Loading...
HomeMy WebLinkAbout09-20-2010 ITEM VIII-B-1CITY OF, WASHINGTON AGENDA BILL APPROVAL FORM Reviewed by Council & Committees: F1Arts Commission COUNCIL COMMITTEES-; Kevieweu wy LoapaFullailw w �.•••,%-Pv%.soma• ❑ Building ❑ M&4 ❑ Airport Finance ❑ Cemetery ❑ Mayor C] Hearing Examiner Q Municipal Serv. Q Finance ❑ Fire ❑ Parks ❑ Planning ❑ Human Services ❑ Park Board ❑ Planning & CD ® Public Works ❑ Legal ❑ Police ❑ Planning Comm. ❑ Other ❑ Public Works ❑ Human Resources ❑ Information Services Action: Committee Approval: []Yes []No Council Approval: ❑Yes []No Call for Public Hearing._I_. 1� Referred to Until Until 1 !„ Tabled Cvuncilmember: Backus Meeting Date: September 24, 2010 Staff: Rernher Item Number: VIII.B.1 MBURN'* MORE THAN YOUIMAGINED RESOLUTION NO.4 6 3 G 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 277 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 277th street corridor. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, KING COUNTY, WASHINGTON, HERESY 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 277th 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 administrativep roced u res 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 ATTEST: Danielle E. Daskam, City Clerk Resolution No. 4636 August 20, 2010 Page 2 of 2 .2010. CITY OF AUBURN PETER B. LEWIS, MAYOR 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. Z. 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 277th Street Corridor & Valley Com Fiber Optics Interconnect rev 9117110 ' Page 1 1. Design and deploy a fiber optic cable in the prescribed 277th street corridor along with any and all applicable electronics and public works infrastructure and services necessary to complete that work. 2. VCC will pay for 90 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 277th Street corridor and Valley Cbm Fiber Optics a Interconnect - Project Number IT --190401 document, a copy of which is attached hererto as Exhibit A 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 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 - 192 (168 fibers) will be entrusted to VCC 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 0 fibers. b) Use by Kent, Auburn, other valley cities, and/or other public entities that benefit public safety. C) Future fiber optic strand apportionment for these fibers will be determined by consultation, mutual agreement, and approved interlocal contracts drafted between Valley Communications Center and any potential interested public sector entities. 4. Fibers 193 - 288 (90 fibers) will be entrusted to VCC for use at the sole discretion of VCC. 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 for their interaction in connection with the administration and use of the Grant Funds. 277th Street corridor & Valley Com Fiber Optics Interconnect rev 9117/1 Page 2 D. INSURANCE. Each party 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 B attached and incorporated by this reference. E. INDEMNIFICATION. Each party hereto agrees to be responsible and assumes liability for its own wrongful or negligent acts or omissions, or those of its officers, agents, or employees to the fullest extent required by law. Each party agrees to save, indemnify, defend, or hold the other party harmless against all liability, loss, damages, and expenses,. including costs and attorney's fees, resulting from actions, claims and lawsuits arising or alleged to have arisen, in whole or in part, out of or in consequence of the acts or failures to act of the other party, its employees, its subcontractors, its agents, or its assigns, which arise in any way out of the performance of this Agreement. In the case of negligence of multiple parties, any damages allowed shall be levied in proportion to the percentage of negligence attributable to each party, and each party shall have the right to seek contribution from the other party in proportion to the percentage of negligence attributable to the other party. 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; provided, 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. 277 th Street Corridor & Valley Com Fiber Optics Interconnect rev 9/17/10 Page 3 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 statementsshall 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 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. O. PURPOSE. The purpose of this Agreement is to use grant funds to deploy fiber optic cable and related infrastructure in the 277th 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. 277th Street Corridor & Valley Com Fiber Optics Interconnect rev 9117110 Page 4 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. 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 9F 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 277th Street Corridor & Valley Com Fiber Optics Interconnect rev 9117119 Page 5 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 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. 277th Street Corridor & Valley Corn Fiber Optics Interconnect rev 9/17/10 Page 5 CITY of AUBURN: CITY OF KENT: By: By: (signature) (signature) Print Name: Peter B. Lewis Print Name: Suzette A. Cooke Its Mayor Its Ma or _ (title) (title) DATE: DATE: Attest: Danielle B. Daskam -City Clerk APP V A O APPROVED AS TO FORM: Daniel B. Hei .,City Attohke.y Kent Law Department VALLEY COMMUNICATIONS CENTER: By: (signature) Print Name: Suzette A. Cooke Its Administration Board Chair (title) DATE: _ October L2010 277th Street Corridor & Valley Com Fiber Optics Interconnect rev 9/17/10 Page 7 PROPOSAL To the city Clerk City Hall Cent, Washington 98032 The undersigned hereby certifies that SEFNCO 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 227th Street Corridor and Va lleyCom Fiber Optics Interconnect /Project N umber IT -100401 for the city of Kent, Washington, and has read and thoroughly understands the plans 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 improvement in accordance with the bid and contract documents, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions IPSP or the Standard Specifications (WSDOT). Reference the Section leo. listed in thisro osal where the bid item is described, p p 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 both words and figures and, where conflict occurs the written or typed words shall prevail. 4) Should a particular bid item appear in more than one schedule of ther ro osal the p p 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 unitp rice submitted by the bidder for the item inquestion in each schedule where the item appears. The bid items which appear in more than one schedule are typically denoted with an asterisk (*), EXAMPLE SCHEDULE I -- STREET ITEM SECTIO APPROX. ITEM UNIT TOTAL NO, N QUANTITY PRICE AMOUNT NO. 1006 2.03.5 100 wSDOT CU YDS 277th Street corridor and Vaileycom Fiber Optics Interconnect/Paul Dunn Project Number: ZT-100401 Roadway Excavation, Including Haul Fourteen Dollars and no cents $14.00 $1,400.00 Per CY June 1. 2010 SCHEDULE I -- STREET ITEM SECTION A P P ROOK ITEM . UNIT TOTAL NOa NO, UANTITY PRICE AMOUNT If sales tax is applicable to.any of your schedules, make sure to include. 1004 109.7 1 na Mobilization $ .00 WSDOT LUMP SUM Per LS 1010 2"02.55 100 Remove Existing Asphalt $42.00 $ 4,200.00 #CSP SQ YDS Concrete Pavement Per SY forty two dollars and no cents 277th Street Corridor and ValleyCom Fiber optics Interconnect/ Paul Dunn lune 1, 2010 Project Number; IT -100401 SCHEDULE I - STREET ITEM SECTION APPROXI ITEM UNIT TOTAL NO. filo. UANTITY PRICE AMOUNT 1050 .2-02.5 150 Saar Cut Existing Asphalt $ 22.25 $3,337.50 KSP LN FT Concrete Pavement Per LF twent two dollars and twenty five ggnt, 1060 2-08=5 na Roadway Excavation Including $ $ WS DOT CU YDS Haul .oc) Per CY 1065 2.03.5 na Unsuitable Foundation $ .Ou $ WS DOT CU YDS Excavation Including Haul Per CY 3 1070 2-12.5 na Geotexti le Fabric, Non-Woven KSP SQ YDS Per SY 1075 4--03.5 na Gravel Borrow, Including Haul $ .00 $ KSP TONS and Compaction Per TON ($2.50 Min) 1080 4.04.5 na crushed Surfacing .Top $ .00 $ KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 10€35 4--04.5 na Crushed Surfacing Base , $ .00 $ KSP TONS Courser 1 1/4 Inch Minus Per TON ($6.00 Min) 1090 4-06.5 na Asphalt Treated Base $ .00 $ KSP TONS Per TON 1095 5--04.5 na HMA Class B, PG 64-22 $ .00 $ KSP TONS Per TON 1100 5--04.5 na HMA For Full Width Overlay $ .00 $ KSP TONS Class B. PG 64.22 Per TON 277th Street corridor and valleycom Fiber Optics Interconnect/Paul Dunn June 1. 2410 Project Number: IT -100401 SCHEDULE I w STREET ITEM', . SECTION APPROX. ITEM UNIT r TOTAL No, NOR UANTITY PRICE AMOUNT 1105 5-04.5 na HMA for Prelevel i ng Class B, $ .no $ wSDOT TONS PG 64-22 Per TON 1125 5--04.5 na Cold Plant Mix for Temporary $ .00 $ KSP TONS Pavement Patch Per TON 1355 1-04.4(1) 1 Minor Changes $ .00 * $ WSDOT CALC Per CALC *Common price to all bidders 1400 5 remove And Haul Away $ $ Existing ] -Box one hundred sixty five 165.50 827.50 dollars and fifty cents Schedule I Total 8365.00 277th Street Corridor and ValleyCorn Fiber Optics Interconnect/Paul Dunn June 1, 2010 Project Number: IT -100401 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NOw NO, RUANTITY PRICE AMOUNT 5000 1-10.5 na Contractor Piloted Traffic $ .00 � KSP HOURS Control Per HR 5005 1-10.5 aoa Traffic Control labor $ 21.00 $ 4,200.00 KSP HOURS Per HR twenty one dollars and no cents 5010 1--10.5 na Construction Signs Mass A $ .00 $ KSP SQ FT Per SF 5015 1-10.5 150 Traffic Control Supervisor $ 25.00 $ 3,754.00 KSP HOURS Per HR twent Five dollars and no cents 5020 1-10-5 1 Temporary Traffic Control $ 750.00 $ 750.00 KSP LUMP SUM Devices Per LS seven hundred fifty dollars and no cents 5025 1t-10.5 na Traffic Control Vehicle $ .00 $ KSP DADS per DAY 5030 1-10.5 ,,a Portable Changeable Message $ .00 $ KSP DAYS Sign (PCMB) Per DAY 5035 1-10.5 3o' Sequential Arrow Sign(SAS) ii � � $ 50.00 $ l,s4a.0a I KSP GAYS Per DAY fifty dollars and no cents 5040 1--10,5 na Traffic Safety Drum $ -00 $ KSP EACH Per EA 5045 1-10.5 na KSP EACH 277th Street_ Corridor and ValleyCom Fiber optics Interconnect/Paul Dunn Project Number: IT -100401 Truck Mounted Impact $ ,00 $ Attenuator (TMA) Per EA Jure 1. 2010 SCHEDULE V -- TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO, N4, UANTITY PRICE AMOUNT 277th Street Corridor and ValleyCom Fiber Optics Interconnect/Paul Dunn June i� Z�1� Project Number: ZT-100401 SCHEDULE V -- TRAFFIC CONTROL - ITEM SECTION APPROX. ITEM UNIT TOTAL O� MNM�Nol QUANTITY PRICE AMOUNT 5050 1-10.5 na Operation of Truck Mounted $ .00 $ KSP HOURS Impact Attenuator Per HR 5055 .1-18.5 1 Repair Impact Attenuator �:::a0 $ IPSP FORCE Per FA ACCOUNT *Common price to all bidders 5060 1-10.5 na Type III Barricade $ .00 KSP EACH Per EA 5065 '1-10.5 na Temporary Barrier $ .Do SP LN FT Per LF 5070 1.10.5 1 Impact Attenuator $ .00 $ KSP FORCE Per FA ACCOUNT *Common price to all bidders 5075 8-22.5 1 Permanent Channelizatlon$ -00 $ KSP LUMP SUM Per LS 5080 8.23.5 na Temporary Pavement Marking $ .()o $ WSDOT LN FT Per LF 5085 8-07.5 na Type A Block Traffic Curb $ .00 WS DDT LN FT Per LF 5090 8-07.5 na Type C Block Traffic Curb $ .00 WSDOT LN FT Per LF 5095 8-22.5 na Painted Yellow Curb $ 00 � KSP LN FT Per LF 277th Street Corridor and Va I leyCom Fiber Optics Interconnect/Paul Dunn June i, 2010 Project Number: IT -100401 SCHEDULE V -- TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, QUANTITY PRICE AMOUNT 5150 8--09.5 na Raised Pavement Marker $ .00 $ WSDDT HUNDRED Type 2 per HUNDRED 5155 8--09.5 na Raised pavement Marker $ .00 $ WSDDT HUNDRED Type 3-- Inch Per HUNDRED Schedule V Total 10,200.00 277th Street Corridor and ValleyCom Fiber Optics Interconnect/Paul Dunn June 1, 2010 Project Number: IT -100401 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROXE ITEM UNIT TOTAL NO, N0, UANTITY PRICE AMOUNT 0010 8-35.5 100 Utility Trench and Vault $ 32.50 $ 3,250.00 IPSP CU YDS Excavation Per CY Chir two dollars and fif 6015 8--35.5 230 Gravel Borrow for Backfill for $ 4,550.00 $ 10,465.00 SP TONS Utility Trench and Vault Per TON Excavation four tho($2.50 Min) 6020 120 conduit Pipe six (6) Inch $ 9.07 $ 1t088.40 LN FT Diameter -- Schedule 80 Per LF nine dollars ands-.,gvQa cents 6 100 460 conduit Pipe four (4) Inch $ $ 1,168.40 LN F Diameter - Schedule 40 x.54 two dollars and fifty fours cents 0101 J--40.10-01 2 ]unction Box, Type 2 $ 625.00 $ 1,250.00 WS DOT EACH Standard Duty)_ EACH 6102 ]-90.10-00 3 ]unction Box, Type 2 with and zero cents W S DOT EACH Heavy Duty Lid (Per Spec 2,001.00 Note 1 two thousand one dollar and EACH 5,403.00 6103 3-90.20-00 2 cable VaUfe cfflfh Heavy Duty $ 3,643.75 $ 7,287.50 WSDOT EACH Lid Per Spec Dote 1. thre ts 6104 Project 0000 1/4" Polyethylene Pull Rope $ .41 $ 367.95 Description LN FT forty one cents Per LF 6105 Project 9000 Non -Organic Twine $ .37 $ 33.:36 Description 100 LN FT thirty seven cents Per 100 LF 0100 Project 8000 Toneable Polyethylene Mule $ .138 $ 1,195.32 Descri tion LN FT Tape thirteen and 8/ i o cents Per LF 61.07 Project 5 4" Duct Plugs — With opening $ 31.05 $ 150.25 Description EACH for existing fiber O tic cable EACH- thirty dollars and fiv en 61.08 Project 5 4" Duct Plugs - With no $ 5.15 $ 25.75 Description EACH openings live dollars and fifteen EACH 01.09 Project 10 6" Duct Plugs - With opening $_96.00 $ 560.00 Descri tion EACH for existing fibero tic cable EACH fiLtx six 6110 Project 6" Duct Plugs - With no $ 8.87 $88.70 Description 10 EACH ' 0 enin 5 ei ht dollars and eighty seven c CH 0111 Project 1 Fiber Optic Cable Splice $ $ 798.94 Description Enclosure, as specified in seven hundred 798.90 eight ninetyht dollars and ninetycents EACH Pr* ct Description EACH 6112 Project 144 Fiber Capacity corning $ 5,979.18 $ 5,979.18 Description 1 Lanscape (or equivalent) Racy five thousand seventy nine dollars and EACH Mounted Patch Panel EACH eighteen cents Schedule VI Total 277th Street Corridor and Valleycom Fiber optics Interconnect/Paul Dunn Project Number; IT -100401 39,711.71 June 1, 2010 SCHEDULE VIITE i TEMPORARY EROSION AND SEDIM E€�TATION � CONTROL:' , ITEM SE APPROX9 .- ITEM UN IT .=� TOTAL PRIG AMOUNT No. NO. UANTITY 7444 .. 8-01.5 1.5 seeding,, Fertilizing, and �' $ .00 $ KSP na ACBE Mulching Per AC 7D1� .. 8 41.5 � Straw Bales for Drainage way $ .00 $ KSP EACH Barrier Per EA 7020 8-01.5 na Straw Mulch $ oo Per SY KSP S YDS � Schedule VII Total $ .00 277th Street Corridor and ValleyCom June 1, 2010 Fiber optics Interconnect/Paul Dunn Project Number: IT -1.00401 8000 8-02.5 na Street Tree Planting and $ .oa S P EACH Staking -Per Erb 8005 8--02.5 na Topsoil Type A $ .00 $ KS P CU YDS Per CY 8010 8--02.5 na Sod Installation $ .00 $ WS DoT SQ YDS Per SY 8015 8-02.5 ria Bark or Wood Chip Mulch $ .00 $ WSDDT CU YDS Per CY 8020 8-02.5 na Compost $ .00 $ WSDDT CU YDS Per CY 8025 8--33.5 na Project Sign $ .aa $ IPSP EACH Per EA Schedule VIII Total $ .aa 277th Street Corridor and ValleyCcm Fiber optics Interconnect/Paul Dunn June 1, 2010 Project Number: IT -100401 BID SUMMARY Schedule i $8,365.00 Schedule V $102200.00 Schedule VI $392711.7_1 _ Schedule VII .00 Schedule VIII .00 TOTAL BID AMOUNT Excluding Fiber Optic Cable Labor and Materials Costs) $53,276.71 Fiber fttlg Cabe e i ' -- The-Cft will choose one from our list below basbudgL-iraintsmd an overall ro'ect et cos Fiber Optic -Cable...- Per S ecifications in the Pro'ect Descri tion Documentation ee furnish d installed tested and terminated per ro'ec description. 288 Fiber Strand Count $ 133 006.25 264 Fiber Strand Count $ 131 888.25 240 Fiber Strand Count $ 130,856.25 218 Fiber Strand Count $ 129,566.25 -- 192 Fiber Strand Count $ 128,276.25 168 Fiber Strand Count $ 126,986.25 144 Fiber Strand Count $ 125 696.25 :120 Fiber Strand Count $ 125,536.25 277th Street Corridor and ValleyCom Fiber Optics Interconnect/Paul Dunn dune 1 2010 Project Number: IT -100401 The fol iowiPg form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 277th Street Corridor and ValleyCom Fiber Optics interconnect/ Pau I Dunn Ju ne 1, 2010 Project Number: IT -100401 SEFNCO COMMUNICATIONS "Where service begins" Statutory -Requirements - - SEFNCO Communications, Inc P.O. Box 1490 Buckley, Washington 98321 (360) 829-4400 (360) 829-4401 fax 2771" St. Corridor and ValleyCom -- Fiber optics Interconnect, Project IT -100401 1.1 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 2.3.1-6 Date of Incorporation —1 /21/1999 State of Incorporation — 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 - V aun Gunnell (actual title is CFO, 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 of WX I.D. CA and OR 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 work 4.2.2 SEFNCO 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 organization 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 relnainder is design and engineering. SEFNCO has averaged $23n- l 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 C/O American Underwriters Nick Stay (253-473-1415) 6429 South Tacoma Way Tacoma WA 98409 6.1 Will provide as required, if requested, after bid opening Bond Number: 59994 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, SMCO COMMUNICATIONS, INC# - , as Principal, and t--...-LEXON INSURANCE COMPANY .��, a� surety, ire held �n�� firmly bound unto the CM OF KENT, as obligee, In the penal Burn of 5% of BID Dollars', For the payment of which the. Principal and the Surety bond themselves, their heirs, executors., administrbtors, successors and assigns, jointly and severally, by these Presents. 'rhe condition of this obligation is stIch that If the obligee shall make any award to the Principal for Praiect Narne: 227t" Street Corridor and ValleyCarn Fiber optics Interconnect Project Number. IT -100401 According 'to the tern -is of the proposal or bid rade by the Principal thereof, and the Principal shail duly Make and enter into a contract with the obligee in accordance with r.� the terms of said proiposal or bid -and award and shall give band for the faithful 13erformanc-e thereof, %hiith Surety or- Sureties approved by the 01311gee; or If the Principal shall, in case of failure so to dQ, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; othervulse it shall be and remain Iii full force and effect aid the Surety shall forthwith pay and forfeit to the obligee, as penalty and liquidated damaged, the amount: of this bond. SIGNED, SEALED AND DATED THIS - .8th _ DAY OF �g� 2010. _ SE CO CO�NICATIONS., NC r ti r AN&Af PRINCIPAL �oaPo r� LEXo NSURANCE COMP ;---7 X SEALx..z ��f �•....r.�� NICKO AS C. STAB' A=O IN. FACT Received mtLErn n. f deposit in the SUrn or 1_._...._..� Fiber optic ltJf.J!rt:4C)fJJ JeJ:J/PjJJJi DRi1111 Project NUi'i bcar: IT -100401 20 June 1, 2010 POWER OF ATTORNEY 59994 LEXON INSURANCE COMPANY KNOW ALL hr1EN BY THESE PRESENTS, that LEXON INSURANCE COMPANY, a Texas Corporation with its principal office in Louisville, Kentucky, does hereby constitute and appoint: NICKOLAS C. STAY its true and IawfuI Attorneys) -In -Fact to make, execute, seal and deliver for, and on its behal f as surety, and as its act and deed a i ■ w ■ issued on behalf of SEPNCO COMMUNICATIONS penal sura ofS_5% CSF BID under bond or undertaking number 59994 as principal in the This authority is made under and by the authority of a resolution which was passed by the Board of Directors of LEXON INSURANCE COMPANY on this I" day of Jule, ?003 as follows. Resolved, that the Pres1dent of the Company is hereby Authorized to appoint and ornpower any representative of the Company or other person or persons as AtIorney-in-Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed S 5% OF BDD , which the .Company might execute through its duly elected ofBicer•s, and affN. the seal of the Company hereto. Any said execution of such documents by an Attorney -in -Fant shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney-jn Fact, so appointed, may be removed for good cause and the authorit t so granted may be revolted as specified in the Power of'Attor racy. Resolved; dant the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Vice -President, and the seal of the Company may be affixed by iaesimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal small be valid and binding on the Company. Any such power so executed And scaled and cerd icate sv executed and scaled shalt. with respect to any bond or undertaking to which it is attached, cantlnue to be valid and binding on the Company. IN WITNESS THEREOF, LEXON INSURANCE COMPANY has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 2"` day of July, ?003. y11111Wlliil► q01 LEXON INSURANCE COMPANY a� tin r BY David E. Campbel f President ACt NOWLEDCEMENT On this ?"d day of July, 2003, before fine, personally came David E. Campbell to me known, who being duly Sworn, did depose and say that lie is the President orLEXON INSURANCE COMPANY, the corporation described in and which executed the above instrument, that lie executed said instrument on behalf ofthe corporation by authority of leis ofi-7ice under the Ply -laws of said Corporation. 07 . Notary Public CERTIFICATE 1, the undersigned, Secretary of LEXON INSURANCE COMPANY, A Texas Company, DC 1-fEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy, is in full -farce and effect and has not been revoked and the resolutions as set- forth are now in force. Signed and Scaled at Louisville, Kentucky this 18th lay of JUNE ... , 2010 , Donald D. Buchanan Secretary "'WARNING: Any person who knowingly and with Intent to defraud nny insurance company or other person. files an application For insurance or statement ofeliaim containing any materially false information, or conceals for the purpose of'misleading, 0 information concerning any fact material therclaI commits A fraudulent insurance act, which is a crime and subjects such person to criminal and civil penalties,,, CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 612412010 This statement relates to a proposed contract with the City of bent named 227M Street Corridor and Va f leyCom Fiber optics Interconnect Project Number IT -100401 I am the undersigned bidder or prospective contractor. I. represent that - 1, I have, X have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. SEFNCO Communications NAME OF BIDDER BY tignTaud-re-"Title 777 Main St. (PD Box 1490) Buckley VITA 99321 ADDRESS 277th Street Corridor and Va i ieyCom Fiber Optics Interconnect/Paul Dunn June L. �D10 Project Number: IT -100401 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all 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 following questions specifically identify the requirements the city deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If 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. I have read the attached city of Dent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or 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. 5. 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. By signing below, I agree to fulfill the five requirements referenced above. Dated this 24 day of une, 2a1a { 2008. By: t ��d�r For:—7TFNC0 Communications Title c -\J; - Date: oLL-C) 277th Street Corridor and Va l leyCom Fiber optics interconnect/Paul Dunn June 1, 2010 Project Number; IT -100401 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $500,000) List each subcontractor,' from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 100/o or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Namir: 227th street Corridor and ValieyCom Fiber optics Interconnect Project Number: iT-100401 Subcontractor Name Asphalt Patch Item Numbers 10710,1050,1090,1095,1100,1105,1125,1060,1065, 1070,1075,1080,1085,13 5 5 Subcontractor Name Concrete Guars Item Numbers 1010 Subcontractor Name G & M Traffic Control Item Numbers 50010,5005,5010,5015,5020,5025,5030,5035,5 740 5045,505015 05 5 506 0,5065,5070,5075,5OaQ,5085,5090,502 Subcontractor Name ' Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers 277th Street Corridor and ValleyCom Fiber Optics Interconnect/Paul Dunn June 1, 20.0 Project Number: IT -100401 CO NTRACTOWS SIGNATURE 277th Street Corridor and ValleyCom Fiber Optics Interconnect/Paul Dunn June 1, 2010 Project dumber: IT -100401 CONTRACTOR'S QUALIFICATION. STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMZNE WHETHER THE BIDDZNG CONTRACTOR ZS RESPONSIBLE TO PERFORM TIME CONTRACT WORD, THZ'S FORM RtQUZRES CRITERZA ESTABLZSHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERZA ESTABLZSHED B Y THE CZ TY THAT ARE A PPLZCA BLE TO THIS PUBLIC WORKS PROJECT, THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULL K Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work 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 so as to provide the most objective framework possible 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 work. 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 48 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, If 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 the bidder is not responsible to perforin the contract work to appeal the city's determination. leo appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. 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 limited 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 39.04.350, 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. 277th Street Corridor and Va lleyCorn Fiber optics Interconnect/ Paul Dunn .dune 1, 2010 Project Number; IT -100401 If the bidder 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, COMPLETE AND SIGN THIS FORM AS PART OF YOUR BZDm FAIL URE TO PROPERLY COMPLETE 'THIS FORM MAY ALSO RESULT ZN A DETERMZNAE TION THAT YOUR BID IS NON-,RESPONSZVE AIV D THEREFORE VOrD. THIS DOCUMENT HAS IMPORTANT LEGAL. CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION, The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY NAME: < ersen ADDRESS: 777 Thain St. (PO Box 149 Buckley VITA. 983.2 1 PRINCIPAL OFFICE: SEFNCO Communications ADDRESS: 777 Main St. (PO Box 1490) Buckle WA 98321 PHONE: 360-829-4400 FAX: .360-829-4401 �.. STATUTORY REQUIREMENTS i. �. Provide a copy of your certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier (UBI) number. Provide all applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. 1,4 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 ownership or under control by the owners of 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 39.06.0 .0 or 39.12.055 (3),. 277th Street Corridor and valleycom Fiber optics Interconnect/Paul Dunn June 1� 2010 Project Number., IT -100401 2. ORGANIZATION 2.1 How many years has organization been in business as a Contractor? your 9 2,2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 IfY aur organization is a corporation, answer the following: 2.3.1 Date of 'incorporation: 2.3.2 state of incorporation: 2,33 President's name: 23.4 vice-president's narne(s): 2.3,5 Secretary's name: 2.3.6 T'reasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.43 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2,5,.1 Date of organization: 2,5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3v2 List jurisdictions in which your organization's partnership or trade name is filed. 49 EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces, 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4„2.1 Has your organization ever failed to complete any work awarded to it? 277th Street Corridor and vaileycom Fiber optics Interconnect/Paul Dunn June 1, 2D.o Project Number: IT -100401 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or. its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within 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.) 4a4 on a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 on a separate sheet, list the major projects your organization has 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 cost of the work performed with your own forces. 4.5.1 state average annual amount of construction work performed during the past five years: 4.5 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization, 4.7 on a separate sheet, fist your major equipment, s. REFERENCES 5.1 Trade References: 5.2 Bank references 5.3 surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 5. FINANCING 5.1 Financial statement. After bid opening, the City may require the following financial information from any of the three apparent love bidders. If so required, the selected bidder(s) must respond with this financial information within 24 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. 2 -77th Street Corridor and VaileyCom Fiber optics Interconnect/Paul Dunn June 1, 2410 Project Number: IT -100401 6.1.1 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 Fined Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes. advances, accrued salaries and accrued payroll taxes); Other Liabilities (e,g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent - subsidiary). 6.2 will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 fated at this day of 20• Name of Organization; g • y* Title. r. ol 7. .� being duly sworn, deposes aid �s�U_Wth' Is information provided herein is true and sufficiently corn - let so int to be misleading. . 3 3 e( Z?l y Yx ' this `�`� day of Subscribed and sworn before me h y -- ` Notary Public: My Commission Expires: 277th Street Corridor and Va I IeyCom Fiber optics Interconnect/ Paul Dunn dune 1, �oio Project Number; IT -100401 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded -to him/her, on or before ten (10) calendar days fromthe date of the Notice to Proceed, and agrees to complete the Contract within n'i �t ' (9U) calendar dtilys 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 (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of one hundred and twenty (120) - 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 5% of the total amount is hereto attached. Notice 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 r _ , to the plans and/or specifications is hereby acknowledged. Fai[ure 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 all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE o SEFNCO Communications NAME OF BI BY: i re (Print Name and Title) 777 Main St. (BO Box 1490 ) Address P Buckley WA 98321 277th Street Corridor and ValleyCom Fiber Optics Interconnect/Paul Dunn .lune 1, 2010 Project Number: IT -100401 CITY OF KENT COMBINED AFFIDAVIT Sc CERTIFICATION FORM: NON—COLLUSION, MINIMUM WAGE (NON—FEDERAL AID) NON -COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who 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 share 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 himself/herself or to any other person any advantage over other bidder or bidders. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR; NON --COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT Project Name: 2271" Street Corridor and VaiieyCom Fiber Optics Interconnect Project Number: IT -400401 NAME OF PROJECT NAME of BIDDER'S FIRM NATURE OF OF AUTHARZZED REPRESENTATIVE OF BIDDER ......... �0 Subscri anis ro r to before me this day of , r a 2 9 2 0' Not, y P "c i and for the State of v-n�,...� ,�,.--rte' ' � �i--� ��- i =� � `} ` wash ington, resid � qg at 6ra-r-L's- 277th Street Corridor and Valleycom Fiber optics Interconnect/Paui Dunn June f� ZD10 Project Number: YT -100401 r t 1 J } t i Dctzich And Display Cerfificate 1 REGISTERED AS PROVIDED BY LAW AS CONST CONTR GENERAL -REGIST. 4 EXP. DATE 1 CC01 SEFNCI*994P9 lO129/2011 EFFECTIVE BATE, 10/29/2001 SLFNCQ INC PO BOX 1490 BUCKLEY WA 98321-1490 Signature Issued by DEPARTMENT CSE LABOR AND INDUSTRIES P CERTIFICATE OF LIABILITY INSURANCE eii`sizoo9' PRODUCER (253) 473--1415 FAX: (253) 473-8852 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION American Underwriters Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 6429 South Tacoma Way ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tacoma WA 98409 INSURED SEFNCO Communications, Inc. PO Box 1490 Buckleyi WA 98321 COVERAGES INSURERS AFFORDING COVERAGE MAIC # INSURER A: Liberty Northwest Insurance INSURER B: INSURER C: INSURER D. INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR 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 PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS MUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1NDD' POLICY EFFECTIVE POLICY EXPIRATION T5RR NSRt TYPE OF- INSURANC POLICY NUMBER DATE M DD DAT MM DD LIMITS 'GENERAL LIABILITY �-� EACH OCCURRENCE $ 1, 4 001.000 i X COMMERCIAL GENERAL LIABILITY A � CLAIMS MADE � OCCUR 4 6172 930 i_._.. DAMAGE TD RENTED $ PREMISES (Ea occurrence 10 0, 0 d p- 9 � 1 � 2 0 0 9 91112 010 MED EXP (Any_onQ person)— $ � M 51000 PERSONAL & ADV INJURY $ 1 0 O 4 0 ! GENERAL AGGREGATE $ 2,000,000 f GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ _2_1_0 0 010 0 0. .. .... .... PRO- LOG I X- POLICY _ JECT I AUTOMOBILE LIABILrrY ' X COMBINED SINGLE LIMIT (Ea accident} $ 11 004 , 400 ANY AUTO --- A ALL OWNED AUTOS X06172930 k ,., ., 9/1/2009 9/1/2010 BODILY INJURY $ SCHEDULED AUTOS Per person} } HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ Per accident) GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT $ ANY AUTO � EA - ACC _C _ _ _ _ ... OTHER THAN EA AC $ AUTO ONLY: AGG $ € EXCESS t UMBRELLA LIABILITY EACH OCCURRENCE 0- X I OCCUR CLAIMS MADE AGGREGATE $ 5.r Q OD 000 I € A i DEDUCTIBLE 06172930 911/2009 19/1/2010 _ _ - € RETENTION $ E $ A WORKERS COMPENSATION A, 5 tap Gap U-.QT_ER_. � TORY WC STATH- AND EMPLOYERS' LIABILITY Y 1 N ANY PROP RIETORIPARTNERIEXECUTIVE f E.L. EACH ACCIDENT$ 1 1_000-f 000 . .. _ OFFICERIMEMBER EXCLUDED? (Mandatory in NH) 0 6172 930 9/1/2009 9/1/2010 E.L. DISEASE - EA EMPLOYE 1, 0 0 0 , 0 0 0 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 110001000 OTHER f j I ' I i DESCRIPTION OF OPERATIONS 1 LOCATIONS i VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Policy Holder's Copy DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Nickolas Stay/NICK ACORD 25 (2049101) Q 1988-2009 ACORD CORPORATION. All rights reserved. INS025 (200901) The ACORD name and logo are registered marks of ACORD SEFNCO COMMUNICATIONS "Where service begins" June 24, 2010 SEFNCO Communications, Inc P.O. Box 1490 Buckley, Washington 98321 (360) 829-4400 (360) 829-4401 fax RE; City of Dent 2771" St Corridor and ValleyCom Fiber otics Interconnect — Pro'ect IT - PJ 100401 To Whom It May Concern, This letter is to provide statement, as per RCS" 39.06.010 or 39.12.065 (3), that SEFNCO Communications are not and have not disqualified from bidding on a public warps project in the last three (3) years. Joe Pedersen Vice president SEFNCO Communications, Inc. CU =$ =$-0 � n i" C7 c 3 - N' ro C 0 C -- (D �• ..n .... T1 � � � m =r — D x :3Z n m m 0 N 0 0 0 0 0 0 0 0 0 *v x 3 3 3 3 3 3 3 0 C7 n n n n n n n -� 0Z sv ni w os 6.1 M Cr m v 0 0 C C fA - LA Ln Ln (A ❑ .�' O x 3 n n 3 n n n 0 v 3 zzz3 zzz- -• ° Z cu� n n a) n n n= < cu (D0 ❑ ❑ ❑ rt ❑ a ❑ m v 0 0 0 0 0 a4 a° 3 3 3 3 3 3 C: 3 3 3 3 3 3 m n' n' n' C-+; rt r* r+ r+ Cl+ v v v v a o to 0 Ln [n cn to •P N NCn C7 CD .A N 0 07 to LD N }--ti LD N M L n Q .p LD -Ph 00 0 o 0 � N v LD .P r r r r r r r r r r V r r (pLo Ln o 0 CD o ul 00 -,jN .� 00 fl] 00 00 L7 N 0 0 0 00 N v 00 V a 00 N CD Ln 0 0 0 0 LD W N Q7 fV Q C] C7 0 0 0 Q1 V N al V i m n o 0 v 0 LD 0 a 0 in• (h iA i!)- IA iA iJ- iA C c� C m Ln NJ n 0 3 00 O rn N o kD Ln -� N 0 LU O N W " 4�b 00 E v r°°U t rn C) 0�� Un CCL v 000 v Co o w oo o C) 0 A r+ m 0 3 'a 0 4�u (7) 4P N N 4:�k -I Ln -Pb- .P 0 0 04%-b4�% o -A tD N w �l M 0 0 0 0 0 o v a a a n 0 3 .a 00 N N N N N N N N) tV tV N N 0 0 0 0 0 0 0 0 0 0 o v 1pr 0000or�o0000cc) �n X > a LA � 2 i 0 0, ro .+ G1 Z d r�r to W 2 du r3o v ;ID Q Ln ro ro � ea 11 n x m 8 I -A c a I L a a a ❑ o : 2 LM K rnLA 0 0 ani Ln 11Im LA a w 0 a N .wT ,{ y n 0 m a v► n� Ln a uql OD 00 ro a Ln to w W w A ' ^d ro a u �- v+ w �^ a+ a o G a C 0 N - ,� H °- 400 cr ru ;% C) p UO G r+ ro 0 w 0 yr C d `w m ry _ v o LA 4 4 n n to ❑ 0� Ln t3 t3• y 0 mH fL C .'r q.CL ro y L ri 0- ti rn n• xp_ rO N 4a m C w m y r�r al❑ w r- �' L 7 ❑ 7 ;a rt rD ❑ j Y3 Q x CL M ro n �n ar d X3 O "* i7 rl ,n a 0 0 0., ro n ,� p CC i�-r r6 C❑ O O ro n w Q C�¢ rt G C 0¢ rnr a} h o' ❑ u, m .rt H tk m D -moi, �' a N w w M a -�+, X- 0 N' J G 0 C y 7 ❑ D 4� 7 d 0 Cl -- � ~• 0 rip � A� 7 "� 0 .+ C- m C p❑ jm o v r`+ .+ c► C ❑ n a- ' o z x a _im- a at z m n x O 0 m 3 rr K ar N 0 cr W w `� C) 0 W Cn x a 0 al cn ' z-,0 °, a 4q g ~{ K C .+ ❑- x rf dl X .rt =JCL ro 0 M a .ryrt Cl rt �s C) .aIV t3 rt an n rD w n -� rD a o m r'7 m 3-+ 9 R nni N Li ' RU, C3 rO ncr Q m n 3 -1- N o ^y [D a .� ro X W ti a of R CL x" to p, rr a❑ .+ 4} r lq O m ❑ rb17 -ih CD p w m w n m M n m ❑j W rD m r?. rp 0 C7 n ro Letu+ n 0 '� C^ ro ro � 3CL c n ro ❑Sro 3 0 C r. a. n ro ❑ D rA rr x a� 3 w v o3i 3 a v w n '� ar -- w x a w pa _. w G1 rNr a❑ x ' 3 eeb {j �: IA '� x 3 3 0 r Z r! m o C? * eb a _w_ � _n � W � n w ❑ � y to x n a M pi C :3 n rt S- ""' C n i7 D a! �, S OQ H n O m 3 w CL7 cn [`S dCL a N cr [7 Ci t7 0 0 Ci CL 9Du+ in a '^ 0 ro rD ro H co rD rn ^ N M u n rP Ci ro roCr n Ar ry IA ron x 3(M C ❑ n C3 n m .fir µ ti „F rD of :3 0 9.r rt -0 '� 0 ro v (M r)LALn n 7 CX ❑ nn n �? --z 0 �� n sron a t n rD rE ❑ o n ro h � � -� a 1° n m n x m ro 3 r7 rD w n o r7 3 r+ w ID tp N. " a'i ro 3 ❑ w �' LM x s w m 3 at - � j z fD td r1 a7 n rp N K k ro a- rc n m ro Ci m n rn oC' n 3 Cl H "s ro m m n �:E n n a� n n n n r.+ 1 K Y N �r -� .+ ro r7 �y m rn ru nl ro m m ma3i �E :� q] ro n ❑ rp O a❑❑ C. 'c o= N CL a@ Am nM m ro 3 m 3 m 3 n ti N n R n i 1-1 a H y1 ' �• µ �, ro ry ,, ra rp N, o rrp -kS4 .•-r LTO an[7 O cn = v n Oq .� Q ++LA v m W nr m rR Q rG r�D d UQN n �'' -� 3 m 3 n n 3 ro 3 n rD rD (b rD �» i4 CL ro' � n ' �+ rz W n d n W n us n r n C 3 � n -+, 3 wr -., at to i1q O rt Ci 9a a , 3 a ro 0 w a' M w v c"¢ w NJ r7 rN n li = ro n M N flq � ro fu ro oQ ' m m -9 LA � � rr} n n ua m MID a � 0 � ay ry PDR lel m N F-+ Ua M Oa H m C LR v Ln Y EA n rpt ~` ,n+ L+r W N M CD ro �^ C d C n ro N as ro m N Ln nLA N fi ro ❑ +� n b N rD rt y (Dm s+ hi c7. rd : A d w n Ci rD W x n rD Lm CU 0 =r 's i►1 rO ro rD : n n V1 4r n fl.l 0 0 ,p v c� 00 a co ro n n 3 m z ❑ ii rp l3 1100 to � to SEFNCO Communications - Proiect References Comcast Network Upgrade (Puget Sound Region)1998 - 2005 • Jeff Votaw -- Comcast Director of operations - - 253.864.4300 • 410 Valley Ave NW, Suite 12 -Bldg C. Puyallup VILA 98371 • $45,,000,000 contract value. Superintendent - Joe Pedersen • SEFNCO completed 100% of work on time and on budget • Engineering & Construction of HFC Network, High Speed Internet, VOD Ai rway Heights Netwo rk Re bu i ld (Spoka n WA) Ma rch 2406 — Octo be r 2006 0 Sean Bristol -- Comcast Director of Engineering - - 253.864.4305 * 410 Valley Ave NW, Suite 12 -Bldg C. Puyallup WA 98371 • $675,000 contract value. Superintendent — Todd Krieger. Engineer — Justin Mullen • SEFNCO completed 100% of work on time and on budget i Walkout, Design, Engineering & Construction of HFC Network, High Speed Internet, VOD Bellevue INET (Bellevue WA) April 2006— August 2006 * Al Hernandez -- Comcast Regional Manager of Engineering - -- 253.864.4387 0 410 Valley Ave NW, Suite 12 -Bldg C. Puyallup WA 98371 • $600,000 contract value. Superintendent -- Clint Sweetser • SEFNCO completed 100% of work on time and on budget i Engineering & Construction of HFC Network (approximately 56,000' fiber) Kitsap Co PUD (Bremerton School District) June 2006—July 2006 Matt Henson --Outside Plant Telecom Project Manager -- 360.626.7705 • PO Box 1989, Poulsbo WA 98370 $130,000 contract value. Superintendent — Clint Sweetser SEFNCO completed 90% of work, subbed 10% and was on time and on budget * Fiber Optic Construction (approximately 48,000' fiber) Liberty Lake Upgrade (Liberty Lake WA) May 2008 —November 2008 • Mark Nelson —Comcast Spokane Manager — 509.755.4713 0 1717 Buckeye, Spokane WA 99207 0 $188,400 contract value. Superintendent - Todd Krieger. Engineer —Jarod Duncan • SEFNCO completed 100% of work on time and on budget • Walkout, Design, Power Supply Upgrade, Fiber Interconnect SEFNCO Communications Pro'ect References - continued Sun Valley Prime System Contractor (sun Valley ID) — Ongoing project • John Lewis —Cox Communications Field Manager — 208.471.0471 + Po Sex 537, Ketchum ID 83340 0 $250,000 contract value. Superintendent —Al Kennedy. Engineer —Al Kennedy # SEFNCO completed 100% of work on time and on budget ! New Build, unplanned, Maintenance, Drops, emergency response Additional References Cox Communications — Sun valley Idaho • Dan wherry -- Systems Manager - - 208-471-0250 0 John Lewis — Field Manager - - 208-471-0471 • Brent Hope -- Head In & Fiber Specialist - - 208-471-0116 * Pete Thompson -- Construction Supervisor - -- 208-471-0028 s Justin Earl — Lead Technical supervisor - - 208-471-0183 New build, unplanned, maintenance, drops, emergency response Ln m -n n D 0 B r_ 0• fu C4+ V, } --� av = � o i � m , d v gym` ?� T D �v � -� -� o C `' �? v` n ro 0 0 n ca 3 ,� } teo d �° --� n �° ,°� °° v" 3, - � � � i < r ; -0 C � € O ;v o ❑ cn °`� a } v o cL -n 3 -c = "Q sz a, Z) - � D w ° -0 l Ln _ � -v n Q y�,.� n � � '� °- � � � 0' fD L1 ° C CL Q 0 . w c [D N o a ° ro 3 Ln m kh 10 t4 3 mtD c =r13 � . � _ m tv cro ro CD -� € � 0 � } _ .0 _ - _ ;....._....._ I m . p ................... ........... o Q . -T...,. ..... .. o •-------........, o ........... o o --------- D ....... g D D G7 `o �v � _. .. _ C- C 3 Lv C C N C N Q Q V1 c � C N C LA C LLA C LLA C V0 C tn. (D 3 o ►M 0 �,•"• 0 �••• © > cu > su w ❑ �' iD n iD [iJ 3 Vii ati): oa zi a;. fl:. a a. & - a'. a, m a ra P m a aq cm qq aq cn 1 LI VA S/! Cr ! l7 , ati v ar :3 �► i- ; ni w Z_Z' m �v gi of Lei v a1 m OQ m co ' r�(D =~E '=•m lm 1 t^ m rn m rn rn m rn rn aQ rn a4 MI 114 ; w OQ ; L� aq 0a Lq CQ I } 7C ... ......... ............. ......... rt� co rD _ -a = ❑ t Ln n n n z z; "� f �= E z -0 z z _u z 1 z _. "D z= L!] _0 _ Ln "C] Ln D C3 aC' Tt cn Z7 �• Z _0 Z .-0 Ln n Z 1 Ln t n T @ O T = O T1 E CJ I Ln aq Ln _- m I n- 1 LA � Ln I Ln � to ! cn Ln cn cn € to of € D to Li0 �. cn E to Ln to LJ'E _ Ln cu i I 3 cr3-------- _.......... _............. ... .. _............. ......... ............ . .. � .....-. .. .......... . d LO N � Ln 4:16M N W = L n L n •� A- cn V cn �= Ln M LD i 00 •A m z ' f s r.. - ? ..._..... ........ [ } s -.... ..........} ..... .....-..---•---.._..-_ ..........-............. --•---•-----. ; -..-....... ........ .. i 1 ... .. -. ... .. .. .. . _ -- _.._. -- x -` ❑ _ N € i W O©_ _ N LJ'I tD LJ'1 V La N= t1i N< N Ln i N N V I I V N CA pCy �''' N ,�E G lD i ! _ Vf ......... ....... --- -- _ _.... - - - _ _ _............. [ I I ;13 x m cu � € _ un= LD € m cn I ! I n Q' m } i i i 3z ;ca '� i cu m n a _ } rp z - : nr` .... .....-. -- -.- -...-.........-- .-.-_. ...... r .............�-.-.. --- -.. . m m -.. -..... . j...... ._......_ /�,/ V T Vr N N --._ ..- ........... yr Vr W N ...--. _..... �......-....-. p Ln t Vr N ¢ N ........_ - .__ fly ,� /� Vr ; ). N ........ Y..- .- .-.. �--y- V-3. Vr N I N -.. -.-- . f........ 1Jr i yr IV € N -.-.-'--- .. -..- -- --- V r V�' FV N -..... ... Lr N -..--. VT W .._.._.. ....... V P = Z/r N EEj N __-_-- y� N ------_. y� N ......-. .-.--._-- .,/ /� .:. VNr N --.--.... ........ - -.V r- yr. N N -..--._---. L-.-.--...-. ..fir - N ..-.. •• �'JN/yr .......... .... .... D m p L n 00 a Lf1 w } Ln LIQ L n LJ1 Ln r Ln LJti Ln W La.1 Ln Lr Ln Ln Ln Ln Ln Ln Ln C] L!`I a' o' o' } o' o I o ❑' o' = v' o o' o- o' o' _ — o' o' o' a' v o o' v - o' = o0 N C) r ra ;� =. _ € } � '� a _ i i Z fD c € I ': w Q rD �+ m LTQ s ,•+ r N N m m m c } n' _ n CU �1 - o _� € m m I i n } ! } It _ CL _ rD o, i i } rD LA cu _ 0. O in lu =3. _ r+ r -•F { i i i { � i � _ € :3 } } Ln m -n n D 0 B r_ 0• fu C4+ V, SEFNCO Communications - Major Equipment GMC NPR Flatbed 16' 2wd 1996 Chevy 1500 1/2 ton P/U std cab 2wd 2004 Chevy Gas V6 4.61- .bLChevy Chevy 1500 1/2 ton P/U ext cab 2wd 2004 Chevy Gas V6 4.6L Ford Explorer SUV 2004 Ford Gas V6 4.01L Ford F450 2006 Ford Diesel V8 6.01- .OLChevy Chevy 1500 1/2 ton P/U std cab 2wd 2004 Chevy Gas Vfi 4.61- .6LFord Ford F550 Flatbed 12' 2wd 2002 Ford F450 Flatbed 12' 2wd 2001 Ford Diesel V8 7.31 - Isuzu NPR Flatbed 16' 2wd 1989 Isuzu Diesel 14 232 CID Ford Ranger Small P/U std cab 2wd 2002 Ford Gas 14 2.31- .3LFord Ford Ranger Small P/U std cab 2wd 2002 Ford Gas V6 3.01- .OLFord Ford F550 Flatbed 12' 2wd 2002 Ford Diesel V8 7.31- .3LChevy Chevy 1500 1/2 ton P/U ext cab 2wd 1997 Chevy Gas V6 2.3 Ford F450 Flatbed 12' 2wd 2002 Ford Diesel V8 7.21- .2LFord Ford F450 Flatbed 12' 2wd 2002 Ford Diesel V8 7.3L 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 X150 1/2 ton P/U std cab 2wd 2003 Ford Gas V6 4.21- .2LFord Ford F150 1/2 ton P/U std cab 2wd 2003 Ford Gas V6 4.21- .2LChevy Chevy 3500 1 ton cargo Van 2wd 2000 Chevy Gas V8 5.71- .7LFord Ford F700 Flatbed 16' 2wd 1998 Ford Gas 429ci Ford F450 Flatbed 12' 2wd 2003 Ford Diesel V8 7.31L Ford F450 Flatbed 12' 2wd 2003 Ford Diesel V8 7.31- .3LFord Ford F350 1 ton P/U CC 2wd 2004 Ford F150 1/2 ton P/U std cab 2wd 2001 Ford Gas V6 4.2L SEFNCO Communications - Major Equipment Ford E250 'I 3/4 ton Cargo Van 2wd i; 1998 Ford Gas V8 5.4L Ford F150 1/2 ton P/U std cab 2wd ' 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 i 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 2004 Ford Gas V6 4.2L Ford E150 Van 2000 Ford Gas V6 4.2L 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 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 VS 5.41 Ford F350 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 SEFNCO Communications -Major Equipment Ford F450 Flatbed Z2' 2wd 2004 Ford Diesel V8 6.01- .OLFard Ford F650 AP40 Bucket 2001 Ford Diesel V8 7.3L Ford Ranger Small P/U std cab 2wd 2003 Ford Gas 14 2.31- .3LFord Ford F150 1/2 ton P/U ext cab 2wd 1999 Ford Gas V6 4.21- .2LFord Ford X150 Regular Cab Pickup 2000 Ford Gas V8 4.61- Ford F450 Flatbed 12' 2wd 2004 Ford Diesel V8 7.31L Chevy1500 '. 1/2 ton P/U std cab 2wd 2004 Chevy Gas V6 4.61- Chevy 1500 1/2 ton P/U std cab 2wd 2004 Chevy Gas V6 4.31- .3LFord Ford F450 Flatbed 12' 2wd 2004 Ford Diesel V8 6.01L Chevy 1500 1/2 ton P/U std cab 2wd ; 2004 Chevy Gas V6 4,31- .3LChevy Chevy 1500 1/2 ton P/U ext cab 2wd 2004 Chevy Gas V6 4.61- .6LChevy Chevy 1500 1/2 ton P/U ext cab 2wd 2005 Chevy Gas V8 5.31- .3LFord Ford F150 1/2 ton P/U ext cab 2wd- 2001 Ford Gas V8 4.61- .6LChevy 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 2.51L Isuzu NPR Utility Box 1992 Isuzu Diesel 14 232 CID GMC Top Kick 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 2.81 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 2.81L Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81- .8LChevy Chevy 2500 Flatbed 12' 2wd 2002 Chevy Gas V8 6.01- .OLFord Ford F150 1/2 ton P/U ext cab 2wd 2006 Ford Gas V6 4.21- .2LFord Ford F150 1/2 ton P/U ext cab 2wd 2006 Ford Gas V6 4.21- .2LChevy Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.8L sEFNCO Communications - Major Equipment Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81 - Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81- Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81 - Chevy ', Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81. Chevy 1500 1/2 ton P/U ext cab 2wd 2006 Chevy Gas V6 4.6L Ford F250 Extended Cab Pickup 1997 Ford Gas V8 7.51. Chevy EX1500 1/2 Ton Cargo Van 2wd 2006 Chevy Gas V8 6.OL Chevy 3500 Flatbed 12' 2wd 2000 Chevy 3500 Flatbed 12' 2wd 1998 Chevy Colorado Small P/U std cab 2wd 2006 ' Chevy Gas 14 2.8L Chevy I Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81- Chevy Colorado ' Small P/U std cab 2wd 2006 Chevy Gas 14 2.81- .8LChevy Chevy'; Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81- Chevy Colorado Small P/U std cab 2wd ' 2006 Chevy Gas 14 2.81 - Chevy Colorado ' Small P/U std cab 2wd 2006 Chevy Gas 14 2.81- .8LChevy Chevy Colorado Small P/U std cab 2wd 2006 Chevy Gas 14 2.81- .8LChevy 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 2.81- .8LFord Ford F350 Flatbed 12' 2wd 1999 Ford F350 1 ton P/U std cab 2wd 1999 Ford F450 AT235P 2007 Ford Diesel V8 6.01- .OLChevy Chevy Top Kick Flatbed 16' 2wd 2007 GMC Diesel 16 6.6L International 59001 12 yard dump 2006 Cummins DSL ISX Ford F450 AT235P 2006 Ford Diesel V8 6.01- Ford F450 AT235 2006 Ford Diesel VS 6.01- Ford F450 AT235 2006 Ford Diesel V8 6.01- ALFord Ford F450 AT235 2006 Ford Diesel V8 6.01- ALFord Ford F450 AT235 2006 Ford Diesel VS 6.OL Ford F450 AT235 2006 Ford Diesel V8 6.01- .OLFord Ford F450 AT235 2006 Ford Diesel V8 6.01- .OLFord Ford F450 AT235 2006 Ford Diesel V8 6.01- .OLFord Ford F450 AT235 2006 Ford Diesel V8 6-01- .OLFord Ford F450 AT235 2006 Ford Diesel V8 6.OL Ford F450 AT235 2006 Ford Diesel V8 6.OL Ford E350 AT200AV 2007 Ford Gas V8 5.4L International 4300 AP40 Bucket 2007 INTL DT466 International 4300 AP40 Bucket 2007 INTL DT466 SEFNCO Communications - Major Equipment Ford F550 AT235P 2007 Ford Diesel V8 6.01 - Ford F550 AT235P 2007 Ford Diesel V8 6.OL Ford F450 AT235P 2007 Ford Diesel V8 6.01- .0LChevy Chevy Top Kick Flatbed 16' 2wd 2007 GMC Diesel 16 6.61- .6LFord Ford F450 AT235 2008 Ford Diesel V8 6.OL Ford F450 AT200A 2007 Ford Diesel V8 6.OL Ford F450 AT200A 2007 Ford Diesel V8 6.01- .0LFord Ford F550 AT235P 2007 Ford Diesel V8 6.OL International 4300 A40P 2007 INTL DT466 International 4300 A40P 2047 INTL DT466 Ford F450 AT235 2005 Ford Diesel VS 6.4L Chevy Top Kick Flatbed 16' 2wd 2008 Chevy Diesel 16 6.61- Ford F450 AT235 2008 Ford Diesel V8 6,0L Cadillac Deville Sedan 2001 NS Gas VS 4.6L Ford F450 Flatbed 12' 2wd 2003 Ford Diesel V8 6.01 - Chevy 3500 5 yard dump 1993 Chevy 3500 Utility Box 1997 Ford F450 Single Knuckle Bucket 2006 Ford Diesel V8 6.01 Truck - International 4300 AT40C 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 7.81- .8LChevy Chevy 7500 Flatbed 16' 2wd 2006 Isuzu Diesel 7.81 - Chevy 7500 Flatbed 16' 2wd 2006 Isuzu Diesel 7.8L Chevy 7500 Flatbed 16' 2wd 2006 Isuzu Diesel 7.81 - Ford E350 AT200A 2008 Ford Gas V8 5.4L Chevy Topkick Flatbed 16' 2wd 2007 Chevy Diesel 16 6.6L Ford F650 5 yard dump 2004 Ford Diesel V8 5.91 - Ford F450 AT200A 2006 Ford 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 ChevyGas V6 4.61- .6LChevy Chevy EX1500 1/2 Tan Cargo Van 2wd 2009 Chevy Gas V6 4.61- SEFNCO 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 Ton Cargo Van 2wd Chevy Gas V6 4.6L 2009 Chevy EX1500 1/2 Ton Cargo Van 2wd 2009 Chevy Gas V6 4.6L Chevy EX1500 1/2 Ton Cargo Van 2wd 2009 Chevy Gas V6 4.6L Ford F700 5 yard dump 1994 Cummins Dsl 5.9L Ford F150 1/2 Ton P/U ext cab 2wd 2006 Ford Gas V6 4.3L 3EFN00- COMMUNICATIONS "Where service begins" SEFNCo Communications Inc. incorporated 01/29/1999 Phone # (360)-829-4400 Fax # (360) 829-4401 FED 1D# 91-1975832 UBi# 501-927-147 Buckley ## 01-001336.0 WA coat.## SEFNCI*994P9 DUNS 17-143-8299 Credit References: Liberty Northwest c/o American Underwriters 8429 South Tacoma Way Tacoma, WA 98409 Raceway Technology Po Box 1918 Tacoma, WA 98401 Utility Vault PO Box 588 Auburn, WA 98071 Bank Account information: Frontier Bank 112 S. Diver Road PO Box 700 Beckley, VISA 98321 eam Address: 777 Main St Buckley, WA 98321 Mailing Address: Po Box 1490 Buckley, WA 98321-1490 Chief Executive officer Scott Nall (380) 829-4400 Chief Financial Officer Vaun Gunnell Phone: (253) 473-1415 Fax: (253) 473-8862 Acct #: SEFN041528 Contact: Nick Stay Phone: (253) 272-7788 Fax: (253) 272-7878 Phone: (253) 839-3500 Fax: (253) 735-4291 Acct #: 092475 Phone: (380) 529-1985 Contact: Janet Hoffman �&",k I o r A pea 6c� 3 2,3 0 7 o 21312010 3 LA, l8 Ace,', a C/o rACvM,4 fJA 9S'7o 2, �fd��l�rjS Fe W 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 of 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 Liab l.itv insurance covering both the commercial General Liability and Automobile policies. 4. Workers' Com ensation 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 Liabilit 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. 277th Street Corridor & Valley Corn Fiber Optics Interconnect Page 1 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 insurancepolicies 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 shaIl be endorsed to state that e shall n coverage of be cancelled by either party, except after thirty (30) days v prior written notice by certified mail, return receipt requested, has been given to the city. 3. The city of lent shall be named as an additional insured on all policies (except Professional Liability) as respects workp erformed 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 I g 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 0 y oever to any tools, contractors employee owned tools, machinery, equipment, or motor vehicles owned or rented b the contractor or the Contractor/ y o s agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation 277th Street Corridor & Valley Com Fiber optics Interconnect Page 2 EXHIBIT B (Continued) 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 Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Fa Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A NII. 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 shall include all 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. 277th Street Corridor & Valley Com Fiber optics Interconnect Page 3