Loading...
HomeMy WebLinkAboutITEM IV-ARESOLUTION N0.4_ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN INTERLOCAL AGREEMENT BETWEEN THE CITIES OF AUBURN AND KENT FOR THE ESTABLISHMENT AND USE OF FIBER OPTIC CABLE AND EQUIPMENT DOWN THE 277TH STREET CORRIDOR WHEREAS, the Valley Cities of Algona, Auburn, Federal Way, Kent, Pacific, Renton and Tukwila have been working together on a number of issues including reliable and redundant public safety dispatch and communication; and WHEREAS, the Valley Cities and Valley Communications Center sought funds to enhance public safety communication needs and have become eligible to receive grant funds; and WHEREAS, in order to receive those funds and use them in support of their common and cooperative needs, it is necessary for the City of Auburn and Kent and the Valley Communications Center to enter into an Interlocal Agreement for the use of fiber optic cable and equipment down the 277t" street corridor. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, KING COUNTY, WASHINGTON, HEREBY RESOLVES as follows: Section 1. The Mayor of the City of Auburn and the Auburn City Clerk are hereby authorized to execute an Interlocal Agreement between the City of Auburn and Kent and Valley Communications Center for the use of fiber optic Resolution No. 4636 August 20, 2010 Page 1 of 2 cable and equipment down the 277t" street corridor which agreement shall be in substantial conformity with the Interlocal Agreement attached hereto, marked as Exhibit "A" and incorporated herein by this reference. Section 2. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out the directives of this legislation. Section 3. This resolution shall be in full force and effect upon passage and signatures hereon. Dated and Signed this day of , 2010. CITY OF AUBURN PETER B. LEWIS, MAYOR ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Heid, City Attorney Resolution No. 4636 August 20, 2010 Page 2 of 2 INTERLOCAL AGREEMENT BETWEEN THE VALLEY COMMUNICATIONS CENTER AND THE CITIES OF AUBURN AND KENT FOR THE ESTABLISHMENT AND USE OF FIBER OPTIC CABLE AND EQUIPMENT DOWN THE 277T" STREET CORRIDOR THIS INTERLOCAL AGREEMENT is entered into pursuant to the interlocal cooperation act, chapter 39.34 of the Revised Code of Washington among the City of Auburn, a Washington municipal corporation ("Auburn") and the City of Kent, a Washington municipal corporation ("Kent") and the Valley Communications Center ("VCC") RECITALS 1. For the last several years, there has been greater interaction between the Valley Cities of Auburn, Kent, Renton, Tukwila, Auburn, Algona, Pacific and the City of Federal Way and the Valley Communications Center related to a number of different issues. 2. One of those issues is reliable and redundant public safety dispatch and communications. 3. In order to more effectively address public safety and related dispatch needs the City of Auburn on behalf of the Valley Cities of Kent, Renton, Tukwila, Auburn, Algona, Pacific and the City of Federal Way and the Valley Communications Center was successful in seeking funds to enhance public safety communication needs, and has become eligible to receive grant funds in the amount of one hundred fifty thousand dollars and no/100 ($150,000.00). 4. In order to receive those funds and use them in support of their common and cooperative needs, the parties have reached agreement in connection therewith. IN CONSIDERATION OF THE MUTUAL COVENANTS, CONDITIONS, PROMISES, AND BENEFITS ESTABLISHED BELOW, THE PARTIES AGREE as follows: AGREEMENT A. RECEIPT OF GRANT FUNDS AND ASSOCIATED PROJECT COSTS. The parties will work cooperatively to use the grant funds received from the Department of Justice /Cops More Grant ("Grant"), in the total dollar amount of one hundred fifty thousand dollars and no/100 ($150,000.00), which funds shall be received by the City of Auburn for and on behalf of the parties and which shall be used for the following: Revised: 9/131201012:51 PM 277t" Street Corridor & ValleyCom Fiber Optics Interconnect Page 1 1. Design and deploy a fiber optic cable in the prescribed 277t" street corridor along with any and all applicable electronics and public works infrastructure and services necessary to complete that work. 2. Valley Communications Center will pay for 96 of the 288 fiber optic strands, the cost of which is not provided for in the Grant. In addition, Valley Communications Center may elect to pay for additional costs above those detailed and summarized in the winning bid provided for in the City of Kent 277t" Street Corridor and ValleyCom Fiber Optics Interconnect -Project Number IT-100401 document, a copy of which is attached hererto as Exhibit B and incorporated herein by reference. B. FIBER APPORTIONMENT AND MAINTENANCE. One 288-count single mode fiber optic cable bundle will be installed. Maintenance costs for all associated aspects of the 288 fiber optic strands, both planned and emergent are the responsibility of Valley Communications Center (VCC). The City of Kent and/or the City of Auburn will assist with coordinating the maintenance of fiber and related infrastructure that resides within each city's respective city limits. Fiber strand apportionment will be assigned as follows: 1. Fibers 1 - 12 (12 fibers) will be dedicated to the City of Auburn. 2. Fibers 13 - 24 (12 fibers) will be dedicated to the City of Kent. 3. Fibers 25 - 288 (264 fibers) will be entrusted to Valley Communications Center based on the following order of priority and usage: a) Upon request, use by other valley cities including: Renton 12 fibers, Federal Way 12 fibers, Tukwila 12 fibers, Algona 6 fibers, and Pacific 6 fibers. b) Use by Kent, Auburn, other valley cities, and/or other public entities that benefit public safety. 4. Future fiber optic strand apportionment will be determined by consultation, mutual agreement, and approved interlocal contracts drafted between Valley Communications Center and any potential interested public sector entities. C. DESIGNATED REPRESENTATIVES. Each party shall designate a representative to meet, confer, evaluate and administer expenditure proposals in connection with the Grant funds. The representatives shall meet as warranted at dates and times determined by them to be most convenient. They are also empowered to designate, identify and develop procedures and processes fortheir interaction in connection with the administration and use of the Grant funds D. INSURANCE. Each of the parties shall be responsible for maintaining, during the term of this Agreement, and at its sole cost and expense, insurance coverage in amounts determined to be sufficient by each party's representative, in the amounts described in Exhibit A attached and incorporated by this reference. Revised: 9/131201012:51 PM 277t" Street Corridor &ValleyCom Fiber Optics Interconnect Page 2 E. INDEMNIFICATION. Each party shall indemnify and hold the other parties, officials, employees, agents, and volunteers harmless from and shall defend at its own expense all claims, damages, suits, at law or equity, actions, penalties, losses, damages or costs of any kind or nature brought against these parties, in connection with actions of the indemnifying party. Any liabilities, claims, actions, penalties, etc., stemming from the actions of multiple parties shall be addressed through cooperative efforts of the Chief Administrative Officer of each party or their designee. F. RESOLUTION OF DISPUTES AND GOVERNING LAW. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; rovided, however, nothing in this paragraph shall be construed to limit a party's right to indemnification under Section E of this Agreement. G. WRITTEN NOTICE. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. H. ASSIGNMENT. Any assignment of this Agreement by any party without the written consent of the non-assigning parties shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. I. MODIFICATION. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the parties. J. ENTIRE AGREEMENT. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the parties, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of Revised: 9/131201012:51 PM 277t" Street Corridor & ValleyCom Fiber Optics Interconnect Page 3 the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. K. COMPLIANCE WITH LAWS. The parties agree to comply with all federal, state, and municipal laws, rules, and regulations that are applicable to this agreement. L. COUNTERPARTS. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. M. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the parties, or any person acting on behalf of the parties shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. N. DURATION. The duration of this Agreement shall be for the period of time it reasonably takes for the performance by the parties as contemplated herein. 0. PURPOSE. The purpose of this Agreement is to use grant funds to deploy fiber optic cable and related infrastructure in the 277t" street corridor and to provide for the maintenance of the cable and infrastructure. P. FUNDING. The funding shall be out of the Grant funds set forth in this agreement, except the cost of 96 strands of fiber and maintenance of 288 strands of fiber, which shall be paid by VCC. Individual parties may choose, at their sole discretion, to supplement the Grant funds. Q. ADMINISTRATION. The oversight and administration of the Agreement shall be by the respective named representatives identified in Section C. R. ALLOCATION AND OWNERSHIP OF FIBER OPTIC CABLE AND RELATED INFRASTRUCTURE All Fiber Optic Cable, Infrastructure and Fiber Strands installed as part of a Fiber Optic Project shall be allocated to the individual Parties as specified in Section B. The Parties shall own all right and title to these allocated Fiber Strands and Infrastructure. 1. USE OF FIBERS A Participating Agency shall have complete free and unrestricted use of the Fiber Strands installed and allocated to it under this Agreement for any lawful purpose subject to applicable agreements, approvals, permission and permits. Common Fiber Spares, if provided for in the Agreement, shall be shared in common among the Parties only. Use of spare fibers provided for in this agreement shall be implemented by the Lead Agency, with notification to all Parties. Revised: 9/131201012:51 PM 277t" Street Corridor & ValleyCom Fiber Optics Interconnect Page 4 2. SALE OF FIBERS Parties who wish to sell or otherwise transfer their allocated fibers to any other party must obtain written and unanimous approval from all Parties, whom are also granted right of first refusal regardless of circumstances of the sale. 3. PARTIES RIGHT OF FIRST REFUSAL Before any allocated fibers or related infrastructure held by a Participating Agency may be sold or otherwise transferred (including transfer by gift or operation of law), the other Parties, either individually or collectively, shall have a right of first refusal to purchase the Shares on the terms and conditions set forth in this section. (a) Notice of Proposed Transfer. The selling Participating Agency shall deliver to all Parties a written notice stating: (i) the bona fide intention to sell or otherwise transfer such allocated fibers or related infrastructure; (ii) the name of each proposed purchaser or other transferee; (iii) the number of fibers to be transferred to each proposed transferee; (iv) the bona fide cash price or other consideration for which the selling Participating Agency proposes to transfer the allocated fibers or related infrastructure and the material terms and conditions of the proposed transfer (the "Offered Terms") and (b) offer the allocated fibers or related infrastructure at the Offered Terms to the other Parties. (b) Exercise of Right of First Refusal. At any time within 60 days after receipt of the notice, the other Parties, either individually or collectively, may, by giving written notice to the selling Participating Agency, elect to purchase all, but not less than all, of the allocated fibers or related infrastructure proposed to be transferred to any one or more of the proposed transferees, at the purchase price and on the terms determined in accordance with subsection (c) below. (c) Purchase Price. The purchase of the allocated fibers or related infrastructure by the other Parties, either individually or collectively, under this section shall be identical in all material respects to the Offered Terms. (d) Payment. Payment of the purchase price shall be made in accordance with the Offered Terms, within ninety (90) days after delivery of the written notice by the other Parties, either individually or collectively, as set forth in (b) above. (e) Right to Transfer. If all allocated fibers or related infrastructure proposed in the notice to be transferred to a given proposed transferee are not purchased by the other Parties, either individually or collectively, the Participating Agency may sell or otherwise transfer such allocated fibers or related infrastructure to that proposed transferee, provided that such sale or other transfer is consummated within sixty (60) days after the date of the notice and provided further that any such sale or other transfer is affected in accordance with Offered Terms as Revised: 9/131201012:51 PM 277t" Street Corridor & ValleyCom Fiber Optics Interconnect Page 5 presented to the other Parties. If the allocated fibers or related infrastructure described in the notice are not transferred to the proposed transferee within such period, a new notice shall be required and the other Parties, either individually or collectively, shall again be offered the Right of First Refusal before any allocated fibers or infrastructure held by them may be sold or otherwise transferred. (f) Any entity purchasing the right to use fibers or related infrastructure installed under a Fiber Optic Project Agreement must agree to all the terms and conditions of this Agreement, including the General Terms and Conditions, Exhibits and Addenda as specified in this document and shall notify the Facility Owner(s) of any such purchase. Parties may grant the right to use their fiber or related infrastructure allocation to any other party provided the sale or lease is approved by a majority of the other Parties. Such approval shall not be unreasonably withheld. S. TERMINATION. Any party may terminate this Agreement, with or without cause, upon providing the other parties 30 days advanced written notice. A party terminating this Agreement shall remain responsible for its proportionate share of expenses incurred under this Agreement. If the parties do not obtain the Grant described in Section A of this Agreement, any party may withdraw from and will not be further bound by the Agreement effective immediately. T. COPIES OF THE AGREEMENT. Copies of this Agreement shall be filed with the King County Auditor's Office; the Secretary of State of the State of Washington; and the respective Clerks of the parties hereto. THIS AGREEMENT WILL TAKE EFFECT ON THE LAST DATE ENTERED BELOW. CITY OF AUBURN: CITY OF KENT: By ~ By . (signature) (signature) Peter B. Lewis, Mayor Print Name: (title) Its DATE : (title) DATE: Attest: Revised: 9/131201012:51 PM 277t" Street Corridor & ValleyCom Fiber Optics Interconnect Page 6 Danielle B. Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Heid, City Attorney VALLEY COMMUNICATIONS CENTER: APPROVED AS TO FORM: By: Kent Law Department (signature) Print Name: Its (title) DATE NOTICES SENT T0: NOTICES SENT T0: CITY OF AUBURN: CITY OF KENT: By ~ By (signature) (signature) Print Name: Print Name: Its Its (title) (title) DATE : DATE VALLEY COMMUNICATIONS CENTER: APPROVED AS TO FORM: By: Kent Law Department (signature) Print Name: Its (title) DATE Revised: 9/131201012:51 PM 277t" Street Corridor & ValleyCom Fiber Optics Interconnect Page 7 To the City Clerk City Hail Kent, l~lashington g803~ The undersigned hereby certifies that SEFNC~ Communications has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named th trt rr~ r aid alle ~~r optics ~~nt~rc~~n~ / r~j~ct a ~r for the City of Dent, Washington, and has read and thorou hl understands the laps 9y ~ and specifications and contract documents governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this im rovement p in accordance with the bid and contract documents, and at the following schedule of rates and prices: i Z s ~ 1} All bid items are described in the Kent Special Provisions ~KSP or the Standard Specifications ~1NSDgT}. Reference the Section No, listed in this proposal, where the bid item is described 2} Proposal items are numbered in sequence but are non-continuous, 3) Unit prices for all items, all extensions, and total amount of bid must be shown= Show unit prices in bath words and figures and, where conflict occurs, the written ar typed words shall prevail. 