Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Saturn Electric; 2025-01-14; PR-MPW-24006P
Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B 14th January 25 Tracking#: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT LEO CARRILLO RANCH LIGHT POLE REPLACEMENT; CONT. NO. PR-MPW-24006P This contract is made on the ______ day of----------~ 20_ ("Contract"), by the City of Carlsbad, California, a municipal corporation ("City") and Saturn Electric, Inc., a California corporation whose principal place of business is 7552 Trade Street, San Diego, CA 92121 ("Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, as contained in the Standard Specifications for Public Works Construction "Greenbook," latest edition and including all errata; Part 1 General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by Temujin Matsubara (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. PREVAILING WAGE RATES. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Contract constitute "public works" under California Labor Code Section 1720 et seq., and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773 and 1773.1 of the California Labor Code. Consistent with the requirement of Section 1773.2 of the California Labor code, a current copy of applicable wage rates may be obtained via the internet at: www.dir.ca .gov/dlsr/. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Contract. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 1 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B Tracking#: certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Labor Code Section 1776. DIR REGISTRATION. California Labor Code Section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Contract to be currently registered with the California Department of Industrial Relations ('DIR'), as specified in Labor Code Section 1725.5. Labor Code Section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Contract, Contractor must furnish the City with the subcontractor or subconsultant's current DIR registration number. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATION. Contractor's vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. CALIFORNIA AIR RESOURCES BOARD (CARB) IN-USE OFF-ROAD DIESEL FUELED FLEETS REGULATION. Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. More information about the requirements and Contractor's required certification is provided in Exhibit D. CONSTRUCTION MANAGEMENT SOFTWARE. Procore Project Management and Collaboration System. This project may utilize the Owner's Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non- productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training/ tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http:ljlearn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com .procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFls, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 2 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B Tracking#: productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this Contract and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32 .027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: --TLm.o±h'j A. Ducl.t.JL.. REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Property damage insurance in an amount of not less than ........ $2,000,000 Automobile Liability Insurance in the amount of $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 3 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B Tracking#: non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that 30 days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' CO MPENSATI ON AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. THIRD PARTY RIGHTS. Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. JURISDICTION AND VENUE. This Agreement shall be interpreted in accordance with the laws of the State of California. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Contract is San Diego County, California. Start Work: Contractor agrees to start within fifteen (15) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within sixty (60) working days after receipt of Notice to Proceed. LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page4 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B CONTRACTOR'S INFORMATION. Saturn Electric, Inc. (name of Contractor) 219097 (Contractor's license number) C-10, B, A; Jan. 31, 2026 (license class. and exp. date) 1000007128; June 30, 2026 (DIR registration number/exp. date) 7552 Trade Street (street address) San Diego, CA 92121 (city/state/zip) 858-271-4100 (telephone no.) matt@saturnelectric.com (e-mail address) Tracking#: AUTHORITY. The individuals executing this Contract and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Contract. [signatures on following page] LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 5 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B CONTRACTOR Saturn Electric, Inc., a California corporation By: ~ ,.