Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Republic ITS; 2012-07-11; CTD592
Project Manager John Maashoff (760) 434-2856 City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FORBID This is not an order. Date Issued: July 11, 2012 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 731^ Award will be made to the lowest responsive, responsible contractor based on total price. Request For Bid No.: cTd592 CLOSING DATE: July 11. 2012 Bid shall be deposited in the Bid Box located in the first floor lobby of tho Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until ^:00 p.m. on the day of Bid closing. Please use typewriter or black ink. Envelope MUST include Request For Bid N©^ r DESCRIPTION Labor, materials and equipment to Interim Street Light Damage Repairs, Markouts, & Conduit/Pull Box Repairs No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: John Maashoff Phone No. 760-434-2856 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (•), 2 (•), 3 (•), 4 (•), 5 (•). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor dba Republic ITS Name 371 Bel Marin Keys Blvd.. #200 Address Novato CA 94949 City/State/Zip 415-884-3000 Telephone 415-884-4800 Fax dirk.glaser(a).siemens.com E-Mail Address Revised 09/01/09 Name and Title of Person Authorized to sign contracts. Asst. Secretary Signature Dirk Glaser Title Name Date JOB QUOTATION ITEM NO. UNU QTY DESCRIPTION TOTAL PRICE 1 1 1 Interim street light damage repairs as quoted per occurance not to exceed cumulative total $25,000.00 GRAND TOTAL $25,000.00 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless othenwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. Note: Please do not sign the contract document (last page) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY: dba Repu Com pan 647154 ness Name Authoifiz^sUSignature Dirk Mser. Asst. Secretary & VP Printed'Name and Title 7|((.|t^ Date Contractor's License Number A. C10. C31.C61/D31 Classification(s) 6/30/2014 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: _ OR (Individuals) Social Security #: Revised 09/01/09 DESIGNATION OF SUBCONTRACTORS 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 work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work 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 the 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." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No Total % Subcontracted: Indicate Minority Business Enterprise (MBE) of subcontractor. Reyised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $30,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances goyerning labor. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approyal and acceptance by: John Maashoff (project manager) The Payment of Prevailing Wages Is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the proyisions of the California Labor Code when the public work is not a statewide concern. Payment of preyailing wages is at contractor's discretion. False Claims Contract 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 Goyernment Code sections 12650 et seq., the False Claims Act, proyides for ciyil penalties where a person knowingly submits a false claim to a public entity. These proyisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The proyisions 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 be subject to the contractor to an administratiye debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years an^Nhat debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Corjjtraqtor or subcontractor from participating in contract bidding. Signature: Print Name: 4- Reyised 09/01/09 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall proyide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coyerage in a form approyed 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 insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any yehicle 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 haye non-cancellation clause proyiding that thirty (30) days written notice shall be giyen to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. 