Loading...
16-174.00 Senkse Lawn & Tree Care: Park Maintenance 10—(7y PARKS MAINTENANCE AGREEMENT Senske Lawn &Tree Care Inc. THIS AGREEMENT(the"Agreement")is made by and between the City of Spokane Valley,a code City of the State of Washington("City")and Senske Lawn&Tree Care Inc.,("Contractor")jointly referred to as the"Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1.Work to Be Performed. Contractor shall do all work and furnish all labor, supervision,tools,materials, supplies and equipment and other items necessary for the Park Maintenance(hereinafter"work")in accordance with documents described in Exhibit 1 Bid Package which includes the Scope of Work,General Instructions, Instructions to Bidders, Bid Response Documents, Specifications and Appendix A&B , which are by this reference incorporated herein and made part hereof(the "Contract Documents"), and shall perform any changes in the work in accordance with the Contract Documents.The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in the Contractor's bid proposal attached hereto, assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities provided for in the Contract Documents,except those items mentioned therein to be furnished by the City of Spokane Valley to City's satisfaction. The City Manager,or designee,shall administer and be the primary contact for Contractor. Upon notice from City,Contractor shall promptly commence work,complete the same in a timely manner,and cure any failure in performance under this Agreement. Unless otherwise directed by City,all work shall be performed in conformance with the Contract Documents, and all City,State and federal standards,codes,ordinances,regulations and laws as now existing or as may be adopted or amended. Contractor acknowledges review of the Contract Documents and accepts the same. 2. Term of Contract. This agreement shall be in full force and effect beginning January 1,2017, and shall remain in effect for one year,with up to two additional three-year renewal options which may be exercised by the Parks and Recreation Director until completion of all contractual requirements. Renewals, if any, shall coincide with the calendar year. Either Party may terminate this Agreement with a minimum of 90 days' written notice at any time during a contract term. In the event of such termination, the City shall pay the Contractor for all work previously authorized and satisfactorily performed prior to the termination date. 3. Liquidated Damages. Not applicable for this Agreement. 4.Compensation.The City shall pay the Contractor$758,310.01 inclusive of sales tax,at the then current rate, as full compensation for everything done or provided under this Agreement. 5.Payment. Contractor shall be paid monthly in an amount that represents one-twelfth(1/12th)of the yearly Agreement amount. Invoices shall be sent to the City Finance Dept. no later than the 5th day of each month. The City reserves the right to withhold payment under this Agreement for that portion of the work or materials which are determined in the reasonable judgment of the Parks and Recreation Director or designee to be Parks Maintenance Agreement 2017 Page 1 of 7 noncompliant with the Contract Plans, Contract Documents,or City or State standards or codes. In such an event,the undisputed amount owed by the City shall be timely paid. Any dispute over withheld payment shall be resolved in a timely manner. Pursuant to chapter 60.28 RCW, five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code,and federal or state standards. 6. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge,City Clerk Name: Senske Lawn&Tree Care,Inc. Phone: (509)921-1000 Phone: (509) 891-6629 Address: 11707 East Sprague Ave, Suite 106 Address: 7115 E. Cataldo Ave. Spokane Valley, WA 99206 Spokane Valley,WA 99212 After August 31,2017,please send notices to: 10210 East Sprague Spokane Valley,WA 99206 7.Applicable Laws and Standards. The Parties,in the performance of this Agreement,agree to comply with all applicable federal, state, and local laws,codes and regulations. 8. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A.By executing this Agreement,the Consultant certifies to the best of its knowledge and belief,that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local)transaction or contract under a public transaction;violation of federal or state antitrust statues or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records, making false statements,or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal, state, or local)terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. Parks Maintenance Agreement 2017 Page 2 of 7 9:Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under this Agreement, shall comply with the requirements of chapter 39.12 RCW, and shall pay each employee an amount not less than the Prevailing Rate of Wage,as specified by the Industrial Statistician of the Washington State Department of Labor and Industries("L&I"). If employing labor in a class not shown,Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing,during,and upon completion of the work,Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with chapter 39.12 RCW. The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project,published by L&I are located at the L&I website address: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague,Suite 106,Spokane Valley,WA 99206. Upon request,City will mail a hard copy of the applicable prevailing wages for this project. 10.Relationship of the Parties. It is understood,agreed and declared that Contractor shall be an independent contractor,and not the agent or employee of City,that City is interested in only the results to be achieved,and that the right to control the particular manner,method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 11.Ownership of Documents. All drawings,plans,specifications,and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW, or other applicable public record laws. 12.Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit,examine and make excerpts or transcripts from such records and to make audits of all contracts,invoices,materials,payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 13.Warranty. Unless provided otherwise in the Contract Documents,Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City,unless a supplier or manufacturer has a warranty for a greater period,which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Parks Maintenance Agreement 2017 Page 3 of 7 Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14.Contractor to Be Licensed and Bonded. Contractor shall be duly licensed,registered and bonded by the State of Washington at all times this Agreement is in effect. 15.Contractor to Provide Performance and Payment Bonds. Contractor shall provide a payment bond and a performance bond in the full amount of the contract on the City's bond forms. 16. Insurance. 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 Contractor, its agents,representatives, or employees. A.Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1.Automobile liability insurance covering all owned,non-owned,hired,and leased vehicles. Coverage shall be written on Insurance Services Office(ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2.Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises,operations,independent contractors,products- completed operations,stop gap liability,personal injury and advertising injury,and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion,collapse or underground property damage. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 2010 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B.Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1.Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of no less than $1,000,000 per accident. 2.Commercial general liability insurance shall be written with limits no less than$1,000,000 each occurrence, $2,000,000 general aggregate, and no less than a $2,000,000 products- completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain,or be endorsed to contain,the following provisions for automobile liability, professional liability and commercial general liability insurance: Parks Maintenance Agreement 2017 Page 4 of 7 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance,self-insurance,or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2. Contractor shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. D.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement,which shall be Exhibit C. The certificate shall specify all of the parties who are additional insureds,and shall include applicable policy endorsements,and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested,complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions, and/or self-insurance. 17. Criminal Background Checks. Contractor agrees that it shall not ask or direct any person to go to any City park property in the performance of this Agreement, whether the person is an employee or volunteer, unless that person has passed a criminal background check by an agreed upon entity that performs criminal background checks as a part of its regular services. 18. Bonding Requirements. Contractor shall provide Performance and Payment Bonds in the amount of 100%of annual contract amount shall be provided to the City as Exhibit B to this Agreement 19.Indemnification and Hold-Harmless. Contractor shall,at its sole expense,defend,indemnify and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs,attorney's fees and costs of litigation,expenses,injuries,and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts,errors or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend,indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend,indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of(a) City or City's agents or employees, and(b) Contractor, Contractor's agents, subcontractors, subconsultants and employees, shall apply only to the extent of the negligence of Contractor,Contractor's agents,subcontractors,subconsultants and employees. Contractor's duty to defend,indemnify and hold City harmless shall include,as to all claims,demands,losses and liability to which it applies, City's personnel-related costs, reasonable attorneys'fees,and the reasonable value of any services rendered by the office of the City Attorney,outside consultant costs,court costs,fees for collection,and all other claim-related expenses. Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act,Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable to or for any third party Parks Maintenance Agreement 2017 Page 5 of 7 under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City,and does not include,or extend to,any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 20.Waiver. No officer, employee, agent or other individual acting on behalf of either party has the power, right or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 21. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the • responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 22. Confidentiality. Contractor may,from time to time,receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 23.Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County, unless otherwise required by applicable federal or state law. 24. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor,at the time of subcontract execution,meets the responsibility criteria listed in RCW 39.04.350(1)and possesses an electrical contractor license,if required by chapter 19.28 RCW,or an elevator contractor license.if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 25.Jurisdiction and Venue. This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County, State of Washington. 26. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed,modified or altered except in writing signed by the Parties. 27. Anti-kickback. No officer or employee of City, having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from any person with an interest in this Agreement. 28.Business Registration. Prior to commencement of Work under this Agreement,Contractor shall register with the City as a business. 29.Severability. If any section,sentence,clause or phrase of this Agreement should be held to be invalid for Parks Maintenance Agreement 2017 Page 6 of 7 any reason by a court of competent jurisdiction,such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this Agreement. 30. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Complete Bid Package B. Performance and Payment Bonds C. Insurance Endorsements ine The Parties have executed this Agreement this day of December,2016. CITY OF SPOKANE VALLEY: Contracto : I ./, ,"2_ /OZ I I / ark Calhoun,City Manager � �.' :ill rfentative : Authori ed R- ATTES. • APPROVED AS TO FORM: 4L.L., A Ik .., 'au.' AiiiiAl f . ,...Avu istine Bainbridge, City Clerk !Offic the City A ey Parks Maintenance Agreement 2017 Page 7 of 7 Bid Response Documents 1 BID RESPONSE DOCUMENTS BID PROPOSAL PROJECT TITLE:Park Maintenance Contract NAME OF FIRM SUBMITTING BID: Sonske, Lawn and Tr-6e Care I nc Each bid shall constitute an offer to the City of Spokane Valley as outlined herein and no bidder may withdraw his/her bid after the hour set for the bid closing except under the conditions explained in the Information to Bidders Section. RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date Addendum No. Date REJECTION: The City reserves the right to reject any or all proposals,portions or parts thereof and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50%retainage in lieu of furnishing a Contractor's Bond(Performance and Payment Bond). SUBMITTAL: The"Bid Response Documents" Section constitutes the Bid Proposal when completed and submitted. Please do not submit the entire Invitation to Bid manual. FREIGHT:Bid price(s)to include all freight costs to the job site. • BID PRICES: All bid prices are for a 12-month maintenance cycle. In submitting a price, the bidder acknowledges he/she is aware of all requirements outlined in this bid package. LUMP SUM BASE BID:Park Maintenance Contract—12-Month Maintenance Cycle LUMP SUM BASE BID= $ / n 7 (p1 7 30 co 8.7% SALES TAX= $ /no /^ 92 7! TOTAL LUMP SUM BASE BID = $ 74,-6 � so , 1 RECE V D C',;; 2 3 2UJ6 PARKS & RECREATION DEPT. 3.59 pain. Bid Response Documents 2 REPRESENTATIONS AND CERTIFICATIONS ANTI-KICKBACK:No officer or employee of the City,having the power or duty to perform an official act or action related to this submittal, shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor,service, or other thing of value from or to any person involved in this submittal. REPRESENTATION: In submitting this bid,we represent that the bid documents have been read and understood,that the sites have been visited and or that we have familiarized ourselves with the local conditions under which the work is to be performed, that by signature of this proposal,we acknowledge all requirements and that we have signed all certificates contained herein. I CERTIFY that no fmal determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b)has been made by the Washington State Departments of Employment Security,Labor and Industries or Revenue respectively dated within two years of the date of the opening of this bid.I understand further that no bid may be submitted,considered or contract awarded for a public work to any person or entity that has a determination of violation of the above referenced statutes within two years from the date that a violation is finally determined and the date of this bid opening. I CERTIFY that to the best of my knowledge,the information contained in this proposal is accurate and complete and that I have the legal authority to commit this company to a contractual agreement. I realize the final funding for any service is based upon budget levels and the approval of the City. Name: • Ii • rri e_r , _ __,/ L si !YAG Cam inc . Person/En 4 ty submitting bid i.in Si ature i , :,:t - Title: /[ !Gtng.i AU / 8tcV2C1Gt`fCSooka'u y Date: /0 • 20. 2O/(' Bid Response Documents 3 BIDDER'S ADMINISTRATIVE INFORMATION 1.PERSON/ENTITY a.Name as registered with the State Of Washington: Scn3Je Lakin and Fee &tee me.. b.Physical address: 7//5-6. 04174e0,4ldv SpokaneVU.1f'2t f, W4. 99212- c.Mailing address including zip code: //a)A Quay 64. KenrteMeek I WA. ‘193 310 d. Remit to address including zip code: WO N. Quag s7:) kenneuirck� WA. gg33i e.Telephone number including area code: (SOy, gen..40029 f.Fax number including area code: (SOq) 532- 7$gel g.E-mail address for business correspondence: `f'f'urrtbou9),a 5e 'lske •GOM h.Washington State Contractors License Number: SE?J S K LT 117 PT i.Federal Tax Identification Number: RE ACTE D j. Washington State UBI Number: to 00^ 124 - 10to k. State Industrial Account Identification Number: 15'OO to 51 2.INSURANCE COMPANY: Cmemn a1. 14$urahC.c aempanics a.Name of company: PayncW'_4 /nSccruiee, Inc b.Mailing address including zip code: 3C0 I3rad/ey %01.� Zelala d/ AA• gg352. c.Insurance agent name: Roy Anna Esli nkcr d. Insurance agent telephone number including area code: ar y ) 9.440.4„/61 e.Insurance agent fax number including area code: ($66) vs--_48102 3. BONDING COMPANY: a. Surety name: The ei nc 1 nnorh I h S LtrL'tn1Ce€. Coni pan y b. Surety mailing address including zip code: (o2O0 S. Gill:Tore at) Rtitilt.elci 014. 45.01LI c.Bonding agent name: M R. 6.44-1-01,1 d.Bonding agent mailing address including zip code: 3q0 eraciky (�(d., Richj_�_ _I' WA's qq ssz• e.Bonding agent telephone number including area code: (Tog) gq,_ 4 w�24, f.Bonding agent fax number including area code: (5 q) This document contains confidential tax information and has been redacted pursuant to RCW 82.32.330. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. Bid Response Documents 4 BIDDER QUALIFICATION STATEMENT The following statements of experience,personnel, equipment,and general qualifications of the Bidder are submitted with the assurance that the City can rely on its accuracy and truthfulness.If more space is required for your answers, please attach a continuation sheet(s)to the corresponding bid response page referencing the item number. 1. The company shall have a minimum of five years of service/experience in the provision of landscape maintenance services similar in nature and scope to those described within this document with an emphasis on public parks and recreation facilities. Include length of service,number of acres,number size and type of facilities maintained,and other pertinent information. S{U. 2006 W.. have Main fam ed ihe parks depart/wiz/- 4r -lite Cay c 'Spokane Valley, We, ha.ve rrainfaiited like Landscape cP ever loo nests, Weaned and serviced Resi oms, Playgrounds, Sht/ ers, Trails, Uacanf /and, /rri ad on ifrtAii sysferns, splash pads, and ball -Pields hi1/45h slandanis of)the public off'Spokane !/alley. 2. Provide documentation that the company has a previous or current successful contract(s)with a minimum of 100 acres of public service area.Representative work shall include experience or capabilities in all aspects of turf management; irrigation system installation, operation and maintenance;restroom cleaning and maintenance;playground inspection,installation and maintenance; tennis court,volleyball court and softball field maintenance;litter control; hard surface trail or sidewalk maintenance;natural surface trail maintenance; herbicide and pesticide control; general facilities cleaning and maintenance; and unimproved areas maintenance. Include length of service;number of acres; number, size,and type of facilities maintained;and other pertinent information. yearswrha vehad a. rriain�nce een4- c L fhe c 'SokarieUalley Arks ocpar �.mtnf ink haves e�perfsn7urPand Tree rnanfenance and aRo/rc'ahrons, Cer4 P,ed pla ttqrt'w'd 'nsPeders, C.'erli-Ped C�r,�r�sis, Experienced Qat/-6e/d Prep Crek/s, r+ f Con tib 1zchnic'uns, Esicerietwed. f Certti.ied pa 9cs, Powerline ceryi44d mall -fire. C/irnber5, Pairdxrs, -Pelloricalers, And a -k ¢m Wilk a- GGtskni ers eye iOr d m'nd e /n Ihrs Can/pact, we main . y e�ar� a,i d u� mora //Tan 17 idea/roils. 3. Company shall demonstrate knowledge and compliance of applicable federal, state and local laws and regulations including but not limited to pesticide applications licenses and requirements,and all aspects of playground safety and inspection including certification,water protection including Backflow Assembly Tester's Certification,and water testing. Firm shall have at least the following certifications on staff at the time the bid is submitted: one Washington State Department of Health Backflow Assembly Tester Certification;one Washington State Department of Agriculture Certified Operator with aquatics endorsement;two International Society of Arboriculture Certified Arborists;two National Recreation and Park Association,National Playground Safety Institute Certified Playground Safety Inspectors, six certified flaggers; one certified trapper; and all staff must possess current CPR and First Aid Certifications. List staff members holding each certification. *.Ret-e-kr/01,1 Tes k r: David Pa./mere.. RRuggers : Ryan /r i e y • Aguafies Endorsemernf: /1?'chae/,Scurlie Cameron Maui kCerb edd Arborjs¢s : dames Lower'f n gales Esrae /nonfu .rOral rtCki an -*plat/gro & Insp��av�: easy hfa,ds,a) 51-evem 131sse/i1nY 7urpcJ -'rr'appeg_. : Dan 1 rthrm‹, s�G!/ ) Labelle 4- CPR,/ Isr 41.1 : Conipfran/- Bid Response Documents 5 4. Company shall demonstrate at the time of bid submittal that they have at least one acre of locked, secure storage and 10,000 sq. ft.of inside storage for storing park and recreation equipment and supplies. /1 oar /oca74on an e spoKane Valley, We eurren4-ly have 25-Rerte5 d 't"Creed secar.e sioragC_ o it,-/ de . /ns/de s/oragC. consists a o vtr 19, 000 spare -0-e+e f- locked ahci under Video Surt/e ylance • 5. Response time is critical to this contract. Successful contractor shall be able to demonstrate that their location is within the City or be able to respond to any location within the City where work may be needed when called within 30 minutes,24 hours a day. Penalties for late responses shall be assessed pursuant to the contract. Uu ^ Dmc.e !S mca.�.ed W 1/iin o-P 3poka - e Valley hind's: Th,e fur,-.e$t. park -proms our alice 6s G7reen acres P2rk. &-cord�n ' 7 D /YAP of tt ed; I,tl� are lip fun t 4e5 O&Qy From 7a1-park. 6. Successful firm shall obtain and maintain a City of Spokane Valley business registration form. r -/24- 70(v W . are L Carrera I bUsm e55 f/C€/2s c ho/deR.. 7. List supervisory personnel currently employed by the Bidder and available for work on the contract as follows: Years of Name Title Experience &S.