4~ Should a particular bid item appear in more than one schedule of the proposal, the bidder must bid the same unit price. Should the Contractor not bid the same unit price, the City reserves the right to revise the bid by using the lowest unit price submitted by the bidder far the item in question in each schedule where the item appears, The bid items which appear in mare than one schedule are typically denoted with an asterisk L SChIEDULE ~ a STREET g T 104 203.5 1oQ Roadway Excavation, $14.00 $1,400.®0 wSDaT CU YDS including Haul Per CY Four~eer~ Dal~ars and nn cents 77th Street Corridor and valleycom Fiber optics Interconnect/Paul Dunn 6 June 1, ~OiO Project Number; xT-~Og44~. I SCHEDULE ~ W STREET I SECTION APR~~. ~ T UYT ~T~AL UANIT PIC ®UT I ~ 1000 ~ 1 Q9.7 1 Mob~li~ation $ $ WSDDT ~.UMP SUM Per LS x.010 ~~D~,5 ia~ Remove Existing Asphalt $~z.c~a $ ~,~oa.ao I~SP SQ YDS Concrete Pavement ~ Per SY fort two dollars and na cents 1 77th Street Corridor and Ua!leyCom F='iber Uptics rnterconnect~Paul Dunn $ June X010 Project number, IT~10040~ SCHEDULE ~ -STREET ~T 'TI P IT UNIT T~]T L Nip U,ANTITI( SIC A®UNT 1050 ~ ~-025 Sa~v Cut Existing Asphalt $ z~.~~ $ KSP LN FT Concrete Pavement Per LF tweet two dollars and tweet ~~ve cents iD~O ~-D3,5 na Roadway Excavation ~nclud'rng $ $ i V1fSDCT CU YDS Haul Per CY E 1065 2-D3.5 na Unsuitable Foundation $ .t7~ $ WSDCT CU YDS Excavation including Haul Per CY t 1074 2w1~.5 na Geotextile Fabric, Non~l~aven $ ,a~, $ KSP SQ YDS Per SY 1075 4-D3,5 na Gravel BDrraw, including Haul $ .~,a $ KSP TONS and Compaction ~ Per TCN ~$~.Sa Mini 1480 4~D4~5 na Crushed Surfacing .Top $ .c~c~ $ KSP TCNS Course, 5/8 finch Minus Per TCN ~$6,Q0 Min} 1055 404.5 na Crushed Surfacing Base $ ,~7t7 $ KSP TONS Course, 1 1/4 finch Minus Per TCN ~$6,DQ Mini x.090 4M06.5 na Asphalt Treated Sase $ $ KSP TONS Per TCN 1095 5-04e5 HMA Class 5, PG 64-~~ $ .oo $ KSP TANS Per TCN 110a 5M0~,5 na HMA far Full vUidth Cverlay $ .oo $ KSP TCNS Class 5, PG 64-z2 Per TCN ~77ti~ Street Corridor and ValleyCam Fiber Uptics Interconnect/Pouf Dunn 9 J~tr~e ~Qia Project Number; IT-14001 I SCHEDULE ~ -STREET ~ ~ . ITE ~ . ETI APP ~ ITEM UNIT . TOTAL N~. VA TY AMOUNT 1105 ~ 5~04~5 na HMA 1'or Preleveiing Class $ .o~ $ , WSDOT TANS PG 64~Z~ Per TON 1125 544.5 Cold Plank Mix forTernporary $ .ao $ KSP TONS Pavement Patch Per TON 1355 1~44~4~1~ Minor Changes $ * $ WSDOT CALC ~ Per CALC *Comman price ~o all bidders 1400 5 Remove And Haul Avuay $ $ Exis~in ~MBox ~~ne hundred sixt ~~ive 1~~.~0 ~z~.so dc~l~ars and ~i~tY cents Schedule ~ Total $ ~77'th Street Corridor and ValleyCorn i=iber Optics Interconnect/Paul Dunn ~Q dune 2~~,D Project Number, IT-~~a4o1 SCHEDULE v TRAFFIC coNTROL ETI ~IPR~ T UNIT TTAL N~~ N®. U►AfTY' PRIG ,A AUNT 5440 1~iQ.5 na Contractor Piloted Traffic $ .oa $ KSP HQURS Control Per HR 5045 1-10.5 ~aa Traffic Control Labor $ at.aa $ ~,Zaa.aa KSP HOURS Per HR went cane dollars and na cents 50.4 114.5 na Construction Signs Class A $ ,aa $ KSP SQ FT Per SF 54,5 110.5 ~5a Traffic Control Supervisor $ 2~.aa $ ~,~so.aa KSP HQURS Per HR talent flue dollars and no cents 5420 1-105 1 Temporary Traffic Control $ ~~a.aa $ ~sa.aa KSP LUMP SUM Devices Per LS seven hundred fift dollars and no cents 5025 ~.~~.0.5 na Traffic Control vehicle $ .aa $ KSP DAYS Per DAY 5030 110.5 na Portable Changeable Message $ .aa $ KSP DAYS Sign ~PCMS} Per DAY 5035 1-14.5 ~~a Sequential Arrovu Sign ~SAS~ $ 5a.aa ~ ~,~aa.aa KSP DAYS Per DAY ~ f~if~t dollars and no cents 5440 1-i0,5 Traff"rc Safety Drum $ .aa $ KSP EACH Per EA 5045 1~14~5 Truck Mounted impact $ ,aa $ KSP EACH A~~enuator ~TMA~ Per EA 77th Street Corridor and Val~eyCnm Fiber Optics Interconnect/Paul Dunn June ~O~a Project Number; ITM1.~U4~1 SCHEDULE U ~ TRAFFrG C~NTR~L ITEM CTY ~e ITEM UNIT TOTAL N UITY PRICE 14M~~NT ~77tf~ Street Corridor and ValleyCom E~iber optics Interconnecr~Paul Dunn 12 June ~a~a ~raject Number; xT-10401 I SCHEDULE V TRAFFIC CONTRaL IT CTIN PX~ ~ I UNY7 TOTAL N Nam UATIT~ PRICE AMOUNT ~505n 1-10,5 na Operation of Truck Mounted $ .oo $ KSP HaURS Impact Attenuator Per HR . 5055 110.5 1 Repair Impact Attenuator $ :.nc~ ~ $ KSP FORCE Per FA ACCUUNT 'Common price to all bidders 5064 110.5 na Type III barricade $ .no $ KSP EACH Per EA 5065 ~1~i0.5 Temporary Barrier $ ,o~ $ KSP LN FT Per LF 5470 110.5 1 Impact At~enua~or ~ $ $ KSP FORCE Per FA ACCUUNT *Common price to ail bidders 5075 8-~2.5 1 Permanent Channelization $ .oc~ $ KSP LUMP SUM Per LS 5080 823.5 Temporary Pavement Marking $ .4~c~ $ wSDOT LlV FT Per LF 5085 8~-07.5 ~,a TYpe A Slock Traffic Curb $ $ wSDaT Llv FT Per LF 5090 ~-075 na Type C dock Traffic Curb $ $ wSDOT LN FT Per LF 5095 8-~~.5 na Painted Yellow Curb $ $ KSP LN FT Per LF ~77~1~ Street Corridor and ValleyCom Fiber Optics In~ercanr~ectJ~aui Dunn ~3 June 1, ~~~.D Project Numbers IT~~o09~0~ I S~HEDU~E V - TRAFFIC ~~NTROL C ApRA IT UNIT TOTAL NSA UNTIT~' P IC BUT 5150 5-09,5 na Raised Pavement Marker $ ~ $ .a WSDDT HUNDRED Type ~ Per HUNDRED 5155 8wD9,5 z~a Raised Pavement Marker $ $ ~'SDDT HUNDRED Type 3- finch .Per HU~lDRED Schedule V Total $ io>aao.aa k ~77~h ~~ree~ Corridor and vaiieyCorn Fiber ~~ics In~erconnect/Paul Dunn ~6 June 1, X010 Project Number: IT-X00401 SCHEDULE U~ - ELECTRxCAL ITE ~ ~ UNIT TOTAL ITE SECTION P~~d UAITY ICE ®U T Nis N~ Unlit Trench and Uault $ ~~.~a $ ~,~~~.oa 5410 8-35.5 ~o~, Y KSP CU YDS Excavation Per CY thin two dollars and fift Gravel Barrow for Backfill for $ 4,sso.a~ $ la,~~s.oa 6015 5-35.5 ~~o ASP TDNS Utility Trench and Vault PerTC~N Excavation ~$2~50 Min} four tho Conduit Pi e six 5 finch $ 9.(~7 $ l,o~~.~o 6424 ~~a p ~ } LN FT Diameter Schedule 80 Per LF nine dollars and Sev 6104 Conduit Pipe four ~4} finch $ $ ~,~~s.~a ~6a z.~~ LN FT Diameter Schedule 44 two dollars and 1`ifty fours cents aunction Box T e ~ $ s2s.oa $ t,zsa.aa 610 ~-44.14-01 2 ~ Yp WSD~T EACH Standard Dut EACH 6.02 .7-90.x.0-OD 3 function Box, Type ~ with and zero cents WSD~T EACH Heavy Duty Lid Per Spec ~,aa,.aa Note 1 two thousand one dollar and EACH ~'~~3'aa - 4 ~ Cable Wa~~~ c~i~h Heavy Duty $ ~,~~~.7s $ 7,~~7.~a 6103 J 94, ~D 0 r wSDQT EACH Lid Per S ec Note 1 thre is 000 Pal eth lene Pull Rope $ $ 307.95 6104 Project 9 Y Y Descri tion LN FT fart one cents Per LF 5 Pro ect 9004 Nan-organic Twine $ $ ~~.3~ 6io ~ Descri Lion 100 LN FT shirt seven c n Per ~.OD LF 8600 Toneable Pol eth lene Mule $ $ ~,~~5.3~ 6146 Project Y Y Per LF DeSCri tion LN FT Ta e thirteen and sl~a cents 6107 Pro'ect 4" Duct Plugs -with opening $ 30.0 $ t~o.2~ ~ ~ Descri Lion EACH for existin f ber a tic cable EACH shirt dollars and five en 'ect 4" putt PIu s With no $ ~ ~ $ 25.75 6148 Pray ~ 9 Descri Lion EACH 0 enln S dive dollars and fifteen EACH r 6109 Proaect 6" Duct Plugs -with opening $ ~~.nn s~o.ao Descri tian EACH for existin fiber a tic cable EACH fif six 6,► DUCt Plu S _ with n0 $ 8.87 $ 88.7a 611 D P rod e ct ~ a 0 CH Descri tion EACH o en~n S ei ht dollars and ei h seven c 6111 Pro~ect , Fiber Optic Cable Splice $ 798.9a $ 79.90 Description EnCIOSUre, aS Specified In seven hundred ninety eight dollars and ninety cents EACH Pro'ect Descri Lion EACH 144 Fiber Ca acit Corning $ ~,~7~.ts $ 5,979.18 6112 Project p Y Description 1 Lanscape ~Or e~LJIVaIent~ Rack five thausand seventy nine dollars and EACH Mounted Patch Panel EACH ei hteen cents . Schedule V~ Total $ 39,711.71 277th Street Corri~ar and ValleyCom Fiber Optics ~nterconnect~Paul Dunn ]une 1, 201D project Number; IT-~,a0401 s SCHEDU~.E VAT TEMPORARY ER~S~~N ANa SEQ~MENTATIQN CUNTR~L N AP ITEM U , ~ :AL IM C P ICE AMOUNT NSA Na AxY i Fertili~in and $ .o~ $ 74D4 841, 5 na Seed ng, 9, KSP ACRE Mulching Per AC , Straw Bales for Drainage ~1lay $ $ 7414 8~-~1.5 0 KSP EACH Barrier Per EA raw Mulch $ $ 74~Q $-41:5 na St KSP SQ YDS Per SY Schellule VIA Total $ .oa 271~h Street Corridor ar~d ValleyCom ~u~e ~QiD fiber Optics InterconnectjPaui Duna Project Num~e~: IT-I.D~40~ 8000 8®0~.5 ~1a Street Tree Planting and $ .oo ~ $ KSP EACH Staking Per EA 8005 S~OZ.5 Topsoil Type A $ $ n~ KSP CU YDS Per CY 80.0 802.5 n~ Sod Installation $ .oo $ WS DDT SQ YDS Per SY 8015 8~0~,5 na Bark ar Wood Chip Mulch $ ,oa $ WSDDT CU YDS Per CY aozo s-oz.5 Compost ~ .oo $ WSDaT CU YDS Per CY 8025 833.5 1'a Project Sign $ .~a $ KSP EACH Per EA Schedule VIII Total $ 277th Street Corridor and ValleyCom Fiber optics InterconnectJPaul Dunn 19 June X010 Project (umber; ~T-~DO4U~, I Ce [e ~s>365.~0 the ul 1[] 2~o.ao ~ I $39 711.71 ceu[ III cul I~ ~ .aa L ~cluNn fiber tic a[ Lar an Materials at} C $55,276.71 Fiber tic Cabe ateri [ i he it will chase ®ne ra our list e[a base an a~erll ra'e bud et cantrain fiber tic a le ~ er ecificatian in the ra°ect eci tian aU I~tentatn eet urnihe in[[e to t n erin to er ra'et eri an® fiber un ~ 1 ~ ao6.25 fib, r tram aunt ~ 131 $88.25 i r ra u ~ 13Q,S56.25 i r tr n aunt $ 129,566,25 i r r un ~ 125,276.25 i r unt ~ 126,956.25 i r tra t ~ 125 696.25 i r r un ~ 125,536.25 r~ 217th Street Carrldor and ValleyCom fiber optics Intercortnect~Paul Dunn ~o June 1, ~Oio Project Numbers IT~10o40~. I The fol Sowing form is to be executed after the Contract is completed A} C~~"Y 4F KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by successful bidder AFTER ML TIN ~f ~~is c~n~racF 77th Street Corridor end ValleyCam Fiber Optics Interconnect/peal Dunn 33 dune ~~~D Project Number: IT-~Da~4D1 I SEFNCO Communications, Inc P.O. Box 1490 COMMUNICATIONS Buckley, Washington 98321 X360} 829-4400 X350} 829-4401 fax "Wf~ere service begins" S~a~uto~ ~tequiremen~s - Z77~~' S~~ Corridor and Valle Com- Fiber ~Ics In~erconnec ra`ec~ ~T-100401 p ~ J l . l Included 1.2 UBI #601-927-147 1.3 Included 1.4 Included 2.1 Years in business ~-11 2.2 Years in business under present name -11 2,2,1 NA 2,3,1-b Date ofIncorporation-112111999 State ofIncorporation -Washington Presidents name -Scott Nall (actual title is CEO, we have no President} Vice President's names -Seth Sherwood, Scott Strong, Todd Krieger, Joe Pedersen Secretary's name - NA Treasurer's name - Vaun Gunnell (actual title is CFG, we have no Treasurer} 2.4 NA 2.5 NA 2.6 NA 3,1 SEFNCO Communications is licensed to perform business in Washington (Telecommunications & Electrical}, Oregon (Telecommunications}, Idaho (Telecommunications} and California (Telecommunications} and have specific business licenses in numerous individual jurisdictions within these states. 3.2 States o f CIA, ID, CA and GR 4,1 Self performed categories include: fiber optic install (aerial & underground), fiber splicing, coaxial cable install (aerial & underground}, trenching, boring, directional drilling, maintenance and emergency response for both fiber and coax. 4,2,1 SEFNCO has completed all worl~ 4.2,2 SEFNCa has no judgments, claims, arbitration proceedings or suits pending 4.2.3 SEFNCO has not filed any law suits or requested arbitration 4,3 No officer or principal has been with another organisation when it failed to complete a contract 4.4 Included 4, 4,1 Included 4, 5 Included 4.5.1 Approximately 75% of our revenue each year is construction, the remainder is design - and engineering. SFFNCO has averaged $23mi1 in revenue the last five years 4, 6 Included 4.7 Included 5.1 Included 5,2 Included 5.3,1- 2 Lexon Insurance Company CI4 American Underwriters Nicl~ Stay X253-473-1415} 6429 South Tacoma Way Tacoma WA 98409 6.1 Will provide as required, if requested, after bid opening . ~~nd Nurn~e~: 5~~9~ ~ ~"i~~~; ~r~~, ~E~3~~ ~4~ZCA`T~QNS~II~~ r ~.S ~~-!€~a~~~1, - ~i~r~ ~ LE~fl~I ~I~~t~~E ~QI~ANY ~ i~~i~ f`i~r~~i . _~...A.M....r.........__ ~w...~....., ~ ~r~~a ~f=1~i;1~fT, ~i~fir~~~,1~~ i<f~~ ia~r~~i ~ui~ ~f` 51 of BZI~ ~oii~l•~: ~a€• ~.:I~~ ~~~me~~ ~i~~~:i~ ~1~~~ ~~~in~~i~~l ~t~e i~an~ ~f~~m~~i~r~~l ~i~kri~' i~~irs, ~.~;~~l~~~f~~r ~~n~~n~~~`~iic~r~, ~E~~GCS5~1"5 ~S~I~ri~, ~k7lni.~~~ ~l~~ 5~+~~~A~iiy~~ ~I'~SL~1~~~ ~C1~~ ~on~ii~ia€~ ~t~ ~i~i~ ~i~ii~~~~i~€~ i~ s~~~i~ iwi~~~ ii' ~i~c ~l~i~q~~ sf~~ll n~~i~~ ~n~ ~~v~€•d ~a tl~e i~ri~~i~~~ ~ak•~ ~~a~~~~ ~ui~~rw ~~:~c~rdin~ ~~a ~~~•n~~ ~f ~h~ ~r~~~~aC f~id €~ad~ i:i~~ ~k•in~i~~~i 1~i~~~r~c~~, ~:f~~ ~rir€~:ii~~j ~f~~ii riui~ €Y~al~~: ~E~ci ~k~t~r in~a ~ ~eon~~~~~c~ wvi~f~ ~1~~ Qi~ii~~~ in a~a~~~~k~c~ j~~ri~:i~ ~.t~~ ~rrm~ ~~i~i 1~~A~►~~c~~~l ~k` did ~~#~r ~n~ ~sh~i1 ~1~{e bind f~~ i;h~ ~~i~:l~i`u~ 1~~€-i"arr~~na~ ~n~~•~af, ~~~i~i~ ~~r~~~~ ~ur~~i~~ ~~i~r~~t~~i i~~r 1w1~~ ~f~fi~~~~ c~~~ if ~:h~ ~~+inaii~~k ~1`~c~l~, ~n ~~5~ c~i= ~~ifu€-a ~a ~:a ~a, ~€~~1 fa~`i~~i~ ~i~figa~ iw~~ ~cE~~f ~m~~~n~ a~ ~h~ ~i~i~~~~~ ~i~~~;ific~ti iii ~f~~ ir~~i~~~~~n ~a i~i~, ~i~~n ~~:i~i~ ai~fi~~li~n ~haii 1~~ n~~fi ~n~ ~l~i~i; ati~~k'tr~i~~ 1~ ~,1~~~! ~n~! ~~~r~~in 1~~ f~i! ~r~rr~ ~~1~~~~1~ ak~~l ~u~`~~~ ~;i,~li 1`~€•i:)~~~viLl~ ak~~ i~rf:~~~ ~i~~~ ~iaa~~~~~~ ~s i~~El~fiay ~~~~1 ii~~~~i~i~~:~~1 c.1~kr~~g~~E, i~I~~ ~n~r~~.~~7~ r,~ ~1~i~ E~~n~1. ~~~i~Ei~, ~~r~~ i~~a~ri~ TN~~ .~W 18th w. ~F _~t~1o. lp'knJ ~.1 y p ~ ,a f pr's{/ ,,y ~.✓~n°e-= A .~;r' ~ ~d'~~~ ' ~t~ ff ~r~ o~PO~ ~ LF:~D~. I1~1SL]R~~~ CaMP~~~ G y ~ ~ ~ ~~~::(~I~rl-~~ k-'f~~l.lf'~l ~~~3~~~~: In I~~~L l.l~`n ~._.~.......~..~......~.~,.........W ? i' i kris 5k:r~~~ Cui'~irJc~~' ci~~+:i !t~€it:~~~:~?~~~t k=il~~r- ~~~ti~ lr►I,t:~(:rlili Il':t:~~k"'cir~k ~~Ittll ~►ir~~~ ?~J ~f? i~i'aj~~~ ~lur~,~~r; 1T- ~~~~r~~ Y F~V~~~ i~F ATT~~.NI~1' ~~~9~ L~~N ~~~U~.A.N~C C~N~~'A~4r I~N~U4l ALL IV~N DY TI~~IJ PI~SI~NTS, that LE~t~I~I ~IVSURA~I'~~ C4IiANZr, a Texas Corporation ~vith its principal off ce in Louisvil lc, I~ent~ucl~}~, does hereby constitute and appoint N~C~.~LAS C. STAY , its true and lawful Attorney~s~-In-Fact to make, execute, seal and deli~fer far, and nn its beltai f aS surety, and as its act and deed a BID BAND under bond or undertaking number ~999~ _ issued on beitall`a~` ~~~~CQ ~oM~~tU~tI~~~IONs _ _ as principal in the penal earn of ~ S;~a..~~ Bn~ , This authority is made under and by the authority of a resoiution ~vitich ~~~as passed b}~ the l~aard ofl~irectars of L~~~1~ ~~l~~~A~1C~ CC~MPAI~Y on this 15` day ol` duly, ?113 as fallajvs~ ~i.esolved, that the President of the Corrapany is I~ereby ar~thorixed ko appoint and empower an}~ representa.tive df the Company or other person or persons as At~ornoy~in~FaCt to execute ors behai~'of the ~'ompany any bonds, undertal~ings, policies, contracts of indemnity or other writings obligatory in nature of'a band not to cxce~d ~~S~~p_E~F BD~ ~~vhicb the company might execute tl~rnugh its duI}r elected al~~cers, and affix the Seal o~'the Campan}► hereto. Any said execution ofsuch documents b}° an Attomey~in-Fact shall ire ~ binding upar~ the company as if' lire}~ had becr~ duly e~xecukcd and ackno~~ledged by tl~e regularly elected af~icers ortlte Company. Any Attornejr-in~Fack, sa appointed, may be remo~►ed for good muse and the at~tharit}~ so granted may lac rci~oltied as specified in the I'a~ver of'Attorney. I~esolvcd: that khe signature oftlte President and the seal of'khe Company may be affx.ed by facsimile on an}► power of akkamey granted, and khe Signature of the ~ice~President, and the seal of the Compan}~ ma}► be affixed by ipcsimilc to any ceriil:icake of any such po~`~cr and at~y such power ar certillcate bearing such facsimile signature and sea! shad be valid and binding on the Company. Any such power sa executed pnd scaled and cerkl.iicate so executed and sealed shad. ~~►ikh respect to any bond or undertai:ing to ~vhiclt it is attached, continue ko be valid and binding on the Company, ICI V~ITNESS TI-IFI~~F`, L~~►~I~T Il~SUItANCE G~~PAl~2'~r has caused this instrument to be signed by its President, and its CorporAte Seal to be mixed this 2na day ofJuly, ~,,~1~~7ti11riA~chr~f~,,rf - Lillk~~ ~IV~U~.A[1CL:r CU~P~.NY ~ = ~ 4 =t ~uvtd l~, Campbelt j~fl ~h4un~~r~„n~ h,. ~ a` PrCsidenk '+'~ftri 1~~~~I ot~'''~, A~ILl`f~ Yt' L~U1.aI!~~~Lf~IT Cn kris day of duly, ?U~3s before me, personally came David l~, Campbcil to me ltna~vn, t~rha being duly ssvarn, did depose and Say that Ire is the President ol'L~~O~ I1~5URANC~ CDI1~I"ANY, the corporation described in and which executed the above instrument, titak Ire executed said instrument an beitall`olithe corporation by autharit}~ of his office under the By-lativs of said corporation. a~ a.r~~'"~' ~ z . , ~lota ► Public , f~~EU6i. wL ~[:~~T~4' i~A~~ the undersigned, Secretary of"L~~~l`~' INSURANCI; C~Il~PAI~~, A Texas Company, I~4 l-i1~13Y C =I~TIFY that the original pno~~er of'Attarney of"~vlticlt the foregoing is a True and correct copy, is in fi.~li force and effect and has rtat been revoked and rite resolutions as sck forth are nary in farce. 5igr~cd and Scaled at l.,auisviile, I~entucl~y this l ~tlt Day of J~ .01~. ~ i I~Orl~ld l~uchanan Secretar}r "~lAIt~IING; Any person ~vho l~no~vingl}1 and tivitit intent to defraud any insurance company or atlier person, tiles an application for insurance or statement ofcluim containing arty materially false infarrnakion, ar conceals for the purpose o['misleading. irtf'ormatian concerning any fact material tltereta, commits a l~auduient insurance act, ~~~hiGh is a crime and subjects such person to criminal and ci~~il penalties,,! President's Executive Order #1146} ~Iz~lzc~~o This statement relates to a proposed contract with the City of Kent named tr orri ram ~Io i~ tic ~t~rconn~c rod n~er x am the undersigned bidder or prospective contractor , represent that 1. ~ have, x have not, participated in a previous contractor subcontract subject to the President's Executive Order #11246 regarding equal employment opportunity} or a preceding similar Executive Order. SEFNC~ Communications NAME OF ~~DDER ~ ~ ~e m ~ igna ure/Title Main St. BPD Box I4~L~~ Buckle VGA g~~zl A®aRE~~ 277th S~ree~ Corridor and ValleyCorn fiber D~tics rntercnnnec~~Pau~ Dunn 1 June i, Z0~0 Project Number; IT-~.Da4D~. i Y T Y T The Cit of Kent is committed to conform to Federal and State laws regarding equal Y opportunity. As such, al( contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies The fallowing questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere ta~ An affirmative response is required on all of the following questions far this contract to be valid and binding. ~f any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: I have read the attached City of Kent administrative policy number ~~Z, During the time of this contract x will not discriminate in employment an the basis of sex, race, color, national origin, age, arthe presence ofall sensory, mental ar physical disability 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above, ~y signing below, I agree to fulfill the five requirements referenced above Dated this day of ~rl1~y z~~lo , ~~OS. ~y: Fpr; ~ ,FNCO Cr~~nn~t~ni~~tic~ns E ~ i ~ 1 Tltle. ~ ~ Date. 277th Street Corridor and ValleyCom I~iber Optics Interconnect/ail Dunn 3 dune 1, 201D Project Number, IT-iD0~0~. I ~Cvntracts over ~~DD,g4D~ List each subcontractor,'frvm any tier of subcontractors, that shall perfarnn subcontract worl~ amounting to more than 10°l0 of the total bid contract price List each bid item to be performed by each designated subcontractor in numerical sequence. f n c~nracr will err in ~/0 ®r r ~ the r, indicate this y wriin ®ne"and i ni this firm at the bott~nn of the a e® Failure to submit a fully completed and signed subcontractor list after the time p set for bid opening may disqualify your bid. r~aec Names t" treat rri®r an galley fiber ptics nerc®nnect a rject umbers ~ ' Subcontractor Narne Asphalt Patch item Numbers l U l U,1 ~)5~),109L),1095,1100,11 L)5,11 ~5, l Ob0,1065,107U, l U75, l U~[), l U~5,1;355 Subcontractor Name ~«pcrete Guys Item Numbers 1U10 Subcontractor Name G & M Traffic Control Item Numbers 500)0,5005,5010,5015,5020,5025,5030,5035,5040,5045,5050,5055 5D60 505 5070 5075 5080 505 5 t) Subcontractor Name ' Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers 77th Street Carritlor antl VaileyCom Fiber ~ptlcs Intercannect/Paul Dunn ~ June 20~~ Project Number: IT~1oo40~. I ~7'7th Street Corridor and Va1leyCom fiber optics Intercannec~/~aul Dunn 22 June 1, Z0~.0 Project Number; IT-x.00401 ~ ~ IL ELI T I I I T L Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract wark responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner, Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects The city provides these criteria sa as to provide the most objective framework passible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision.that a bidder is or is not responsible to perform the contract wark, Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 4S hours of the date and time that the bidder first obtains the bid documents or three ~3} business days prior to the scheduled bid opening date, whichever occurs first If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline, If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. Tf the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that i the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this Z4~ hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular l~nail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is iin~ited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. bidder acknowledges and understands that, as provided by RCw 39.4.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 77th Street Corridor and valleyCom Fiber Optics In~erconr~ec~/Raul Dunn ~3 aurae 1, X010 Project Number: IT-1o0~Q1 i If the b"idler fails to request. a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. L try T L Y I T The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading, SUBMITTED ~Y: NAME : ersen AQdRESS: Main fit. ~P~ Box 1490 Bt~Ckte VISA y~3~ 1 PRTNC~PAL ~FF~CE. SEFNC~ Comn~t7nicatian5 ADQRESS: Main St. ~PQ Box 190} B~ickle VISA 9832 ~ ~~oNE: 3~C~-82.9-~~~~~ FAx: 3~~-829-~~~~ T . ~1 Provide a copy of your certificate of registration in compliance with chapter 1.27 RCw~ Provide your current state unified business identifier ~U~} number. Provide all applicable industrial insurance coverage for your employees working in Washington as required in Title 5i RCw, together with an employment security department number as required in Title 5o RCw, and a state excise tax registration number as required in Title B2 RCw, 1® Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority awnership or under control by the owners df the bidder's company, are not and have not been in the past three ~~3 years, disqualified from bidding on any public works contract under RCw 3906.414 or 39.~2E065 t3~. 277th street Carr~idor and vaileycom Fiber optics IntercannectjPaul Dunn 24 June 201D Project Number: IT-10040. i ri How many years has your organization been in business as a Contractor? ® How many years has your organization been in business under its .present business name? ® Under what other or former names has your organization operated? ® ~f your organization is a corporation, answer the following: Date of incorporation: a State of incorporation; President's name: Uice~president~s names}: p p Secretary's name: Treasurer's name, ® ~ your organization is a partnership, answer the following: Date of organization: T'ype of partnership cif applicable}: iVame~s} of general partners} If your organization is individually awned answer the following: Date of organization; ®A Name of owner: ® Tf the farm of your organization is other than those listed above, describe it and name the principals. L List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable o List~urisdictions in which your organization's partnership or trade name is filed. List the categories of work that your organization normally performs with its own forces Claims and Suits, ~~f the answer to any of the questions below is yes, please attach detailsE} A a Has yQUr organization ever failed to complete any work awarded to It? 77th Street Corridor and valleycom Flber optics znterconnect/Paul Dunn 25 June 1, 200 ~'roject Number, IT~~.aU4~1 I Are there any judgments, claims, arbitration proceedings or suits endin or outstanding against your organization or its officers? p 9 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years" a I~lithin the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? ~If the answer is yes, please attach details.) On a separate sheet, list major construction projects your organization has in ro ress, wing the name of project, owner, architect or design p 9 g en ineer, contract amount, percent complete and scheduled completion 9 date. State total worth of work in progress and under contract: a On a se state sheet, list the major projects your organization has P . completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cast of the work performed with your own forces, a ~ State average annual amount of construction work performed during the past five years ® ~n a separate sheet, list the construction experience and present commitments of the key individuals of your organization. ~n a separate sheet, list your major equipment, B Trade References: dank References: Surety: g Name of bonding company: Name and address of agent: ® Financial Statements After bid opening, the City may require the fallowing financial information frond any of the three apparent low bidders If so required, the selected bidder~s~ must respond with this financial information within ~4 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract, A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 777Th Street Corridor and vaileyCcm Fiber optics Interconnect~Paul Dunn ~6 ]une 1, 7I71o Project Number: IT-100401 Attach a financial statement, preferably audited, including your . organization's latest balance sheet and income statement showing the following items Current Assets ~e~g~, cash, ,joint venture accounts, accounts - receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses}; - Net Fixed Assets; ether Assets; Current Liabilities ~e~g~, accounts payable, notes payable, accrued expenses, provis'fon for income taxes, advances, accrued salaries and accrued payroll taxes};Cther Liabilities ~e,g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings}. ® Marne and address affirm preparing attached financial statement, and date thereof: Is the attached financial statement for the identical organization Warned an page one? . ®s If not, explain the relationship and financial responsibility afthe organization whose financial statement is provided ~e,g., parent subsidiary. bill the organization whose financial statement is attached act as guarantor afthe contractfor construction? a Gated at this ~ day of ~ , 200. Name of organization: ~~~c~ c~.~~ ~ ~ ~ y~ Title a ® w~~~ ,being duly sworn, deposes aid s~y5~~t~h~~~t~e+ ~ . information provided herein is true and sufficiently com~let +y so as dot to 9 8 k ~k ~ ■ z' ~ ~ ~ ~ ~ be misleading. ~A . ~ g,m ~ ~ ' d s a afore me this r~` da of ~ ~ Subscribe and w rn b y , v~ ..r N t r ~ blic: oay u My Commission ~xpiresE ~ ~ ' 277t#15treet Corridor and valfeyCom f=iber Optics Intercannect(Paul Dunn 27 dune 1, 20~.D project Number: IT-~.OO~OI I The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on ar before ten ~ 1a} calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within ~ ~ ~ cl~ r ' after issuance of the City's Notice to Proceed, The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten ~1a} calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed an the day of the preconstruction meeting No bidder may withdraw hisJher bid for a period of one hundred and twenty X120}~ calendar days after the day of bid opening; The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5a/o of the fatal amount is hereto attached Native of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledgedw I~ailure to acknowledge receipt of the addenda may be considered an irregularity in this proposal By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by ali terms, requirements and representations listed in the bid documents whether set forth by the City ar by the Bidder. DATE ~ ~ ~ SEFNC~ Comm~nicatians NAME ~F B BY: I n re ~ , e Print Name and Title} Mein fit. ~P~ Box 1490) Address ' ~l1C~i1C ~A 98321 i ~77ti15treet Corridor and ValleyCom Fiber Optics Intercannect/Paul Dunn ~8 June 1, 2D~0 Project Number: IT-10040. ' I 1 ® L rein first duly sworn, deposes and says, that he/she is the identical person who 9 submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to hirnself/herself or to any other person any advantage ever other bidder or bidders. AND I the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, T wil! pay each classification of laborer, workman, or mechanic employed in the performance of such work not Tess than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that ~ have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my i~nowledge and belief. F4R; NC~N-C~3LLUSI~N AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT raj ~1~ trt rri are e i er t t1tr~~11~Ct rc byre `°a A ~k cry ; , ~ : ,b ~ ':6~ hW aI~ ^yy ~ ~ L n' a k { 9Y 1 j ~ 1 9 ; G ~ y I r t t t 4 ~ ~ a y~, ~ ~ ~ tin r i 277th Street ~orridora~nd voile Com Y Fiber Optics Interconnect/Paul Dunn 3~. dune ~0~,4 Project Number: IT-~.o~401 I { 1 _ ~ . _ T ~I ~~P~~TN~~~T o~ ~,~~OR AND ~]~~~t~ST~~ ; , ~I 4; ~ ~ ' REGIS~~RCD ,A~ PR~'~IDED I3Y LAW AS b ! ~ ~ ~ LC}iVST ~Q~'I~. ~'GEN~R~1L ~ , ~ ~ , ~ ~ RE~15T, ,ExP, DATE ~ C~~ 1 SE'l~~'N~I~~~4I~~ 14~2~1~~1 ~ ! ~ ~ E~'l~'L~C`~~~F~,A~'E I~12~i2U~l ip ` i SEFNCG INC _ Po BMX i 4~~ ~ I3UCKL ~'Y V~ ~ 1 A 9~32I-]4~0 ~ ; t~ i t ' _ _ _ _ _ r car .~rrd Dis~?i<ry Crcific:,rc~ I pct i i 1 i REGISTERED AS P~to~'iDED S~ LAW AS ~oNSTGaNTR GENERAL ~~t~{~~(~~~ ~R.ECIST. # EXp. DATE ,~~1~~ ~1~,~~~ CCOI . SEENCI~99~P~ 1~1~91~~11 ~ EF~ECT~~E DATE 1~1~~12001 sL~NCO ANC ~ ~ Po Box ~ 4~0 ~ ~ ~ ~ ~ i~~~ ~ BUCI~,E~ WA ~~~?a-1490 Si~;~aturc ~ ' Is4~ed icy DEPARTMENT C9F I1A~GR A.ND INDUSTRIES 1' DATI* [MMIDDIYYYY} 8 l9 2449 PRDDUGER X253} 473--1415 FAK; ~253~ 473-882 THIS CERTIFICATE lS ISSUED AS A MATTER OF INFORMATION American Underwriters Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE X429 South Tacoma Wa HOLDER. THIS CERTIFICATE DOES NOT AMEND, EKTEND OR Y ALTER THE COVERAGE AFFORDED EY THE POLICIES EELOW. Tacoma WA 98449 ~ INSURERS AFFORDING COVERAGE NAIC # _ INSURED ~ INSURER A: Zlberty ~TorthweS t IIlSUg'anCe . _ _ sEF~co corn~►unications Inc . ~ r ENSURER B: , _ PO Poi 14 9D INSURER c: ~ INSURER D: Puckley i WA 98321 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE POR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAfN, THE INSURANCE AFI=QRDED BY THE P01_ICIES DESCRfBED HERE[N 1S SUBJECT TO ALL THE TERMS, EXCLUSfONS AND CONDITIONS OP5UCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE; BEEN REDUCED BY PAID CLAIMS. _ ENSR DI?' 1 . . POLICY NUMBER POLIGY EFFECTIVE POLIGY EXPIRATEON~ LIMITS LTR NSRl3~ TYPE OF INSURANCE DATE MM DD YYY DATE MM DD Y E GENERALLIABILITY ~ EACH QCCURRENCE $ ~ r_0.0~ c ~ ,COMMERCIAL GENERAL LIABILITY DAMAGE: TO RENTED $ 1aa oo_ _ ~ _ PR~MIS~S ~Ea occurrences _ ~ CLAIMS MADE OCCUR 06172930 9/1/2049 ~ 9/1/201D MED EXP Any-one person} $ ~ r QOQ f i i PERSONAL & ADV INJURY $ _ ~ ~ OOO, 00~.. GENERAL AGGREGATE.. _ $ _2_,_000,_00_x_ _ i GEN'L AGGREGATE LIMITAPPLIES PER: ,,,PRODUCTS - COMPlOP AGG _ .-,__~...r_x~d r_~a_x i _ _ . ~ ~ POLICY PRO- LDC I AUTOMOBILE LEA131LITY IW _ COMBINED SINGLE LEMIT $ ~ r ~Q~, Q00 ~ ANY AUTQ ~Ea accident) L. ALL OWNED AUTOS ~C06172930 9/1/2009 ~~~./2D14 BODILY INJURY SCHEDULED AUTOS + Per person} $ __i . HIRED AUTOS BQDILY INJURY $ ~ ) NON-OWNED AUTOS Per accident a I_ _ ~ i _ _ _ PROPS=RTY DAMAGE ~ _ ~ ~ Per accident} $ i F GARAGE: LIABILITY I AUTO ONLY - EA ACCIDENT ~ $ ' ~ ANY AUTO ' F.A ACC $ OTHER THAN _ _ _ _ r ^ ~ AUTO ONLY: AGG $ EXCESS 1 UMBRELLA LIABILITY EACH OCCURRENCE _ ~ r_-- _ ~ i OCCU R CLAIMS MADE AGGREGATE $ ~ 0 Q ~ ~ ~ ~ ~ ~ .r _ a ~ II ~ j $ A i _I DEDUCTIBLE ~~fi172930 9/1/2009 ; 9/1/2Q10 ~ _ _ RETENTEON $ $ ~ WORKERS COMPENSATION A Shop Gap I WC STATU- 0TH- ~ AND EMPLOYERS' LIABILITY i'ORY LIMITS ER_.. - ANY PROPRIETOE~IPARTNER1lwXECUTIVE YIN ~ E.L. E=ACW ACCIDI=NT $ ~ ~ D ~ ~ d ~ ~ OFFICERIMEMBI:R E?CCLUDED7 _ (Mandatory In NH} 06].72930 9/1/2009 9/1/2010 E.L. DISE=ASE - E=A EMPLOYI= $ ~ ~_OQQ r aOO If yes, describe under SPECIAL PROVISIgNS below E.L. DISEASE -POLICY LIMIT $ ~ 0 0 0 0 Q OTHER t DESCRIPTION OF OPERATEONS! LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENTi SPI=GIAL PROVESIONS CERTIFICATE HOLDER CANCELLATION SWOULq ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Pali.cy Holder's COPY DATE THER1rOF, THE= ISSUENG INSURER WILL ENDEAVOR TO MAIL. 1D DAYS WRETTEN NOTICE TOTHE CERTII=ICATE HOLIJOwR NAF.91=D TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR RIrPRESENTATIVES. AUTHORIZED REPRESENTATIVE Na.cko~.as Stay/NICK ACORD 25 ~200910~) 0 X988-2009 ACORD CORPORATION. All rights reserved. INSO25 ~zao9Q~} The ACORD name and logo are registered marks of ACORD SEF~G~ Communications, Inc P. Box 1490 C~MMUNCATIONS Buckley, Ullashington 98321 X360} 8294400 X360} 829-4401 fax "Ilvhere service beg~rns" June 24, 2010 ~i of I~en~ 277t~' corridor and Valle Com Fiber ~ tics Interconnect ~ Project IT- ~Y Y p 100401 To whom It May Concern, This letter is to provide statement, as per RCw 39.0.010 or 39.12.465 ~3}, that SEFNC~ Communications are not and have not disqualifed from bidding an a public worl~s project in the last three ~3}years. Jae Pedersen Vice President ~EFNC~ Communications, Inc. o ~ ~ ~ ~ ° ~ ~ o o ~ n 0 - ~ a ~ ~ Z ~ z ~ ~ ~ ~ ~ fD ~ ~ fD ~ fD Utz fD ['A ,C ~ n fb n. ~ ~ n ~ ~ 0 n ~ 00 ~ m ~n ~ nc s ~ _ v ~ ~ _ ~ ~ ~ ~ ~ ~ a ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ n n ~ rn rt o~ o 0 0 o a o 0 0 0 ~ O~ 0 n n n n n n n n n~ ~ Z v ~ ~ N fa7 v 41 ~ C ~ ~ rat eft rat ~ rat r~F r~-F r~-h rt ~ ~ ~ n rr 0 0 0 ~ C C fD - n W N n c1 ~n [n cn cn cn cn 0 0 m m m 0 rn m m~ ~ O n n Z~~ ~ Z~ Z~ ° ~ ~v nnn~, nnn ~ ~~~~rtooortooo,~ o 0 0 0 0 0 o~° v ~ ~ v v ~ n ~r r-r t-r r-r r-r r-r p 0 0 0 0 0 0 ~ ~ to ~ ~ ~ ~ n' tn~-~~~~~~t~t~~~~~ n ~ ® N N ~ ~ ~ ~ o ~ ~NNrn o~o~tvo~ ~ rn~ to t~ N N lD N rn cn o n .~~~ooaoo~.~N~~.~~ n v. • r r r r r r r r r ~n~u~oovov,oo~N~oaC 00 00 o N v v o 00 ~ oo QO N CD Ln O © D O tD (70 N Ql ~ ~ N D O D © © D 01 U F~ Cn ~I ~ ~ C31 D D o O O D ~l D C~ D D O n 0 ~ ~ tD Ut F-s N r r ~ cn Nrn a~~~~~ oa O rn N oa to cn .p N ~ ®owaopt~ot°~v~i°c~° ~I © Q7 C~ ~ OQ N U1 N on o~ ~no~oDao n 0 3 ooo~~o.~~NC~~rn 0 0 0 0 0 o a~~ 0 0 0 t1 3 NNNNNNN~N~ oaNNNNNN~NN ~o ~o~~~~~~~~~~ w~~ N N N N N N N~ NNN~.~.~~~~~~~ ~.,1 N N N N N N N N N N N N 0 0 0 0 0 o D o D o a D~ N N N N~ N N N~~ N N D o 0 o a o 0 0 0 0 0 0 X ~ y l/~ "s7 Ut N ~ 7 7 ~ 0 T z u~ K ' ~ a z ~ v ~ ~ " " ~ r ro m g ~ ~ ~ T z m u~ v a 3 z n ~ O Ln In r ro N U1 N r r N y O lD D7 Y ~ G Y N O O Ut ~ ~ U~ " r ~ ~ N ~ rt ~ y n a ~ ~ o ~ ro ~ ~ n ~ n o ~ n 3 H m a ~ p. m ~ o a a rt ill a ~ N ~ r+ ro N ~ ~ ~ rt d m n n a n n ° ro Q 0 m n +n in to to ur ~ a c N ro N W W dt W ~ lT1 N l!t N N W ~ Vs Qt A ? A N fl O n ~ U1 N O O n ~ N V W ❑ O O as a a a o 00 n n a .~`T ~ j n~ T~ e n v a 0 n •n y µ p n n n ~D p n~ N , ro w" j 0 (D ~ 0 ~ 7 d ~ p~ 7 0 ~ 7 p ro ro 4, " ro Od to - N N o h N - ~ 1n " < ~ ro ro ry n ~ ro m~ n 0 Q- ~ n 0~ Q- ~ n N 7 a a n n ro v e " m v z~ , ro c x a ro~ uo a ro ~ ro " ro lC R rn*. 0. ro ro d rn*, QQ rnr 4_ ~ ~ rt ~ ~ n x p ro ~p x a ro nm m v Sm ro ~ as ~'rP~ a; a n ro n ro rt~ 4, Vroi n7 a" ill a~ uroi v N a a h m x' q~ ~ N m a n ~ m a a fl ro o ~ ~ a o ~ a ~ ~ ~ a ~ -n u 0 , 1, D ro , n a , 0 M a r o a r o v a F a m ~ `a m µ o a P q a " 0 n ~ ~ ~ ~ " r ~ ~ " F' ~ 7 " C q `L ro [ n~ N 0 RJ N .Q D ro s p a ro sa: as ria. a oo na y~ ria n ~ ~ ria ~ ncL ro~ Y n ro~~ ~ o ~ p a~ ~ p ro Y~ ~ a o.o ❑ ~ aD O~ a q~ ~x d ~ _ o q ~ ~ N a " CY rt ~ N " p ~ d " ~ ~ ~ d " ~ o ~ a N ro~ ~-ro w ro~ ~-m ~ ~ru Nv , ~-ro CI C n p. ~ 4 F. ~ d x C n ~ ro X~ n n Q X~ n x x a ,c rt ~ ~ ~ ~ ~ x 3 a ~ m ~ ~ n, m o ~ ~ o- a ~ 3 ~ a v tip n a p~ n a an n a m pq n ro m pp n ~ D N r~rr a ~ [gyp ~ N ro ~ n ro ~ ~ ~ rt. N N~ 2 N N 0~ N d k• ~ W d~ ~ ~ D~ n o- o ro' n [r o m' a N a m" 3~ 3 ra" v v v~ m v D N~ a~ 6~ p 0" m~ C Q' " ro 0 0 " ro 0 I~ y i p n Do ui ~ 0 n a Q p n #a n 0 n x In O ~ n ~ rr ~ rr 'CJ rr a ~ ~ a v o m 3 a a a a °a x a w a a x o m ~ x o~ ro ' n vii ~ ~ vii 0 S ~ n rt, ~ ~ ~ a rt• s ~ ~ 7 ~ vas ~,'ri ~ a~ ~,'n a a H'n ro ~a N'n ~ ~.a•~'n ro ~ ro ~ ~ ~ ~ , ~ ~ " ~ D m c -p a c a v n ~ ~ -o d ~ " ~ ~ Q ~ " , Q m ~ ~ C7 n a ~ L7 n ~ , O n uroi y n v_roi ~ n H x, a w n uroi ° a p3q n u• ~ 0 ~ dG ro 0 a 4q "a p ,k 7 ~ a ~ a ~ -p py ~ N ~ 4 ~ " ~ 0 ~ Q ~ n ~ p ~ ro m , p ~ a O ~ ~ ~ 0 7 ~ n m ~ n N. m m N. ro tx" n" ro m m ~ ~ n ~ ~ , n F sn , n ~ ro ~ H 0 " ~ N , ~ m m 3, o m~ H c"i ro x S m m x Q~ x R~ 3 Q rt ~ LS" rt a ~ a h n~' 0 fli ~ a ~ ~ Q ~ -t, 0 ~ - ~ ~ a ~ a ~ n a n m N m m ~ ro N n 3~ N n n w n n n n~ ~ N~ N n~ ro n m N v~ rTS r~9 N" iy ht N ro m m m n ~n~~o~n F~~~~ ~~rt~ v~~N~ ~ a ro n ~ a ro n° N d m A fro➢ ~ W a W i9 m v ~ a N ~ [D] -ni N "ni h ^ns F., -rt. F'' a n ~ D F' ~ D > v~ a~ rt~ ° w~ n o f° m o a ro I m o CC n m ro n w n v ~ n w n m L[~~ a ~ w ~ o~ ~ v ~ oa m ~ ~ uv F, m' uq ~ ~ ro ~ as N n r~ N n oa ~ ro , 'a y ro ~ aao ~ m Y ~ m m N f n n n g rt w a N m n ~ s c ~ ~ ~ c n ~ Y -~a ~ a ~ v r~ ~ ~ ~ a n ro N v ry n~ N a ry N N N ro " rt a ro '"h lD 1➢ ~ " ~ uti rr U 'p ? N C' ~ a a -nr ~ ~ N n ro d ~ n ro p ro rt~ ~ N ro Q ro 0'. 0 y n W~ p~j n W~ N N Y N D W A ~ f~R w A W " 0. p ~ ~ v v m a W ro~ ro x' ry~ T~ ~ rt 7 ~ ~ ro e" ro ro m r~ rn ro;-a g ~ " r ~ v 0 a m Q z z a c~ o a ro ro M [ [ n n a o n o v a ~ m cv o0 n n 3 m rr d 7 Z p ~ ~ T ~ a ro m v ro ~ C n ~ ~ a' ro i i v o a a o ~ ~ ~ ~ o SEFNC® Communica~io_n5- Project References, Comcast Network Upgrade Puget Sound Region} 1998 - 2005 ® Jeff Votaw -Comcast Director ofoperations - - 253.864.43DD ® 410 Valley Ave NW, Suite 12-Bldg C. Puyallup WA 98371 ~ $45,o0D,DDD contract value. Superintendent -Joe Pedersen ~ SEFNCO completed 100% of work on time and vn budget Engineering & Construction of HFC Network, High Speed Internet, VoD Airway Heights Network Rebuild Spokane wA} March 2006- ®ctaber 2006 ~ Sean Bristol -Comcast Director of Engineering - - 253,864,4305 ® 410 Valley Ave NW, Suite 12-Bldg C. Puyallup WA 98371 ® $675,ODD contract value Superintendent -Todd Krieger. Engineer --Justin Mullen ® SEFNCO completed 1DD% ofwork on time and on budget Walkout, Design, Engineering & Construction of HFC Network, High Speed Internet, VOD Bellevue INET ~8ellevue wA}April 20ofi -August 2006 AI Hernandez -Comcast Regional Manager of Engineering - - 253.864.4387 410 Valley Ave NW, Suite 12MBldg C, Puyallup WA 98371 $600,ODD contract value. Superintendent --Clint Sweetser SEFNCO completed 14D% of work on time and on budget Engineering & Construction of HFC Network approximately 56,000' fiber} gitsap Ca PUD ~8reme~vn Schval District} June 2006 ~ July 200fi Matt Henson outside Plant Telecom Project Manager - - 360.626.7705 P4 Box 1989, Poulsbo WA 98370 $130,000 contract value. Superintendent -Clint Sweetser SEFNCO completed 90% of work, subbed 1D%andwas on timeand on budget Fiber optic Construction approximately 48,oD0' fiber} Liberty Lake Upgrade Liberty Lalce wA }May 2008 -November 2008 Mark Nelson --Comcast Spokane Manager - 509.755,4713 1717 Suclceye, Spokane WA 99207 $188,000 contract value. Superintendent -Todd Krieger. Engineer - Jarod Duncan SEFNCO completed 100% of work on timeand on budget ~ Walkout, Design, Power Supply Upgrade, Fiber Interconnect SEFNC® C®m~unicati®ns Pr®ject References, -continued Sun Valley Prime System Cvntractvr ~5un Valley lD~ ®Dn going project John Lewis -Cox Communications Field Manager - 208.471.0471 ® PO Box 537, Ketchum ID 83340 $250,000 contract value. Superintendent -AI Kennedy. Engineer -AI Kennedy SEFNC~ completed 100% of worl~ on time and on budget New Build, Unplanned, Maintenance, Drops,emergencyresponse Additlv~a! References Cox Comn~unicativns ®Sun Valley Idaho Dan Wherry -Systems Manager - - 208-471-0250 Jahn Lewis -Field Manager - - 208-471-0471 Brent Hope -Head In & Fiber Specialist - - 208-471-0116 Pete Thompson --Construction Supervisor - w 208-471-0028 Justin Earl - dead Technical supervisor - 208-471-0183 ~ New build, unplanned, maintenance, drops, emergency response ~ n ~ d~ ~ p m ~ p 70 ~ z ~ ~ ~ ~ n ~ o ~ ~ o` ~ ~ cn ~o o 'v O ~v ~ m ~0 ~ = ~0 a.~ ~ ~ ~ o to o D cn Q ~ rt S Z {ll .3 .rt ~ N N ~ ~ ~ ~ _ 'rat ~ ~ ~ D ~ a _ ~ ~ 3 ~ ;m a 1O Q ~ moooooo`oo ~ ~ . 3 N ~ C C ro ro c s iC ~ c C c c i ti n' n' n r+ , rf r+ ! r+ r+ ! rf r+ ; r+ r+ ; r+ rf ~ Q, 0 ~ 0, ~ ~ N ~ N ~ n n: a si a a a a a a Q a ~ ~ rt rt ~ ~ a~'a ~ as ~ ~ ~ ~ ~ ~ gin' ro ro ro ~ ro ro !ro m ro ro ro ro ~ ai ~ im ar ~i m ~ m ~ ~ m m 0 ~ m ~ `0~ si a a ~ ~ ~ 0 m €rn m ~ m rn ~rn m m rn ~m m ~ ~ ~ ~ ro ~ ~Q € (1q OrQ UQ ~ ~ dG ~ UQ UQ ffq 0'Q ~ 7"r rr OR Oa , W ro ro ~ ro © ~ cn n n n z z z z z z z z cn cn cn o n in z z cn n z~ n ~ cn p O O ~ cn s s to ~ ! cn cn ~ cn cn to ~ cn ~ D ~ cn cn ~ cn ~ ~ r~ ~ ~ ~ ~ ~ 3 3 ~ ~ ~ . rn ro (13 N ~ N I~ Cp N i ~ U'~ ~ N ~ Ql UJ Ul ~ U1 ~P ~P ~ Ql V ~ ~ 01 CQ 00 ~ fT~ ~ ~ ® ~ h (T ~ ~ ~ ro N ~ ro N N UJ N !1 F' 1 ' ~ UJ ~ N 13 N F~ ~ 13 I~ 13 13 F~ N F~ I~ ~ ~ ~ ~ UJ Ln O ' ~ O O N l!1 ~ ` ~ lD f,l1 V i l,Q 13 Ln N U1 ~ N 11 V V N ~ ~ N C ~ ~ ~ ~ Dn1 ~ N ~ X fD 41 `O V 'sO ~ E ~ Q1 ~ ~ Ul ' Ol ~ N ~ l0 `F~ ~ ~ ~ 'V N N N ~ V► fD~ ~ ~ ~ m ~ ~ Z m ~ ~ ~ ~ m ~ ra ' n o n D n ~ m ~ n ~ r`"u ~ ~ Z s ~ ~ ~ n = ~ ~ ~ ~ r m N N I-a UJ iN N N Cn N N N N N N N N [~,t N N N N N N N N N~ N O m n In Oo O ! to cn ~n ~ In In u~ to ~ uz to [n w ` ~ cn In cn ~n u~ cn u~ cn to O u7 o ~ - o a' o' o~ o~ o ~ o' o' v' o~ o' o' o' o' = o' a' a' o' o' o' o' a' o' o' o' J C ~ Q ~ CZl (D ~ ~ ~ X 0 z ~ ~ .ro ~ ~ ro ;0'q o~ 0 ~ ro ~ ro N ~D ~ ~ ~ n N rp ~ C O j' ~ CT" ~ N ~ ~ o m ~ ~ ~ - v ~ m ~ ro ~ ~w m ~ ~ ~ ~ ~ o. 0 ro ~ ~ ~n - T ~ ~ m ~ ~ ~ _ ~ m rt ~ 0' SEFNCa Communications -Major Equipment tae M~~el Asset Tyke ~~ar Engine GMC NPR Flatbed 16' 2wd X996 Chevy 1500 1/2 ton P/U std cab 2wd 2004 Chevy Gas V6 4.6L Chevy 15D0 1/2 ton P/U ext cab 2wd 2004 Chevy Gas V6 4.6L Ford Explorer SUV 2004 Ford Gas V6 4.01. Ford F450 2006 Ford Diesel V~ 6,01. Chevy 1500 1/2 ton P/U std cab 2wd 2004 Chevy Gas 116 4.6L Ford F550 Flatbed 12' 2wd 2002 Ford F450 Flatbed 12' 2wd 2001 Ford Diesel V8 7.3L Isuzu NPR Flatbed 16' 2wd 199 Isuzu Diesel 14 232 CID Ford Ranger Small P/U std cab 2wd 2042 Ford Gas 14 2,3L Ford Ranger Small P/U std cab 2wd 2002 Ford Gas V6 3.OL Ford F550 Flatbed 12' 2wd 2002 Ford Diesel VS 7.3L Chevy 1500 1/2 tan P/U ext cab 2wd 1997 Chevy Gas V6 2,3 Ford F450 Flatbed 12' 2wd 2002 Ford Diesel V8 7.2t Ford F45D Flatbed 12' 2wd 2002 Ford Diesel VS 7.31. Ford F15D 1/2 ton P/U std cab 2wd 2003 Ford Gas V6 4.2L Ford F150 1/2 ton P/U std cab 2wd 2003 Ford Gas V6 4.2L Ford F150 1/2 ton P/U std cab 2wd 2003 Ford Gas V6 4,2L Ford F150 1/2 ton P/U std cab 2wd 2003 Ford Gas V6 4.21. Chevy 3500 1 ton cargo Van 2wd 2000 Chevy Gas V~ 5.7L Ford F700 Flatbed 16' 2wd 199 Ford Gas 429ci Ford F450 Flatbed 12' 2wd 2003 Ford Diesel V~ 7.3L Ford F450 Flatbed 12' 2wd 2003 Ford Diesel U~ 7.3L Ford F350 1 ton P/U CC 2wd 2004 Ford F15o 1/2 ton P/U std cab 2wd 2oa1 Ford Gas v6 4.2L SEFNCO Communications -Major Equipment Ford E250 3/4 ton Cargo Van 2wd 1998 Ford Gas V8 5.4L Ford F150 1/2 ton P/U std cab 2wd I 2003 Ford Gas V8 4.6L Ford F450 Flatbed 12' 2wd 2003 Ford Diesel V8 6.OL Ford F150 , 1/2 ton P/U ext cab 2wd 2000 Ford Gas V8 5.4L Ford ' F150 1/2 ton P/U ext cab 2wd 2004 Ford Gas V6 4.2L Ford F150 1/2 ton P/U ext cab 2wd 2001 Ford Gas V8 4.6L Ford ' F150 1/2 ton P/U ext cab 2wd 2004 Ford Gas VS 5.4L Ford F150 1/2 ton P/U std cab 2wd 2004 Ford Gas V8 4.6L Ford ' F150 1/2 ton P/U std cab 2wd 2004 Ford Gas V6 4.2L Ford F150 1/2 ton P/U std cab 2wd 2001 Ford Gas V6 4.2L Ford F150 1/2 ton P/U std cab 2wd i 2004 Ford Gas V6 4.2L Ford E150 I Van 2000 Ford Gas V6 4.2L Ford F150 " 1/2 ton P/U std cab 2wd i 2004 Ford Gas V6 4.2L Ford F150 1/2 ton P/U std cab 2wd 2002 Ford Gas V6 4.2L Ford F150 1/2 ton P/U ext cab 2wd ! 2004 Ford Gas V6 4.2L Ford F250 ' 1/2 ton P/U ext cab 2wd 2001 Ford Gas V10 6.8L Ford F150 1/2 ton P/U ext cab 2wd 2004 Ford Gas V6 4.2L Ford F150 1/2 ton P/U std cab 2wd 2004 Ford Gas V6 4.2L Ford E250 3/4 ton Cargo Van 2wd ! 1999 Ford Gas V8 5.4L Ford F350 Flatbed 12' 2wd X003 Ford Diesel V8 6.OL Ford F150 1/2 ton P/U ext cab 2wd 2000 Ford Gas V~ 5.4L SEFNCO Communications -Major Equipment Ford F450 Flatbed 12' 2wd 2004 Ford Diesel V~ 6.OL Ford F650 AP40 Bucket 2001 Ford Diesel V8 7.3L Ford Ranger Small P/U std cab 2wd 2003 Ford Gas 14 2.3L Ford F150 1/2 ton P/U ext cab 2wd 1999 Ford Gas V6 4.2L Ford F150 Regular Cab Pickup 2000 Ford Gas V8 4.6L Ford F450 Flatbed 12' 2wd 2004 Ford Diesel V8 7.3L Chevy 1500 1/2 ton P/U std cab 2wd 2004 Chevy Gas V6 4.6L Chevy 1500 1/2 ton P/U std cab 2wd 2004 Chevy Gas V6 4.3L Ford F450 Flatbed 12' 2wd 2004 Ford Diesel V~ 6.OL Chevy 1500 ! 1/2 ton P/U std cab 2wd 2004 Chevy Gas V6 4.3L Chevy 1500 1/2 ton P/U ext cab 2wd 2004 Chevy Gas V6 4.6L Chevy 1500 11/2 ton P/U ext cab 2wd 2005 ' Chevy Gas V8 5.3L Ford F150 1/2 ton P/U ext cab 2wd 2001 Ford Gas V8 4.6L Chevy 1500 ; 1/2 ton P/U ext cab 2wd 2004 Chevy Gas V8 4.8L Chevy 1500 1/2 ton P/U ext cab 2wd 2004 Chevy Gas V6 4.3L Ford Ranger Regular Cab Pickup 2000 Ford Gas 14 2.5L Isuzu NPR Utility Box 1992 Isuzu Diesel 14 232 CID GMC Top I<icl< Flatbed 2006 Chevy 3500 Flatbed 12' 2wd 2006 Chevy Gas V8 6.OL Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8~ Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8L Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8L Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8L Chevy 2500 Flatbed 12' 2wd 2002 Chevy Gas V~ 6.OL Ford F150 ' 1/2 ton P/U ext cab 2wd 2006 Ford Gas V6 4.2L Ford F150 1/2 ton P/U ext cab 2wd 2006 Ford Gas V6 4.2L Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.~L ~EFNCO Communications.. Major Equipment Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2,81. Chevy Colorado SmaII P/U std cab 2wd 2006 Chevy Gas 14 2.8E Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81 Chevy Colorado Small PJU std cab 2wd 2006 Chevy Gas 142.8E Chevy 1500 1/2 ton P/U ext cab 2wd 2006 Chevy Gas V6 4.6E Ford F25D Extended Cab Pickup 1997 Ford Gas V8 7.51. Chevy EX1500 1J2 Ton Cargo Van 2wd 2006 Chevy Gas V8 6.OL Chevy 3500 Flatbed 12' 2wd 2000 Chevy 3500 Flatbed 12' 2wd 1995 Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8E Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8E Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8E Chevy Colorado Small PJU std cab 2wd 2006 Chevy Gas 14 2,8E Chevy Colorado Small PJU std cab 2wd 2006 Chevy Gas 142,8E Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 142.8E Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8E Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8E Chevy Colorado Small P/U std cab 2wd 2D06 Chevy Gas 14 2,8E Ford F350 Flatbed 12' 2wd 1999 Ford F350 1 ton P/U std cab 2wd 1999 Fard F450 AT235P 2007 Ford Diesel V8 6.OL Chevy Top Kiclc Flatbed 16' 2wd 2007 GMC Diesel 16 6.6E International 59001 12yard dump 2006 Cummins DSLISX Ford F450 AT235P 2006 Fard Diesel VS 6,0E Ford F450 AT235 2006 Ford Diesel V8 6.01. Ford F450 AT235 2006 Ford Diesel V8 6.01. Ford F450 AT235 2006 Ford Diesel V8 6.0E Ford F45D AT235 2006 Ford Diesel V8 6.0E Ford F450 AT235 2006 Fard Diesel V8 6.0E Fard F450 AT235 2006 Ford Diesel V8 6,OL Ford F450 AT235 2006 Ford Diesel V8 6.0E Ford F450 AT235 2006 Ford Diesel V8 6.0E Ford F450 AT235 2006 Fard Diesel V8 6.01. Ford F450 AT235 2006 Ford Diesel V8 6.01. Ford E350 AT200AV 2007 Ford Gas V8 5,4E International 4300 AP40 Bucket 2007 INTL DT466 International 4300 AP40 Bucket 2007 INTL DT466 SEFNG~ Communications-hajor Equipment Ford 1=550 AT235P 2007 Fard Diesel U8 6.OL Fard F550 AT235P 2047 Ford Diesel V8 6.OL Ford F450 AT235P 2007 Ford Diesel V8 6.OL Chevy Top I~ick Flatbed 16' 2wd 2007 GMC Diesel 16 6.6L Ford F450 AT235 2008 Ford Diesel V8 6.aL Ford F45D AT200A 2007 Ford Diesel V8 6.OL Fard F450 AT200A 2007 Fard Diesel V8 6,OL Ford F55D AT235P 2007 Ford Diesel V8 6,DL International 4300 A4oP 2007 INTL DT466 International 4300 A40P 2007 INTL DT466 Ford F450 AT235 2008 Fard Diesel V8 6.4L Chevy Tap Kick Flatbed 16' 2wd 2008 Chevy Diesel 16 6.6L Fard F450 AT235 2008 Ford Diesel V8 6.Dt. Cadillac Deville Sedan 2001 NS GasV84.6L Fard F450 Flatbed 12' 2wd 2003 Ford Diesel V8 6.oL Chevy 3500 5 yard dump 1993 Chevy 3500 Utility Box 1997 Single I~nuclcle Bucket Ford F450 2006 Ford Diesel V8 6,OL Truck International 4300 AT4oC 2006 INTL DT466 International 4300 AT40C 2006 INTL DT466 International 4300 A40P 2007 INTL DT466 International 4300 A40P 2007 INTL DT466 Chevy 7500 Flatbed 16' 2wd 2006 Isuzu Diesel 7,8L Chevy 7500 Flatbed 16' 2wd 2006 Isuzu Diesel 7.8L Chevy 750D Flatbed 16' 2wd 2006 Isuzu Diesel 7.8L Chevy 7500 Flatbed 16' 2wd 2006 Isuzu Diesel 7.8L Ford E350 ATZOOA 2008 Fard Gas U8 5.41. Chevy Topkick Flatbed 16' 2wd 2007 Chevy Diesel I6 6.6L Ford F650 5 yard dump 2004 Ford Diesel V8 5.9L Fard F450 AT200A 2006 1=ord Diesel V8 6.oL Chevy 1500 1/2 ton P/U std cab 2wd 2009 Chevy Gas V6 4.3L Chevy EX1500 1/2 Ton Cargo Van 2wd 2009 Chevy Gas V6 4.3L Chevy Ex1500 1/2 Ton Cargo Van 2wd 2009 Chevy Gas U6 4.6L Chevy EX1500 1/2 Ton Cargo Van 2wd 2009 Chevy Gas V6 4.6L SEFNC~ Communications -Major Equipment Chevy EX1500 1/2 Ton Cargo Van 2wd 2009 Chevy Gas V6 4.6L Freightliner M2 Flatbed 22' 2wd 2006 Cat Diesel C9 Dodge 5500 Bucket Truck 0 Chevy EX1500 1/2 Tvn Cargo Van 2wd Chevy Gas V6 4.6L ~ao~ Chevy EX1500 1/2 Ton Cargo Van 2wd 2009 Chevy Gas V6 4,61. Chevy EX1500 1/2 Ton Cargo Van 2wd 2009 Chevy Gas V6 4.6L Ford F700 5 yard dump X994 Cummins Dsl 5.9L Ford F~.50 ~/2 Ton P/U ext cab 2wd 2006 Ford Gas V6 4.31 ¢ COIVIMUNfCAT10NS I 1 e Ir~~or~orted ~/2~19 A~~r~: P9to~e (360)-$29-4400 Main St fax (360) 829-4401 ~uckiey, WA 9 329 aitin Addy g; F'O Box 1490 Buckley, WA 98321-1490 QED ID# 91-1975632 C6~ief ~x~cu~v~ ~tfic~r U~I# 6~1-927~1~7 Scott idall (380) 829-~00 Buckley ~ 01-~d9336.0 WA Con4.# SEFIVCI°994P9 ' Chdef Fit~~nci~l ~ff'tc~r DUh1S 97-143- 299 Vaun Gunnel{ C~~e~it Ref~r~nce~: Liberty Nor4hvvest Phone: (253) 473-9415 c/o American Underwriters Fax; (253) 473-862 6429 South ~'acoma Way Acct ~~FP~04152~ Tacoma, WA 9 409 Confect: tick Stay Raceway Technology Phone: (253} 272-77~~ PO fox 1916 lax: (253} 27~-7 78 'Tacoma, 1~1A 9~~01 tlfiiity Vault Phor~~: (253) X39-3600 PO Box 68~ fax: (253) 735-4201 Auburn, ~A 9 079 ,4ect 002475 ark Accaur~t tr~foration: Frontier Bank 'i 12 S. River Road Phone: (360) 629-1965 PQ Boy 70th Coratac4: Jana F~offm~n Buckley, WA 98321 zrsizo~o / S.. l~' ~N Si ~~3 - 3 ~O ' ~(o I~CCi ~ ~ o~ acv M tJA ~S ~D~ - ,~~r~ ~ X15 s~ EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies. 4. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) 3. Excess Liability insurance shall be written with limits no less than $1,000,000 per occurrence in excess of both the CGL (combined with Products/Competed Operations coverage) and Auto Liability policies cited above. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as wel I as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this EXHIBIT B Continued Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A. M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor sha I I include a I I subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor.