HomeMy WebLinkAbout09-20-2010 ITEMCITY
ter -
f.. �? ; WASHINGTON
AGENDA BILL APPROVAL FORM
Reviewed by Council & Committees:
❑ Arts Commission
COUNCIL COMMITTEES:
❑ Airport
® Finance
❑ Hearing Examiner
❑ Municipal Serv.
❑ Human Services
❑ Planning & CD
❑ Park Board
® Public Works
❑ Planning Comm.
❑ other
Action:
Committee Approval:
Council Approval:
Referred to
Tabled
❑Yes []No
❑Yes []No
Until 1
Until
Councilmember: Backus
Meetinq Date: September 20, 2010
Kevieweo oy uepanmen-m a uivitiwim
❑ Building
❑
M&O
❑ Cemetery
❑
Mayor
❑ Finance
❑
Parks
❑ Fire
❑
Planning
❑ Legal
❑
Police
❑ Public Works
❑
Human Resources
❑ Information Services
Call for Public Hearing 1 1
Staff: Rem her
item Number: V111.B. 1
AUBURN MORE THAN YOU IMAGINED
RESOLUTION NO. 14 6 3 6
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
e of fiber optic cable and equipment Agreement for the use down the 277th street p
corridor.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN,
Y 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 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
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
ATTEST:
Danielle E. Daskam, City Clerk
--------------------------------------
Resolution No. 4535
August 20, 2010
Page 2of2
. 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.
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: 9/13/2010 12:51 PM
277th Street Corridor & ValleyCom Fiber optics Interconnect 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. Valley Communications center will pay for 96 of the 288 fiber optic
strands, p
ds, 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 ValleyCom Fiberp tics
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 cit limits. Fiber strand
Y
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 anyp otential
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, identifyand develop procedures and processes for their interaction in connection with the
administration
and use of the Grant funds
D. INSURANCE. Each of the parties shall be responsible for maintaining,,during
n 9
the term of this Agreement, and at its sole cost and ex ense insurance coverage erage 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: 9/13/2010 12:51 PM
277th Street Corridor & ValleyCom Fiber Optics Interconnect
Page 2
amounts determined to be sufficient by each party's representative, in the amounts
described in Exhibit A attached and incorporated by this reference.
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
i
other recovery or award provided by law; provided,, however, nothing n 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.
]. 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
Revised: 9/13/2010 12:51 PM
277th Street Corridor & ValleyCom Fiber optics Interconnect Page 3
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 an Ian ua a in of
Y
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 an person acting g 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, orp Y h sical
disability, discriminate against any person who is qualified and available top erform
the work to which the employment relates.
N. DURATION. The duration of this Agreement shall be for thep eriod 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 to p Y
de to fiber
optic cable and related infrastructure in the 277 street corridor and top rovide 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 sol
► e
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 art of
a Fiber Optic Project shall p
p ) 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 an
ur 9 y lawfulp pose subject to applicable agreements, approvals, permission andp ermits.
Revised: 9/13/2010 1 2: 51 PM
277th Street Corridor & ValleyCom Fiber optics Interconnect
Page 4
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.
9 p
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
p 9
or operation of law), the other Parties, either individually or collectively, shall have a
g
ri ht 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
p 1
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, Y giving b ivin 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
infrastructurero osed in the notice to be transferred to a given proposed transferee
p p
are notY
urchased b the other Parties, either individually or collectively, the
p
Participating A sell or otherwise transfer such allocated fibers or related
p 9 9 enc Y may
Revised: 9/1312010 12:51 PM
277th Street Corridor & ValleyCom Fiber Optics Interconnect Page 5
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 majorityof 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. Aart
p Y
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
Y not
be further bound by the Agreement effective immediately.
Y
T. COPIES OF THE AGREEMENT. copies of this Agreement shall be flied with
the
King county Auditors office; the secretary of state of the State of Washington; ; an
g d
the respective Clerks of the parties hereto.
THIS AGREEMENT WILL TAKE EFFECT ON THE LAST DATE ENTERED BELOW,
LO1N.