-Cy .Madsen Parks DeParlinenj '1. years Superl/tso,2 kevin horde%n /ylainfenanc2. yea -s Amo y 7ntizajk &wick lifangger 11 Veav-5 8.Attach a resume with the qualifications,previous employers, and experience of the project manager who is proposed to be assigned to this project. rhdudear int is bid res, nse doa mcn/c 9. Provide references of at least three current or previous clients for same or similar work at least one of which shall be from a public park system. Please include names and titles of contacts. SpoVcne Valley Parks - Mkt Sine - (509) 720 -56W Dwigh4. Merkel SPoris Gornple ' 8uk - (51) 625--64316 A,gilen/- 7.cArio tes -- tob .4111/e2, - (6-6 9) 3i2-/385" Bid Response Documents 6 BIDDER COMPLIANCE CERTIFICATION PROJECT COMPLIANCE In compliance with the request for quotation,bidder hereby proposes to perform all work for this project in strict accordance with the contract documents,within the time set forth therein, and at the prices bid. SPECIFICATION COMPLIANCE The bidder certifies below that his/her bid complies in all respects with the attached specification documents,including the minimum specifications. YES NO CASEY D . MADSEN OBJECTIVE To maintain as an outstanding service provider to the City of Spokane Valley.To provide excellence in customer service,public interaction,quality in work preformed and leadership. To create and maintain environments that are great places to live,work,and play. EXPERIENCE 2000-2004 Blue Mountain Community College Pendleton, OR Assistant Grounds Keeper for 62 acre facility • Daily trash pick up from grounds. is Daily hard surface maintenance. • Maintaining of all shrub beds keeping weed and debris free. a Maintaining off all turf areas including mowing, line trimming hard and hard edging. • Completed proper pruning practices to maintain tree, shrubs and other vegetation for health,safety and aesthetic purposes . • Turf and vegetation irrigation maintenance: indudes repair,adjusting for proper coverage,redesign, trouble shooting,new installation, and proper winterization. • Completing landscaping projects, removing old out dated beds and vegetation, creating new beds, plantings, sod areas, concrete pads, and permanent fixtures. • Operated equipment: tractors, skid steers, dump truck with gravel spreader for traction during fall and winter, 3/4 ton 4x4 trucks with plows for snow removal,snow blowers,backhoe,mowers (21", 36",72") line trimmers, edger, power shears, chain saws, boom sprayers for chemical use, atv with chemical tank for weed treatments, 3 point implements,welders and other power tools. • Weed control through IPM chemical and non-chemical uses • Spring and Fall granular fertilization application of turf areas including aeration. • Athletic field prep and maintenance. • Set up and take down of multiple student, staff and community events that utilized the college grounds and facilities throughout the year. • Moving of office equipment and furnishings during remodeling and new faculty member move in. Demolition of existing structures to prep for new. • Building/lot maintenance,painting,crack sealing. • Maintaining/Repairing of all equipment used during the year including vehicles and calibration of spray equipment. • Record keeping of daily work times and work orders completed. • Helped maintained a strong faculty, student and community working relationship. Spring-Summer 2003 Coeur d'Alene Parks Dept. Coeur d'Alene, ID Grounds Worker at City Park, Fort Sherman Playground, Tubbs Hill,Memorial Field, Skate Park, McEuen and Independence Point. 163+acres. • Daily trash pick up from grounds. • Daily hard surface maintenance. • Maintaining of all shrub beds keeping weed and debris free. • Maintaining of all turf areas including mowing, line trimming and hard edging. • Restroom cleaning/maintenance. • Shelter cleaning prep for reservations. • Completing landscaping projects: refreshing of ground cover, plantings, and laying of sod. • Maintaining of playground areas,athletic fields, skate park,volleyball and basketball courts including minor repairs and light construction. • Operated equipment: tractors, Bob Cat, 3/4 ton 4x4 trucks, backhoe, mowers (21", 36" 72"), turf sweeper, line trimmers, edger,power shears, chain saws,3 point implements,and other power tools. • Maintaining and removing of large objects (driftwood) from city beaches with the use of Kubota tractor • Represented the city of Coeur d' Alene with the upmost dignity it deserved. 2005-2006 Kline Landscape and Irrigation Landscape Construction Worker and Irrigation Installer for Private and Public Properties • Hardscape Construction: block retaining walls, brick paver patios and driveways,concrete curbing and patios. is Custom fence installation:rod iron,vinyl, composite and cedar. • Proper planting of new vegetation and new bed construction. • New lawn construction: removing of existing grounds, excavating to proper grade,laying of new sod. ■ Decorative ground cover installation:rock,bark, and flag stones. ■ Excavation for construction. ■ French drain installation. • Commercial and non-commercial irrigation installation from 3/4" to 2". • Repair of commercial and non-commercial irrigation systems. • Irrigation system winterization for commercial and non-commercial sites. is Grounds Maintenance: Service provider for commercial and non- commercial sites maintained turf/landscape including pruning. 2 ■ Operated equipment: tractors, Bob Cat, 4x4 trucks, backhoe, mowers (21", 36"), line trimmers, edger, power shears, chain saws, 3 point implements, laser level for grading, cement mixer, concrete curbing machine, pipe puller, trencher, sod cutter, wet saw, and other power tools 2007—present Senske Services Irrigation Tech., Maintenance Lead, Decor Lead, Maintenance Supervisor,Parks Supervisor • Trouble shooting and repair of irrigation issues in the commercial and non-commercial industry. ■ Design,sales and install of irrigation systems. • Seasonal check and adjust of commercial and non-commercial irrigation systems. • Proper winterization of irrigation systems in the commercial and non- commercial industry. ■ Spring start up of irrigation systems. ■ Certified backflow tester through IBOL and ABPA: testing, repairing and installation of backflow assemblies. • Data entry and communication with clients regarding service. • Worked directly with city,county and state purveyors. • Operated Machinery: pipe pullers, bob cat, min-excavators, trenchers, wire locators. • Grounds Maintenance: maintained turf, landscaped areas, and hard surfaces during spring, summer, fall, and snow season in the commercial and non-commercial field including pruning. • Operated Machinery: 3/4 ton 4x4 trucks with plows for snow removal, snow blowers, de-ice tanker, backhoe, mowers (21", 36") line trimmers, edger,power shears,chain saws and fork lift. • Decor lighting installation crew lead: installation and take down of commercial grade lighting for commercial and non-commercial clients mainly during the holiday season. • Maintenance Supervisor: managed 8-2 man maintenance, irrigation, aeration and pruning crews at the Coeur d' Alene branch and 8-2 man crews for snow removal with 39 commercial snow accounts. Managed over 140 comercial and non-commercial accounts. • Ran on-call service during fall and winter season for snow removal and de-ice services.Available 24/7 for dispatching and overseeing crews. • Monitored work quality and quantity for crews in my department.. • Established strong relationships with vendors and repair sources. ■ Hired personnel in order to correctly staff crews to complete work load. • Completion of the proper termination process when applicable of undesirable personnel from above crews. 3 • Proposed and sold additional services to existing customers. • Maintained and improved customer relations. Completed ongoing site evaluation through season. • Responsible for crew safety and First Aid requirements. • Maintained weekly safety meetings for all personnel and documented those meetings. • Built, updated, and maintained a budget for all departments set within the guidelines of the Branch Manager and General Manager. • Documented and tracked expenditures. • Scheduling of specialty departments: Mow routes, Irrigation, Aeration, Pruning,&Landscape projects,and snow routes. • Responsible for rechecks relating to damage to clients property. • Daily communication with branch manager with needs and directions. Spokane Branch-Parks/Irrigation Supervisor • Manage 13 full time dedicated parks employees that operate 7 days a week at 18 different park locations. • On call 24/7 for contact for any issues that need addressed regarding all park services areas. • Manage after hours seven days a week on call service for the City of Spokane Valley Emergency flagging/removal response team. • Provide leadership, extensive training, and daily expectations to all parks staff. • Work directly with Parks director and city staff on up coming events,issues and future expansion. • Provide ancillary bids and project ideas. • Complete ancillary work in or ahead of scheduled time frame given for completion. • Work with public organizations such as Valleyfest, Evergreen Region Volleyball Association, and Valley Christian School in helping complete special projects and functions within the parks. • Oversee and help parks staff complete jobs and projects when needed. • Schedule and ensure that all scope of services are being completed with an eye for detail and sense of urgency. • Daily quality control inspection and monitoring. • Partake in monthly briefings with office staff and City of Spokane Valley Parks staff. • Manage daily and monthly product inventory. • Track and ordering of daily supply needs. • Hiring and scheduling of staff accordingly to needs and events. • Ensure that all functions of the parks are in working order: Splash pads, power fixtures, lights, bathroom facilities, shelter facilities, playground equipment, water pumps/well pumps, lift stations, irrigation,free of graffiti/vandalism and coordinate with parks staff to make sure repairs are made if needed. 4 • Ensure that daily, monthly and annual testing is completed and proper forms are documented and sent to proper authorities: Sullivan well water quality sample, backflow assembly testing, playground safety inspections,barker holding tank forms • Monitor and coordinate with snow supervisor on snow/de-ice services during fall and winter season. • Help provide a safe environment for the public and staff within the parks ensuring that we have left the area in the upmost safe and secure manner as possible. 5 CERTIFICATIONS / TRAINING • Former ABPA American Backflow Preventer's Assoc. Certified • Former IBOL Certified Backflow Assembly Tester • National Playground Safety Institute Certified • Current CPR/First Aid/EAD • The working smarter training challenge -70 weeks of lean management training 6 REFERENCES Andy Gose,Head Groundskeeper,Blue Mountain College,Pendleton, OR (541) 377-1036 Brett Bryan,Director of Athletics,Blue Mountain College,Pendleton,OR (541)278-5900 Doug Kline,Owner of Kline Landscape&Irrigation,Pendleton, OR (541)276-2999 Aaron Clary, Spokane Valley Public Works-Stormwater, Spokane Valley, Wa (509) 720-5005 Shane Arlt,Spokane Valley Maint. Superintendent,Spokane Valley,Wa (509) 720-5002 More available upon request 7 1006 R. 3RD, POSTFALLS, ID 83854 * PHONE (208) 659-0518 R-MATT. C.MAT)SRN6)SF.NSTCR.C'(")M 10/21/2016 In addition to the space provided for bid response questions 4 through 7, I wanted to add additional information that may be relevant. We have a storage facility that includes a fenced yard with gates and a secondary set of gates that auto close after hours. They are accessed by swipe cards after hours that record user name and time stamp entry. We also have dry storage inside our warehouse that measures about 13,000 square feet. We have currently locked cages inside our warehouse that we keep parks maintenance supplies, tools, ball field equipment, irrigation supplies, mowing equipment, and painting supplies. Our experience in the last eleven years with the Spokane Valley parks department has dictated many occasions we have had to respond very quickly. In routine conditions,we can drive to any Spokane Valley Park location within 30 minuets. Our Senske Lawn &Tree Care Spokane facility is located in the Spokane Valley. We have a dedicated Parks Supervisor in Casey Madsen. He has been with Senske for 9 years. His resume is attached in the bid response. In his department we have a very qualified staff with many years of combined service in the Spokane Valley parks department. We have an experienced team in painting,trash removal,janitorial, landscape maintenance, shelter maintenance, reservations, pond and pump maintenance, ball field prep, pesticide management, aerations, snow removal, playground inspection, tree and shrub work, lot and light maintenance,trail maintenance, vandalism repair and public communication. We are fully staffed for events such as Valleyfest,the salmon feed, movies in the park, numerous fun runs and walks and are well versed for anything that is requested that may be considered out of the ordinary. Specifications 3 5. Response time is critical to this contract. Successful contractor shall be . located within the City of Spokane Valley or be able to demonstrate the ability to consistently respond when called within 30 minutes 24 hours per day. 6. Staffing requirements C /a/. • Dedicated parks supervisor available to the Director 24 hours per day • Full-time irrigator StliSk€ meek .74- • Minimum 15 staff dedicated to just Spokane Valley Parks & &)ems At m/rmont nit Recreation with at least two years of park maintenance experience p /�„ � • Minimum two tall tree climbers /i ipis • One licensed applicator with aquatics endorsement efet//Dmeg/ amd sie'/df" One experienced ballfield preparation Master Fabricator TitttottniS • • // 7' Equipment Required: ✓• Minimum 15 dedicated trucks—at least five to be equipped with four- wheel drive r J W/ ✓• Minimum 60' bucket truck -QQ ( ✓'.G I ✓ Two 12' - 16' gang mowers v'�S'�� /tL�U l %/8 Chipper tuts ad! P e 1/hd 56 ✓• Air compressor ,,,p en74 �oPe 10-1/' V. Three dump trucks � ✓• Mobile spray equipment is as a. miff I(Vlt( t /• Cylinder spreader /�ZD✓-e %an rc�u�rtd • 12 snowplow blades minimum of 7'6"wide On dome lT•CIS ✓• Four wheel drive utility vehicle ✓• Mid-sized tractor with backhoe implement ✓• 4' Aerator ✓• Ballfield preparation equipment / • Skid steer with brush hog /�� 8. Successful firm shall be required to obtain a City of Spokane Valley business registration form. 9. Provide verification of all minimum mandatory requirements in the Bid Response Documents. 1.4 One General Contractor:,The City's intent is to award this maintenance contract to one general contractor. Therefore, an important requirement will be the ability of Bidders to provide 90%or more of all of the skills, labor and equipment necessary to complete all tasks. All subcontracted work shall remain the sole responsibility of the general contractor and the general contractor shall remain the sole contact with owner. Subcontracted work shall be limited to not more than 10%of the contract. 2.0 CONTRACT EXPECTATIONS: The expectation of the City is to provide safe, clean, attractive facilities throughout the entire Parks and Recreation system. Acceptable 11/29/2016 SENSKE LAWN&TREE CARE INC t}L ;r ' 14\, Learch L&1 i 4✓ li{'r.TJ :9c11c::b t` ¢iei lt'lt 1 ,til. `' ' h 'EA' x' '.lr„)'43t aCA & Washington State Department of Labor & Industries SENSKE LAWN & TREE CARE INC Owner or tradesperson 400 N QUAY ST KENNEWICK,WA 99336-7734 Principals 509-736-0754 SENSKE,CHRISTOPHER, PRESIDENT BENTON County WAREHIME,DANIEL P,VICE PRESIDENT SENSKE,CATHERINE A,AGENT Doing business as SENSKE LAWN&TREE CARE INC WA UBI No. Business type 600 124 706 Corporation Governing persons CATHFRINF License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. SENSKLT117PT Effective—expiration 10/30/1989—01/30/2017 Bond American States Insurance Co $12,000.00 Bond account no. 67S000589 Received by L&I Effective date 05/07/2012 04/20/2012 Expiration date Until Canceled Bond history Insurance Cincinnati Ins Co $1,000,000.00 Policy no. ENP0177069 Received by L&I Effective date 01/22/2016 01/28/2013 Expiration date 01/28/2017 Insurance history Savings No savings accounts during the previous 6 year period. ielp _ "rn>- over https://secure.lni.wa.gov/verify/Detail.aspx?UBI=600124706&LIC=SENSKLT117PT&SAW=False 1/2 11/29/2016 SENSKE LAWN&TREE CARE INC Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No'L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during'the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 156,937-00 Doing business as SENSKE LAWN&TREE CARE INC Estimated workers reported Quarter 3 of Year 2016"Greater than 100 Workers" L&I account representative TO/KARLA BOWMAN(360)902-5535-Email:BOWK235@Ini.wa.gov Workplace safety and health • Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 02/07/2012 Violations Inspection no. 315684316 Location 2909 River Road Yakima,WA 98902 •f,Washington State Om,of,abor&Intist les.Us,,of this ale is subject to the haws,of the stale of Washington. https://secure.lni.wa.gov/verify/Detail.aspx?UBI=600124706&LIC=SENSKLT117PT&SAW=False 2/2 �,'......N ( I , SENSLAW-07 RESLINGER ACORO' CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 1/2612016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION iS WAIVED,subject to the terms and conditions)of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s)r-7:—"— PRODUCER ndorseltpent(s);— "'"""— PRODUCER I i •I 1,.; t I V E O CONTACT NAME. Richland Office PHONE 509 946-6161 J . INC.Na.EMI: ( ) _(AIC,No(509)946-0715 PayneWest Insurance,Inc. t'Iii 0 1 2016 EMAIL 390 BradBlvd. ADDRESS: Richland,WA 99352 PARKS&RECREATION DEPT. INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Cincinnati Insurance Companies 10677 INSURED — INSURER B:Homeland Ins Co of New York Senske Lawn&Tree Care,Inc INSURER C: 400 North Quay Street INSURER 0: Kennewick,WA 99336 INSURER E: INSURER F: COVERAGES_ CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILSR TYPE OF INSURANCE' ADM SUER POLICY EFF POLICY EXP INS° WVD POLICY NUMBER (MM!DDIYYYY) (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X ENP0177069 01/28/2016 01/28/2017 pREM SES(EaEo TE encu) $ 500,000 X WA Stop Gap/Empi. MED EXP(My one person) $ 10,000 X BLKT Addl Insured PERSONAL&ADV INJURY $ 1,000,000 GEHL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY p'1 JECT LOG PRODUCTS-COMP/OP AGE; $ 2,000,001 OTHER: $ AUTOMOBILE LIABILITY ECOMBINED SINGLE LIMIT nt) $ 1,101,000 A X ANY AUTO ENP0177069 01/28/2016 01/28/2017 BODILY INJURY(Pet person) $ AUTOWNED _ AUTOSULED BODILY INJURY(Per accident) $ IWEX HIRED AUTOS X AUTOS EO accidentY D) U11AGE S $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 4,000,000 A EXCESS LIAR CLAIMS-MACE ENP0177069 01/28/2016 01/28/2017 AGGREGATE $ 4,000,000 DED RETENTION S $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y I N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBEREXCLUDED? NIA EL EACH ACCIDENT $ (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE$ ifyo-dccu,.7a�a�lcr DESERIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5 A Equipment Floater ENP0177069 01/28/2016 01/28/2017 Policy Limit 110,000 B Commercial Pollution 7930017960001 01/28/2018 01/28/2018 Pollution Liability 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES(ACORD tot,Additional Remarks Schedule,may be attached tr more space Is required) SNOW REMOVAL LIABILITY.First Mercury Insurance Company-Policy Term 1/28116 to 1/28/17 Liability Limit.$1,000,000 Occurrence with $2,000,000 Aggregate City of Spokane Valley Is added as Additional Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Spokane Valley Parks&Recreation Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2426 N Dlscuovery Place ACCORDANCE WITH THE POLICY PROVISIONS. Spokane Valley,WA 99216 AUTHORIZED REPRESENTATIVE -410.0,kkkt 4If1 ©1988.2014 ACORD CORPORATION. All rights reserved, ACORD 26(2014101) The ACORD name and logo are registered marks of ACORD Spokane .®Valley. 82794291 BOND NO: CONTRACTOR'S PAYMENT BOND(NON-FEDERALLY FUNDED PROJECT) to City of Spokane Valley,Washington The City of Spokane Valley,Washington,in Spokane County,has awarded to Senske Lawn and Tree Care(Contractor),as Principal, a contract for the construction of the project designated as Parks Maintenance 2017, Project No. 16-174.00 in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with chapter 39,08 Revised Code of Washington(RCW). The Cincinnati Insurance Company (Sure t}) co oration The Principal, and { , a rp organized under the laws State of Ohio and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly hound to the City of Spokane Valley,as Obligee,in the sum of$ 758,310.01 total Contract amount (including Washington State sales tax), subject to the provisions herein. This payment bond shall become null and void, if and when the Principal, its heirs,executors,administrators, successors, or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW, including all workers, laborers,mechanics, subcontractors, and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work; and shall indemnify and hold harmless the Obligee from all loss, cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments; and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(C. ) S l ETY The CI cinnati Insurance Company 12-16-16 �rincip�. ature Date S rety ig ire Date ,C OM (I 1-D c -- Cheryl Moore Printed Name Printed Name Gfp Attorney in Fact _ Title Title Name,address,and telephone of local office/agent of Surety Company is: Michael Button/PayneWest Insurance,390 Bradley Blvd,Richland,WA 99352 Updated 1.14.2013 THE CINCINNATI INSURANCE COMPANY Fairfield,Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That THE CINCINNATI INSURANCE COMPANY,a corporation organized under the laws of the State of Ohio,and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint John R. Mostoller; Michael R. Button; Roxann D. Shuck; Roxanna S. Eslinger; Pamela R. Urlacher and/or Cheryl Moore of Richland, Washington its true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed,any and all bonds, policies,undertakings,or other like instruments, as follows: Any such obligations in the United States, up to Twenty Five Million and No/100 Dollars ($25,000,000.00) . This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6th day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney=ih-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority.Any such writings so executed by such Attorneys-in- Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7th day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so 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 WHEREOF,THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this I"day of October, 2015. ,M3WN. THE CINCINNATI INSURANCE COMPANY a cowman 9 is _*NNLIk.,, A _ 3..N... ...._ (,_ •SEAL 4s �'� 0x10 Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this I" day of October, 2015, before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY,to me personally known to be the officer described herein,and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. volintrorto .71,../Z___ M $T��� r,,.�,�,.• `4 (/MARK J.H LLER,Attorney at Law Yi J. NOTARY PUBLIC-STATE OF OHIO V � oc expiration date.Section 147.03 O.R.C. I,the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY,hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 16th day of December,2016. X* fi 64.1'...4 1nIYg4 /CORPORATE•g ;a SEAL Secretary onto BN-1005 (10/15) ,CITYpo]L ane lei 82794291 BOND NO: CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley,Washington,in Spokane County,has awarded to Senske Lawn and Tree Care(Contractor),as Principal, a contract for the construction of the project designated as Parks Maintenance 2017, Project No. 16-174.00 in Spokane Valley, Washington,and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with chapter 39.08 Revised Code of Washington(ROW). The Principal, and The Cincinnati Insurance Company (Surety), a corporation, organized under the laws of State of Ohio and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,as Obligee, in the sum of$758,310.01 total Contract amount (including Washington State sales tax), subject to the provisions herein. This performance bond shall become null and void, if and when the Principal,its heirs,executors,administrators,successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts; and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL( S 4 "ET The Cincinnati Insurance Company 1.