Loading...
HomeMy WebLinkAboutAgreements/Contracts - Public WorksK19-037 CONTRACT THIS AGREEMENT, between the Board of County Commissioners of Grant County, State of Washington, acting under and by virtue of Chapter 36.77 of the Revised Code of Washington, as amended, hereinafter called the County, and _-r - -rz r f=<< , I for itself, its heirs, executors, administrators, successors and assigns, hereinafter called the Contractor. WITNESSETH: That in consideration of the payments, covenants, and agreements, hereinafter mentioned, and attached and made a part of this agreement, to be made and performed by the parties hereto, and the parties hereto covenant and agree as follows: DESCRIPTION OF WORK: 1. The Contractor shall do all work and furnish all tools, materials, and equipment necessary to improve and complete Horizontal Curve Signs, Phase 3, CRP 18-06, located in Grant County, Washington, as proposed in a bid opened 1:30 P.M., Tuesday, February 19, 2019 in accordance with and as described in the herein attached plans and standard specifications, and in full compliance with the terms, conditions, and stipulations herein set forth and attached, now referred to any by such reference incorporated herein and made part hereof as fully for all purposes as if here set forth at length, and shall perform any alterations in or additions to the work covered by this contract and every part thereof and any force account work may be ordered as provided in this contract and every part thereof. 2. The Contractor shall provide and be at the expense of all materials, labor, carriage, tools, implements and conveniences and things of every description that may be requisite for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof. 3. The County hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract and every part thereof. The County further agrees to employ the Contractor to perform any alterations in or additions to the work covered by this contract and every part thereof and any force account work that may be ordered and pay for same under the terms of this contract and the attached plans and specifications. 4. The Contractor for himself, and for his heirs, executors, administrators and assigns, and successors and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 5. it is further provided that no liability shall attach to the County by reason of entering into this contract, except as expressly provided herein. Horizontal Curve Signs, Phase 3 CRP 18-06 Contract - Page 1 IN WITNESS WHEREOF, the said Contractor has executed this instrument, and the said Board of County Commissioners of Grant County has caused this instrument to be executed by and in the name of said Board by its Members, duly attested by its Clerk, the day and year below written, and the seal of said Board to be hereunto affixed on said date. EST: erk 0the Board 0 i' APPROVED AS TO FORM: c(tkday of iA,(,- C 4V 2019 — )/ /n /-�� Deputy Pios cu g Attorney 'qday of 019 Signature V.( l L 1, 12 Ct t'Aik-" i_ E,02- Print iiLPrint Name Firm Name PCS 13�X I,9ZS) Address City State Zip Phone BOARD OF COUNTY COMMISSIONERS OF GRANT COUNTY, WASHINGTON Done this �' day of -4 2019 Chair Member Member rionzontai curve Signs, Nnase 3 cKN 18-Ub Contract — Page Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200306-023049 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Holli Albers, Heather L. Allen, James B. Binder, Brandon K. Bush, Carley Espiritu, Jacob T. Haddock, Diane M. Harding, Brent E. Heilesen, kyle Joseph Howat, Cynthia L. Jay. Aliceon A. Kellner, Christopher Kinvon, Michael S. Mansfield, Jamie L. Marques, Annelies M. Richie, Sara Sophie Sellin, Donald Percell Shanklin, Jr., Karen C. Swanson, Misti M. Webb, Eric A. Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of January 2019 Liberty Mutual Insurance Company P� 1NSURq P�tv INS&q tNSu p The Ohio Casualty Insurance Company �J P°R4 Yn yJ `000RyT 92 VQ G°aPo�lgy� West American Insurance Company J3 Fom Q3 Foc+ � 2 om 1912 0 0 1919 f 1991 C-) /� N (�! rdJl9s'T4CHUS��.da y�y F/AMPS��.AsO !S �N010"'' .aa� I l 9j� * tev Hyl * tP �H * >� By: 3 c David M. Carey, Assistant Secretary � N State of PENNSYLVANIA @ :3 County of MONTGOMERY ss c a V/ L) a)On this 15th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance p Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes — CU N > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. w 3 IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. c n oC M' N FyAoNWF r$< COMMONWEALTH PENNSYLVANIAQ O L 4� Oak 9o1 f Notarial Seal 0 ai p= y Teresa Pastella, Notary Public OF 0 upper MenonTwp., MonOgomery County By: CD 4JP�3G My Commission Expires March 28,2021Teresa Pastella, Notary Public o N �? Member. Pennsylvania Association of Notaries Notary ARY t'� N o a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o .� Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: aa) r i ARTICLE IV – OFFICERS: Section 12. Power of Attorney. o m Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the Q a >, President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > o CU Cany and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall a) N > ` have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such "0O Z� instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the ,- M provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. o 0 U — ARTICLE XIII – Execution of Contracts: Section 5. Surety Bonds and Undertakings. o co Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, F– shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation – The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fad as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization – By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 28th day of February , 2019 % SU �SY INS& � %NS(IR4 JP 0 POPA yJPGoaroRaT qy GP�opvoRar %C� r° Fom Q3 Fon r Foto 1912 0 1919 0 2 1991 A l% 9SSA CNUS��y a y� Z��NA MPSa`4`! �N°IANP' D By. q -40 - a �, a s a Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Co_062018 CONTRACT BOND #023209975 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Shamrock Traffic, Inc. as principal, and Liberty Mutual Insurance Company a corporation organized and existing under the laws of the State of Massachusetts as surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to Grant County, Washington, in the penal sum of Four Hundred Forty Seven Thousand Four Hundred Forty Seven and No/100ths ($ 447.447.00 ) for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of Grant County, Washington. Dated at Seattle , Washington, this 28th day of February , 2019. The conditions of the above obligation are such that: WHEREAS, on February 19, 2019, the Board of County Commissioners of said Grant County has let or is about to let to the Principal, a certain contract, the said contract providing for the improvement of 2019 County Road Safety, Horizontal Curve Signs, CRP 18-06, located in Grant County, Washington, (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said Grant County harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said Principal, or any subcontractor in the performance of said work and shall indemnify and hold Grant County harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, and until the same is accepted, then and in that event this obligation shall be void but otherwise it shall be and remain in full force and effect. Countersigned: Liberty Mutual Insurance Company Licensed Agent/Surety Co. Propel Insurance 01 Union Street, Suite 3400, Seattle, WA 98101 (206 ) 676-4200 Firm, Street Address (No P.O. Box), Phone of Local Office of Agent Shamrock.Traffi Principal Rx �- Cynthia L. Jay Attorney -in -Fact, Surety Approved as to form: t/l 2019 ��Ryt Prosec ttorney Deputy Prosecuting Attorney unty Road Satety, Horizontal Curve Signs CRP 18-Ub Contract — Page GRANT COUN PUBLIC WORKS DEPARTME Jeff Tincher, P.E. Director of Public Works and County Road Engineer Ephrata (509) 754-6082 Jerome Wawers Assistant Director of Public Works t Ephrata (509) 754-6082 Bob 8ersanti Design/Construction Engineer ..._ Ephrata (509) 754-6082 #. Jason Collings, Supervisor Solid Waste Ephrata (509) 754-4319 PROPOSAL FOR BIDDING PURPOSES For Construction of: Horizontal Curve Signs, Phase CRP 18-06 TA -6458 Sealed Bids will be Opened on February 19, 2019 4the' at 1:30 P.M. at the Office of Board of County Commissioner Grant County Courthouse P.O. Box 37 35 C Street NW, Room 207 Ephrata, Washington 98823 Ed Lowry Supervisor Road District #1 Ephrata (509) 754-6586. Mike DeTrolio, Supervisor `y Road District #2 Moses Lake (509) 765-4172 John Brissey, Supervisor Road District #3 Quincy (509) 787-2321 Andy Booth, Supervisor Bridges Ephrata (509) 754-6082 PROPOSAL To: Board of County Commissioners Date: February 19 , 2019 Grant County, Washington This certifies that the undersigned has examined the location of Horizontal Curve Signs, Phase 3, CRP 18-06, in Grant County, Washington, and that the plans, specifications