___... (sign here) Timothy Allen Dudek, President and CFO (print name/title) By: N/A single signer (sign here) (print name/title) Tracking#: CITY OF CARLSBAD, a municipal corporation of the State of California By: Kyle Lancaster, Parks & Recreation Department Director ATTEST: SHERRY FREISINGER, City Clerk By: j~ R-_. ~ ~ Deputy City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ~ corporation, Contract must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: a~ fvosf Deputy/ Assistant City Attorney LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 6 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B Tracking#: EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE : The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work Business Name and Address DIR Registration No. License No., to be & Expiration Date Classification Subcontracted & Expiration Date (lVY\.(.. Tot~I o/c ubcontracted: 0 ¾ L.V---- The ontractor must perform no less than 50% of the work with its own forces. LEO CARRILLO RANCH LIGHT POLE REPLACEMENT %of Total Contract CONT. NO. PR-MPW-24006P Page 7 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B Tracking#: EXHIBIT B SCOPE OF WORK AND COST Summary: Furnish labor, materials and tools to remove and replace wood light pole at Leo Carrillo Ranch Historic Park. Scope of Work: • Remove existing electrical outlets and conduits from damaged pole. • Remove existing damaged light pole and dispose of it offsite. • Demo and remove existing concrete footing roughly 3' down. • Clean out hole and frame a new footing for the new pole installation. • Deliver new pole to site and set in place. • Mix and pour new concrete and finish to match existing. • Install new electrical devices matching the old pole and hang existing lights back onto pole. • Install light fixture onto pole. • Energize circuit and test for all proper functions. • Clean off site. Clarifications: 1. Work to be done during normal business hours. 2. A water source will be needed in the area for concrete work. 3. Spec sheet was sent to customer and approved prior to proposal. 4. Color may be slightly different as the existing poles have been weathered by the sun and the same wood is no longer used. 5. Existing light pole is no longer made as the original company went out of business. 6. Labor and materials bond included. 7. Prevailing wage included. Exclusions: • Any pre-existing or unforeseen conditions. Cost: $29,000.00* *Includes prevailing wage, labor and materials bond, taxes, fees, expenses and all other costs. LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 8 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B r 1 4.3125" DIA BC, SQUARE PATTERN (4) 3/4" X 18" BOLTS STREET SIDE ARM/FIXTURE • .rr--:~~~~'._ ___ WIRING BOX • 6 3/4" u.:i-------EZ HANG STRAIGHT COUPLI NG CLEAR SEEDED ACRYLI C LENS ------6.75" X 6.75" SMOOTH WOOD POLE ALASKAN YELLOW CEDAR EAS ED EDGE PROFlLE NO STAIN STEEL BASE PLATE WITH COVER ~ D a. IXl ch ,}, .... ~ LL N ~ <D ~ ~ w c:i: en (.) .,). 0 _, Cl ::a: ~ c:, "' -' N ± Cl w -' "' .... .. 00 ~"'7 l!)<C a~ ...J ..: !;: u i:i w " u w I u z :I: !w 0 .... ~ .. c:, ~:,::: <t LO 0 Cl en > ix: w ~ Cl en z 0 en 5 w ix: > w ix: :I: (.) z < ~ (.) ci 0 -' < -' IXl ii: en -' ix: .. ix: < z4: (.) 0 (.) ~ u 0 ...J z ~ 8 < U) > G) w "' .c C I., G) .., m en c:, .. ,.