•••< //004 I /. /l/ �� ��i / 12-1616 'rmcipa _ ire Date met PT.a�•e Date A0-0/211 7L - Cheryl Moor: Printed Name Printed Name Attorney in Fact Title Title Name,address and telephone of local office/agent of Surety Companyis: Michael Button3PayneWest Insurance,390 Bradley Blvd,Richland,WA 99352 509-946-6161 Updated 1.14.2013 THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That THE CINCINNATI INSURANCE COMPANY,a corporation organized under the laws of the State of Ohio,and having its principal office in the City of Fairfield, Ohio,does hereby constitute and appoint John R. Mostoller; Michael R. Button; Roxann D. Shuck; Roxanna S. Eslinger; Pamela R. Urlacher and/or Cheryl Moore of Richland, Washington its true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety,and as its act and deed,any and all bonds,policies,undertakings,or other like instruments, as follows; Any such obligations in the United States, up to Twenty Five Million and No/100 Dollars ($25,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6'h day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority.Any such writings so executed by such Attorneys-in- Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7'h day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so 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 WHEREOF,THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 14 day of October, 2015. mw4s THE CINCINNATI INSURANCE COMPANY .i- CORPORATE 1 ;= S E A L .� �yc J L �1 L— ,.._ A - J_N....,•___ _ • onto Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this In day of October, 2015, before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY,to me personally known to be the officer described herein,and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. .��`��0 A I.sollInff rP t, -tk � r. ---,-7.,.;.7,--,_,' ' 4 MARK J.H LLER,Attorney at Law {1.`"' NOTARY PUBLIC-STATE OF OHIO 6 i �!0 My commission has no expiration y'b, E Of date.Section 147.03 O.R.C. I,the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY,hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 16th day of December,2016. ArClilt K " a CORPORATE 9 Secretary aSEAL 1 - oHtio ' rs 1. I not i."It e CONTRACT PROVISIONS FOR: PARK MAINTENANCE CONTRACT Spokane Valley Parks and Recreation Department 2426 N. Discovery Place Spokane Valley, WA Issued for Bidding Date: September 30, 2016 p � Valley* CITY OF SPOKANE VALLEY CONTRACT PROVISIONS FOR PARK MAINTENANCE CONTRACT 0111111.1.11\11 Sfkikane Valley Bids are due by 4:00 PM local time, Friday, October 21, 2016. Michael D. Stone, Parks and Recreation Director CenterPlace, 2426 N. Discovery Place, Spokane Valley, WA 99216 Website: www.spokanevallev.org Email: parksandrec@spokanevalley.org Park Maintenance Contract Spokane Valley Parks and Recreation Department TABLE OF CONTENTS PART 1 -INTRODUCTION PAGE Invitation for Bid PART 2—GENERAL INFORMATION Instruction to Bidders 1 Special Conditions 5 General Conditions 6 PART 3—BID RESPONSE DOCUMENTS Bid Proposal 1 Representations and Certifications 2 Bidder's Administrative Information 3 Bidder Qualification Statement 4 Bidder Compliance Certification 6 Contractor's Performance Bond 7 Contractor's Payment Bond 8 PART 4—SPECIFICATIONS 1.0 Overview 1 1.1 Objective 1 1.2 General Information 1 1.3 Minimum Mandatory Requirements 2 1.4 One General Contractor 3 2.0 Contract Expectations 3 2.1 Contractor to Provide Materials and Supplies 4 2.2 Contractor Responsible for All Support Facilities 4 2.3 Contract Term 4 2.4 Customer Service 5 2.5 Lost and Found 5 2.6 Maintenance Schedule 5 2.7 Service Levels Subject to Change 5 2.8 Uniforms 6 2.9 Background Checks 6 2.10 Drug Testing 6 2.11 Exclusions 6 3.0 Scope of Work 6 3.1 Park Properties to be Maintained 6 3.2 Medians and Rights-of-Way(ROW) 7 3.3 Undeveloped Land 7 3.4 Daily Routine Tasks 7 3.5 Periodic/Seasonal Tasks 7 3.6 Special Events 8 4.0 Submittal Information 8 4.1 Bidder Requirements 9 4.2 Contractor Responsibilities 9 4.3 Subject to Verification 10 4.4 Bidder's Responsibilities 10 5.0 Questions 10 5.1 Right to Award 10 5.2 Severability 11 6.0 Grounds and Facilities Maintenance Listing 11 7.0 Estimated Quantities 12 8.0 Representative Maintenance Standards 25 PART 5—APPENDIX Appendix A—Model Park Maintenance Contract Spokane e� r j\Aalley• PART 1 - INTRODUCTION PARK MAINTENANCE CONTRACT PUBLIC NOTICE FOR INVITATION TO BID CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT 2426 N.DISCOVERY PLACE SPOKANE VALLEY,WA 99216 Notice is hereby given that the City of Spokane Valley, Washington,will accept sealed bids for the Spokane Valley Parks and Recreation Department Park Maintenance Contract. The City of Spokane Valley is requesting Bids for complete maintenance of parks, open space, recreation playing fields, medians,rights-of-way,trails (including the Centennial and Appleway Trails), parking lots, walkways and other facilities and buildings operated by the Parks and Recreation Department. The successful contractor shall supply all labor,materials and supplies necessary to fulfill the terms of this contract. The above is not all inclusive,but is representative of what is expected to be a comprehensive maintenance contract. TO OBTAIN BID PACKET: Copies of the bid packet, including specifications and plans, may be obtained in PDF format by downloading from the Spokane Valley FTP site. To obtain the FTP site logon and password to submit a bid for this project, please contact Patty Bischoff at pbischoff(a,spokanevalley.org or (509) 720-5401. Contractors will then be placed on the City's Proposal Holder's list. Any addenda to this project will be sent only to those listed on the Proposal Holder's list. QUESTIONS: Contact Mike Stone, Parks and Recreation Director for the City of Spokane Valley, at(509) 720-5400 or mstone@spokanevalley.org. Bids shall be submitted in sealed envelopes addressed to the Parks and Recreation Department, City of Spokane Valley, 2426 N. Discovery Pl., Spokane Valley, WA 99216, and received no later than 4:00 P.M. local time,Friday, October 21,2016. SV" iikane .000Valley- PART 2 - GENERAL INFORMATION PARK MAINTENANCE CONTRACT General Information 1 INSTRUCTION TO BIDDERS 1.01 CONTRACTOR REGISTRATION: Contractors bidding this project shall be registered in the State of Washington pursuant to Chapter 18.27 of the Revised Code of Washington(RCW).Bidders shall be qualified by experience,and have sufficient financing to do the work called for in the plans and specifications.The City reserves the right to take whatever action it deems necessary to determine the ability of the bidder to perform the work satisfactorily. Bidders shall list their State of Washington Contractor's license number on their bid form.In addition, bidders shall verify that subcontractors and/or specialty contractors submitting sub-bids are also licensed in the State of Washington, as required by chapter 39.06 RCW. 1.02 EXAMINATION OF DOCUMENTS: Each Bidder shall thoroughly examine and be familiar with the Contract Documents. Submission of a Bid shall constitute an acknowledgment upon which the City may rely that the Bidder has thoroughly examined and is familiar with each of the Contract Documents. The failure or neglect of a Bidder to receive or examine any Contract Document or any part thereof shall in no way relieve it from the obligations with respect to its Bid or to the Contract.No claim for additional compensation shall be allowed which is based upon a lack of knowledge of any Contract Document. 1.03 EXAMINATION OF THE SITE(S): Each bidder shall thoroughly examine and be familiar with the project site(s),its improvements,available utilities and the material. Submission of a proposal shall constitute an acknowledgment upon which the City may rely that the Bidder has thoroughly examined and is familiar with the site(s),its improvements and the Contract Documents. The failure or neglect of a bidder to fully familiarize itself with the site(s)shall in no way relieve it from any obligations with respect to its proposal or the contract.No claim for additional compensation will be allowed which is based upon lack of knowledge of the site(s)and its improvements. 1.04 QUALIFICATION OF BIDDERS:No bid for a public work may be tendered or considered or contract executed for a public work with any bidder(person or entity)that has a determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b)by the Washington State Departments of Employment Security,Labor and Industries or Revenue respectively dated within two years from the date that a violation is finally determined and the date of this bid opening. Upon City request,the apparent low bidder shall,after 10 days notification,provide evidence of sufficient facilities, equipment, experience and financial ability to ensure completion of the work. A responding bidder shall meet both the minimum requirements as described in the Bidder Qualifications Statement in the Bid Response Documents and the Minimum Mandatory Requirements in the Specifications—Section 2 to be deemed a responsive bidder. 1.05 SUBCONTRACTORS: Refer to Special Conditions section for requirements. 1.06 CONTRACTOR'S BOND: The Contractor shall pay for and file an annual Performance Bond and Payment Bond to the STATE OF WASHINGTON AND THE CITY OF SPOKANE VALLEY(dual obligees)which will always be,at a minimum,equal to 100%of the annual contract price including sales tax and all additions, deletions or extensions in time.Any additions, deletions or extensions in time shall not relieve a surety of its liability in any manner whatsoever. The bond is to ensure faithful and complete performance of the contract and payment of all taxes and obligations to laborers and materialmen arising General Information 2 from the project.The bond shall be executed by a surety company acceptable to the City of Spokane Valley.The Performance Bond and Payment Bond shall remain in effect for the term of the contract. 1.07 ADDENDA TO THE INVITATION TO BID: Any prospective bidder desiring an explanation or interpretation of the bid documents, shall request the explanation or interpretation in writing early enough to allow a written reply to reach all prospective bidders before the submission of their bids.All official clarifications or interpretations of the bid documents shall be by written addenda issued by the City of Spokane Valley. Clarifications given during the bidding process by the City to bidder's questions will be considered informal and unofficial.The City shall not be held responsible for oral interpretations. Should any discrepancies or omissions be found in the bid specifications,or doubt as to their meaning,the bidder shall at once notify the City in writing. The City shall issue written instructions or addenda as required to all interested parties.All addenda issued shall be incorporated into the contract. Each bid shall include specific acknowledgment of receipt of all addenda issued,if any, during the bidding period.Failure to acknowledge receipt may result in the bid being rejected as not responsive. Space is provided in the bid to make such acknowledgments. 1.08 PREPARATION OF PROPOSAL: The Bidder shall submit their bid properly executed on the forms furnished.Only amounts and information asked for on the bid forms will be considered as the bid. Each bidder shall bid upon the work exactly as specified and as provided in the bid form. The bid prices shall include all items of labor,material,equipment,tools,overhead and compensation, supplies,taxes (except Washington State Sales Tax), utilities and other incidentals necessary to complete all of the work. The bid shall be typed or filled out in ink.Numerical bid prices can be typed or printed in clean legible figures.The bid shall be signed by the bidder or a representative of the bidder that has the legal authority to commit the bidder to a contractual agreement.Bids submitted by corporations shall be signed by the officer or officers having authority to sign them. If a bidder is a copartnership,the proposal shall be signed by an authorized member of the copartnership.When the bidder is a joint venture,the proposal shall be signed by one or more individuals as authorized by the joint venture.If the City should so require,evidence of legal authority to sign shall accompany the bid or be on file with the City. The City expects the bidders to anticipate no increases in the compensation over the life of the contract and bid it as such. Any requested increase must be pre-approved by the City. Sign at the end of pages where indicated.The signature certifies that the information on that page is true and correct.Failure to do so may be cause for disqualification of the bid. 1.09 SUBMISSION: Submit only the Bid Response Document.Do not include any other parts or copies of the bid manual. Complete information shall be submitted detailing special equipment,appurtenances, accessories, components, and labor required for completion of this contract. Any units not conforming to bidder's exact specifications may be rejected and it will be the responsibility of the manufacturer and/or bidder to conform to the requirements unless deviations have been specifically cited by the bidder and acceptance made on the basis of the exception. 1.10 PREPARATION OF ENVELOPE: Each proposal shall be sealed in an opaque envelope,which has been clearly marked in the upper left corner with the words"Bid Proposal By"followed by the name General Information 3 and address of the bidder. In the lower left corner of the envelope the bidder shall write out the opening date of"October 21,2016" or as amended, and name of the bid"Park Maintenance Contract." 1.11 TAXES: The City is required to pay Washington State Sales Tax on all purchases and contracts. Sales tax should be added as a separate item only, not to be included in the price. All bidders,whether inside or outside the state of Washington, shall show the tax rate applicable to this bid.All taxes payable by the City as a result of this contract are considered part of the bid evaluation. Washington State Tax is payable by the City directly to the State of Washington on awards made to out-of-state contractors who do not have a Washington State Sales Tax number.If you have any questions concerning the appropriate rate call the Washington State Department of Revenue. It shall be the contractor's responsibility to furnish Federal Excise Tax Exemption Certificate,when applicable. 1.12 COMPLETENESS OF PROPOSAL: Each bidder shall bid on all items in the bid proposal. Alternative,additive,or deductive prices shall not be considered unless specifically required in the proposal form. Additional technical data furnished by a bidder,but not required by the Contract Documents,may at the City's option be considered a part of the proposal to the extent that it is supplementary to, is consistent with and not contrary to the Contract Documents. 1.13 CONTENTS OF PROPOSAL FORMS: The bid proposal form invites bids on definite plans and specifications.The plans,specifications and any addenda relating to the project referred to in the proposal shall be considered to be part of the proposal. 1.14 CHANGES TO THE PROPOSAL: A change to the bid proposal already received will be considered only if the changes are received prior to the last call for bids.All changes shall be made in writing,executed and submitted in the same form and manner as the original proposal. 1.15 WITHDRAWAL OF PROPOSAL: Each bid proposal shall constitute an offer to the City as outlined therein and shall be irrevocable after the last call for bids.Any bidder may withdraw its proposal by giving written notice to the City at the place such proposals are to be received and at any time prior to the last call for bids.After the last call for bids,bids may not be withdrawn,unless such execution is delayed due to acts of the City,for a period exceeding 45 days after the last call for bids except at the City's option. 1.16 POSTPONEMENT OF OPENING: The City reserves the right to postpone the date and time last announced for receiving proposals and such postponement may be made at any time prior to the last call for bids.The City shall give written or telephonic notice of any such postponement to each party to whom Contract Documents have been issued,followed by issuance of an addendum confirming the changing of the announced date and time for receiving proposals. 1.17 DELIVERY OF PROPOSAL: Oral,telegraphic or telephonic bids or oral modifications shall not be considered(this includes telecommunications such as facsimile machine). It is the sole responsibility of the bidder to ensure that its proposal is received on-time and at the proper location. The bidder is solely responsible for ensuring that its bid is forwarded or delivered where General Information 4 specified,how specified, and when specified. The City does not assume responsibility for any delay in U.S.,City,or any other delivery service resulting in a bid being received late. 1.18 EVALUATION OF BIDS: In evaluating the proposals,special attention will be paid to the minimum mandatory requirements and qualifications of the bidders when considering awarding the contract. The City reserves the right to waive minor irregularities or informalities in any or all proposals. The City of Spokane Valley reserves the right to reject any or all bids,portion or parts thereof and to waive all minor irregularities in bidding. 1.19 REJECTION OF PROPOSALS: The City reserves the right to reject any or all bids. Without limiting the generality of the foregoing,the City may reject any Bid which is incomplete,not responsive, obscure or irregular, any Bid which omits a bid on any items for which bids are required,any Bid which omits unit prices if unit prices are required,any Bid in which unit prices are unbalanced in the opinion of the City and any Bid from a Bidder which has previously failed to perform satisfactorily or to complete on time construction or delivery of any nature. All bids are likely to be rejected if the lowest responsive bid received exceeds the projects estimate by an unreasonable amount or the budget by any amount. If all bids are rejected for either of these reasons,the project may be deferred and bid again when more competitive conditions exist. Any item(s)not conforming to Bidder's exact specifications may be rejected and it will be the responsibility of the Bidder to conform to the requirements unless deviations have been specifically cited by the Bidder and acceptance made on the basis of the exception. If the bidder whose Bid is accepted fails,neglects or refuses to furnish an executed copy of the contract, Performance and Payment Bond and Insurance Certificate or Insurance Policies within 10 calendar days as herein provided,such Bidder shall not be the lowest responsive Bidder and its Bid shall be rejected. The City may then select the lowest responsive Bidder and deliver a Notice of Award to such lowest responsive Bidder. Within 60 days after the last call for bids,the City may act either to accept a Bid or to reject all proposals.Failure of the City to accept a Bid within the said time,or such additional time,as the apparent lowest responsive bidder shall agree to extend its Bid,shall constitute rejection of all proposals. 1.20 ACCEPTANCE OF BID:Acceptance and award of contract,when made by the City,will be to the lowest responsive bidder.Unsuccessful bidders will be notified of results. The acceptance of a proposal will be evidenced by a Notice of Award from the City and delivered to the bidder whose proposal is accepted.No other action or notice shall constitute acceptance of a proposal.The Notice of Award shall not entitle the Bidder to any contractual or other remedies against the City.No proposal shall be binding upon the City until a contract has been properly executed by the Contractor and City. 1.21 AWARD OF BID: Bid award does not itself constitute a contract. The bidder shall have 10 days from the date of the notice of award,exclusive of the day of notice,to provide: 1)a signed copy of the Park Maintenance Agreement;and 2)a Contractor's Bond(Performance and Payment Bond)with the duly authorized signatures affixed thereto;and 3)certificate of insurance as required in the Park Maintenance Agreement in the specified amounts and with the following additional insured endorsement: "City of Spokane Valley,its officers,agents and employees are named as an additional insured with respects to this project." The certificate holder will be City of Spokane Valley, 11707 East Sprague Avenue, Suite 106, Spokane Valley, WA 99206.Upon satisfactory fulfillment of these General Information 5 requirements,approval by the City Council,and contract signature by the City Manager,the contract will be considered to be executed. 1.22 WAGE RATES AND EMPLOYMENT: This contract is considered a public works contract. Bidders shall acquaint themselves with conditions affecting Federal/State labor rates and impending negotiations for labor agreements. The successful bidder shall complete and file State of Washington,Department of Labor and Industries, Statement of Intent to Pay Prevailing Wages on Public Contract form and shall familiarize itself with all its requirements.The successful bidder shall also be responsible for and pay all costs pertaining to the processing of these forms as part of this contract. The bidder is solely responsible for determining the applicable labor classification(s)and utilizing the appropriate and correct prevailing wage and benefit rate(s)in submitting its bid based on these specifications. SPECIAL CONDITIONS 2.01 EQUIPMENT/MATERIAL: The City reserves the right to waive or take exception to the specifications if it be to the greatest advantage or best interest of the City of Spokane Valley. 2.02 DEFINITIONS: Whenever the term"City"appears in this document it shall be understood to mean the City of Spokane Valley,a municipal corporation of the State of Washington.The term"contractor," refers to the second party of the contract. 2.03 PROVISIONS: The Contractor,in the performance of the agreement,shall comply with all applicable Federal,State,and local laws,ordinances and regulations. 