Loading...
19-083.00 ISS Facility Svcs: CenterPlace Janitorial Svcs Contract No. 19-08300 AGREEMENT FOR JANITORIAL. SERVICES 155 Facility Services, Inc. THIS AGREEMENT(the"Agreement")is made by and between the City of Spokane Valley,a code Cit of the State of Washington("City")and ISS Facility Services. Inc , (-Contractor)jointly referred to as the "Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows. I Work to Be Performed. Contractor shall do all work and furnish all labor, supervision, tools, materials, supplies, and equipment and other items necessary to perform all duties specified in Contractor's response to the City's Request for Proposals(RIP)in this matter Contractor's response to the City's RFP,as well as the RPP itself,are attached and hereby incorporated herein to this agreement as Exhibit B(Contractorresponseto REP)and Exhibit C(City RIP) Contractor shall make such rer isions in the work as are necessary to correct errors or omissions appearing therein when required to do so by the City without additional compensation A Administration. The City Manager or designee shall administer and be the primary contact for Contractor. Prior to commencement of work, the Contractor shall contact the City Manager or designee to review the Scope of Services, schedule. and date of completion. Upon notice from the City Manager or designee,Contractor shall commence work,pet-thrill the requested tasks in the Scope of Services, stop work, and promptly cure any failure in performance under this Agreement. B. Representations. City has relied upon the qualifications of the Contractor in entering into this Agreement. By execution of this Agreement,Contractor represents it possesses the ability,skill,and resources necessary to perform the work and is familiar w ith all current laws, rules, and regulations which reasonably relate to the Scope of Sen ices. 1 he contractor represents that all work shall be performed pursuant to adopted City Standards. policies or as otherwise set forth in this Agreement Contractor shall perform its services in accordance with the professional standard of care applicableto Contractors providing services similar to those pros ided under this Agreement No substitutions of agreed-upon personnel shall he made without the prior written consent of City Consistent with the professional standard of care, Contractor shall he responsible for the technical accuracy of its services and documents resulting therefrom. and City shall not be responsible for discovering deficiencies therein. Consultant shall correct such deficiencies without additional compensation except to the extent such action is directly attributable to deficiencies in City-furnished information. C Standard of Care Contractor shall exercise the degree of skill and diligence normally employed by professional contractors engaged in the same profession,and perfonning the same or similar services at the time such services arc performed C. Modifications. City may modify this Agreement and order changes in the work whenever necessity or advisable The Contractor shall accept modifications when ordered in writing by the City Manager or designee Compensation for such modifications or changes shall he as mutually agreed between the Parties. The Contractor shall make such revisions in the work as are necessary to correct errors or omissions appearing therein when required to do so by City without additional compensation. c omouction Agreement Page 1 of 2. Term of Contract 1 his contract term shall be for a period of one year w ith up to three two-year renewal options which may be exercised by the City Manager or designee The contract shall commence on or about May. I. 2019 and shall he pro-rated on a monthh/daily basis as needed. Either Party may terminate this Agreement atter providing the other Party with at least 90 days prior notice In the event of termination without breach, City shall pay Contractor for all work previously authorized and satisfactorily performed prior to the termination date. 3 Compensation In consideration of Contractor performing the Work, Ori agrees to pay Contractor in accordance with the Contract Documents the sum of $89,091.88, plus Washington State Sales Tax of $7.92.9 18(if applicable),for a total of$97,02 .06,based on the hid submitted by Contractor(Exhibit B),and as may he adjusted in accordance with the Contract Documents 4.Payment Contractor may elect to be paid in monthly installments,upon presentation of an application for payment in a form satisfactory to City Applications for payment shall he sent to the City Finance Department at the address stated in paragraph 6 5. Notice. Notice other than applications for payment shall he given in writing as follows: TO THE CITY: TO THE CONTRACTOR. Name Christine Bainbridge,City Clerk Name. ISS Facility Services, Inc. Phone- (509) 720-5000 Phone. (210)495-6021 Address 10210 East Sprague Avenue Address: 1017 Central Parkway North, Suite 100 Spokane Valley, WA 99206 San Antonio, IX 78232 6.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 7. 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 of 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 statutes 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 1(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. Coriamcnon Agreement Page 2 of 9 B Where the prospectis e primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement 8 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&l") 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 follow mg information is pro\ided pursuant to RCW 39.12.030. A. State of Washington prevailing wage rates applicable to this public works project, published by L&1.are located at the L&I website address: htgps oilcan ess wa goy;In_h.agelnokupipre W ar;:lookup asps B This Project is located in Spokane County. C I he 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 the City Located at 10210 Cast Sprague Avenue, Spokane Valley, WA 99206. Upon request. City will mail a hard copy of the applicable prevailing wages for this project. 9.Relationship of the Parties. ft is understood and agreed that Contractor shalt bean independent contractor and not the agent or employee of City, that City is interested only in the results to be achieved. and that the right to control the particular manner,method,and means in which the services arc 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 he solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 10 Ownership of Documents All drawings,plans,specifications,and other related documents prepared by Contractor under this Agreement are and shall he the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW, or other applicable public record laws II 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 cox ered in this Agreement. Such representatives shall he permitted to audit,examine,make excerpts or transcripts from such records,and to make audits of all contracts,invoices.materials,payrolls. and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder I2. Warranb 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 Cramb uction \erccmcnt Pagc 3 of9 warranty shall be assigned or transferred to City In the event a defect or failure occurs in work OT materials. Contractor shall, within the warrant) period, remedy the same at no cost or expense to City Ibis warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 13.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 14 Contractor to Provide Performance Bond Contractor shall provide a performance bond in the full amount of the Agreement on the City's bond form IS 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 he written on Insurance Services Office (ISO) form CA 00 01 or a substitute lonn providing equivalent liability coverage If necessary. the policy shall be endorsed to pros ide 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, advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall he endorsed to provide a per project aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement 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 he named as an additional insured under Contractors 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 CO 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 13 Minimum Amounts of Insurance. Contractor shall maintain the follow ing insurance l imrts• I Automobile liability insurance with a minimum combined single limit for bodily injury and properly 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 he endorsed to contain,the follon ing provisions for automobile liability and commercial general liability insurance: Construction Aercenuut Page 4 of 9 I 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 husiness days of receipt by Contractor. 3 If Contractor maintains higher insurance units than the minimums shown above,City shall he insured tor the full available limits of commercial general and excess or umbrella liability maintained by Contractor, irrespective of whether such limits maintained by Contractor are greater than those required by this Agreement or whether any certificate of insurance furnished to the City en idences limits of liability lower than those maintained by Contractor 4. Failure on the part of Contractor to maintain the insurance as required shall constitute a material breach of this Agreement, upon which the City may, after giving at least five business days' notice to Contractor to correct the breach, immediately terminate the Agreement, or at its sole discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand, or at the sok discretion of the City, offset against funds due Contractor from the City D Acceptability of Insurers Insurance is to he placed with insurers with a current A M Best rating of not less than A VII. F Ey idence 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 Inswing 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 F Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein,except Contractor shall have sole responsibility for determining the limits of coverage to be required to he obtained by subcontractors Contractor shall ensure that the City is an additional insured on each and every subcontractor's commercial general liability insurance policy using an endorsement at least as broad as ISO additional insured endorsement CG 20 38 04 13 I b.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 City harmless 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 Constmamn Agreement Page 5 of 9 Contractor's duty to defend, indemnity,and hold City harmless 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,fosses, and liability to which it applies, City's personnel-related costs, reasonable attorneys' fees, and the reasonable value of anv 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. Naives 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 under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided. that Contractor's wan er 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 17. Waiver. No officer. employ ee, 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 he waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law shall he 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 18. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the henetits received hereunder without first obtaining the written consent of the other party. 19 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 20 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 of the State of Washington for Spokane County, unless otherwise required by applicable federal or state law. 21 Subcontractor Responsibility As required by RCW 39.06.020, Contractor shall verity 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 elev ator contractor license it required by chapter 70 87 RCW. This verit-Icumn requirement shall be included in every subcontract of every tier 22 Jurisdiction and Venue This Agreement is entered into in Spokane County.Washington Venue shall he in Spokane County, State of Washington 23. Entire Agreement 1 his Agreement constitutes the entire and complete agreement between the parties Construction \gi cement Page 6 nf9 and supercedes any prior oral or written agreements. f his Agreement may not he changed.modified,or altered except in writing signed by the Parties 24 Anti-kickback. No officer or emplolee of City. hat mg the power or duh to perform an official act or action related to this 4greement, shall has or acquire any interest in this Agreement, or have solicited, accepted, or granted a present or future gilt, favor, service, or other thing of aluc from any person with an interest in this Agreement 25.Business Registration Prior to commencement of Work under this Agreement,Contractor shall register with the City as a business if it has not already done so 26. Severability If any section,sentence,clause,or phrase of this Agreement should he held to he invalid for any reason by a court ofcompetentlurisdiction. such irn alid ity shall not affect the',alidity of any other section, sentence_clause, or phrase of this Agreement 27. Exhibits. Exhibits attached and incorporated into this Agreement are A. Performance Bond B. Proposal Response Documents C. CenterPlacc Regional Event Center,lanitortal Sen ices RPP D insurance Endorsements F Assurance of compliance with applicable federal laws Die Partes have executed this Agreement this day of,1M 2019 CITY OF SPOKANE VALLEY: ISS FACILITY SERVICES,INC. A'k& L 11a,, Mark Calhoun. City Manager By: Its: Authorized Representative ATTEST: / a Christine Bainbridge, City Clerk APPROVED AS TO FORM: O ice . he Ci :ane) Con.wcnon Agieenicnt Page 7 of Exhibit L —Assurance of Compliance with Applicable Federal Law During the performance of this Agreement,the Contractor, for itself its assignees.and successors in interest(hereinafter referred to as the "Contractor")agrees as follows' I.Compliance with Regulations•'1 he Contractor shall comply with the federal laws set forth in Section 7 of this Exhibit('Acts and the Regulations") relative to non-discrimination in federally-assisted programs of the U.S. Department of Transportation, Washington State Department of transportation (WSDOT),as they may be amended from time-to-time.which are herein incorporated by reference and made apart of this Agreement. 2. Non-discrimination The Contractor,w ith regard to the work performed by it during this Agreement,shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment The Contractor shall not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity,project,or program set forth in Appendix B of 49 CFR Part 21 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Contractor for work to he performed under a subcontract, including procurements of materials,or leases of equipment,each potential subcontractor or supplier shall he notified by the Contractor of the C ontractoi's obligations under this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of race. color.or national origin. 4. Information and Reports The Contractor shall provide all information and reports required by the Acts, the Regulations,and directives issued pursuant thereto,and shall permit access to its books,records,accounts, other sources of information,and its facilities as may be determined by the City or the WSDOT to be pertinent to ascertain compliance with such Acts, Regulations, and instructions Where am' information required of Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor shall so certify to the City or the WSDO F. as appropriate, and shall set forth what efforts it has made to obtain the information 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non-discrimination provisions of this Agreement,the City will impose such contract sanctions as it or the WSDOT may determine to be appropriate, including, but not limited to a withholding payments to the Contractor under the Agreement until the Contractor complies; and/or b. cancelling,terminating, or suspending the Agreement, in whole or in part. 6.Incorporation of'Provisions The Connactur shall include the provisions of paragraphs one through six of this Exhibit in every subconhacl,including procurements of materials and leases of equipment,unless exempt by the Acts, the Regulations and directives issued pursuant thereto The Contractor shall take action with respect to any subcontract or procurement as the City or the WS DOT may direct as a means of enforcing such provisions,including sanctions for noncompliance. Provided,that if the Contractor becomes involved in,oris threatened with litigation by a subcontractor or supplier because of such direction,the Contractor may request that the City enter into any litigation to protect the interests of the City. In addition,the Contractor may request the United States to enter into the litigation to protect the interests of the United States 7 Pertinent Non-Discrimination Authorities Duiing the performance of this Agreement,the Contractor agrees to comply with the following non-discrimination statutes and authorities;including but not limited to: Construction Agreement Page 8 of 9 itle VI of the Civil Rights Act of 1964(42 I) S C §2000d ere.•q , 78 stat.252).(prohibits dwcruuination on the basis of race. color, national(Agin), and 49 CFR Part 21: The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601).(prohibits unfair treatment nt persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects). Federal-Aid Highway Act of 1973,(23 U.S.C. §324 et seq.I.(prohibits discrimination on the basis of sex), Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 ei sec.! ), as amended, (prohibits discrimination on the basis of disability), and 49 CFR Part 27; lie Age Discrimination Act of 1975,as amended,(42 U.S C §6101 el seq.),(prohibits discrimination on the basis of age); Airport and Airway Jinni-mei-tient Act of 1982. (49 I)SC §471. Section 47123). as amended, (prohibits discrimination based on race, creed, color. national origin, or sex); The Civil Rights Restoration Act of 1987,(PL 100-2091,(Broadened the scope,coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973,by expanding the definition of the terms"programs or activities"to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors,whether such programs or activities are federally funded or not): Titles II and III of the Americans with Disabilities Act. which prohibit discrimination on the basis of disability in the operation of public entities. public and private transportation systems, places of public accommodation,and certain testing entities(42 U S C §§12131-12189)as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38. 'the Federal Aviation Administration's Non-discrimination statute (49 U.S C. §47123) (prohibits discrimination on the basis of race, color. national on gin, and sex), Executive Order 12898, Federal Actions to Address Environmental Justice in Mincing'Populations and Low-Income Populations,which ensures Non-discrimination against minority populations by discouraging programs,policies,and activities w ith disproportionate!) high and adverse human health or environmental effects on minority and low-income populations, Executive Order 13166,Improving Access to Services for Persons with Limited English Proficiency,and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency(LEP). 