CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

Similar documents
CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

DEVELOPER EXTENSION AGREEMENT

AGREEMENT FOR PROFESSIONAL SERVICES OA4 (Miscellaneous Services) WITNESSETH

USE AGREEMENT BETWEEN <OWNER> AND ORANGE COUNTY. THIS AGREEMENT (the Agreement ), is entered into by and between

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

AGREEMENT TO ESTABLISH. THIS AGREEMENT, made and entered into this day of, 200_. between, an Ohio Corporation, (hereinafter referred to as Owner ),

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

APPENDIX A. Main Extension Agreement (MEA)

SUBCONTRACTOR S APPLICATION FOR PAYMENT

USE AGREEMENT AMONG <DEVELOPER>, <HOMEOWNERS ASSOCIATION>, AND ORANGE COUNTY. THIS AGREEMENT (the Agreement ) is entered into by and among

INDEPENDENT CONTRACTOR AGREEMENT

APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

AGREEMENT BETWEEN OWNER AND SELLER

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

RICE UNIVERSITY SHORT FORM CONTRACT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

USE AGREEMENT BETWEEN <HOA / GROUP / BUSINESS NAME> AND ORANGE COUNTY. THIS AGREEMENT (the Agreement ) is entered into by and between <Name of HOA /

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY CONTRACT NO. This Agreement is entered into this day of, 2011, by and

Application For Permit To Conduct Fireworks Exhibition Packet. (All blanks are to be completed & signatures where needed.)

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:

Services Agreement for Public Safety Helicopter Support 1

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

RENOVATION LOAN AGREEMENT

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

NORTH CAROLINA CENTRAL UNIVERSITY

MASTER SUBCONTRACT AGREEMENT

EXHIBIT B. Insurance Requirements for Construction Contracts

Proposal and Agreement for Construction on Purchaser s Lot

W I T N E S S E T H:

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

CITY OF NAPLES, FLORIDA

QUOTATION ONLY -- NOT AN ORDER

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Independent Contractor Agreement Form

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT

BERRIEN COUNTY ROAD DEPARTMENT

COUNTY OF COLE JEFFERSON CITY, MISSOURI

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

(213) / FAX: (213) EAGRAY REVISED:

LONE TREE SCHOOL FLOORING REPLACEMENT

CITY CONTRACT NO. This Agreement is entered into this day of, 2010, by and

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

HOME DEVELOPER S AGREEMENT BETWEEN THE CITY OF PASSAIC, NEW JERSEY AND. Developer Corporation

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF CHICAGO AND CHICAGO TRANSIT AUTHORITY

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

REQUISITION & PROPOSAL

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

REQUISITION & PROPOSAL

INTERIM WAIVER AND RELEASE UPON PAYMENT

PWC SCHEDULE OF DEPOSITS, FEES AND CHARGES. Table of Contents

INDEPENDENT CONTRACTOR AGREEMENT

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

Please Refer to Attached Sample Form

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

CONSTRUCTION CONTRACT

Union College Schenectady, NY General Purchasing Terms & Conditions

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

CONSTRUCTION CONTRACT EXAMPLE

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

FIELD SAMPLING SERVICES & LABORATORY ANALYSIS

Proposal No:

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

OHIO DEPARTMENT OF TRANSPORTATION OFFICE OF REAL ESTATE

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

Transcription:

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation, hearinafter called the Department acting for and on behalf of the Cherokee Nation, hereinafter called the "Nation" and (Company Name/Address) hereinafter called the "Utility Owner". WITNESS TO THAT WHEREAS, the Nation proposes to improve the aforementioned project and such improvements will necessitate rearrangement of facilities by said Utility Owner (state scope and nature of work on Exhibit A), and WHEREAS, it is understood that if said project is to be financed in part from funds appropriated by the United States and expended under its regulations, that acceptance of work and procedure in general are subject to Federal Laws, Rules, Regulations, Orders, and Approvals applying to it as a Federal Project, and that costs for items entering into the improvement are reimbursable to the Nation in such amounts and forms as are proper and eligible for payment from Federal Funds. For purposes of this agreement, the rights-of-way and relocation of utilities for the aforementioned project shall be governed by Title 23 Code of Federal Regulations Parts 645A and 635.410, Title 25 Code of Federal of Regulations Part 169, and applicable Oklahoma Statutes, and WHEREAS, said federal regulations prohibit the location of utilities within the proposed rights-of-way, and as such, unless waived by the Nation in writing, the cost of relocating any utility within the existing rights-of-way shall be borne by the Utility Owner whereas the cost of relocating any utility outside of existing rights-of-way shall be borne by the Nation, and WHEREAS, the Nation reserves the right to cancel this Agreement at any time prior to the beginning of the adjustment or relocation of the facilities of this Utility Owner, and WHEREAS, the Nation agrees to pay the Utility Owner for the proportionate share of the actual cost to prepare approved preliminary engineering plans and estimates at the Nation s request, if for any reason the Nation cancels this Agreement. NOW, THEREFORE, in consideration of the mutual covenants herein contained, the Utility Owner agrees: 1. To prepare and submit to the Nation s Department of Transportation a detailed estimate of the cost of work to be performed at which time the estimate of cost will be attached and become a part of this Agreement. The estimate will include: (1) The accounting system to be used in computing the relocation costs; (2) Credit for Expired Service Life setting forth therein the conditions on which such credit was determined or complete R/W Form 305 (Revised 12/2016) Page 1 of 9