2.04 PREVAILING WAGES: The prevailing rate of wages to be paid to all workmen,laborers,or mechanics employed in the performance of this contract shall be in accordance with the provisions of chapter 39.12 RCW, as amended.The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wages for the locality or localities where this contract will be performed as determined by the industrial statistician of the Department of Labor and Industries,are incorporated by reference as a part of the Contract. Inasmuch as the Contractor will be held solely responsible for determining the correct labor classification(s)and paying the correct and proper prevailing wages and benefits,it is imperative that the Contractor familiarize itself with the current wage and benefit rates before submitting bids based on these specifications.The Contractor is responsible for all fees resulting from these RCWs. The State of Washington Department of Labor and Industries issues revised wage schedules twice per year(every 6 months)which become effective approximately the first of March and the last of August. The wage schedule that will apply to this bid will be the schedule in effect at the time and date of the actual bid opening(the published date including any changes made through the issue of addenda). Therefore the bidder is cautioned to be mindful that addendum changing the bid opening date could make the enclosed schedule obsolete. The bidder should obtain a current schedule from the Washington State Department of Labor and Industries if there is any question. In the preparation of its bid, based on these specifications,the bidder is solely responsible to: 1)use the schedule in effect at the bid opening date and time; and 2)determine the appropriate labor classification(s); and utilize the appropriate and correct prevailing wage and benefit rate(s). General Information 6 2.05 NON-DISCRIMINATION: During the performance of this contract,the Contractor and its subcontractors shall not discriminate in violation of local,state or federal law. 2.06 SAFETY: The successful bidder shall comply with Washington Industrial Safety and Health Administration pursuant to chapter 296-24 Washington Administrative Code(WAC)as adopted or subsequently amended. 2.07 PERMITS AND FEES: The contractor shall furnish all other permits,inspection fees,and fees required in the performance of this contract, including those charged under chapter 39.12 RCW,as amended,by the Department of Labor and Industries for the approval of statements of intent to pay prevailing wages and the certification of affidavits of wages paid,etc.The department may also charge fees to persons or organizations requesting the arbitration of disputes under chapter 39.12 RCW as amended. The Contractor is responsible for all fees resulting from these RCW's. 2.08 RELATIONSHIP OF THE PARTIES: It is intended that an independent relationship will be created by this agreement. The City is interested only in the results to be achieved, and the conduct and control of all services of work will lie solely with the Contractor.No agent,employee,servant or otherwise of the Contractor shall be or shall be deemed to be an employee,agent,servant or otherwise of the City for any purpose,and the employees of the Contractor are not entitled to any of the benefits that the City provides for City employees. The Contractor will be solely and entirely responsible for its acts and for the acts of its agents,employees,servants,subcontractor,or otherwise during the performance of this contract.In the performance of the services herein contemplated,the Contractor is an independent contractor with the authority to control and direct the performance and details of the work,the City being interested only in the results obtained;however,the work contemplated herein shall meet the approval of the City pursuant to the provisions of the agreement under which the services and work were let to the Contractor. 2.09 ESTIMATED QUANTITIES: When quantities are estimated they are not to be construed as firm or guaranteed. GENERAL CONDITIONS GENERAL PROVISIONS 1.01 In the event of conflicts or discrepancies among the contract documents,precedence shall be given in the following order: 1.Change Orders; and 2.Agreement; and 3.Addenda; and 4.Notice to Proceed; and 5.Notice of Award;and 6. Specifications; and 7. Drawings; and 8.The provisions of Spokane Valley;and 9.The bid proposal of the contractor General Information 7 1.02 The apparent silence or omission of the Contract Documents as to any detail,of any work to be done or materials to be furnished and required for the proper performance of the work,shall be regarded as meaning that the best general practice is to prevail,and that material and workmanship of the best quality are to be used,and interpretation of the Contract Documents shall be made upon this basis. CONTRACTOR 2.01 The contractor will be licensed and registered with the State of Washington and the City of Spokane Valley. 2.02 If the Contractor fails to visit the work site and familiarize itself with the local conditions,it shall still be held to knowledge of such condition had a visit been made. 2.03 State Sales Tax: Spokane Valley is subject to the payment of Washington State Sales Tax on all purchases. 2.04 State Taxes: The Washington Department of Revenue has issued special rules designed to assist the Contractor in accurately reporting to the Department of Revenue the Contractor's tax liability.Although the City may furnish information in the specification regarding the application of state taxes to a particular contract or bid item, it shall be the contractor's responsibility as to the correct interpretation of the laws and regulations relating to such taxes.Adjustments will not be made in the amount to be paid by the City under the contract because of any misunderstanding by the contractor as to the Contractor's liability for,or the amount of,any taxes. If the contractor is in doubt as to the tax procedures in any particular case,the Contractor shall consult with the Washington State Department of Revenue,Taxpayer Information&Education Section. 2.05 The Contractor shall furnish sufficient forces,and equipment,and shall work such hours,as may be necessary to ensure the prosecution of the work in accordance with the most recently approved schedules. If the Contractor falls behind in the schedule(s),the Contractor shall take such steps as may be necessary to improve its progress without additional cost to City. ADMINISTRATION OF THE CONTRACT 3.01 Contractor shall provide the following before any payments will be made: 1)A current list of subcontractors(if requested by City);and 2) Statement of Intent to Pay Prevailing Wages,certified by the Washington State Industrial Statistician(City's copy),from the Contractor and each and every Subcontractor,who has work represented on a payment application; and 3)A copy of the Certification of Insurance or Certificates or Policy(ies)(when requested);and 4)A Contractor's Bond(Performance and Payment Bond).Each application for payment submitted by the Contractor shall contain a certification which states"Prevailing wages have been paid in accordance with the pre-filed statement or statements of intent to pay prevailing wages on file with the City of Spokane Valley." General Information 8 An example of the certification which is to appear on each payment application submitted by the Contractor for payment follows: "CERTIFICATE I certify that wages have been paid in accordance with the Statement(s)of Intent to Pay Prevailing Wages previously certified and filed pursuant to this contract. By: Date: " Spoken e� ,000%lley. PART 3 - BID RESPONSE DOCUMENTS PARK MAINTENANCE CONTRACT Bid Response Documents 1 BID RESPONSE DOCUMENTS BID PROPOSAL PROJECT TITLE:Park Maintenance Contract NAME OF FIRM SUBMITTING BID: Each bid shall constitute an offer to the City of Spokane Valley as outlined herein and no bidder may withdraw his/her bid after the hour set for the bid closing except under the conditions explained in the Information to Bidders Section. RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date Addendum No. Date REJECTION: The City reserves the right to reject any or all proposals,portions or parts thereof and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50%retainage in lieu of furnishing a Contractor's Bond(Performance and Payment Bond). SUBMITTAL: The"Bid Response Documents" Section constitutes the Bid Proposal when completed and submitted. Please do not submit the entire Invitation to Bid manual. FREIGHT: Bid price(s)to include all freight costs to the job site. BID PRICES: All bid prices are for a 12-month maintenance cycle. In submitting a price,the bidder acknowledges he/she is aware of all requirements outlined in this bid package. LUMP SUM BASE BID: Park Maintenance Contract—12-Month Maintenance Cycle LUMP SUM BASE BID= $ 8.7%SALES TAX= $ TOTAL LUMP SUM BASE BID = $ Bid Response Documents 2 REPRESENTATIONS AND CERTIFICATIONS ANTI-KICKBACK:No officer or employee of the City,having the power or duty to perform an official act or action related to this submittal,shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor,service,or other thing of value from or to any person involved in this submittal. REPRESENTATION: In submitting this bid,we represent that the bid documents have been read and understood,that the sites have been visited and or that we have familiarized ourselves with the local conditions under which the work is to be performed,that by signature of this proposal,we acknowledge all requirements and that we have signed all certificates contained herein. I CERTIFY that no final determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b)has been made by the Washington State Departments of Employment Security,Labor and Industries or Revenue respectively dated within two years of the date of the opening of this bid. I understand further that no bid may be submitted,considered or contract awarded for a public work to any person or entity that has a determination of violation of the above referenced statutes within two years from the date that a violation is finally determined and the date of this bid opening. I CERTIFY that to the best of my knowledge,the information contained in this proposal is accurate and complete and that I have the legal authority to commit this company to a contractual agreement. I realize the final funding for any service is based upon budget levels and the approval of the City. Name: Person/Entity submitting bid(print) Signature: Title: Date: Bid Response Documents 3 BIDDER'S ADMINISTRATIVE INFORMATION 1.PERSON/ENTITY a.Name as registered with the State Of Washington: b.Physical address: c.Mailing address including zip code: d.Remit to address including zip code: e. Telephone number including area code: f.Fax number including area code: g.E-mail address for business correspondence: h. Washington State Contractors License Number: i.Federal Tax Identification Number: j.Washington State UBI Number: k. State Industrial Account Identification Number: 2.INSURANCE COMPANY: a.Name of company: b.Mailing address including zip code: c. Insurance agent name: d. Insurance agent telephone number including area code: e. Insurance agent fax number including area code: 3.BONDING COMPANY: a. Surety name: b. Surety mailing address including zip code: c.Bonding agent name: d.Bonding agent mailing address including zip code: e.Bonding agent telephone number including area code: f.Bonding agent fax number including area code: Bid Response Documents 4 BIDDER QUALIFICATION STATEMENT The following statements of experience,personnel,equipment,and general qualifications of the Bidder are submitted with the assurance that the City can rely on its accuracy and truthfulness. If more space is required for your answers, please attach a continuation sheet(s)to the corresponding bid response page referencing the item number. 1. The company shall have a minimum of five years of service/experience in the provision of landscape maintenance services similar in nature and scope to those described within this document with an emphasis on public parks and recreation facilities. Include length of service,number of acres,number size and type of facilities maintained,and other pertinent information. 2. Provide documentation that the company has a previous or current successful contract(s)with a minimum of 100 acres of public service area.Representative work shall include experience or capabilities in all aspects of turf management; irrigation system installation, operation and maintenance; restroom cleaning and maintenance;playground inspection,installation and maintenance; tennis court,volleyball court and softball field maintenance; litter control; hard surface trail or sidewalk maintenance;natural surface trail maintenance;herbicide and pesticide control;general facilities cleaning and maintenance;and unimproved areas maintenance. Include length of service;number of acres; number,size,and type of facilities maintained; and other pertinent information. 3. Company shall demonstrate knowledge and compliance of applicable federal,state and local laws and regulations including but not limited to pesticide applications licenses and requirements,and all aspects of playground safety and inspection including certification,water protection including Backflow Assembly Tester's Certification, and water testing. Firm shall have at least the following certifications on staff at the time the bid is submitted: one Washington State Department of Health Backflow Assembly Tester Certification;one Washington State Department of Agriculture Certified Operator with aquatics endorsement;two International Society of Arboriculture Certified Arborists;two National Recreation and Park Association,National Playground Safety Institute Certified Playground Safety Inspectors, six certified flaggers; one certified trapper;and all staff must possess current CPR and First Aid Certifications. List staff members holding each certification. Bid Response Documents 5 4. Company shall demonstrate at the time of bid submittal that they have at least one acre of locked, secure storage and 10,000 sq.ft.of inside storage for storing park and recreation equipment and supplies. 5. Response time is critical to this contract. Successful contractor shall be able to demonstrate that their location is within the City or be able to respond to any location within the City where work may be needed when called within 30 minutes, 24 hours a day. Penalties for late responses shall be assessed pursuant to the contract. 6. Successful firm shall obtain and maintain a City of Spokane Valley business registration form. 7. List supervisory personnel currently employed by the Bidder and available for work on the contract as follows: Years of Name Title Experience 8.Attach a resume with the qualifications,previous employers,and experience of the project manager who is proposed to be assigned to this project. 9. Provide references of at least three current or previous clients for same or similar work at least one of which shall be from a public park system. Please include names and titles of contacts. Bid Response Documents 6 BIDDER COMPLIANCE CERTIFICATION PROJECT COMPLIANCE In compliance with the request for quotation,bidder hereby proposes to perform all work for this project in strict accordance with the contract documents,within the time set forth therein, and at the prices bid. SPECIFICATION COMPLIANCE The bidder certifies below that his/her bid complies in all respects with the attached specification documents,including the minimum specifications. YES NO SjMiI �caaa PART 4 - SPECIFICATIONS PARK MAINTENANCE CONTRACT Specifications 1 1.0 OVERVIEW: The City of Spokane Valley is requesting Bids for the complete maintenance of parks,open space, recreation playing fields, medians, right of ways,trails including the Centennial and Appleway Trails,parking lots,walkways and other facilities and buildings operated by the Parks and Recreation Department. General expectations include mowing,trimming, edging, raking, sweeping,washing, spraying for pests and weeds,aerating, fertilizing,watering, litter control, snow removal of parking and walkways, graffiti eradication,playground inspection,restroom and facility cleaning, public interaction on park reservations and special events, storage of picnic benches and trash receptacles and forestry operations such as trimming, removal or spraying in order to maintain healthy trees and shrubbery on Parks and Recreation property. Also includes playground maintenance, repair and installation; minor facility repair such as painting, plumbing, carpentry and masonry; and other work as may be determined. Some locations require basic water sample collection.Additionally this contract includes the supplying of all labor, materials and supplies necessary to fulfill the terms of this contract. The above is not all inclusive but is representative of a comprehensive maintenance contract. All work under this contract is considered a `public work" and is subject to the State prevailing wage rates. This work is currently under contract with Senske Lawn and Tree Care until December 31, 2016. Interested and qualified landscape maintenance contractors who have successfully demonstrated their ability to provide similar services at comparable facilities and who meet the minimum requirements and qualifications are invited to submit a bid. The City of Spokane Valley recognizes the complexity of this bid and the difficulty in quantifying all tasks.All questions and comments will be reviewed and changes/addendums, if any, will be emailed to bidders. Hard copies will be mailed upon request. 1.1 Objective: The objective of this contract is to continue the same quality maintenance of our Parks and Recreation system as has been demonstrated the past eleven years. The standard has been established and the City is desirous to maintain the quality of maintenance our citizens have become accustomed to. The successful contractor shall provide the range, quality and quantity of services equal to or greater than the existing levels. The bids shall include providing all labor,materials, supplies and other items necessary to provide a complete vegetation management and ordinary maintenance program for the Parks and Recreation Department of the City. The Lump Sum Base Bid price shall be inclusive for all labor,materials, equipment, supplies and reimbursable or related expenses, excluding sales tax. 1.2 General Information: The City has a population of 94,000 residents and covers a geographic area of over 35 square miles. The City was incorporated in March 2003. The Parks and Recreation Department manages over 180.3 acres of park and open spaces. In 2015, there were over 400 park reservations and special events throughout the system. This currently includes twelve developed City parks, CenterPlace Regional Event Center, Specifications 2 a dance hall, a horse arena,three outdoor swimming pools,two trail systems, open space along the Spokane River and a limited amount of undeveloped park land. Future expansion of the park system is anticipated. The City developed a Parks and Recreation Master Plan in 2005 and updated that plan in 2013. 1.3 Minimum Mandatory Requirements to be met at the time of bid submittal: 1.Firms submitting must have a minimum of five years of service/experience in the provision of landscape maintenance services similar in nature and scope with an emphasis in a public park system to those described in this RFP. The emphasis on public park system maintenance is important due to the critical nature of frequent interaction with our citizenry. Additionally, firms must be able to demonstrate that they have at least three years' experience maintaining public trails. 2. A previous or current successful contract(s)with a minimum of 100 acres of public service area is required. Representative work should include experience or capabilities in all aspects of turf management; irrigation system installation, operation and maintenance; restroom cleaning and maintenance;playground inspection, installation and maintenance; tennis court,volleyball court and softball field maintenance; litter control; hard surface trail or sidewalk maintenance; natural surface trail maintenance; herbicide and pesticide control; general facilities cleaning and maintenance; snowplowing and snow removal; and unimproved areas maintenance. 3. Firm must demonstrate knowledge and compliance of federal, state and local laws and regulations including but not limited to pesticide applications licenses and requirements, and all aspects of playground safety and inspection including certification, water protection including Backflow Assembly Tester's Certification, and water testing. Firm is required to have the following certifications on staff at the time the bid is submitted: • One Washington State Department of Health Backflow Assembly Tester Certification • One Washington State Department of Agriculture Certified Operator • Two International Society of Arboriculture Certified Arborists • Two National Recreation and Park Association,National Playground Safety Institute Certified Playground Safety Inspectors • Six certified flaggers • One certified trapper • All staff must possess current CPR and First Aid Certifications 4. Firm must be able to demonstrate at the time of bid that they have at least one acre of locked, secured storage and at least 10,000 sq. ft. of inside storage for storage of park and recreation equipment and supplies available at their facility at the time the bid is submitted. Specifications 3 5. Response time is critical to this contract. Successful contractor shall be located within the City of Spokane Valley or be able to demonstrate the ability to consistently respond when called within 30 minutes 24 hours per day. 6. Staffing requirements • Dedicated parks supervisor available to the Director 24 hours per day • Full-time irrigator • Minimum 15 staff dedicated to just Spokane Valley Parks & Recreation with at least two years of park maintenance experience • Minimum two tall tree climbers • One licensed applicator with aquatics endorsement • One experienced ballfield preparation • Master Fabricator 7. Equipment Required: • Minimum 15 dedicated trucks—at least five to be equipped with four- wheel drive • Minimum 60' bucket truck • Two 12' - 16' gang mowers • Chipper • Air compressor • Three dump trucks • Mobile spray equipment • Cylinder spreader • 12 snowplow blades minimum of 7'6"wide • Four wheel drive utility vehicle • Mid-sized tractor with backhoe implement • 4' Aerator • Ballfield preparation equipment • Skid steer with brush hog 8. Successful firm shall be required to obtain a City of Spokane Valley business registration form. 9. Provide verification of all minimum mandatory requirements in the Bid Response Documents. 1.4 One General Contractor: The City's intent is to award this maintenance contract to one general contractor. Therefore, an important requirement will be the ability of Bidders to provide 90%or more of all of the skills, labor and equipment necessary to complete all tasks.All subcontracted work shall remain the sole responsibility of the general contractor and the general contractor shall remain the sole contact with owner. Subcontracted work shall be limited to not more than 10%of the contract. 2.0 CONTRACT EXPECTATIONS: The expectation of the City is to provide safe, clean, attractive facilities throughout the entire Parks and Recreation system.Acceptable Specifications 4 standards will produce a level of maintenance that meets or exceeds existing conditions. The contractor shall inspect and monitor their own work product. The contractor shall guarantee that all maintenance standards that are agreed upon in the final contract are met.A dedicated parks supervisor representing the contractor shall be available to the Parks Director on a daily basis, 24 hours per day. Expectations include full compliance with all applicable state and local laws and licensing requirements. Where specific standards are not set forth in this proposal,the expectation will be compliance with guidelines set forth by the Professional Grounds Maintenance Society(PGMS) in Operational Guidelines for Grounds Maintenance. When agreed upon by City and Contractor, other industry standards or"best practices" for safe, attractive, well maintained grounds and facilities may be used. Developed (irrigated turf)Park Property shall be maintained to Level 2.Example: Valley Mission Park. Developed(planted & irrigated)Medians and Rights-of-Way shall be maintained to Level 2.Example: Mirabeau Parkway at Mirabeau Meadows Park. Undeveloped Park Properties(not irrigated/natural vegetation) shall be maintained at Level 4. Example: Valley Mission Park South. Informal Landscaping(seeded/non-irrigated, groundcover, etc.) shall be maintained at Level 4. Example: Portions of right-of-way along Mirabeau Parkway. Natural Areas (excluding trails)to be maintained at Level 6. Except that litter control,hazardous tree removal, repairs due to vandalism shall be on an as-needed basis. Example:Natural area at Mirabeau Point Park and some portions of Valley Mission, Sullivan, and 100%of Myrtle Point. 