and contract governing the work embraced in the improvement, and the method by which payment will be made for said work is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with said plans, specifications and contract and at the following schedule of rates and prices. Horizontal Curve Signs, Phase 3 Note: Unit prices for all items, all extensions, and total amount must be shown. Please type or nca ink PlaacP initial all rhan¢Ps. Item Plan Item Description Price per Unit* Total Amount No. Quantity $3,300.00 Dollars. Cents Dollars.. Cents PRFPA R ATIr)N 1 1 Mobilization At Per Each ��_ _ Lump Sum $3,300.00 /////////•///// $40,000.00 Support Type ST -2 Per Each Per Lump Sum 2 1 Notification Lump Sum TRAFFIC At ._ 111111111.1/111 Per Lump Sum $750.00 3 53 Remove Existing Warning Sign & At Each Post $20.00 $11060.00 At Per Each ��_ _ 4 _ 11 36"x42" 17-701 Primitive Road No At _ At Each Warning Sign with Steel Sign $300. 00 $3,300.00 $230.00 $2,300. 00 Support Type ST -2 Per Each 5 151 30" Warning Sign with Steel Sign At Each Support Type ST -2 $230.00 Per Each $34,730-00 6 10 W1-6, Large Arrow 48" x 24" with At Each Steel Sign Support Type ST -2 $230.00 $2,300. 00 Per Each 7 I Each Curve Signs, W1-7,Double Large Arrow 48" x 24" with Steel Sign Support Type ST -2 At $230.00 ; $230.00 Per Each j Item 1WOlan Item Description Price per Unit* Total Amount No. Quantity Dollars. Cents Dollars. Cents 8 1,124 W1-8, Chevron 18" x 24" with At j Each j Steel Sign Support Type ST -2 $175.00 $196,700.00 -$1.00 -$1.00 Pl__ e� Each Per Each 9 144 W13-11) Speed Plaque At At Each i $50.00 i $7,200.00 -$1.00 -$1.00 Pl__ e� Each 10 1 Project Temporary Traffic Control At _ At Lump Sum /J///////.///// $160,178. 00 -$1.00 -$1.00 Per Lump Sum OTHER ITEMS 11 1 Spill Prevention, Control, and At Lump Sum Countermeasure (SPCC) Plan //J//////.1111/ $1,000-00 Per Lump Sum 12 Calculated Minor Changes _ At -$1.00 -$1.00 Calculated H&Irz- ntal Curve Signs, Pose 3 CRP 19-06 (Contract Total $447,447.00 L^.__ i _—! --- Proposal - Page 2 Certification of Compliance with Wage Payment Statuteshrt The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (7/3/2018), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Shamrock Traffic, Inc. Bidder's Business Name � ! c Signature of Authorized Official* --_._ -sG Printed Name Title m February 19, 2019 Spokane WA `Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation KI State of Incorporation, or if not a corporation, State where business entity was formed: If a co -partnership, give firm name under which business is transacted: * if a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). if a co -partnership, proposal must be executed by a partner. Horizontal Curve Signs, Phase 3 CRP 18-06 - Proposal - Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have and to have agreed to the provisions of this declaration. is To report rigging activities call: Notice to All Bidders 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline'"1�on-day through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. .—.__ Proposal –Page 4 Proposal — Signature Page The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: Cash ❑ In the Amount of Cashier's Check ❑ Dollars Certified Check O ($ ) Payable to the Grant County Treasurer Proposal Bond ® In the Amount of 5% of the Bid Receipt is hereby acknowledged of addendum(s) No.(s) & Signature of Authorized Official(s) Proposal Must Be Signed Firm Name Address Please Print Name of Authorized Official mrock Traffic. Inc. PO Box 19281 Spokane, WA 99219 State of Washington Contractor's License No. SHAMRT1811CN Federal ID No. 91-0598512 Note: (1) This proposalform is not trans era can any d teration`enterea ereon-wlt OUYpr—pepermission froIte Engineer will be cause for considering the proposal irregular and subsequent rejection of bid (2) Please refer to section 1-02.6 of the standard specifications, re•"Preparation of Proposal" or "Article 4" of the instructions to bidders for building construction jobs (3) Should it be necessary to modify this proposal either in writing or by elect is e s pl a e ake a erencE following proposal number in your communication: - Revised 8/95 urve Signs, Phase 3 CRP 18-06 Proposal — Pa 0 Statement of Contractor Qualifications To: Board of County Commissioners Date: February 19 , 2019 Grant County, Washington RE: Horizontal Curve Signs, Phase 3, CRP 18-06 I hereby maintain that I am a responsible bidder as contemplated by the policies of the State of Washington and Chapter 36.77 of the Revised Code of Washington. 1. My permanent business name and address is , Shamrock Traffic, Inc. in-.Ssppkana- W, which I have maintained for 1 years. My phone is( Q) 244-2800 Fax (_SQ,Q)344_2g4A 2. 1 have adequate plant equipment to expeditiously and properly perform the work contemplated for Grant County, Washington. Description of work: This contract provides for the installation of Traffic Control Devices, County Wide, on two lane county roads in Grant County, WA, and includes removing existing signs, installation of signs, project temporary traffic control and other work, all in accordance with the attached Contract Plans, these Contract Provisions and the Standard Specifications. (Please list equipment to be used on this project. Attach list if necessary.) Trucks Message Boards Sions- other traffic tnntml davines,,etp, and .-- liatina of permanent signs 3. 1 have adequate funds to promptly meet obligations incident to this work (Provide bank, contact & phone.) a) Washington Trust Bank b) Attn • Dave Dolla_rhide c) Fna ns.781 i 4. 1 have adequate experience in this class of work and I am thoroughly familiar with the specifications used in this project. I have constructed the following similar improvements: (Provide project name, contact & phone.) a) 2012 County Rd Safety Horizontal Curve Signs lefF Inchnr -Ana 7-r,"n82 b) 2015 County Rd Safety Horizontal Curve Signs - Jeff Tincher - 509 754-6082 c)SR 291 Chad esRd to uncrest aving - Tom Brasch - 509 323-8411 S. 1 have submitted and maintain annually a "Standard questionnaire and Financial Statement" to the Washington State Department of Transportation (WSDOT): Yes ❑ No ® Region: WSDOT has determined: a) I am prequalified to in the amount of b) I have failed to be prequalified for the following reasons: — SPA Atiarrhad_ I altar The Contracting Agency may determine a prospective Bidder who is not prequalified to perform certain types of work within the financial and experience constraints determined by WSDOT to be not responsible and refuse to award a contract. The Board of County Commissioners shall proceed to award the contract to the lowest and best bidder but may reject any or all bids if in its opinion good cause exists therefor. (RCW 36.77.040) 1 hereby certify that the above statements are true and accurate. Ve ly , BY: r (Print Name) Company Name: Shamrock Traffic lnc Address: PO Box 19281 City, State, Zip: Spokane, WA 99219 Washington State Contractor's License No.: SHAMRT1811CN Revised 4/02 I&,- _ ,- Horizontal Curvegns Si, Phase 3 CRP 18-06 roposal - Page Bid Bond KNOW ALL MEN BY THESE PRESENTS: That we, Shamrock Traffic, Inc. . as Principal, and _ Liberty Mutual Insurance Company as Surety, are held and firmly bound unto Grant County, Washington, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount Dollars ($ 5% of Bid Amt ) for the payment of which the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of the obligation is such that if the Obligee shall make any award to the Principal for Horizontal Curve Signs, Phase 3, CRP 19-06, located in Grant County, Washington, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the Surety or Sureties approved by the Obligee; or if the principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 19th DAY OF February , 2019 Principal Shamrock Traffic, Inc. Surety Liberty Mutual Insurance ompany Attorney -in -Fact -- ✓2 t c <' Cy;i I L. Jay Horizontal Curve Signs, Phase 3 Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200306-023049 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Holli Albers- Heather L. Allen. James B. Binder, Brandon K Bush, Carley Espiritu, Jacob T. Haddock, Diane M. Harding, Brent E. Heilesen, Kyle Joseph Howat, Cynthia L. Swanson, Misti M. Webb, Eric A. Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named, its true and lawful attomey-fn-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of January , 2019 . Liberty Mutual Insurance Company 1NSUq ,ZV INS& a \NSL/,q The Ohio Casualty Insurance Company �JP�°aP°Rgfq'L� yJP4°aPo�iq� `9y °oa°O�+afn West American Insurance Company > Fo m 1912 ° 1919 ° 1991 0�� N N d�'S4cttu5`�.da3 o By: David M. Carey, Assistant Secretary State of PENNSYLVANIA M County of MONTGOMERY ss jc On this 15th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes — therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. yr, PAS FQ,4o MONWF-�(CONMOKWEALTM O P NSYLVAN1A � Ktanal seed OF Tensa Pasteda, Notary Public Upper Meson Twp Montgomery County By: Mir Commis n Exprres March 28, 2021 Teresa Pastella, Notary Public aRy P�� Member Pe msyb . Asst- of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 6 ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the s >, President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety 3 Nany and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such vinstruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the - provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed the seals of said Companies this 19th day of February 2019 P� \NSu� P -,IV INS& a \NSUgq JoOprOR4 yC+ yJ o°civ°8nr `9y VP °Opvo�r 'yf+ 1912 0 0 1919 2 1991 05A�d �9. By ~d'*s,�Nas�taai y°Z�hAMveaD fs NntANt dD Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Mulb Co_062018 �CD CO D C �M D CO 1p � O c 0 C cc � C:) ID � «=N C9 E M _co UC) oco Washington State Underutilized Disadvantaged Business WAt Department of Transportation Enterprise (UDBE) Written Confirmation Document See Contract Provisions. UDBE Document Submittal Requirements Disadvantaged Business Enterprise Participation THIS FORM SHALL ONLY BE SUBMITTED TO A UDBE THAT IS LISTED ON THE CONTRACTOR'S UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE UDBE. PART A: To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Underutilized Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: HORIZONTAL CURVE SIGNS, PHASE 3 Bidder's Business Name: SHAMROCK TRAFFIC, INC UDBE's Business Name: CARLENE YACINICH, DBA CHANGING DIRECTIONS Description ofUDBE's Work: TRAFFIC CONTROL SERVICES Dollar Amount to be Applied Towards UDBE Goal: $23,000.00 Dollar Amount to be Subcontracted to UDBE*: 'Optional Field PART B• To be completed by the Underutilized Disadvantaged Business Enterprise As an authorized representative of the Underutilized Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. Name (printed): Signature: Title: Address: DOT Form 422-031 U Revised 02/2018 r'mrlcnn Vorinirh Owner PO Box 288 Entiat, WA 98822 Date: February 18, 2019 Wro1N3shingtan StaW Underutilized Disadvantaged Business Depa't"'ent of Tmnsp°rtatian Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, an Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification. The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal that does not contain a UDBE Utilization Certification which properly demonstrates that the Bidder will meet the UDBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder's UDBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: SHAMROCK TRAFFIC INC certifies that the UDBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named UDBEs. (If necessary, use additional sheets.) Box 2: HORIZONTAL CURVE SIGNS PHASE 3 Column 1 Name of UDBE (See instructions) Column 2 Project Role (See instructions) Column 3 Description of Work (See instructions) Column 4 Dollar Amount Subcontracted to UDBE (See instructions) Column 5 Dollar Amount to be Applied Towards Goal (See instructions) CARLENE YACMCH DBA CHANGING DIRECTIONS SUBCONTRACTOR TRAFFIC CONTROL SERVICES $23,000.00 $23,000.00 Underutilized Disadvantaged Business 5% Total UDBE Commitment Dollar Amount $23,000.00 Enterprise Condition of Award Contract Goat Box 3 Box 4 5 nBy checking Box 5 the Bidder is stating that their attempts to solicit sufficient UDBE participation to meet the OA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056U Revised 02/2018 February 13, 2019 110 N. Hayford Rd. P.O Box 19263 Spokane, WA 99219 509-244-2800 FAX 509-244-2949 Grant County Public Works Department Grant County Courthouse 35 C Street NW, Room 207 Ephrata, WA 98823 Re: Horizontal Curve Signs, Phase 3 CRP 18-06 Shamrock Paving, Inc. and Shamrock Traffic, Inc. Dear Sir/Ma'am: Contractors REG ## SHAMR13099LM This letter is to explain that although Shamrock Traffic, Inc is a new entity, it is a division of Shamrock Paving, Inc. and the work that is completed through Shamrock Traffic, Inc., is with the same employees and equipment as with Shamrock Paving, Inc. With this being said, projects shown on the Statement of Contractor Qualifications were completed by Shamrock Paving, Inc. We are bidding this project under Shamrock Traffic, Inc. and will utilize the same employees and equipment as previous projects note. Please let me know if you have any questions or need any additional information. We look forward to working with you on this project. Respectfully, Scott Willms General Manager cc: File "An Equal Opportunity Employer"