justification if the credit is not applicable; and; (3) Whether equipment costs are developed from experience records. 2. To include the costs for backfill and compaction of any trenches or holes within the right-of-way limits in the estimate of costs. The backfill will be placed and compacted to a density as directed by the Nation s Department of Transportation, but will not be compacted to less than that of the adjacent soil. 3. Any and all existing fencing that may require alteration during the utility relocation process shall be restored to its original condition during and after the time of utility relocation/rearrangement. It is the responsibility of the utility owner to insure that the integrity of the fencing is not compromised at any time to an extent in which it prevents the fencing from performing its intended purpose. 4. To prepare drawings showing the present, temporary and proposed location of its facilities with reference to the centerline of survey and/or the new or existing right-of-way lines using highway stationing. Underground utility road crossings should maintain a minimum depth of 30 inches below the proposed ditch line. Delineate details, including date of installation, class, and type of present facility. Such drawings will be attached to and become a part of this agreement. 5. To comply with all applicable laws and regulations necessary to meet Environmental Protection Agency (EPA) and/or the Oklahoma Department of Environmental Quality (DEQ) requirements for pollution prevention, including discharges from storm water runoff on this project. Further, agrees to secure a Storm Water Permit from the Corps of Engineers (COE) and/or DEQ, when required. It is agreed that the project plans and specifications, required schedules for accomplishing the temporary and permanent erosion control work, the storm water pollution prevention plans and the appropriate location map contained in the plans constitute the Storm Water Management Plan for the project previously described in the document. Agrees to have daily operational control of those activities, at the site, necessary to ensure compliance with plan requirements and permit conditions. And, agrees to file the Notice of Intent (NOI) with the COE or DEQ, when required, for a general construction Oklahoma Pollutant Discharge Elimination System Permit, which authorizes discharges of storm water associated with construction activity from the project site identified in this document. 6. To begin the process of adjustment or relocation of the facilities as shown on the plans and covered by this Agreement within a reasonable time, depending on the availability of material and work forces, but the actual time must not exceed thirty (30) days after receipt of notice from the Nation s Department of Transportation to do so, and in no event proceed with any adjustment or relocation work until such notice is received. To inform the Department of: (1) The proposed starting date, prior to commencing work, and continually maintaining liaison with his/her office for the duration of the physical relocation; (2) The date work is completed. 7. Compliance with the Buy America Requirements: a. In accordance with the BUY AMERICA requirements of the Federal Regulations (23 USC 313 and 23 CFR 635.410) all manufacturing processes, including the application of coating, for all steel and iron products furnished for permanent incorporation into the work on this project shall occur in the United States. R/W Form 305 (Revised 12/2016) Page 2 of 9

i. "All manufacturing processes" are defined as any process that requires a change to the raw ore or scrap metal into finished steel or an iron product (smelting, rolling, extruding, bending, etc.). ii. "Coating" is defined as any process, which protects or enhances the value of the steel or iron to which the coating is applied (epoxy, galvanizing, painting, etc.). iii. Products of steel include, but are not limited to, such products as steel pipe, steel encasement, reinforced concrete pipe, steel electrical poles, conductor wire, etc. Products of iron include, but are not limited to, such products as ductile iron pipe. The coating material is not limited to this clause, only the application process. iv. The following materials are exempt, unless processed or refined to include substantial amounts of steel or iron material, and may be used regardless of source in the domestic manufacturing process for steel or iron material: Raw Materials (iron ore or alloys) Scrap Pig Iron Processed, pelletized, and reduced iron ore material Aluminum Brass Copper v. For recycled steel, only the manufacturing processes to produce steel products must occur domestically beginning at the point where the recycled steel is melted. b. Minimal Use Request - The federal regulations do not prevent the use of miscellaneous steel or iron components, subcomponents and hardware necessary to encase, assemble and construct certain highway products and manufactured products that are not predominately steel or iron if the cost of such materials used does not exceed one tenth of one percent (0.1%) of the total contract price or $2,500.00, whichever is greater. The value of any foreign material to be used includes the cost of the material as well as any shipping and taxes. i. The Contractor/Utility Owner must submit a written request to the Nation s Department of Transportation, which includes the origin and value of any foreign material to be used. This request must be submitted prior to the work being performed. c. Compliance with Buy America Requirements - The Contractor/Utility Owner's responsibility for meeting the Buy America requirements are as follows: i. Before any work begins that incorporates steel or iron products into the project, the contractor shall submit a project specific certification letter stating that all manufacturing processes R/W Form 305 (Revised 12/2016) Page 3 of 9

involved with the production of these projects will occur in the United States, along with project specific certification letters from each subcontractor and supplier of steel or iron products for the project (See attached example letter in "Exhibit C"). ii. For each steel or iron product incorporated into the project, the Contractor/Utility Owner will be responsible for providing to the Department a completed "Certificate of Materials Origin" form (See attached form in "Exhibit B"). The "Certificate of Materials Origin" will list each corporate entity involved in the manufacturing of the steel item from smelting through all fabrication process. In most instances, determination of compliance with Buy America requirements should be achieved prior to incorporating the product into the work. If not, the Department may withhold payment until compliance has been determined. iii. Additionally, each Contractor/Utility Owner should maintain a signed mill test report and/or a signed certification by EACH supplier, distributor, fabricator, or manufacturer that has handled the steel or iron product affirming that every process, including the application of the coating, performed on the steel or iron project has been carried out in the United States in accordance with the requirements of the corresponding category listed below. The certifications should be maintained by the Contractor/Utility Owner and available to the Department for auditing purposes until the Department has accepted the project. iv. The lack of these certifications will be justification for rejection of the steel and/or iron product or nonpayment of the work. 7. That no contract with any individual will be entered into without prior approval of the Department. That any contract work for technical services, professional services or other labor classifications involved in the rearrangement of the facility proposed under this Agreement will be supported by a statement to the effect that, The Utility Company is not adequately staffed or equipped to perform such work with its own forces. Department approval must be obtained prior to executing a contract with any outside firm or continuing contractor. 8. Insurance: a. The Utility Owner shall provide General Liability insurance coverage for its employees, agents, and/or representatives in accordance with the Oklahoma Governmental Tort Claims Act, with minimum amounts not less than One Million Dollars ($1,000,000.00) per occurrence and One Million Dollars ($1,000,000.00) aggregate. The Utility Owner shall be responsible for providing Worker s Compensation Insurance in accordance with the Oklahoma Worker s Compensation Act. b. Before beginning the work hereunder the Utility Owner shall provide an original certificate of insurance naming the Nation as an additional insured, showing it has complied with the provisions of the above paragraph. All subcontractors with written approval from the Nation to perform work under this Agreement must also comply with said requirements. The certificate should contain the following information: i. Type of insurance, with a description of operations and territories covered, R/W Form 305 (Revised 12/2016) Page 4 of 9

ii. Policy number iii. Effective date, iv. Expiration date, v. Limits of liability (this amount is usually stated in thousands), vi. Ten (10) day cancellation clause Required coverage: c. Workers Compensation and Employer s Liability Limits of Liability: i. Bodily injury by accident: $100,000.00 each accident ii. Bodily injury of disease: $500,000.00 policy limit iii. Bodily injury by disease: $100,000.00 each employee d. General Liability: i. Coverage: Comprehensive (including products/completed operations) ii. Limits of Liability: Bodily Injury and Property Damage combined $1,000,000.00 (each occurrence) e. Automobile Coverage: iii. Vehicles covered: All autos Hired autos Non-owned autos iv. Limits of Liability: Bodily Injury and Property Damage, combined single limit $300,000.00 Note: Oklahoma Statute required Workers Compensation coverage for anyone with one (1) or more employees. 9. Status of the Parties: The parties hereto stipulate and agree the Utility Owner is an independent contractor, and the Nation is interested only in the results of the Utility Owner s services and shall not control the means or methods by which the Utility Owner s services are rendered. The Utility Owner is not eligible for any federal, Social Security, State Worker s Compensation or Unemployment Benefits from the Nation by virtue of payment(s) received and shall be responsible for all applicable taxes, including but not limited to federal taxes, state taxes and sales taxes related to payments received from the Nation under this Agreement. 10. Hold Harmless: The parties agree to hold each other and their respective employees, agents, and/or representatives harmless from all claims and/or liability by a third party for damages or injury to persons or property by the other party, including without limitation, the generality of the foregoing, claims for which either party may be, or claim to be, or may be claimed by a third party to the liable, and legal fees and disbursements paid or incurred to enforce the provisions of this Agreement. This provision shall continue in force and effect notwithstanding the termination of this Agreement. 11. Availability of Funds: The Nation s obligation for payment under this Agreement is contingent upon the availability of appropriated funds from which payment for services can be made. Funds are available for performance under this Agreement when appropriated or authorized by the Tribal Council of the Cherokee R/W Form 305 (Revised 12/2016) Page 5 of 9

