Loading...
HomeMy WebLinkAboutSouthwest Traffic Signal Service Inc; 2022-12-12; PWM23-2016TRANPWM23-2016TRAN NEW STREET LIGHT INSTALL; CONT. NO. 4013 Page 1 of 10 City Attorney Approved 8/2/2022 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT NEW STREET LIGHT INSTALL This agreement is made on the ______________ day of _________________________, 2022, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Southwest Traffic Signal Service, Inc., a California corporation whose principal place of business is P.O. Box 1297, El Cajon, CA 92022 (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: Matt Paxson (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. 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. DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 December 12th DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 PWM23-2016TRAN Contractor and any subcontractors shall comply wi th 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. 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 pre ed from further bidding on public contracts for a period of up to five (5) years and that debarmenvrn,.-..mother jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontr · ipating 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 ra ting 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 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. NEW STREET LIGHT INSTALL; CONT. NO. 4013 Page 2 of 10 City Attorney Approved 8/2/2022 PWM23-2016TRAN NEW STREET LIGHT INSTALL; CONT. NO. 4013 Page 3 of 10 City Attorney Approved 8/2/2022 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. 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 fifteen (15) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within thirty (30) working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Southwest Traffic Signal Service, Inc. P.O. Box 1297 (name of Contractor) 451115 (street address) El Cajon, CA 92022 (Contractor’s license number) A, B, C-10 1/31/24 (city/state/zip) 619-764-7944 (license class. and exp. date) 1000004265 6/30/25 (telephone no.) mmichel@southwestsignal.com (DIR registration number/exp. date) (e-mail address) /// /// /// /// /// /// /// /// DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 PWM23-2016TRAN 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 SOUTHWEST TRAFFIC SIGNAL SERVICE, INC., a California cor By: Ryan T. Clark, President & Secretary (print name/title) By: (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Paz Gomez, Deputy City Manager, Public orks, as authorized by the City Manager 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 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: __ o_·IA,_Ji_·t.-_k_. llt_d\Ak __ lA,_ City Attorney NEW STREET LIGHT INSTALL; CONT. NO. 4013 Page 4 of 10 City Attorney Approved 8/2/2022 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 PWM23-2016TRAN EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work to be Business Name and Address DIR Registration License No., % of Total Subcontracted No. Classification & Contract Expiration Date \ r ~c ~~,_..,\ (ec, h '-'.'S' Sc,1.fe.~/ 1 o ()Oo rz. ":151 -=, e, -=fl, i A-/ -s.01-Pl~l'\S .5 c.~,c e 5 -h c-.:2 I~" c·-6\ I z. l I ~.\-c, 'b... °"" Wt1...7 II /30 /?.O"l.L V'l 5, I CA. Total % Subcontracted: ------- The Contractor must perform no less than 50% of the work with its own forces. NEW STREET LIGHT INSTALL; CONT. NO. 4013 Page 5 of 10 City Attorney Approved 8/2/2022 PWM23-2016TRAN NEW STREET LIGHT INSTALL; CONT. NO. 4013 Page 6 of 10 City Attorney Approved 8/2/2022 EXHIBIT B New Street Light Install Contractor shall provide all material, equipment and labor (unless otherwise specified) to install new conduit, conductor, pull boxes, street light foundation and street light pole, mast arm and fixture as indicated in the included below. Pole, fixture, and anchor bolts will be provided by the City. Contractor shall run new 2” conduit from new pole to SDG&E transformer across the street at a depth of 24”, install 3 pull boxes, one at each turn. Conduit shall be run according to photo in Exhibit B Site Images, contractor will avoid pedestrian ramps and replace all hardcape removed and/or damaged by excavation. Contractor shall install two #8 conductors and one #8 ground in conduit, furnish and install inline fuse holder and 10-amp fuse in pull box for permanent power to luminaire system per SDG&E requirements. Contractor shall stub-out conduit at least 3' from identified SDG&E transformer Contractor is responsible for coordinating with SDG&E for joint meeting in field for final conduit sweeps and permanent power connection at existing SDG&E transformer service point. Potholing is required before construction and installation. All concrete shall be replaced joint to joint per Carlsbad Engineering standards. Before any work can start, the Contractor shall apply for a no-fee right-of-way permit, submit a traffic control plan for approval, and will provide all traffic control required for work to be completed. Contractor is responsible for obtaining a water meter from Carlsbad Municipal Water District if any city water is needed during the project. The Contractor is responsible for any road cleanup related to the project before leaving the project site. Any City assets damaged by the Contractor must be repaired by the Contractor, i.e., striping damaged from equipment, e.g., tire tracks. All subcontractors must be added to the contract in exhibit A prior to execution of the contract. All work shall be performed in accordance with the City of Carlsbad’s Engineering Standards, the 2018 Standard Specifications for Public Works Construction (Greenbook), 2018 Caltrans Standard Plans and Caltrans Specifications, and the California Manual on Uniform Traffic Control Devices. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 EA 3 Furnish and Install No. 3-1/2 Pull Box For Street Lighting.Contractor To Replace Sidewalk Panel(S) Affected By Installation Of Pull Box. $7,124.01 2 EA 110 Furnish and Install 2" Conduit. Install 2 #8 Conductors. And 1 #8 Ground In Conduit $10,978.00 3 EA 1 Furnish and Install Inline Fuse Holder And 10a Fuse In Pull Box For Permanent Power To Luminare System Per Sdg&E Requirements $188.32 4 LS 1 Contractor Shall Stub-Out Conduit at Least 3' From Identified Sdg&E Transformer. Contractor Responsible for Coordinating With Sdg&E For Joint Meeting In Field For Final Conduit Sweeps And Permanent Power Connection. $1,414.40 5 LS 1 Excavate Pole Foundation, Includes Minor Clearing of Adjacent Vegetation. $3,096.00 6 LS 1 Install Street Light Ameron 2b2 And Luminaire , Per E-1 San Diego Regional Standard. Material To Be Provided By Owner. $7,724.46 7 LS 1 Traffic Control (Row Permit With Stamped Plans By P.E. Included, Fee Of Permit Is Paid By Owner) $5,266.10 TOTAL* $35,791.29 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 PWM23-2016TRAN NEW STREET LIGHT INSTALL; CONT. NO. 4013 Page 7 of 10 City Attorney Approved 8/2/2022 Exhibit B Continued (Site Images) DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 PROJECT NAME: BARRIO LIGHTING PHASE1 STREET LIGHT LAYOUT PLAN I I I I -cl - E&.ECTRICALAND LJGHT~O NOTES m :::c~-:~i.~~~~.~!,i:u~.~~0 ~StoftUATIONOFJIULLIOX (!) ~:=:::i-~T NSTAU.2•1CONOUClOi:tl (!) ::=,t~i:=~=R~~:J~~~::-:.:R IOGHMOUft(M[H'tS {!] ~~~~ ~~l,l[c::~~~~=SIU ~ ~Tl<IO~ SOO&l FOR JOeN'T MUTINO w Fll'.LO FOA ~ COtOJill SWU:PS""O PCJltMANCNl POWCR CONNiCTION {!] :..n::...~RtOUfttOltFOMCONITRIJCT\ONANO STREET LIGHT MODEL GE. ERL 1-o-o+CJ-30-0-GRAY-LY W-TIAGE.30W Legend □PtJLLBOX c:J EXISTING TRANSFORMER --CONDUIT _., PROPOSED STREET LIGHT M EXISTING WATER HYDRANT 0 £XISTING WATER METER 0 EXISTING WATER VALVE-GATE • £XISTING WATER FITTING (TYPE -TAP) ""' EXISTING WATER FITTING (TYPE-TEE) • EXISTING UTILITY POLE --SDGEGAS --WATER L: J PROPERTY BOUNDARY D.C.