1'o ensure compliance with Title VI,Sou must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed. Reg. at 74087 to 74100), Title IX of the Education Amendments of 1972, as amended. which prohibits you from discriminating because of sex in education programs or activities(20 14 S.C. §1681 Cl seq ). Construction Agreement Page 9 of 9 CITY1�1�1{t�lOF7. _� l(410,0lj'4FMt11ey® PROPOSAL RESPONSE DOCUMENTS 2019 JANITORIAL SERVICES CONTRACT FOR CENTERPLACE REGIONAL EVENT CENTER CITY OF SPOKANE VALLEY PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSALS RESPONSE DOCUMENTS 4 PROPOSAL PROJECT TITLE: Janitorial Services Contract for CenterPlace Regional Event Center NAME OF FIRM SUBMITTING PROPOSAL: Each proposal shall constitute an offer to the City of Spokane Valley(the "City")as outlined herein and no Contractor may withdraw his/her proposal after the hour set for the RFP closing except under the conditions explained in the Information to Contractors section. RECEIPT OF ADDENDA: Proposer 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 proposals. Special attention shall be directed to the qualifications of the Contractors when considering awarding a contract. SUBMITTAL: The"Proposal Response Documents"Section constitutes the proposal when completed and submitted. Please do not submit the entire RFP documents. PROPOSAL PRICES: All proposal prices are for a 12-month maintenance cycle. In submitting a price, the Contractor acknowledges they are aware of all requirements outlined in this proposal package. LUMP SUM BASE PROPOSAL: CenterPlace Regional Event Center Janitorial Services Contract— 12-Month Maintenance Cycle LUMP SUM BASE PROPOSAL= $89,091.88 8.9%SALES TAX= $7,929.18 TOTAL LUMP SUM BASE PROPOSAL = $97,021.06 2 REPRESENTATIONS AND CERTIFICATIONS A TI-KICKBACK: No officer or employee of the City,having the power or duty to perform an official or action related to this submittal,shall have or acquire any interest in this submittal,or have solicited, ac•epted.or granted a present or future giftfavor,service,or other thing of value from or to any person in •Ived in this submittal. R:PRESENTATION: In submitting this proposal.we represent that the proposal documents have been r and understood,that the sites have been visited,and/or that we have familiarized ourselves with the I conditions under which the work is to be performed,that by signature of this proposal we ac nowledge all requirements and that we have signed all certificates contained herein. I aERTIFY that no final determination of violation of RCW 50.12.070(IXb),50.16.0700 Hb).or 82 2.070(1 Ab)has been made by the Washington State Departments of Employment Security,Labor and In.ustries.or Revenue respectively dated within two years of the date of the opening of this proposal. I un I erstand further that no proposal may be submitted,considered.or contract awarded for a public work to y person or entity that has a determination of violation of the above referenced statutes within two yers from the date that a violation is finally determined and the date of this proposal opening. 1 aERTIFY that to the best of my knowledge the information contained in this proposal is accurate and co plete and that I have the legal authority to commit this Firm to a contractual agreement I realize the fin I funding for any service is based upon budget levels and the approval of the City. Nine: { nC1CS}-k KA Le Person/entity subm'ing proposal( rint) Si nature: Ti le: C' `lph1ty V��Gtv0. 'V ( 1e{ " O21J 11weS-T I D e: l � S/ 2c> ( 1q 3 PROPOSER'S ADMINISTRATIVE INFORMATION I PERSON/ENTITY a.Name as registered with the State Of Washington: ISS Facility Services,Inc. b.Physical address: 1017 Central Parkway North,Suite 100,San Antonio,TX 78332 c.Mailing address including zip code: 1017 Central Parkway North,Suite 100,San Antonio,TX78232 d.Remit to address including zip code: ISS Facility Services,Inc., PO Box344279, Boston,MA 022844279 e.Telephone number including area code: 210.495.6021 - 1.Fax number including arca code: n/a g.E-mail address for business correspondence: bea.reng@ua.iSsworid.com h. Washington State Contractors License Number. i. Federal Tax Identification Number. j. Washington State UBI Number: 602372770 k.State Industrial Account Identification Number: 2. NSURANCE COMPANY:AU contaCt with our insurance company must go through our MSS Corporate Contact Insurance.Rosemary Deiossantos-email: roscmary.delossantoa@us.isswodd.com a.Name of company: Insurance Company: AON Risk Services Southwest,Inc. 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. :ONDING COMPANY: All contact with our Bonding company must go through our ISS Corporate Contact TSS Corporate Contact for Bonds: Allison Seifert EMAIL aIison.seiferteu.issworld. . Surety name: Bond Company: AON Surety mailing address including zip code: .Bonding agent name: Bonding agent mailing address including zip code: . Bonding agent telephone number including area code: .Bonding agent fax number including area code: 4 • CONTRACTOR'S QUALIFICATION STATEMENT e following statements of experience,personnel,equipment,and general qualifications of the C•ntmctor are submitted with the assurance that the City can rely on its accuracy and truthfulness. If m, space is required for your answers please attach a continuation sheet(s)to the corresponding p .posal response page referencing the item number. I. The company must have a minimum of five(5)years of service/experience in the provision of janitorial/custodial maintenance services and set-up and take-down services similar in nature and scope to those described within this document. Include length of service,number size and type of facilities maintained,and other pertinent information. Spokane Public Facilities District 600,0110+sq.A Customer since 2004 OU Gaylord Fanelli Facilities 2M+sq.A. Customer since 2004 Talking Stick Arena Jul sn.A• Customer.since 2007 2. Provide documentation that the company has a previous or current successful contract(s)similar to CenterPlace Regional Event Center. ISS is the current incnnrbent service provider at CenterPlace. 3. Successful firm shall be required to obtain and maintain a City business registration form. Our Business license is included in the aoaendis 4. List supervisory personnel currently employed by the Contractor and available for work on the Contract as follows Years of Name Title Experience Jon Bransford Arca Manager 13+years Georve Cole Area Supervisor 10 years Diane Hodgen Events S pervisor 7+years Walter Van Heemstede Obelt Site Supervisor 6 Year; 5. Provide references of at least three current or previous clients for same or similar work. Please include names and titles of contacts. Spokane Puhlw Facilites t, Gaylord I'omib Facilities ' TAkhlg Suck Aram � Dishiel Spokane Center 1 (Norman,OK) '(Phoenix,AZ) (Spokane.WA) ' University oradahoma ( ltact Mr.Alvan Adams Contact Mrs.Shardell Shrum , Contac:Mr Kevin McIntyre, VP ofheat,Service' Dimmer of Operations Associate Cieneai Almapor 1602)370.1633 phone I 5 (509)279-7027 phone (405)325-3472_phone(4153 1 M02)379-2002 Au II (519)279.7077 I12 325-4583 fa I .dams ii3pheus.ean mhnm u)gmkaawcus.can ,kmacrr^aou.cdu I 111110CONTRACTOR COMPLIANCE CERTIFICATION pROIF,CT COMPLIANCE In compliance with the RFP,Contractor hereby proposes to perform all work for this project in strict accordance with the contract documents,within the time set forth therein,end at the prices proposed. SPECIFICATION COMPLIANCE The Contractor cektifies below that his/her proposal complies in all respects with the attached specification documents,including the minimum specifications. YES X_ NO THE POWER OF THE HUMAN TOUCH Page 126 Submittal Requirements: The cover letter is located on page 1 of the proposal 155 has enjoyed a mutually successful relationship with Spokane Public Facilities District and Spokane Valley(through CenterPlace)since 2004 and we would like to continue what has been a beneficial relationship. Having institutional knowledge, process, procedures and customer background will provide an invaluable service. 155 has shown,through performance,an understanding of the performance expectations,as well as,demonstrating a strong foundation in delivering excellent service. We have thoroughly reviewed the RFP and have confidence that we can continue to provide the level of service expected at the - - 155 is already in possession of the proper insurance and bond requirements as outlined in the RFP- 155 Facility Services is a company that has the capability to provide multiple types of facilities services so our customers can focus on their core business.In this case,ISS will handle all janitorial services for Spokane Public Facilities,so you can better focus on meeting the service delivery needs of your associates and customers. Over the last 13 years we have partnered with the . - I to deliver unsurpassed, comprehensive and efficient custodial services that increase productivity and improve cleanliness. Currently,the Phoenix and National Events group cleans over 2 Million Square Feet daily at over 150 locations. D. Service Provided Sites Service Provided Sites The following Is a current listing of 155.clients for review. THE POWER OF THE HUMAN TOUCH Page 12 Spokane Public Facilities District Spokane Center(Spokane,WA) Contact:Mrs.Shardell Shrum p Q Director of Operations SPOKANE (509)279-7027 phone(509)279-7077 fax PUBI IC FACILITITS sshrum@spokanearena.com DISTRICT To/Adm Sbid:Arena (Phoenix, LLZ) Sports and Entertainment Services S Contact:Mr.Alvan Adams TALKING STICK RESORT VP of Facility Services (602)379-7633 phone (602)379-2002 fax ARENA aadams@phxses.com iew i-uad iPittshurgr r'A) Formerly Operating as CPS Heinz Field PSSI Corp. i Contact:Mr.lames Sacco ,`•• 7-- General Manager T �,>7 (412)697-7145 phone `t'. ® - saccoi@steelers nfl.com - Un,osa Fon O ka Facilities rigor nr,n, OK)Unniversity of Oklahoma Contact:Mr. Kevin McIntyre Associate General Manager (405)325-3472 phone(405)325-4583 fax 77ie kmac@ou.edu UNIVERSITY o/ OKLAHOMA Chose Field(Phoenix, AZ) Arizona Diamondbacks Contact:Mr.Jim Hawkins Director of Operations CHASEE (602)462-6191 phone(602)462-6136 fax ^^ FIELD -- jhawkins@phxses.com Hiring Process We are the experts in helping our accounts optimize maintenance staff productivity by hiring the right people.We interview candidates extensively to ensure their experience and needs are appropriate for the airport environment.Our Human Resource Department runs background and police checks on all THE POWER OF THE HUMAN TOUCH Page i 3 candidates.Our objective is to launch long-term,successful relationships between the individuals we hire and our clients. Background Checks 15S provides you with our SMART Hiring Processes. I55 utilizes the E-Verify system to screen right to work in addition to conducting criminal background checks. From recruiting and hiring to customer and quality control,I55 management processes set the standard for Cleaning Excellence. Cleaning Methods Using our International Best Practices,ISS Facility Services has determined the best methods to service your facility. Each method is tailored specifically to meet your service specifications. All of our cleaning methods are tried and true before I55 utilizes them in the field. This world-class methodology ensures that your facility is clean,safe and sparkles. Tools& Equipment ISS Facility Services has streamlined our all of our equipment and materials. 155 utilizes the very best tools and chemicals globally and all of our tools and equipment must be as innovative as the Cleaning Excellence program itself. By utilizing the very best equipment and chemicals, 15S delivers cleaning efficiencies. Beyond brooms and brushes,world-class means our innovative tools are efficient,effective and safe for the environment. Uniforms All of ISS team members are issued uniforms to provide professional and consistent appearance.We believe employees must look their best to perform their best.Typically • we provide standard ISS uniforms,which represent and instill the spirit of teamwork,and create a sense of community. + Training ISS Facility Services has specified its training for - . ISS believes that all training should be simple, understandable,valuable,and concrete. 15S also believes that consistent and repetitive training improves quality. Consistent training delivers consistent performance of cleaning services in every single property we serve. Management Processes ES Facility Services values all behind the scenes programs that make our company successful. ISS has an experienced management team and proven processes,which provide you with unsurpassed expertise in all the cleaning arts and sciences. See Appendix THE POWER OF THE HUMAN TOUCH Page I4 Letters of Recommendation are located in the Appendix Spokane Public Facilities District Spokane Center(Spokane,WA) tail -' r Contact:Mrs.Shardell Shrum NE Director of Operations i,U K I I C °CII !TIES (509)279-7027 phone !HSI ItIC T (509)279-7077 fax sshrum@spokanearena.com Chase Field(Phoenix, AZ) Arizona DiamondbacksHAS Contact: Mr.Jim Hawkins `CFIELDE Director of Operations (602)462-6191 phone �T '1 (602)462-6136 fax jhawkins@phxses.com Talking Stick Arena(Phoenix, AZ) Sports and Entertainment Services �t Contact: Mr.Alvan Adams yy VP of Facility Services TALKING STICK RESORT (602)379-7633 phone ARENA (602)379-2002 fax aadams@phxses.com Management 155 is committed to the success of This commitment starts with senior management. 155 is highly motivated and will do what it takes to ensure that all expectations are met. Management is fully prepared to create a turn-key operation so that CenterPlace can concentrate on what is important— providing an outstanding patron experience. THE POWER OF THE HUMAN TOUCH Page I 5 Management Team ogesh gale General Manager Washington and Colorado 155 Facility Services,Inc. North America Director of Operations-Northwest Region USA March 2018-Present Greater Seattle Area/Denver Overall operational responsibility&financial accountability for Northwestern region overseeing large team handling multiple locations with in state of Washington, Oregon,Colorado,Montana and Idaho.Key focus on accounts management,vendor management, recruitment,customer success,OSHA, HSE,BCP,IFM &Training. Mr. Kale brings to us a wealth of knowledge and experience from all points of the Globe. Symbiosis Institute of Business Management PGDBM,Sales&Marketing,Operations Management, Business Law,Principles of Economics• (2006-2008)Institute of Hotel Management Catering Technology &Applied Nutrition DHMCT&AN, Hospitality Management•(1990-1993)Central School Higher Secondary,Science stream •(1978-1990) .... 155 Facility Services, Inc.North America Director of operations-Northwest Region USA March 2018- Present Greater Seattle Area/Denver Overall operational responsibility&financial accountability for Northwestern region overseeing large team handling multiple locations with in state of Washington, Oregon,Colorado, Montana and Idaho Key focus on accounts management,vendor management, recruitment,customer success,OSHA,HSE,BCP,IFM&Training S pel ane -r ea Manager—Jon Era rsfo!d Jon joined ISS in 2006 and has worked in leadership roles for ISS in various venues across the country, recently arriving back in Spokane to lead 155 operations for the Spokane Public Facilities District. Jon also worked at CenterPlace during the initial forging of the CP-ISS partnership in 2004. Jon will continue to be the point of contact for City of Spokane Valley CenterPlace Regional Event Center Spol ane arena Manage--George Cole George joined 155 in 2009 as the Arena Manager for Spokane and Spokane Public Facilities District. George has proven himself an organized and diligent operator. George also supervises 155 operations at the Spokane Vetrans Memorial Arena. 155 Training Training programs are provided to all levels of the workforce and represents a substantial investment of time and resources.We know that proper training Increases employee morale which in-turn leads to greater productivity and reduced turnover. Training helps build the foundation of our success and how well our people perform their roles.We work to ensure that our staff has the necessary knowledge and training to not only do their work technically correct but with a customer focused"can do"approach.To facilitate this, ISS has developed multi-faceted training programs designed to allow our staff to grow in technical proficiency,safety and customer service. Ergonomic Training including Safe Lifting Practices and Proper Equipment Handling Training Programs include. THE POWER OF THE HUMAN TOUCH Page 16 CD OSHA Hazard Communication Standard/Reading a Material Safety Data Sheet .