__ 0 00 ~ z .... l!) (.) i5 en ;:: ;li 0 ~ c:, i?'; _, < z 6 ii: 0 <( Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B EXH IBIT C LABOR AND MATERIALS BOND Tracking#: Bond No. GS55700046 Premium: $290.00 SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Saturn Electric, Inc. (hereinafter designated as the "Principal"), a Contract for: LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONTRACT NO. PR-MPW-24006P in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and t he terms thereof require t he furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Saturn Electric, Inc., as Principal, (hereinafter designated as the "Contractor"), and The Gray Casualty & Surety Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of Twenty Nine Thousand and 00/100 dollars ($ 29,00000), said sum being an amount equal to: One hundred percent {100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 9 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B '\ \ Tracking#: that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. This labor and materials bond may be approved as to form by the City Attorney for the City in counterpart, and the counterparts shall all constitute a single, original instrument. SIGNED AND SEALED, this _2_7t_h ___ day of November I Saturr Electric, Inc. ' (Principal) ~v ,s?r--(Signature) (SEAL) ualty & Surety Company (SEAL) (Surety) By: _ __,_ __________ _ Law F. McMahon (Signature) Atta -Fact (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: a~~ fV'{)Sf Deputy /Assistant City Attorney LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 10 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B 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 San Diego on __ N_O_V_2_7_2_0_2J_I __ before me, ____ _:_M=a=r-=ia"--G=ui=s=e,'---'N--'-o=t=ary'--'------'-P_,u=b=li-=--c ___ _, Date Here Insert Name and Title of the Officer personally appeared --------~L~aw_re_nc~e~F_._M_cM~a_h_o_n __________ _ 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. ti.••. Commission# 2444156 ~ ~ i : Notary Public· California i .., • . . SAN DIEGO County t • ~"·~ ~ • ~y_c~:-~:re,:~1!·~2z j Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature _ __,M~-----~---------- Signature of Notary Public ---------------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: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual IBl Attorney in Fact □ Trustee □ Guardian or Conservator □ Other: ----------,,------ Signer Is Representing: Surety Company Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Other: _____________ _ Signer Is Representing: _________ _ • ©2015 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1 -800-876-6827) Item #5907 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B Alliant Insurance Services, San Diego 11/27/2024 10:08 2780544029755 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: GS55700046 Principal: Saturn Electric, lnc. Project: LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONTRACT NO. PR-1vlPW-24006P KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Lawrence F. McMahon, Sarah Myers, Ryan E. Warnock, Maria Guise, Janice Martin, and Christopher J. Conte of San Diego, California jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of surety ship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26th day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 4th day of November, 2022. By: State of Louisiana ss: Parish of Jefferson ~;?~ Michael T. Gray President The Gray Insurance Company Cullen S. Piske President The Gray Casualty & Surety Company On this 4th day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. 0 Leigh Anne Henican . Notary Public Notary ID No. 92653 Orleans Parish, Louisiana Leigh Anne Henican Notary Public, Parish of Orleans State of Louisiana My Commission is for Life I, Mark S. Manguno, Secretary of The Gray Insmance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. lN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 27th day of November , 2024 I, Leigh Anne Henican, Secretary of The Gray Casualty & Surety Company, do hereby ce1tify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 27th day of November , 2024 WOVJ C/JVL- Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B Tracking#: EXHIBIT D In-Use Off-Road Diesel-Fueled Fleet Regulation Requirements CARB implemented amendments to the In-Use Off-Road Diesel Fueled Fleets Regulations that apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. More information about the requirements can be found at https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Contractors are required to comply with the· requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. The City is a "Public Works Awarding Body," as that term is defined under Title 13 California Code of Regulations Section 2449(c)(46). Accordingly, the Contractor must submit, with their pre-award contract documents, valid Certificates of Reported Compliance (CRC) for the Contractor's fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Failure to provide a valid CRC, will limit the city's ability to proceed with awarding this Contract. Contractor has an on-going obligation for term of this Agreement to provide copies of Contractor's, as well as all listed subcontractors, most recent CRC issued by CARB. Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor's and subcontractors' fleet including, without limitation, CRC, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days' notice from the City. LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 11 City Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B Tracking #: EXHIBIT D (CONT.) IN-USE OFF-ROAD DIESEL-FUELED FLEET REGULATION CERTIFICATION Contractor hereby acknowledges that they have reviewed the CAR B's policies, rules and regulations and are familiar with the requirements of In-Use Off-Road Diesel-Fueled Fleet Regulation . Contractor hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Contractor's fleet, and/or that of their subcontractor(s) ("Fleet") is true and correct: □ The Fleet is subject to t he requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. □ The Fleet is exempt from the Regulation under Section 2449.l(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. □ Contractor and/or their subcontractor is unable to procure R99 or RlOO renewable diesel fuel as defined in the Regulation pursuant to Section 2449.l(f)(3). Contractor shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). D The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an "emergency", as that term is defined in Section 2449(c)(18}. Contractor shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). ~ The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Contractor: _ _$ __ ~-~-~□-~C_lta._c.;_;cr_,_•c._, _:]:h~~~~•-- Signature: _ ___::&=:::::........:~·::::_~\A,.~=====--~------------ Name:--,--'"'°'o-:H,..'j .A -~ Title: ~C.Ll>« c::4-ht Dat e: LEO CARRILLO RANCH LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-24006P Page 12 Cit y Attorney Approved 6/5/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 09/23/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOU>ER. 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 pollcy(les) 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 NAME7~ CLIENT CONTACT CENTER FEDERATED MUTUAL INSURANCE COMPANY PHONE HOME OFFICE: P.O. BOX 328 (A/C, No, Ext): 888-333-4949 I FAX (A/C, No): 507-446-4664 OWATONNA, MN 55060 t~o~~ss: CLIENTCONT ACTCENTER@FEDI NS.COM INSURERS AFFORDING COVERAGE NAIC# INSURER A:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED INSURER B: SATURN ELECTRIC, INC. INSURER C: 7552 TRADE ST SAN DIEGO, CA 92121-2412 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 49 REVISION NUMBER: 0 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 ADDL SUBR POLICY NUMBER ,rXfJ.M5Ylffyi ,J~r6'fJfNy1 LIMITS LTR INSR WVD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 >--~ CLAIMS-MADE 0 OCCUR >-- ~~~~r!~JiENTED PREMISES $100,000 X BUSINESS OWNER'S LIABILITY MED EXP (Any one person) A >--y N 1873527 10/01/2024 10/01/2025 PERSONAL & ADV INJURY $1 000,000 GEN'l. AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2 000 000 ~ POLICY 0fc?-r □ LOC PRODUCTS & COMP/OP ACC $2,000,000 OTHER: AUTOMOBILE LIABILITY &~~~J~~~~SINGLE LIMIT $1,000,000 - X ANYAUTO BODILY INJURY (Per Person) --A OWNED AUTOS ONLY SCHEDULED N N 1873528 10/01/2024 10/01/2025 BODILY INJURY (Per Accidenq -_ AUTOS HIRED AUTOS OWNL Y NON-OWNED iP~~i~i~~n~AMAGE -_ AUTOS ONLY X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $2,000,000 --A EXCESS LIAB CLAIMS-MADE y N 1873531 10/01/2024 10/01/2025 AGGREGATE $2,000,000 DED I !RETENTION WORKERS COMPENSATION I PER STATUTE I PTHER AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/ EXECUTIVE C E.L EACH ACCIDENT OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L DISEASE £A EMPLOYEE If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE • POLICY LIMIT DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remar1<s Schedule, may be attached if more space is required) SEE ATTACHED PAGE CERTIFICATE HOLDER CANCELLATION CITY OF CARLSBAD/CMWD 49 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED C/0 EXIGIS INSURANCE COMPLIANCE SERVICES PO BOX947 BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN MURRIETA, CA 92564-0947 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ;JJ.L t. ~I © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B AGENCY CUSTOMER ID: ---------------------- LO C #: ----------------------ADD IT 10 NA L REMARKS SCHEDULE Page of AGENCY NAMED INSURED FEDERATED MUTUAL INSURANCE COMPANY SATURN ELECTRIC, INC. 7552 TRADE ST POLICY NUMBER SAN DIEGO, CA 92121-2412 SEE CERTIFICATE# 49.0 CARRIER I NAIC CODE EFFECTIVE DATE: SEE CERTIFICATE# 49.0 SEE CERTIFICATE# 49.0 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: -=CE...,R"'T.._.,IF,_,l=C...,A"'TE"-"'O"--F_,U=A..,,B=l=U.._.,T~Y~l=NS=U=RA=N__,_,C=E~--------------- AGREEMENT NUMBER: PSA20-963GS CITYWIDE ELECTRICAL MAINTENANCE SERVICES ADDITIONAL INSURED ALSO INCLUDES CITY OF CARLSBAD. GENERAL LIABILITY COVERAGE IS PROVIDED BY THE BUSINESSOWNERS LIABILITY POLICY. THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED ON BUSINESSOWNERS LIABILITY SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED -OWNERS, LESSEES, OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION ENDORSEMENT. COMMERCIAL UMBRELLA FOLLOWS FORM ACCORDING TO THE TERMS, CONDITIONS, AND ENDORSEMENTS FOUND IN THE COMMERCIAL UMBRELLA POLICY. FOR REASONS OTHER THAN NON-PAYMENT OF PREMIUM, 30 DAYS NOTICE WILL BE PROVIDED TO THE CERTIFICATE HOLDER IN THE EVENT THAT THE ISSUING COMPANY CANCELS THE POLICY BEFORE THE EXPIRATION DATE OF THE POLICY. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B FEDERATED INSURANCE COMPANIES THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CALIFORNIA -ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations: City of Carlsbad/CMWD C/O EXIGIS Insurance Compliance Services PO Box 947 Murrieta, CA 92564-0947 Any coverage provided by this endorsement applies only to Agreement Number: PSA20-963GS for citywide electrical maintenance services. Additional insured also includes City of Carlsbad. Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Declarations. A. Paragraph C. Who Is An Insured, is amended to include any person(s) or organization(s) shown in the Schedule as an additional insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. If an additional insured(s) shown in the Schedule is a builder, general contractor or contractor not affiliated with the builder; and 2. You have entered into a residential construction contract subject to the requirements of ifornia Civil Code Section 2782(c) with such builder or contractor; Insured: Saturn Electric, Inc. 7552 Trade St San Diego, CA 92121-2412 then such builder or contractor is an additional insured under this endorsement but only to the extent of the liability for "bodily injury", "property damage" or "personal and advertising injury" that you have assumed in the residential construction contract with that party. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Place of Issue: Federated Mutual Insurance Company Home Office 121 East Park Square Owatonna, MN 55060 (507) 455-5200 Includes copyrighted material of Insurance Services Office, Inc., with its permission. BP-F-252 (CA) (01-11) Policy Number: 1873527 Transaction Effective Date: 10/01/2024 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B -~® CERTIFICATE OF LIAB ILITY INSURANCE I DATE (MM/DD/YYYY) ACORD 12/15/2023 -~ 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 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: Breckpoint PHONE (800) 592-0047 I FAX (800) 592-2541 (A/C, No, Ext): (A/C, No, Ext): Administrator, California Contractors Network, Inc. E-MAIL service@breckpoint.com ADDRESS: 430 N Vineyard Ave .. #102 INSURER(S) AFFORDING COVERAGE NAIC# Ontario, CA 91764 INSURER A: California Contractors Network, Inc.* INSURED INSURER B: Safety National Casualty Corporation 15105 Saturn Electric, Inc. INSURER C: Affiliate of California Contractors Network, Inc. INSURER D: 7552 Trade St. INSURER E: San Diego, CA 92121 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY EQUIREMENT, TERM, OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTO 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER IMM/DD/VYYVI IMM/DD/YYYVI LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ f---J CLAIMS-MADE □ OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ f---□ □ PERSONAL & ADV INJURY $ f--- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ RPOLICY □PROJECT □ LDC PRODUCTS -COMP /OP AGG $ OTHER $ COMBINED SINGLE LIMIT $ AUTOMOBILE LIABILITY (Ea accident) f---ANY AUTO BODILY INJURY (Per person) $ f---~ □ □ ANY OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS f---~ HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTO (Per accident) f---~ $ UMBRELLA LIAB □OCCUR EACH OCCURRENCE $ f---□ □ EXCESS LIAB CLAIMS-MADE AGGREGATE $ f---n RETENTION $ DED $ WORKERS COMPENSATION XI WCSTATU-I IOTH- AND EMPLOYERS' LIABILITY Y/N TORY LIMITS ER A ANY PROPRIETOR/PARTNER/EXECUTIVE [E] N/A [] 4503-098 01/01/2024 01/01/2025 E.L EACH ACCIDENT $5,000,000.00 OFFICE/MEMBER EXCLUDED? (Mandatory in NH) E.L DISEASE· EA EMPLOYEE $5,000,000.00 lf yes, describe under E.L DISEASE -POLICY LIMIT $5,000,000.00 DESCRIPTION OF OPERATIONS below B EXCESS WORKERS COMPENSATION □ □ SP 4067949 01/01/2024 01/01/2025 AND EMPLOYERS LIABILITY Applicable to WC Statutory Limits and Employers Liability Limits. DESCRIPTION OF OPERATIONS/ LOCATION/ VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) All California Operations •• Waiver of Subrogation applies -see attached •• ** See Notes** *Complies with the requirements of the Director of Industrial Relations under the provisions of Sections 3700 to 3705, inclusive, of the Labor Code of the State of California, holder of Master Certificate of Consent to Self-Insure No. 4503 CERTIFICATE HOLDER City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050, New York, NY 10163 ACORD 25 (2014/01) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1( '-;,Q':·· A. Seegmiller , ""( cBi"•,r,x _ L \. ~-_, lj -- © 1988-2010 ACORD CORPORATION. All rights reserved The ACCORD name and logo are registered marks of ACORD Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B PAGE 2 NOTEPAD: INSURED'S NAME: Saturn Electric, Inc. DATE: 12/15/2023 City of Carlsbad Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B WORKERS COMPENSATION AND EMPLOYERS LIABILITY California Contractors Network, Inc. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS We have the right to recover our payments from anyone liable for a covered injury. 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.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Name of Person or Organization: City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 New York NY 10163 City of Carlsbad Insured: Saturn Electric, Inc. Policy No.: 4503-098 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B I llllllll lll l 11111111111111111 STATE OF CALIFORNIA Office of the Secretary of State STATEMENT OF INFORMATION CORPORATION Entity Details Corporation Name Entity No. Formed In California Secretary of State 1500 11th Street Sacramento, California 95814 (916) 657-5448 Street Address of Principal Office of Corporation Principal Address Mailing Address of Corporation Mailing Address Attention Street Address of California Office of Corporation Street Address of California Office Officers Officer Name Officer Address 11111111111111111 IIIII 1111111111 11111 1111111111 1111111111 11111 IIIII IIII IIII SATURN ELECTRIC, INC. 0451362 CALIFORNIA 7552 TRADE STREET SAN DIEGO, CA 92024 7552 TRADE STREET SAN DIEGO, CA 92024 7552 TRADE STREET SAN DIEGO, CA 92024 BA20240706448 For Office Use Only -FILED- File No.: BA20240706448 Date Filed: 4/4/2024 Position(s) TIMOTHY ALLEN DUDEK 1525 PACIFIC RANCH DRIVE Chief Executive Officer, Chief Financial Officer ENCINITAS, CA 92024 Thomas Joseph Dudek 2703 Jacaranda Avenue Secretary Carlsbad, CA 92009 Additional Officers Officer Name Officer Address I Position I Stated Position None Entered Directors Director Name Director Address Thomas Joseph Dudek 2703 Jacaranda Avenue Carlsbad, CA 92009 The number of vacancies on Board of Directors is: O Agent for Service of Process Agent Name TIMOTHY ALLEN DUDEK Agent Address 1525 PACIFIC RANCH DRIVE ENCINITAS, CA 92024 Type of Business Type of Business ELECTRICAL CONTRACTOR Email Notifications Opt-in Email Notifications No, I do NOT want to receive entity notifications via email. I prefer notifications by USPS mail. Labor Judgment tcJ N .m w u, I N u, .i,,. 0 0 .i,,. '-._ 0 .i,,. '-._ N 0 N .i,,. I--' 0 .i,,. I--' ~ (D 0 (D I-'· <: (D 0. tr '< 0 Pl f-' I-'· H) 0 t-,; ::::i I-'· Pl Ul (D 0 t-,; (D rt Pl t-,; '< 0 H) Ul rt Pl rt (D Page 1 of 2 Docusign Envelope ID: 71C097AF-D53B-4F7B-A87A-61EA16B1A27B No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. Electronic Signature ~ By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. Amy Dudek 04/04/2024 Signature Date IJj N m w u, I N u, .ts I-' 0 .ts '--a .ts '---N 0 N .ts I-' 0 .ts I-' ~ (1) 0 (1) f--'· < (1) p.. tr "< () Pl f--' f--'· H) 0 H :::i f--'· Pl {/) (1) 0 H (1) rt Pl H "< 0 H) {/) rt Pl rt (1) Page 2 of 2