Loading...
HomeMy WebLinkAboutSaturn Electric Inc; 2025-10-27; PR-MPW-25012PDocusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C 25October27th CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT; CONT. NO. PR-MPW-25012P Tracking#: 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 CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 1 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C Tracking#: Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and 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://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the on line training or reaching out to the Proco re 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, CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 2 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C Tracking#: 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 productivity for all parties. The use of Proco re 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: -r(rr,o[A,J t'L· .. D~K 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 (NAie) 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 lim it 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 CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 3 City Attorney Approved 6/5/2024 Tracking#: of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or 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' COMPENSATION 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 sixty {60) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within ninety {90) working days after receipt of Notice to Proceed. CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 4 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C CONTRACTOR'S INFORMATION. Saturn Electric, Inc. (name of Contractor) 219097 (Contractor's license number) C-10, A, B; 1/31/2026 (license class. and exp. date) 1000007128;6/30/2026 (DIR registration number/exp. date) 7552 Trade Street (street address) San Diego, CA 92121 (city/state/zip) 858-2714100 (telephone no.) tim@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] CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 5 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C CONTRACTOR Saturn Electric, Inc., a California corporation By: c;? u z:.. (sign here) Tim Dudek, CEO and CFO (print name/title) By: (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 Deputy City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached . .!f..£ 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: ti~ vtf>IA,$ Deputy/ Assistant City Attorney CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 6 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C 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 w riting 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 Total% Subcontracted: __ /_,r/"""'----- The Contractor must perform no less than 50% of the work with its own forces. CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT %of Total Contract CONT. NO. PR-MPW-25012P Page 7 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C Tracking#: EXHIBIT B SCOPE OF WORK AND COST Summary Contractor will provide the necessary labor, materials and tools needed to replace two light poles, fixtures and concrete bases at Calavera Hills Community Park. Labor and Materials • Remove and replace existing light pole concrete bases, light poles and fixtures • Grade and form to pour two (2) new concrete bases: o Concrete base dimensions required per each base: • 24" diameter • 5' long • Concrete pole base with (6) #5 vertical rebar basket equally space • #3 rebar ties on center • (3) #3 Rebar ties, 1 ½" on center • Provide bare CU #4 ground from pole to footing connector to rebar cage • #4 conductor to be minimum 20' long • Galvanized anchor bolts as required by pole manufacture • Provide double locknuts at pole base for pole level adjustment • Stainless steel anchor bolts and nuts • Branch circuiting to handle adjacent to pole • Concrete base height; 6" minimum above grade • Install two (2) new light poles and two (2) light fixtures: o Two (2) light fixtures will be supplied by the city o Light pole model: Valmont 340845805T4 -35' o Color: Bronze o Base plate with leveling nuts o Aluminum bolts and nut covers o Grout between bottom of pole base and top of concrete base • Each light pole will have one (1) new pull box: o Two (2) concrete pull box; lO"W x 15"L x 12"0, marked identification 'electrical' on concrete lid o Pull box installation level to final grade • Remove all existing electrical wires from pull box to light pole and replace with new electrical wires from pull box to light pole • All wire connections shall use dry pack waterproof installation • Contractor shall use plywood protection to protect landscape as needed from equipment and spoils • All spoils shall be hauled off site and disposed by the contractor CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 