- Safe Handling, Use, and Disposal of Cleaning Materials, including Spill Response Proper Recycling Practices r Proper Mixing and Dilution of Concentrated Chemicals - Hazardous Materials and Blood Borne Pathogens Training - Ergonomic Training including Safe Lifting Practices and Proper Equipment Handling Classroom Training Classroom instruction prepares employees for their work assignment and also teaches the actual cleaning regimen they will perform on the job. Participants complete carefully designed and ,. II • delivered coursework conducted by bilingual j ' ,G ^.4. instructors.Each employee has the chance to a ,'ter. TS R ., 1 i' 7 s,. ,y observe,ask questions and practice.Curriculum ', �+ r , a a • - �� Includes the following: A. V Introduction to Cleaning w Attention is given to job vocabulary,organization, ,.,. and planning.The training also covers personal hygiene,correct hand washing procedures and many technical details. Basic Cleaning Techniques This course covers the proper use and care of cleaning agents,supplies,and equipment.Training is provided in general cleaning,equipment care,floor care,dust mopping,floor scrubbing,floor stripping, application of finish,auto scrubbers,floor buffing,carpet care, restrooms,window cleaning,drinking fountains,garbage and can area, classrooms, shower and locker rooms,gymnasiums and limited outdoor maintenance are also included in Green Cleaning. Green uIPanang Training& Process Green Cleaning training sessions teach employees that 155 is an environmentally-friendly janitorial service company.We follow cleaning guidelines set forth by the Environment Protection Agency ® o LEER erase s ,....._F ISS Training towards sustainable cleaning process includes. �itooniza% • Sustainable cleaning systems and products - Chemical concentrates&dilution systems o 14-: . a - Equipment reduces impact on IAQ - Training of maintenance personnel GHS THE POWER OF THE HUMAN TOUCH Page I7 On-the-Job Training On-the-job training consists of an experienced employee working with a new janitor.They cover such tasks as simple cleaning,bathroom sanitation;sweeping and mopping,wall washing and floor care techniques.This training includes usage of floor machines,buffers and carpet extractors.Appropriate work habits are stressed throughout the entire program. The following is a list of equipment that is currently in use at CenterPlace. Equipment Lints Floor Scrubber Advance S/N 2037662 Year 2008 Vacuum,ProTeam S/N 6108765 Year2014 Low Moisture Carpet Cleaner Year 2010 Sandia carpet spot and upholstery cleaner No S/N Year 2000 KAIVAC multipurpose cleaner S/N 1750-3482 Year 2008 Minuteman high speed floor buffer S/N Year 2015 Upright Oreck Vacuum Year 2015 •Wfth updated contract ISS will replace all equipment greater than 3 years old. Storage All equipment will be stored on-site as room allows. If equipment is kept off-site it will be brought in and available for use by 155 staff as needed. Support Facilities 155 will use an existing off-site office for time-keeping and storage needs due to size constraints at CenterPlace. Any documents relating to CenterPlace will be available to CenterPlace management if needed. ISS will use 2—3 employees per night to accomplish all required tasks. ISS will have both a weekday crew and a weekend crew to ensure that there is a sufficient number of CenterPlace trained employees to fill in if needed. Current staff that ISS has include: SPOKANE AREA MANAGER—JON BRANSFORD SPOKANE ARENA MANAGER—GEORGE COLE THE POWER OF THE HUMAN TOUCH Page 8 SUPERVISOR—WALTER VAN HEEMSTEDE OBELT HAS BEEN EMPLOYED WITH 155 SINCE 2013,WALTER SUPERVISES POST EVENT CLEAN AND SET-UPS AT CENTERPLACE GENERAL CLEANER—GERALD SCHRAWDER HAS BEEN EMPLOYED WITH ISS SINCE NOVEMBER 2018 GENERAL CLEANER—JOSE DE LEON HAS BEEN EMPLOYED WITH 155 FOR ABOUT 1.5 YEARS Strong leadership skills and people management are essential to QUALITY CONTROL. At I55 people are the source of our personal and business energy.This philosophy is fundamental to the way we work and it governs how we relate to each other. The ISS Way of management is described in nine leadership principles.When used together,these principles define how we interact with our clients,how we bring out the best in each of our employees, and how we ensure everyone is treated fairly and with respect. We are focused on providing our employees with the opportunity to engage in a meaningful way. Through the power of the human touch, 155 further develops and fine-tunes the business culture in a way that recognizes the unique qualities of each employee. Audit Forms are essential to maintain workplace safety and quality control. is a mobile checklist app used for creating checklists, conducting audits and sending off reports on the spot.Complete inspections from anywhere on any mobile device. 155 uses this application successfully in many accounts,including at American Express, Express Scripts and at Pima County(over 140 sites).Expansion of this application is the next evolution of ISS innovation. Jon Bransford will inspect CenterPlace three times per week and communicate his findings.Jon is also available by phone any day of the week. All complaints will be addressed directly by Spokane District Manager Ron Baum and be communicated thru the appropriate channels. During Jon's visits he will be able to obtain an event calendar or list. He will schedule&train 155 employees to ensure the service provided meets the needs of CenterPlace and your clients. When events"pop-up"ISS is able to respond within a few hours. O. I55 has developed a custodial program for success. Included in that is our CORE program which provides the support resources to ensure productivity,safety,equipment,technologies,supplies,service standards,work procedures and the highest level of customer seance. THE POWER OF THE HUMAN TOUCH Page 9 As your partner in cleaning,I55 knows that a well maintained facility is an important investment in the image of your business. Let us use our years of experience,skilled employees,and advanced procedures to ensure a clean and healthy environment for your employees,customers and guests. 155 understands that emergencies arise throughout the course of business at any location. These may be a result of weather,equipment,damage,and others. If these situations occur,CenterPlace is able to call Jon Bransford and he will assemble and deploy the necessary employees&equipment to ensure we assist in any way possible. Our staff will also try to prevent emergencies if possible. When ISS employees are cleaning or inspecting areas at CenterPlace,they will make notes on Items that need repair or unsafe conditions. This effort will help reduce equipment or fixture issues. Cleaning to Prevent the Spread of Infection This training focuses on the importance of preventing the spread of infectious bacteria through proper cleaning procedures.The training discusses common environmental medical terms, builds understanding of aseptic cleaning and presents related Material Safety Data Sheets. H/PAA Policy All confidential patient information and data regarding any individual's health status,medical status,or medical condition or treatment("Confidential Patient Information")to which any 155 employee performing services where such Confidential Patient Information may be exposed will be kept confidential. Bloodborne Pathogen Training OSHA This course covers the Occupational Safety and Health Administration(OSHA) guidelines that help to eliminate or minimize occupational exposure to Hepatitis B virus(HBV), Human Immunodeficiency Virus(HIV),and other bloodbome pathogens. OSHA Hazard Communication Pathogens This course covers the OSHA Hazard Communication Standard,Title 29 Code.It ® z \ includes a review of the hazardous chemicals list,Material Safety Data Sheets(MSDS) I usage,the Importance of labeling containers, and provides specific training using and disposing of hazardous materials.Additionally,ISS has trained all employees on the new Global Harmonization System and is compliant with all current laws. On-the-Job Training On-the-job training consists of an experienced employee working with a new janitor.They cover such tasks as simple cleaning,bathroom sanitation;sweeping and mopping,wall washing and floor care techniques.This training includes usage of floor machines,buffers and carpet toonizty extractors.Appropriate work habits are stressed throughout the entire program. as 3 3 GHS THE POWER OF THE HUMAN TOUCH Page 110 All ISS employees receive training on Bloodborne Pathogens and OSHA Safety Training ISS guarantees that we are willing to offer the work quality,adherence to schedule and customer service required to complete this RFP. ISS has provided the! _ ! a Certificate of insurance and a qualified Bond. Copies of each can be found in the Appendix. Having the institutional knowledge,process, procedures and customer background, I55 is confident that we can overcome any challenge and this is demonstrated by our strong foundation in delivering excellent service. ISS has enjoyed a mutually successful relationship with ! - ! ! ! ! and we would like to continue what has been a beneficial relationship. ISS is prepared to discuss any out of Scope work. I55 is an industry leader in recordkeeping technology and through our Hubble platform ODE)we have instant access to our time clocks,payroll,expenses,invoicing, productivity,Health/Safety data and our contract database. ISS will subcontract the Window Cleaning thru Westcoast Windows Cleaning, Inc. Contracted by I55 for r _ since 02.24.2010 We believe that our pricing is both reasonable and appropriate for the increase in scope that is being requested in the SOW,from the current contract. THE POWER OF THE HUMAN TOUCH Page 111 Total Lump Sum Bees Proposal for: CenterPlace Regional Event Center Janitorial Services Contract-12- Month Maintenance Cycle is: $ 97,021.06 Other Serves Other services that can be provided are pre-event cleaning,event porter services,pressure-washing, carpet cleaning,as well as others If necessary ISS may provide services at an hourly rate over the course of the contract. See rates below: Supervisor $22.35 General Cleaner. $21.70 Please find Bid Proposal Cost Sheet in the Appendix. Please find attachment"A"Business Staement in the Appendix. Why you will choose to stay with ISS The Strength of a dedicated,stable and experienced operations and management team. - A proven operational processes at for over 5 years. - Support for facilities management's plan to provide a safe and clean public environment Responsiveness. ISS will CONTINUE to make your facility priority number onel Thank you again for this opportunity to continue our successful partnership THE POWER OP THE HUMAN TOUCH Page 112 AF')E JU THE POWER OF THE HUMAN TOUCH Paged 13 CD' ' FINANCIAL STATEMENTS CONSOLIDATED STATEMENT OF FINANCIAL POSITION ATM DECEMBER DKK million Note 2018 2017 ASSETS Intangible assets 30.37 24,306 21,593 Property,plant and equipment 61 1.558 1,593 Deferred tax asset 1.6 706 700 Other 6nanoS'sten 304 331 NanaumM assets ._ 26174 29,289 Imenlme 257 286 Lade receivables 2.1 9,676 11,583 Tax recomoles 73 209 Other receivables 2 2 2,797 1.988 Cash and cash egwaknt 6,834 6,275 Assets held for sale 3.5 3.300 1.210 Current assets 22.937 21149 Total asset 49111 50.835 EQUITY AND UA0IUTIE5 Equity atmhWNe to owners of 1550/5 12.458 13.804 Nomconndbrg interests 14 10 Total equity 4.1 12.472 13.814 Loans and bono"Angs — _ 4.2 17.382 17,290 Pennons andsmr9w obligations 5 3 1.161 1,291 Deferred tax lubbtes 1.6 1,130 1,267 Provebm 6.2 158 218 Nen<rment Mbl9MP 19.131 20,065 Loans and borrowings —._ 42 278381 bade payables Pa payables — 0.21919 4128 339 279 Other liabilities 2.3 10.694 11,206 Promo'' 62 199 233 liabilities held for sak 3.5 1,779 428 Current lkW9tles 17101 19955 Total lkbiitks 37133 37A2t Total equity and MbiBMz 49111 50,835 `. CD ..Ever CERTIFICATE OF LIABILITY INSURANCE --- TEE CIR♦INCA111 a MOM AS A RATHER Co M&WTIW ONO Ale CCHEO NO MUNI Ann M CERT-GME lain US EYJINLtTE WEE NOT AFFIRMATIVELY OR 13MNELr MID&.'WEND OR ADMIRE COVERAGE AFFORDED BY RE POLICIES CEEW.11YE CQIIIWNCATE Or E;RERGE OM NOT WIO1I1UN A CcIIMR RRIYIIM El 1 15548 WYIIIIM.*NM10C FatERESERTATTE WE PNNCER.MO TISEW.. W Noma NCREPA :NWeeiWN4 MWtrb Y AWI1ENLL NY®.Wn PleyOnj Nr hive AUCROpI MIMEO PAgSiR Y M atlwa.L I Z MIMECAEd4 M WANEQ MFN to the ANN mod midden ofIn P.Ey wean pion mW remMe em. S1 1.A MAMMY MIS .'ff Jtw M wK/riga It W enYeWNWY M MY Y whad.I W4F mann gggg aY E.E�rti Y lYelMt;Mt;. . r.. Mint. .....r., I 1.+ : ...48.6 sunIa %alt•lin VS inr R YrEM LSI •pawannna mamma AClrir lanvann unaw 11'7.1 T{PRcii: Yr:an Tr - p a...i........ IBR J:.'6;:wI:Ir:arwA'Ii AAA x a:.. mimic A.-1R.v 'amu 11.011,12 +R .1 a .Aw.lrint nwrw.co 10702 COVERAGES CfAlWCCAR MBE I.6Y3tTAl6E611 MIRA=MDROGN: t-ILn TO:OMR JWITM KOLAS C-NiANAIRA uNLC.L.DaNDRoVLW MYV JO lilt WL M1JWLL'UFW2 r1X let.V.Fr l':MI C CAVE W EE US CA ANY!NI�-3 ARDACI�AM.YIWTIDSI O to IR P] Na J014•11.BAR.0 moil,'L E:T'CrALL MRO YMV MUMMA AO NJCIIOE OF KM-Paella ABO AIWA MAY HMI lM AI0.tl]SN MO WW1 Lliningunn.n as r4 Mier raw= Tr Kos.an. IF s wry aw ra SPU..lv w rY r.Iry 6.. JI Nano,mon an RAM L oIYIX.N LIEN wF,r¢wl f� f1.AM� 1 n Y;_, ALJ re r.ae•suo R.EA. k:a. — or to tx-x1m • wwm 1w 2C.T.4 oVovan AKIN oro,“AFAelw..•InaA. LI.nE. e — N Amami if -maw-yawn —M. amw I NH .e II Y • " Mali .Aw+na �-3a.rUe tJJ -..1.20 wa an+sN N.ii. ACI nownovrannima. LUONAIM IvJ6LJIC Yrh4B'.11w w I. exaonFor aura AA . DAC RB. karn:YFnlew R.Vr. Sl I^ FLRWA.C1.ar $1,301, yaainna,oaf RWM : iett o CityCF, ONa -I-Inr• nibs 14 n'l,Eww.a Ac r v.I :lure In semcem.'On Ya Et CI EMIIBCBINOLOBt CMKEWpW OMAR=Onn i1tg T nen R.=enTif•EnIMk awls wn In nnYnne. • Inv... w.w w...w.na ,+• `,N Ii,°:.ielfe L:. LOQ..: aftQ,L...5♦wsl ----.L. SIOE4015ACORC CdOCMIOI AM an MrM. ACCIO T3 MINM MM ACMC mow one lag.an ryLan.•SWIM•1 scamp THE POWER OF THE HUMAN TOUCH Page 114 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 SS r^ale .0•7011100107 Municipal Code (SVMC) 2 75 080, and obtain Judicial review "`" pursuant to RCW 42.56.550 ATTACHMENT"A" Business Statement Please complete and submit with your response. 1. Name of business:ISS Facility Services Inc. 2. Business Address:1017 Central Parkway North,Ste 100, San Antonio TX 78232 3. Phone: 210.491.8677 4. Business classification(check all that apply): Individual Partnership Corporation X 5. Federal fax number(1IBI Number): REDACTED 6. Name of owner.GS Facility Services,Inc.is a 10096 owned subsidiary of ISS Facility Services Holding Inc. 7. Does the company maintain insurance in amounts specified by the City contract? Yes: X No: (General liability insurance of at least$1,000,000 per occurrence:$2,000,000 aggregate. Combined Single Limit(CSL): Auto mobile liability of at least$1,000,000 per accident CSL:Professional liability If applicable,of at least$1,000,000 If no,describe the differences: 8. Are there claims pending against this insurance policy? Yes NO X (f yes,explain the nature of the claim: In the normal course of badness ISS Facility Servkes,Inc.hos various claims and lawsuits Involving worker's compensation.orthbd-panyxabgltp employee matters and commercial ittyotion. None of these normal course afbusiness cbbns and kneads or legal actions are material and none will affect LW abilityto perform the requirements of a contract with the City of Spokane Valley,WA. 9. Has the company or anybody in the company ever been disqualified or terminated by any public agency? Yes:_No: X 10.Proposal'offers shall be good and valid until the City completes the award or rejects the proposals. Failure to concur with this condition may result in rejection of the offer. Does the firm accept this condition? Yes X NO: I wrong amt to the ben of my knowledge, the iefommian contained in this proposal is ocesate and complete and I hove the lead authority to coworker* company to a cantrata:el raiment ys Signature Date: /I 1 Oa It l % ` 2011 PAINENAME AND Wit OF SIGNATORY:Yagesh Kale—General Manager-Northwest THE POWER OF THE HUMAN TOUCH This document contains confidential tax information and has been redacted pursuant to RCW 82.32.330. . CD , • 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 I'-- pursuant to RCW 42 56 550. ram W-9 Request for Taxpayer Give Feria tuthe Oma-naro111 Identification Number and Certification AWNS.130 not [mmenann.aw Send to No nit hMA lana Sowell 1 NmMtean en MkM O at new*Xsw.rWed on to ue,m M Juane int*Yt iss Faday Services.Inc. N. a Commr.,wenn+nl4C a,ln nano.a(Bert n ue I 2 nom*.be bIce We W CwMala'croak.*nn ot Ne Mw*e man 11“,•,: • by$$ * D01,uru,w,ae aa 0 Ccawmm C)scenwitn U P+mamF 0 TMosi. e . nP' wn i_ 0 urine lobty taa'r.Edrmembm-J-LMIC•C wpm,lm..s-scep'pllhpraMel. rM..cmanemrAtarmaM] a sem ra a moomi cutein I.ocelot.do not tlack LLC tea be iWR.i.4 b l I.Weabaeb wall m tax Smitten,du.n+r.,r thea a __ all 9axp.i..awal. yarn S 6•d* aalnnte..nev ml MawYermen•Lid lWr+ °jn.ra 11215 West Rio salad°Parkway.Suite 107 e con rite Sta wee A Tempe.AZ e5281-29S4 F Ut erare rsn e%nyelwad P3 ri I Te8 - Idenliuutbn Number(TIN) nllayoaTIN M Mn ape/opiate ha TMTIN prided a tTh nchh the name When OA Eno 110 Wail I•• -Gina^Me _ I backuprdeill1d1g Fa k, vki h.fit b 90mrai&w d,Y mat natter(5.:1e I.Mean.,lace he rt iud tntnava _encIM 'Lamdfip b,nbrTttr Wetdemi Nvevmmb NwMab gen Ints.pb Yeo aMiM 1'p• men pa96] Or Nolo.NMe Alm la N mole len one nano see the lueuclWa laLm lard the dun on po ala IC.Teilwallonla^ y I:Aw Caxton=giber m only. Q EDACTE D Part II Certification - Undo'pmalaalf NY.I catty tha' I The nuMentsv M tit(arm niNcarejt'Walter Sent loYeanaber 9t I am wea4eace somber to be!Mimed torek and 2.lant nd*act le bleu yWOWlM becu&M I an erobp lnunbacly.4 tour'g.eel have not been ml&d by IS MwW Revenue &gybe OW n nut' tM ct backup y4ldldcho an malt dWhalea Whale reIc4 M Mime a enNW6 a.CrOr MTP 11'mY'fs 1e m6 that l a no adabnt so 3 Inn a U3a arm at Mier 11 S.!Waco(Poland MOlSI;end t The FATCA ccNM'MAW el lit 1pm p my)lMadrg Val l am exempt from FA1CA meal-41s ramal backup watbeldrg teeaatrw YOUhavenaee late to ooppal ay Intend czoet,ad iM'2eds atYaLt e ua Mm,�rod ed en%nesIPS at.neer 2 mm�For=dear ;Melt Nkl.extiuktektp or (FA ancf gram/Ey.N/Inals otlortha ptN G dMf-dtrnient al seamed pICY Yr%MT not rKaaed to Yr to can&aY.WIp.MfpW <iriera r N SHIM INNCW on Met Here utp�ed. I i-zar� ga. of/n/s�t017 General Instructions .fern 1116spMteavaMw SElamwd bin 111n0 mod Sear ilea in M Nene nnr+v We censer eu.snAie mW •Fan ICNC aoembb6M rutin yq yin�•nvw tlaaak It fam W Olsten .Fan.mi?Ap+•nn a.mO MmomenttoG:A on Fon W-0aWI 144WA wan Inlet]a manAk an Purpose or Form Per.yes mina Tar An mitantorwap6bm VeninisaUse)-coal nba bwFM 10 amt4m WT bW'ea^a I Fmn y9 a tetkwlRXMra Nµprat bevMY n um waif a'AS matMMrk.mm MMrn MVFMla mmol WW M aW9.Irita9-sem iIn. Pow wWa199 el w/4 Mea OW adO sada SM.,were 166nn 1tli41aaaYa daalM1+iW M14KW.10W4 Inrr4 aaab 9.9.lo"Te en ei alae,pmynW�a N.iv rmixtr I.Crtav •nnNlw.evAp e.a aleiy.ee.irwa mrar mol slut emg ., t.'on n Namtn can EaTOSO raamearfebr1e2 .ty mnm.e sd W[l UMeup.avmrga gora9c aeamea POI.the 3.Morn ecrWn'NM k PW.Sd I aO•US gulp Mgr.II .Fan 1pliMflMSlwla,a Mn quay ay ole me mimeo mel Ma UA PIM%ase Soda.Na.el Fon lmeOWlw awdmmu km=on:ntMNl �plmapnomeMmit W nota iianAm.si4aIOme •FmmNOO4CSC ayes Wad Ymsa.Tans May.ce gra YWdg Peadne his e,lintri Miwl neste.Fmb wasbl Fame.ea • MMM.puns a MUM p+fab mermen),ase r?n04 't wt anal warn on one m C.sea i,d * ma as ve nasal sabiMICCAA�.soiedie mW isFAIGAwvyr Ser Form• 1ONS IYeaN non mantas smmmy •ram%OM OmNHvdae Wdrate ntNM Maamm4 m no mane Fain W-9(Pa.IMP/ I I S W 9M3015 ACORO CORPORATION.All lights moored ACORD 25(m1&01) The ACORD name anti logo are roglinrad meta°FACORP THE POWER OF THE HUMAN TOUCH Page 118 THE POWER OF THE HUMAN TOUCH Page 119 Varity Workers'Comp Premium Slams•Employer Liability Certificate Page I of I Washington Stale Department of +up. Employer Liability Labor and Industriescemnmte t, '.. Department of Labor and Industries Employer Liability Certificate Date: 04/18/2013 UBI e: 602 372 770 Business Name: 185 FACILITY SERVICES INCORPOR Legal Business Name: ISS FACILITY SERVICES INCORPORATED Account II: 072,442-00 'Doing Business As'Name: ISS FACILITY SERVICES INC Estimated Workers Reported: Quaver 4 of Year 2012"31 to 50 Workers' (Sec Description Below) Workers Comp Premium Status: Account is current Firm has voluntarily reported and paid their premiums. Licensed Contractor? No Account Representative: 15/STEPHEN TASSONI(360)902-4639-Email: TAS5235©lni.wa.gov What does"Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at Least 480 horn of work per calendar quaver.A single 480 hour position may be filled by one person,or several part lime workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performer!,and are liable for premiums found later to be due.Industrial insurance accounts have no policy periods,cancellation dales,limitations of coverage or waiver of subrogation(See RCW 51.12,050 and 31 16 190). THE POWER OF THE HUMAN TOUCH Page 120 CID CONTINUATION CERTIFICATE Westcheste Fire Imuran Company 'Smn)up"r .r tYn.nn Bond No KOP01742A bled efleoum 1¢0013 (MONTH-DAY YEAR) on behalf of ISS Fanta'Smvu'a Ina (PRINCIPAL) and m fat or of Oity at AroMaie (OBLIGEE) does hereby continue Pad bond in force for the Iunhcr period beginning on tm2017 (MONTH DAY-YEAR) and eliding mr t212010 (MONTH DAY-YEAR) Anxxlnl ul bond 5213076CO I)es'nplxm of MIN PA ISCM ConNnl Seas PROVIDED;Thal Ibis continuation cedilla=data not create a new obligation and is«Hated upon the express condition and provision that Surety's liability under said bond and this and all Cm iw n1 Certificates inu ed in connection lhcrepuh Thannot be cumuhlae and that the said Surety,aggregate Iiabila y under said Mind and'Ma and all such C'onbnuwmn Cnufie.uo nn nttnun of all dcludts columned during the pernW(regaNlcax of the comber of years)said bond bad been and shall be in torte.shall not in any event exceed the amount of said bond as leeonbefom set loth Signed and dated on Reumlar05.7016 (MONTH DAY-YEAR) West/haste/Ho inavanu Company BY 641l>746. f�— VON Pahawt .AIIot tyIn.PM THE POWER OF THE HUMAN TOUCH Page 121 Power of wEsu:o ESTElt Fn:E 1NSUItANc:FCOAu'ANV Attorney Nnow all men h)These peen•'.:that%VINO(1111-Sr ►IKI.1\Nt.lt.'OWE(y)\II•.\\\,a c.YlNNilnt 1.1 the (rNrnsnnissoJth nl lyceal+\Ia Jn,i(NY+,INTI In lig hdlonmg Resolution.adopted In the Ward of Outwit,.of the tad('..nlsnn,n Dm:ember I I.2)11(. lo tor, 'i11101\I f),*or th. .ww.A..r....,r.It«w J.oft J-r.l.•.V,.Wolf et 4.1.••..,dh.J.,...Nn.1.n+.wy .n..,,.unr•.+I.4....vt n.www,nl wt.ave .+.n.1.w eV ranee,w•r ef Ivrea,oath.'u n.w.l'.n....w..f ({I IwadV.low,...tar.n•k..Nwsr.rnWoo d 0.1,...o..4..4.+No..au..nw..•N,.uwl..+......M..1...1.wdt,Y,4t,»r..••....5.fl...5.4,,l..;..... vie III Iw.4.a.alpr.WMex.,w fwld 1.1 tors,,,Nr.g wgv...ay I.e..mot mt.(am.wnl L.erg to 1..114..I...e...ad.0..d,+N(veto,tr s.....r..,..... • nws auto.Y. red NM red tat.s pl.4.3£0 ...a 001o..r 111 I wetiOtt ..w,0.11.r0.NJ.Syneh•..kr.of MC.wN.rn 5.41 M..,rea L. JoI.&(.Jwef«y.n,at.({.W....wye.,nm."ML.wn wlwn,r S.l sstae. . /Jap....M M.n,ry a' t. w ..4...14,5.4Mwp.n f .•tdM YN .. J W(..p.n p.M....,.,wh Woe. w..w.w.d S,(meet;meet;«..P.a1.,.5.4 p. ww..,w.. . .n.n..(.4.n pnd. a..«ton N I.rywr.J rt,p t...d N.....f,ra«..•...a..I.r...r.e...d m..wr e..•,a.M'nxw C.....w... 1 so Iat.dP• 1w re4atrot.(./J.(..,pr..•.w. ....•(.n.....M.,•N Ott l.......J... ..t.•• r.nW,b...1WMhaltNM Caput,summer.Mw,.«a«sM,....sm.umsr.C«..w..•wdJrl...P«rw tat.pn.MJ..tow,.n .4layn..a.Ahr..,6.son«n I.es r«.•J ht.*to ahw d P natoot',.tow.oH.r.ttf.*cot d.trt••• r ft.,Ju M rn«fa+.«,+..., 1.I 11..s..vrd.sill's..0...tris w....toy M.M.1'o•..aYr•r.,{p..o.na..Jt,,....lv.w u Un r..'.naw N M«J.040(..t .no,M.rt..ra 4n r....5.u.tw• toter..' p.n..e.s ..uarre...w 1tat Ila ft SO101.510.Out P.i...r•WR..ao.4144e0l.40..4uet...,..tw•r,..•t.....dM m.o..'.1.Mr.'t d M.m.r.gge•ot WM.,ry...,a.........r,..M.1.4;. fa.-nr•.W«a4 t..w.w t(.1.a I-oto selwr a+.•.,t...d«..0504..t..to.ret tOt.,N•W/,t•.,vap.vw4 I Ars baths.nominate.sonutute and appoint(lut.toplstt K Kelly.Cindy I.Iwu.t,leant('flapms(I,John II(7Keele IN!. 1'Par(roun.all of the(.1c of 11.\K II OKI).('oMwcocut,each Indts tJuslb.1 the.e Pe Ilton than one turned,its trot and Tashi;mouseyoafacI.to leak,catsup.seal and&Ina muss l.hall,aryl as Its act tout,ked any and all Fonds.un erta(tngs,recognuan co,contrasts and other muting,to the future:hercof 1n penalises not esceedtng Srscnl,Fear 001.00 Q.111.11%fi set.cells(S75,1300,000 OO)and the Cacco14111 of such ssnlm(s NI Nuisance ill hoe prmens slut'be as ht.tu,g u(vn.sad(nnpart.at lolls.Md.vends a.n1 they had been July esecuted and.Ar4sssle.1,;eJ ti the regularly elected otf Kers of the Ctospan)al it..Irut,ul oft'4, IN WI I NI_SS WIII K1.111,the tad Stephen NI Harpy,VKe llesdcnl,has hereunto dont nlad Ins mote ani aOtsN the('.M(.«a:e u'JI 01 the sad W 1.S I(I I►S 11.K FIRE INSURANCE:('(1\II'ANV tins 21 dJ,of September 2OIS M ENO Ill hII:K►IRI.INNER‘N(I(11\IPAN\ r +' Ki t>' ir:. 1'.l rt,+. ...'. +•L� o, Stepan s1 Stant).\.;t Prude." 'so`gta COMMONN'1 AI.III[)1 PI NNSYI VANIA (Y>U N I Y 01 11111 A U1 1.1111A ss On rats 21 Jot)of September.Al)2015 below n.e.J Notary Publ•c.0 The emism nwcalth tat Teensy trams 111011t,I.r the(,ren„I 1•tlta.k Iph.a s.:..•: Stephen Al Haney VKe•I•festsknt of the W1:si(II:SI►:K FIRE.INSURANCE CO\IPASV w me pr unalh(noun to he the ltdndlul and olltscr,dho esessacd the pn'Nntt tmlrumcnl.and he ac(ntssledecd that he eats teed the.amt.arwl that the seal allised to the tuxedos MUNnwM U the estp,.ate.cal«t s.td 0001 that the tad eolpotale seal and Ion slgrutl.Je acre duh alliacd by the aoth my and thrum.of the+awl sw(.Yatron,and that Hooka.,afopted 1)the Iks,d tat Ihmtus of sad Company'teemed to In the meet-Jou;nsstnoncte.is run In'otic IN IFS ll%TONY W111.141 Of.I use hereunto set on lund psi af11.ed nn oll'Kul•.11 at OK(Sts of I1nta tlphss tow dJ,Old seat Ina alms,.mutton /. r♦• Ci• 44t K4 • .e •-\ SOrtpw,tKnl or rfsoNTtvarrt,s 4:. M IIKl . •, s=it I KA AKpT Tzs ;;ti..a, o, IAfCeIrll(IIMr1711( ..r..1� I the,,nknNt•nodAssistant Secretary o1'the Wl.SICIIItil►KMR)ISM'RAN(.1.('ll\II'.% %..t..Iwrcb,.anethitu.•.rsonalfnvlK(KAfIoRNl) et urn, the lotgvmg n a SO h814141411)Otto aid collect copy,Is IM full face ars'cttest sol In ss tness sshereot.n u,e hereunto subset M/nsc laame.14 ANNUMecr Sdar) and aline)the Corporate pal of (' the vtpsr alum,th:,6 mks Mr"1 -t-^`b<<n SNL 114 e GNU\ ,� k h//tat •�• /• 6`(tC 1111%VOW1'K 01 AEIOKNIY MAY N(11 1111 USI I)101'51(1111 ANY IIOVI)WI III AN IN(I PI KIN 1)511 Al 11 K Ss-murder 21 2017 • tits ti b• i LCc({adtJJ.)L. . .a . .;. 'it's tl.., •i .. ...'>n:• ...n w..rt!+ . •...•'L .n •.(,• •)..'^b, • .... -r THE POWER OF THE HUMAN TOUCH Page 1 22 March 20,2013 Mr.Mike Stone,CPRP Director of Parks and Recreation 11707 fast Sprague Ave,Suite 106 Spokane Valley,WA 99206 ()ear Mr.Stone: As the Sr VP for the Tampa Sports Authority one of my responsibilities at Raymond James Stadium is the oversight of all cleaning services provided by ISS Facility Services. 155 handles a majority or the cleaning services at Raymond James Stadium. Over the past four years,the services 15S has provided us Include:event staffing, post event cleaning, day housekeeping,carpet care,hard surface care,pressure washing,and many others. ISS has proved to the Tampa Sports Authority that they will do what it takes to ensure our facility is cleaned to our standard regardless of event schedule or emergency situations. I would highly recommend ISS as a cleaning services provider to any company I believe ISS' management and attitude would make them a great service provider for you. If you have any questions please feel free to contact me at(813)350-6507 or at rnlarrell':etarnnasnorrsauthoriy cum. Sincerely, Mickey Farrell Sr.Vice President Stadium Operations Tampa Sports Authority RAYMOND JAMES STADIUM 4201 N.Dale Mabry Highway Tampa,FL 33601 4201 North Dale Mabry , rarnpa,FL 33607 . (8I 3) 350 6500 . (813)61.1.431)lax . www.t:,rneasportsaulhority tom THE POWER OF THE HUMAN TOUCH Page J 33 • Shar dell Shrum Operations Supervisor Spokane Public Facilities District 720W.Mallon Ave Spokane,WA 99201 March 70,701 3 Mr. Mike Stone, CPRP Director of Parks and Recreation 11707 East Sprague Ave,Suite 106 Spokane Valley,WA 99206 Dear Mr.Stone: As the Operations Supervisor fur the Spokane Public Facilities District,one of my responsibilities is the oversight of all cleaning service:;IS5 Facility Services provides all contracted cleaning services for the Spokane Public Facilities District. ISS has proven to me that they will do whatever it takes to ensure our expectations are always met. In 2007 we had a major remodel and addition for our Convention Center and ISS provided the construction clean and pre-opening cleaning. They providers large debris removal, window cleaning, carpet cleaning, and restrocm &general cleaning services. At the end of the construction process, they insured that the buildings were ready for opening and for public u;c ISS provides services that include event Staffing, post event staffing, carpet & hard surface care, and window cleaning ISS ensures that our standards are met each day regardless of event schedule. ISS is a true partner when it comes to the services they provide. Their management has a can-do attitude that I have not seen from a service provider. I would highly recommend ISS as a cleaning services provider to any company. I believe ISS' management and attitude would make them a great service provider for you. If you have any questions please feel free to contact me at(S09)279-7200 or at schrunn-ttspokane',eren,r.rnn) Sincerely, Shardcll Shrum Operations Supervisor Spokane Public Facilities District THE POWER OF THE HUMAN TOUCH Page 135 S nt . glnmvnE ergs.. J rn Hawkins Director of Operations Arizona Diamondbacks 401 East Jefferson Phoenix,AZ 85004 March 20,2013 Mr Mike Stone.CPRP Director of Parks and Recreation 11707 East Sprague Ave,Suile 106 Spokane Valley,WA 99206 Dear Mr Stone• As the Olrector of Operations for the Arizona Diamondbacks at Chase Field,one of my responsibilities is the Oversight of all cleaning services provided by 155 Facdrty Services. 15$ handles a majority of the cleaning services at Chase Field. Over the past 15 years.the services ISS has provided us include:event staffing,post event cleaning,day housekeeping,carpet care,hard surface care,pressure wasting,and many others. ISS has proved to the Arizona Diamond backs that they will do what it takes to ensure our facility is cleaned to our standard regardless of event schedule or emergency situations(floods/dust storms) would highly recommend ISS as a cleaning services provider to any company. I believe 1S5' management and attitude would make them a great service provider for you. If you have any questions alease feel tree to contact me at(602)462-6191 or at Ow/lure;s)dbacks corn. Sincerely, Jim Hawkins Director of Operations Arizona Diamondbacks auacira.com THE POWER OF THE HUMAN TOUCH Page I 36 ley. 11707E Sprague Ave Suite 106♦Spokane Valley WA 99206 509.921.1000♦Fax: 509.921.1008♦cltyhatl®spokanevalley.org CITY OF SPOKANE VALLEY REQUEST FOR PROPOSALS CENTERPLACE REGIONAL EVENT CENTER JANITORIAL SERVICES Due Date: 12 Noon,Thursday,March 21,2019 The City of Spokane Valley(the"City") is requesting Proposals for janitorial services for CenterPlace Regional Event Center operated by the City of Spokane Valley. The objective of this Request for Proposal (RFP)process is to solicit sealed proposals to establish a contract(s),through competitive negotiations,for janitorial and requested set-up and take-down services for CenterPlace Regional Event Center which includes both large and small meeting spaces,offices,senior center and kitchen. The Contractor shall supply janitorial and room setup and takedown services necessary to complete all janitorial projects described in the Scope of Work section of this proposal. The Contractor shall provide all necessary equipment required to perform all the services. The City shall provide cleaning chemicals,toilet paper,paper towels,and other expendable items. Interested and qualified janitorial companies who have successfully demonstrated their ability to provide similar services at comparable facilities are invited to submit proposals. The City of Spokane Valley recognizes the complexity of this request for proposal and the difficulty in quantifying all tasks. All questions and comments will be reviewed and changes/addenda shall be sent to all proposal holders. Hard copies will be mailed upon request. Background information The City is a non-charter code city organized under Title 35A RC W,and has a Council-Manager form of government. The City Council consists of seven members elected at-large. The Mayor is elected by his/her fellow Councilmembers,and serves as the Chair of the Council. The City Manager directs all City operations. The City Manager seeks at all times to develop and implement a"best practices"approach in operating the City government and to achieve a balanced,efficient,economical,and quality service delivery. The City of Spokane Valley incorporated March 31,2003,and is currently the tenth largest city in Washington,encompassing 38.5 square miles. Its current population is approximately 98,000. The City is part of the larger Spokane metropolitan area of approximately 450,000. The City generally considers itself to be a"contract"city,with many core services provided by contract with private or other public entities. CenterPlace is a 54,000-square-foot regional event,senior and community facility.There are over 30 moms in the facility including(but not limited to)catering facilities,kitchen,arts& crafts and pottery area,billiards room, Senior Center,large banquet room,staff offices and other smaller meeting rooms. Typical facility operating hours are 7:00 AM— 10:00 PM Monday through Thursday and 7:00 AM-12:00 AM Friday, Saturday and Sunday. Hours are subject to change. Communications All communications related to responding to this RFP are to be directed to Michael D. Stone, CPRP,Director of Parks&Recreation,at mstone(asookanevallev.ore or 509-720-5400. Unauthorized contact regarding this RFP with other City employees or City Councilmembers shall result in automatic disqualification. Any oral communications by Michael D. Stone, CPRP, Director of Parks &Recreation will be considered unofficial and non-binding on the City. Minimum Mandatory Requirements A. Firms submitting must have a minimum of five(5) years of service/experience in the provision of janitorial services similar in nature and scope to those described in this RFP. A previous or current successful contract(s)with a minimum of 40,000 sq.ft.building service area or equivalent is required. Representative work should include experience or capabilities in all aspects of janitorial services including requested set-ups and take-downs of furniture in conference and classrooms. B. Firm must demonstrate knowledge and compliance of federal,state and local laws and regulations. C. Successful firm will be required to obtain a City of Spokane Valley business license. D. Submission of a complete proposal as outlined in this RFP. This RFP does not obligate the City to accept or contract for any expressed or implied services. Facility Type CenterPlace Regional Event Center is unique to the City. It is not a commercial office facility but rather an event center with a variety of large and small meeting spaces,commercial kitchen and a senior center. In addition,the offices for the Parks and Recreation Department are located here. One General Contractor The City's intent is to award this janitorial contract to one general contractor. Therefore,an important consideration will be the ability of the Contractor to provide all of the skills and equipment necessary to complete all tasks. Subcontracting is not allowed except where specifically approved by the City in writing. Contract Expectations The expectation of the City's CenterPlace Contract is to provide a clean facility for local and regional groups to utilize the facility. Acceptable standards shall produce a level of janitorial 2 qualities that meets or exceeds"best practices." The Contractor shall be required to inspect and monitor their own work product. The Contractor is expected to guarantee that all janitorial standards as shall be agreed upon and set forth in the final contract are met. A representative of the Contractor shall communicate or be available for communication on a daily basis on weekdays and be able to be reached on weekends. Expectations include full compliance with all applicable state and local laws and licensing requirements. When agreed upon by City and Contractor,other industry standards or"best practices"for safe,attractive,well maintained facilities may be used. Contractor Responsible for all Support Facilities The City will supply minimal storage space for use by the Contractor. The Contractor shall be responsible for providing all support facilities at their own location. Contract Term This work will be awarded by Contract. If Contract negotiations cannot be concluded with the successful firm within 30 days of notice of award,the City may exercise the option to pursue negotiations with a different Contractor. The contract term shall be from May I,2019 through April 30,2020 with three(3)two-year renewal options which may be exercised by the City Manager. Either party may terminate the contract with a minimum of 30 days' notice. The Contract Administrator for the City of Spokane Valley shall be the Director of Parks and Recreation or their designee. Prevailing Wage This Contract is subject to the requirements of Chapter 39.12 and as it may be amended, relating to prevailing wages. No worker, laborer,or mechanic employed in the performance of any part of this Contract shall be paid less than the prevailing rate of wage as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. Before any payment can be made,the selected Contractor shall submit a"Statement of Intent to Pay Prevailing Wages"to the City,which has been approved by the State Department of Labor and Industries. Customer Service There is a high degree of customer service involved in this Contract. Customers include the City, the citizens and officials of the City, Spokane Valley Senior Center,Senior Center Association, Spokane and the surrounding region,and all visitors to CenterPlace. Communication on a daily basis to the CenterPlace Coordinator will be required. The Contractor shall be expected to perform duties such as cleaning the facility and providing requested room set-ups and take-downs in different rooms at different times nightly. During these times,the Contractor will be asked to move their cleaning schedule to accommodate groups and events using the facility. The Contractor shall communicate all problems,customer service issues,questions,etc.on a daily basis with the CenterPlace Coordinator. Following groups or special events,the Contractor 3 is required to inspect the premises and notify the Coordinator of any damage,excessive litter, etc.that may require the Coordinator to contact the group. 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 CenterPlace Coordinator on a routine basis. No lost and found items are to be removed from public property. The City will be responsible for receiving calls and returning items to the public. Items not claimed will be auctioned or otherwise disposed of in a fair and appropriate manner. In no case will the items be returned to the finder unless warranted by law. Janitorial Schedule The expectations are that the Contractor will provide services at the facility seven days a week. Most of the time,work will be required to be completed after 9:00 p.m.and before 6:00 a.m. depending on the groups in the building. Contractor is expected to work around public use and be courteous and respectful to all clientele of CenterPlace at all times. Service Levels Subject to Change A reasonable attempt has been made to provide an overview of anticipated work in this RFP. It should be understood by Contractors that CenterPlace Regional Event Center usage is not static and facility use will fluctuate. Contractors should anticipate varying use. Standards Contractor should include similar standards for all aspects of work. Standards shall be enforced. The following are representative standards: mirrors,chrome,and polished surfaces to be clean and disinfected and free of streaks, spots, or cleaning residue. Toilets and urinals are to be disinfected and appear clean and bright with no water stains,soiling,or objectionable odors present. Paper and towel dispensers shall be filled and shall not run empty during normal operating hours. Carpets are to be thoroughly vacuumed with approved equipment so there is no noticeable debris or hidden soils;this shall include along edges and in corners. Floors are to be maintained in accordance with manufacturer's recommendations and shall be clean and bright including corners,edges,and stairwells. Ledges,shelves,and other flat surfaces shall be clean of dust and debris,excluding desktops and shelves with personal items. Proposer should include similar standards for all aspects of work. Standards will be enforced. CeaterPlace Regional Event Center CenterPlace hosts a number of special events,weddings,meetings,conferences,dinners,and other related events each year. The Contractor shall be responsible for being flexible on the clean-up schedule of the facility and the various rooms that shall need to be cleaned. Special events are not always pre-scheduled and may require action on short notice. However, Contractor is not expected to make multiple daily trips to CenterPlace to accommodate special events. City shall perform light cleaning between events occurring outside of Contractor's schedule and assist with set-ups and take-downs. 4 Schedule The City anticipates the following schedule for completion of the RFP process: RFP publication date: March 8,2019 RFP submission date: March 21, 2019 City decision by: April 8,2019 Anticipated start date: May 1,2019 How to Respond Submit four(4)copies of written responses no later than 12 Noon on Thursday,March 21,2019 to City of Spokane Valley,Attn: Michael D. Stone, CPRP,Director of Parks and Recreation, 2426 N.Discovery Place,Spokane Valley, WA 99216. Submittals shall be signed by authorized representatives of the responding entity. Unsigned proposals shall not be considered. Written proposals not received by 12 Noon on March 21,2019 shall not be considered by the City. The responding entity is responsible for ensuring that written responses are received by the City by the time and date specified herein and accept all risk of late delivery for the method of delivery chosen, regardless of fault. Submittal Information All submittals become the property of the City. All submittals become a matter of public record 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 subject to non-disclosure pursuant to chapter 42.56 RCW. All information submitted is subject to verification by the City. Contractors are invited to propose creative work plans that will meet the objectives and standards of the RFP in the most cost effective manner. At a minimum,proposals should address each of the following: Submittal Requirements Written responses shall cover the following areas of inquiry: A. Cover letter,including overview of the organization signed by a representative authorized to make contractual obligations; include business history and include qualifications. B. Statement of Understanding of Project. In one page or less,please state your understanding of this RFP. C. Work experience; Include length of service,number of buildings,number of rooms,size and types of facilities maintained,number of buildings where room set-ups and take-downs are required, and other pertinent information. D. Personnel:Hiring processes,background checks on employees, employee supervision,and overview of employee standards, including dress standards. E. Demonstrate financial capability to implement and fulfill this project. 5 F. Provide three letters of recommendation from businesses or agencies that have used your company for similar services. G. Provide references of at least three current or previous clientele for same or similar work. Please include names and titles of contacts. Naming of a reference is considered permission to contact the reference. The City may contact outside individuals,whether offered as references or not. The City retains the right to use such information in its decision. Submittal of a response is agreement that the City may contact and use such information. H. Maintenance Team: a. A list of key positions and key personnel and their experience and qualifications b. Certifications held by the Proposer and/or employees c. Employee training programs d. Proposed staffing plan I. Equipment and Support Facilities: a. List of equipment(including model and year)owned or leased or proposed relevant to this work b. Description of existing or proposed support facilities J. Work Plan: Proposed work plan shall address each of the following: • Staffing including background checks and drug free workplace provisions • General Cleaning • Equipment • Carpet Vacuuming • Doors • Main Entry Doors • Waste Cans • Restrooms • Basins,Bowls and Urinals • Sweeping • Damp-Mopping • Dusting and Surface Cleaning • Locker Room • Mirrors • Vending Machines • Stairways • Entrances • Display Cases • Walls • Windows • Furniture • Wall Coverings • Auditorium 6 • • Elevator • Dispensers • Restocking Supplies • Janitorial Closet • Kitchen • Staff Offices • Requested Room Set-ups and Take-downs K. Quality control processes for self-monitoring of contract;recording and reporting processes. L. Communication/feedback processes with City: Include frequency and method of day-to-day communication with City. Communication can be through a variety of methods but must include some level of routine face-to-face communication between City and contractor. M. Experience and methods for addressing customer complaints. N. Preparation for special events. Special events requiring janitorial service would be additional work scheduled in advance. O. Customer service qualifications. P. Responding to unforeseen events/emergencies including but not limited to weather related damage and maintenance problems. Q. Expertise in dealing with environmental issues, including chemical and materials handling and application. R. Please review all guarantees that your firm is willing to offer in regard to work quality, adherence to schedule and customer service. S. Statement of ability to meet insurance and bonding requirements: o Worker's Compensation Insurance coverage o General Liability Insurance coverage in the amount of$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 o Performance Bond amount will be on a quarterly basis(government agencies excluded) o 100% Labor Payment bond or alternate(government agencies excluded) T. Discuss the challenges,problems,risks,concerns that you might foresee if awarded this Contract. U. Dealing with essential work not included in the Scope of Work, both temporary and ongoing V. Record keeping 7 W. A list of all work(if any) intended to be subcontracted X. Cost proposal inclusive of all costs(including all applicable taxes) Y. Business Statement,attached hereto as Attachment"A" Evaluation Criteria Responses will be evaluated by the City as set forth immediately below: 1. Responses to Submittal Requirements A-Y 2. Demonstrated ability to meet minimum qualifications 3. Best fit for CenterPlace and the City The City reserves the right to utilize new or revised evaluation criteria at its sole discretion. Addenda,Modifications and Clarifications The City reserves the right to change the RFP schedule or issue addenda to the RFP at any time. All such addenda will become part of the RFP. The City will provide notification of addenda in the same manner as distribution of the RFP. It is the responder's responsibility to confirm as to whether any addenda have been issued. The City also reserves the right to cancel or reissue the RFP. The City reserves the right to request for any responding entity to clarify its proposal or to supply any additional material deemed necessary to assist in the evaluation of the proposal. Modification of a proposal already received will be considered only if the modification is received prior to the submittal deadline. Any modifications shall be made in writing,executed and submitted in the same form and manner as the original proposal. Evaluation and Selection The City reserves the right to award the Contract to the Contractor which best meets the needs and interests of the City,or to reject all responses as set forth below. The following steps are anticipated: Step 1. Receipt and review of proposals and written responses Step 2. City follow-up with respondents and possible interviews Step 3. Initial reference and information check Step 4. Selection of Contractor Step 5. Negotiation of contract Finalize a Scone of Work City representatives and the selected finalist will review and finalize a Scope of Work [as applicable]. Contract The City's proposed Contract,with the terms and conditions, is attached to this RFP as Attachment"B." 8 Please note that the City expects all submitting entities to consent to the City contract, terms and conditions, and does not anticipate agreeing to any modifications or exceptions. Any exceptions or modifications to the Contract proposed by a Contractor must be noted in the responsive submittal. The exception to this is in the drafting of the Scope of Work. The City reserves the right to negotiate and revise any or all Contract terms and conditions prior to Contract signature. Rejection of Proposals The City reserves the right to reject any or all submittals,portions,or parts thereof. The City reserves the right to obtain services through other means. Non-Collusion Submittal and signature of a proposal swears that the document and proposal is genuine and not a sham or collusive,and not made in interest of any person not named,and that the responding entity has not induced or solicited others to submit a sham offer,or refrain from proposing. No Costs The City shall not be responsible for any costs incurred by any Contractor in preparing, submitting,or presenting its response to the RFP or interview process, if applicable. The City shall not be responsible for any costs incurred by the Contractor selected by the City prior to the date of the contract. Non-Endorsement As a result of the selection of a Contractor,the City is neither endorsing nor suggesting the Contractor's services are the best or only solution. The Contractor agrees to make no reference to the City in any literature,promotional material, brochures,sales presentation or the like without prior express written consent from the City. Ownership of Documents Any reports,studies,conclusions and summaries submitted by the responding entity shall become the property of the City. Public Records Under Washington State law, the documents(including all such items as described in RCW 42.56.010 for the term"writing")submitted in response to this RFP(the"documents")become a public record upon submission to the City, subject to mandatory disclosure upon request by any person,unless the documents are exempted by a specific provision of law. If the City receives a request for inspection or copying of the documents, it will promptly notify the person submitting the documents to the City(by U.S.mail and electronic mail if the person has provided an e-mail address)and upon written request of such person,received by the City within five(5)days of the providing of such notice,will postpone disclosure of the documents for a reasonable period of time as permitted by law to enable such person to seek a court order prohibiting or conditioning the release of such documents. The City assumes no contractual obligation to enforce any exemption. 9 Proposer Responsibilities The successful Contractor shall be responsible for all services and required documents identified in this RFP. The Contractor is responsible for making all necessary investigations and examinations of documents,operations,and premises affecting performance of the proposed Janitorial Service Contract. Failure to do so will not act to relieve any conditions or specifications outlined in the RFP. It is mutually agreed that the submission of a proposal shall be considered conclusive evidence that the Contractor has made such investigations and examinations. 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 Contractor. The City reserves the right to accept or reject any and all submittals and to withdraw or revise the RFP process at any time. The decision by the City shall be final,and there is no further recourse or appeal. Severability If any section,sentence,clause or phrase of this RFP shall be held to be invalid, such invalidity shall not affect the validity of any other section,sentence,clause or phrase of this RFP. PRE-PROPOSAL VIEWING All prospective Proposers are invited to attend a pre-proposal viewing of CenterPlace. It will be held at 10:00 AM,Tuesday,March 12,2019 at CenterPlace,2426 North Discovery Place, Spokane Valley,WA 99216. This is an opportunity for potential Contractors to conduct an on- site inspection of facilities. Please R.S.V.P.to Patty Bischoff at(509)720-5401. Questions The City acknowledges that this RFP is comprehensive.Questions regarding the RFP will be accepted verbally or in writing. Questions will be noted and the answers will be distributed to all Contractors in possession of the RFP. Questions or Requests for Information should be directed to Michael D. Stone,Director of Parks&Recreation,at(509)720-5400. 10 APPENDIX A Request for Proposals City of Spokane Valley Janitorial Services SAFETY: The Contractor shall comply with all applicable laws,ordinances, rules,and regulations of any public authority for the safety of persons and property, including requirements of the Washington Industrial Safety and Health Administration(WISHA) pursuant to chapter 296-24 WAC. A. The Contractor shall certify that all employees and representatives are trained to recognize and understand the Universal Safety Symbols. The Contractor's supervisor shall be fluent in the English language,and the language of the janitors. B. Employees and representatives of the Contract shall be fluent in English. If fluency is in a language other than English,then the Contractor shall: 1. Provide all Material Safety Data Sheets(MSDS)in both languages. 2. All containers shall be labeled in both languages. 3. Custodial instructions and schedules shall be posted in both languages. OSHA AND WISHA GUIDELINE COMPLIANCE: A. Hazardous Chemicals. The Contractor shall comply with the required communications relating to the use of chemicals classified as hazardous that pertain to the training,safety, and equipment needed for all employees engaged in the provision of the custodial services. The Contractor shall be responsible for compliance on date of Contract acceptance. B. Material Safety Data Sheets. The Contractor shall maintain copies of MSDS for all products used prior to beginning service in any facility. The MSDS shall be organized and include an index. These MSDS shall be in compliance to the OSHA Guidelines. C. Labeling of Hazardous Materials. The Contractor shall comply with guidelines concerning the labeling of all chemical containers. D. Caution Signs. The Contractor shall use"caution signs"as required. The Contractor shall furnish these signs at no additional cost to the City. Caution signs shall be on site on Contract start date. E. Blood Pathogen Guidelines. The Contractor shall comply with the Blood-borne Pathogens I guidelines as they pertain to the training,safety,and equipment needed for all employees engaged in custodial service. The Contractor shall be responsible for compliance on date of Contract acceptance. F. Bodily Fluid Spills. The Contractor shall be responsible for cleaning bodily fluid spills of a two-foot square area,or less. Immediately notify the Contract Administrator for any bodily fluid spills larger than two feet square. PROPERTY DAMAGE: The Contractor shall be responsible for repair of any damage to City property and restoration of any facility damage beyond normal wear and tear,caused by the Contractor's janitorial activities. Repair and restoration shall be to the satisfaction of the City. Any repair or restoration of these damages shall be performed at no cost to the City. QUALITY AND ACCEPTABILITY OF WORK: The Contract Administrator shall decide all questions which may arise as to the quality and acceptability of work performed under the Contract. lf, in the opinion of the Contract Administrator or authorized representative,performance becomes unsatisfactory,the City shall notify the Contractor, its authorized representatives or agents. UNSATISFACTORY CLEANING PERFORMANCE: A. The Contractor shall provide,free of charge for City use,a telephone number where immediate reporting of unsatisfactory cleaning performance can be made. The Contractor shall respond,by telephone,to such reports within 60 minutes of the original notification call. B. Upon reporting of unsatisfactory cleaning performance by the City representative,the Contractor shall have two hours from such report to initiate corrective action. Note: This is not dependent on the receipt of a return call by the Contractor of the original report. EXCUSES FOR NON-PERFORMANCE: Either party shall be excused from its obligation to perform if delayed or prevented by circumstances beyond such party's control,such as acts of God,fire,explosions,riots,or strikes. SUPPLIES: The City shall furnish all toilet tissue,hand towels, paper toilet seat covers,hand soaps, sanitary napkins,replacement batteries for soap and paper towel dispensers, large trash bags,trash can bags and cleaning supplies. The Contractor shall furnish all personnel and equipment necessary to perform the scope of work. 2 WORK PERIOD AND SCHEDULES: Tasks and frequency shall not be changed unless done so through the execution of a change order. A. Work period: The work schedule for this Contract shall be mutually agreed upon between each of the facility managers and Contractor. This agreed upon schedule shall be reviewed on an annual basis and adjusted accordingly. Immediate corrective action is required for all emergencies which may include working outside the agreed upon work period. B. Schedules: The Contractor shall prepare and provide the Contract Administrator with a schedule(s),which shall be maintained by the Contractor,to show the status of work in progress and dates various periodic projects are scheduled and completed(such as monthly,yearly,and as requested tasks). An up-to-date copy of this schedule shall be furnished to the Contract Administrator whenever there is a change to a schedule. These schedules shall include,but not be limited to the tasks listed below. Tasks and frequency shall not be changed unless done so through the execution of a change order. 1. Carpet cleaning schedules. 