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 eyery 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 coyered by the Contract, except for loss or damage caused by the sole or actiye 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. Reyised 09/01/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper yenue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within working days after receipt of Notice to Proceed. Completion: I agree to complete work within working days after receipt of Notice to Proceed. CONTRACTOR: Republic Intelligent Transportation Services. inc. DBA Btemiblic ITS By: Dirk Gl^r. Asst. Secretary & VP (print name and title) dirk.glaser(a)siemens.com CITY OF CARLSBAD a municipal corporation of the State of California: 2-By: ( (hi 9 «wwiww«^iik ^^iwy iviuiiuvf^i (address) By: ail addre •y/^O- ^g>^- 7^,73 / (telephone no.) >ign here) Mario Mattern. CFO (print name and title) mario.mattern(5).siemens.com ATTEST: (address) Noyato CA 94949 (city/state/zip) 415-884-3000 (telephone no.) 415-884-4800 (fax no.] (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or yice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. OthenA/ise, 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: RONALD R. BALL, City Attorney BY: Reyised 09/01/09 Deputy City Attorney -7- Reyised 09/01/09 SIEMENS Invoice Rl-132174 Date 5/29/2012 Bill To: Ship To: Page 1 CARLSBAD, CITY OF CARLSBAD. CITY OF Shipped yia 405 OAK. AVE. 405 OAK. AVE. No Carrier / Shipment Required CARLSBAD CA 92008-7314 CARLSBAD CA 92008-7314 Customer Reference Due Date Payment Tenns Business Unit Siemens Customer No. JOB#9312769 6/28/2012 Net 30 Days (Override) 13455 7009820 Description of Goods/Service Total price JOB#9312769 CBB S/0 PINE W/S 2ND POLE MET WITH AMERON AND BROKE OUT STREET LIGHT POLE CAP AND REMOVED OLD POLE AND INSTALLED NEW AMERON SUPPLIED POLE. REUSED EXISTING DUAL MAST ARM & FIXTURES. PULLED NEW WIRE & FUSE HOLDERS AND HOOKED UP AND POURED NEW CONCRETE CAP. LABOR,' MATERIALS &'EQUIPMENT Totals Balance Due 1,725.00 1,725.00 1.725.00 USD Remit To: By Check to REPUBLIC ITS INC PO BOX 3283 CAROL STREAM IL 60132-3283 By Wire Transfer to REPUBLIC ITS INC CITIBANK NY-SWIFTCODE CmUS33 A#30847747 ABA 021000089 AMOUNT: ACOT: /&Z • ^ V' 7^Z PEiD=/^/;.57)o/ Batch 10: P0#; PROJ MGR: Partiai APPROVED BY: Send all correspondence to REPUBLIC ITS 371 BEL MARIN KEYS BLVD SUITE 200 NOVATO CA 94949-5699 _.ye3 v-^^No^ (if no, send Invoics to Finance) "Sales Tax on lnvolce:___:rss--m- SIEMENS Bill To: CARLSBAD, CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Ship To: CARLSBAD, CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 invoice Ri-132171 Date Page 5/29/2012 1 Shipped Via No Carrier / Shipment Required Customer Reference JOB#9312768 Due Date 6/28/2012 Payment Terms Net 30 Days (Override) Business Unit 13455 Siemens Customer No. 7009820 Description of Goods/Service JOB#9312768 PERFORMED MARKOUTS AS NEEDED AT VARIOUS LOCATIONS. (B2) 25HRS X $66.95 (B4) 25HRS X $25.75 MARKING PAINt 6 X $9.50 Total price 1,673.75 643.75 57.00 • Remit To: By Check to REPUBLIC ITS INC PO BOX 3283 CAROL STREAM IL 60132-3283 Totals Balance Due 2,374.50 2.374.50 USD By Wire Transfer to REPUBLIC ITS INC CITIBANK NY-SWIFTCODE CITIUS33 A#30847747 ABA 021000089 Send all conrespondence to REPUBLIC ITS 371 BEL MARIN