2.1 Contractor to Provide Materials and Supplies: Unless specifically stated otherwise and agreed in writing,the contractor shall provide all materials and supplies required to execute contract obligations. This includes all chemicals,paper products, light bulbs and tubes for interior and exterior lighting,trash bags, deodorizers, oil and fuel, grass seed, sod, fertilizer,tools, irrigation parts,playground equipment parts,plumbing and electrical supplies for routine repairs, restroom supplies, office supplies, and all related items for all aspects of the operation. This includes all preventative maintenance,repairs, emergency repairs,vandalism, storm damage and other acts of nature, or other planned or unplanned operations requiring materials, supplies, or other expenditures. 2.2 Contractor Responsible for all Support Facilities: The City will not provide equipment storage,work space or office space as part of this contract. The contractor shall be responsible for providing all support facilities at their own location. Specifications 5 2.3 Contract Term: This work will be awarded to the lowest responsive bidder. The contract term shall be for a period of one year with up to two additional three-year renewal options,which may be exercised by the Parks and Recreation Director. Either party may terminate the contract with a minimum of 90 days' written notice directly preceding the end of any contract term. The contract shall commence on or about January 1,2017. Renewals shall coincide with the calendar year. The contract manager for the City shall be the Parks and Recreation Director or his designee. 2.4 Customer Service: There is a high degree of customer service involved in this contract. Customers include the City Parks and Recreation Department,the citizens and officials of the City, and all visitors to the park facilities. There shall be daily interaction between the contractor's staff and the public. Contractor shall be expected to do whatever is reasonably necessary to ensure a positive outcome. With regard to the Parks and Recreation Department, communication on a daily basis is required in order to serve the community. The contractor shall perform duties such as cleaning picnic shelters, cleaning restrooms,removing trash before each use and posting reservations in advance. After use,tables may need to be added and/or damage repaired. At various times,the contractor may be requested to move picnic tables,turn off sprinkler systems, or perform similar duties to accommodate visitor use. The contractor shall communicate all problems, customer service issues,questions, etc. on a daily basis with Director. Following reservations or special events,the contractor shall inspect the premises and notify the Director of any damage, excessive litter, etc.that may require the Director to contact the user group. 23 Lost and Found: All lost and found items shall to be noted and locked in an agreed upon location. A record of lost and found items shall be submitted to the Director on a routine basis,not less than every three calendar days.No lost and found items shall be removed from public property. The City shall be responsible for receiving calls and returning items to the public. Items not claimed shall be disposed of in a fair and appropriate manner at the City's discretion. In no case will the items be returned to the finder unless warranted by law. 2.6 Maintenance Schedule: The park use season is January 1 —December 31. Active growing season shall be considered March 1 —November 15. This may vary depending on weather/use. During active season,parks require a maintenance presence seven days per week.Mowing, fertilizing, aerating, watering and similar maintenance operations that impact public use of the facilities are generally required to be performed Monday-Friday between the hours of 6:00AM and 5:00PM. Contractor shall work around public use and be courteous and respectful to park visitors at all times. Restroom cleaning,picnic shelter cleaning, litter patrol shall be performed Monday-Sunday. Weekend use by the public is extensive and weekend cleaning and other maintenance is required. Park facilities are open and available for public use from 6:00AM— 10:00PM. Certain parks have time restrictions. Full-time crews are required seven days a week during the active growing season. Specifications 6 2.7 Service Levels Subject to Change: These statements represent the City's attempt to provide an overview of anticipated work in this bid specification. It should be understood by the bidders that the City park system is not static. As service levels increase or decrease,the ongoing levels of service delivery will be necessary with no cost adjustment. The contractor's ability and willingness to work in a dynamic system in a unique public/private partnership is critical to the success of this contract. 2.8 Uniforms: Contractor employees shall be dressed professionally for the landscape industry. Uniform approval is required by the City. 2.9 Background Checks: Background checks are required for all employees working on this contract. 2.10 Drug Testing: Contractor employees are required to be drug tested prior to working on this contract. 2.11 Exclusions: • Major renovation or expansion of facilities • New facilities construction • Asphalt sealing,overlay • Sports court overlay or re-surfacing • Installation of new playground equipment • Sidewalk replacement • Replacement of sewer lift pumps,Mirabeau Springs pump, or Sullivan pump • Park Road, Terrace View and Valley Mission outdoor pools (except for graffiti) 3.0 SCOPE OF WORK: This scope of work is representative and not intended to be all inclusive. All proposals should include complete maintenance of all parks, facilities, etc. as outlined within these specifications. 3.1 Park Properties to be Maintained: Appleway Trail Balfour Park Browns Park Castle Park Centennial Trail (within the City of Spokane Valley limits) CenterPlace Regional Event Center Grounds Discovery Playground Edgecliff Park Greenacres Park Mirabeau Meadows Park Mirabeau Springs Mirabeau Point Park Park Road Pool (parking lot and landscaping only) Sullivan Park Specifications 7 Terrace View Park Western Dance Hall (grounds maintenance) Valley Mission Park and South parking lot Valley Mission Horse Arena and Stables Valley Mission Dog Park Miscellaneous hard surface trails Miscellaneous natural surface trails 3.2 Medians and Rights-of-Way Discovery Place Mansfield from Mirabeau Parkway to Discovery Place(select areas) Mirabeau Parkway(select areas) West City Gateway 3.3 Undeveloped Land Appleway Trail Balfour Park-west Greenacres Park-north Myrtle Point Valley Mission Park South 3.4 Daily Routine Tasks Mowing/trimming/edging turf Cleaning restrooms Cleaning picnic shelters Monitoring grounds and facilities and providing recommendations for preventative maintenance Playground safety inspections. Performed weekly from March—November. Monthly from December—February.National Park and Recreation Playground Inspector Certification required. Receiving and posting reservations at picnic shelter kiosks on a weekly basis Litter pick up Replacing interior and exterior light bulbs Moving picnic tables Emptying garbage cans Ball field maintenance and preparation at three fields, including but not limited to watering, dragging, lining, detailing, proper setting of bases and pitcher's mounds, removing any irregularities,maintaining level transition at turf to soil interfaces and repairing backstops and fences. Sprinkler system(s) operation and maintenance Natural surface and hard surface trail maintenance Water quality testing Maintenance of well and chlorination check Specifications 8 3.5 Periodic/Seasonal Tasks Seeding and/or sod new turf areas Fertilizer application Aeration Spray turf for weed control. Pesticide Applicators License required. Edging turf Spray for pests. Pesticide Applicators License required. Playground inspection (40 hours/week) Sprinkler system installation and repair Sprinkler systems activation (approximately April 15) Sprinkler systems deactivation(approximately October 31) Winter preparations for Valley Mission Park; not open for sledding, but certain actions to be taken to prevent sledding injuries Sledding hill maintenance for Valley Mission Park; straw bale movement,warning sign maintenance Mowing non-turf(unimproved) areas Restrooms activation (spring)deactivation (fall) Mowing/spraying medians and rights-of-ways Snow removal from roof of Western Dance Hall Snow removal from parking lots, except Castle Park,which is not maintained in winter Snow removal from all sidewalks at CenterPlace,parks and City gateways Activate drinking fountains (spring)and deactivation(fall) Keep all drinking fountains in working order Graffiti removal throughout the park system on the date of discovery Tennis court, basketball court,volleyball court maintenance and repair General facility maintenance (electrical,plumbing, carpentry,masonry) Preparing for special events Tree and shrub trimming and removal Sweeping pine cones and pine needles Maintaining horse arena Maintaining pumps Maintaining water features Monitoring wells and collecting samples for testing Transporting, storing picnic tables and garbage receptacles Replacing light bulbs Maintaining/repairing chain link fencing 3.6 Special Events: The City parks host a number of special events each year. The contractor shall be responsible for assisting in these events. This may include special preparation, alteration of routine schedules, moving picnic tables, erecting tents, setting up sound equipment, and other assistance as needed at no additional charge. Special events are not always pre-scheduled and may require action on short notice. Specifications 9 4.0 SUBMITTAL INFORMATION: All submittals become the property of the City. All submittals become public records with the exception of those parts of each proposal which are defined by the contractor as business or trade secrets, and plainly marked as Trade Secret, Confidential,or Proprietary, which may be able to be withheld pursuant to a request for records pursuant to the Public Record Act. 4.1 Bidder requirements: A. See Bidder response documents for required submittals. All submittals shall be verified. 4.2 Contractor Responsibilities: A. Representative Functions: o Mowing o Trimming • o Edging o Fertilizing o Irrigating o Aerating o Restroom cleaning o Posting of reservations and preparation of picnic shelters o Weekend coverage o Risk Management o Litter control o Garbage hauling o Parking lot sweeping o Snow removal o Painting o Electrical o Plumbing o General carpentry o Weed and pest control o Playground inspection, installation and repair o Sprinkler System maintenance and operation B. Quality control processes for self-monitoring of contract; recording and reporting processes. C. Communication/feedback processes with owner, include frequency and method of day-to-day communication with owner. Communication may be through a variety of methods but shall include some level of routine face-to-face communication. Communication is vital so the City and contractor can respond effectively to citizen requests and/or complaints. The Department of Parks and Recreation also has an obligation to keep the citizens, elected officials, and other City staff informed as to the current state of park operations. Specifications 10 D.Addressing citizen complaints E. Preparation and oversight for special events F. Customer Service G. Responding to unforeseen events/emergencies including but not limited to weather related damage and maintenance problems. H. Dealing with environmental issues including chemical and materials handling and application. I.Mandatory insurance and bonding requirements: o Worker's Compensation Insurance coverage o General Liability Insurance coverage in the amount of at least$1 million per occurrence and $2 million in aggregate and proof of worker compensation insurance in compliance with Washington State Law o Automobile Liability Coverage of at least$1 million o 100%annual Performance Bond o 100%annual Labor Payment Bond J. Recordkeeping: The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 4.3 Subject To Verification: All information submitted is subject to verification by the City. 4.4 Bidder Responsibilities: The successful Bidder shall be responsible for all services and required documents identified in this bid package. The contractor shall be responsible for making all necessary investigations and examinations of documents,operations, and premises affecting performance of the proposed Park Maintenance Contract. Failure to do so shall not act to relieve any conditions or specifications outlined in this bid package. The submission of a bid shall be considered conclusive evidence that the contractor has made such investigations and examinations. 5.0 Questions: The City acknowledges that this bid package is comprehensive. Questions regarding the bid package will be accepted verbally or in writing. Questions will be noted and the answers will be distributed to all Bidders in possession of the bid package. Questions or Requests for Information shall be directed to Mike Stone, Parks and Recreation Director, at the contact numbers listed on the cover page of this document. Specifications 11 5.1 Right to Award: The City reserves the right to award this work in the manner deemed in the best interest of the City. The City shall be the sole judge in determining the successful Bidder. The City reserves the right to accept or reject any and all submittals and to withdraw or revise the Request for Bid process at any time. The decision by the City shall be final,with no further recourse or appeal. 5.2 Severability: If any section, sentence, clause or phrase of this bid package is held to be invalid, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this bid package. 6.0 GROUNDS AND FACILITIES MAINTENANCE LISTING: 1. Appleway Trail-developed and undeveloped-4.5 miles 2. Balfour Park-developed and undeveloped-2.8 acres and 8.4 acres 3. Browns Park-8.2 acres 4. Castle Park-2.7 Acres 5. Centennial Trail-6.5 miles 6. CenterPlace Regional Event Center Grounds 7. Discovery Place median and ROW 8. Discovery Playground- 1.5 acres 9. Edgecliff Park-4.7 acres 10. Greenacres Park-developed and undeveloped-8.3 acres and 2 acres 11. Mansfield Parkway median and ROW and Mirabeau Parkway 12. Mirabeau Point Park-42 acres a. Mirabeau Meadows b. Mirabeau Springs c. Natural Area 13. Myrtle Point-31.1 acres 14. Park Road Pool (grounds and parking lot only)-2 acres 15. Sullivan Park- 16.1 acres 16. Terrace View Park-9.2 acres 17. Valley Mission Park-24 acres 18. Valley Mission Dog Park- 1 acre 19. Valley Mission Park-South-7.2 acres 20. Valley Mission Horse Arena(maintenance only) 21. Western Dance Hall(grounds maintenance only) 22. West City Gateway Specifications 12 7.0 ESTIMATED QUANTITIES Any and all data provided are estimates.All Bidders are responsible for measuring or calculating surface areas. Contract is for maintenance of complete City park system and adjustments will not be permitted for slight variations in dimensions. In the case of errors or omissions, the City will determine if corrections/addenda are warranted. ESTIMATED QUANTITIES BALFOUR PARK w } f ry v r rt rp Mowing-Improved Turf 101,616 sq ft 2.33 Grass Trimming Edging Lawn Fertilization 101,616 sq ft 2.33 Aeration 101,616 sq ft 2.33 Grass Drill Seeding Underground Irrigation Systems: 101,616 sq ft 2.33 Hunter Gear Drive 57 ea Rain Bird Popup 12 ea Backflow Preventer 1 ea Leaf and Pine Needle Removal 101,616 sq ft 2.33 Number of Trees 30 ea Trees Requiring Pruning 30 ea Shrubs to be Pruned-Lilacs to the West Hedges to be Pruned Shrub Bed Weeding Flower Beds 100 sq ft 0.002 Noxious Weed Abatement Emptying Trash Containers 14 ea Restroom Cleanup and Maintenance 670 sq ft 0.02 Playground Cleanup and Maintenance 2,178 sq ft Paved Parking 17,424 sq ft Area Lights 3 ea Picnic Tables-Portable 8 ea Signs 6 ea Drinking Fountain 1 ea Fence-Chain Link-3 ft 543 if Fence-Chain Link-4 ft 575 if Volleyball Court-(1)Sand 3,485 sq ft Special Notes: (1)Backflow Device *UOM(unit of measure) Specifications 13 ESTIMATED QUANTITIES BROWNS PARK Mowing-Improved Turf 306,262 sq ft 7.03 Grass Trimming Edging Lawn Fertilization 306,262 sq ft 7.03 Aeration 306,262 sq ft 7.03 Grass Drill Seeding Underground Irrigation Systems: 306,262 sq ft 7.03 Gear Drive Rain Bird Rotor 155 ea Rain Bird Popup 30 ea Backflow Preventer 3 ea Leaf and Pine Needle Removal 306,262 sq ft 7.03 Number of Trees 52 ea Trees Requiring Pruning 52 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding Noxious Weed Abatement Emptying Trash Containers 10 ea Restroom Cleanup and Maintenance 436 sq ft 0.01 Shelter Cleanup and Maintenance 500 sq ft Playground Cleanup and Maintenance 2,614 sq ft 0.06 Paved Parking 33,541 sq ft Right-of-Way-Paved 8,276 sq ft 0.19 Area Lights 3 ea Picnic Tables-Permanent 6 Picnic Tables-Portable 6 ea Signs 12 ea Kiosk 1 ea Drinking Fountain 1 ea Fence-Chain Link-4 ft 1,786 If Volleyball Court-(8)Sand 14,810 sq ft 0.34 Basketball Court 1 ea Splash Pad 1 ea Special Notes: (3)Backflow Devices *UOM(unit of measure) Specifications 14 ESTIMATED QUANTITIES CASTLE PARK i,*Y'.44'4., 4J r.::i1^ 4"�",�' a IuaR3tl;, Mowing-Improved Turf 115,870 sq ft 2.66 Grass Trimming Edging Lawn Fertilization 115,870 sq ft 2.66 Aeration 115,870 sq ft 2.66 Grass Drill Seeding Underground Irrigation Systems: 115,870 sq ft 2.66 Gear Drive Rotor 63 ea Backflow Preventer 1 ea Leaf and Pine Needle Removal 115,870 sq ft 2.66 Number of Trees 22 ea Trees Requiring Pruning 22 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding Noxious Weed Abatement Emptying Trash Containers 2 ea Gravel Parking 2,178 sq ft 0.05 Picnic Tables-Portable 3 ea Signs 4 ea Drinking Fountain 1 ea Fence-Chain Link-5 ft 180 1f Fence-Chain Link-6 ft 1,050 if Volleyball Court-(8) Sand 14,810 sq ft 0.34 Basketball Court 1 ea Splash Pad 1 ea Special Notes: (1)Backflow Device *UOM(unit of measure) Specifications 15 ESTIMATED QUANTITIES DISCOVERY PLAYGROUND Mowing-Improved Turf 5,723 sq ft 0.13 Grass Trimming Edging Lawn Fertilization 5,723 sq ft 0.13 Aeration 5,723 sq ft 0.13 Grass Drill Seeding Underground Irrigation Systems: sq ft Rain Bird Popup 35 ea Backflow Preventer 1 _ ea Leaf and Pine Needle Removal 5,723 sq ft 0.13 Number of Trees 16 ea Trees Requiring Pruning 16 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding 3,659 sq ft 0.08 Noxious Weed Abatement Emptying Trash Containers 11 ea Restroom Cleanup and Maintenance 272 sq ft 0.01 Shelter Cleanup and Maintenance 1,289 sq ft 0.03 Playground Cleanup and Maintenance 11,688 sq ft 0.27 Paved Parking 14,141 sq ft 0.32 Area Lights 5 ea Picnic Tables-Permanent 8 Picnic Tables-Portable 6 ea Signs 12 ea Kiosk 1 ea Drinking Fountain 2 ea Fence-Chain Link-4 ft 1,160 If Splash Pad 1 ea Special Notes: (1)Backflow Device *UOM(unit of measure) Specifications 16 ESTIMATED QUANTITIES EDGECLIFF PARK Mowing-Improved Turf 161,433 sq ft 3.65 Grass Trimming Edging Lawn Fertilization 161,433 sq ft 3.65 Aeration 161,433 sq ft 3.65 Grass Drill Seeding Underground Irrigation Systems: 161,433 sq ft 3.65 Impact 90 ea Gear Drive Rotor 14 ea Popup 3 ea Backflow Preventer 1 ea Leaf and Pine Needle Removal 161,433 sq ft 3.65 Number of Trees 100 ea Trees Requiring Pruning 100 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding Noxious Weed Abatement Emptying Trash Containers 19 ea Restroom Cleanup and Maintenance 436 sq ft 0.01 Shelter Cleanup and Maintenance 600 sq ft Playground Cleanup and Maintenance 2,178 sq ft 0.06 Paved Parking 14,810 sq ft Gravel Parking 2,178 Area Lights 3 ea Picnic Tables-Permanent 8 Picnic Tables-Portable 12 ea Signs 11 ea Kiosk 1 ea Drinking Fountain 2 ea Fence-Chain Link-6 ft 1,290 lf Fence-Chain Link- 12 ft 100 lf Ball Field-Sand Infield 13,068 _ sq ft __ 0.3 Bleachers 2 ea Players'Bench 2 ea Tennis/Basketball Courts-Paved 15,246 ea 0.35 Special Notes: (1)Backflow Device *UOM(unit of measure) Specifications 17 ESTIMATED QUANTITIES GREENACRES PARK 3 ? ti i t i1 'j o. .t ' ° �r a 1x401, ^ Pt v 1 x •y . .+. 5ce c..r� c4�h�..,es c � �e a ��' �^wi ._ ,. ..�.. Q� Mowing-Improved Turf 302,512 sq ft 6.94 Grass Trimming Edging Lawn Fertilization 302,512 sq ft 6.94 Aeration 302,512 sq ft 6.94 Grass Drill Seeding Underground Irrigation Systems: 302,512 sq ft 6.94 Rotor Gear Drive 224 ea Backflow Preventer 4 ea Leaf and Pine Needle Removal 348,547 sq ft 8 Number of Trees 101 ea Trees Requiring Pruning 101 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding 1,677 sq ft 0.04 Noxious Weed Abatement 27,963 sq ft 0.64 Emptying Trash Containers 9 ea Restroom Cleanup and Maintenance 684 sq ft 0.02 Shelter Cleanup and Maintenance 800 sq ft 0.03 Playground Cleanup and Maintenance 5,779 sq ft 0.13 Paved Parking 12,132 sq ft 0.28 Area Lights 5 ea Picnic Tables-Portable 20 ea Signs 13 ea Kiosk 1 ea Drinking Fountain 2 ea Fence-Chain Link 1,497 If Splash Pad 1 ea Special Notes: (4)Backflow Devices *UOM(unit of measure) Specifications 18 ESTIMATED QUANTITIES MIRABEAU POINT PARK Mowing-Improved Turf: CenterPlace 373,000 sq ft 8.56 Mirabeau Meadows 317,252 sq ft 7.28 Mirabeau Springs 13,019 sq ft 0.3 Total 703,271 sq ft 16.14 Grass Trimming Edging Lawn Fertilization 703,271 sq ft 16.14 Aeration 703,271 sq ft 7.03 Grass Drill Seeding Underground Irrigation Systems: CenterPlace 373,000 sq ft 8.56 Mirabeau Meadows 317,252 sq ft 7.28 Mirabeau Springs 13,019 sq ft 0.3 Total 703,271 sq ft 16.14 Hunter Gear Drive 146 ea Rain Bird Gear Drive 100 ea Rain Bird Popup 429 ea Backflow Preventer 7 ea Informal Landscaping-CenterPlace 60,000 sq ft 1.38 Leaf and Pine Needle Removal 703,271 sq ft 16.14 Number of Trees 164 ea Trees Requiring Pruning 164 ea Shrubs to be Pruned 398 ea Hedges to be Pruned Shrub Bed Weeding Plant Beds: Mirabeau Meadows 79,884 sq ft 1.83 Mirabeau Springs 10,403 sq ft 0.24 Total 90,287 sq ft 2.07 Noxious Weed Abatement Emptying Trash Containers 20 ea Restroom Cleanup and Maintenance: Mirabeau Meadows 1,184 sq ft 0.03 Shelter Cleanup and Maintenance: Mirabeau Meadows 1,500 sq ft 0.03 Mirabeau Springs 400 sq ft 0.01 Total 1,900 sq ft 0.04 Concrete Stage-Mirabeau Meadows 1,932 sq ft 0.04 Event Preparation and Cleanup: Specifications 19 Valleyfest Weekend-Mirabeau Point Park Paved Parking: CenterPlace 120,000 sq ft 2.75 Mirabeau 24,553 sq ft 0.56 Total 144,553 sq ft 3.31 Median: Discovery Place 13,575 sq ft 0.31 Mirabeau Parkway 36,595 sq ft 0.84 Total 50,170 sq ft 1.15 Right-of-Way: Discovery Place 13,500 sq ft 0.31 Mansfield 2,000 sq ft 0.05 Mirabeau Parkway 38,700 sq ft 0.89 Total 54,200 sq ft 1.25 Sidewalks: CenterPlace 31,000 sq ft 0.71 Trails-Paved: Mirabeau Meadows 39,782 sq ft 0.91 Mirabeau Springs 26,990 sq ft 0.62 Total 66,772 sq ft 1.53 Trails-Unpaved: Mirabeau Meadows 970 sq ft 0.02 Mirabeau Springs 37,103 sq ft 0.85 Total 38,073 sq ft 0.87 Natural Area: Mirabeau Meadows 182,401 sq ft 4.19 Mirabeau Springs 922,505 sq ft 21.18 Total 1,104,906 sq ft 25.37 Pond-Mirabeau Springs 9,907 sq ft 0.23 Artificial Waterfall-Mirabeau Springs Dock-Mirabeau Springs 312 sq ft 0.01 Viewing Bridge-Mirabeau Springs 1,355 sq ft 0.03 Area Lights 7 ea CenterPlace Lights 60 ea Dock/Bridge Lights 33 ea Picnic Tables-Permanent 5 Picnic Tables-Portable 28 ea Signs 18 ea Kiosk 5 ea Drinking Fountain 2 ea Sewage Lift Station 1 ea Special Notes: (7)Backflow Devices *UOM(unit of measure) Specifications 20 ESTIMATED QUANTITIES MYRTLE POINT s.,.. .,` tr PTV: t , Natural Area 1,353,409 sq ft 31.07 *UOM(unit of measure) ESTIMATED QUANTITIES PARK ROAD POOL . 