8 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C Cost • Labor {60 hours at $123.00 hour) • Materials • Base demo and installation • Markup TOTAL COST: Exclusions • Temporary power and lighting. • Electrical permits and fees. • Repairs of the existing electrical system. • Landscape repairs. $7,3800.00 $9,300.00 $14,900.00 $2,420.00 $34,000* Tracking#: *Includes prevailing wage, Labor and Materials Bond, taxes, fees, expenses and all other costs. CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 9 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C Tracking#: Bond# GRCA71917 EXHIBIT C LABOR AND MATERIALS BOND 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: CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT; CONTRACT NO. PR-MPW-25012P 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 the terms thereof require the 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 Granite Re, Inc. dba Granite Surety Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of thirty-four thousand dollars ($34,000), 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 CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 10 City Attorney Approved 6/5/2024 I I I. 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 ____ day of ____________ _, 20E. S_a_t_u_n_1 _E_le_c_t1_·i_c,_I_n_c _. ____ (SEAL) (Principal) Granite Re, Inc. dba Granite Surety Insurance Company (SEAL) (Surety) �y: -�fl:=.==::::::_ ___ By: �� z=..5 (Signature) /(s;gnature) Kenneth D. Whittington, Attorney-In-Fact (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: Deputy /Assistant City Attorney CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 11 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C 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 the document. ACKNOWLEDGMENT OF PRINCIPAL state of U\L\fOgN\ti.. County of -~'5~~~~~:D~\-f,_b~O~-- On this bi\\ day of QCJDBU , 20 jff_, before me I\~~ pl,) 0£:ll ~o-r,&J f'\}e>U{ersonally appeared Here insert Name1an~ Officer :nt-AQ-n\J ~. V\)J)£{. , who proved to me on the basis of satisfactory evidence to be the person -~~~-..!...ll.=J-~+N-,-,a4,m-e~o~f--c'St~'gn=e~,~-----· whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her authorized capacity, and that by his/her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. AMY DUDEK COMM. #2S21061 z Notary Publlc • California ~ San Diego County ... My Comm. Expires June 19, 2029 State of Oklahoma County of Oklahoma I certify under the PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ACKNOWLEDGMENT OF SURETY On this 3 day of October, 2025 before me personally come(s) Kenneth D. Whittington, Attorney-in-Fact of Granite Re, Inc. OBA Granite Surety Insurance Company with whom I am personally acquainted, and who, being by me duly sworn, says that he reside(s) in Oklahoma City, Oklahoma that he is the Attorney-in-Fact of Granite Re, Inc. OBA Granite Surety Insurance Company, the company described in and which executed the within instrument; that he know(s) the corporate seal of such Company; and that the seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and he signed said instrument as Attorney(s)-in-Fact of the said Company by like order. GR-34 (CA) Ed. 01-22 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of MINNESOTA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: KENNETH D. WHITTINGTON; KYLE MCDONALD its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: KENNETH D. WHITTINGTON; KYLE MCDONALD may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Assistant Secretary, this 31st day of July, 2023. STATE OF OKLAHOMA COUNTY OF OKLAHOMA SS: Kenneth D. Whitti ton, President /.. I tr//~vzJ Kyle4. McDonald, Assistant Secretary On this 31st day of July, 2023, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY and Kyle P. McDonald, Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Assistant Secretary of GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Assistant Secretary, respectively, of the Company. ,,,,,,':t .. J.'''•,,,. ~~0t.l\.n ,,' ~-.... :1(;',,, ~ My Commission Expires: ;.t-~_..,,.,.\'<o\ ,.,1 ... -. \ • --------++-t-+--------- Acpril 2:, ~027# 11003620 \,½~t.':.t..-~ ... )} Notary Public omm1ss1on : --,,,,,,,.,,,11,\''''' GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Assistant Secretary of GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY, a Minnesota Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Assistant Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has substr!bed this Certificate and affixed the corporate seal of the Corporation this I 2025, --------- /._ / ;4 f'Z/zJ Kyle Pl McDonald, Assistant Secretary GR-40 (CA) Ed. 06-24 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C To be attached to bond number GRCA71917 Bond Number: Principal: Obligee: Premium: GR-48 (CA) Ed. 06-24 GRCA71917 Saturn Electric, Inc. City of Carlsbad, CA $245.00 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C 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. CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 12 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C 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 oftheirsubcontractor(s) ("Fleet") is true and correct: □ The Fleet is subject to the 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. D 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). □ 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. Na me of Contractor: ~Sa~t~u~rn_E_l~ec~t~ri~c~l~nc~·----------- Signatu re: __,s ..... ~"--"c_,..• '-----4,</I'-:::::--'---------------- Name: -Y,-rn¢±h'j A· .. Q~k:, Title: -!Cu.)}ld,q,n -t Date: CALAVERA HILLS COMMUNITY PARK BASKETBALL LIGHT POLE REPLACEMENT CONT. NO. PR-MPW-25012P Page 13 City Attorney Approved 6/5/2024 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873CACORll CERTIFICATE OF LIABILITY INSURANCE I DATE {MMIDD!YYYY) ~ 08/08/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEQATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIACATE HOLDER. IMPORTANT: It the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS "WAIVED, subjec:I to the terms and condillons of the policy, certain policies may require an endorsement. A statement on this certilicate does not confer rights to the certificate holder in lieu of such endorsement{s). PROOUCER NAME-;"-· CLIENT CONTACT CENTER FEDERATED MUTUAL INSURANCE COMPANY (A/C, No, Eltl: 888-333-4949 I (AIC, No): 507-446-4664 HOME OFFICE: P.O. BOX 328 OWATONNA, MN 55060 ~·J"Di1i°ss: CLIENTCONTACTCENTER@FEDINS.COM INSURERS AFFORDING COVERAGE NAIC# INSURER A:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED INSURER B: SATURN ELECTRIC, INC. 7552 TRADE ST INSURER C: SAN DIEGO, CA 92121-2412 INSURER D: INSURER E: INSURER f": COVERAGES CERTIFICATE NUMBER. 105 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 IJI.Y CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POL.ICIES 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 INSURAACE AODL SUBR POLICY NUMBER rrf~MiiYWVl i&3'dfo'f..Jl0fi LIMITS "' lNSR WVD COMMERCIAL GENERAL LIABILITY EACM OCCURRENCE $1,000,000 -□ CLAIMS-MADE 0 OCCUR I P~~~..!~ce,EITTED PREMISES -$100,000 X BUSINESS OWNER'S LIABILITY MED EXP (Pfly cne perscn) A ~ y N 1873527 10/01/2025 10/01/2026 $1,000 000 PERSONAL & ADV INJURY 0EN1. AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2.000000 ~ .POLICY ors: □LOC PRODUCTS & COMP/OP J>t;C $2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (E• accident) $1,000,000 - X ANYAUTO BODILY INJURY (Per Parson) --N N 1873528 10/01/2025 10/01/2026 A OWNED AUTOS ONL y -xcr~~ULED BODILY INJURY (Per Accident) - HIRED AUTOS ONLY _ ~8-f'~~r,[~ I rp~~~~jr ]AMAGE - X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $2,000,000 -~ A EXCESS LIAS CLAIMS-MADE N N 1873531 10/01/2025 10/01/2026 AOOREGATE $2,000,000 OED I IRETENTIOII WORKERS COMPENSATION I PER STATUTE I ioTHER AND EMPLOYERS' LIABILITY e MY PROPRIETOR/PARTNER/ EXECUTIVE E.L EACH ACCIDENT OFFICER/MEMBER EXCLUDED? N/A (M11ndat11ry In NH) E.L DISEASE £A EMPLOYEE I! ye&. da1ctibe undar DESCRIPTION OF OPERATIONS b~IIIW E.L DISEASE· POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIOl'tS I VEHICLES (ACORD 101, Additional Rem1r1ts Schel!ule, may be anachad I! mgre space ls required) SEE ATTACHED PAGE CERTIFICATE HOLDER CANCELLATION CITY OF CARLSBAD/CMWD 105 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED C/0 EX1GIS INSURANCE COMPLIANCE SERVICES PO BOX 947 BEFORE THE EXPIRATION DATE THEREOF, NOTICE Will. BE DELIVERED IN MURRIETA, CA 92564-0947 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE JJJ.L t. ;;:,_ © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo ill"e registered marks ol ACORD Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C .~ .. ACORD ......__,, AGENCY CUSTOMER 10: ---------------------~ LOC#: __ ~---------------~ ADDITIONAL REMARKS SCHEDULE Page or AGENCY NAMED INSURED FEDERATED MUTUAL INSURANCE COMPANY SATURN ELECTRIC, INC. 7552 TRADE ST POLICY NUMBER SAN DIEGO, CA 92121-2412 SEE CERTIFICATE# 105.0 CARRIER I NAIC CODE EFFECTIVE DATE: SEE CERTIFICATE# 105.0 SEE CERTIFICATE# 105.0 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED BY CONTRACT ENDORSEMENT FOR BUSINESSOWNERS LIABILITY. INSURANCE PROVIDED BY THE BUSINESSOWNERS LIABILITY IS PRIMARY AND NONCONTRIBUTORY OVER OTHER INSURANCE SUBJECT TO THE CONDITIONS OF THE PRD1ARY AND NON-CONTRIBUTORY CLAUSE ENDORSEMENT FOR REASONS OTHER THAN NON-PAYMENT OF PREHIUHJ 30 DAYS NOTICE WILL BE PROVIDED TO THE CERTIFICATE HOLDER IN THE EVENT THAT THE ISSUING COHPANY 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: 773662DD-1D2E-41C4-8113-9495EFDD873C FEDERATED INSURANCE COMPANIES THIS ENDORSEMENT MODIFIES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM A. Paragraph C. Who Is An Insured is amended to include as an additional insured any person or organization, other than a joint venture, for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured 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. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. This additional insurance does not apply to: 1. An employee, association of employees or labor union, except with respect to work performed by or for you for such employee, association of employees or labor union under direct contract between you as contractor and such employee, association of employees or labor union as owners; 2. Any railroad company except with respect to work performed by or for you for such railroad company under direct contract or agreement between you and such railroad company; 3. Any person or organization whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the preparation or approval of or the failure in preparation or approval of maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs, drawings, specifications or the performance of any other professional services by such person or organization; or 4. Any of your Subcontractors, or any partner, officer, agent or employee of such Subcontractor. B. The Coverage extended to any additional insured by this endorsement is limited to, and subject to, all terms, conditions, and exclusions of the coverage form to which this endorsement is attached. In addition, Coverage shall not exceed the terms and conditions that are required by the terms of the written agreement to add any insured, or to procure insurance. C. In the event that the Limits of Insurance shown in the Declarations exceeds the limits of liability required in a written contract or written agreement for an additional insured, the insurance provided to the additional insured shall be limited to the limits of liability required by that written contract or written agreement. D. Additional Exel usions The insurance afforded to any person or organization as an insured under this endorsement does not apply: 1. To "bodily injury", "property damage" or "personal and advertising injury" which occurs prior to the date of your contract with such person or organization; • 2. To "bodily injury" or "property damage" included within the "products -completed operations hazard"; or 3. To "bodily injury", "property damage" or "personal and advertising injury" arising out of the sole negligence of any person or organization that would not be an insured except for this endorsement. Includes copyrighted material of Insurance Services Office, Inc. with its permission. BP-F-115 (07-09) Policy Number: 1873527 Transaction Effective Date: 10/01/2025 Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM II is agreed that the insurance provided by any additional insured endorsement is primary. We will not seek contribution from any other insurer when insurance on a non-contributing basis is required by contract. Includes copyrighted material of Insurance Services Office, Inc. with its permission. BP-F-119 (07-04) Policy Number: 1873527 Transaction Effective Date: 10/01/2025 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 12/09/2024 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 (A/C, No, Ext): (800) 592-0047 FAX (A/C, No, Ext): (800) 592-2541 Administrator, California Contractors Network, Inc. E-MAIL ADDRESS: service@breckpoint.com 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 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 LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ POLICY PROJECT LOC PRODUCTS - COMP/OP AGG $ OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident)$ ANY AUTO BODILY INJURY (Per person)$ ANY OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident)$ HIRED AUTOS NON- OWNED AUTO PROPERTY DAMAGE (Per accident)$ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $$ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N X WC STATU- TORY LIMITS OTH- ER A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE/MEMBER EXCLUDED?N N/A X 4503-098 01/01/2025 01/01/2026 E.L. EACH ACCIDENT $5,000,000.00 (Mandatory in NH)E.L. DISEASE - EA EMPLOYEE $5,000,000.00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $5,000,000.00 B EXCESS WORKERS COMPENSATION SP 4067949 01/01/2025 01/01/2026 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 CANCELLATION City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163 ACORD 25 (2014/01)The ACCORD name and logo are registered marks of ACORD © 1988-2010 ACORD CORPORATION. All rights reserved AUTHORIZED REPRESENTATIVE A. Seegmiller SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C-I -~'LJK/1..J ~ I -□ □ -□ □ - ~ □ □ - --□ □ -~ -~ -tj □ □ -n I I I □ □ □ □ PAGE 2 NOTEPAD: INSURED'S NAME: Saturn Electric, Inc. DATE: 12/09/2024 City of Carlsbad Docusign Envelope ID: 773662DD-1D2E-41C4-8113-9495EFDD873C 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: 773662DD-1D2E-41C4-8113-9495EFDD873C