KEYS BLVD SUITE 200 NOVATO CA 94949-5699 Acer: c;35-7. -y^^^ PBD;Z^^S-nc)/ .Batch ID: PROJ MQR: P0#:_ Full APPROVED BY: f no, send Invoice to Finance) sales Tax on Invoice; YSr No" SIEMENS Invoice Rl -132202 Bill To: CARLSBAD. CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Ship To: CARLSBAD, CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Date Page 5/29/2012 1 Shipped Via No Carrier / Shipment Required Customer Reference JOB#9312959 Due Date 6/28/2012 Payment Terms Net 30 Days (Override) Business Unit 13455 Siemens Customer No. 7009820 Description of Goods/Service JOB#9312959 CBB @ CHERRY ST. RELOCATED STREET LIGHT PULLBOX SO ITS OUT OF THE NEW PEDESTRIAN RAMP. 2" PVC GO'S $2.35 X 2 2" PVC 45 X 1 #3 PULLBOX X 1 #3 PULLBOX LID X 1 BAG OF R0CKX1 #8THWWIRE 400'X $.65 #8 THWWIRE GROUND 200' X $.6ftppR0VED BY B2 16HRSX $66.95 B5 16HRSX $15.45 Total price AMOUNT: _ PEID: Batch ID: P0#: PROJ MGR Full Taxable: ^Yes No (if no, send invoice to Finance) Sales Tax on Invoice:, Yes No 4.70 12.90 31.95 23.75 14.00 260.00 130.00 1,071.20 247.20 Totals 1,795.70 Balance Due Remit To: By Check to REPUBLIC ITS INC PO BOX 3283 CAROL STREAM IL 60132-3283 By Wire Transfer to REPUBLIC ITS INC CITIBANK NY-SWIFTCODE CITIUS33 A#30847747 ABA 021000089 1.795.70 USD Send all correspondence to REPUBLIC ITS 371 BEL MARIN KEYS BLVD SUITE 200 NOVATO CA 94949-5699 SIEMENS Invoice Rl-132202 Bill To: CARLSBAD. CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Ship To: CARLSBAD, CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Date 5/29/2012 2 Shipped Via No Carrier / Shipment Required Customer Reference JOB#9312959 Due Date Payment Tenns Business Unit Siemens Customer No. 6/28/2012 Net 30 Days (Override) 13455 7009820 Description of Goods/Service Total price Send all correspondence to REPUBLIC ITS 371 BEL MARIN KEYS BLVD SUITE 200 NOVATO CA 94949-5699 SIEMENS Invoice Rl-132198 Bill To: CARLSBAD. CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Ship To: CARLSBAD. CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Date Page 5/29/2012 1 Shipped Via No Carrier / Shipment Required Customer Reference Due Date Payment Tenns Business Unit Siemens Customer No. JOB#9312867 6/28/2012 Net 30 Days (Override) 13455 7009820 Description of Goods/Service JOB#9312867 MADISON BETWEEN CVD & GRAND ON 4/9/12 RESPONDED TO CALL OUT TO IDENTIFY AND REMOVE THE STREET LIGHTING CIRCUIT WIRING FOR THE CONTRACTOR TO REMOVE THE CONDUIT FOR UNDERGROUND PIPELINE CONSTRUCTION. FOLLOWED UP AND REPULLED THE WIRING AND REENERGIZED THE STREET LIGHTING. B1 3HRSX $82.40" B2 9HRS X $66.95 - B4 12HRSX $25.75 #10 THWWIRE 200'X $.30 #8 THW GRN WIRE 100' X $.65 Total price 247.20 602.55 309.00 60.00 65.00 Totals Balance Due Remit To: By Check to REPUBLIC ITS INC PO BOX 3283 CAROL STREAM IL 60132-3283 By Wire Transfer to REPUBLIC ITS INC CITIBANK NY-SWIFTCODE CITIUS33 A#30847747 ABA 021000089 AM0UNT;>^X^^^^3. ACCT; PEID P0# PROJ MGR: Batch ID: partial FuU Send all correspondence to REPUBLIC ITS 371 BEL MARIN KEYS BLVD SUITE 200 NOVATO CA 94949-5699 /tf'PROVED BY: Taxable; ^Yea *^No Of no, send invoice to Finance) Sales Tax on lnvoice:____Ye8 1,283.75 1.283.75 USD SIEMENS Bill To: CARLSBAD, CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Invoice Ship To: CARLSBAD, CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Date Page 4/30/2012 1 Shipped Via No Carrier / Shipment Required Customer Reference Due Date Payment Ternis Business Unit Siemens Customer No. JOB#9312414 5/30/2012 Net 30 Days (Override) 13455 7009820 Description of Goods/Sen/ice JOB#9312414 RANCHO PANCHO @ PASEO LUNADA FURNISHED AND INSTALLED NEW STREET LIGHT POLE. REUSED EXISTING INDUCTION LUMINAIRE. LABOR. MATERIALS & EQUIPMENT Total price 5,215.00 Totals Balance Due Remit To: By Check to REPUBLIC ITS INC PO BOX 3283 CAROL STREAM IL 60132-3283 5,215.00 5.215.00 USD By Wire Transfer to REPUBLIC ITS INC CITIBANK NY-SWIFTCODE CITIUS33 A#30847747 ABA 021000089 Send all correspondence to REPUBLIC ITS 371 BEL MARIN KEYS BLVD SUITE 200 NOVATO CA 94949-5699 AMOTI>rr:( .^^/.^. ^ PEID: l/O^ P0#: Batch ID: PROJ MGR:. APPROVED BY:. Taxable: Yes/No Full Sales "Bix on Invoice: Yes/No SIEMENS Bill To: CARLSBAD. CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Ship To: CARLSBAD, CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7?' Invoice Rl-130563 Date Page 4/30/2012 1 Shipped Via No Carrier / Shipment Required Customer Reference Due Date Payment Tenns Business Unit Siemens Customer No. JOB#9312273 5/30/2012 Net 30 Days (Override) 13455 7009820 Description of Goods/Service Total price JOB#9312273 7441 ESFERA ON 1/17/12 RESPONDED TO S/L K/D. SECURED POWER AND REMOVED DEBRIS. FURNISHED AND INSTALLED NEW POLE AND REUSED THE EXISTING FIXTURE LABOR. MATERIALS & EQUIPMENT ***FINAL BILLING*** 3.935.00 Totals Balance Due Remit To: By Check to REPUBLIC ITS INC PO BOX 3283 CAROL STREAM IL 60132-3283 By Wire Transfer to REPUBLIC ITS INC CITIBANK NY-SWIFTCODE CITIUS33 A#30847747 ABA 021000089 AMOUNT. O^^^^^ Acci^ /^^'Ce3^7- 7242^ PEID: /-^^6Z^/ Batch ID: P0#: .PffltiaL JBilL 3,935.00 3.935.00 USD Send all correspondence to REPUBLIC ITS 371 BEL MARIN KEYS BLVD SUITE 200 NOVATO CA 94949-5699 PROJ MGR: ^ APPROVED BY: Taxable: Yes/No Sales Tax on Invoice: Yes/No SIEMENS Bill To: CARLSBAD, CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Ship To: CARLSBAD. CITY OF 405 OAK. AVE. CARLSBAD CA 92008-7314 Invoice Rl-133371 Date Page 6/29/2012 1 Shipped Via No Carrier / Shipment Required Customer Reference Due Date Payment Terms Business Unit Siemens Customer No. JOB#9312988 7/29/2012 Net 30 Days (Override) 13455 7009820 Description of Goods/Service JOB#9312988 HILLSIDE @ SUNNY HILL RESPONDED TO CALL OUT FOR STREET LIGHT K/D ON 5/28/1. SECURED POWER AND REMOVED THE POLE ON 5/^9/12. LABOR. MATERIALS & EQUIPMENT ***PRELIMINARY WORK*** Total price . 1.069.50 Totals Balance Due Remit To: By Check to REPUBLIC ITS INC PO BOX 3283 CAROL STREAM IL 60132-3283 1,069.50 1.069.50 USD By Wire Transfer to REPUBLIC ITS INC CITIBANK NY-SWIFTCODE CITIUS33 A#30847747 ABA 021000089 AMOUMT; ^ /0/.9. PEID P0#:. PROJ MGR:_ 'ch !D: Partiai Full Send all conrespondence to REPUBLIC ITS 371 BEL MARIN KEYS BLVD SUITE 200 NOVATO CA 94949-5699 APPROVED BY:_ Taxable: Y8« ^No (if no, send invoice to Finance) Sales Tax on Invoice: Yes No Republic ITS Intelligent Transportation Services June 12,2012 VIA: E-MAIL John Massoff City of Carlsbad Job Name: Street light Knockdown Replacement Job Location: Hillside @ Sunny Hill We propose to perform the following work, on the terms and conditions stated below and on the reverse side hereof, and at the prices shown, as follows: Recendy on 5/28/2012 we received a call out to the above mentioned location for a street light having been knocked down. We secured the power in the pull box and removed the damaged pole. At this time we are requesting your approval to reinstall die pole and complete the permanent repairs; die preliminary work will invoiced separately. The prices will be as follows. Preliminary Work: Original call out and securing die power and cutting up of pole and hauling away debns. Material, Labor & Equipment $ 1,069.50 Permanente Repairs: Installation of new pole and Induction Luminaire and wiring. Material, Labor & Equipment $4,785.00 Total Material, Labor Sc Equipment $5,854.50 This offer shall expire 60 days from the date hereof and may be wididrawn by us at any time prior thereto with or widiout notice. This offer supersedes any prior offers, commitment or orders, contains all terms, conditions and warranties and when accepted, constitutes die entire contract between die 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 diis offer duly signed by you in the space provided The foregoing offer is hereby accepted this 13' day of —^ 2012 CITY OF CARLSBAD REPUBLIC ITS By: JeffPierce TOP- T^IVP r-xJ^l^AfOcM Project Manager (619) 562-1104 • (619) 562-1125 • 9932 PROSPECT AVENUE • SUITE 134 • SANTEE, CA 92071 BOSTON • DALLAS • Los ANGELES • SACRAMENTO • SAN DIEGO • SAN FRANCISCO Republic ITS Intelligent Transportation Services April 9,2012 VL / ^ John Massoff (J 0 City of Carlsbad Job Name: Street light Knockdown Replacement Job Location: Cannon E/O Faraday We propose to perform the following work, on the terms and cond hereof, and at the prices shown, as follows: Recendy on 3/11/2012 we received a call out to the above mentiot knocked down. We secured the power in the pull box and removec reqiiesting your approval to reinstall the pole and complete the permanent repairs; ttie preuminaiy WOIK wm invoiced separately. The prices will be as follows. PreHniinary Work: Original call out and securing die power and cutting up of pole and hauHng away debris. Material, Labor & Equipment $540.00 Permanente Repairs: Installation of new pole and Induction Luminaire and wiripg^ Material, Labor & Equipm^^$J^70.00^^. Total Material, Labor & Equipment $ 5,410.00 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 , 2012 CITY OF CARLSBAD REPUBLIC ITS By: JeffPierce Tide: . Project Manager (619) 562-1104 • (619) 562-1125 • 9932 PROSPECT AVENUE • SUITE 134 • SANTEE, CA 92071 BOSTON • DALLAS • Los ANGELES • SACRAMENTO • SAN DIEGO • SAN FRANCISCO Republic Intelligent Transportation Services, Inc. UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF REPUBLIC INTELLIGENT TRANSPORTATION SERVICES INC. The undersigned, constituting the entire Board of Directors of Republic Intelligent Transportation Services, Inc., a corporation organized and existing under the laws of the State of Califomia (the "Corporation"), acting in lieu of a meeting, HEREBY APPROVE AND CONSENT to the adoption of the following resolutions: WHEREAS, it is the intention of the Board of Directors to appoint and maintain officers of the Corporation to manage the daily operations of the Corporation; and WHEREAS, it is the intention of the Board of Directors to authorize the officers of the Corporation to execute bonds, contracts, bids, legal, and other documents as may become necessary for the Corporation to transact its business. NOW, THEREFORE, BE IT RESOLVED that it is RESOLVED, that effective as of December 1'', 2011, the officers of the Corporation are as follows: Terry Heath James Wagner Mario Mattern Dennis Walther Dirk Glaser Daniel Hislip Phillis Ing Beverly Pacansky Lonnie Ellis Chairman President and CEO Vice President, CFO and Assistant Secretary Vice President Vice President and Assistant Secretary Secretary Assistant Secretary Assistant Secretary Assistant Secretary RESOLVED, that the officers of the Corporation be duly authorized to legally bind the Corporation through the execution of bonds, contracts, bids, legal, and other documents as may become necessary from time to time in order for the Corporation to transact its business. RESOLVED, that any actions taken by the officers of the Corporation prior to date of the foregoing resolutions that are within the authority conferred thereby are hereby ratified, confirmed and approved as the acts and deeds of this Corporation. SIGNED, this November 08, 2011, by the Board of Directors, in its entirety, as follows: MaffiiTSchultz