'rcv� �.,2.,�., Mowing-Improved Turf 28,782 sq ft _ 0.66 Grass Trimming Edging Lawn Fertilization 28,782 sq ft 0.66 Aeration 28,782 sq ft, 0.66 Grass Drill Seeding Underground Irrigation Systems: 28,782 sq ft 0.66 Hunter Gear Driver Rotor 74 ea Rain Bird Popup 60 ea Backflow Preventer 2 ea Leaf and Pine Needle Removal 28,782 sq ft 0.66 Number of Trees 20 ea Trees Requiring Pruning 20 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding Noxious Weed Abatement Emptying Trash Containers 3 ea Paved Parking 39,640 sq ft 0.91 Area Lights 3 ea Picnic Tables-Portable 1 ea Signs 3 ea Bleachers 1 ea Special Notes: (2)Backflow Devices; Bathhouse Winterization *UOM(unit of measure) Specifications 21 ESTIMATED QUANTITIES SULLIVAN PARK Orr Mowing-Improved Turf 116,741 sq ft 2.68 Grass Trimming Edging Lawn Fertilization 116,741 sq ft 2.68 Aeration 116,741 sq ft 2.68 Grass Drill Seeding Underground Irrigation Systems: 116,741 sq ft 2.68 Gear Driver Rotor 26 ea Popup 6 ea Impact 66 ea Backflow Preventer 4 ea Unimproved Ground 53,143 sq ft 1.22 Leaf and Pine Needle Removal 116,741 sq ft 2.68 Number of Trees 100 ea Trees Requiring Pruning 100 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding Noxious Weed Abatement Emptying Trash Containers 14 ea Restroom Cleanup and Maintenance 272 sq ft 0.01 Shelter(New)Cleanup and Maintenance 600 sq ft Shelter(Old)Cleanup and Maintenance 500 sq ft Shelter-(Sm. Gazebo)Cleanup&Maint. Event Preparation and Cleanup: Salmon BBQ Feed Paved Parking 78,844 sq ft 1.81 Area Lights 7 ea Picnic Tables-Portable 16 ea Signs 10 ea Kiosk 1 ea Drinking Fountain 1 ea Fence-Chain Link-4 ft Natural Area 435,251 sq ft 4.25 Well Test 1 weekly Special Notes: (4)Backflow Devices *UOM(unit of measure) Specifications 22 ESTIMATED QUANTITIES TERRACE VIEW PARK ylyY� AAyy y,�q g ,y�I R{, {p $ Mowing-Improved Turf 322,344 sq ft 7.4 Grass Trimming Edging Lawn Fertilization 322,344 sq ft 7.4 Aeration _ 322,344 sq ft _ 7.4_ Grass Drill Seeding Underground Irrigation Systems: 322,344 sq ft 7.4 Gear Drive Rotor 20 ea Popup 24 ea Impact 156 ea Backflow Preventer 1 ea Leaf and Pine Needle Removal 322,344 sq ft 7.4 Number of Trees 175 ea Trees Requiring Pruning 175 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding Noxious Weed Abatement Emptying Trash Containers 12 ea Restroom Cleanup and Maintenance 436 sq ft 0.01 Shelter Cleanup and Maintenance 600 sq ft Playground Cleanup and Maintenance 7,148 sq ft 0.06 Paved Parking 48,787 sq ft Area Lights 2 ea Picnic Tables-Permanent 8 Picnic Tables-Portable 16 ea Signs 13 ea Kiosk 1 ea Drinking Fountain 4 ea Fence-Chain Link-3 ft 152 If Fence-Chain Link-4 ft 923 if Fence-Chain Link-6 ft 192 if Fence-Chain Link-7 ft 2 if Horseshoe Pit 1 ea Basketball Hoop 1 ea Ball Field-Sand Infield 13,068 sq ft 0.3 Bleachers 1 ea Players'Bench 2 ea Special Notes: (1)Backflow Device;Bathhouse Winterization *UOM(unit of measure) Specifications 23 ESTIMATED QUANTITIES VALLEY MISSION PARK " � eG � � : ',.: �.,Zr-❑ t I11 iiivs 3 aI4:(1 �-- `` Mowing-Improved Turf 687,377 sq ft 15.78 Grass Trimming Edging Lawn Fertilization 687,377 sq ft 15.78 Aeration 687,377 sq ft 15.78 Grass Drill Seeding Underground Irrigation Systems: 687,377 sq ft 15.78 Gear Drive Rotor 35 ea Popup 26 ea Impact 1 ea Backflow Preventer 1 ea Drip Irrigation 900 ft Unimproved Ground 209,959 sq ft 4.82 Leaf and Pine Needle Removal 687,377 sq ft 15.78 Number of Trees 150 ea Trees Requiring Pruning 150 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding Noxious Weed Abatement Emptying Trash Containers 27 ea Restroom Cleanup and Maintenance 871 sq ft 0.01 Shelter Cleanup and Maintenance 1,200 sq ft Playground Cleanup and Maintenance 8,276 sq ft 0.19 Paved Parking 144,184 sq ft 3.31 Area Lights 7 ea Picnic Tables-Permanent 3 Picnic Tables-Portable 22 ea Signs 24 ea Kiosk 1 ea Drinking Fountain 3 ea Fence-Chain Link-4 ft 874 if Fence-Chain Link-6 ft 1,455 if Tennis Court-(2)Paved 14,375 sq ft 0.33 Basketball Court 2 ea Ball Field-Sand Infield 10,454 sq ft 0.24 Specifications 24 Bleachers 1 ea Players'Bench 2 ea Valley Mission Park Horse Arena: Sand Arena 43,996 sq ft 1.01 Restroom Cleanup and Maintenance 261 sq ft 0.01 Stables 17,500 sq ft 0.4 A-Frame Judges Bldg 520 sq ft 0.01 Special Notes: (1)Backflow Device;Bathhouse Winterization *UOM(unit of measure) ESTIMATED QUANTITIES VALLEY MISSION DOG PARK f(Jf1dk. Mowing-Improved Turf 1,656 sq ft 0.04 Grass Trimming Edging Lawn Fertilization 1,656 sq ft 0.04 Aeration 1,656 sq ft 0.04 Grass Drill Seeding Underground Irrigation Systems: 1,656 sq ft 0.04 Rain Bird Popup 60 ea Backflow Preventer 2 ea Leaf and Pine Needle Removal 41,019 sq ft 0.94 Number of Trees 8 ea Trees Requiring Pruning 8 ea Shrubs to be Pruned Hedges to be Pruned Shrub Bed Weeding 865 sq ft 0.02 Flower Beds 100 sq ft 0.002 Noxious Weed Abatement 37,472 sq ft 0.86 Emptying Trash Containers 6 ea Shelter Cleanup and Maintenance 365 sq ft 0.01 Picnic Tables-Portable 2 ea Signs 6 ea Drinking Fountain 3 ea Fence-Chain Link 914 if Special Notes: (2)Backflow Devices *UOM(unit of measure) Specifications 25 8.0 REPRESENTATIVE MAINTENANCE STANDARDS NOTE: Final contract will contain additional standards as required to address all work elements. Representative standards are presented here to communicate the level of desired maintenance to prospective Bidders.A similar level of care will be required for all aspects of park operations. Mowing: Improved Turf(irrigated)Mowing shall be at a height of 2.5 —3 inches. Turf shall not exceed 4.5 inches between mowings. Blades shall be sharp and mower equipment maintained to prevent damage to turf. Mulching equipment shall be used. The mowing season is April 1 —November 15 of each year. The height of grass shall not exceed the maximum at any time during the year. The approximate number of mowings is 26—35. Grass clippings shall be blown from sidewalks and other decks and walkways the same day that mowing occurs. Litter and other foreign objects shall be picked up prior to mowing. Mowing of each park shall be completed on the same day that mowing begins. Mowing schedules shall be included in the contractor's annual work plan. Any proposed changes by contractor shall not be effective until they are approved in writing by the Parks and Recreation Director. Include hard edging on all surfaces. All variations must be communicated to Director. Unimproved Turf(un-irrigated)Mowing shall be at a height of 2.5 -4 inches. Mowing height shall not exceed 10 inches between mowings. Natural areas shall not be mowed except upon request. Grass Clippings: Clippings shall be mulched and left evenly disbursed on the turf, except turf that is allowed to exceed the maximum 4.5 inches between mowings shall be mowed and bagged or swept by the contractor to remove windrows or other heavy accumulations. Measurements shall be taken in park areas that are representative of average conditions. Drainage areas, etc. that receive above normal irrigation may exceed 4.5 inches if the representative target areas are within standards. The Director and the contractor shall work together to identify and agree upon these areas. Mowing Damage: Mowing shall not take place under wet conditions which may cause turf damage. Areas that receive excessive runoff from irrigation may be permitted minor damage but only upon written approval of the Parks Director. Mower decks shall be properly adjusted and operated to prevent scalping of turf. Turf at base of trees shall be chemically trimmed or string trimmed to prevent all contact with mowers. Areas around concrete or metal fixtures shall be string trimmed to prevent mower damage. Wear and tear or damage to fixtures or vegetation by mowers shall not be allowed. Picnic tables shall be moved in such a way as to prevent damage or soiling of tables. The contractor shall be responsible for all costs associated with damage caused by mowing. Fertilizer: Fertilizer shall be applied 3 times per year. All fertilizer shall be applied to improved turf areas on the basis of soil analysis by a lab selected by contractor and Specifications 26 approved by owner.Applications shall be at optimal times and shall be outlined in the contractor's annual work plan. Owner shall review/approve rate and composition of fertilizer as recommended by analysis.New trees shall be fertilized for the first three years to ensure tree survival. The first year new trees shall be fertilized spring and fall, then once per year for the next two years. Aeration: Aeration shall be performed twice per year, once in the spring as soon as conditions permit and again in the fall after August 15. Cores shall remain evenly dispersed on the ground or collected at contractor's option. Depth and frequency of coring shall be two inches and six inches respectively.Allowance will be made for dry or rocky conditions at the discretion of the Director. Restroom Cleaning: All restrooms shall be cleaned completely once per day seven days each week. Restrooms shall receive inspection and spot cleaning whenever contractor personnel are in the vicinity for related or unrelated work. Additional times may be required based on usage and contractor will be responsible to maintain standards. Maximum season is March 15 —November 1. Director and contractor shall reach an agreement based on use and weather conditions. Contractor shall perform winterization and re-activation. Contractor responsible for freeze damage except when facilities are open due to agreement with Director,wherein the City shall compensate for damages. Representative standards include but are not limited to: • Empty trash and sanitary product holders; replace liners as needed. • Replace all paper products to ensure sufficient supply until following day. • All light fixtures shall be working properly and inspected daily; lamps replaced as needed. • Remove all graffiti using graffiti removal materials, scrubbing, or painting over surfaces that currently are already painted.Non-painted surfaces shall not be painted over without permission from Director. • Toilet bowls and urinals shall be cleaned and disinfected daily with approved cleaner.Hard water stains, rust, or other discoloration or soiling shall be removed. Sinks shall be scrubbed clean and disinfected daily with approved cleaner. • Disinfect fixtures, sinks, around floor drains,trash containers,walls and doors, including all handles. • All porcelain and metal surfaces shall be wiped clean and disinfected with approved cleaner. Walls and ceiling wiped clean where required, including cobwebs, dust, etc. from ledges, cracks, crevices,corners, etc. • Sweep,mop or hose down floors. Squeegee as needed to prevent puddling. • Restrooms to smell clean and disinfected. All fixtures working properly and fixed immediately upon discovery of problems unless otherwise arranged with Parks and Recreation Director. • Restrooms shall be deodorized at all times through automatic spray, solid deodorizer or other method proposed by contractor and acceptable to Director. • All storage facilities shall be kept neat, clean, orderly and free of offensive odors at all times. Specifications 27 • All leaking fixtures, clogged drains, or other inoperable plumbing fixtures shall be repaired immediately or as soon as parts are available. Director shall be notified of remedies or closures. • Septic tanks shall be pumped as needed to maintain properly functioning system. There are three septic tanks located in Valley Mission Park. Snow Removal: Snow removal shall commence at 1"or more accumulation on level surfaces. This includes all sidewalks at CenterPlace and all municipal sidewalks associated with park property and City gateways. Exceptions: Castle Park parking lot is not maintained in the winter. Snow shall be removed within eight hours following the measurable accumulation of 1". Scheduling shall accommodate usage demand. Schedule to be worked out with Director. All areas shall be sanded with salted sand at all entrances and exits. All parking lots shall be sanded as icy conditions dictate. Snow may be plowed to the perimeter of the property. In the event that accumulations interfere with parking or other use, or damage fences or encroach on neighboring properties, snow may be required to be hauled from the site. In the event that accumulation levels and weather forecasts indicate that natural melting of snow is reasonably predictable, contractor may request approval from Director of Parks and Recreation to forego removal. Ice Melt: Contractor is required to spread a commercial ice melt product which is deemed safe to turf,plants, and physical structures on all municipal sidewalks associated with park property, City gateways, CenterPlace sidewalks,parking lots, entrances to facilities and other areas, as may be designated, to maintain free of ice during hours which that facility may reasonably be in use by staff or the public. Weed and Pest Spraying: All chemical spraying shall be in compliance with the state and federal pesticide applicators requirements and guidelines including licensing. Where applicable, sprayed areas shall be posted. Spraying shall not occur during windy,rainy or other climatic conditions known to reduce the effectiveness or safety of the product being applied. Turf areas shall be treated to remove broadleaf and grassy weeds.Noxious weeds shall be sprayed or removed from all locations. Weeds in cracks in sidewalks, trails and other hard-scape areas shall be sprayed. Weeds may also be pulled. Spraying on turf, around buildings and on trees and shrubs shall occur as necessary to maintain healthy, green, attractive turf and other plants and trees. Softball Preparations: Softball fields shall be maintained for safety and appearance according to best practices. Sprinkler heads, valve boxes or other structures shall be properly installed and maintained at or below the surface pursuant to the manufacturer's recommendations or requirements. Softball fields shall be inspected daily in order to maintain safety for players and spectators. Safety issues shall be resolved on the day of discovery. If issues cannot be remedied, the Parks and Recreation Director shall be contacted to determine if other action is required. Bases and pitching rubbers shall be properly installed and maintained pursuant to the manufacturer's requirements. Daily field preparation includes sprinkling, dragging, Specifications 28 raking, leveling, chalking(baselines, batter's boxes and on-deck circles) and other preparations. Transition between dirt infield and grass shall be maintained level plus or minus 1".As required, the grass shall be cut away with a sod cutter, dirt removed or added and turf replaced in order to restore a level transition.Excessive speed in dragging the infield may require additional maintenance of the transition area and shall be the responsibility of the contractor. Foul lines shall be mowed and painted to provide clear demarcation of foul lines. Foul lines shall be visible at all times from home plate and painted approximately once per week during season. Infield material shall be hauled in and placed as necessary to provide a level playing field. The mix shall be 1/3 clay, 1/3 sand, and 1/3 topsoil.Pre-mixed products may be acceptable upon approval by the Parks and Recreation Director. Bleachers shall be maintained in full repair at all time for safety purposes. All fence and backstops shall be maintained free of hazards such as turned up edges, holes, exposed barbs, etc. Picnic Shelter Cleaning: Maintain electrical in working order. Ensure that all lights and receptacles are operating. Shelters are to be cleaned daily and or prior to and after each scheduled use, whichever is more frequent. Sinks shall be cleaned daily. Tables shall be wiped or sprayed clean with soap and water as needed to remove all foreign material. Floors shall be swept and hosed off. Care shall be taken to prevent water damage to all structures and equipment. Depending upon reservations,this work item may need to be done numerous times each day without any additional charge. Sprinkler Systems: Contractor shall be responsible for all operation,maintenance and repair of all irrigation/sprinkler systems. Expected months of operation is April 1 — November 1. Director and contractor shall reach an agreement based on use and weather conditions, including activation in the spring and deactivation in the fall. Winterizing shall be the responsibility of the contractor. All freeze damage shall be the responsibility of the contractor. Sprinkler systems shall be maintained according to legal requirements including, but not limited to,proper annual inspection of backflow preventers. Water shall be adequate to maintain green healthy turf but excessive water is prohibited. Contractor may use a variety of means to adjust water including altering of timers, changing heads or nozzles, adding heads, subtracting heads, adding water lines or additional zones. Water spraying on concrete,pavement and unimproved areas shall be minimized. All irrigation breaks discovered shall be repaired the same day as discovered unless otherwise approved by the Director. Water shall be turned off if breaks result in obvious waste of water. Event scheduling may require adjustments to watering times to accommodate park usage. Specifications 29 Contractor shall respond to notification of dry spots by applying water within eight hours or notifying Director of alternative remedy. Litter Control: Level 2 parks includes all Level 2 grounds such as walkways,parking lots,play equipment, shrub beds,turf, corners of entryways and other areas where litter might accumulate. Level 2 parks shall be policed with litter pickup required: o on a daily basis during summer season May 1 —Labor Day o twice per week in fall season from Labor Day—November 1 o once per week during winter season November 1 -March 31 o twice per week in Spring season April 1 -May 1 o Special events, reservations or any other use may require additional litter control o Exceptions: Valley Mission Park is heavily utilized in the winter months and will require daily litter patrol in winter and spring season if snow is present. Winter maintenance is estimated at 60 visits/year. Litter includes cigarette butts,paper, cardboard, rocks (on turf, sidewalks and other areas where they don't belong) any plastic,rubber or metal foreign objects,wood,tree branches, cloth, etc. Litter pickup shall be completed by the end of each service day. Large or otherwise visible accumulations, such as multiple items of litter in the same location,two or more beverage cans in one location, dumped mattress or appliance, large accumulation of trash or debris, etc. shall be removed by 10:00 AM each day or within one hour of being reported to or noticed by contractor. There is a general expectation that litter will always be picked up incidental to other work. o Level 4 areas and others are to be policed a minimum of once per week except that large or noticeable deposits shall be cleaned on same basis as Level 2. Trash Containers: Trash containers as noted in the Estimated Quantities section of this RFP are available for use by the contractor and are considered adequate. Additional containers may be provided by contractor. Where decorative containers are desired by owner, owner shall purchase those containers. Containers shall be dumped when 3/4 full or at any time that offensive odors or pests are present or if the container has not been dumped for four days. All containers shall be lined with a plastic liner. Vehicle access to cans may be limited in some locations. Dumpsters in lieu of individual cans may be used upon approval of the Director.All costs associated with garbage collection,transport and disposal, shall be the responsibility of the contractor. Playground Inspection: Playgrounds shall be inspected by a Certified Playground Inspector by then current standards and guidelines.All inspections shall be recorded and be part of the reporting process to the Director. The City requires full compliance with playground safety requirements as set forth by the National Recreation and Park Association certification requirements. Repairs shall be implemented immediately where possible. When parts are required, such parts shall be ordered within 24 hours of noted Specifications 30 deficiency in playground structure. Remedial measures, such as restricting use or otherwise preventing use of equipment, shall be implemented and the Director notified. All encroachment zones shall be maintained in a safe, clean condition and at the proper depth. All structures shall be repaired according to manufacturer requirements. Parts shall be purchased from the manufacturer or authorized distributor. Fabrication of parts by contractor is prohibited. Safety is paramount in playground maintenance. Contractor shall be responsible for all parts, materials and supplies to maintain equipment and encroachment zones in full operational condition, subject to this paragraph. Contractor shall furnish parts so long as such parts are available through an authorized dealer servicing the brand and style of equipment in need of repair. Evidence that parts are no longer commercially available shall be communicated to the Director and closure or replacement of the equipment may be contemplated. For any partial closures, the contractor shall be responsible for supplying all parts and materials. The City shall incur all costs for replacement of existing structures,provided that structure has been properly inspected and maintained by the contractor. Playground Installation: Playground equipment shall be installed in full compliance with all applicable manufacturers' guidelines and specifications. As there is no way to project the extent of playground installation,this work shall be considered"extra work" to be submitted by the contractor in the form of a work order or it may be contracted out by the City. Tree and Shrub Planting and Maintenance: Tree and shrub maintenance is on an"as needed basis."Trees and shrubs that are encroaching on sidewalks or roadways, or diseased,dead/dying shall be trimmed or removed as appropriate. Director shall be notified of intent to remove any trees or shrubs prior to starting work.All potentially dangerous conditions regarding trees shall be corrected immediately or reported to the Director.Newly planted trees (first three years after planting) shall be watered (by hand if necessary)trimmed, mulched, and staked, according to generally accepted standards to ensure survival. Organic/Inorganic Groundcover(wood chips/gravel)Maintenance: Groundcover shall be maintained to preserve the intended coverage and use. Soil and/or weed barrier shall have 100%coverage either by raking or adding additional ground cover. Ground