2. Floor stripping and waxing or sealing schedule. 3. Schedule for tasks to be performed on a day clean-only basis. 4. Schedule for tasks to be performed on a monthly or yearly basis. 5. Schedule for as-needed tasks as determined by the Contract Administrator. STANDARD OF CLEANING SERVICES: The standard of cleaning shall be classed as "Best Practices"which means that the work product meets the industry's best practices model. TASK STANDARDS: Services performed under this Contract shall be subject to inspection and approval by the Contract Administrator. This section outlines the minimum acceptable cleaning standards for the tasks shown in the"Cleaning Tasks and Frequency Schedule." A. Task Number: 1. Dust Mop All Uncarpeted Areas Standard-Floors and foyer entrances are clean and free of dirt streaks,dust balls,cob- 3 webs,dirt,trash,and there is no foreign matter in corners,behind radiators,under furniture or equipment, behind doors,or on stair landings and treads. No dirt is left where sweepings were picked up. There is no dirt,trash,or foreign matter under desks,tables, chairs,or equipment. 2. Vacuum All Carpeted Areas Standard—Floors,offices,and foyer entrances are clean and free of dirt streaks,dust balls,cob-webs,dirt,trash,and there is no foreign matter in corners,behind radiators, under furniture or equipment,behind doors or on stair landings and treads. There is no dirt,trash, or foreign matter under desks,tables,chairs,or equipment. 3. Damp Mop All Tiled Floors Standard-Floors shall have a clean and polished appearance. 4. Empty All Waste Receptacles Standard-Spot cleaned as required with replacement liners installed, including recycling containers. All trash and refuse removed to designated areas. 5. Spot Clean: a. Glass Doors, Partitions,and Trim Standard-Glass surfaces are without streaks,film,deposits,and stains and have a uniformly bright appearance and adjacent surfaces have been wiped clean. b. Light Switches Standard-No fingerprints or smudges on switches or adjacent wall. c. Walls Up To a Height of 96" (81 Standard-Wall surfaces and exposed pipes and equipment have a uniformly clean appearance and are substantially free from dirt,stains,streaks, lint,cobwebs,and cleaning marks. Painted surfaces have not been unduly damaged and hard finish wainscot or glazed ceramic tile surfaces are bright,free of film streaks and deposits. d. Doors, Doorframes,Woodwork,File Cabinets,and Desks Standard-Smudges, marks,or spots have been removed without causing discoloration. e. Sashes, Ledges,and Tops of Partitions 4 Standard-Smudges,marks,or spots have been removed without causing discoloration. 6. Restroom Cleaning: a. Clean and Disinfect All Toilets and Urinals Standard-Porcelain fixtures are clean,bright,disinfected,and deodorized;there is/are no dust,dirt,spots,stains,rust,green mold,incrustation,or excess moisture. Walls and floor adjacent to fixtures are free of spots,drippings,and watermarks. b. Clean and Sanitize Sinks and Fixtures Standard-Porcelain fixtures are clean,bright,disinfected,and deodorized;there is/are no dust,dirt, spots,stains,rust,green mold, incrustation,or excess moisture. Walls and floor adjacent to fixtures are free of spots,drippings,and watermarks. Bright metal has a polished appearance. Over-spray or chemicals are not on surrounding walls,floors,or fixtures. c. Clean All Mirrors Standard-Mirrors are clean and free of dirt,grime,streaks,excessive moisture, and are not cloudy. d. Sweep, Damp Mop, and Disinfect All Floors Standard-Floors are clean, disinfected, and free of dirt streaks; no dirt has been left in corners, behind radiators,under furniture,behind doors,or on stair landings and treads. e. Fill All Paper and Soap Product Dispensers Standard-Dispensers are full but not overfilled or packed so as to adversely affect their operation or cause unintended waste of their contents when used. f. Clear Blockage of All Toilets and Urinals Standard-Toilets and urinals function normally. "Normal"type blockages,not requiring the services of a plumber,have been cleared. g. Flush All Floor Drains With a Disinfectant Standard-Floor drains have been flushed with a disinfectant. h. Wash and Disinfect Restroom Walls 5 Standard-No dirt,spots,streaks,and smudges are present. Walls have been disinfected,deodorized,and have a polished appearance. Standard-General Overall Appearance. Floors around urinals and commodes are free of odors and stains and the facility has a uniformly clean appearance throughout. Bright metal has a polished appearance. The rest of the floor area is void of visible dirt and debris including wads of gum,tar and similar substances, and is clean and free of water streaks,mop marks, string etc.and present an overall appearance of cleanliness. 7. Kitchen Cleaning: a. Clean and Sanitize Sinks,and Fixtures Standard- Fixtures are clean,bright,disinfected,and deodorized;there is/are no dust,dirt,spots,stains,rust,green mold,incrustation,or excess moisture.Walls and floor adjacent to fixtures is free of spots,drippings,and watermarks. b. Damp Mop Floors, Wipe Down Counters Standard-All counters,and shelves are clean of dirt and debris and free of dirt streaks. The floor is clean and free of dirt streaks; no dirt has been left in corners,under furniture,or behind doors. 8. Clean Drinking Fountains Standard-Drinking fountains are clean,polished,and disinfected. Water residue has been removed from top, mouthpiece,sides,adjacent walls,and floor. There is no evidence that harsh abrasive cleaners have been used. The fixtures are free of trash, ink, coffee grounds,etc. and nozzles are free of incrustations and are free flowing. Chemical cleaners or polishes have not been allowed to touch or damage wall surfaces. 9. Return Furniture to Proper Arrangement Standard -Furniture returned to proper arrangement. 10. Vacuum and Clean Door Entrance Mats Standard -Mats are clean and free of dirt streaks,dust balls,dirt,trash,and there is no foreign matter in corners,stair landings,or treads. I I. Empty Recycling Containers Standard -Office containers marked and designated for recyclables are emptied when full and the material is deposited in the containers indicated for "paper,plastic,cans",as directed. 6 12. Strip,Seal,and Wax All Tiled Floors Standard-The floor has a uniform appearance when dry with no streaking,bubbling,or yellowing and is free of all dirt,stains,deposits,debris,cleaning solution, and standing water. There is an acceptable shine. 13. Spot Wax and Polish Tiled Floors Standard—There is an acceptable shine with no streaking,bubbling,or yellowing. 14. Clean All Carpets Standard -Carpeting shall be clean, free from dust balls,dirt,and other debris. 15. Turn Off Lights when,where,and as instructed MISCELLANEOUS DUTIES: In addition to the work specified,the following additional duties shall be performed in conjunction with the cleaning operation as part of the Contract: A. Provided requested room set-ups and take-downs as necessary. B. Reporting of security violations,hazardous conditions, items in need of repair such as burned out lights, leaky faucets,toilet stoppages,etc. C. Turning off lights,faucets and fans. D. Reporting to the Contract Administrator or individual facility managers irregularities or damage in any of the areas serviced,regarding heating and ventilating equipment, lighting,furniture,vandalism,broken doors or windows,dispensing equipment in restrooms,or any other condition to be considered unsafe,that may require attention for repairs,adjustment,replacement,or correction. E. Ensuring that rooms which are locked after hours are locked after cleaning and the keys are returned to their designated office or location. F. Ensuring that no interior space,room,or suite of rooms that is normally secured after hours is left accessible and/or unattended during cleaning operations. G. Turning in all lost and found articles to the Contract Administrator or individual facility manager or other specified office or location. H. Notification of the Contract Administrator or individual facility manager of emergency conditions such as fires,floods,excessively hot or cold room temperatures,etc. 7 All problems and/or complaints of a minor nature,or similar isolated incidences,may be handled directly between the Contractor's foreman and the Contract Administrator or individual facility manager. A summary of the incident and resolution shall be contained in the daily report log. ] Bodily Fluid Spills. The Contractor is responsible for cleaning bodily fluid spills of a two-foot square area,or less. Immediately notify the Contract Administrator or individual facility manager for any bodily fluid spills larger than two feet square. K Trash Removal:The Contractor shall gather all trash from containers furnished by the City from inside CenterPlace including the kitchen and remove to areas designated by the Contract Administrator. DEFINITIONS-CLEANING TASKS AND FREQUENCY SCHEDULE: Annual-The I2-month period beginning the first day of the Contract term and ending at midnight the day before one year later. As needed(A/N)-Determined by the Contract Administrator or individual facility manager. Monthly - 1/12t of a term. Once per month (monthly)- Work to be performed once per month,a minimum of three weeks apart. Once per year(yearly)-Work to be performed once per Contract term,within the first 60 days of the first day of the Contract term. Task-That work item to be performed on the day of or with the frequency specified. Term-See Annual. Three times per Contract term- Work to be performed at approximately the 30th day, 150th day and 270th day from the first day of the Contract term. Twice per Contract term - Work to be performed at approximately the 60th day and 240th day from the first day of the Contract term. Work Week-Unless otherwise specified,the normal work week shall be Monday through Friday. Year- See Term. Yearly- See Year. 8 EXHIBIT 1 Scope of Work for Janitorial Services Provided for CenterPlace Regional Event Center Located at 2426 North Discovery Place Spokane Valley, WA 99216 FACILITY DESCRIPTION: CenterPlace is a 54,000-square-foot regional event, senior, and community facility. There are over 30 rooms in the facility including(but not limited to) catering facilities, kitchen, arts and crafts area, billiards room, Senior Center, large banquet room, staff offices, and other smaller meeting rooms. Typical facility operating hours are 7:00 a.m. to 10:00 p.m. Monday through Thursday and 7:00 a.m. to 12:00 a.m. Friday, Saturday and Sunday. 1-Iours are subject to change. CLEANING TASKS AND FREQUENCY SCHEDULE: Item Performance Requirements Mon Tue Wed Thu Fri Sat Sun Monthly Yearly No. LOBBIES/VESTIBULES 1 Dust mop and damp mop uncarpeted areas X X X X X X X 2 Vacuum carpeted areas X X X X X X X 3 Spot clean soiled areas on carpets X X X X X X X 4 Remove trash from waste receptacles X X X X X X X 5 Replace liners in waste receptacles X X X X X X X Clean interior and exterior of waste 6 X X X X X X X receptacles as required 7 Vacuum and clean door mats X X X X X X X 8 Dust and clean furniture X X X 9 Return furniture to proper arrangement X X X X X X X 10 Spot clean woodwork and walls up to 8' high X X X X X X X 1 1 Clean lobby door glass and partition (inside X X X X X X X and out) 12 Dust and clean doors and door hardware X (inside and out) 13 Dust woodwork and walls up to 8' high X l 4 Dust and clean sashes, ledges, baseboards, and X top of partitions 15 Clean exterior of display cases X X X X X X X 16 Clean lobby windows X X X X X X X 17 Clean carpets 2 18 Scrub floors 2 19 Dust woodwork and walls above 8'high 2 20 Turn off lights as instructed X X X X X X X 21 Report all complaints, mechanical defects, and X X X X X X X unsafe conditions to management 1 EXHIBIT 1 Item Performance Requirements Mon Tue Wed Thu Fri Sat Sun Monthly Yearly No. HALLWAYS /STAIRWAYS 1 Dust mop and damp mop uncarpeted areas X X X X X X X 2 Vacuum carpeted areas X X X X X X X 3 Remove trash from waste receptacles X X X X X X X 4 Replace liners in waste receptacles as required X X X X X X X Clean interior and exterior of waste 5 X X X X X X X receptacles as required 6 Spot clean woodwork and walls up to 8' high X X X X X X X 7 Clean and polish drinking fountains X X X X X X X 8 Dust benches X X X X X X X 9 Dust and clean furniture X X X X X X X 10 Return furniture to proper arrangement X X X X X X X 1 1 Vacuum fabric-upholstered furniture X 12 Clean vinyl-upholstered furniture X 13 Dust and clean woodwork and walls up to 8' X high 14 Clean sashes, ledges, baseboards, and top of X partitions 15 Spot clean fire extinguishers cabinets X 16 Dust and clean doors and door hardware X (inside and out) 17 Clean outer surfaces of vending machines X X X X X X X 18 Clean exterior of display cases X X X X X X X 19 Clean and polish elevator and doors X X X X X X X 20 Clean carpets 2 21 Scrub and wax tile floors 2 22 Vacuum & clean elevator carpet and door 2 track 23 Turn off lights as instructed XX X X X X X 24 Report all complaints, mechanical defects, and X X X X X X X unsafe conditions to management Item Mon Tue Wed Thu Fri Sat Sun Monthly Yearly No. Performance Requirements RESTROOMS Clean and sanitize sinks, urinals, and 1 X X X X X X X commodes 2 Clean and polish metal dispensers and fixtures X X X X X X X 3 Clean mirrors X X X X X X X 2 EXHIBIT 1 4 Dust mop, damp mop, and disinfect floors X X X X X X X 5 Fill paper and soap dispensers X X X X X X X 6 Clear blockages of urinals, commodes, and X X X X X X X sinks Remove trash from waste receptacles and X X X X X X X feminine hygiene receptacles 8 Clean interior and exterior of waste X X X X X X X receptacles 9 Replace liners in waste receptacles and X X X X X X X feminine hygiene receptacles 10 Spot clean walls, partitions, and tiles to 8' X X X X X X X high 11 Wash and disinfect doors (inside and out) X X X X X X X 12 Dust walls, partitions, and tiles to 8' high X 13 Clean sashes, ledges, baseboards, and top of X partitions Wash and disinfect walls, partitions, and tiles X 14 to 8' high 15 Flush floor drains with disinfectant X 16 Strip and seal tile floors 1 17 Turn off lights as instructed X X X X X X X 18 Report all complaints, mechanical defects,and X X X X X X X unsafe conditions to management Item Performance Requirements Mon Tue Wed Thu Fri Sat Sun Monthly Yearly No. CONFERENCE ROOMS 1 Dust mop and damp mop uncarpeted areas X X X X X X X 2 Vacuum carpeted areas X X X X X X X 3 Spot clean soiled areas on carpets X X X X X X X 4 Dust and clean furniture X X X X X X X 5 Clean fronts of cabinets and drawers X X X X X X X 6 Return furniture to proper arrangement X X X X X X X 7 Spot clean woodwork and walls up to 8' high X X X X X X X 8 Remove trash from waste receptacles X X X X X X X 9 Replace liners in waste receptacles as required X X X X X X X 10 Clean interior and exterior of waste X X X X X X X receptacles as required I I Dust and clean doors and door hardware X (inside and out) 12 Dust and clean interior window sills X 13 Auditorium seats cleaned and dusted X 14 Clean door glass X X X X X X X 3 EXHIBIT 1 15 Clean office glass X X X X X X X 16 Inspect each room daily for cleanliness X X X X X X X Dust and clean woodwork and walls up to 8' 17 X high 18 Clean sashes, ledges, baseboards, and top of X partitions 19 Clean white board and white board trays X 20 Dust and clean blinds 2 21 Clean carpets 2 22 Wash windows (inside only) 2 23 Turn off lights as instructed X X X X X X X 24 Report all complaints, mechanical defects, and X X X X X X X unsafe conditions to management Item Performance Requirements Mon Tue Wed Thu Fri Sat Sun Monthly Yearly No. GREAT ROOM/SMALL DINING ROOM/FIRESIDE LOUNGE Dust mop and damp mop uncarpeted areas— 1 includes the moving of furniture to achieve X X X X X X X through cleanliness of the floor 2 Vacuum carpeted areas X X X X X X X 3 Spot clean soiled areas on carpets X X X X X X X 4 Dust and clean furniture X X X X X X X 5 Clean fronts of cabinets and drawers X X X 6 Spot clean woodwork and walls up to 8' high X X X X X X X 7 Remove trash from waste receptacles X X X X X X X 8 Replace liners in waste receptacles as required X X X X X X X 9 Clean interior and exterior of waste X X X X X X X receptacles as required 10 Dust and clean doors and door hardware X (inside and out) 11 Dust and clean interior window sills X X X X X X X 12 Clean door glass X X X X X X X 13 Dust and clean woodwork and walls up to 8' X high 14 Clean sashes, ledges, baseboards, and top of X partitions 15 Spot clean fire extinguisher cabinets X 16 Dust and clean blinds 2 17 Clean carpets 2 18 Wash windows (inside only) 2 19 Clean door kick plates X 4 EXHIBIT 1 20 Turn off lights as instructed X X X X X X X 21 Report all complaints, mechanical defects, and X X X X X X X unsafe conditions to management - Item Performance Requirements Mon Tue Wed Thu Fri Sat Sun Monthly No. OFFICES 1 Vacuum carpeted areas X X X X X X X 2 Spot clean soiled areas on carpets as needed X X X X X X X 3 Dust and clean furniture X 4 Clean fronts of cabinets and drawers X 5 Spot clean woodwork and walls up to 8' high X 6 Remove trash from waste receptacles X X X X X X X 7 Replace liners in waste receptacles as required X X X X X X X 8 Clean interior and exterior of waste receptacles as X X X X X X X required Dust and clean doors and door hardware (inside X and out) 10 Dust and clean interior window sills X X X 1 1 Clean interior windows X 12 Dust and clean woodwork and walls up to 8' high X 13 Clean sashes, ledges, baseboards, and top of X partitions 14 Clean white board and white board trays X 15 Turn off lights as instructed X X X X X X X 16 Report all complaints, mechanical defects, and X X X X X X X unsafe conditions to management Item Performance Requirements Mon Tue Wed Thu Fri Sat Sun Monthly Yearly No. KITCHEN 1 Remove trash from waste receptacles X X X X X X X 2 Replace liners in waste receptacles X X X X X X X Clean interior and exterior of waste 3 }( X X X X X X receptacles 4 Clean and sanitize sinks and fixtures X X X X X X X 5 Sweep and wet mop floor X X X X X X X 6 De-grease floor X 7 Wipe down all counters X X X X X X X7 8 Clean dish pit pass-through wall X 9 Turn off lights as instructed X X X X X X X I0 Clean door kick plates X l l Report all complaints, mechanical defects, and X X X X X X X unsafe conditions to management 5 EXHIBIT 1 Item Performance Requirements Mon Tue Wed Thu Fri Sat Sun Monthly Yearly No. JANITORIAL CLOSETS I Arrange supplies and equipment X X X X X X X 2 Clean, sanitize and turn off sinks X X X X X X X 3 Keep clean and orderly X X X X X X X 4 Keep all items clear of areas in front of X X X X X X X electrical centers 5 Dust and clean walls as required X X X X X X X 6 Dust mop and damp mop floors X 7 Turn off lights as instructed X X X X X X X 8 Close and lock door when not in use X X X X X X X OTHER: CenterPlace is unique in that it is a regional event center open seven days a week. Several services shall be required from time-to-time and shall be negotiated on an individual task basis separately from this Agreement. They include setting up and taking down of room furniture, including different types of tables and chairs, additional carpet cleaning, etc. City staff shall provide storage upon request for floor cleaning machine provided by Contractor. General cleaning is seven days a week after 5 p.m., or after the last group/event leaves the building, which may require cleaning past midnight. Utility and storage rooms are excluded. Basement is also excluded. Please do not touch or operate any audio/visual equipment. Please do not disturb any personal items in offices. 6 EXHIBIT 1 APPENDIX A ESTIMATED QUANTITIES CENTERPLACE REGIONAL EVENT CENTER ROOM APPROX. SQ. FT. Great Room - 127 6840 Storage Room 145 204 Meeting Room 155 1755 Pool and Billiard Room 156 1458 Green Room— 146 A 96 Old Kiln Room— 146B 90 Room 140-142 Kitchen 1232 Office Room 160 240 Office Room 161 176 Meeting Room 143 900 Storage Room 106 468 Meeting Room 108 754 Meeting Room 109 1480 Meeting Room 110 754 Meeting Room 111 676 Office Room 112 288 Office Room 112B 315 Office Room 120 99 Office Room 121 204 Office Room 122 308 Office Room 123 168 Auditorium 1692 Room 224 90 Room 225 77 Office Room 227 156 Room 228 144 Room 234 1652 Meeting Room 233 1701 Meeting Room 235 756 Room 237 465 Meeting Room 205 1269 Meeting Room 206 486 Meeting Room 207 783 Meeting Room 209 783 Meeting Room 212 1400 Meeting Room 213 972 Meeting Room 214 891 Meeting Room 216 891 7 ATTACHMENT B Contract No. CONSTRUCTION AGREEMENT <Contractor> THIS CONSTRUCTION AGREEMENT (the "Agreement") is made by and between the City of Spokane Valley, a code City of the State of Washington("City")and<name of Contractor>,("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 construction and completion of the<name of the City project> Project(the"Work")in accordance with documents described in Exhibit A and in accordance with this Agreement(which are by this reference incorporated herein and made part hereof and referred to as 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 paragraph 4, below,assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities to the City's satisfaction, provided for in the Contract Documents, within the time limits prescribed in the Contract Documents. 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 oras may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work within 10 days of receipt of a notice to proceed [or execution of this Agreement] and shall complete the Work within the times specified in the Contract Documents,as may be extended in accordance with this Agreement and the Contract Documents. 3. Liquidated Damages. Time is of the essence for this Agreement. Delays cause inconvenience to the residents of City and cost taxpayers undue sums of money,adding time needed for administration,engineering, inspection, and supervision. It is impractical for City to calculate the actual cost of delays. Accordingly, Contractor agrees to pay liquidated damages for failure to achieve Substantial Completion(as defined in the Contract Documents)which shal I be in the amount of$ per day. These liquidated damages are not a penalty,but are fixed and agreed upon by and between Contractor and City because of the impracticability and difficulty of fixing and ascertaining the actual damages that City would sustain in the event that the Work is not completed in accordance with the Contract Documents. Liquidated damages may be retained by City and deducted from payments otherwise due to the Contractor. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of$ ,plus Washington State Sales Tax of Construction Agreement Page 1 of 9 ATTACHMENT B $ (if applicable), for a total of$ ,based on the bid submitted by Contractor (Exhibit B), and as may be adjusted in accordance with the Contract Documents. 5.Payment. Contractor may elect to be paid in monthly installments,upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the address stated in paragraph 6. 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, state standards,or federal 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)720-5000 Phone: Address: 10210 East Sprague Avenue Address: 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 of 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 statutes 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. 9.Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under this Construction Agreement Page 2 of 9 ATTACHMENT B 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&l website address: http s://fortress.wa.sov/Ini/wat;elookup/prvWagelookuo.aspx B. This Project is located in Spokane County. 11:‘ Nk, 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 City Community& Public Works Department located at 10210 East Sprague Avenue,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 and agreed that Contractor shall be an independent contractor and not the agent or employee of City,that City is interested only in 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. 1 1.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,make excerpts or transcripts from such records,and to make audits of all contracts,invoices,materials,payrolls,and record of matters covered by this Agreement 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 Construction Agreement Page 3 of 9 • ATTACHMENT B 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 Agreement on the City's bond forms. Alternatively,Contractor may elect to have the City retain 10%of the Agreement amount in lieu of providing the City with a payment bond and a performance bond, pursuant to RCW 39.08.010(3). 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, advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide a per project aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. 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 additional 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 and commercial general liability insurance: Construction Agreement Page 4 of 9 • ATTACHMENT B 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. 3. I f Contractor maintains higher insurance limits than the minimums shown above,City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Contractor, irrespective of whether such limits maintained by Contractor are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by Contractor. 4. Failure on the part of Contractor to maintain the insurance as required shall constitute a material breach of this Agreement, upon which the City may, after giving at least five business days' notice to Contractor to correct the breach, immediately terminate the Agreement, or at its sole discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand, or at the sole discretion of the City, offset against funds due Contractor from the City. 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. F.Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein,except Contractor shall have sole responsibility for determining the limits of coverage to be required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured on each and every subcontractor's commercial general liability insurance policy using an endorsement at least as broad as ISO additional insured endorsement CG 20 38 04 13. 17. 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 City harmless 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. Construction Agreement Page 5 of 9 ATTACHMENT B Contractor's duty to defend,indemnify,and hold City harmless 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 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. 18.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. 19. 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. 20.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. 21.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 of the State of Washington for Spokane County,unless otherwise required by applicable federal or state law. 22. 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,i f required by chapter 19.28 RCW,or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement shall be included in every subcontract of every tier. 23.Jurisdiction and Venue. This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County, State of Washington. Construction Agreement Page 6 of 9 ATTACHMENT B 24. 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. 25. 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. 26.Business Registration. Prior to commencement of Work under this Agreement,Contractor shall register with the City as a business if it has not already done so. 27.Severability. If any section,sentence,clause,or phrase ofthis 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. 28. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work B. Cost Statement I ti C. Insurance Endorsements D. Performance and Payment Bond E.Assurance of compliance with applicable federal laws y The Parties have executed this Agreement this day of ,20_. CITY OF SPOKANE VALLEY: Contractor: '4411141114Mark Calhoun,City Manager By: Its: Authorized Representative ATTEST: ` , )te, Christine Bainbridge,City Clerk APPROVED AS TO FORM: Office of the City Attorney Construction Agreement Page 7 of 9 ATTACHMENT B Exhibit E—Assurance of Compliance with Applicable Federal Law During the performance of this Agreement,the Contractor, for itself, its assignees,and successors in interest(hereinafter referred to as the "Contractor")agrees as follows: I.Compliance with Regulations:The Contractor shall comply with the federal laws set forth in Section 7 of this Exhibit("Acts and the Regulations")relative to non-discrimination in federally-assisted programs of the U.S.Department of Transportation,Washington State Department of Transportation(WSDOT),as they may be amended from time-to-time,which are herein incorporated by reference and made a part of this Agreement. 2.Non-discrimination:The Contractor,with regard to the work performed by it during this Agreement,shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations. including employment practices when the contract covers any activity,project,or program set forth in Appendix B of 49 CFR Part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations,either by competitive bidding, or negotiation made by the Contractor for work to be performed under a subcontract,including procurements of materials,or leases of equipment,each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of race,color,or national origin. 4. Information and Reports:The Contractor shall provide all information and reports required by the Acts, the Regulations,and directives issued pursuant thereto,and shall permit access to its books,records,accounts, other sources of information,and its facilities as may be determined by the City or the WSDOT to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor shall so certify to the City or the WSDOT, as appropriate, and shall set forth what efforts it has made to obtain the information. 5.Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non-discrimination provisions of this Agreement,the City will impose such contract sanctions as it or the WSDOT may determine to be appropriate, including,but not limited to: a. withholding payments to the Contractor under the Agreement until the Contractor complies;and/or b. cancelling,terminating,or suspending the Agreement, in whole or in part. 6.Incorporation of Provisions:The Contractor shall include the provisions of paragraphs one through six of this Exhibit in every subcontract,including procurements of materials and leases of equipment,unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Contractor shall take action with respect to any subcontract or procurement as the City or the WSDOT may direct as a means of enforcing such provisions,including sanctions for noncompliance. Provided,that if the Contractor becomes involved in,or is threatened with litigation by a subcontractor or supplier because of such direction,the Contractor may request that the City enter into any litigation to protect the interests of the City. In addition,the Contractor may request the United States to enter into the litigation to protect the interests of the United States. 7. Pertinent Non-Discrimination Authorities: During the performance of this Agreement, the Contractor agrees to comply with the following non-discrimination statutes and authorities;including but not limited to: Construction Agreement Page 8 of 9 ATTACHMENT B Title VI of the Civil Rights Act of 1964(42 U.S.C.§2000d et seq.,78 stat.252),(prohibits discrimination on the basis of race,color,national origin);and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601),(prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973,(23 U.S.C.§324 et seq.),(prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seg.), as amended, (prohibits discrimination on the basis of disability);and 49 CFR Part 27; The Age Discrimination Act of 1975,as amended,(42 U.S.C.§6101 et seq.),(prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982,(49 USC §471,Section 47123),as amended,(prohibits discrimination based on race,creed,color, national origin,or sex); The Civil Rights Restoration Act of 1987,(PL 100-209),(Broadened the scope,coverage and applicability of Title VI of the Civil Rights Act of 1964,The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973,by expanding the definition of the terms"programs or activities"to include all of the programs or activities of the Federal-aid recipients,sub-recipients and contractors,whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation,and certain testing entities(42 U.S.C.§§12131-12189)as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits discrimination on the basis of race,color,national origin,and sex); Executive Order 12898,Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations,which ensures Non-discrimination against minority populations by discouraging programs,policies,and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166,Improving Access to Services for Persons with Limited English Proficiency,and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency(LEP).To ensure compliance with Title VI,you must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed. Reg.at 74087 to 74100); Title IX of the Education Amendments of 1972,as amended, which prohibits you from discriminating because of sex in education programs or activities(20 U.S.C. §1681 et seq.). Construction Agreement Page 9 of 9 ATTACHMENT"A" BUSINESS STATEMENT Please complete and submit with your response. 1. Name of business: 2. Business address: 3. Phone: Business fax: E-mail: 4. Business classification(check all that apply). Individual Partnership Corporation 5. Federal tax number(UBI number): 6. Name of owner: 7. Does the company maintain insurance in amounts specified by the City contract: Yes: No: (General liability insurance of at least$1,000,000 per occurrence; $2,000,000 aggregate, Combined Single Limit(CSL), Automobile liability of at least$1,000,000 per accident CSL;Professional Liability, if applicable, of at least $1,000,000. If no,describe the differences: 8. Are there claims pending against this insurance policy? Yes: No: If yes,please explain the nature of the claims: 9. Has the company or anybody in the company ever been disqualified or terminated by any public agency? Yes: No: ID. Proposal offers shall be good and valid until the City completes the award or rejects the proposals. Failure to concur with this condition may result in rejection of the offer. Does the firm accept this condition? Yes: No: 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. SIGNATURE: Date: PRINT NAME AND TITLE OF SIGNER: SO'Wane jvalley PROPOSAL RESPONSE DOCUMENTS 2019 JANITORIAL SERVICES CONTRACT FOR CENTERPLACE REGIONAL EVENT CENTER CITY OF SPOKANE VALLEY PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSALS RESPONSE DOCUMENTS PROPOSAL PROJECT TITLE: Janitorial Services Contract for CenterPlace Regional Event Center NAME OF FIRM SUBMITTING PROPOSAL: Each proposal shall constitute an offer to the City of Spokane Valley(the"City")as outlined herein and no Contractor may withdraw his/her proposal after the hour set for the RFP closing except under the conditions explained in the Information to Contractors section. RECEIPT OF ADDENDA: Proposer 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 proposals. Special attention shall be directed to the qualifications of the Contractors when considering awarding a contract. SUBMITTAL: The"Proposal Response Documents"Section constitutes the proposal when completed and submitted. Please do not submit the entire RFP documents. PROPOSAL PRICES: All proposal prices are for a 12-month maintenance cycle. In submitting a price, the Contractor acknowledges they are aware of all requirements outlined in this proposal package. LUMP SUM BASE PROPOSAL: CenterPlace Regional Event Center Janitorial Services Contract— 12-Month Maintenance Cycle LUMP SUM BASE PROPOSAL= $ 8.9%SALES TAX= $ TOTAL LUMP SUM BASE PROPOSAL = $ 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 proposal,we represent that the proposal 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)(6),or 82.32.070(I)(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 proposal. I understand further that no proposal 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 proposal 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 Firm to a contractual agreement. t realize the final funding for any service is based upon budget levels and the approval of the City. Name: Person/entity submitting proposal(print) Signature: Title: Date: 3 PROPOSER'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: 1. 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: 4 • CONTRACTOR'S QUALIFICATION STATEMENT The following statements of experience,personnel,equipment,and general qualifications of the Contractor 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 proposal response page referencing the item number. I. The company must have a minimum of five(5)years of service/experience in the provision of janitorial/custodial maintenance services and set-up and take-down services similar in nature and scope to those described within this document. Include length of service,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)similar to CenterPlace Regional Event Center. 3. Successful firm shall be required to obtain and maintain a City business registration form. 4. List supervisory personnel currently employed by the Contractor and available for work on the Contract as follows: Years of Name Title Experience 5. Provide references of at least three current or previous clients for same or similar work. Please include names and titles of contacts. 5 i CONTRACTOR COMPLIANCE CERTIFICATION PROJECT COMPLIANCE In compliance with the RFP,Contractor 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 proposed. SPECIFICATION COMPLIANCE The Contractor certifies below that his/her proposal complies in all respects with the attached specification documents,including the minimum specifications. YES NO 6 A o CERTIFICATE OF LIABILITY INSURANCE 12/19/201BY' 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 THS 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 have ADDITIONAL INSURED provisions or be endorsed.If m SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this t certificate does not confer rights to the certificate holder In lieu of such endorsement(s). 