~CCJl.HO!Sl',CJSAJC)DI ELECTRICAL PLAN CIP NO: 4013 PWM23-2016TRAN NEW STREET LIGHT INSTALL; CONT. NO. 4013 Page 8 of 10 City Attorney Approved 8/2/2022 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 Executed in Duplic,ate EXHIIBITC LABOR AND MATERfAlS BOND PWM23-2016TRAN Bond No. 2332211 Premium: $349.00 Premium is fur Contract Term and Subject lo Adjustment Based on Final Contract Price WHEREAS, the City Council of the Ciit.y of Cairlsbad, State of Caliromia, !has awarded to Southwest Signal Servi:ce (heireinaft:eir designated as the "Princi1pal"), a Contract for: NE.W STREET llGHT INSTALL CONTRACT NO. 4013 in the City of Carlsbad, in strict confoirmity wiitlh the drawings and spedfica.tiiorns, and other Contract Documents now on fiile iin the Oflfi:ce of the Ciily Clierrk of tlhe Ci~y of Ca11rlsbad and all of wlhich are incorporated herein by this reference. WHEREAS, Pirinciipal has exec1U1ted arr is aoolUlt to execute said Corntract arnd tlhe terms thereof require the fumishing of a bond, li)roviiding t:lhat iiff' Pirirncipal oir any of iits s1U1bcontractors shall fail to pay for any materiials, li)roviisions, pmvenderr oir otlheir st1ppli:es arr teams used in, upon or about the performance of tlhe work agreed to b:e done, Oli' fair any woirk orr labor done thereon of any kind, the Surety on this bond will pay the same to tlhe extent lhereinafterr set forrtlh. NOW, THEREFORE, WE, Southwest Stgrrial Seirviice, as Prrinciipial, (lhereinafterr dlesignated as the "Contractolf''), andl SWiss Re C01Mfale Solulions America tnsurance Corpora1oon as Suli'ety, are lhelldl firmly bound unto the City of Carlsbad in the sum of tlhi11ty-.ffiive tlhousandl seven frumdred ninety-one dollars and twenty-nine cents ($35,191 .29), satdl sum beiing an amount equal to: One lhuundliredl perrcent (100%) of the total amount payable undeli' tlhe terms of tlhe Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ou1irselves, ourr lheiirrs, executorrs and administrators, successors, or assi.gns, jointlly and! severally, firrmliy by t:lhese presents. THE CONDITION OF THIIS OBLIGATION IS SUCH! tlhat if the Contractor air his/her subcontractors fail to pay for any mateiriials, 11)roviisto1111s, provendler, Sllflppii:es, oir teams used in, upon, for, or about the pertorrmance of the woirk contracted to be done, orr forr any other work or labor tlheireon of cUl)f kind, consistent witlh Cali1iomia Civil Codie section 9100, or for amounts due under the Unemployment Insurance Codie witlh respect to the work or labor performed under this Contract, or forr any amo1.unts rreq1u!red to be dled1U1ci:ed, wiitlhlheld, and! pa!d over to tlhe Employment Development Department fmm tlhe wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment !Insurance Code wiitlh respect to tlhe worrk and laboliv that the Surety will pay fair tlhe same, and!, also, in case suit is brought upon the bond, reasonable attomey's fees, to be fiiixed by tlhe court oonsistent with Callifomia CMI Code sectiorn 9554. This bond shall inure to the benefiit of any of tlhe perrsons named iirn Calimomia Civil Code section 9100, so as to giive a light of acti:011 to tlhose persons oir their assi:gns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration orr addiition to the terms of the Contract, or to the work to be performed! lheiret1ndler air the speciftcattons accompanying the same shall affect iits obligatiorns 01111 thiis bond!, and it do.es lheireby waive notice of any change, extension of time, alterattons oir adldiili.on to the terrms of the contract orr to tlhe worrk or to the specmcaUons. NEW STREET LIGHT INSTALL; CONT. NO. 4013: Page 9of 10 City Altomey Approved 81212.022 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 PWM23-2016TRAN In the event tlhat Contractor is an indlivtdlual, iit is agreed tlhat the dleatlh of any such Contractor shall not exonerate the Surety fmm ills ob!tgaUons 11.11ndler tlhis bond!. SIGNED AND SEALED, this ___ 16th_, ___ day o,f _____ N_o_ve_m_b_,e_r _____ , 20~ (Signature) Lawrence F. McMahon, Attorney-in-Fact {Namefliille) (SEAL AND NOTARIAL ACKNOWLEDGEMENT Of SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: ___ o_~Ji_·t.-_k_._11.t_d\Ak __ ~ __ Ciity Attomey NEW STREET UGHT IINSTAll; CONT. N0.4013 Page 10 of 10 City Altomey Approved 8/212022 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 ACKNOWL,EDGMENT A notary public or other officerr completing tlhis certificate verifies only the identity of the individual! who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California S ID" County of an iego ) on November 16, 2022. before me, Maria Hallmark, l'Jlotary Public (insert name and title of the officer) personally appeared Lawrence F. Mc:Mahorn who proved to me om the basis of saUsfacto,ry evidence to be the perrson(s) whose name{s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authoriizedl capaciity(ies), and that by lhuslherr/tlheiir si·gnature(s) on the instrument the person(s), arr the entity upon behalf of which the perrson(s) acted, executed the instmment. I certify under PENAL TY OF PEIRJUIRY undier the laws of tlhe State of Califomia that the foregoing parragraph is true and corrtrect. WITNESS my hand and official seal. eeeeeeee f MARIA HALLMARK Notary Public -California : San Diego County ~ Commission# 2356793 - y Comm, Expires May 9, 2025 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 SWJ!SS RE CORPORA TE SOl.lJ1'lONS SWISS RE CORPORATE SOUJTIONS AMERICA :INSURANCE CORPORATION esRCSAIC") SWISS RE CORPORA TE SOLUTIONS PREMIER JiNSllRANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("W]C") GENE.RAJ.. POWER OF A TTO:RNEY KNOW ALL MEN BY THESE PRESENTS, TIIAT SRCSA]C, a corporal.ion dmy organized and existing muter laws of1he St.ate of Missouri, and having its principaJ oflice in !he City of Kansas City, Missouri, and SRCSP]C, a coipomtion organized and exis1ing under the laws of the St.ate of Missouri and having its principal om.ce in the City ofKans.•1s City, Missouri, and WIC, organized 1mcler lhe laws of 1he Slate of Missouri, and having its principal oflice in th.e City of Kansas City, Missm:m, ead1 does hereby make, constitule and appoint.: LAWRENCE F. McMAHON, MrARIA V. GlliSE, SARAH MYERS, JANICE MI.AR.TIN, and JAMES DANIEL CASTLE .IOINTL Y OR SEVERALLY hs true and 111.wfol Anomey(s)-in-Facl, to mak.e, execul.e, s<:llJI aml deliver, for :ind on its beha]f and as its act and deed, bonds or other writings obligatory in 1he namre of a bond on fod1alf of each of srud ComJ!)anies, as surety, on conlmcl<; of suretyshlp as are or may foe reqnirecl or permiued by Jaw , regnla1ion, contract or 01herwise, provide,<I that no bond oir mdert.'lkmg or con1rac1. or s11ret.yship executed Wlder this authorit.y shall exceed the amoun,oi: FIFTY MILLl:ON ($50,000,000.00) DOLLARS Tins Power of Au.omey is grnn1.ed and is signed foy facsimile Wl<kT and by the authority oflhe following Resollllions ado]!)ted by the Boards of Directors of ho1h SRCSA]C and SRCSPJC at meetings tluly c:i.lled and held on lhe 18th of November 2021 aml WJC by written consent of its Executive Committee <fated July 18, 201 L "RE.SOLVED, 1hat any two of the Presidenl, any Mooaging Director, llllY Senior Vice Presiclenl~ any Vice President, the Secretary or any Assist.wt Secretary he, and e-'l.eh or any of 1hem hereby is, muhorized lo execut.e a Power of Au.omey q11alifying lhe auomey named in the given Power of Attorney 1.0 execute on hehaJf of the Corporation ln<11111ls, nmlei:t.nkings ll!ld :i.11 co1111rac1s of ;.-uret.y, and 1h111. each or any of them hereby is authorized to attesl. 10 the ex<X:ution of any such Power of At.tomey :ind lo auac.h 1helfein the seal of the ColJ!loration; and il is By ______________ _ El,il<l,111tt<"', litni<le Vi:«: P,ffl<lml at SRCSMC & S<:nlnc Vitt Pnw•~• oJ:SR(:Si'l{: .-,. S•mc Vittl')ctl.,l<u.t oJfWIC By __ i _t.J_~---- (,u"1'.~ J,wowt!li, Vi"' Pl!W<l<-11, olf SR['SMC ,-,. Vftt Pucl<l'•n.l <lfSR(:Sl'fC & Vltt l'n:rl<ltno ofWIC lN WITNESS WHEREOF, SRCSAIC, SRCSPIC, 1111<1 WIC have caused llilcir official seals to be l!Jere1Jnlo nffixed, and these presenL~ to he signed by their 1111thori2:ed officers ihis~ cloy of NOVEMBER , l0._22 ___ _ State oflllinois County of Cook Swiiss Re fl'.)JJh'JtOitlblie SoEutfons .Ameitic,i lnslllh"lltlllce Coh·pontion ~-...,,ss R .e ([)1ll'JitC!l>ll"Jl(e S@l!wtioms Plremfe1r ][m,slllll"<lllllCe C<llrpnwat:i©,lll Westw,ort 1flllSUJl/'"diEllte COl"JlllOJrllltiC!IJm, On this___!!. day of NOVEMBER , 2.0 22 , before me, a Notary Public pessonolly appeared Erik Jonssens , Senior Vice President of SRCSAJC nncl Se,nio( Vice President of SR CSP IC and Seniov Vice P\i'esident of WIC ancl Ge.mM Jaggowslci , Vice Piresident of SRCSAIC ancl Vice }'resident of SPCSPIC and Vice President ofWIC, personnlly !known to llllle, who b.:ing by me <hlly sworn, adrnowledged that they signed the 3hove Power of Attorney ns officers of nn<l admowk<lged said instrument to he llile volunu1ry net ood deed of th.e;ir respective companies . • I .l!lril: l\1.~--.-~~ --• ~~~Lci)l' •. I, Jeffrey Goklhei:g, the dilly ele.::ted Senior Vice Pre.;;ide,nt ancl As.~islllDl Secre1mry of SRCSAJC nnd SRCSPlC and \VIC, do hereby certify that the above and foregoing is a llllle nnd conrect copy of a Poweit of Allomey giv~ by said SRCSAIC and SR CSP IC :.ind WlC, which is still in full force nnd effect. lN WITNESS WHEREOF, J have sel my hond 11ml aifm:d the senls of1he Componies lhi~<lay of -, 2(l.E_. Jeffrey Goldberg, Senior Vice President & Assistant Secn:truy of SRCSAIC and SRCSPJC and WIC DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of ~e>~· ~(A~""-~[)_·,_e-+-~+--D ___ _ On /Vove.M b~(" I to+h ioii before me, -;/:s,ng (J. I ~Y'6Y\ #1.-rt.J,r(i~ J f.J !Uah&t, R,. .. }le Date ~ /. ~.,. ---r:.. A _,. ~;re clnse1rt:~mf?hd Titu;f the Officer personally appeared ---~~----+-~V"_V_ , __ I_ l.v._·,c:;, __ -~.,_• ___ £fl ______________ _ /V / A me(s) of Signer(s) I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ~~!ll.. 0 ISMAEL AARON ZA0RAG.QZA JRl ·.. COMM . #2392762 z Notary Public • California ~ San Diego County ... Comm. Ex ires Feb. 3, 2026 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document / I Title or Type of Document: _l-a __ b_o_v_~~"-Cl-~_a_,f_e,,_yf_A_~_~B~o~_J, ______ _ Document Date: __ l _(~/_V/~~")_O_Z_~ ___________ Number of Pages: ___ _ Signer(s) Other Than Named Above: ----------------------~- Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: __________ _ Signer is Representing: __________ _ ©2019 National Notary Association BA20221034840 Entity Details Corporation Name SOUTHWEST TRAFFIC SIGNAL SERVICE, INC. Entity No.1007387 Formed In CALIFORNIA Street Address of Principal Office of Corporation Principal Address 9201 ISAAC STREET SUITE A SANTEE, CA 92071 Mailing Address of Corporation Mailing Address PO BOX 1297 EL CAJON, CA 92022 Attention Street Address of California Office of Corporation Street Address of California Office 9201 ISAAC STREET SUITE A SANTEE, CA 92071 Officers Officer Name Officer Address Position(s) •RYAN T CLARK PO BOX 1297 EL CAJON, CA 92022 Chief Executive Officer, Secretary, Chief Financial Officer Additional Officers Officer Name Officer Address Position Stated Position None Entered Directors The number of vacancies on Board of Directors is: 0 Director Name Director Address +Ryan T Clark PO BOX 1297 EL CAJON, CA 92022 Agent for Service of Process Agent Name RYAN T CLARK Agent Address 9201 ISAAC ST SUITE A SANTEE, CA 92071 Type of Business Type of Business TRAFFIC SIGNALS AND STREET LIGHTING Email Notifications Opt-in Email Notifications Yes, I opt-in to receive entity notifications via email. Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. STATE OF CALIFORNIA Office of the Secretary of State STATEMENT OF INFORMATION CORPORATION California Secretary of State 1500 11th Street Sacramento, California 95814 (916) 653-3516 B1203-3912 10/26/2022 10:33 AM Received by California Secretary of StatePage 1 of 2 For Office Use Only -FILED- File No.: BA20221034840 Date Filed: 10/26/2022 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 I llllllll llll 11111111111111111 11111111111111111 IIIII 111111111111111 11111 lllll 111111111111111 1111111111111 I· I I I I I I I· I I Electronic Signature By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. Ryan T Clark Signature 10/26/2022 Date B1203-3913 10/26/2022 10:33 AM Received by California Secretary of StatePage 2 of 2 DocuSign Envelope ID: 715AB216-ED18-4B86-837F-DB4DC8167431 ~