Loading...
HomeMy WebLinkAboutAgreements/Contracts - Public Works (003)K 19-054 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 til rW) S�cxr to&I QLn,� 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 Centerline and Shoulder Rumble Strips, CRP 18-07, located in Grant County, Washington, as proposed in a bid opened 1:30 P.M., Tuesday, March 26, 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. S. It is further provided that no liability shall attach to the County by reason of entering into this contract, except as expressly provided herein. mble 5trips CRP 18-07Contract — APR 'I 2015 RANT COUNTY COI ,41ISSIONERS 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. 7rk ST: of he Board APPROVED AS TO FORM: L�day of A, 2019 Deputy Prosecuting Attorney � day of r 2019 v v Signature Print Name Firm lame Address City State Zip Phone BOARD OF COUNTY COMMISSIONERS OF GRANT COUNTY, WASHINGTON Done this day of '2019 Cha r Member Member ne and Shoulder Rumble Strips CRP 18-07Contract — CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: BOND No. 107058274 That we, the undersigned, North Star Enterprises, Inc. as principal, and Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of CT 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 Five Hundred Eighteen Thousand Eight Hundred Thirty and 56/100 Dollars _ ($ 518,830.56 ) 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 Liberty Lake . Washington, this 8th day of April , 2019. The conditions of the above obligation are such that: WHEREAS, on March 26, 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 Centerline and Shoulder Rumble Strips, CRP 18-07, 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: Travelers Casualty and Surety Company of America Licensed Agent/5urety Co. 501 N. Riverpoint Blvd., Suite 403 Spokane, WA 99202 509 1 755-9338 Frtm, Street Address JNo P.0 Box), Phone of Local Office of Agent North Star Enterprises, Inc. Principal Thomas V A DAMS Attortfey-fn-fact, Surety Centerline and Shoulder Rumble Strips CRP 18-07Contract — Page 3 Approved as to form: - puty Prose ng Attorney "DePuty Prose 1ft Attorney Travelers Casualty and Surely Company of America .A► Travelers Casualty and Surety Company TRAVELERS J SL Paul Rre and Marine insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas V A Davis, of Spokane, Washington, their true and lawful Attomey-in-Fact to sign, execute, seal and admrnMedge any and all bonds, recognizences, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of parsons, guaranteeing the performance of contrails and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. ! s � � aos�orrte • ht � *M+ �b State of Connecticut By: City of Hartford ss. Robert L. Raney, Se r Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein Contained by signing on behalf of the corporations by himself as a duty authorized officer. M Witness Whereof, I hereunto set my hand and official seal. a �-� .l My Commission expires the 30th day of June, 2021 mt�ALA. UutR+R�k1 • Marre C. Tetreauk, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Hoards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -In -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognlzences, contracts of Indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, Provided that each such delegation Is in writing and a copy thereof is tiled In the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, If required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it Is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vioe President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this sin day of Aprn , 2019 � E A 9 Kevin E. Hughes, Assistant Secretary To rarity the andrenhVfy ofbkhr Power ofAEtbrney, pdfaese m# tm at 1 -OW 421 388& PAsese n0isr to Ere abrin -named Aft ornmer in-Factand die aWWk of 0e bond to whidi ftse power Is aMm*d. PROPOSAL To: Board of County Commissioners Date: 3 al � 2019 Grant County, Washington This certifies that the undersigned has examined the location of Centerline and Shoulder Rumble Strips, CRP 18-07, 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. Centerline and Shoulder Rumble Strips Note: Unit prices for all items, all extensions, and total amount must be shown. Please type or use ink. Please initial all changes. Item Plan Item Description Price per Unit* Total Amount No. Quantity Dollars. Cents I Dollars. Cents PREPARATION 1 1 Mobilization At Lump Sum /////////•///// asi 000.00 Per Lump Sum 2 1 Notification At Lump Sum /////////•///// 15o -00 Per Lump Sum TRAFFIC 3 108.83 Centerline Rumble Strip At Mile _715 -DV %5j4,;1-55 Per Mile 4 217.66 Shoulder Rumble Strip At Mile TS .ao no, u93- Io Per Mile 5 554,881 Paint Line At L.F. . 11 Ula 03U . of 1 Per Linear Foot 6 1 Project Temporary Traffic Control At Lump Sum /////////•///// 1l a7, Off' 00 PerLump Sum Item Plan Item Description Price per Unit* Total Amount No. Quantity Countermeasure (SPCC) Plan/ Dollars. Cents I Dollars. Cents OTHER ITEMS 7 1 Spill Prevention, Control, and At Lump Sum Countermeasure (SPCC) Plan/ j///// j j, j/// j -150 , vp Per Lump Sum 8 Calculated Minor Changes At -$1.00 Calculated Contract Total Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (2/25/2019), 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. Nown 5kc►.r Bidder's Business Name n of Alithorized Official* at'p 4g �� �T �iin5 Printe Name fc 1 Me Date City State Check One: Sale Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporations State of Incorporation, or if not a corporation, State where business entity was formed: yV t 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 ca partnership, proposal must be executed by a partner. r 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 signed and to have agreed to the provisions of this declaration. 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" Monday 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. a roposai — 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 Ontaine0erein. 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.beiow, is attached hereto: Cash 0 In the Amount of CashIdet Check ❑ Dollars Certified Check 0 ($ } Payableto_the Grant County Treasurer Proposal Bond X In the Amount of 5% of the'Bid Receipt is hereby acknowledged of addendum(s) No.(s) I SL & Signature of Authorized Officials) Proposal Must Be Signed ckylkg- Please Print Name of Authorizecial Firm Name�h Address V LtLO ,A f V1—P I %A, _ a State of Washington Contractor's License No. N_O 014 D 5 - Federal ID No. Note: (i) This proposal form is not transferable and airy alteration entered hereon without prior, permission from the county Engineer will be. cause The considering the proposal irregular and subsequent rejection of bid. (2) Please rtafe to section 1-02.6 of_the standard specifications, re:"Preparadon of Proposer or "Article 4" of the instructlons to bidders for buildingcgristnrction Jobs. (3) Should it be necessary to mod*, this proposal either in writing or electronic means, ng by please make reference to the following proposal number in your communication: Rkied 8/95 Statement of Contractor Qualifications To: Board of County Commissioners Date: 0 2019 Grant County,'Washington RE: Centerline and Shoulder Rumble Strips, CRP 18-07 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 0 _ which I have maintained for IL years. My phone is ( Oq) 21"11 - OIA Fax (5D9 qaa "333 a 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 centerline and shoulder rumble strips, County Wide, on two lane county roads in Grant County, WA, and includes 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 pr Attach list if necessary.) l _ 3. 1 have adequate funds to promptly meet obligations 4. bank, contact nhone.) a) ��\ . AAOCA i N b) txi-t- yo51-\1KOX - c)(50S -5 A A I 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.) ftPV\ '�-i1�ft{1�50°17 Say",aa5r� at bye., S -W\ b) a 1 - -29M c) Mnn1: r,.\ 1r,,Vffi IV, .���nn - �Mti�� �Pr\\.o.r\("Sna►7 ��L1-1 oaSd` S. I have submitted and maintain annuallya''Standard Questionnaire and Financial Statement" to the Washington State Department of Transportation (WSDOT): Yes K No O Region: WSDOT has determined: a) J amrequalified to &ry - 4.,��MEAS- Q0 S - Q0 t1� c o \ in the amount of \A. 0 r b) I have failed to be prequalified for the following reasons: 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. By: (Print Name) Company Name: Address: City, State, Zip: Washington State Contractor's License No.: Revised 4/02 W., Bid Bond KNOW ALL MEN BY THESE PRESENTS: That we, North Star Enterprises, Inc. , as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto Grant County, Washington, as Obligee, in the penal sum of 5 percent of the total amount of the bid proposal Dollars ($ 5% ) 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 Centerline and Shoulder Rumble Strips, CRP 18-07, 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 114 _h_ DAY OF March , 2019 Principals -T_ Surety AN Attorney -in -Pact Thomas V.A. Davis Travelers Casualty and Surety Company of America A Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas V A Davis, of Spokane. Washington, their true and lawful Attorney -In -Fact to sign, execute, seal and acknowledge any and all bonds, recogniz aces, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in thele business of guaranteeing the fidefity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. ��l �tt• y� o . s State of Connecticut By. • City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instnrnent for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal, My Commission expires the 30th day of June, 2021 �`(iQJkJt . JnRDu1 AJk • t t Marie C. Tetreault, Notary Pubic This Power of Attorney Is granted under and by the authority of the.foilowing resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as kftws: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Comparrys seal bonds, recognizances, contracts of Indemnity, and other writings obligatory in the nature of a bard, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation Is in writing and a copy thereof is filed In the office of the Secretary; and It is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It Is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any curtificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fad for purposes only of execu ft and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company, in the future with respect to any bond or understanding to which it Is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company. and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing Is a true end coned copy of the Power of Attorney executed by said Companies, which remains In full force and effect. Dated this 14th day of mach ch , 2019 �� j Jin •«.4 00 v K�evkn E. Hughes, Assistant Secretary To vwW dee audrent/dty of this Pkmw ofAtt mey, please caul us at I -BOR -421 38M Please f efer to the above named Attorney -In -fact and the details of dw bond to which die power is aetrdied Adak ft wv. of �nanaolls.� Underutilized Disadvantaged Business 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: North Star Enterprises{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: Centerline & Shoulder Rumble Strips 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 Insltuctions) Column 5 Dollar Amount to be Applied Towards Goal (See Instructions) Awlrew Michael Cortins DBA Andrew Michael Subcontractor Dump Trucking $31,500.00 S31,500.00 Underutilized Disadvantaged Business 6% Total UDBE Commitment Dollar Amount 31.500.00 Enterprise Condition of Award Contract Goal Box 3 Box 4 5 EBy 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 -MU Revised 0212018 ffir"Depail,tilnent �Washington State Underutilized Disadvantaged Business of Transportation Enterprise (UDBE) Written Confirmation Document See Contract Provisions: UDBE Document Submittal Requirements Dicadrantaged 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: 'J'o 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: Centerline & Shoulder Rumble Strips Bidder's Business Name: North Star Enterprisesl Inc. UDBE's Business Name: Andrew Michael Cortinas. DBA Andrew Micheal Cortinas Description of UDBE's Work: Dump Trucking Dollar Amount to be Applied Towards UDBE Goal: 31,500.00 Dollar Amount to be Subcontracted to UDBE*: 'Optional Field PART B: To bs_comoleted by the Underutilized Disadvantaged Business F„te[ rise 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 Owner 2304 N 7th St Coeur d alene. Id 83814 Date: March 25, 2019