cover deficiencies shall be corrected no less than three times per year. Turf Sweeping: Turf shall be swept for windrowing any time the grass height has exceeded the maximum of 4.5 inches and accumulations form a layer that completely obscures the turf in any 6"x6"area. Between March 15-April 1, all turf shall be swept, vacuumed,raked or otherwise cleaned of all pine needles,pine cones, branches, litter and debris. Work shall be scheduled to prevent damage to turf due to wet or damp conditions. Specifications 31 Hard Surface Sweeping: Unless otherwise noted, hard surfaces shall be swept, vacuumed or blown off as needed to maintain a clean appearance. Parking lots shall be swept each spring to remove all sand and other debris accumulated over the winter. Contractor shall sweep all parking lots one additional time as scheduled through the summer/fall seasons. However, due to storms, etc.parking lots may require additional sweeping which shall be the responsibility of the contractor. Sports Court Maintenance: Tennis and Basketball courts shall be swept, blown or vacuumed in order to maintain a clean playing surface. Inspections shall be daily in conjunction with other maintenance tasks. Courts shall be cleaned bi-weekly according to schedule developed by contractor. Courts shall be inspected daily for glass, debris or other foreign material which shall be removed immediately. o Tennis nets shall be replaced if damaged over 10%or more of surface. o Basketball nets replaced as needed to maintain safe, attractive appearance.No more than two loops may be missing before nets shall be replaced. Replacement demand in excess of four times per year may be reported to Director and alternatives sought. o Volleyball nets replaced if damaged over 10%more of surface.Repair is acceptable. Contractor shall keep replacements on hand or otherwise readily available in order to ensure that nets can be replaced without unnecessary delay. Volleyball nets require tightening on a routine basis. o Expected replacement on tennis nets is approximately two years; volleyball nets every two years; basketball nets, four times per year. o In the event that such replacement is not reasonably warranted or that additional replacement is recommended by the Contractor,the Contractor shall contact the Director. Graffiti Removal: Graffiti eradication and control shall include all surfaces fixed or portable within the park properties. Graffiti control methods and chemicals shall be approved by Director. Where painting is the desired method, all paint shall be applied in a professional manner. Painted areas shall be of the exact shade as the existing paint. Surrounding areas shall be masked off,protected with drop-cloths or otherwise protected. Surface shall be properly prepared. All paint shall be high quality. Contractor shall remedy any work that fails to meet this standard. Graffiti shall be removed the date of discovery unless otherwise agreed to by Director. Drinking Fountain Maintenance: Drinking fountains shall be maintained in working order. Fountains shall be operated as designed so as not to waste water. Leaking, sticking or broken fountains shall be repaired within 24 hours of discovery. Fountains shall be cleaned and sanitized on a daily basis. Fountains shall be winterized in the fall to prevent freezing and activated by April 15 or as weather permits. Contractor shall be responsible for all repairs including freeze damage or vandalism. Vermin Control: Contractor shall control mice, skunks, ground squirrels, insects or other vermin in and around facilities with approved poisons or traps in accordance with Specifications 32 applicable state and local laws and in a manner appropriate for public areas. This includes the control of wasps in parks and pools. Horseshoe Pit Maintenance: (Terrace View Park)Horseshoe pits shall be maintained with pegs in place and secured at all times, backboards maintained and pits properly filled with suitable material. Pond Maintenance: The pond at Mirabeau Springs shall be maintained daily, from March 15 —November 1, to keep the strainer free of debris and functioning properly. All trash shall be removed from pond on a daily basis. In addition to other vandalism,there may be a need to remove soap suds from the pond. If the pump fails, the contractor shall be responsible for repair up to and including replacement of pump. All electrical/mechanical components shall be the responsibility of the contractor. CenterPlace: Contractor shall develop preventative maintenance program for the CenterPlace grounds to be approved by the Director. Additional responsibilities at CenterPlace include: fly control,rodent control and cockroach control. Well Water Monitoring: The well at Sullivan Park shall be monitored once per day Monday-Friday, including testing the chlorine level and entering the result into a log. Adjust chlorine to state mandated levels. Once‘a month report results are to be given to Washington State Department of Health. Fencing: Chain link fence shall be kept in good repair. Top rails shall be in place and secure. Fabric damaged by vandalism or accident shall be repaired. Bottom of fence shall be straight.Fence that is bowed or that has sharp edges shall be repaired. Accumulations of pine needles and other debris shall be cleared away. Parking Lots: Parking bumpers and signage shall be maintained by contractor. Contractor shall stripe parking lots every four years beginning with the first year of the contract. Painting: All painted or stained buildings (interior and exterior), fences,bollards, signs, picnic tables, bleachers, benches, and other fixtures or park amenities shall be painted to maintain a tidy appearance. Chipping,peeling, chalking, fading, dirty, damaged, moldy, marred by graffiti, cracking or other conditions caused by weathering,vandalism or any other cause are indications that painting is required. Many facilities require painting on a bi-annual basis. Valley Mission Horse Arena: The Valley Mission Horse Arena is maintained to a large degree by the user groups.Daily inspection shall be done by contractor April 1 — November 1. Restrooms shall be cleaned daily. Stalls and grounds shall be inspected for litter,horse manure, straw, hay. When present, all waste shall be placed in the dumpster. The contractor shall not drag or prepare the arena surface. Fences shall be painted, buildings painted and kept in repair. The buildings are currently in poor repair. Cost of Specifications 33 initial renovation of the buildings (other than painting) shall not be the Contractor's responsibility. Valley Mission Sledding: October 15 -March 1 or any time there is sufficient snow for sledding,the entire south side of the Horse Arena fence shall be removed and securely stored. Steel plugs shall be inserted in the steel sleeves in the ground. Straw shall be placed along entire south side of corral along the restroom and around the two light poles in corral. Straw shall also be placed around approximately 12-20 trees. The fence around the pond shall be protected with straw bales all the way around it.Annual straw requirements are estimated at 300-400 bales of straw. Contractor shall inspect the lights (seven fixtures) in the sledding area and ensure they are functioning properly. Straw bales shall require daily maintenance Monday-Friday to replace/reset as necessary. All makeshift jumps or other temporary snow structures shall be removed and bales returned to needed location. In the spring,the contractor shall pick up and dispose of all straw bales.Disposal fees shall be the responsibility of Contractor. Contractor shall pull plugs in fence post holes and reinstall fence. Park Road/Valley Mission/Terrace View Pools: Currently the YMCA contracts with Park Maintenance Contractor to winterize the pool bath houses and to certify the pools backflow devices. Maintenance Contractor shall provide the following services at the pools: pest control, vandalism repair, light fixture repair and maintenance. Sanitary Survey Requirements: Contractor shall maintain Mirabeau Point Park Restrooms and Sullivan Park's well to Washington State Department of Health, Office of Drinking Water, small water system management program standards to maintain operating permit. Secured Storage/Receiving: Contractor shall provide both covered and uncovered secured storage on their site as specified within this bid package. Traditional storage items are trash containers and picnic tables. Additionally,the contractor shall receive and store park materials,pool furniture,playground equipment,picnic shelters and any other deliverable items for the Parks and Recreation Department at contractor's facility. Trail Maintenance: The contractor shall maintain the portion of the Centennial Trail that runs through the City of Spokane Valley as well as the completed sections of the Appleway Trail. All work on these trails shall comply with the maintenance standards as set forth in this bid package. The following duties and frequencies shall be provided: Vegetation Control Trimming of weeds and grasses along trail three times per year or as needed Brush control along trail three times per year Removal of hazardous trees pursuant to maximum six times per year per ISA standards Specifications 34 Centennial Trail Litter Control Policing and removal of litter Weekly April—September;then monthly Applewav Trail Litter Control Policing and removal of litter three times per week April—Sept;then monthly Restroom Cleaning Cleaning at Mirabeau 200+times per year including materials Cleaning at Barker 200+times per year including materials Pumping vault at Barker four times per year or as needed Sweeping Parking lot sweeping two times per year Trail sweeping four times per year minimum Weed Control Encroachment weed control two times per year Noxious weed control one time per year, or as directed by the Spokane County Noxious Weed Control Board for control of state identified noxious weeds Hardscapes Maintenance Bench Repair as needed Sign Repair as needed Facility Repair as needed Asphalt Maintenance Crack Repair one time per year or as needed Pothole Repair one time per year or as needed Parking Lot Snow Removal Plowing upon a two-inch accumulation De-icing as needed to control ice accumulation Sikikane Milley. PART 5 - APPENDIX MODEL PARK MAINTENANCE CONTRACT PARK MAINTENANCE CONTRACT APPENDIX A MODEL PARK MAINTENANCE AGREEMENT <Name of Contractor> THIS AGREEMENT(the"Agreement")is made by and between the City of Spokane Valley,a code City of the State of Washington("City")and , ("Contractor") jointly referred to as the"Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1.Work to Be Performed. Contractor shall do all work and furnish all labor,supervision,tools,materials, supplies and equipment and other items necessary for the Park Maintenance(hereinafter"work")in accordance with documents described in Exhibit 1 Bid Package which includes the(Scope of Work,General Instructions, Instructions to Bidders,Bid Response Documents, Specifications and Appendix A&B),which are by this reference incorporated herein and made part hereof(the "Contract Documents")), and shall perform any changes in the work in accordance with the Contract Documents.The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in the Contractor's bid proposal attached hereto, assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities provided for in the Contract Documents,except those items mentioned therein to be furnished by the City of Spokane Valley to City's satisfaction. The City Manager,or designee,shall administer and be the primary contact for Contractor. Upon notice from City,Contractor shall promptly commence work,complete the same in a timely manner,and cure any failure in performance under this Agreement. Unless otherwise directed by City,all work shall be performed in conformance with the Contract Documents, and all City,State and federal standards,codes,ordinances,regulations and laws as now existing or as maybe adopted or amended. Contractor acknowledges review of the Contract Documents and accepts the same. 2. Term of Contract. This agreement shall be in full force and effect beginning January 1,2017,and shall remain in effect for one year,with up to two additional three-year renewal options which may be exercised by the Parks and Recreation Director until completion of all contractual requirements. Renewals, if any, shall coincide with the calendar year. Either Party may terminate this Agreement with a minimum of 90 days' written notice at any time during a contract term. In the event of such termination, the City shall pay the Contractor for all work previously authorized and satisfactorily performed prior to the termination date. 3. Liquidated Damages. Not applicable for this Agreement. 4.Compensation.The City shall pay the Contractor inclusive of sales tax,at the then current rate, as full compensation for everything done or provided under this Agreement. 5.Payment. Contractor shall be paid monthly in an amount that represents one-twelfth(1/12th)of the yearly Agreement amount. Payments shall be sent to the City no later than the 5th day of each month. The City reserves the right to withhold payment under this Agreement for that portion of the work or materials which are determined in the reasonable judgment of the Parks and Recreation Director or designee to be Parks Maintenance Agreement 2017-2019 Page 1 of 9 noncompliant with the Contract Plans,Contract Documents, or City or State standards or codes. In such an event,the undisputed amount owed by the City shall be timely paid. Any dispute over withheld payment shall be resolved in a timely manner. Pursuant to chapter 60.28 RCW,five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents,City standards,City Code, and federal or state standards. 6.Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge,City Clerk Name: Phone: (509)921-1000 Phone: Address: 11707 East Sprague Ave, Suite 106 Address: Spokane Valley,WA 99206 After August 31,2017,please send notices to: 10210 East Sprague Spokane Valley,WA 99206 7.Applicable Laws and Standards. The Parties,in the performance of this Agreement,agree to comply with all applicable federal, state,and local laws, codes and regulations. 8. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A.By executing this Agreement,the Consultant certifies to the best of its knowledge and belief,that it and its principals: I. Are not presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local)transaction or contract under a public transaction;violation of federal or state antitrust statues or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records,making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal,state,or local)terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this Agreement. Parks Maintenance Agreement 2017-2019 Page 2 of 9 9.Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under this Agreement, shall comply with the requirements of chapter 39.12 RCW, and shall pay each employee an amount not less than the Prevailing Rate of Wage,as specified by the Industrial Statistician of the Washington State Department of Labor and Industries("L&I"). If employing labor in a class not shown,Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing,during,and upon completion of the work,Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with chapter 39.12 RCW. The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project,published by L&I are located at the L&I website address: https://fortress.wa.gov/lni/wagelookup/prvW agelookup.aspx B.This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable ISrevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague,Suite 106,Spokane Valley,WA 99206. Upon request,City will mail a hard copy of the applicable prevailing wages for this project. 10.Relationship of the Parties. It is understood,agreed and declared that Contractor shall be an independent contractor,and not the agent or employee of City,that City is interested in only the results to be achieved,and that the right to control the particular manner,method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 11.Ownership of Documents. All drawings,plans,specifications,and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW,or other applicable public record laws. 12.Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit,examine and make excerpts or transcripts from such records and to make audits of all contracts,invoices,materials,payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 13.Warranty. Unless provided otherwise in the Contract Documents,Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City,unless a supplier or manufacturer has a warranty for a greater period,which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall,within the warranty period, remedy the same at no cost or expense to City. This warranty Parks Maintenance Agreement 2017-2019 Page 3 of 9 provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14.Contractor to Be Licensed and Bonded. Contractor shall be duly licensed,registered and bonded by the State of Washington at all times this Agreement is in effect. 15.Contractor to Provide Performance and Payment Bonds. Contractor shall provide a payment bond and a performance bond in the full amount of the contract on the City's bond forms. 16. Insurance. 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 Contractor,its agents,representatives,or employees. A.Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1.Automobile liability insurance covering all owned,non-owned,hired,and leased vehicles. Coverage shall be written on Insurance Services Office(ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary,the policy shall be endorsed to provide contractual liability coverage. 2.Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises,operations,independent contractors,products- completed operations,stop gap liability,personal injury and advertising injury,and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion,collapse or underground property damage. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3.Workers'compensation coverage as required by the industrial insurance laws of the State of Washington. B.Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1.Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of no less than$1,000,000 per accident. 2.Commercial general liability insurance shall be written with limits no less than$1,000,000 each occurrence, $2,000,000 general aggregate, and no less than a $2,000,000 products- completed operations aggregate limit. C.Other Insurance Provisions. The insurance policies are to contain,or be endorsed to contain,the following provisions for automobile liability, professional liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance,or insurance pool coverage maintained by City shall be excess of Parks Maintenance Agreement 2017-2019 Page 4 of 9 Contractor's insurance and shall not contribute with it. 2.Contractor shall fax or send electronically in.pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. D.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement,which shall be Exhibit C. The certificate shall specify all of the parties who are additional insureds,and shall include applicable policy endorsements,and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested,complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions,and/or self-insurance. 17. Criminal Background Checks. Contractor agrees that it shall not ask or direct any person to go to any City park property in the performance of this Agreement, whether the person is an employee or volunteer, unless that person has passed a criminal background check by an agreed upon entity that performs criminal background checks as a part of its regular services. 18. Bonding Requirements. Contractor shall provide Performance and Payment Bonds in the amount of 100%of annual contract amount shall be provided to the City as Exhibit B to this Agreement 19.Indemnification and Hold Harmless. Contractor shall,at its sole expense,defend,indemnify and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs,attorney's fees and costs of litigation,expenses,injuries,and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts,errors or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend,indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend,indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of(a)City or City's agents or employees, and(b)Contractor, Contractor's agents, subcontractors, subconsultants and employees, shall apply only to the extent of the negligence of Contractor,Contractor's agents,subcontractors,subconsultants and employees. Contractor's duty to defend,indemnify and hold City harmless shall include,as to all claims,demands,losses and liability to which it applies,City's personnel-related costs,reasonable attorneys'fees,and the reasonable value of any services rendered by the office of the City Attorney,outside consultant costs,court costs,fees for collection,and all other claim-related expenses. Contractor specifically and expressly waives any immunity that maybe granted it under the Washington State Industrial Insurance Act,Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages,compensation or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City,and does not include,or extend to,any claims by Contractor's employees directly against Contractor. Parks Maintenance Agreement 2017-2019 Page 5 of 9 Contractor hereby certifies that this indemnification provision was mutually negotiated. 20. Waiver. No officer, employee,agent or other individual acting on behalf of either party has the power, right or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 21. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 22. Confidentiality. Contractor may,from time to time,receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 23.Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County, unless otherwise required by applicable federal or state law. 24. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor,at the time of subcontract execution,meets the responsibility criteria listed in RCW 39.04.350(1)and possesses an electrical contractor license,if required by chapter 19.28 RCW,or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 25.Jurisdiction and Venue. This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County,State of Washington. 26. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed,modified or altered except in writing signed by the Parties. 27. Anti-kickback. No officer or employee of City, having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from any person with an interest in this Agreement. 28.Business Registration. Prior to commencement of Work under this Agreement,Contractor shall register with the City as a business. 29.Severability. If any section,sentence,clause or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction,such invalidity shall not affect the validity of any other section, sentence,clause or phrase of this Agreement. 30. Exhibits. Exhibits attached and incorporated into this Agreement are: Parks Maintenance Agreement 2017-2019 Page 6 of 9 A. Complete Bid Package B. Performance and Payment Bonds C. Insurance Endorsements The Parties have executed this Agreement this day of ,2016. CITY OF SPOKANE VALLEY: Contractor: Mark Calhoun,Acting City Manager Owner ATTEST: APPROVED AS TO FORM: Christine Bainbridge, City Clerk Office of the City Attorney Parks Maintenance Agreement 2017-2019 Page 7 of 9 l\1111111111) Spokane 40 OF Val ley• BOND NO: CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to (Contractor),as Principal,a contract for the construction of the project designated as(PROJECT NAME),Proj ect No.(Project#)in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal,and (Surety),a corporation,organized under the laws of and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,as Obligee,in the sum of$ total Contract amount(including Washington State sales tax),subject to the provisions herein. This performance bond shall become null and void, if and when the Principal,its heirs, executors,administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made,at the time and in the manner therein specified;shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(CONTRACTOR) SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name,address,and telephone of local office/agent of Surety Company is: Parks Maintenance Agreement 2017-2019 Page 8 of 9 so�ane .4000 '. BOND NO: CONTRACTOR'S PAYMENT BOND(NON-FEDERALLY FUNDED PROJECT) to City of Spokane Valley,Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to (Contractor),as Principal,a contract forthe construction of the project designated as(PROJECT NAME),Project No.(Project#)in Spokane Valley,Washington,and said Principal is required under the terms ofthe Contract to furnish a payment bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal,and (Surety),a corporation organized under the laws and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,as Obligee,in the sum of$ total Contract amount(including Washington State sales tax),subject to the provisions herein. This payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW,including all workers,laborers,mechanics,subcontractors, and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work;and shall indemnify and hold harmless the Obligee from all loss,cost or damage which Obligee may suffer by reason ofthe failure ofPrincipal to make such required payments;and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(CONTRACTOR) SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name,address,and telephone of local office/agent of Surety Company is: Parks Maintenance Agreement 2017-2019 Page 9 of 9 �-mriN (—' C.7SENSLAW-01 RESLINGER A���� CERTIFICATE OF LIABILITY INSURANCE DA1/26/201TE 7rn THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the_ggrtificateholder in lieu of such endorsement(s). PRODUCER ^ -^a;' / 3 CONTACT Richland Office (�-- T1i E D NAME: PHONE (A/C,No):( ) (ac,No,Ext):(509)946-6161 FAx 866 215-4862 Pa neWest Insurance,Inc. JAN 3 0 2017 39E-MAIL Bradley Blvd. ADDRESS: Richland,WA 99352 INSURER(S)AFFORDING COVERAGE NAIL# PARKS& RECRFATION 11FPT INSURER A:Cincinnati Insurance Companies 10677 INSURED INSURER B:Homeland Insurance Company of New York 34452 Senske Lawn&Tree Care,Inc INSURER C: _ 400 North Quay Street INSURER D: Kennewick,WA 99336 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POUCY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVDIMMIDDIYYYYt (MM/DD/YYYY1 A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR ENP0177069 01/28/2017 01/28/2018 DAMAGE TO RENTED 500,000 X PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY 28, LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: WA Stop Gap $ 1,000,000 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO EBA0177069 01/28/2017 01/28/2018 BODILYINJURY(Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS p BODILY INJURY(Per accident) $ AU X bDs ONLY X AUTO ONLY (Perr acEcidentDAMAGE $ • $ A X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 4,000,000 EXCESS UAB CLAIMS-MADE ENP0177069 01/28/2017 01/28/2018 AGGREGATE $ 4,000,000 DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN S PER I ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ O FICER/MiM ER EXCLUDED?(Mandatory m H) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Equipment Floater ENP0177069 01/28/2017 01/28/2018 Policy Limit 110,000 B Commercial Pollution 7930017960001 01/28/2016 01/28/2018 Pollution Liability 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached If more space Is required) SNOW REMOVAL LIABILITY-Gemini Insurance Company Policy Term 1/28/17 to 1/28/18 Policy Number#VCGP022826-Liability Limit-$1;000,000 Occurrence with $2,000,000 Aggregate RE:Parks Maintenance 2017 Project No.16-174.00.City of Spokane Valley Is added as Additional Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Spokane ValleyParks&Recreation Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PP ACCORDANCE WITH THE POLICY PROVISIONS. 2426 N Discuovery Place . Spokane Valley,WA 99216 AUTHORIZED REPRESENTATIVE '4ta.0.ZZIMV1I ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD i(o- ftt•00 i(o-ricf.ol �'..N SENSLAW-01 RESLINGER ACORO' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 41....---- 01/25/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER rr-• i CONTACT EIVERichland Office S PHONE (A/C,No,Ext):(509)946-6161 I(NC,No):(866)215-4862 PayneWest Insurance,Inc. 390 Bradley Blvd. �(){n ADDRESS: Richland,WA 99352 !JO INSURER(S)AFFORDING COVERAGE NAIC# PARKS L' RECREeT;W; CEPT 1 INSURER A:Cincinnati Insurance Companies 10677 INSURED --------_... .._ INSURER B:Homeland Insurance Company of New York 34452 Senske Lawn&Tree Care,Inc INSURER C: • 400 North Quay Street INSURER D: Kennewick,WA 99336 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYYY) (MM/DDIYYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR EPP0177069 WA/ID/UT 01/28/2018 01/28/2019 DAMAGE TO RENTED 500,000 X ( � PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER WA STOP GAP $ 1,000,000 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO EBA0177069(WA/ID/UT) 01/28/2018 01/28/2019 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOSRE� ONLY AUTOS yy� p pBODILY INJURY(Per accident) $ X AUTOS ONLY X AUTO ONLY (Per accllde iDAMAGE _ $ — l) $ A X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 4,000,000 EXCESS LIAB CLAIMS-MADE EPP0177069(WA/ID/UT) 01/28/2018 01/28/2019 AGGREGATE $ 4,000,000 DED RETENTION S $ WORKERS ND EMPLOYOERS'LIABILITY YIN STPENSATION ATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER ttEXCLUDED? N/A E.L.DISEASE-EA-EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A EQUIPMENT FLOATER EPP0177069(WA/ID/UT) 01/28/2018 01/28/2019 RENTED/LEASED EQUIP 110,000 B Commercial Pollution 7930017960001 01/28/2018 01/28/2020 POLICY LIMIT 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is reeqguired SNOW REMOVAL LIABILITY-Gemini Insurance Company Policy Term 1/28/118 to 1/28/19 Policy Number#VCGP023495-Liability Limit-$1,000,000 Occurrence with $2,000,000 Aggregate EMPLOYEE DISHONESTY COVERAGE-$25,000 with$500 Ded. RE:Parks Maintenance 2017 Project No.16-174.00.City of Spokane Valley is added as Additional Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Spokane ValleyParks&Recreation Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PP ACCORDANCE WITH THE POLICY PROVISIONS. 2426 N Discuovery Place Spokane Valley,WA 99216 AUTHORIZED REPRESENTATIVE .4C\CA.V WAs4dc1 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1(0 - riif.0D .0I .D2_ ....„........,1 SENSLAW-01 RESLINGER '4��� CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDDIYYYY) 01/28/2019 THIS CERTIFICATE IS ISSUED AS MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRM IVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate hoer is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, sub subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer righ to the certificate holder in lieu of such endorsement(s). PRODUCER wpm' Richland Office (NCNNo,Ext):(509)946-6161 I(ac,No):(866)215-4862 PayneWest Insurance,Inc. E-MAIL 390 Bradley Blvd. E-MAILADDRESS: Richland,WA 99352 INSURER(S)AFFORDING COVERAGE NAIL# INSURERA:The Cincinnati Insurance Company 10677 INSURED INSURER B:One Beacon Senske Lawn&Tree Car ,Inc INSURER C: 400 North Quay Street INSURER D: Kennewick,WA 99336 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE PO CIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING A REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR Y PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SU H POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP INSD WVD (MMIDD/YYYYI (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE _ $ 1,000,000 CLAIMS-MADE [X OCCUR 1 X EPP0177069(WA/ID/UT) 01/28/2019 01/28/2020 PREM 8ES(Ea oge nce) $ 500,000 MED EXP(Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEM_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE _$ 2,000,000 POLICY JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: WA Stop Gap $ 1,000,000 A AUTOMOBILE LIABILITY (Ea BIINEDaccidenSINGLE LIMIT $ 1,000,000 X ANY AUTO EBA0177069(WA/ID/UT) 01/28/2019 01/28/2020 BODILYINJURY(Perperson) $ OWNED SCHEDULED — AUTOS ONLY AUTOS PB�ODILY INJURYp (Per accident) $ X AUTOS ONLY NON-OWNED ONLY (Per acEcident)AGE $ $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE _ $ 4,000,000 EXCESS LIAB CLAIMS-BADE EPP0177069(WA/ID/UT) 01/28/2019 01/28/2020 AGGREGATE $ 4,000,000 DED RETENTIONS $ WORKERS COMPENSATION PER LITE ETH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT OFFICER/MEMBER EXCLUDED? N/A 5 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ II yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Equipment Floater EPP0177069(WA/ID/UT) 01/28/2019 01/28/2020 RENTED/LEASED EQUIP 110,000 B Commercial Pollution 7930017960002 01/28/2018 01/28/2020 POLICY LIMIT 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS i VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) SNOW REMOVAL LIABILITY-GeminiInsurance Company Policy Term 1/28/19 to 1/28/20 Policy Number#VCGP02327-Liability Limit-$1,000,000 Occurrence with $2,000,000 Aggregate EMPLOYEE DISHONESTY COVERA4-$25,000 with$500 Ded. RE:Parks Maintenance 2017 Project No.16-174.00.City of Spokane Valley is added as Additional Insured. • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Spokane Valley Parks&Recreation Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2426 N Discuovery Place Spokane Valley,WA 99216 AUTHORIZED REPRESENTATIVE�� I bv Q,\1\`l,� 1\�y1U V ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I(o - 114.00 • • .01 .OZ ----..m."1 SENSLAW-01 RF,INGER ACORO' CERTIFICATE OF LIABILITY INSURANCE DATE 01/28/2019 I �i ovze/zo19 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(Ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of thepolicy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).T PRODUCER ryAME'CT Richland Office PHONE xo,Ent (509)946-6161 I FAX No)(866)215-4862 Bradley est Insurance,Inc.390 BraBlvd. lass. Richland,WA 99352 _ INSURER(S)AFFORDING COVERAGE _ RAC It INSURER A The Cincinnati Insurance Company 10677 INSURED INSURER B One Beacon - Senske Lawn&Tree Care,Inc INSURER C 400 North Quay Street INSURER o Kennewick,WA 99336 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LBR 'ADDLISUBR POLICY EFF POLICY EXP TR TYPE OF INSURANCE 'INSOI WVD POLICY NUMBER IMMIDONYYYI (MMIDDIYYYV) LIMITS X COMMERCIAL GENERALLIABILITY EACH OCCURRENCE 1.000 CLAIMS-MADE FK OCCUR X EPP0177069(WA/ID/UT) 01/28/2019 01/28/2020 pMdMGEErEREmED 500,000 MED EXP(My One person) 10,000 PERSONAL&ADV INJURY 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2,000,000 POLICY, jp`T F f(00 PRODUCTS-COMP/0P AGG ' 2,000,000 OTHER WA Stop Gap 1,000,000 A I AUTOMOBILE LIABILITY IE°amsINemsINGLE UMIT 1,000,000 X ANY AUTO EBA0177069 WMD/UT 01/28/2019 01/28/2020 1 ) BODILY /Per pamonl OWNED SCHEDULED AUTOS ONLY F�AUTOS BODILY INJURY:Per accident) X �p ND �o E PROPERTY DAMAGE AUTOS ONLY Sior tParxaiae�lf X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 4,000,000 EXCESS LIAB i CLAIMS.MADE EPP0177069(WA/IDIUT) 01/28/2019 01/28/2020 AGGREGATE 4,000,000 DED RETENTIONS WORKERS COMPENSATION ' PER OTH AND EMPLOYERS LIABILITY t,IN STATUTE ER I Amy T PROPRIETORIPARTNER/ETECuTIVE E L EACH ACCIDENT IOM ICERAAEMBER EXCLUDED? NIA' anGbry In NHl DISEASE EA EMPLOVE6 - Ifyes.dearnOeunder DEOCRIFI ur O.[RAl IONS below EL DISEASE-POLICY LIMIT, Equipment Floater EPP0177069(WA/ID/UT) 01/28/2019 01/28/2020 RENTED/LEASED EQUIP 110,000 B Commercial Pollution 7930017960002 01/28/2018 01/28/2020 POLICY LIMIT 1,000,000 SNOW REMOF OPERATIONS PELIABILITY-TIOICATIONS!VEHICLES(ACORD 101,Additional Remarks S hedule.may be attached N more space Is required) Gemini Insurance Company Policy Term 1/28/19 to 1/28/20 Policy Number#VCGP029327-Llabillty Limit.$1,000,000 Occurrence with $2,000,000 Aggregate EMPLOYEE DISHONESTY COVERAGE-$25,000 with$500 Ded RE.Parks Maintenance 2017 Project No.16.17400 City of Spokane Valley is added as Additional Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof6pOkene ValleyParks&Recreation Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P ACCORDANCE WITH THE POLICY PROVISIONS. 2426 N Discuovery Place Spokane Valley,WA 99216 AUTHORIZED REPRESENTATIVE k(\` L.\.4 `4( ACORD 25(2016/03) ©1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ,�-'1 SENSLAW-01 .03 CMEYER 4 RLY CERTIFICATE OF LIABILITY INSURANCE DATE(MYYY) �� 1/24/2022020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to-the-certificate_-holderinliey of such endorsement(s). t ' - ` l'" 1 I CONTACT PRODUCER z .. i =•-E a NAME: Richland Office 1 I PHONE FAX PayneWest Insurance,Inc. 1 rt;� r• .'i..i. (AAA No,Ext:(509)946-6161 (A/c,No):(866)215-4862 390 Bradley Blvd. ADDRESS: Richland,WA 99352 INSURER(S)AFFORDING COVERAGE NAIC# IPA;'k:.-: £. E-nrf,"J`; ncPT., INSURER A:Western National Assurance Company 24465 INSURED INSURER B:Homeland Insurance Company of New York 34452 Senske Lawn&Tree Care,Inc INSURER C: 400 North Quay Street INSURER D: Kennewick,WA 99336 INSURER E: INSURER F: — COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD TWO POLICY NUMBER iMM/ MM/DD/YYWL LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR CPP122474600 1/28/2020 1/28/2021 DAMAGETORENTED 500,000 X PREMISES1Ea ocurrence) $ MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: WA STOP GAP $ 1,000,000 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO CPP122964900 1/28/2020 1/28/2021 BODILY INJURY(Per person) $ OWNED —SCHEDULED _ AUTOSE ONLY AUTOSp BODILY INJURY(Per accident) $ X AUTOS ONLY X AUTOSS ONLY (Per acc dentDAMAGE $ $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE UMB103892300 1/28/2020 1/28/2021 AGGREGATE $ 2,000,000 DED RETENTIONS $ WORKERS COMPENSATION PER AND EMPLOYERS'LIABILITY Y/N STATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE I N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A RENTED/LEASED EQUIP CPP122970700 1/28/2020 1/28/2021 POLICY LIMIT 110,000 B Commercial Pollution 7930017960002 1/28/2020 1/28/2022 POLICY LIMIT 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE:Parks Maintenance 2017 Project No.16-174.00.City of Spokane Valley is added as Additional Insured. • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Spokane ValleyParks&Recreation Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Pp ACCORDANCE WITH THE POLICY PROVISIONS. 2426 N Discuovery Place Spokane Valley,WA 99216 AUTHORIZED REPRESENTATIVE I rY��l ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Dmjfou$;!29746:TFOTMBXO2 EBUF!)NN0EE0ZZZZ* BDPSE UN DFSUJGJDBUF!PG!MJBCJMJUZ!JOTVSBODF 302503133 UIJT!DFSUJGJDBUF!JT!JTTVFE!BT!B!NBUUFS!PG!JOGPSNBUJPO!POMZ!BOE!DPOGFST!OP!SJHIUT!VQPO!UIF!DFSUJGJDBUF!IPMEFS/!UIJT DFSUJGJDBUF!EPFT!OPU!BGGJSNBUJWFMZ!PS!OFHBUJWFMZ!BNFOE-!FYUFOE!PS!BMUFS!UIF!DPWFSBHF!BGGPSEFE!CZ!UIF!QPMJDJFT CFMPX/!UIJT!DFSUJGJDBUF!PG!JOTVSBODF!EPFT!OPU!DPOTUJUVUF!B!DPOUSBDU!CFUXFFO!UIF!JTTVJOH!JOTVSFS)T*-!BVUIPSJ\[FE SFQSFTFOUBUJWF!PS!QSPEVDFS-!BOE!UIF!DFSUJGJDBUF!IPMEFS/ JNQPSUBOU;!Jg!uif!dfsujgjdbuf!ipmefs!jt!bo!BEEJUJPOBM!JOTVSFE-!uif!qpmjdz)jft*!nvtu!ibwf!BEEJUJPOBM!JOTVSFE!qspwjtjpot!ps!cf!foepstfe/ Jg!TVCSPHBUJPO!JT!XBJWFE-!tvckfdu!up!uif!ufsnt!boe!dpoejujpot!pg!uif!qpmjdz-!dfsubjo!qpmjdjft!nbz!sfrvjsf!bo!foepstfnfou/!B!tubufnfou!po uijt!dfsujgjdbuf!epft!opu!dpogfs!boz!sjhiut!up!uif!dfsujgjdbuf!ipmefs!jo!mjfv!pg!tvdi!foepstfnfou)t*/ DPOUBDU QSPEVDFS Usjtib!Ibolfz OBNF; GBY QIPOF Qspqfm!Jotvsbodf 911!5::.1:44977!988.2437 )B0D-!Op*; )B0D-!Op-!Fyu*; F.NBJM 712!Vojpo!Tusffu<!Tvjuf!4511 usjtib/ibolfzAqspqfmjotvsbodf/dpn BEESFTT; DPN!Dpotusvdujpo JOTVSFS)T*!BGGPSEJOH!DPWFSBHFOBJD!$ Tfbuumf-!XB!!:9212.2482 Bmbtlb!Obujpobm!Jotvsbodf!Dpnqboz 49844 JOTVSFS!B!; JOTVSFE Ipnfmboe!Jotvsbodf!Dpnqoz!pg!Ofx!Zpsl 45563 JOTVSFS!C!; Tfotlf!Mbxo!'!Usff!Dbsf-!Jod/ JOTVSFS!D!; 511!Opsui!Rvbz!Tusffu JOTVSFS!E!; Lfoofxjdl-!XB!!::447 JOTVSFS!F!; JOTVSFS!G!; DPWFSBHFTDFSUJGJDBUF!OVNCFS;SFWJTJPO!OVNCFS; UIJT!!JT!!UP!!DFSUJGZ!!UIBU!!UIF!!QPMJDJFT!!PG!!JOTVSBODF!!MJTUFE!!CFMPX!!IBWF!CFFO!JTTVFE!!UP!UIF!!JOTVSFE!!OBNFE!BCPWF!!GPS!UIF!!QPMJDZ!QFSJPE JOEJDBUFE/!!!OPUXJUITUBOEJOH!!BOZ!!!SFRVJSFNFOU-!!UFSN!!PS!!DPOEJUJPO!PG!!BOZ!!DPOUSBDU!PS!!PUIFS!!EPDVNFOU!!XJUI!!SFTQFDU!!UP!!XIJDI!!UIJT DFSUJGJDBUF!!NBZ!!CF!!JTTVFE!!PS!!NBZ!!QFSUBJO-!!!UIF!!JOTVSBODF!!BGGPSEFE!!CZ!!UIF!!QPMJDJFT!!EFTDSJCFE!!IFSFJO!!JT!!TVCKFDU!!UP!!BMM!!UIF!!UFSNT- FYDMVTJPOT!!BOE!!DPOEJUJPOT!!PG!!TVDI!!QPMJDJFT/!!!MJNJUT!!TIPXO!!NBZ!!IBWF!!CFFO!!SFEVDFE!!CZ!!QBJE!!DMBJNT/ JOTSBEEMTVCSQPMJDZ!FGGQPMJDZ!FYQ UZQF!PG!JOTVSBODFMJNJUT QPMJDZ!OVNCFS MUS)NN0EE0ZZZZ*)NN0EE0ZZZZ* JOTSXWE DPNNFSDJBM!HFOFSBM!MJBCJMJUZ FBDI!PDDVSSFODF% BY33BQT23565120390313312039031342-111-111 EBNBHF!UP!SFOUFE % Y611-111 DMBJNT.NBEFPDDVS QSFNJTFT!)Fb!pddvssfodf* NFE!FYQ!)Boz!pof!qfstpo*% YQE!Efe;!%6-1116-111 QFSTPOBM!'!BEW!JOKVSZ% 2-111-111 HFO(M!BHHSFHBUF!MJNJU!BQQMJFT!QFS; HFOFSBM!BHHSFHBUF%3-111-111 QSP. Y QSPEVDUT!.!DPNQ0PQ!BHH%3-111-111 QPMJDZKFDUMPD % PUIFS; DPNCJOFE!TJOHMF!MJNJU BVUPNPCJMF!MJBCJMJUZ B33BBT23565120390313312039031342-111-111 )Fb!bddjefou*% CPEJMZ!JOKVSZ!)Qfs!qfstpo*% Y BOZ!BVUP PXOFETDIFEVMFE CPEJMZ!JOKVSZ!)Qfs!bddjefou*% BVUPT!POMZ BVUPT IJSFEOPO.PXOFEQSPQFSUZ!EBNBHF % YY BVUPT!POMZ )Qfs!bddjefou* BVUPT!POMZ % VNCSFMMB!MJBC B FBDI!PDDVSSFODF% YY PDDVS 33BMV23565120390313312039031345-111-111 FYDFTT!MJBC DMBJNT.NBEFBHHSFHBUF% 5-111-111 % Y%21-111 EFESFUFOUJPO% QFSPUI. XPSLFST!DPNQFOTBUJPO B33BXT2356512039031331203903134Y TUBUVUFFS BOE!FNQMPZFST(!MJBCJMJUZ Z!0!O BOZ!QSPQSJFUPS0QBSUOFS0FYFDVUJWF F/M/!FBDI!BDDJEFOU% JE-!DP-!VU%2-111-111 O!0!B PGGJDFS0NFNCFS!FYDMVEFE@ O )Nboebupsz!jo!OI* 33BQT2356512039031331203903134 F/M/!EJTFBTF!.!FB!FNQMPZFF%%2-111-111 Jg!zft-!eftdsjcf!voefs XB!Tupq!Hbq F/M/!EJTFBTF!.!QPMJDZ!MJNJU%%2-111-111 EFTDSJQUJPO!PG!PQFSBUJPOT!cfmpx BMfbtfe!Sfoufe33BJB256512039031331203903134%331-111 Frvjqnfou%2-111!efevdujcmf cQpmm0Qspg!Mjbc/8:4122828111112039031331803903134%2N!Mjnju0%21l!Efe/ EFTDSJQUJPO!PG!PQFSBUJPOT!0!MPDBUJPOT!0!WFIJDMFT!)BDPSE!212-!Beejujpobm!Sfnbslt!Tdifevmf-!nbz!cf!buubdife!jg!npsf!tqbdf!jt!sfrvjsfe* SF;!Pqfsbujpot!qfsgpsnfe!cz!uif!Obnfe!Jotvsfe/ Tqplbof!Wbmmfz!Qbslt!boe!Sfdsfbujpo!tibmm!cf!jodmvefe!bt!Beejujpobm!Jotvsfe!qfs!uif!buubdife!foepstfnfout/ DFSUJGJDBUF!IPMEFSDBODFMMBUJPO TIPVME!BOZ!PG!UIF!BCPWF!EFTDSJCFE!QPMJDJFT!CF!DBODFMMFE!CFGPSF Tqplbof!Wbmmfz!Qbslt!boe UIF!!!!FYQJSBUJPO!!!EBUF!!!!UIFSFPG-!!!!OPUJDF!!!XJMM!!!CF!!!EFMJWFSFE!!!JO BDDPSEBODF!!!XJUI!!!UIF!!!QPMJDZ!!!QSPWJTJPOT/ Sfdsfbujpo 3537!O/!Ejtdpwfsz!Qmbdf BVUIPSJ\[FE!SFQSFTFOUBUJWF Tqplbof-!XB!!::327 ª!2:99.3126!BDPSE!DPSQPSBUJPO/!Bmm!sjhiut!sftfswfe/ BDPSE!36!)3127014*Uif!BDPSE!obnf!boe!mphp!bsf!sfhjtufsfe!nbslt!pg!BDPSE 22pg!2pg!2 $T61221230N5::4155$T61221230N5::4155BDU12 Dmjfou$;!29746:TFOTMBXO2 EBUF!)NN0EE0ZZZZ* BDPSE UN DFSUJGJDBUF!PG!MJBCJMJUZ!JOTVSBODF 1203803134 UIJT!DFSUJGJDBUF!JT!JTTVFE!BT!B!NBUUFS!PG!JOGPSNBUJPO!POMZ!BOE!DPOGFST!OP!SJHIUT!VQPO!UIF!DFSUJGJDBUF!IPMEFS/!UIJT DFSUJGJDBUF!EPFT!OPU!BGGJSNBUJWFMZ!PS!OFHBUJWFMZ!BNFOE-!FYUFOE!PS!BMUFS!UIF!DPWFSBHF!BGGPSEFE!CZ!UIF!QPMJDJFT CFMPX/!UIJT!DFSUJGJDBUF!PG!JOTVSBODF!EPFT!OPU!DPOTUJUVUF!B!DPOUSBDU!CFUXFFO!UIF!JTTVJOH!JOTVSFS)T*-!BVUIPSJ\[FE SFQSFTFOUBUJWF!PS!QSPEVDFS-!BOE!UIF!DFSUJGJDBUF!IPMEFS/ JNQPSUBOU;!Jg!uif!dfsujgjdbuf!ipmefs!jt!bo!BEEJUJPOBM!JOTVSFE-!uif!qpmjdz)jft*!nvtu!ibwf!BEEJUJPOBM!JOTVSFE!qspwjtjpot!ps!cf!foepstfe/ Jg!TVCSPHBUJPO!JT!XBJWFE-!tvckfdu!up!uif!ufsnt!boe!dpoejujpot!pg!uif!qpmjdz-!dfsubjo!qpmjdjft!nbz!sfrvjsf!bo!foepstfnfou/!B!tubufnfou!po uijt!dfsujgjdbuf!epft!opu!dpogfs!boz!sjhiut!up!uif!dfsujgjdbuf!ipmefs!jo!mjfv!pg!tvdi!foepstfnfou)t*/ DPOUBDU QSPEVDFS Usjtib!Ibolfz OBNF; GBY QIPOF Qspqfm!Jotvsbodf 911!5::.1:44977!688.2437 )B0D-!Op*; )B0D-!Op-!Fyu*; F.NBJM Tfbuumf!Dpnnfsdjbm!Jotvsbodf usjtib/ibolfzAqspqfmjotvsbodf/dpn BEESFTT; 712!Vojpo!Tusffu-!Tvjuf!4511 JOTVSFS)T*!BGGPSEJOH!DPWFSBHFOBJD!$ Tfbuumf-!XB!!:9212.2482 Bmbtlb!Obujpobm!Jotvsbodf!Dpnqboz 49844 JOTVSFS!B!; JOTVSFE Ipnfmboe!Jotvsbodf!Dpnqboz!pg!Ofx!Zpsl 45563 JOTVSFS!C!; Tfotlf!Mbxo!'!Usff!Dbsf-!MMD JOTVSFS!D!; 511!Opsui!Rvbz!Tusffu JOTVSFS!E!; Lfoofxjdl-!XB!!::447 JOTVSFS!F!; JOTVSFS!G!; DPWFSBHFTDFSUJGJDBUF!OVNCFS;SFWJTJPO!OVNCFS; UIJT!!JT!!UP!!DFSUJGZ!!UIBU!!UIF!!QPMJDJFT!!PG!!JOTVSBODF!!MJTUFE!!CFMPX!!IBWF!CFFO!JTTVFE!!UP!UIF!!JOTVSFE!!OBNFE!BCPWF!!GPS!UIF!!QPMJDZ!QFSJPE JOEJDBUFE/!!!OPUXJUITUBOEJOH!!BOZ!!!SFRVJSFNFOU-!!UFSN!!PS!!DPOEJUJPO!PG!!BOZ!!DPOUSBDU!PS!!PUIFS!!EPDVNFOU!!XJUI!!SFTQFDU!!UP!!XIJDI!!UIJT DFSUJGJDBUF!!NBZ!!CF!!JTTVFE!!PS!!NBZ!!QFSUBJO-!!!UIF!!JOTVSBODF!!BGGPSEFE!!CZ!!UIF!!QPMJDJFT!!EFTDSJCFE!!IFSFJO!!JT!!TVCKFDU!!UP!!BMM!!UIF!!UFSNT- FYDMVTJPOT!!BOE!!DPOEJUJPOT!!PG!!TVDI!!QPMJDJFT/!!!MJNJUT!!TIPXO!!NBZ!!IBWF!!CFFO!!SFEVDFE!!CZ!!QBJE!!DMBJNT/ JOTSBEEMTVCSQPMJDZ!FGGQPMJDZ!FYQ UZQF!PG!JOTVSBODFMJNJUT QPMJDZ!OVNCFS MUS)NN0EE0ZZZZ*)NN0EE0ZZZZ* JOTSXWE DPNNFSDJBM!HFOFSBM!MJBCJMJUZ FBDI!PDDVSSFODF% BY34BQT23565120390313412039031352-111-111 EBNBHF!UP!SFOUFE % Y611-111 DMBJNT.NBEFPDDVS QSFNJTFT!)Fb!pddvssfodf* NFE!FYQ!)Boz!pof!qfstpo*% YQE!Efe;!%6-1116-111 QFSTPOBM!'!BEW!JOKVSZ% 2-111-111 HFO(M!BHHSFHBUF!MJNJU!BQQMJFT!QFS; HFOFSBM!BHHSFHBUF%3-111-111 QSP. y QSPEVDUT!.!DPNQ0PQ!BHH%3-111-111 QPMJDZKFDUMPD % PUIFS; DPNCJOFE!TJOHMF!MJNJU BVUPNPCJMF!MJBCJMJUZ B34BBT23565120390313412039031352-111-111 )Fb!bddjefou*% CPEJMZ!JOKVSZ!)Qfs!qfstpo*% Y BOZ!BVUP PXOFETDIFEVMFE CPEJMZ!JOKVSZ!)Qfs!bddjefou*% BVUPT!POMZ BVUPT IJSFEOPO.PXOFEQSPQFSUZ!EBNBHF % YY BVUPT!POMZ )Qfs!bddjefou* BVUPT!POMZ % VNCSFMMB!MJBC B FBDI!PDDVSSFODF% YY PDDVS 34BMV23565120390313412039031355-111-111 FYDFTT!MJBC DMBJNT.NBEFBHHSFHBUF% 5-111-111 % EFESFUFOUJPO% QFSPUI. XPSLFST!DPNQFOTBUJPO B34BQT2356512039031341203903135YY TUBUVUFFS BOE!FNQMPZFST(!MJBCJMJUZ Z!0!O BOZ!QSPQSJFUPS0QBSUOFS0FYFDVUJWF F/M/!FBDI!BDDJEFOU% XB!Tupq!Hbq2-111-111 O!0!B PGGJDFS0NFNCFS!FYDMVEFE@ O )Nboebupsz!jo!OI* B34BXT2356512039031341203903135 F/M/!EJTFBTF!.!FB!FNQMPZFF%2-111-111 Jg!zft-!eftdsjcf!voefs Xpsl!Dpnq2-111-111 F/M/!EJTFBTF!.!QPMJDZ!MJNJU% EFTDSJQUJPO!PG!PQFSBUJPOT!cfmpx BMfbtf0Sfou!Frvjq34BJB2356512039031341203903135%331-111!0!%2-111!efe/ CQpmmvujpo!08:4122828111212039031341203903135%2NN0%2NN!mjnjut Qspgfttjpobm%21-111!efevdujcmf EFTDSJQUJPO!PG!PQFSBUJPOT!0!MPDBUJPOT!0!WFIJDMFT!)BDPSE!212-!Beejujpobm!Sfnbslt!Tdifevmf-!nbz!cf!buubdife!jg!npsf!tqbdf!jt!sfrvjsfe* SF;!Pqfsbujpot!qfsgpsnfe!cz!uif!Obnfe!Jotvsfe/!Tqplbof!Wbmmfz!Qbslt!boe!Sfdsfbujpo!tibmm!cf!jodmvefe!bt Beejujpobm!Jotvsfe!qfs!uif!buubdife!foepstfnfout/ DFSUJGJDBUF!IPMEFSDBODFMMBUJPO TIPVME!BOZ!PG!UIF!BCPWF!EFTDSJCFE!QPMJDJFT!CF!DBODFMMFE!CFGPSF Tqplbof!Wbmmfz!Qbslt!boe UIF!!!!FYQJSBUJPO!!!EBUF!!!!UIFSFPG-!!!!OPUJDF!!!XJMM!!!CF!!!EFMJWFSFE!!!JO BDDPSEBODF!!!XJUI!!!UIF!!!QPMJDZ!!!QSPWJTJPOT/ Sfdsfbujpo 3537!O/!Ejtdpwfsz!Qmbdf BVUIPSJ\[FE!SFQSFTFOUBUJWF Tqplbof-!XB!!::327.1111 ª!2:99.3126!BDPSE!DPSQPSBUJPO/!Bmm!sjhiut!sftfswfe/ BDPSE!36!)3127014*Uif!BDPSE!obnf!boe!mphp!bsf!sfhjtufsfe!nbslt!pg!BDPSE 22pg!2pg!2 $T67874370N6786469$T67874370N6786469BDU12