CITY OF AUBURN: I CITY OF KENT:
By.
(signature)
Peter B. Lewis Mayor
(title)
GATE:
AffPczf.
By.
Print Name:
Its
DATE:
(signature)
(title)
Revised: 9/13/2010 12:51 PM
277th Street Corridor & ValleyCom Fiber Optics Interconnect
Page 6
Danielle B. Daskam Citv Clerk
APPRU D T o M:
Daniel B. Heid, Attorney
VALLEY COMMUNICATIONS CENTER: APPROVED AS TO FORM:
By: Kent Law Department
(signature)
Print Name:
Its
(title)
DATE:
NOTICES SENT TO:
NOTICES SENT TO:
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: 9/1312010 12:51 PM
277th Street corridor & Valleycom Fiber Optics Interconnect Page 7
PROPOSAL
To the city Clerk
City Hail
Kent, Washington, 98032
The undersigned hereby certifies that 5EFNCO 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 V'aiieyCom Fiber optics Interconnect /Project- Number YT -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 (KSP) or the Standard
Specifications (WSDOT). Reference the Section leo. 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 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 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 for the item in question in each schedule where the item
appears, The bid items which appear in more than one schedule are typically
denoted with an asterisk M.
EXAMPLE
-SCHEDULE I W STREET
ITEM SECTIO APPROX. ITEM UNIT TOTAL
NO. N QUANTITY PRICE AMOUNT
NON
1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00
WSDOT CU YDS Including Haul Per CY
Fourteen Dollars and no cents
277th Street corridor and ValleyCom
Fiber optics Interconnect/Paul Dunn June 1, 2010
Project Number: IT -100401
REET
SCHEDULE I -- STREET
4-03.5
na
ITEM
SECTION
APPROX.
ITEM
UPIT TO'T'AL
NO,
NO.
UANTITY
PRICE AMOUNT 00.
1050
.2-02.5
156
Saw Cut Existing Asphalt
$ 22.25 $3,337.50
KSP
LN FT
Concrete Pavement
Per LF
1080
4-04.5
twenty-two dollars and twenty
five c n 5
1060
2--03.5
na
Roadway Excavation Including
$ .on $
Course,, 5/8 Inch Minus
WSDOT
CU YDS
Haul
Per CY
1065 2--03.5 na Unsuitable Foundation $ .ou $
WSDOT CU YDS Excavation Including Haul Per CY
1070 2.12.5 na Geotextile Fabric, Non -woven $ .on $
KSP SQ YDS Per 5Y
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)
1085
4--04.5
na
Crushed Surfacing Base
$ .Uo
$
KSP
TONS
Course, 1 1/4 Inch Minus
Per TON
($6.00 Min)
1090
4-06.5
na
Asphalt Treated Base
$ .0t,
$
KSP
TONS
Per TON
1095 5-04.5 na HMA Class B, PG 64-22 $ .00 •`�
KSP TONS Per TOIL
1100 5--04.5 na HMA for Full Width Overlay $ .on $
KSP TONS Class B. PG 64-22 Per TON
277th Street Corridor and ValleyCorn
Fiber optics Interconnect/Paul Dunn June 1, 2010
Project Number: IT --100401
SCHEDULE V — TRAFFIC CONTROL
ITEM SECTION APPROXM ITEM UNIT TOTAL
Np, NO, UANTITY PRICE AMOUNT
500 1--10.5 na Contractor Piloted Traffic $ .00-
KSP
00-KSP HOURS control Per HR
5005 1-10.5 aoo Traffic Control Labor $ 21.00 $ 4,200.00
KSP HOURS Per HR
twent one dollars and no cents
5010 1-10.5 na Construction Signs Class A $ .00 $
KSP SQ FT Per SF
5015 1-10.5150 Traffic control Supervisor $ 25.00 $ 3,750.00
KSP HOURS Per HR
twenty 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 1--10.5 na Traffic Control Vehicle $ .coo $
KSP DAYS Per DAY
5030 1--10.5 na Portable Changeable Message $ .00 $
KSP DAYS Sign (PCMS) Per DAY
5035 1-10.5 30 Sequential Arrow Sign (SAS) $ 50.00 $ 1,500.00
KSP DAYS Per DAY
fifty dollars and no cents
5040 1--10's na Traffic Safety Drum $ .00 $
KSP EACH Per EA
5045 1-10=5 na Truck Mounted Impact $ .00 $
KSP EACH Attenuator (TMA) Per EA
277th Street Corridor and VaifeyCom
Fiber Optics Interconnect/ Paui Dunn June 1, 2010
Project Number: IT -100401
SCHEDULE V - TRAFFIC CONTROL
ITEM SECTION APPROX. ITEM UNIT TOTAL
NOm NOu UANTITY PRICE AMOUNT
'5050 1-10.5 na Operation of Truck Mounted $ .00 $
IPSP HOURS Impact Attenuator Per HR
5055 1--10.5 1 Repair Impact Attenuator $oQ
KSP FORCE Per FA
ACCOUNT
*Common price to all bidders
5409 1--10.5 na Type III Barricade $ .00 $
KS P EACH Per EA
5005 -1--10.5 na Temporary Barrier $ .00 $
KS P LN FT Per LF
5970
1--10.5
1
Impact Attenuator
IPSP
FORCE
Per FA
ACCOUNT
*Common price to all bidders
5075
8-22.5
1
Permanent Channelization
$ -00
$
IPSP
LUMP SUM
Per LS
5080
8-23.5
Temporary Pavement Marling
$ '-0
$
WSDDT
na
LN FT
Per LF
5085
8-07.5
na
Type A Block Traffic Curb
$ .00
$
WSDDT
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 $
KS P LN FT Per LF
277th Street Corridor and ValleyCorn
Fiber Optics Interconnect/Paui Dunn June 1, 2010
Project Number; IT -100401
SCHEDULE VZ - ELECTRICAL
.
ITEM
SECTION
APPROXE
ITEM
UNI`['
PRICE
TOTAL r
AMOUNT
NO,s
N O.
QgANTITY
6010
8-35.5
110
UtilityTrench and Vault
$ 32.50
$ 3,250.00
IPSP
CU YDS
Excavation
Per CY
thirty two dollars and fifty
'60.5
8-35,5
230
Gravel Borrow for Backfill for
$ 4,550.00
$ 10,465.00
KSP
TONS
utility Trench and Vault
Per TON
Excavation
($2,50 Min)
four thousand
604
120
Conduit Pipe six (6) inch
$ 9.07
$ 1,088.40
LN FT
Diameter - Schedule 50
Per LF
nine dollars and sevea
100
Conduit Pipe four (4) Inch
$
$ 1,168.40
460
LN FT
Diameter -�- Schedule 40
2.54
two dollars and fifty fours cents
3--40610--01
2
- Junction Box, Type 2
$ 525.00
1,250.00
610.
wSDOT
EACH
Standard Dut
EACHfkirp
el 112g
6102
J--94.10•-44
3
Junction Box, Type 2 with
and zero cents
WSDOT
EACH
Heavy Duty Lid (Per Spec
2,001.00
6,003.00
Note 1 two thousand one dollar and
EACH
]--90,0M0 0
2
Cable VaUff cf`tfh Heavy Duty
$ 3,643.75
7,27,297.506143
WSDDT
EACH
Lid Per Spec Note 1 thre
is
6104
Project
9006
114" Polyethylene Pull Rope
$ .41
$ 367.95
Description
LN FT
fort one cents
Per LF
6105
Project
9000
Non -Organic Twine
$ .37
$ 33.36
Descri tion
100 LN FT thirly sevencents......-Per
100 LF
6106
Project
Pr �
5600
Toneable Polyethylene Mule
$ .138
$ 1,195.32
Descri ption
LN FT
Tape thirteen and 811 o cents
Per LF
6107
Project
5
-- 4"' Duct Plugs With opening
$ 30.05
$ 150.25
Descri tion
EACH
for existigR fiber optic cable-
EACH thirtv dollars and five
6108
Protect
'
5
4" -- Duct Plugs with no
$ 5.15
$ 25.75
Description
EACH
open i n s live dollars and fifteen
EACH
6109
. ct
Prole
6" Duct Plugs - With opening
$56.00
$ 560.00
Descri tion
to
EACH
for existing fiber optic cable
EACH fifty six
6110
Project
6" Duct Plugs - With no
$ 8.87
$88.70
Description
1 a
EACH
openings eight dollars and eightv seven c CH
6111
Project
Pro3
1
Fiber Optic Cable Splice
$ 798.90
$ 798.90
Description
Enclosure, as specified in seven
hundred ninety eight dollars and ninety cents
EACH
Project Description
EACH
6112
Project
144 Fiber Capacity Corning
$ 5,979.18
$ 5,979.18
Description
1
Lanscape (or equivalent) Rack five thousand seventy nine dollars and
EACH
Mounted Patch Panel
EACH ei hteen cents
Schedule VI Total $ 39711.71
277th Street Corridor and VaileyOom June 1, 2010
Fiber Optics Interconnect/ Paui Dunn
Project Number: 1T-100401
8000 8-02.5 na Street Tree Planting and $ .ofl $
KSP EACH Staking -Per EA
8005 8-02,5 na Topsoil Type A $ .00 $
KSP CU YDS Per CY
80.0 8-02.5 na Sod Installation $ .ao $
WS DDT SQ YDS Per SY
8015 8-02.5 na Bark or Mood 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 $ .00 $
KSP EACH Per EA
Schedule VIII Total , $
IQ
277th Street Corridor and ValleyCorn
Fiber optics Interconnect/Paul Dunn June 1, 2010
Project dumber: rr-100401
The following form is to be executed 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 .lune 1, 2�io
Project Number: IT -100401
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. SEFNCO has averaged $23m1*1 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 hid opening
POWER OF ATTORNEY 59994
LEXON INSURANCE COMPANY
KNOW ALL MEN 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 lawful Attorneys) -In -Fact to make, execute, seal and deliver for, and on its behal f as Surety, and as its act and deed a
BID BOND I under bond or undertaking number
issued on behalf of 5EFNCO COMMUNICATIONS r _ as principal 1n the
penal sun: of 5% OF BID
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 V day of July, 2003 as follows:
Resolved, that the President of the Company is hereby Authorized to appoint and empower any representative of the
Company or oilier person or persons as Atiorney-in-Fact to execute on behnif 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 BID ,which the
Company might execute through its duly elected officers, and afft the seal of the Company hereto. Any said execution of such
documents by an Attorney -in -Fact shall be as binding upon the Company as it they had been duly executed and aftowledged by
the regularly elected officers of the Company. Any Attorney -in -Fact, so appointed, may be removed for good cause and the
authority so granted may be revoked as specified in the Power ofAttorney.
Resolved, that the slgnature of the President and the seal o f the Company may be affixed by facsimile on any power of
attorney granted, and the signature of the Vicc-President, and the seal of the Company may be affixed by facsimile to any
certiCcate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and
binding on the Company. Any such power so executed and sealed and certificate sig executed and sealed shall, with respect to any
bond or undertaking to which it is attached, continue to be valid and binding on the Company.
IN WITNESS THERE -OF, LEXON INSURANCE COMPANY has caused this instrument to be signed by its
President, and its Corporate Seal to be affixed this 2n4 day of July, ?003.
Of,%
r
7 LEI XONXOINSURANCE COl1 MANY
~Ch
r� R P ❑ R fi''-a
�'-
B1
z
EAL.
-
David E. Campbell
.. ,.....�H' ,..
X X
Pres i den t
f �_9
ACKNOWLEDGEMENT
On this ?'`r day of'July, 2003, before me, personally came David E. Campbell to me known, who being duly sworn, did
depose and say that he is the President of LEXON INSURANCE COMPANY, the corporation described in and which executed
the above instrument, that he executed said instrument on behalf or the corporation by authority of his office under the By-laws of
said Corporation.
i .�OTA *6 19
AVOt�GIVNotary Public
CERTIFICATE
1, the undersigned, Secretary of LEXON INSURANCE COMPANY, A Texas Company, DO IiEREBY CERTIFY that
the original Power ofAttorney oFwhich the foregoing is a true And correct copy, is in full force and effect and has not been
revoked and the resolutions as set forth are now in force.
Signed and Sealed at Louisville, Kentucky this 18thDay of JUNE 2010
i
Donald D. Buchanan
Secretary
"WARNINQ Any person who knowingly and with intent to def'Yaaud any insurance company or other person. files an application
for insurance or statement of'claairn containing any materially false information, or conceals for the purpose of misleading,
information concerning any fact materialthereto, commits a Fraudulent insurance act, which is a crime and subjects such person to
criminal and civil penalties."
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 valld 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;
1. I have read the attached City of Kent 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 june,2010 12008.
r
� r
�r�rir� - �1►
For;-MFNCO Communications
Title, �--r Pre;,; 3C4,10�.�
• �{
Date.
277th Street Corridor and ValleyCom
Fiber optics Interconnect/Paul Dunn June 1, 2010
Project Number; IT -100401
CONTRACTOR'S SIGNATURE
277th Street Corridor and ValieyCom
Fiber Optics Interconnect/Paul Dunn June 1, �Q10
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 SYGN THIS FARM AS PART OF YOUR BZDa FAYLURE TO
PR OPERL Y COMPLETE 'THIS FORM MA Y ALSO RESUL T ZN r4 DET'LcRNZNA TION
THAT YOUR BID I'S NON-,RESPONSZVE AND THEREFORE VOZ`D.
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: der . sen
ADDRESS: 777 Main St. PO Box 149U Buckley VITA 9 832 I
PRINCIPAL OFFICE: SEFNCO Communications
ADDRESS: 777 Main St. (PD Box 1490)
Buckley WA 98321 -- -
PHONE: 360-829-4400
FAX: 360-829-4401
�.STATUTORY REQUIREMENT'S
1.1. Provide a copy of your certificate of registration in compliance with
chapter 18.27 RCWQ
112 Providev our current state unified business identifier (UBI) number,
1.3 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 RCWr
and a state excise tax registration number as required in Title 82 RCWO
1s4 Provide a statement, signed by a person with authority to -act and spear
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 RC`JV 33.06.010 or 3 ,12.065 (3),9
277th Street Corridor and ValieyCom
Fiber optics Interconnect/Paul Dunn ` June 1, 2010
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.)
4.4 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,. fist 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:
4a6 on a separate sheet, list the construction experience and present
commitments of the key individuals of your organization,
4.7 On a separate sheet, list your major equipment.
5. REFERENCES
5,1 Trade References:
5v2 Bank References:
53 Surety:
5.3.1 Name of bonding company:
5.3.2 Name and address of agent:
6. FINANCING
6.1 Financial Statement.
After bid opening, the City may require the following financial information
from any of the three apparent low 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.
277th Street Corridor and Va l leyCorn
Fiber optics Interconnect/Paul Dunn June 1, 2010
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 from the date of
the Notice to Proceed, and agrees to complete the contract within ninety (90)
calendar days 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 . , to the plans and/or
specifications is hereby acknowledged. Failure 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: (./;Zq)(o
277th Street Corridor and VaileyCom
Fiber optics Interconnect/Paul Dunn
Project Number: IT -100401
SEFNCO Communications
NAME OF BI
BY:
Gl re
on %cx'�`cS�r�•�"
(Print Name and Title)
777 Main St. WO Box 1490)
Address
Buckley ,VITA 98321
June 1, 2010
i
-.'DEPAR-,rME.NT.-�9.0r'LABOR AND [NDUSTRIE
REGISTERED AS 4D BY LAW AS
RE. P'o. DE
L
CONSTCONTR9 t�GENIRA
W
v 5�
4 .
1:2
IOMIPN. 'o 9,
`iy,
15
099INC
SEFNC
BOX 1490
BUCKLEY WA 98321-1490
['625-052-0M (8197)
m
Dcta'ch And Display Certificate
REGISTERED AS PROV0ED BY LAW AS
CONST.CONTR GENERAL
Please Remove
-REGIST. # EXP. DATE
And S*,.-
CC01-:_ SES NC1*994P9 10/29/2011
Identificatioll
EFFECTIVE DATE. 110/29/200 1
Card Before
Placint
SEFNCO INC
B111ft)1d
PO BOX -1490
BUCKLEY WA 99321-1490
Signature
Issued by DEPARTMENT OF LABOR AND INDUSTRIES
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 optics Interconnect — Project IT -
100401
To Whom It May Concern,
This letter is to provide statement, as per RCW 39.06.010 or 39.12.065 (3), that SEFNCO
Communications are not and have not disqualified from bidding on a public works project in the last
three (3) years.
Joe Pedersen
Vice President
SEFNCO Communications, Inc.
m
---
v
LA
v C
v c
Q
a
z
o
a
`m
C
v
5
' - as
V
z
3 R
z
H
d
N
Z
�
Ln
�
°
n
x
i
i
at
S t�;
g_
w
CL
i -F
r
LA
i
N '
Q
tit
M
Q
K
iv
C n
9 p
M
r.
a
CL
°
q
�u w
crit NJ
V W
00* A
w
Ln
v
O
G
VIP
a► w
IV a
v o
O 4
G Q
<
a
°N°
[1 - �s
IA G u
A 'A
A
N ry n H
2
t7� Q h
.: .Cr 7 d.
b
-. n 2 `�
y V Q r► n A t> O n -V
134 rt� 0 cr* N- d
"u►
SIC
CL w N'a im a r
x Q m 2` w 3 n 2 %�
m G ., 0
x G a x 0 a '°
°' a=
d o= a
'a a a O
CL
O
0.
na°p re
D +
0 > O
>r
2
>
:3 u
'*
0
=$
n
o
CL
Q ? @
>Z
r,a ° ?
�
0 o ?
o
fx d, a oro v 5
- � 'a #A N � � � N �
ID
13m C7 °
� � H �
= k „ Z)
w 4A
w
i-+
C_ °. C ,ny
w x' m x
W x C a
i =
= .� x C
&I I -• a=�
; 0. x C
�' 3 CL
y�
n. m n Q ?r d go n
�mem
a o nZV o
•� °+ w n
10 s
o °: go�
a CD
'oa n
cr
�o� °* Fa rw
k�� �
Z- w Y 0_ d 0► N 0. ru'
Q n o
N y
3 W e�QO.
a
aci 3 ti
ar
Grp g p n A Q �
+n 3
'a
c D
w Gl n H n ep Gi �? yro,
Q ro 3 7 x n
X "
Q C
A �'- GI. 'N°
O f6 3
0.C n ro
au — w
a m
v C n A
o ) '.
lb
.0 -�+. ro r►
K R 2 a
mo
n' °i
ate+ 3
ti °
ID m a
w C N C7 y C 3 N
W 0 �l
A .i D
'
CLN C] a N v
ca. o a s � z 9 a. CL
-. I+ oo A is N u oa iC A
n OI w^ n 41 [y N
ro c a
+n a s
ro
W H
n C7
° cr N s. o.
aac 3 a A
qq f� t.Q
0 C
�' N �. CL
s n, 3 W a
V on
yroy
fµ6 V n I IA m n 3
k ems s� w v r�i a� M o
m n
�„
u
m Oq a n
Cr n a v
0< °' d6
n o n rR
o x ��'
Q_
a 'r '`"'
C'
`� rt
M � 3
R
x Z' a m
L Im.
]C "
x '
:EJU
.r
b
C1 w n m N n m n m N
1 4 % = 1 X
A A xn m A 0 n m
N y H C4
n 3 Ix �+
1 -
rol i� m 3 :1A
! OR
Y
n n a� n Y n n n H+ %A
"'1 SA 1 hJ h 1
c p ro m c
r` C im µ D4 i
to
A
CL Im
d 41 nN
-''
=
w `�h%
CD
dV N n A 4 N n A
su 'uO
a�roo
;���3
a i0 cx. n A
CL
A Y F+ A N 3.
sm IA IX W
ro
!v
aT :-' �. m
4v ► ' a'
A n� ro a
n
o °
n ~ 1 W N n r
04N A Y F+
A
Gtl iZ 3E
i0 q Y q^
r
n r W N
� � W N
C
ro
a n x C
n
n ro V
1
h d m 10
N p a
n
f -� N
'" fi ro a
6_n
-,
�5 '° °
. n�
u o
Q
n M
y- .� Q
A iR
CL a
3N ~ r W N
X
N A ~
° N H
a w m ro W
3'E
'" 3 n
n X-
° n"°
n a
0
2
°
-
z
°
p0
Q
A
C4
LA
a
Q
iv
C7
ro
Cu
s
3
A
�
d
„ a
A .fir
s6DIto
z
tr A
W
SEFNCO Communications Proiect References - continued
Sun Valley Prime System Contractor (Sun Valley ID) -- on going project
* John Lewis —Cox Communications Field Manager 208.471.0471
■ Po Sox 537, Ketchum ID 83340
* $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
■ John Lewis -- Field Manager - - 208-471-0471
• Brent Hope — Head In & Fiber Specialist - - 208-471-0115
• Pete Thompson -- Construction Supervisor - -- 208-471-0028
■ Justin Earl — Lead Technical supervisor - - 205-471-0183
e New build, unplanned, maintenance, drops, emergency response
SEFNCO Communications - Major Equipment
GMC
NPR
Flatbed 16' 2wd
1996
Chevy
1500
'; 1/2 ton P/U std cab 2wd
2004
Chevy Gas V6 4.6L
Chevy
1500
1/2 ton P/U ext cab 2wd
2004
Chevy Gas V6 4.61-
Ford
Explorer
SUV
2004
Ford Gas V6 4.01-
Ford
F450
2006
Ford Diesel V8 6.01-
Chevy
1500
1/2 ton P/U std cab 2wd
2004
Chevy Gas V6 4.61-'.
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 2.3L
Ford
Ranger
Small P/U std cab 2wd I
2002
Ford Gas V6 3.OL
Ford
F550
Flatbed 12' 2wd
2002
Ford Diesel V8 7.31 -
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 -
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 4.21-
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 4.2L
Chevy
3500
1 ton cargo Van 2wd
2000
Chevy Gas V8 5.71 -
Ford
F700
Flatbed 16' 2wd
1998
Ford Gas 429ci
Ford
X450
Flatbed 12' 2wd
2003
Ford Diesel V8 7.31-
Ford
F450
Flatbed 12' 2wd
2003
Ford Diesel V8 7.31 -
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
F450
Flatbed 12' 2wd
2004
Ford Diesel V8 6.01
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 4.61-
.6LChevy
Chevy
1500
1/2 ton P/U std cab 2wd
2004
Chevy Gas V6 4.3L
Ford
F450
Flatbed 12' 2wd
2004
Ford Diesel V8 6.01 -
Chevy
1500
' 1/2 ton P/U std cab 2wd
2004
Chevy Gas V6 4.31-
Chevy
1500
1/2 ton P/U ext cab 2wd
2004
Chevy Gas V6 4.6L
Chevy
1500
1/2 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 VS 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 4.31-
Ford
Ranger
Regular Cab Pickup
2000
Ford Gas 14 2.51 -
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 2.8L
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
2500
Flatbed 12' 2wd
2002
Chevy Gas V8 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 2.81
SEFNCQ Communications - Major Equipment
Ford
F550
AT235P
2007
Ford Diesel V8 6.01-
.0LFord
Ford
F550
AT235P
2007
Ford Diesel V8 6.01-
.0LFord
Ford
F450
AT235P
2007
Ford Diesel V8 6.01-
Chevy
Top Kick
Flatbed 16' 2wd
2007
GMC Diesel 16 6.6L
Ford
F450
AT235
2008
Ford Diesel V8 6.01-
.OLFord
Ford
F450
AT200A
2007
= Ford Diesel V8 6.01-
Ford
F450
AT200A
2007
Ford Diesel V8 6.0L
Ford
F550
AT235P
2007
Ford Diesel V8 6.01-
.0LInternational
International
4300
A40P
2007
INTL DT466
International
4300
A40P
2007
INTL DT466
Ford
F450
AT235
2008
Ford Diesel V8 6.41-
.4LChevy
Chevy
Top Kick
Flatbed 16' 2wd
2008
Chevy Diesel 16 6.6L
Ford
F450
AT235
2008
Ford Diesel V8 6.OL
Cadillac
Deville
Sedan
2001
NS Gas V84.61-
Ford
F450
Flatbed 12' 2wd
2003
Ford Diesel V8 6.0L
Chevy
3500
5 yard dump
1993
Chevy
3500
Utility Box
1997
Single Knuckle Bucket
Ford
F450
2006
Ford Diesel V8 6.0L
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 7.8L
Chevy
7500
Flatbed 16' 2wd
2006
Isuzu Diesel 7.81 -
Chevy
7500
Flatbed 16' 2wd
2006
Isuzu Diesel 7.8L
Chevy =
7504
Flatbed 16' 2wd
2006
Isuzu Diesel 7.81 -
Ford
E350
AT200A
2008
Ford Gas V8 5.41-
.4LChevy
Chevy
Topkick
Flatbed 16' 2wd
2007
Chevy Diesel 16 6.61-
Ford
F650
5 yard dump
2004
Ford Diesel V8 5.91.
Ford
F450
AT200A
2006
Ford Diesel V8 6.01-
Chevy
1500
1/2 ton P/U std cab 2wd
2009
Chevy Gas V6 4.31 -
Chevy
EX1500
1/2 Ton Cargo Van 2wd
2009
Chevy Cas V6 4.31 -
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
SEFNCO
$ COMMUNICATIONS
"Where service begins"
SEFNCO Communications Inc.
Incorporated 01/2111999
Address:
Phone # (360)-829-440p 777 Main St
Fax # (360) 829-4401 Buckley, WA 98321
Mailing Address:
PO Box 1490
Buckley, VITA 98321-1490
FED iD#
91-1975832
Chief Executive Officer
UBl#
801-927.147
Scott Nall (360) 829-4400
Buckley #
01-001335.0
Raceway Technology
WA Cont*
SEFNCI*994P9
.
Chief Financial officer
DUNS
17--143-8299
Vaun Gunnell
Credit References:
Liberty Northwest
Phone: (253) 473-1415
cto American Underwriters
Fax: (253) 473-8852
8429 South Tacoma Way
Acct #: SEFN041528
Tacoma, WA 98409
Contact: Nick Stay
Raceway Technology
Phone: (253) 272-7788
PO Box 1918
Fax: (253) 272-7878
Tacoma, VILA 98401
.
Utility Vault
Phone: (253) 839-3500
PO Box 588
Fax: (253) 735-4201
Auburn, WA 98971
Acct #: 902475
Bank Account Information:
Frontier Bank
112 S. River Road
Phone: (350) 829-1985
PO Box 700
Contact: Janet Hoffman
Buckley, VITA 98321
�ONR O i F1 M r_2t C Ar
z►sizo,o
__rA c. M A I✓A 9 8 40 Z,
PO4 Ncx' r * 32,3070 380
q(0
lB
�i�5�
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 cornering all owned, non -
owned, hired and leased vehicles. coverage shall be written
on Insurance Services Office (ISG) 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 Liabilit insurance shall be written on
ISG 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' Com ensation coverage as required by the
Industrial Insurance laws of the State of Washington.
Be 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 Liabilit>< 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
well 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 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.