'E PRODUCER CONTACT 4 E Aon Risk Services Southwest, Inc. PHONE Cg661 Iso-JILL FAX (800) 363-0105 h. H ouston Tx office (Nc No.en) IAt raj a 5555 San Felipe EE--^ Lys 0 Suite 1500 Houston TX 77056 USA INSURER(S)AFFORDING COVERAGE NAICI INSURED USURER A ACE Amen can Insurance Company ,22667 TSS Fact ii tv Services Inc. USURER B Zut1 cF Amen Car Ins CO 1,16535 1017 Central Parkway N., Suite 100 American Guarantee & Liability ins co 26247 San Antonio TX 78232 USA !SURER e 15URER D ACE lire Underwr Iters Ln SU Co 20701 !SURER E USURER F COVERAGES CERTIFICATE NUMBER:570074255558 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 Limits shown are as repeated iL1k INNSO Vj ININOR PO noir(enVOfLYERP TYPE OF INSURANCEPOLICY NUMBERLIMITS B A COMMERCILGENERAL UAEILni 6L09835/4306 ,1,1/U1/.n15 8"170r/20741EAce OCCURRENCE 51,000,000 D .UIMS-MADE X OCCUR SI0. applies per policy terns & COndr Ions ppEMISE5MPOL 0(Ee a[aPEW Lmnwl 51,000,000 B. Per PrOfec1,4111.2M MED EXP IAN/One Pen[n) 510,000 Y Per LOnnnn Avg 52M PERSONA-6 ADV INJURY 51,000,000 PA gn GENLAOGPEGATE'LMTAPPLIES PER GENERAL GOREGATE 55,000,000 NI �POLICY _PET I [ me VLTS.COMn'OP AGG 52.000,000re ,HER per Incident PRGDo A AUTOMOBILE LLAavTY ISA H25273259 01/01/2019 01/01/2010 COMBINED SINGLE LIMIT 31,000,000 Lti IES amamll C ANN ALC BODIL INJURY(Per prsOni 0 LED BODILY INJURY(Pe,accident) PROPERTY OANAGE —ONLY• TYs -AUS OILY •'AMED (Par augenI 4=, aRELU IJAe CUP AII048 B1,77406 01/01,2019 01,'01/2020 Ewe OCCURRENCE 55,000,000 C1 • es WS ^1, CLAIMS-m ACE ,JOPEGATE 55,000,000 DED 1PETENTION A WORKERS COMPENSATIONAND WLRC6S43829A 01/01/2019 01/01/2020 OTIE- EM1OYER5'UABLITY 1.IN AOS rY PER ER O IAsnc wRIETGR UMED, CUTVE Nra SCFC65438331 01/01/2019 01/01/2020 `L EACH ACCIDENT 31,000,000 ?Mandamn in Nps WI E I DtSEASE-EA EUPIO'EE 51,000,000 I DESC IRvew o OPERenoxSONnw EL DISEASEPOLICrtaIT 51,1100,000_ D ESCRIPTION Even OF OPERATIONS I LOCATIONS I VEHICLES tROORO tae Aaalu[nal Rene..Sc r i s be attuned It mon wee is required) RE• Event ofthecenerSpokane Liiabil ley 2013Cervi finale Holder is included as Additional insured in accordance with the policy provisions y policy. LI M iilCERTIFICATE HOLDER CANCELLATION .n SHOULD Ne OF THE ABOVE CANCELLED BEFORE THE Y EXPIRATION DATE THEREOF. Home WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS City of Spokane valley AUTHORIZED REPRESENTATIVE t.: center Place r 2426 N. Discovery Place ��/ Veyea 6 Spokane valley WA Place VSA < fs �'% c.� v/ - D1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD I ▪ o CERTIFICATE OF LIABILITY INSURANCE °A,E' B°00B 1 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. i IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policyltes)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 m certificate does not confer rights to the certificate holder in lieu of such endorsement(s). I PRODUCER CONTACTNAME mon ssk Services Southwest. Inc. NONE( t63->112 FN (A00) 36f-USO5 I. Houston TX Office 19'c ue sary (Mc unl 5555 San Felipe 0 ADDRESS • suite 1300 2 HOUStOn TX 77056 USA INSURER($)AFFORONO COVERAGE NAIL# INSURED LICSURERA ACE Amen can Insurance Company 22667 155 Facility Services Inc INSURER B. Zurich American Ins Co 16535 1017 Central Parkway N.. Suite 100 San Antonio TX 76232 USA INSURER American Guarantee & Liability Ins Co 26247 naURERo ALE Fire Ilnderwn tens Insurance Co. '20702 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER' 570074254332 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 MAR PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS Limits shown are as requested LIR TYPE OF INRLWWLE I�N50 WJ�O oFiadyV,tm P CVECP PoUCYNUMBER ( 1 OILY EXP LIMITS BR X COMMERCIAL GENERALIVSILITV 01101/101V III/02/402u =NCH OCCURRENCE S1,000,000 CLAIMS-MADE0OCJP SIR applies per policy ter s PREMISES IEaDAMASX loccuvencel NTX51,000.000 X Per Hoed Age3ZM MED EXP,>ry one eemnl 110,000 Aer LOC/11011 M ggSU PEPSOWAL&ACV INJUR1 $1,000,000 co GENI AGGREGATE LIMIT APPLIES PER GENERALAGGGEGATE 55,000,000 POLICY FT Li,nc _PRODUCTS.COMP�OP AUG 52,000,000 rrei %I m o — Z 1 a Z oiU 1 1 S 1 I a g t a. ....a W e air U Search L81 . . , Weil Net State Depance l et `J Labor & Industries ISS FACILITY SERVICES INCORPORATED Owner of tradesperson1017 CENTRAL PKWY N STE 100 INC ISS SAN ANTONIO,TX 78232 Doing business as ISS FACILITY SERVICES INC WA UBI Nn Guvem ny nor ems 602 372 770 INC ISS DARRELL GLOVER, CHRISTI ROHMER, DARRELL GLOVER, CHRISTI ROHMER, Workers' comp Do you know if the business has employees'+If so,verify the business is up-to-date on workers'camp premmms L.SI Account ID Account is current. 072,42-00 Doing business as 15S FACILITY SERVICES INC Estimated workers receded Quarter 1 of Year 2019"76 to 100 Workers" Led atrcer.nt contact T1 /NICHOLE CAROW(360)902-5634-Email:CANI235@Ini.we.gov Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for Inspecion results date 05/10/2018 No violations Inspecion no 317940031 Lunation 1115 SE 164th Ave. Vancouver,WA 98683 Inspection results date 04/27/2015 ... . °° Inspection no 317935970 Loctiun 1115 SE 164th Ave Ste 210 Vancouver,WA 96663 nTYO � 400101.Valler BOND NO: IC15743311 CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley,Washington, in Spokane County, has awarded to ISS Facility Services. Inc. (Contractor), as Principal,a contract for the construction of the project designated as CenterPlace Regional Event Center Janitorial Services, Project No.19-083.00 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(RCW) The Principal, and Westchester Fire Insurance Company (Surety), a corporation, organized under the laws of PA 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$97,021.06 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 pei form all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authonzed modifications,additions,and changes to said Contract that may hereafter be made,at the time and m the manner therein specified,shall warranty the work as provided m the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the penod 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 Prncipal 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. ISS Facility Services,Inc. Westchester Fire Insurance Company PRINCIPAL//) (CONTRACTOR) SURETY • Y-/9l 7/24.#7.e.4-14•'>' c/lsli9 r�.�P� s� c114, 019 Principal Signature s, Date Surety Signature ' Date A/7,44 /57. e 0421.1N—C Misty Wright Printed Nanfe Printed Name • 0�t7• ZYi 35f, Sac re4ar -1 Attorney-in-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: Aon Risk Services Southwest, 5555 San Felipe St. Ste. 500,Houston,TX 77056,832-476-6000 Updated 1.14.2013 CHUB B Power of Attorney Westchester Fire Insurance Company ACE American Insurance Company Know All by These Presents that WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania.do each hereby constlmre and appoint Deena Bridges Vanessa Dominguez, Melissa Fortier, Michael J. Herrod, Lupe Tyler, Lisa A. Ward, Donna L Williams and Misty Wright of Houston Texas each as their tme and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise.bonds and undenal ngs and other wntings obligatory in the nature thereof(other than bail bonds)given or executed In the course of business,and any insmrments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations lu Witness Whereof.WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this r day of August.2018. iJW-kn—Th. eK c&,BC '. ,Ia- kL Ikw.n\I 'hltrme.ml\RUao .icrM1n M Il.mp 4 e Pt oaknt 91r AR 44 30 rif icePAA fq STATE OF NEW JE RS EY County of Hunterdon On this Y day of August,2018,before me.a Notary Public of New Jersey,personally came Dawn M Chloros,to me known to be Assistant Secretary of W ESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power ofAnomey.and the said Dawn M Chlorin being by me duly sworn,did depose and say that she is Assistant Secretary of WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and knows the corporate seals thereof that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies.and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority,and that she is acquainted with Stephen M Haney.and knows him to be Vice President of sad Companies,and that We signature of Stephen M Haney,subscribed to said Power of Attorney Is In the genuine handwriting of Stephen M.Haney.and was thereto subscribed by authority of said Companies and m deponents presence. Notarial Seal • 1%ERMK J.AmMA C;y ` otic x:1.86 MfY L( Me.bili Cann/SW Esau July ln.aaa NotaryP.nn CERTIFICATION Resolutions adopted by the Boards of Directors of WESTCHESTER FIRE INSURANCE COMPANY on December II.2006.ACE AMERICAN INSURANCE COMPANY on March 20, 20013 1PSOI VEO that the foibwng audMrzrbw relate to the execution,kr and on behalf of the Company of bonds undertakings recogmanCes contain'and nther wnnen mmmhmenn of the Company entered into In theordinary ceurseof business lean a'Wnnen Commitment', 111 Each of the chairman the President and the Woe Presidents of the Company is hereby aunon,ed to execute any Written Commitment for and on behalf of the Company underthe seal of the Company or atheiwbe (2) Each duly appointed attorney in tact or the Company is hereby authorized to execute any Weirton Conmtment for and on behalf of the Company,under the seal of the Company or otherwise to the extern that such action is authonzed by the grant of powers pronded for in such personswmten appomment assuch attorney-in-fact Ili each of the Chairman.the President and the vice Prylden6 of the Company a hereby authorred,for and on behalrofthe Company.maprelntin wilting any person the attorney- in fact W the Company with nal power and authority to execute for and on behalf of the Company,under the seal M the Camwm or otherwise such written Comminnems of the Company as nay he speofied in such written appointment,which specification may he by general we or cuts of Wnnen CnmMnnents or by apmncatbn 01 one or more wnicuLa Written Commitments- IC Each of the Chairman the President and the Vice Presidents or the Company is hereby authorized for and on behalf r the Company,to delegate in writing to any other officer or the Cnmpam the authonw to execute,for and on behalf of the Company under the Companys seal or otherwise,such Written Commitments of the Company as are mewled In such wrkten delepuon when specnano may be by general type or clan or Written Commitments or byspecmatbn of one or more particular Wnnen Commitments (5) Thesignature of any officer or other person executing any Written Commitment or appobimem or delegation pursuant to this Resolution and the seal of the company may be affixed by facsimile on such Written Commitment or written appointment delgptbn FURTHER RESOLVER that the foregoing Resowmn shall not be deemed to be an etciuswe statement ofehe powers and authors ofomrers,emplmees and other persons to actor and on behalf of the Company,and such Reuhmnn stall int unit or otherwise affect the exerdse orany such power or authority otherwise r andly granted or veered I.Dawn M Chloms,Assistant Secretary of W ESTCH ESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the'Companies")do hereby certify that 0) the foregoing Resolutions adopted by the Board of Directors of the Companies are nue,correct and In full force and effect. (ID the foregoing Power of Attorney is true.correct and m(MI force and etec[p h� I Given under my hand and seals ofsaid Companies at Whitehouse Station.NJ.this I�11 a� \�I 2_jf ehtmn g I tMn ' I11101 Oar? IN 111E EVENT YOU WISH TO VEfi vrnE WrIIGw11CITY OF THIS BOND OR NOTIFY US OF ANI OOIER MATTER,PLEASE CONTACT US AT Telephone(909)903 3193 Fax 005)903 3656 e-maiL surery®chubhxum WFIC-AAFC(my 00.19) # la - 0$3.00 A o• CERTIFICATE OF LIABILITY INSURANCE DATE( DDDImYY) 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 have ADDITIONAL INSURED provisions or be endorsed.If o 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 Ileu of such endorsement(s). c PRODUCER CONTACT 9 Aon Risk Services Southwest, Inc. PHONE FAx Houston Tx Office (A/C.No.En): (866) 283-712Z ( No.): (800) 363-0105 a 5555 San Felipe Suite 1500 ADDRESS: _ Houston TX 77056 USA INSURER(S)AFFORDING COVERAGE HNC INSURED INSURER A: Zurich American Ins Co 16535 TSS Facility Services Inc. INSURERS: ACE American Insurance Company 22667 1017 central Parkway N. Suite 100 San Antonio TX 78232 USA INSURERC: ACE Fire underwriters Insurance Co. 20702 INSURER 0: INSURER S: INSURER F: COVERAGES CERTIFICATE NUMBER:570079748973 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. Limits shown are as requested FBR TYPE OF INSUFI J(:ELLL sden y�ivafR, POLICY NUMBER PO+LN'YEFF POLI Y EXPLIfl LIMITS A X COMMERCIAL GLO983574307 g1/81199M EACH OCCURRENCE 51,000,000 CLAIMS-MADE Ii PR EMI OCCUR PREMI SES(AE TO(RENTED Ea occurrence) $1,000,000 X Per Pro)ect Agg 32M MED EXP(Anyone person) $10,000 X Per Location PERSONAL&ADV INJURY S1,000,000 n _ Apg Z2M GEN'LAGGREGATELPAIT APPLIES PER, GENERAL AGGREGATE S5,000,000 a RPOLICY IFl I JECT ❑X LOC PRODUCTS-COMP/OP AGO_ $2,000,000 n OTHER: o^ e AUTOMOBILE UABILHTY ISAH25291529 01/01/2020 01/01/2021 COMBINED SINGLE LIMB S1,000,000 o tEa acoldentl X ANY AUTO BODILY INJURY I Per person} 2 OWNED SCHEDULED BODILY INJURY(Per aooldent) a AUTOS ONLY AUTOS PROPERTY DAMAGE 3 X HIRED AUTOS x NON-OWNED (Per accident) —ONLY —AUTOS ONLY t A X UMBRELLA LIAa 'X OCCUR AUC983577407 '01/01/2020 11/30/2020 EACH OCCURRENCE 55,000,000 8 EXCESS LIAR CLAIMS MADEAGGREGATE 55,000,000 DEO I 1RETENTION B WORKERS COMPENSATION AND WLRC6604581A 01/01/2020 01/01/2021 x PER STATUTE I 0T EMPLOYERS'LABILITY ER C ANY PROPRIETOR/PARTNER/EXECUTIVE V/N AOS E.L.EACH ACCIDENT Sl,000,000 OFFICEWMEMBER EXCLUDED? II N/A SCFC66045857 01/01/2020 01/01/2021 (Wndstory In NH) WI E.L.DISEASE-EA EMPLOYEE S1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT 1i 1,000,000— DESCRIPTION OPERATIONS below , �. ... DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached I more space Is required) RE: Event: City of Spokane valley-2013. Certificate Holder is included as Additional Insured in accordance with the policy provisions of the General Liability policy. iti 1, _CERTIFICATE HOLDER CANCELLATION M SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 1M \ EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. I� rG� City of Spokane valley AUTHORIZED REPRESENTATIVE nq Center Place W.:. 2426 N. Discvalley Place t /7{ �/� r/1 �'� erl Spokane valley WA 99216 USA � ilC/^rAW_lP�c./Y' a/Y 01988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD !EBUF)NN0EE0ZZZZ*!!!!!!!! !2301203133 DFSUJGJDBUF!PG!MJBCJMJUZ!JOTVSBODF 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!sjhiut!up!uif!dfsujgjdbuf!ipmefs!jo!mjfv!pg!tvdi!foepstfnfou)t*/ DPOUBDU QSPEVDFS OBNF; QIPOF GBY )B0D/!Op/!Fyu*; )B0D/!Op/*; F.NBJM BEESFTT; JOTVSFS)T*!BGGPSEJOH!DPWFSBHFOBJD!$ JOTVSFE JOTVSFS!B; JOTVSFS!C; JOTVSFS!D; JOTVSFS!E; JOTVSFS!F; JOTVSFS!G; 6811:7757957 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/ Mjnjut!tipxo!bsf!bt!sfrvftufe JOTS!BEEM!TVCSQPMJDZ!FGG!QPMJDZ!FYQ! !UZQF!PG!JOTVSBODFQPMJDZ!OVNCFS!MJNJUT MUSJOTEXWE)NN0EE0ZZZZ*)NN0EE0ZZZZ* E DPNNFSDJBM!HFOFSBM!MJBCJMJUZ YFBDI!PDDVSSFODF EBNBHF!UP!SFOUFE! DMBJNT.NBEFPDDVS Y QSFNJTFT!)Fb!pddvssfodf* NFE!FYQ!)Boz!pof!qfstpo* QFSTPOBM!'!BEW!JOKVSZ HFOFSBM!BHHSFHBUF HFO(M!BHHSFHBUF!MJNJU!BQQMJFT!QFS;! QSP. YY QPMJDZMPD QSPEVDUT!.!DPNQ0PQ!BHH KFDU PUIFS; B DPNCJOFE!TJOHMF!MJNJU BVUPNPCJMF!MJBCJMJUZ )Fb!bddjefou* CPEJMZ!JOKVSZ!)!Qfs!qfstpo* BOZ!BVUP Y TDIFEVMFE CPEJMZ!JOKVSZ!)Qfs!bddjefou* PXOFE! !BVUPT BVUPT!POMZ QSPQFSUZ!EBNBHF OPO.PXOFE! IJSFE!BVUPT! Y Y )Qfs!bddjefou* BVUPT!POMZ POMZ D FBDI!PDDVSSFODF Y Y VNCSFMMB!MJBC PDDVS! BHHSFHBUF DMBJNT.NBEF FYDFTT!MJBC EFE! SFUFOUJPO CXPSLFST!DPNQFOTBUJPO!BOE! QFS!TUBUVUF PUI. Y FS FNQMPZFST(!MJBCJMJUZ Z!0!O BOZ!QSPQSJFUPS!0!QBSUOFS!0!FYFDVUJWF! F/M/!FBDI!BDDJEFOU O B O!0!B PGGJDFS0NFNCFS!FYDMVEFE@ F/M/!EJTFBTF.FB!FNQMPZFF )Nboebupsz!jo!OI* Jg!zft-!eftdsjcf!voefs! F/M/!EJTFBTF.QPMJDZ!MJNJU EFTDSJQUJPO!PG!PQFSBUJPOT!cfmpx EFTDSJQUJPO!PG!PQFSBUJPOT!0!MPDBUJPOT!0!WFIJDMFT!)BDPSE!212-!Beejujpobm!Sfnbslt!Tdifevmf-!nbz!cf!buubdife!jg!npsf!tqbdf!jt!sfrvjsfe* DFSUJGJDBUF!IPMEFSDBODFMMBUJPO TIPVME!BOZ!PG!UIF!BCPWF!EFTDSJCFE!QPMJDJFT!CF!DBODFMMFE!CFGPSF!UIF! FYQJSBUJPO!EBUF!UIFSFPG-!OPUJDF!XJMM!CF!EFMJWFSFE!JO!BDDPSEBODF!XJUI!UIF! QPMJDZ!QSPWJTJPOT/ BVUIPSJ\[FE!SFQSFTFOUBUJWF ª2:99.3126!BDPSE!DPSQPSBUJPO/!Bmm!sjhiut!sftfswfe/ BDPSE!36!)3127014* Uif!BDPSE!obnf!boe!mphp!bsf!sfhjtufsfe!nbslt!pg!BDPSE ACORO® 11*�CERTIFICATE OF LIABILITY INSURANCE 12/1/2024 DATE (MMIDD/YYYY) 11i27/2023 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 Lockton Companies 3280 Peachtree Road NE, Suite #1000 Atlanta GA 30305 (404) 460-3600 CONTACT NAME: PHONE FAX A/C No -MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A: Zurich American Insurance Company 16535 INSURED Argenbright Master Holding, LLC. 1501760 JanCo FS 1, LLC. INSURER B : American Zurich Insurance Company 40142 INSURER C : Everest National Insurance Company 10120 INSURER D : dba Velociti Services 950 East Paces Ferry Rd NE,Ste 2000 Atlanta, GA 30326 INSURER E : INSURER F : COVERAGES JanCo CERTIFICATE NUMBER: 19449253 REVISION NUMBER: XXXXXXX 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 LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR Y N GL06406290-02 12/1/2023 12/1/2024 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 5,000,000 MED EXP (Any one person) $ 5,000 GEN'L X PERSONAL & ADV INJURY $ 2,000,000 AGGREGATE LIMIT APPLIES PER: POLICY JE� LOC OTHER: GENERAL AGGREGATE $ 10,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY N N BAP 6406291-02 12/1/2023 12/1/2024 COMBINED SINGLE LIMIT Ea accident $ 2,000,000 X BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE Per accident $XXXXXXX $XXXXXXX A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE N N AUC 6884521-02 12/1/2023 12/1/2024 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED RETENTION $ $ XXXXXXX B A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? ❑N (Mandatory in NH) " s, describe under DESCRIPTION OF OPERATIONS below N / A I.j WC 0911946 02 WC 1799356 02 12/1/2023 12/I/2023 l2/1/2024 12/1/2024 X STATUTE ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1 000 000 E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 C Excess Liability N N XC6EX00258-231 12/1/2023 12/1/2024 $15M Excess of$1OM DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Spokane Valley is included as an Additional Insured with respect to General Liability, as per written contract, subject to terms, conditions and exclusions of policy. t;LK11FK;Ait MULLi 18449253 City of Spokane Valley 10210 E Sprague Avenue Spokane Valley WA 99206-3682 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED TION- All riahts reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD