concerns. � s y r t2 i3 ' - • Granular Activated Carbon (GAC) tr-m '4"% � '..0* , a� , � treatment facility built in 2018 to remove , t �r41 . ,- ,,: , r 71'7r,,,, 7,,,,,,-&_.‹.:71,,,,,va,,, t ic,...„ -,,,,,i4,1' H2S and ensure compliance with drinking / , ..,., � water standards. ��° a s� �`�'g‘� �� �`� � �� • GAC media in service for 7-8 years, � exceeding its 5-year life expectancy. d r�*', m 1I _ I s` rIr. _ . !i/ \\NTING7 n I .ea�4wfpurtu!!! 1 ltt�t�t 9P�1y+ ti_ ,'a. _ ' �,' • Declining media performance s,�o� .. �oRPORAr °�� \ requires daily backwashing, r : .• =ps�� increasing O&M costs and staff 1 ti ° / '` time. G .COUNT:: 338 P ro ' a ct Benefits J ____ • Maintains odor-free, high-quality drinking water for residents. • t our i 4 ' �` =� i • Supports the Basin Production J �5 r Percentage (BPP) by maintaining groundwater production capacity. IPI t , .s4 Reduces reliance on more expensive MWD imported water. Improves operational efficiency and extends facility life.4 .11 i,,'`� ..ING70 CCII s 4% Q�1 (it/NT' �tP//'� 339 Funding Construction Costs Karbonous, Inc. Bid $527,375 10% Contingency $52,737 Supplemental Costs $44,888 TOTAL COST $625,000 Current Funding Water Fund Budget $400,000 Water Master Plan Fund (Reallocation) $225,000 NGT� Note: CC-1734 (Wells 4, 7 & 13 On-Site Chlorine/Fluoride Project) will 1�k...•-,;•,,, ear�'o».?,,` have adequate funds remaining to cover budget shortfall. gyp' -- Tentative Construction Schedule: February—March 2026 ' F£ 340 ._-- .. , Questions ? .,..... „ f„..,:i.,„...... _ ., .i.„ ., . . . . . ,,. ,.. , \\--;---.-7-------' --- .\\: l.1:1,,„,7"-- ,4 44- 'i. __..... • I • " ..,,,—.....---- .,,,....r...----...—,- ..... . -.., • -- .:-..r-0-0,-4...z:Jic 4,,,-, '1'111111,',' ,-.,,,,-,' . " - c,• . . '.4 1 _ _ — (bhi/WV. ei2S725 SECTION A 99vh. '7/3/25- ct/j J NOTICE INVITING ELECTRONIC BIDS for the construction of Well 9 H2S Media Replacement Project CC No. 1837 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, August 14, 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 July 8, 2025 Pre-Bid Job Walk(Required) @ 9:00 am July 22, 2025 (Meet @ Well 9 Site—8851 Warner Ave.) Deadline for Written Questions July 31, 2025 Responses to Questions Posted on Web August 7, 2025 Bids are Due 10:00 a.m. via Planet Bids August 14, 2025 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, 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:Well 9 H2S Media Replacement Project CC#: 1837 Bid Opening Date: August 14,2025 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 of all labor, materials, and equipment necessary for the removal,hauling,and proper disposal of the existing filtration media from six(s)filtration vessels. The media to be removed include gravel, garnet, granular activated carbon (GAC), and plastic filter materials. Following medial removal, each vessel shall be inspected for overall condition with attention to signs of corrosion, wear, and/or damage. Any internal areas of the vessels that have signs of corrosion or deterioration shall be repaired prior to the installation of new media to ensure the longevity and reliability of the filtration system. The project scope also includes the delivery,installation,and start-up services necessary to achieve the satisfactory operation of a complete, fully functional new filter media system. Detailed specifications including vessel dimensions, equipment details, and media layering can be found in Appendix H. The installed media levels must conform to the configuration shown in Appendix H. Prior to the placement of the new media, the contractor shall test the backwash and underdrain systems to verify proper function and integrity. The Engineer's Estimate is $300,000. The contract shall allow the Contractor 15 working days to complete the contract. The contractor is allowed, by contacting City of Huntington Beach Utilities, to have the well completely shut down for the duration of the working days allotted. 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 7th day of June 2022,by Resolution No. 2022-28. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH E. 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:CkYjmY226sznSA87hy9m I Proof Updated:Jun.26,2025 at 08:52am PDT Notice Name: NIEB-CC No. 1837 I Publisher ID:0011743587 FILER FILING FOR See Proof on Next Page Donna Switzer Huntington Beach Wave donna.switzer@surfcity-hb.org (714)374-1649 Columns Wide: 5 Ad Class: Legals 07/03/2025:City Notices Notice 907.88 07/10/2025:City Notices Notice 907.88 Subtotal $1815.76 Tax% 0 Total $1815.76 NIEB - CC No. 1837 - Page 1 of 3 SECTION A • NOTICE INVITING ELECTRONIC BIDS for the construction of • Well 9 H2S Media Replacement Project CC No.1837 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 protect and will receive such bids Prior to 10:00 AM on•Thursday,August 14,2025,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-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?Companyt D=15340 Copies of the bid.documents,including instructions-to bidders,bidder proposal form, and specifications may be downloaded free at: littps://www.planetbids.com/portal/portal.cfm?CompanyI 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 list,and to receive addendum notifications when Issued. SCHEDULE OF EVENTS Release of Invitation For Bids July 8,2025 Pre-Bid Job Walk(Required)@ 9:00-am JuIy.22,2025 (Meet @ Well 9 Site-8851 Warner Ave.) Deadline for Written Questions July31,2025 Responses to Questions Posted on Web August 7,2025 Bids are Due 10:00 a.m.via Planet Bids August 14;2025 Any contract entered into pursuant to tills notice will Incorporate the provisions of tile State Labor Code. Pu rsuantto the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classlflcatlonor 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. Tile Contractor may substitute an escrow holder surety of equal value to.the retention In accordance with the provisions of tile Public Contract Code,Section 10263. The Contractor shall be benefit la!owner of the surety and shall receive any interest thereon. Tile 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 bidder's.bond made payable to the AGENCY for an anlount 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 tile envelope must read as follows: OFFICIAL BID SECURITY=DO NOT OPEN Project Name:Well 9 H2S Media Replacement Project CC#:1837' Bid Opening Date:August 14,2025 at 10:00 AM The successful-bidder shall be licensed in accordance with provisions of tile 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 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 Of all labor,materials;and equipment necessary for the removal, hauling, and proper disposal of the existing filtration media from six (s) filtration vessels. The media to be removed include gravel, garnet,granular activated carbon(GAC),and plastic filter materials. Following medial removal, each vessel shall be inspected for overall condition with attention to signs of corrosion,Wear,and/or damage.Any-internal areas of-tile vessels NIEB - CC No. 1837 - Page 2 of 3 that have signs of corrosion or deterioration shall be repaired prior to the installation of new media to ensure the longevity and reliability of the filtration system. The protect scope also includes the delivery, installation, and start-up services necessary to achieve the satisfactory operation of a complete, fully functional new filter media system. Detailed specifications including vessel dimensions,equipment details, and media layering can he found in Appendix H. The installed media levels must conform to the configuration shown in Appendix H. Prior to the placement of the new media,the contractor shall test the backwash and undercirain systems to verify proper function and integrity. The Engineer's Estimate is S300,000. The contract shall allow the Contractor 15 working days to complete the contract.The contractor is allowed, by contacting City of Huntington Beach Utilities, to have the well completely shut clown for the duration of the working clays allotted. Alf questions related to this hid solicitation must be submitted through the City's PlanetBlds System Vendor Portal per the information provided in the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will he referred back to the PlanetBlds system. The AGENCY reserves the right to reiect 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 FORN IA,the 7th day of June 2022,by Resolution No.2022-28. Attest: Is/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:7/3,7/10/25 NIEB - CC No. 1837 - Page 3 of 3 j� INCLUDES THE e FWNT,IN ,........... _/ VALLEYVIEW 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: 0011743587 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 07/03/2025 and 07/10/2025 Total Amount: $1815.76 Payment Amount: $0.00 Amount Due: $1815.76 Notice ID: CkYjmY226sznSA87hy9m Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Well 9 H2S Media Replacement Project CC No. 1837 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,August 14, 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 July 8,2025 Pre-Bid Job Walk(Required) @ 9:00 am July 22, 2025(Meet @ Well 9 Site—8851 Warner Ave.)Deadline for Written Questions July 31,2025 Responses to Questions Posted on Web August 7, 2025 Bids are Due 10:00 a.m.via Planet Bids August 14, 2025 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 NIEB - CC No. 1837 - Page 1 of 3 See Proof on Next Page INCLUDES THE Al FOUNTAIN -/ 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: 07103/2025,07/10/2025 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:Jul 10,2025. • C41601r S/.ture NIEB - CC No. 1837 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Well 9 H2S Media Replacement Project CC No.1837 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 protect and will receive such bids prior to 10:00 AM on Thursday,August 14,2025,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-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the City's Planet Bids 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: https://Www.planetblds.com/portal/portal.cfm?CompanyI 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 Itst,and to receive addendum notifications when Issued. SCHEDULE OF EVENTS Release of Invitation For Bids July 8,2025 Pre-Bid Job Walk(Required)0 9:00 am July 22,2025 (Meet©Well 9 Site-8851 Warner Ave.) Deadline for Written Questions July 31,2025 Responses to Questions Posted on Web August 7,2025 Bids are Due 10:00 a.m.via Planet Bids August 14,2025 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.dlr. 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. Tile 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 as follows: OFFICIAL BID SECURITY-DO NOT OPEN Protect Name:Well 9 H2S Media Replacement Project CC#:1837 Bid Opening Date:August 14,2025 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,.atthe 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 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 protect consists of all labor,materials,and equipment necessary for the removal, hauling, and proper disposal of the existing filtration media from six (s) filtration vessels. The media to be removed include gravel, garnet,granular activated carbon (GAC),and plastic filter materials. Following medial removal, each vessel shall be inspected for overall condition with attention to signs of corrosion,wear,and/or damage.Any internal areas of the vessels NIEB - CC No. 1837 - Page 2 of 3 that have signs of corrosion or deterioration'shall be repaired prior to the installation of new media to ensure the longevity and reliability of the filtration system. The protect .scope also includes the delivery, installation, and start-pp services necessary to achieve the satisfactory operation of a complete, fully functional new filter media system. Detailed specifications including vessel dimensions,equipment details, and media layering can be found in Appendix H.The installed media levels must conform to the configuration shown In Appendix H. Prior to the placement of the new media,the contractor shall test the backwash and underdrain systems to verify proper function and integrity. The Engineer's Estimate is S300,000. The contract shall allow the Contractor 15 workirig clays to complete the contract.The contractor is allowed, by contacting City of Huntington Beach Utilities, to have the well completely shut down for the duration of the working days allotted. All questions related to this bid solicitation must be submitted through the City's PlanetBlds 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 FORN IA,the 7th day of June 2022,by Resolution No.2022-28. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington.Beach Wave Published:7/3,7/10/25 • NIEB - CCNo. 1837 - Page 3 of 3 UNSUCCESSFUL BIDS CC No. 1837 Well 9 H2S Filter Media Replacement Project ,�''N•G7;• CITY OF 4i of Pa i.., �9L -- _ HUNTINGTON BEACH UNTY..;;%�'� Lisa Lane Barnes I City Clerk January 20, 2025 Carbon Activated Corporation 2250 S. Central Ave. • Compton, CA 90220 RE: Well 9 H2S Filter Media Replacement Project— CC-1837 Enclosed please find your original bid bond for CC No. 1837. • Sincerely, 41-.4../4/116 1444 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 l 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SECTION C PROPOSAL for the construction of WELL 9 H2S MEDIA REPLACEMENT PROJECT CC No. 1837 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 the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,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 15 working days,starting from the date of the Notice to Proceed.The contractor is allowed, by contacting City of Huntington Beach Utilities, to have the well completely shut down for the duration of the working days allotted. 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 forfeiture 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 are solely for the purpose of comparing bids and that fmal 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 10 working days after the date 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. c-I 10%of Bid Accompanying this proposal of bid,find Bid Bond in the amount of amount which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for 10%", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: Addenda No. Date Received dder's Signature 1 08/21/2025 j'_ C-2 ,"�°""", SECTION C tt. egririAth if y ,, ,-,N„N, �,"*- �feetr.a + PROJECT BID SCHEDULE Uec NN ,�' CC NO. 1837 WELL 9 H2S FILTER MEDIA REPLACEMEMT PROJECT ITEM APPROX. UNIT AMOUNT NO. DESCRIPTION UNIT QUANTITY PRICE (FIGURES) (FIGURES) 1 MOBILIZATION(LIMITED TO 6%OF LS 1 $ 11,120.00 TOTAL BID) REMOVAL, HAULING,AND OFFSITE DISPOSAL OF THE EXISTING FILTER 2 MEDIA MATERIALS(GRAVEL,GARNET, LS 1 $ 105,338.50 GAC,AND PLASTIC FILTER)OF THE EXISTING VESSELS 3 COATING INSPECTION IN ACCORDANCE LS 1 $ 3,000.00 WITH NACE/AMPP STANDARDS PURCHASE AND PROCUREMENT OF 4 NEW FILTER MEDIA AND FILTER LS 1 $413,000.00 COMPONENTS MATERIALS TESTING AND SAMPLING OF 5 NEW MEDIA AND FILTER COMPONENTS LS 1 $ . 6,220.00 6 CLEANING AND DISINFECTION OF NEW LS 1 MEDIA AND FILTER COMPONENTS $ 2,500.00 INSTALLATION OF NEW FILTER MEDIA 7 AND FILTER COMPONENTS LS 1 $ 50,338.50 START-UP AND INITIAL OPERATION OF 8 NEW AND COMPLETE FILTER MEDIA LS 1 $ 5,000.00 SYSTEM REPAIRS DEEMED AS NECESSARY ACCORDING TO RESULTS OF THE NACE- CERTIFIED INSPECTION, INCLUDING 9 • COATING REPAIRS, INTERNAL FFA 1 $25,000 $25,000 STRUCTURAL REPAIRS,AND REPAIRS TO THE UNDERDRAIN AND BACKWASH EQUIPMENT C-3 TOTAL-BID.AMOUNT FOR CC .NO: 1837 WRITTEN IN WRITTEN IN WORDS: FIGURES:. Six hundred Twenty one thousand five hundred seventeen dollars and zero cents $621,517.00 C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one.percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract Number Certerra 3 12130 Santa Margarita Court NAPE- o g pmpp 1000010187 $2,320.00 0.37/o Rancho Cucamonga, CA 91730 No.4581 ' e By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-5 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 foregoing is true and correct and that this declaration is executed on 08/15/25at Compton , CA Date City State Anne Nash , being first duly sworn, deposes and says that he or she is Corporate Secretary of Carbon Activated Carbon 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 bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, 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. Anne Nash Name of Bidd400:40.40171 - Signature of Bidder 2250 S. Central Ave., Compton CA 90220 Address of Bidder C-6 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 WELL 9 H2S FILTER MEDIA REPLACEMEMT PROJECT, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, 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 of experience or instruction, is familiar with the operation to be performed 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-OSHA 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. Carbon Activated Corporation Contractor By Anne Nash Corporate Secretary Title Date: 08/15/2025 C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been 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 regulation? ❑ Yes 3 No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 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 Code 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. Carbon Activated Corporation Contractor By Anne ash Corporate Secretary Title Date: 08/15/2025 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Carbon Activated Corporation Bidder Name 2250 S. Central Ave. Business Address Compton CA 90220 City, State Zip ( 310 ) 885 4555 dalek@activatedcarbon.com Telephone Number Email Address California 842091 "A" State Contractor's License No. and Class 07/07/2004 Original Date Issued 07/31/2026 Expiration Date The work site and video CCTV footage of existing sewer lines were inspected by our office in 2022/2023. The following are persons,firms, and corporations having a principal interest in this proposal: Lionel Perera President and CEO Carbon Activated Corporation Nirmala Perera Vice President Carbon Activated Corporation Anne Nash Corporate Secretary Carbon Activated Corporation 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. Carbon Activated Corporation Company Name Signature of Bid1de pfitAg54941 i0SaAvA Lionel Perera President Printed or Typed Signature c-10 NOTARY CERTIFICATE Subscribed and sworn to before me this l$day of A V f` ,202j 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 dj�/X ) County of Al ) On #06 t /V ZD� before me, % L.�� G W Gf'y/O/ �iik Month,Day,and Year Insert Name and Title of Notary m personally appeared 01/11,, 4 cJI>GJ` Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �o�:P� t, r, PATRICK f.SULLIVAN Notary Public-California _') Los Angeles County �r Z t Commission#24336E5 Signature / l j & "MYC0mmEXP1Te5Mat32027 Signature of Notary Public (PLACE NOTARY SEAL ABOVE) c-11 DURABLE POWER OFATTORNEY Notice to Person Executing Durable Power of Attorney A durable power of attorney is an important legal document.By signing the durable power of attorney,you are authorizing another person to act for you,the principal.Before you sign this durable power of attorney,you should know these important facts: Your agent(attorney-in-fact)has no duty to act unless you and your agent agree otherwise in writing. This document gives your agent the powers to manage,dispose of,sell,and convey your real and personal property,and to use your property as security if your agent borrows money on your behalf. This document does not give your agent the power to accept or receive any of your property,in trust or otherwise,as a gift,unless you specifically authorize the agent to accept or receive a gift. Your agent will have the right to receive reasonable payment for services provided under this durable power of attorney unless you provide otherwise in this power of attorney. The powers you give your agent will continue to exist for your entire lifetime,unless you state that the durable power of attorney will last for a shorter period of time or unless you otherwise terminate the durable power of attorney. The powers you give your agent in this durable power of attorney will continue to exist even if you can no longer make your own decisions respecting the management of your property. You can amend or change this durable power of attorney only by executing a new durable power of attorney or by executing an amendment through the same formalities as an original. You have the right to revoke or terminate this durable power of attorney at any time,so long as you are competent. This durable power of attorney must be dated and must be acknowledged before a notary public or signed by two witnesses. If it is signed by two witnesses,they must witness either(1) the signing of the power of attorney or(2)the principal's signing or acknowledgment of his or her signature. A durable power of attorney that may affect real property should be acknowledged before a notary public so that it may easily be recorded. You should read this durable power of attorney carefully. When effective,this durable power of attorney will give your agent the right to deal with property that you now have or might acquire in the future. The durable power of attorney is important to you. If you do not understand the durable power of attorney,or any provision of it,then you should obtain the assistance of an attorney or other qualified person. NOTICE: THE POWERS GRANTED BY THIS DOCUMENT ARE BROAD AND SWEEPING. THEY ARE EXPLAINED IN THE UNIFORM STATUTORY FORM POWER OF ATTORNEY ACT(CALIFORNIA PROBATE CODE SECTIONS 4400-4465). IF YOU HAVE ANY QUESTIONS ABOUT THESE POWERS, OBTAIN COMPETENT LEGAL ADVICE.THIS DOCUMENT DOES NOT AUTHORIZE ANYONE TO MAKE MEDICAL AND OTHER HEALTHCARE DECISIONS FOR YOU. YOU MAY REVOKE THIS POWER OF ATTORNEY IF YOU LATER WISH TO DO SO. WARNING TO PERSONS EXECUTING THIS DOCUMENT:This is an important legal document. It creates a Power of Attorney that provides the person you designate as your attorney-in-fact with the broad powers it sets forth. You have the right to terminate this Power of Attorney. If there is anything about this form that you do not understand,you should ask a lawyer to explain it to you. I,Lionel Perera,residing at 250 E.Manville Street,Compton,California 90220,hereby appoint Dharshan Jinasena of 250 E. Manville Street,Compton,California 90220,as my attorney-in-fact ("Agent")to exercise the powers and discretions described below. This Power of Attorney shall riot be affected by my subsequent incapacity. My Agent shall have full power and authority to act on my behalf but only to the extent permitted by this Special Power of Attorney.My Agent's powers shall include the power to: 1. Open,maintain or close the following specific accounts. This power shall include the authority to conduct any transaction for these accounts,including,but not limited to,making deposits and withdrawals,negotiating or endorsing any checks or other.instruments with respect to any such accounts,obtaining bank statements,passbooks,drafts,money orders, warrants,and certificates or vouchers payable to me by any person,firm,corporation,or political entity. Bank/Institution: Address: ,California Account Number: Type of Account: 2.Manage,insure,improve,repair,collect rents,execute leases,or take any other action that a landlord might take,with respect to any interest of mine in real estate located at: 250 E. Manville Street Compton,California and legally described as 3. Obtain credit or borrow money in an amount not to exceed$300,000.00. This power shall include the power to(i)obtain credit upon such terms as my Agent may deem appropriate,subject,to the limitations(if any)'stated above,(ii)sign any documents (including notes,credit agreements, security agreements,and financing statements),and(iii) take any other action that may be required to complete the above transactions. 4.Manage,control,and operate the business known as: ,S Carbon Activated Corporation 250 E.Manville street Compton,California,90220. This power shall be limited to the power to make decisions in the ordinary course of business,including,but not limited to, decisions regarding sales,purchases,employees,and equipment. 5.Act on my behalf with respect to the following matters: -Enter into binding contracts on my behalf. -Employ professional and business advisors as may be appropriate,including attorneys,accountants,and real estate Agents. -Agent has authority only to make decisions to operate Carbon Activated Corp. 6.Act on my behalf for the purposes of managing,distributing,and terminating my digital assets. For the purposes of this Power of Attorney,digital assets shall mean electronic assets that are stored on my computers,electronic devices,or on any online account,as identified in Schedule A of this Power of Attorney. Online accounts include,but are not limited to, social-networking sites,online backup services, servers,email accounts,photo and document sharing sites, financial and business accounts,domain names,virtual property, websites,and blogs. An instructional document,titled,Letter of Instructions with associated websites,usernames,passwords,and related information,is hereby incorporated by reference into this Will and shall be distributed to my Agent designated in this Power of Attorney.My Agent shall have the power and authority to manage,conduct,and to exercise all of my legal rights and powers relating to my digital assets,including all rights and powers that I may acquire in the future. My Agents powers shall include,but not be limited to,the power to access,download,and backup digital assets,convert my file formats,access any and all devices necessary to manage digital assets,and clear computer caches and delete files. I hereby grant to my Agent the full right,power,and authority to do every act,deed,and thing necessary or advisable to be done regarding the above powers,as fully as I could do if personally present and acting. Any power or authority granted to my Agent under this document shall be limited,to the extent necessary,to prevent this Power of Attorney from causing,(i)my income to be taxable to my Agent,(ii)my assets to be subject to a general power of appointment by my Agent,or(iii)my Agent to have any incidents of ownership with respect to any life insurance policies that I may own on the life of my Agent. My Agent shall not be liable for any loss that results from a judgment error that was made in good faith.However,my Agent shall be liable for willful misconduct or the failure to act in good faith while acting under the authority of this Power of Attorney. A Successor Agent shall not be liable for acts of a prior Agent. 5 • No person who relies in good faith on the authority of my Agent under this instrument shall incur any liability to me,my estate or my personal representative. I authorize my Agent to indemnify and hold harmless any third party who accepts and acts under this document. If any part of any provision of this instrument shall be invalid or unenforceable under applicable law, such part shall be ineffective to the extent of such invalidity only,without in anyway affecting the remaining parts of such provision or the remaining provisions of this instrument. My Agent shall not be entitled to any compensation,during my lifetime or upon my death,for any services provided as my Agent.My Agent shall be entitled to reimbursement of all reasonable expenses incurred as a result of carrying out any provision of this Power of Attorney. ' My Agent shall provide an accounting for all funds handled and all acts performed as my Agent as required under state law or upon my request or the request of any authorized personal representative,fiduciary or court of record acting on my behalf. This Power of Attorney is granted in,and shall be governed by the laws of the state of California;however,I intend that this Power of Attorney be universally recognized and that it be universally admissible to recordation. In the event that I become a resident of another jurisdiction,or obtain property,including real property or any other property interest,in another jurisdiction,it remains my intention that the laws of California shall continue to govern this Power of Attorney. 1 • This Power of Attorney shall become effective immediately,and shall not be affected by my disability or lack of mental competence, except as may be provided otherwise by an applicable state statute. This is a Durable Power of Attorney. This Power of Attorney shall continue effective until my death. This Power of Attorney may be revoked by me at any time by providing written notice to my Agent. Dated ^2 b- , 1 ,at Compton,California. Lionel Perera-PresidentlCEO of Carbon Activated Corporation A notary public or other officer completing this certificate verifies only the identity of the individual s, who si ed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity.of that document. STATE OF CALIFORNIA, COUNTY OF LOS ANGELES,ss: On v2 X-420/$ before me, T.�/li / ; �,personally appeared Lionel Pere whoproved to me on the basis of satisfactory PP m, rye deuce to be the person(s)whose name(%)iiss/aFe subscribed to the within instrument and acknowledged to me that he/she/trey executed the same in his/her/their authorized capacity(ies),and that by his//er/ter signature)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. (Notary Seal) Signature of Notary Public PATRICK F. SULLIVAN t Comm.No. 1927432LI'�-j NOtARYPUBC•CALIFUF2rJiA p U • �' LOS ANGELES COUNIY Pe 1.,:,,`. My Comm.Exp.March 3,2015 This Power of Attorney shall become effective immediately,and shall not be affected by my disability or lack of mental competence,except as may be provided otherwise by an applicable state statute. This is a Durable Power of Attorney. This Power of Attorney shall continue effective until my death. This Power of Attorney may be revoked by meat any time by providing written notice to my Agent Dated . . f 2 © 1`' ,at Compton,California. Lionel Perera . A.'notary public or other officer completing:this certificate verifies only the identity of thd'. individual(s)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 LOS ANGELES, ss: r On,-2 -=oZOZSr before me, A:te +' , personally appeared Lionel Peres,who proved to me on the basis of satisfactory e-.dense to be the person(0 whose name(s)Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(sfi, or the entity upon behalf of which the person(s)- acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. „Ali/. e_ (Notary Seal) Signature of Notary Public 1 04". ; PATRICK F. SULLIVAN �i ,NO Comm.No. 1927432 c 5.:2 jamIARYPUBLIC'-CAUFORNIA U �,: LOS ANGELES COUNTY . My Comm.Exp.March 3,2015 Notice to Person Accepting the Appointment as Attorney-in-Fact: By acting or agreeing to act as the agent(attorney-in-fact)under this power of attorney you assume the fiduciary and other legal responsibilities of an agent. These responsibilities include: 1. The legal duty to act solely in the interest of the principal and to avoid conflicts of interest. 2. The legal duty to keep the principal's property separate and distinct from any other property owned or controlled by you. You may not transfer the principals property to yourself without full and adequate consideration or accept a gift of the principals property unless this power of attorney specifically authorizes you to transfer property to yourself or accept a gift of the principal's property. If you transfer the principals property to yourself without specific authorization in the power of attorney,you may be prosecuted for fraud and/or embezzlement. If the principal is 65 years of age or older at the time that the property is transferred to you without authority,you may also be prosecuted for elder abuse under Penal Code Section 368. In addition to criminal prosecution, you may also be sued in civil court. I have read the foregoing notice and I understand the legal and fiduciary duties that I assume by acting or agreeing to act as the agent(attorney-in-fact)under the terms of this power of attorney. Date: Signed: Dharshan Jinasena CALIFORNIA COPY CERTIFICATION OF POWER OF ATTORNEY PROBATE CODE§4307 State of California County of /KS(�' AP,- --r On this the /v day of/ rQ v ZeZS, I certify that the attached document is a true, Day onth Year complete and unaltered copy of a power of attorney presented to and examined by me on this date by /7.44/IU t/i'tij9�; 4 PAT RICK F.SLLLIVAN Name of Person Presenting Document 4atary Public-California tom Los Angeles County F. < i= ' Commission 4 243.6685 under ection 4307 of the California Probate Code. My Comm.Expires Mar 3,2017 1144d 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 on unintended document Description of Original Power of Attorney Title of Original Po er ofA t rney: � - � Document Date- y l5 Number of Pages: 7 If Recorde Name of County: Name of Individual Granting Power of Attorney: %oIE L 1-0 AA Name of Individual Designated Attorney in Fact: SC*45 ` (J J)fi+ l! Name of Entity Represented by Attorney in Fact,if Any: /�, � Address Where Original Power of Attorney Kept o9'' ✓`^• �t 41 WE. 60! 9oo22P Capacity Claimed by Custodian of Original Power of Attorney eC❑ I dividual T orporate Officer—Title: 11�1 1►/�tA)ftd ❑ University of School Officer—Title: ❑Government Officer or Agent—Title: I Business Proprietor or Manager for ❑ Attorney for ❑ Trustee for ❑ Other: rv� ci.; C`c c=v+._ �^'a"�rc�!^a�r.--+rc^_y�T�� y..,..�,c.-,-::� r-.�-aa3�'�-�rt"L'r>,." �'+cin•,',+.s'y��t ©2021 National Notary Association r _ Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work showing at least five (5) years of experience specifically referencing the removal andreplacement of potable water filtration media in pressure vessels of comparable size and media layering. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: • 1. City of San Diego Otay Water Treatment Plant Name and Address of Public Agency Name and Telephone No.of Project Manager: Teddy Mendoza 619 527 8026 $817,338.76 Media replacement 05/12/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Remove spent.Carbon and Sand from 16 filters and load Virgin Carbon and Sand.Independent Lab testing of all media loaded to ensure it meets size.specifications and proper Disposal of spent media 2. Golden State Water Bissell Water Treatment Plant Name and Address of Public Agency Name and Telephone No.of Project Manager: Maged Saad,EIT 310 803 4558. $286,576.25 Media Replacement and Repairs as needed 10/08/2024 Contract Amount Type of Work ' Date Completed Provide additional project description to show similar work: Remove media from two pressure vessels„inspection of coating,repairs to coating.proper Disposal of spent media,load new media,and AWWA C653 Disinfection of vessels. 3, Twin Oaks Valley Water Treatment Plant Name and Address of Public Agency Name and Telephone No. of Project Manager: Dale Mancino 760 752 7330 $727,667.00 Media replacement Two Filters 02/20/25 Contract Amount ' Type of Work Date Completed Provide additional project description to show similar work: Removal of spent media with dewatering operations going at same time,inspection of under drain system, proper disposal of spent media,and load new media. C-12 Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work showing at least five (5) years of experience specifically referencing the removal and replacement of. potable water filtration media in pressure vessels of comparable size and media layering. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of San Diego Otay Water Treatment Plant Name and Address of Public Agency Name and Telephone No.of Project Manager: Teddy Mendoza 619 527 8026 $817,338.76 Media replacement . . 05/12/2025 Contract Amount Type of Work ' Date Completed Provide additional project description to show similar work: Remove spent Carbon and Sand from 16 filters and load Virgin Carbon and Sand.Independent Lab testing of all media loaded to ensure it meets size specifications and proper Disposal of spent media 2. ..Golden State Water Bissell Water Treatment Plant . . . . Name and Address of Public Agency Name and Telephone No.of Project Manager: Maged Saad,EIT. 310 803 4558 .. - . $286,576.25 Media Replacement and Repairs as needed 10/08/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Remove media from two pressure vessels,inspection of coating,repairs to coating,proper Disposal of spent media,load new media,and AWWA C653 Disinfection of vessels. 3. Twin Oaks Valley.Water Treatment Plant Name and Address of Public Agency Name and Telephone No. of Project Manager: Dale Mancino 760 752 7330 $727,667.00 . . Media replacement Two Filters 02/20/25 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Removal of spent media with dewatering operations going'at same time,inspection of under drain system,proper disposal of spent media,and load new media. 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 $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call(844)522-6734 https://efiling.dir.ca.gov/P WCR/ActionServlet?action=displayP WCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code,or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Carbon Activated Corporation Contractor By anash@activatedcarbon.com Email Corporate Secretary Title Date: 08/15/2025 PWC Registration#: 1000009862 C-14 • BID BOND KNOW ALL BY THESE PRESENTS,That we, CARBON ACTIVATED CORPORATION of 2250 S.CENTRAL AVE.COMPTON,CA 90220 (hereinafter called the Principal), as Principal, and EMPLOYERS MUTUAL CASUALTY COMPANY (hereinafter called the Surety),as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ) 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 1S SUCH,That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for WELL 9 H2S FILTER MEDIA REPLACEMENT PROJECT 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 14TH day of AUGUST , 2025 {,L CARBON ACTIVATED CORPORATION (Seal) P M cf f i f /�/LerkSur'► �j� Witness y$S1t*t4 .,IN/ 5 ,iP- er_ t Title EMPLOYERS MUTUAL CASU Y C MPANY Ae/.( ( ita . - Witness By KEVIN V A Attorney-in-Fact mC.. P.O.Box 712+Des Moines,Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company,an Iowa Corporation 4.Illinois EMCASCO Insurance Company,an Iowa Corporation 2.EMCASCO Insurance Company,an Iowa Corporation 5.Dakota Fire Insurance Company,a North Dakota Corporation 3. Linton Insurance Company of Providence,an Iowa Corporation 6.EMC Property&Casualty Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint: KEVIN VEGA,BRITTON CHRISTIANSEN,PHILIP VEGA its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute the Bid Bond Any and All Bonds and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: , RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to(1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof:and(2)to remove any such altomey-in-fact at any lime and revoke the power and authority given to him or her.Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them,to execute and deliver on behalf of the Company,and 10 attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company,Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company,The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents to be sign d for each by their officers as shown,and the Corporate seals to be hereto affixed this 22nd day of September , 2022 . Seals �. L.:1;<d-/f7j(77----- 04,:x.1N5V/ •., ,A.coIAP.,M1'•, .��;.,a`,;,• ott R.Jean,P dent&CEO Todd Strother,Executive Vice President �"``;,,d,,'.;p.:• ,ko F1..0..N:4r.;�': of Company 1; rrman,President Chief Legal Officer&Secretary of „' ^` °f �` 6•C.: &CEO of Comp ies2,3,4,5&6 Companies 1,2,3,4,5&6 C.� g= SEAL; ` -i 1863+=0= ,, 1953 =<? J2.: .`•.r S:, IOWA ,:c; ;max :.0 • •.,,,,.,° On this 22nd day of September 2022 before me a Notary Public in and for the State of Iowa,personally appeared Scott R.Jean and Todd Strother,who,being by me duly sworn, Q.+', r4,?e ''• �;Q,0 4,e" ;-'.44',,,,,,:,,,,, did say that they are,and are known to me to be the CEO,Chairman,President,Executive • s• b i:.9_ _ Vice President,Chief Legal Officer and/or Secretary,respectively,of each of the Companies -W 5 SEAL°<; 2 SEAL ' ;=r; SEAL;,I above;that the seals affixed to this instrument are the seals of said corporations;that said , -.:o-, instrument was signed and sealed on behalf of each of the Companies by authority of their ,• respective Boards of Directors;and that the said Scott R.Jean and Todd Strother,as such officers,acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. *OonwKATHY LOVEAIDGE My Commission Expires October 10,2025. CmNurnbor McceExaos �� rissbn Ocrober 10,2F�w+n. AL Notary Publi 025 in and for the State o owa CERTIFICATE I,Ryan J.Springer,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies.and this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 ,are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 14th day of August 2025 • / 0' / / Vice President .:/R47—. hw• - -L ,••• - •-+Z • i! tlP .a, ze,:,s !s.,• .-..aw:. ,•.! + ,.��+w.�� 7854(9-22) B031462-NA J0052 9B2 A 000000 "For verification of the authenticity of the Power of Attorney you may call(515)345.7548." • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 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 ) }ss. County of LOS ANGELES ) On August 14th,2025 before me, Philip Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Kevin Vega,Attorney-in-Fact Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their rdh PHILIP VEGA signature(s) on the instrument the person(s), or the entity upon NotLoas Public•California behalf of which the person(s)acted,executed the instrument. g County 94 Comrymissioneles 2 24905ti9 I certify under PENALTY OF PERJURY under the laws of the State ` ity Comm,AnExpires May 3 t, 2028 r of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: it Place Notary Seal Above Si•.. • Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to parsons relying on the document and co d"event fraudulent removal and reattachment of this form to another document. • Description of Attached Document Title of Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual 0 Individual ❑ Corporate Officer Title(s): 0 Corporate Officer Title(s): ❑ Partner-❑Limited 0 General 0 Partner-0 Limited 0 General ❑ Attomey in Fact Right Thumbprint of Signer 0 Attorney in Fact Right Thumbprint of Signer ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: • CA\DD102000.50111110151761.2 22 (UPDATED:01-19) ..ae.rcNu.v,.,encen:N•AC,.NuM,.,uenrv:N•r.aa-r:Nue,,,;na. :N•r.ka•r:NuWr.rsuc.n:NrnCKNO 1,1,1...usN•ACKN•uwr.ruunu:w•r.ar•,:,Nuacr.,.:ueancu•ree,:,Nowr.1.."NI;NTACKNuau,rue.Nucn•r/ ' California All-Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the = u document to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document. • State of California County o _ <�S — S ' s.s. C z 7 4 r. s On before me, //3" , 11 S/410 J, Gr 46 la� _ Name of Notafry Public,Title c personally appeared 0,41 '*4) V// , /f Name of Signer(1) E G Name of Signer(2) 5 who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed r the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. = I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. o. PATRICK F.SULLIVAN c WIT S my hand and official seal. Notary Public California _ Los Angeles County 1 ° Commission.$243-8685 �� �oR"'' My Comm.Expires Mar 3,2027 . (.54/0440--d Signature of Notary Public n a' OPTIONAL INFORMATION le Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of 5 F this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. - F Description of Attached Document j4dd'tonallnformatron" ,.,:n The preceding Certificate of Acknowle gme t is attac to a Method of Signer Identification document titled/for the purpose of ei Proved to me on the basis of satisfactory evidence: • ❑form(s)of identification El credible witness(es) Notarial event is detailed in notary journal on: containing pages, and dated ��� ^ f' b The signer(s)capacity or authority is/are as: Page# Entry# . ❑ Individual(s) Notary contact: ❑ A mey-in-fact • Corporate Officer(s) Other Title(s) ❑ Additional Signer El Signer(s)Thumbprints(s) z El - ❑ Guardian/Conservator ❑ Partner-Limited/General 2 ❑ Trustee(s) j ❑ Other: • representing: _ Name(s)of Person(s)Entity(ies)Signer is Representing Z 2 dinU.NUwLGDua,:w'f..cl.Nu.,,.liUa:..❑SN9'.♦c6Nu.v1.,5na:.❑:N•r•u1.Nua,.l:ua:.,4.N^rna,.Nu\f,J:u(:A❑.N'rna'6Nu\YLCUa:M,:N•r na',.Nu.,LLuo.rt:NTec6Now,.r.Dr:MVN•rna LN U.(LOua:.,U.NTiik ©2009-2015 Notary Learning Center-All Rights Reserved You can purchase copies of this form from our web site at www.TheNotarysStore.com . DURABLE POWER OF ATTORNEY Notice to Person Executing Durable Power of Attorney A durable power of attorney is an important legal document. By signing the durable power of attorney, you are authorizing another person to act for you, the principal. Before you sign this durable power of attorney, you should know these important facts: Your agent(attorney-in-fact)has no duty to act unless you and your agent agree otherwise in writing. This document gives your agent the powers to manage,dispose of, sell, and convey your real and personal property, and to use your property as security if your agent borrows money on your behalf This document does not give your agent the power to accept or receive any of your property, in trust or otherwise, as a gift,unless you specifically authorize the agent to accept or receive a gift. Your agent will have the right to receive reasonable payment for services provided under this durable power of attorney unless you provide otherwise in this power of attorney. The powers you give your agent will continue to exist for your entire lifetime, unless you state that the durable power of attorney will last for a shorter period of time or unless you otherwise terminate the durable power of attorney. The powers you give your agent in this durable power of attorney will continue to exist even if you can no longer make your own decisions respecting the management of your property. You can amend or change this durable power of attorney only by executing a new durable power of attorney or by executing an amendment through the same formalities as an original. You have the right to revoke or terminate this durable power of attorney at any time, so long as you are competent. This durable power of attorney must be dated and must be acknowledged before a notary public or signed by two witnesses. If it is signed by two witnesses,they must witness either(1) the signing of the power of attorney or(2)the principal's signing or acknowledgment of his or her signature. A durable power of attorney that may affect real property should be acknowledged before a notary public so that it may easily be recorded. You should read this durable power of attorney carefully. When effective, this durable power of attorney will give your agent the right to deal with property that you now have or might acquire in the future. The durable power of attorney is important to you. If you do not understand the durable power of attorney,or any provision of it,then you should obtain the assistance of an attorney or other qualified person. NOTICE: THE POWERS GRANTED BY THIS DOCUMENT ARE BROAD AND SWEEPING. THEY ARE EXPLAINED IN THE UNIFORM STATUTORY FORM POWER OF ATTORNEY ACT(CALIFORNIA PROBATE CODE SECTIONS 4400-4465). IF YOU HAVE ANY QUESTIONS ABOUT THESE POWERS, OBTAIN COMPETENT LEGAL ADVICE. THIS DOCUMENT DOES NOT AUTHORIZE ANYONE TO MAKE MEDICAL } t • AND OTHER HEALTHCARE DECISIONS FOR YOU. YOU MAY REVOKE THIS POWER OF ATTORNEY IF YOU LATER WISH TO DO SO. WARNING TO PERSONS EXECUTING THIS DOCUMENT: This is an important legal document. It creates a Power of Attorney that provides the person you designate as your attorney-in-fact with the broad powers it sets forth. You have the right to terminate this Power of Attorney. If there is anything about this form that you do not understand,you should ask a lawyer to explain it to you. I,Lionel Perera,residing at 250 E. Manville Street, Compton, California 90220,hereby appoint Dharshan Jinasena of 250 E. Manville Street, Compton, California 90220, as my attorney-in-fact ("Agent")to exercise the powers and discretions described below. This Power of Attorney shall not be affected by my subsequent incapacity. My Agent shall have full power and authority to act on my behalf but only to the extent permitted by this Special Power of Attorney. My Agent's powers shall include the power to: 1. Open,maintain or close the following specific accounts. This power shall include the authority to conduct any transaction for these accounts, including,but not limited to,making. deposits and withdrawals,negotiating or endorsing any checks or other instruments with respect to any such accounts,obtaining bank statements;passbooks, drafts, money orders, warrants, and certificates or vouchers payable to me by any person,firm, corporation,or political entity. Bank/Institution: Address: , California Account Number: Type of Account: 2. Manage,insure, improve,repair, collect rents, execute leases, or take any other action that a landlord might take, with respect to any interest of mine in real estate located at: 250 E. Manville Street Compton, California and legally described as 3. Obtain credit or borrow money in an amount not to exceed$300,000.00. This power shall include the power to (i)obtain credit upon such terms as my Agent may deem appropriate, subject to the limitations (if any) stated above, (ii) sign any documents (including notes, credit agreements, security agreements, and financing statements),and(iii) take any other action that may be required to complete the above transactions. 4. Manage, control, and operate the business known as: ' � 1 • Carbon Activated Corporation 250 E. Manville street Compton, California, 90220. This power shall be limited to the power to make decisions in the ordinary course of business, including,but not limited to, decisions regarding sales, purchases, employees, and equipment. 5. Act on my behalf with respect to the following matters: -Enter into binding contracts on my behalf. -Employ professional and business advisors as may be appropriate,including attorneys,accountants, and real estate Agents. -Agent has authority only to make decisions to operate Carbon Activated Corp. 6. Act on my behalf for the purposes of managing, distributing, and terminating my digital assets. For the purposes of this Power of Attorney, digital assets shall mean electronic assets that are stored on my computers, electronic devices, or on any online account,as identified in Schedule A of this Power of Attorney. Online accounts include,but are not limited to, social-networking sites, online backup services, servers, email accounts, photo and document sharing sites, financial and business accounts, domain names, virtual property, websites, and blogs. An instructional document,titled,Letter of Instructions with associated websites, usernames,passwords, and related information, is hereby incorporated by reference into this Will and shall be distributed to my Agent designated in this Power of Attorney. My Agent shall have the power and authority to manage,conduct, and to exercise all of my legal rights and powers relating to my digital assets, including all rights and powers that I may acquire in the future. My Agents powers shall include,but not be limited to,the power to access, download, and backup digital assets, convert my file formats,access' any and all devices necessary to manage digital assets,and clear computer caches and delete files. I hereby grant to my Agent the full right,power, and authority to do every act, deed, and thing necessary or advisable to be done regarding the above powers, as fully as I could do if personally present and acting. Any power or authority granted to my Agent under this document shall be limited,to the extent necessary,to prevent this Power of Attorney from causing, (i)my income to be taxable to my Agent, (ii)my assets to be subject to a general power of appointment by my Agent, or(iii)my Agent to have any incidents of ownership with respect to any life insurance policies that I may own on the life of my Agent. My Agent shall not be liable for any loss that results from a judgment error that was made in good faith. However, my Agent shall be liable for willful misconduct or the failure to act in good faith while acting under the authority of this Power of Attorney. A Successor Agent shall not be liable for acts of a prior Agent. No person who relies in good faith on the authority of my Agent under this instrument shall incur any liability to me,my estate or my personal representative. I authorize my Agent to indemnify and hold harmless any third party who accepts and acts under this document. If any part of any provision of this instrument shall be invalid or unenforceable under applicable law, such part shall be ineffective to the extent of such invalidity only, without in any way affecting the remaining parts of such provision or the remaining provisions of this instrument. My Agent shall not be entitled to any compensation, during my lifetime or upon my death, for any services provided as my Agent. My Agent shall be entitled to reimbursement of all reasonable expenses incurred as a result of carrying out any provision of this Power of Attorney. My Agent shall provide an accounting for all funds handled and all acts performed as my Agent as required under state law or upon my request or the request of any authorized personal representative,fiduciary or court of record acting on my behalf. This Power of Attorney is granted in, and shall be governed by the laws of the state of California; however, I intend that this Power of Attorney be universally recognized and that it be universally admissible to recordation. In the event that I become a resident of another jurisdiction, or obtain property, including real property or any other property interest, in another jurisdiction, it remains my intention that the laws of California shall continue to govern this Power of Attorney. This Power of Attorney shall become effective immediately, and shall not be affected by my disability or lack of mental competence, except as may be provided otherwise by an applicable state statute. This is a Durable Power of Attorney. This Power of Attorney shall continue effective until my death. This Power of Attorney may be revoked by me at any time by providing written notice to my Agent. Dated .2 --2 b- , 15, at Compton, California. Lionel Perera-President/CEO of Carbon Activated Corporation A notary public or other officer completing this certificate verifies only the identity of the individual(s)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 LOS ANGELES, ss: On a 7-6'0,16/S before me, l•/t c_V7 2d , I�,personally appeared Lionel Perera,who proved to me on the basis of satisfactory ev'dence to be the person(e)whose names)is/aie subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/ter authorized capacity(ies), and that by his/her/their signature(e)on the instrument the person(s), or the entity upon behalf of which the person(s) acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 2. //ti '' (Notary Seal) Signature of Notary Public A PATRICK F. SULLIVAN :L td, Comm.No. 1927432 thh I. NOTARY PUBLIC-CALIFORNIA p C�J 4,37 LOSANOELESCOUNIY 3y My Comm.Exp.March 3,2015 r, This Power of Attorney shall become effective immediately, and shall not be affected by my disability or lack of mental competence, except as may be provided otherwise by an applicable state statute. This is a Durable Power of Attorney. This Power of Attorney shall continue effective until my death. This Power of Attorney may be revoked by me at any time by providing written notice to my Agent. Dated 2 f .20 , 15 at Compton, California. Iii41), Lionel Perera A notary public or other officer completing this certificate verifies only the identity of the individual(s)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 LOS ANGELES, ss: On�-v�- (Po/S before me,,54 /L---:_c/W.Z.6(2/1/c L _'/ C. personally - appeared Lionel Perera,who proved to me on the basis of satisfactory e dence to be the person( whose name(s)Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by lug/their signature(s)on the instrument the persons, or the entity upon behalf of which the person(s)- acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 7.7 (Notary Seal) ignature of Notary Public :^;; PATRICK F. SULLIVAN k :'r' ` Comm.No. 1927432 n 4�C. NO IARY PUBLIC-CALIFORNIA O (. F j LOSANGELESCOUNTY }y� My Comm.Exp.March 3,2015 �� Notice to Person Accepting the Appointment as Attorney-in-Fact: By acting or agreeing to act as the agent(attorney-in-fact)under this power of attorney you assume the fiduciary and other legal responsibilities of an agent. These responsibilities include: 1. The legal duty to act solely in the interest of the principal and to avoid conflicts of interest. 2. The legal duty to keep the principal's property separate and distinct from any other property owned or controlled by you. You may not transfer the principals property to yourself without full and adequate consideration or accept a gift of the principals property unless this power of attorney specifically authorizes you to transfer property to yourself or accept a gift of the principal's property. If you transfer the principals property to yourself without specific authorization in the power of attorney,you may be prosecuted for fraud and/or embezzlement. If the principal is 65 years of age or older at the time that the property is transferred to you without authority,you may also be prosecuted for elder abuse under Penal Code Section 368. In addition to criminal prosecution, you may also be sued in civil court. I have read the foregoing notice and I understand the legal and fiduciary duties that I assume by acting or agreeing to act as the agent(attorney-in-fact)under the terms of this power of attorney. Date: Signed: Dharshan Jinasena CALIFORNIA COPY CERTIFICATION OF POWER OF ATTORNEY PROBATE CODE§ 4307 State of California County ofle-5A ih;:i On this the. — day of Ag , GelZ5, I certify that the attached document is a true, Day Month Year • complete and unaltered copy of a power of attorney presented to and examined by me on this date by Qfnf41A) cli�itl�9 �° PATRICK .Sl ILIVAN Name of Person Presenting Document Notary Public.California < _ - Los Angeles County Commission#243-8685 under Section 4307 of the California Probate Code. My Comm.Expires Mar 3,2027 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 Original Power of Attorney Title of Original Po er ofAttorney: ' `4gRiex Document Date- /�/4 Number of Pages: 7 If Recorde Name of County: Name of Individual Granting Power of Attorney: L/©L/Et a: RA Name Name of Individual Designated Attorney in Fact: COf 51rA" 10fi6eal Name of Entity Represented by Attorney in Fact, if Any: j� / /�, Address Where Original Power of Attorney Kept if9 61> 5. C�av AL/itttG1'/ . / 9oa2e Capacity Claimed by Custodian of Original Power of Attorney ❑ Individual P1 /,/ Corporate Officer—Title: &Wag. ,I1t & 5i- ❑ University of School Officer— Title: ❑ Government Officer or Agent—Title: ❑ Business Proprietor or Manager for ❑ Attorney for ❑ Trustee for ❑ Other: 32' '7> -mac 3--'.' ""^a�cr" �s�-..= 'y.'c.'o% '-_'c-- c� ax- '-^r'c'^crr• }^3 ar£-a, •t'xaco�.c'-�S`�.c ` '_' z^`,"t.+; .'Y`,''..:% ©2021 National Notary Association CARBON ACTIVATED CORPORATION Gaon 2250 S, CENTRAL AVE. aC cop COMPTON, CA 90220 City of Huntington Beach Public Works 2004Main Street Huntington Beach CA, 92647 OFFICAL BID SECURITY—DO NOT OPEN Project Name: Well 9 H2S Media Replacement Project CC #: 1837 Bid opening date: August 21, 2025, at 10:00 AM \AA51,tiYirj '?4°45 Public Works Engineering ACTIVATED CARBON&RELATED SERVICES q , Ar' l 1 i -._.