Nation. No legal liability on the part of the Nation for any payment may arise hereunder until funds are made available by the designated officer of the Nation for performance and until the Utility Owner receives notice of availability from the Nation s designated officer, through issuance of a purchase order. 12. To submit to the Department, within six (6) months after satisfactory completion of rearrangement of their facilities under this Agreement, an invoice, with a certified statement of costs in accordance with the provisions of the aforementioned memorandums. It is understood this Agreement does not change the rights or obligations of the Utility Owner, as they exist in accordance with present State Law. In consideration of the faithful performance by the Utility Owner of the foregoing, the Nation agrees: To reimburse the Utility Owner for the actual costs of work completed prorated on the basis of the following percentage or for the lump sum as proposed: (1) Utility Owner Share of Cost % Estimated Utility Owner Cost $ (2) Nation s Share of Cost % Estimated Nation Cost $ (3) Lump Sum Proposal Nation Cost $ OR Nothing herein shall in any way be construed to relieve the Utility Owner from its liability, if any, for payment of a portion of these costs. IN WITNESS WHEREOF, the parties hereto have caused this Utility Relocation Agreement to be executed by their duly authorized officers on the day and year last below written. APPROVAL RECOMMENDED: Director, Department of Transportation Date Name: Utility Owner Executive Director, Community Services Date Signature: Utility Owner/Agent Date Principal Chief, Cherokee Nation Date Title: Utility Owner/Agent R/W Form 305 (Revised 12/2016) Page 6 of 9

(State scope and nature of work in space provided below) R/W Form 305 (Revised 12/2016) Page 7 of 9 Exhibit A

CERTIFICATE OF MATERIALS ORIGIN PROJECT NAME: COUNTY: CONTRACTOR: BID ITEM NAME & NO: CONTRACT ID: PROJECT NO: DATE: QUANTITY: DOMESTIC MATERIALS SOURCE (NAME AND ADDRESS) TO INCLUDE SUPPLIER, FABRICATOR, AND MANUFACTURER: DOMESTIC MATERIALS DESCRIPTION: DOMESTIC ENTITIES INVOLVED IN OTHER MANUFACTURING PROCESSES (I.E.: GALVANIZATION, EPOXYCOATING, WELDING, BENDING, ETC.): DESCRIPTION OF MATERIALS OF UNKNOWN ORIGIN OR FOREIGN MATERIALS DELIVERED TO THE PROJECT: This certification is made for the purpose of establishing the materials acceptance under the Buy America Certification (23CFR 635.410) and the Contract Special Provisions. All iron and steel manufacturing processes, including protective coating, for the domestic materials described above occurred in the United States of America. Manufacturer's certificates verify the origin above described in the domestic materials will be kept on file for three years by the supplier following the final payment. Copies will be provided to the Nation s Department of Transportations upon their request: I declare under the penalty of perjury under the Oklahoma and Federal Laws that the foregoing is true and correct; Supplier Name and Address Authorized Representative Name: Title: Signature: R/W Form 305 (Revised 12/2016) Page 8 of 9 Exhibit B

DATE: FROM: SUBJECT: I hereby certify this project will meet the requirements of Buy America in accordance with the Federal Regulations (23 USC 313 and 23 CFR 635.410). Buy America requires all manufacturing processes, including the application of a coating, for all predominantly steel or iron products permanently incorporated into the project shall have occurred in the United States. A product is considered to be manufactured predominantly of steel and iron if the product is at least 90% steel or iron content (measured by weight) when it is delivered to the job site for installation. All manufacturing processes are defined as any process requiring a change to the raw ore or scrap metal into finished steel or an iron product (smelting, rolling, extruding, bending, etc.). Coating is defined as any process, which protects or enhances the value of the steel or iron product to which the coating is applied (epoxy, galvanizing, painting, etc.). I understand that I must comply with Buy America and provide all required documentation prior to incorporating any steel or iron products into the project. Any noncompliance will be justification for rejection of the steel and/or iron products or nonpayment of the work. I the undersigned hereby certify that I am an authorized agent of: Sincerely: (Company Name) (Name/Title) State of ) ) County of ) Subscribed and sworn to before me this day of, 20 by. (SEAL) My Commission Expires: Notary Public My Commission No.: R/W Form 305 (Revised 12/2016) Page 9 of 9 Exhibit C