Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Siemens Mobility Inc; 2018-12-17; PWM19-507TRAN
RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2019-0313001 111111111111 lllll 11111111111111111111111111111111111111111111111111111 Jul 30, 2019 03:24 PM OFFICIAL RECORDS Ernest J Dronenburg, Jr , SAN DIEGO COUNTY RECORDER FEES $0 00 (SB2 Atkins. $0 00) PAGES 1 Space above this line for Recorder's use. PARCEL NO: n/a ~~-------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on May 9, 2019. 6. The name of the contractor for such work or improvement is Siemens Mobility, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 6002 (PWM19-507TRAN), Street Light Relocation and Sidewalk -La Costa Ave. 8. The street address of said property is in the 2500 block of La Costa Ave. in the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on '"J°IJ w~ J7tn I 20Jj__, accepted the above described work as completed and ordered t~t a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on 'Zfvu 19 t>-, , 20 M, at Carlsbad, California. CllY OF CARLS~ ~~___:_____Hee/di bdrfJe 7- .fo{ BARBARA ENGLESON Depv/.J) C;-1.f) C)tl~ City Clerk (../ J Q:\Public Works\PW CommonlCAPITAL-ACTIVEIPWM19-507TRAN Street Light Reloc & SW La Costa Ave\NOC.doc CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Siemens Mobility, Inc. has completed the contract work required for Project No. 6002 (PWM19- 507TRAN), Streel Light Relocation and Sidewalk -La Costa Ave. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Relocation of street light $18,620 CERTIFICATION OF COMPLETION OF IMPROVEMENTS CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. ,A111#k_ -J•t7, I 'j Scott Chad\tUk, City Manager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By: __ ....::o....__.c:::-_--=---->.-_..,,_ __ Deputy City Attorney Q \Public Works\PW Common\CAPITAL-ACTIVEIPWM19-507TRAN Street Light Reloc & SW La Costa Ave\APl.doc Project: 6002, Street Light Relocation and Sidewalk -La Costa Ave Change Order No. 1 CONTRACT CHANGE ORDER NO. 1 PROJECT: Street Light Relocation and Sidewalk-La Costa Ave CONTRACT NO. PWM19-507TRAN P.O. NO. P136781 ACCOUNT NO. 3107000-9060/60021-9066 CONTRACTOR: Siemens Mobility Inc. ADDRESS: 1820 John Towers Ave, Suite A El Cajon, CA 92020 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. Pursuant to the Standard Specifications for Public Works Construction, perform the following: Item 1 : Decrease Bid Item No. 8, new Ameron 1 C6 Concrete Pole install, by 1 EA at the contract unit price of $3,455/EA. Decrease to contract cost ............................................................. ($3,455.00) TOTAL DECREASE TO CONTRACT COST ................................................. ($3,455.00) TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY ZERO (0) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. APPROVED AS TO FORM: GA . ~/ CITY ATTORNEY s--l:v(/ 1 '{ (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR (DATE) PWM 19-507TRAN CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT STREET LIGHT RELOCATION AND SIDEWALK -LA COSTA AVE; CONT. NO. 6002 This agreement is made on the 11 f1"\. day of Decc:b'.'\ ber: , 20J.8 by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Siemens Mobility Inc., a California corporation whose principal place of business is 1820 John Towers Ave Suite A, El Cajon, CALIFORNIA 92020 (hereinafter called "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, 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: Jonathan Schauble (City Project Manager) WAGE RATES. 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. STREET LIGHT RELOCATION AND SIDEWALK-LA COSTA AVE CONT NO. 6002 Page 1 of 7 City Attorney Approved 9/27/16 PWM 19-507TRAN 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 agreement 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 years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor f articipating in contract bidding. Signature: Print Name: 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 of Injuries including accidental death, to any one person in an amount not less than ........ $1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $1,000,000 Property damage insurance in an amount of not less than ....... $1,000,000 Automobile Liability Insurance in the amount of $1,000,000 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 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 thirty (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. STREET LIGHT RELOCATION AND SIDEWALK-LA COSTA AVE CONT. NO. 6002 Page 2 of 7 City Attorney Approved 9/27/16 PWM 19-507TRAN INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from 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. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within ten (10) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within twenty (20) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. SIEMENS MOBILITY INC., a California corporation Ill Ill Ill Ill Ill Ill Ill Ill (name of Contractor) 758796 (Contractor's license number) C10 A B C16 C20 (license class. and exp. date) 1000002447 (DIR registration number) 06/20/2019 (DIR registration exp. date) STREET LIGHT RELOCATION AND SIDEWALK-LA COSTA AVE CONT. NO. 6002 Page 3 of 7 1820 John Towers Ave Suite A (street address) El Cajon, CALIFORNIA 92020 (city/state/zip) 619-562-1104 (telephone no.) (fax no.) Christina.Hlavac@siemens.com (e-mail address) City Attorney Approved 9/27 /16 PWM 19-507TRAN AUTHORITY. The individuals executing this Agreement 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 Agreement. CONTRACTOR SIEMENS MOBILITY INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By~ ~~ 5Twe-J'l£-,,.,L.-1J)112Ec.-,oR cl-S~1t,,,,L- (print name/title) By: )------- By: ......... l:~o~E--'C.£-=-Cf~__,_'fi_~---.c-U-=-6_T~'~L=------+--_5~AL_ts ~ ~tJA&l E-le (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ~ corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group B Secretary, Assistant Secretary, Group A Chairman, President, or Vice-President 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: STREET LIGHT RELOCATION AND SIDEWALK-LA COSTA AVE CONT NO. 6002 Page 4 of 7 City Attorney Approved 9/27/16 PWM19-507TRAN EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor 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 sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor 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 Portion of Project to Business Name and Address DIR Registration License No., %of be Subcontracted No. Classification & Total Expiration Date Contract l1''/, r,\t-wetlS '{t-<V ~':"'~illA i '4 o c;1 e.iiritnf\ t>chn\ 11d · qb0"2r£3"1 ) t,,'/- ~~c..\t\e, 1 Cir '\i•'{ o Total% Subcontracted: The Contractor must perform no less than fifty percent (50%) of the work with its own forces STREET LIGHT RELOCATION AND SIDEWALK -LA COSTA AVE CONT. NO. 6002 Page 5 of 7 City Attorney Approved 9/27/16 ITEM UNIT NO. 1 LS 2 LS 3 LS 4 sq feet 5 LS 6 LS 7 each 8 each EXHIBIT B Street Light Relocation and Sidewalk -La Costa Ave sidewalk installation to include clearing area of vegetation JOB QUOTATION QTY DESCRIPTION 1 Clearing and grubbing and compaction to prepare for PCC sidewalk 1 Install new foundation for light pole per SDRSD E-1 and E-2 1 ROW permit, traffic control plans, traffic control and public notification 75 4-inch PCC sidewalk per SDRSD G-7 1 relocate existing pole and light fixture behind sidewalk 1 remove and replace pull box and make electrical connection to light fixture 3 relocate existing mail boxes to back of curb face 1 if necessary, new Ameron 1C6 Concrete Pole install TOTAL* *Includes taxes, fees, expenses and all other costs. STREET LIGHT RELOCATION AND SIDEWALK-LA COSTA AVE PWM19-507TRAN PRICE $2,065 $3,560 $200 $4,125 $2,890 $480 $1,845 $3,455 $18,620 CONT. NO. 6002 Page 6 of 7 City Attorney Approved 9/27/16 SIEMENS June 15, 2018 Johnathan Schauble, PE Public Works Department City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 760-602-2762 PWM 19-507TRAN Siemens Industry Inc. 1820 John Towers Ave. Suite A El Cajon, California 92020 619.562.1104 Office 855.710.9156 Fax www.usa-siemens.com/mobility RE: Proposal for Street Light Relocation and Sidewalk Panel Installation at 2532 and 2536 La Costa Ave., City of Carlsbad Dear Mr. Schauble: We offer to perform the following work, on the terms and conditions stated below, and at the prices shown, as follows: As per your request, Siemens is pleased to offer the following price to perform a Street Light Relocation (with foundation and wiring and possible pullbox) a few feet to the back of sidewalk and pour standard sidewalk at 2532 and 2536 La Costa Ave. Siemens will re-use existing pole and fixture if possible. If the existing pole cannot be reused below is a price for a new Ameren Pole. Item Description Qty. Amount 1 2 3 4 5 6 7 8 Clearing and Grubbing and compact soil at 2532 and 2536 La Costa Ave. to prepare for PCC lLS $2,065.00 Sidewalk Install New Foundation for light pole at back of sidewalk per SDRSD E-1 and E-2 (560-C-3250) lLS $3,560.00 ROW Permit (no fee), Traffic Control Plans, Traffic Control & Public Notification lLS $200.00 4" P.C.C. Sidewalk per SDRSD G-7 (520-C-3250 Concrete 75 SF $55.00 Per SF Relocate Existing Pole and Light Fixture at 2532 La Costa Ave. behind Sidewalk lLS $2,890.00 Remove and Replace pull box and make electrical wired connection to relocate light pole lLS $480.00 Relocate existing mail boxes in new concrete at 2536, 2530, and 2532 La Costa Ave. at back of 3EA $615.00 EA curb If existing pole can't be re-used, install Ameren Series 1C6 Concrete Pole, 14'-16' height, #37 lEA $3,455.00 EA Finish, with graffiti coating and re-use light mast arm and fixture. This proposal is an estimate, if unexpected problems arise we will notify you before we proceed and a change order for the extra work will be provided. Additionally, the price listed above does not include any bond or permit fees. This offer shall expire 60 days from the date hereof and may be withdrawn by us at any time prior thereto with or without notice. This offer supersedes any prior offers, commitment or orders, contains all terms, conditions and warranties and when accepted, constitutes the entire contract between the parties. The resulting contract shall not be modified except by formal written amendment. This offer shall be accepted by delivery to us of a copy of this offer duly signed by you in the space provided. The foregoing offer is hereby accepted this ___ day of ___ ~ 2017. CITY OF CARLSBAD SIEMENS INDUSTRY INC. By: _______ _ Christina Hlavac Title: ---------Service Operations Coordinator Page 7 of 7 THIS DELEGATION ONLY APPLIES TO SIEMENS MOBILITY, INC. ALL CONTRACTS, BIDS, CERTIFICATES, AFFIDAVITS OR ANCILLARY DOCUMENTS TO BE SIGNED ON BEHALF OF SIEMENS INDUSTRY, INC. MUST BE SIGNED BY MARC BUNCHER AND MARSHA SMITH WITHOUT EXCEPTION DELEGATION OF APPROVAL AUTHORITY FROM CEO MARC BUNCHER AND CFO MARSHA SMITH Mobility Management Rolling Stock Intelligent Traffic Systems Turnkey Projects & Electrification Customer Services SIEMENS MOBILITY, INC. A. The undersigned Marc Buncher, CEO and Marsha Smith, CFO of the Siemens Mobility, Inc. (the "Corporation"), a corporation duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as CEO and CFO to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, any bids, projects, contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to $10 million. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) <Name/Position) John Paljug Stefan Heckrath VP-MM Senior Director FBA-MM Michael Cahill Christopher Halleus VP-RS Senior Director, FBA -RS Robin Stimson James Thornton VP-RS MK&S Head of Procurement -MO Chris Maynard Michael Tyler VP-CS Senior Director, FBA -CS Andreas Thon Miriam Scheer VP-TPE Senior Director, FBA -TPE Marcus Welz David Buchfuehrer VP-ITS Senior Director, FBA-ITS 1 B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name or on behalf of the Corporation the same documents as referenced in paragraph A, up to and including a transactional limit of $5 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Position} Douglas Dreisbach Nick D'Alessandro Director, Projects -MM Controller, Products & Freight Engineering MM Stephan Klein, ,. Jessica Shaiegan Senior Project Director -MM Director Procurement -MM Steve Gitkin Valerie Conway Sales Director -ITS Senior Director, RS SPR David Gutierrez Thomas Wiechert Director RS LR Director, RS LR Luis Tandi Resta Chris Halleus Director, Products -MM Acting FBA -LM Armin Kick Thomas Glafenhein VP -LM & HI Director, RS SC BG & RS TD Omid Akbarzadeh-Paydar Kim Swain Director, RS SC BG Director RS CRC Raymond Ginnell Angel Acuna-Siles Director RS CRC Director, FBA Projects -MM Mike Nolan Matthew Rumbold Director, Sales -MM Manaqer Procurement -CS Laura Coates General Manaqer, RS TD C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $3 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Position) Tony Ritter Nikki Bassi Director CS Director, RS Reiner Martin Cathie Steele Director CS Director CS LR & MM Mark Bennett Carrie Hernandez VP, Operations RS Director RS SPR David Hart Michelle Picard Manager, TPE Director, RS Cesar Losada Matthaeus Decker Director, CS ManaQer, RS SPR Dimitrios Andrikos Craig Debevoise Director Bid & Project Manaqement -ITS Projects Commercial, ITS Simon Davidoff David Anderson Director, Data Services -CS Project Procurement Manager TPE Steve Teal Rudolf Wagner Director ITS Service Performance Controlling, MO 2 Jeb A Echols Warren Openshaw Manaqer, Project Estimatinq -MM Director, Operations BA, RS Paul Aichholzer Natalie Liggett Director, Projects, RS LM Sr. Commercial Project Manager, MM Rodrigo Resende Astig Arakelian Business Development Professional, TPE Real Estate, MO D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $1 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Sui;mort Function (Name/Position) (Name/Position) Paul Eliea, Tommy Charurat Director, MM Director, Performance Controlling RS David Costello, Gisela Kaufmann Director, MM Controller, MM Dave Jeanette Constanze Kutschki Manaqer, MM Manaqer, RS SPR Jim Lyons Ronald Staggs Sr. Manager, MM Commercial Project Manager, RS LR Jeff Balogh Mary Matos Sr. Director, MM Commercial Project Manaaer, RS LR George Long Christine Jaw V, EnQineerina RS Commercial Project Manaqer, CS Robert Martner Kavita Patel Senior Project Manager, RS LM Commercial Project ManaQer, CS Jeffrey Curran Christopher Smith Project Manaaer, RS LR Commercial Project Manaaer, RS LR Duane Kopp Adam Huey Project Manager, CS Commercial Project ManaQer, RS CRC Ron VanHuuksloot Thomas Koprowski Project Manaaer, RS LR Commercial Project Manaqer, RS SC BG Thomas Stehlik David Spence Project Manager, RS ME Commercial Project Manager, ITS Viorel Aninoiu Sabine Andrikos Project Manager, RS LR Commercial Service Manager, ITS Carsten Nebe Solomon Lee Project Manaqer, RS CRC Commercial Project Manaaer MM Mark Anderson David Sarles Project Manaqer, CS Procurement Commodity Manager, MM Aaldrik Metting Stuart Adler Project Manager, RS LR Project Procurement Manager, MM Jochen Woern Joel Nielsen Project Manaqer, CS Commercial Project Manaqer, RS LR Chander Khanna, James Hryniewicz Sr. Director, Manufacturing Processes Commercial Bid Manager, TPE RS Ibrahim Kalender Daria Lesnykh Project Manaqer, RS SC BG Commercial Project Manager, CS 3 Barry Sidler Donna Lam Proqram Manaqer, CS Commercial Project Manaqer, RS CRC Luis Correia Noureann Mitchell Proiect Manager, CS Procurement Proiect Manaqer, ITS Michael Hutchens Rosa Baquero Operations Manager, ITS Commercial Project Manager, Field Services RS William Tucker Sarah Jenik Operations Manaqer, ITS Commercial Support CS Gerhard Leitner David Michna Field Engineerinq Manaqement, CS Commercial Project Manager, CS Ivan Bukin Peter Silberhorn Project Manager, CS Commercial Project Manager, RS CRC & ME Kevin McGrew Lars Volger Director, Quality RS Commercial Project Manager, MM Goutham Lingannagari Tien Pham Senior Manaqer Projects, ITS Commercial Project Manaqer, CS Jamil Nasr Liam Nelson Enqineerinq Director, MM Commercial Project Manager, TPE Ben Linden Marcin Szczapa Senior Director Carborne Engineering, Commercial Project Manager, CS MM Christopher Hammett Clive Lepper Project Manaqer, TPE Commercial Project Manaqer, RS LR Abhinav Mitra Michael Keats Project Manager, TPE Commercial Project Manaqer, TPE Matthew Thomas Noe Padilla Project Manager, CS Commercial Project Manager, TPE Mason Boswell Nishant D'Sa Project Manager, RS LR Commercial Project Manaqer, MM · Stefan Lauer Lauren Westfall Project Manager, TPE Commercial Project Manager, MM Mark Godsey Lisa Carns Project Manager, TPE Commercial Project Manaqer, MM Shawn Mccuaig Angela Hunter Director, Field Services RS Commercial Project Manager, MM Evgeny lnozemtsev Michelle Hillen Project Manai:ier, RS SC BG Commercial Project Manaqer, MM Francois-Xavier Beau Anchal Bansal Project Director, MM Commercial Project Manaqer, ITS Jacob Street Claudia Thiele Project Manager, MM Commercial Project Manager, ITS Michael Carlo Juan Punez Project Manager RS LR ControllinQ, RS TD Benjamin Kotze Rogerio Lavieri Head of Engineering, TPE Commercial Project Manaqer, RS LM Rolf Neuhaus Varnnaphapar Mekwattana Project Manaqer, RS CRC Commercial Project Manager, RS SC BG Hany Gadalla Project Manager, TPE Dave Kost Production Manager, TPE Nicholas Corley Warehouse Manager, TPE Tony Abboreno Project Manager, TPE 4 Eddie Urioste Project Manager, TPE Erik Schildknecht Proiect Manaoer, CS Jon Aliason Project Manaoer, CS Malte Schierwater Project Manaaer, RS LM Timothy Ferguson Head of Operations, RS TD Clint Schuckel Operations Manager, ITS Laryssa Parker Head of Dioital Lab ITS Charles Bell Proiect Manaoer, RS LR Nathan Kalesnikoff Proiect Manaoer -Bids & Proposals TPE Jonathan Vann Project Manaaer TPE Alejandro Sierra Proiect Manaaer, TPE E. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of $250 thousand. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function /Name/Position) tName/Position, Diana Johnson Bid Manager ITS John Billings Bid Manaaer ITS David Love Sales Manaaer, ITS Robert Paquette Sales Manaaer, ITS Stefan Kraemer Business Developer, RS TD F. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C, D, and E are binding upon the Corporation. G. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions, whom shall have the requisite signature authority to be legally binding upon the Corporation. H. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person's delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. 5 I. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said Corporation, as of the 1st day of October, 20 8. Marc Buncher CEO Siemens Mobility, Inc. Marsha Smith CFO Siemens Mobility, Inc. 6 ACORD9 CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYYY) ~ 10/23/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: MARSH USA, INC. r.~~Ntio "•"· I FAX 445 SOUTH STREET {AJC Nol: MORRISTOWN, NJ 07960-6454 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# 100129-MOBl-18/19 MOBI SACHS 1185 NOC60 INSURER A: HDI Global Insurance Company 41343 INSURED SIEMENS MOBILITY, INC. INSURER B : Travelers Property Casualtv Co. of America 25674 170 WOOD AVENUE SOUTH INSURER c: The Travelers lndemnitv Companv 25658 ISELIN, NJ 08830 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: NYC-009036429-35 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF ,~gr~i~, LTR TYPE OF INSURANCE •••~n .,.,n POLICY NUMBER IMM/DD/YYVY\ LIMITS A X COMMERCIAL GENERAL LIABILITY GLD11101-10 10/01/2018 10/01/2019 EACH OCCURRENCE $ 1,000,000 -0 CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence\ $ 1,000,000 MED EXP (Any one person) $ 100,000 - PERSONAL & ADV INJURY $ 1,000,000 f--------- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 10,000,000 ✓ ~ •PRO-DLoc INCL POLICY JECT PRODUCTS -COMP/OP AGG $ OTHER: s B AUTOMOBILE LIABILITY TC2J-CAP-7440L34A-18 10/01/2018 10/01/2019 COMBINED SINGLE LIMIT $ 2,000,000 !Ea accident! ~ X ANY AUTO BODILY INJURY (Per person) s NIA OWNED -SCHEDULED X BODILY INJURY (Per accident) $ NIA AUTOS ONLY ~ AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ NIA AUTOS ONLY AUTOS ONLY {Per accident) ~ $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGGREGATE $ OED I I RETENTION $ $ B WORKERS COMPENSATION TC2J-UB-8049X508-18 (AOS) 1u/u1,Lu lti 10/01/2019 X I ~~fTuTE I I OTH- AND EMPLOYERS' LIABILITY ER C Y/N TRK-UB-8049X51A-18 (AZ,MA,OR,WI) 10/01/2018 10/0112019 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE 0 E.L. EACH ACCIDENT $ B OFFICER/MEMBER EXCLUDED? NIA 10101/2018 10/01/2019 (Mandatory in NH) TWXJ-UB-7440L338-18 (OH & WA) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under """""'$500K LIMIT I $500K SIR"""""' DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached ii more space Is required) RE STREETLIGHT DAMAGE REPAIR SERVICES. SEE ATTACHED CERTIFICATE HOLDER CANCELLATION CITY OF CARLSBAD/CMWD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1635 FARADAY AVE. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CARLSBAD, CA 92008 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. I Manashi Mukherjee --Mo..-.....o1'A ~ © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: _1_;0_0_1_29 _______________ _ LOC #: Morristown L___, ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED MARSH USA, INC. SIEMENS MOBILITY, INC. 170 WOOD AVENUE SOUTH POLICY NUMBER ISELIN, NJ 08830 CARRIER I NAICCODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance RE: STREETLIGHT DAMAGE REPAIR SERVICES. CITY OF CARLSBAD MUNICIPAL WATER DISTRICT AND CITY OF CARLSBAD ARE HEREBY ADDITIONAL INSURED AS OBLIGATED UNDER CONTRACT UNDER THE REFERENCED GENERAL LIABILITY AND AUTOMOBILE LIABILITY INSURANCE POLICIES. COMPLETED OPERATIONS COVERAGE IS INCLUDED IN THE GENERAL LIABILITY POLICY. WAIVER OF SUBROGATION IS EFFECTUAL. IF THESE POLICIES ARE CANCELLED FOR ANY REASON OTHER THAN NON-PAYMENT OF PREMIUM, THE INSURER WILL DELIVER NOTICE OF CANCELLATION TO THE CERTIFICATE HOLDER UP TO 60 DAYS PRIOR TO THE CANCELLATION OR AS REQUIRED BY WRITTEN CONTRACT, WHICHEVER IS LESS. Page 2 of 2 ---- ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: GLD11101-10 COMMERCIAL GENERAL LIABILITY CG 20101185 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -(FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Any Person or Organization Required by a Written Contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of ''your work" for that insured by or for you. It is agreed that this insurance maintained pursuant to the written contract agreements shall be primary to, and not contribute with any insurance or self-insurance maintained by the above, but only with respect to work performed by or on behalf of the Named Insured. CG 201011 85 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 • POLICY NUMBER: GLD11101-10 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION TO THE EXTENT REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule if not shown above will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV -Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or ''your work'' done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 2404 0509 © Insurance Services Office, Inc., 2008 Page 1 of 1 • .... TRAVELERS] WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 0313 (00)- POLICY NUMBER: (TC2JUB-8049X50-8-18) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHOM A WAIVER OF SUBROGATION IS REQUIRED BY CONTRACT OR AGREEMENT OR PEBMIT, BUT COVERAGE IS LIMITED TO THE SCOPE OF THE WORK PERFORMED BY THE INSURED UNDER SUCH CONTRACT, AGREEMENT OR PERMIT. DATE OF ISSUE: 09-07-18 ST ASSIGN: