Loading...
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.