Loading...
24-095.00SenskeLawnAndTreeCareJanitorialAndEventServices Contract No 24-095 JANITORIAL AND EVENT SERVICES AGREEMENT Parks and Trails Senske Lawn and Tree Care,Inc. THIS AGREEMENT(the"Agreement")is made by and between the City of Spokane Valley, a code city of the State of Washington("City")and Senske Lawn and Tree Care,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 for the Scope of Services(hereinafter"Work")described in Exhibit A—Special Provisions. The Contract Documents include this Agreement, Exhibit A-Special Provisions,Exhibit B—Bid Schedule,Exhibit C-Insurance Certificates,and Exhibit D-Performance and Payment Bonds which are by this reference incorporated herein and made part hereof(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 compensation set forth in the Contractor's bid proposal attached hereto, assume and be responsible for the cost and expense of all work required for completing the Work and related activities provided for in the Contract Documents(except those items mentioned therein to be furnished by the City)to City's satisfaction. The City Manager, or designee, shall administer and be the primary contact for Contractor. Upon notice from City,Contractor shall promptly commence work,complete the same in a timely manner,and cure any failure in performance under this Agreement. Unless otherwise directed by the City, all work shall be performed in conformance with the Contract Documents, and all City, state and federal standards, codes, ordinances, regulations and laws as now existing or as may be adopted or amended. Contractor acknowledges review of the Contract Documents and accepts the same. 2.Term of Contract. This agreement shall be in full force and effect upon execution and shall remain in effect through December 3 I",2026,with three additional one-year renewal options which may be exercised by the City Manager or designee. Renewals,if any,shall coincide with the calendar year. The City may terminate the contract with a minimum of 120 days' written notice. The Contractor may terminate the contract by sending written notice prior to November 1 of each year to the City stating the Contractor's intent to terminate. Termination by the Contractor shall be effective no sooner than January I of the following year.In the event of such termination by either party,the City shall pay the Contractor for all work previously authorized and satisfactorily performed prior to the effective date of termination. 3. Liquidated Damages. See section 4, Compensation, and section 5, Payment for details regarding incomplete or unsatisfactory Work. 4. Compensation.Contractor shall be compensated as follows: Parks Janitorial and event Services Agreement 2024 Page 1 of 10 Contract No 24-095 (a) Lump sum compensation for base bid services. The City shall pay the Contractor up to $275,001.74 annually as full compensation for all Work as identified in the Contract Documents. Compensation may be adjusted pursuant to the Special Provisions for subsequent contract years or renewals. (b) Unit pricing for additional event services. In the event that the City requests the Contractor to assist with additional reservations or special events beyond the maximum combined total number outlined in the Special Provisions and bid schedule for each month then the City shall pay the following rate for each additional reservation or special event:550.00. (c) Unit pricing for additional restroom cleanings. In the event that the City requests that the Contractor assist with additional restroom cleanings beyond the maximum required of two per restroom per day pursuant to Section 3.1 in the Special Provisions or additional cleanings beyond what is required for park reservations or special events pursuant to Section 4.1 in the Special Provisions,then the City shall pay the following rate for each additional cleaning:$65.00. (d) Large Community Event Services. Upon request,the Contractor shall provide an estimate of the costs for event services for specific community events as noted in Section 4.2 of the Special Provisions. If the Contractor is directed by the City to complete the work, the City shall pay the Contractor based on an approved estimate that is inclusive of furnishing all tools,labor,equipment, and materials required. Any amount above the estimate shall be borne by the Contractor unless agreed to in writing by the City. (e) The costs of 4(b),4(c),and 4(d)above shall not exceed$25,000 in the aggregate,inclusive of any applicable sales tax,unless agreed to in writing by the parties with a formal amendment. (f) Force account maintenance work. Upon the request of the City for the Contractor to complete specific work outside the scope of the lump sum contract, the City shall pay the Contractor on a time and materials basis for all work completed and materials used based on an estimate provided by the Contractor and approved by the City. Force account maintenance shall not exceed$25,000 inclusive of sales tax per year. 5. Payment. Contractor shall be paid in seven monthly installments each equal to 1/7 of the amount of compensation owed pursuant to section 4(a)above, less amounts identified in section 5(a)and 5(b)below. The Contractor shall also be paid for additional event services,restroom cleanings,large community event services,and any force account maintenance work as contemplated by the Special Provisions,and sections 4(b)—4(f)above. The Contractor shall submit invoices to the City which document the work performed for the previous month. The City shall pay the Contractor within 30 days of receipt of a properly submitted invoice that has been approved by the City, except as described in section 5(a) and 5(b) below. Upon request,the Contractor shall provide further documentation to support the invoice. (a) Pursuant to RCW 60.28 et seq., 5%of the compensation due Contractor shall be retained by City and administered in accordance with applicable Washington law. (b) The 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 Contract Administrator to be incomplete or noncompliant with the Contract Documents,Special Provisions,City standards,City code, or federal or state standards. The amount withheld shall be determined in the reasonable Parks Janitorial and Event Services Agreement 2024 Page 2 of 10 Contract No 24-095 judgment of the Contract Administrator, based on the estimated value of the incomplete or noncompliant work, which was not timely remedied pursuant to section 2.4 of the Special Provisions. 6.Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name:Marci Patterson,City Clerk Name: Andrew Spears Phone: (509)921-1000 Phone:(509) 308-1238 Address: I0210 East Sprague Ave Address: 7115 E Cataldo Spokane Valley,WA 99206 Spokane Valley,WA 99212 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 Contractor certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible,or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,making false statements,or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification;and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal,state,or local)terminated for cause or default, B. Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this Agreement. 9.Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under this Agreement,shall comply with the requirements of chapter 39.12 RCW,and shall pay each employee an amount not Iess 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. The 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 Parks Janitorial and Event Services Agreement 2024 Page 3 of 10 Contract No 24-095 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&1 website address: https://lni.wa.gov/licensing-permits/public-works-projects/prevailing-wage-rates/ B.This Project is located in Spokane County. C. Except as provided herein,the effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 10210 East Sprague, Spokane Valley, WA 99206. Upon request, the City will mail a hard copy of the applicable prevailing wages for this project. Pursuant to WAC 296-127-023, Contractor shall pay the applicable prevailing wages in effect on January 1 of each subsequent contract year. 10. Relationship of the Parties. It is understood, agreed, and declared that Contractor shall be an independent contractor,and not the agent or employee of City,that City is interested in only the results to be achieved, and that the right to control the particular manner, method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. As such,the Contractor shall be solely responsible for the safety of all Contractor employees and shall comply with all appropriate state safety and health standards, codes, rules, and regulations, including, but not limited to, those promulgated under the Washington Industry Safety and Health Act, chapter 49.17 RCW,and Title 296 WAC. 11.Ownership of Documents. All drawings,plans,specifications,and other related documents prepared by Contractor under this Agreement are and shall be the property of City and may be subject to disclosure pursuant to chapter 42.56 RCW,or other applicable public record laws. 12. Records, The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts,invoices,materials,payrolls and record of matters covered by this 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 arc 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 provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. Parks Janitorial and Event Services Agreement 2024 Page 4 of 10 Contract No 24-095 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 each in the full amount of the contract on the City's bond forms, which shall be executed and attached to this Agreement as part of the Contract Documents. 16. Insurance. Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor's work through the term of the Contract and for 30 days after the physical completion date,unless otherwise indicated herein. 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 at least as broad as Insurance Services Office(ISO)form CA 00 01. 2.Commercial general liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations for a period of three years following substantial completion of the work for the benefit of the City, personal injury and advertising injury,and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an endorsement providing at least as broad coverage. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the 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 at least as broad 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 $2,000,000 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: 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. Parks Janitorial and Event Services Agreement 2024 Page 5 of 10 Contract No 24-095 2. Contractor shall fax or send electronically in .pdf format a copy of the insurer's cancellation notice within two business days of receipt by Contractor. 3. If 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. D.No Limitation. The Contractor's maintenance of insurance,its scope of coverage,and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance,or otherwise limit the City's recourse to any remedy available at law or in equity. E.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. F. 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 included herein as a Contract Document. 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 arc subject to City acceptance. If requested,complete copies of insurance policies shall be provided to the City. The contractor shall be financially responsible for all pertinent deductibles,self-insured retentions, and/or self-insurance. G. Maintaining Insurance. Failure on the part of the 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 discretion,procure or renew such insurance and pay any and all premiums in connection therewith,with any sums so expended to be repaid to the City on demand,or at the sole discretion of the City,offset against funds due Contractor from the City. H. Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of Contractor-provided insurance as set forth herein, except Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured on each subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 17. Criminal Background Checks. Contractor agrees that it shall not ask or direct any person to go to any City Park property in the performance of this Agreement, whether the person is an employee or volunteer,unless that person has passed a criminal background check by an agreed upon entity that performs criminal background checks as a part of its regular services. 18. Indemnification and Hold Harmless. Contractor shall at its sole expense,defend,indemnify,and hold harmless the City,and its officers,agents, Parks Janitorial and Event Services Agreement 2024 Page 6 of 10 Contract No 24-095 employees and volunteers from any and all claims,actions,suits,liability,loss,costs,attorney's fees,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,except for injuries and damages caused by the sole negligence of the City,and subject only to the limitations provided below. However, should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance,Title 51 RCW,solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 19.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. 20. 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. 21. 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. 22. 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. The prevailing party in any legal action arising out of this Agreement shall be entitled to recover their reasonable attorney fees and costs incurred in said action. 23.Subcontractor Responsibility. As required by RCW 39.06.020,Contractor shall verify responsibility criteria for each first-tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement shall be included in every subcontract of every tier. 24. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. This Agreement shall be interpreted, enforced, and governed by Washington law. Parks Janitorial and Event Services Agreement 2024 Page 7 of 10 Contract No 24-095 25.Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supersedes any prior oral or written agreements. This Agreement may not be changed, modified, or altered except in writing signed by the Parties. 26.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. 27. Business Registration_ Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business. 28. Assurance of Compliance with Applicable Federal Law. During the performance of this Agreement, the Contractor,for itself,its assignees,and successors in interest agrees as follows: A. Compliance with Regulations. Contractor shall comply with the federal laws set forth in subsection G, below ("Pertinent Non-Discrimination Authorities") relative to non-discrimination in federally-assisted programs as adopted or amended from time-to-time, which are herein incorporated by reference and made a part of this Agreement. B. Non-discrimination. 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. 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. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations, either by competitive bidding, or negotiation made by 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 Contractor of 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. D. Information and Reports. 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, 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. E. 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: 1. Withholding payments to Contractor under the Agreement until Contractor complies; and/or Parks Janitorial and Event Services Agreement 2024 Page 8 of 10 Contract No 24-095 2. Cancelling,terminating,or suspending the Agreement,in whole or in part. F. Incorporation of Provisions. Contractor shall include the provisions of paragraphs of these Contract Clauses in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, regulations and directives issued pursuant thereto. 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 Contractor becomes involved in,or is threatened with litigation by a subcontractor or supplier because of such direction,Contractor may request that the City enter into any Iitigation to protect the interests of the City. In addition,Contractor may request the United States to enter into the litigation to protect the interests of the United States. G. 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: 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;and 49 Part 26; 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 seq.), 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 U.S.C. §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; Parks Janitorial and Event Services Agreement 2024 Page 9 of 10 Contract No 24-095 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); and 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 seg.). 29. SeverabiIity. If any section,sentence,clause or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction,such invalidity shall not affect the validity of any other section,sentence,clause or phrase of this Agreement. 30.Attachments. Attachments and Exhibits incorporated into this Agreement are: Exhibit A—Special Provisions Exhibit B—Bid Schedule Exhibit C—Insurance Certificates Exhibit D—Payment and Performance Bonds The Parties have executed this Agreement this a 4% day of 2024. CITY OF SPOKANE VALLEY: Con r tor: Joh Hohman,City Manager ;An SQ-eacrs fs: Authorized Representative ATTEST: APP AST F OU.1 • r1l�L�) ! / Marci tter son,City Clerk office of e City A rney Parks Janitorial and Event Services Agreement 2024 Page I0 of 10 Exhibit A 0111111.1.1.1\111111466 Spokane �•sValley SPECIAL PROVISIONS FOR JANITORIAL AND EVENT SERVICES PARKS AND TRAILS 1 GENERAL REQUIREMENTS AND CONTRACT PROVISIONS This Chapter includes contract management provisions and requirements for payment approval. 1.1 WORK SUMMARY The City of Spokane Valley is contracting purchased services for the regular cleaning and preparation of park restrooms, shelters, and other facilities operated by the Parks and Recreation Department in specified parks and paved trails including the Centennial Trail and Appleway Trail. General expectations of these services include: • Cleaning and sanitizing restrooms • Cleaning and sanitizing picnic shelters • Cleaning and sanitizing drinking fountains • Posting facility reservations at picnic shelters and park kiosks • Litter control • Moving picnic tables • Emptying garbage cans • Restocking restroom supplies • Replacing interior and exterior light bulbs • Sweeping patios,hardscapes, and walkways • Preparing for Special Events • Responding to calls for extra cleaning • Pressure washing • Cleaning picnic benches and trash receptacles • Monitoring grounds and facilities to provide recommendations for maintenance Additionally, this contract includes the supplying of all labor, materials and supplies necessary to fulfill the terms of the contract. The work description above is not all inclusive but is representative of a comprehensive janitorial and event services contract. This contract does not include landscape maintenance services. 1.2 OBJECTIVE The objective of this janitorial and event services contract is to provide consistently well- maintained facilities that are clean,healthy,and safe. The City is seeking a high-quality contractor that is responsive, reliable, and provides superior service. 1.3 GENERAL INFORMATION These Special Provisions focus on the daily cleaning of restrooms and picnic shelters throughout the City Park System which includes approximately 7 miles of the Centennial Trail, the 6.5-mile City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: Appleway Trail and nine Neighborhood, Community and Regional Parks. There is currently one (1)restroom(vault toilet)on the City-managed portion of the Centennial Trail at Barker Rd. There are three(3)restroom buildings on the City's Appleway Trail,each with two individual restrooms. And there are 11 restroom buildings with 32 separate restrooms and 20 picnic shelters of various sizes distributed throughout the rest of the City parks. Also included in this contract are several unique amenities such as a concrete stage, covered pavilion, waterfall viewing platforms, and various outdoor event spaces where community events and private rentals may occur. The parks host numerous park reservations and special events each year such as weddings, fun runs, company picnics, and car shows. The contractor will be responsible for assisting in these events by posting reservation notices and cleaning and preparing park facilities before and after events. Duties may include special preparations, alteration of routine schedules, moving picnic tables, unlocking gates and bollards, checking electrical outlets, coordinating with landscaping contractors to turn off irrigation, and other assistance as needed. Special events are generally pre- scheduled but may require action on short notice. The park properties included in the scope of services for this contract are: • Balfour Park located at 105 N. Balfour Road (1 restroom building) • Browns Park located at 3101 S. Pines Road (2 restroom bldgs., 3 shelters) • Edgecliff Park located at 800 S. Park Road (1 restroom bldg., 1 shelter) • Greenacres Park located at 1311 N. Long Road (1 restroom bldg., 2 shelters) • Sullivan Park located at 1901 N Sullivan Road (1 restroom bldg., 3 shelters) • Terrace View Park located at 13525 E. 24th Ave. (1 restroom bldg., 1 shelter) • Valley Mission Park located at 11123 E. Mission Avenue(1 restroom bldg., 1 shelter) • Mirabeau Point Park located at 13500 E. Mirabeau Parkway, including: o Mirabeau Meadows (1 restroom bldg., 1 shelter, 1 stage) o Mirabeau Springs Waterfall and Pond (1 gazebo, dock, decking) • CenterPlace Regional Event Center located at 2426 N. Discovery Place, including: o West Lawn Plaza at CenterPlace, (1 restroom building, hardscape plaza,pavilion) o Discovery Playground(2 restroom bldgs.,2 picnic shelters, shade canopy) • Appleway Trail o Trailhead located at 201 S. University Road (1 restroom bldg.) o Trailhead located at 3 S. Tschirley Road (1 restroom bldg.) o Trailhead located at 14310 E. 2°d Ave (1 restroom bldg.) • Centennial Trail o Trailhead located at 2210 N Barker Road (vault toilet) 1.4 CONTRACT TYPE This Contract is a lump sum fixed fee, purchased service-type Contract. Prevailing wages are required to be paid to the Contractor's employees per chapter 39.12 RCW. Pursuant to RCW 60.28 et seq., 5%of the compensation due to the contractor shall be retained by the City and administered in accordance with applicable Washington law. The City will City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: release the retainage annually when the affidavit of wages paid has been approved by the WA State Department of Labor and Industries. Contractor to Provide Performance and Payment Bonds. The contractor shall provide a payment bond and a performance bond in the full amount of the contract on the City's bond forms. 1.5 MINIMUM REQUIREMENTS 1. Firms must have experience in the provision of janitorial and/or event services similar in nature and scope to those described in these Special Provisions. An emphasis on public park system maintenance is preferred due to the critical nature of frequent interaction with our citizenry. 2. Firms must have sufficient equipment and vehicles to perform the services outlined herein. 3. Firms must have employees to fulfill the necessary roles and who meet the necessary qualifications to carry out the work described in these Special Provisions. 4. Knowledge of and compliance with federal, state, and local laws and regulations including but not limited to relevant licenses and requirements necessary to complete the work. 5. Firms must have adequate locked, secured storage including inside storage for the equipment and supplies necessary to complete the work herein. 6.Response time is critical to this contract. Successful firm shall be located within the City of Spokane Valley or be able to demonstrate the ability to consistently respond when called within 30 minutes. 7. Successful firms shall be required to obtain a City of Spokane Valley business registration. 1.6 CONTRACT ADMINISTRATOR The City Manager's designated Administrator for this contract is the Parks&Recreation Director or his/her assigns. The day-to-day field inspection and oversight of the contract will be administered by City Parks & Recreation Department personnel following these Special Provisions. 1.7 ONE GENERAL CONTRACTOR 1.7.1 Subcontractors The Contractor shall neither subcontract nor assign any obligation or interest in this agreement without the prior written approval of the City. All subcontracted work will remain the sole responsibility of the general Contractor and the general Contractor will remain the sole contact with the City. 1.7.2 Contractor's Supervisor The Contractor shall designate a competent supervisor for the work. The supervisor shall have the authority to represent and act for the Contractor. 1.8 CONTRACT DOCUMENTS City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: The complete Contract includes these parts: The Janitorial and Event Services Agreement,these Special Provisions, the Contractor's Base Bid Schedule, Insurance Certificates, and the Performance and Payment Bonds. These parts complement each other in describing the complete work. Any requirement binds as if stated in all parts. The contractor shall provide any work or materials clearly implied in the Contract even if the Contract does not mention it specifically. 1.9 CONTRACT TERM The contract shall commence on the date the contract is executed and continue through December 31,2026. Thereafter the contract may be renewed annually, with up to three additional one-year terms. Renewals shall coincide with the calendar year. The City may terminate the contract with a minimum of 120 days' written notice. The Contractor may terminate the contract by sending written notice prior to November 1 of each year to the City stating the Contractor's intent to terminate. Such termination by the Contractor shall be effective no sooner than January 1 of the following year. 1.10 COMPENSATION The lump sum fixed price items include all supplies, labor, material, components, equipment, insurance and bond costs, and appurtenances necessary to complete the services which shall conform to the best practice known to the trade in design, quality, material, and workmanship and be subject to these Special Provisions in full. These Special Provisions shall be construed as minimum performance. Prices shall remain firm for the duration of the contract except as noted in section 1.19 of these Special Provisions. 1.11 CONTRACTOR REQUIRED QUALIFICATIONS The Contractor reaffirms meeting all required qualifications and will remain qualified throughout the duration of the Contract and subsequent contract renewals. The Contractor represents and warrants to the City that it has all licenses, permits, qualifications, insurance, and approvals of whatsoever nature which are legally required of the Contractor to practice its profession. The Contractor shall maintain a City of Spokane Valley business license. If the Contractor's status changes at any time,the Contractor shall immediately inform the Administrator of the change in qualification status. The Contractor shall also supply in writing to the Administrator the Contractor's written plan and timeframe for reinstatement of acceptable status. 1.12 EXAMINATION OF WORK SITES The Contractor acknowledges visiting the work areas and becoming fully acquainted with site conditions to understand the facilities, difficulties, and restrictions attending the execution of the work under the contract prior to executing this contract. The failure or omission of the Contractor to receive or examine any form, instrument, or other documents, or to visit the City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: sites and get acquainted with conditions existing therein and verifying project area dimensions, shall in no way relieve the Contractor from obligation with respect to his/her original proposed bid or to this contract. 1.13 CONTRACTOR SUPPLIED EQUIPMENT, MATERIALS & SUPPORT FACILITIES Unless stated otherwise and agreed in writing, the Contractor is expected to provide all materials, supplies and support facilities required to execute Contract obligations. This will include, but not be limited to equipment, cleaning supplies, paper products, trash bags, garbage cans, disposal containers, support facilities,vehicle oil and fuel, etc. 1.13.1 Support Facilities The City will not provide equipment storage, shop facilities, workspace, or office space as part of this contract. The Contractor will be responsible for providing all support facilities at their own location(s). The Contractor shall furnish at its own expense, storage and/or repair facilities for equipment. The Contractor will not be required to locate such facilities within the City. 1.13.2 Equipment Identification All vehicles used by the Contractor must be clearly identified with the name of the company. 1.14 VERIFICATION OF COMPLIANCE Non-compliance with any applicable law,rule,permit requirement,or regulation related to this work shall be reported to the City immediately. The City may require that the Contractor provide a report of the infraction(s) and steps that will be taken by the Contractor to regain compliance. Any continued non-compliance is grounds for the City to penalize the Contractor, up to and including withholding of payment, or early dismissal from the Contract. Failure to meet the terms of these Special Provisions is more specifically covered by Sections 1.18.1 and 2.4 herein, and section 5(b) of the Janitorial and Event Services Agreement. 1.15 DEBRIS DISPOSAL All collected material, debris, and litter becomes the property of the Contractor and shall be disposed of in a manner consistent with federal, state, and local laws. The Contractor shall pay all costs associated with disposal of the collected material, including collection, storage, transportation, and tipping fees. 1.16 CHANGES, CORRECTIONS, AND CLARIFICATIONS City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: 1.16.1 Changes The City reserves the right to make, at any time during the contract term, such changes in quantities and such alterations in these Special Provisions as are necessary to satisfactorily complete the work. Such changes in quantities and alterations shall not invalidate the Contract nor release the Performance and Payment Bond, and the Contractor agrees to perform the work as altered. Among others,these changes and alterations may include: • Deleting any part of the janitorial or event services work • Increasing or decreasing quantities • Altering these Special Provisions • Altering the way the janitorial or event services work is performed • Adding new janitorial or event services work • Altering facilities, equipment, materials, services, or sites, provided by the Contracting Agency • Ordering the Contractor to speed up or delay the janitorial or event services work Any change that affects the overall Contract effort and amount of work to be performed or that costs or saves Contractor and/or City resources shall be documented through a contract amendment and shall indicate any associated impacts on price, schedule, or performance. The City will execute a written contract amendment, negotiated with the Contractor, prior to the implementation of any change unless ordered by the City through emergency action(s). Any change not executed through written documentation and acceptance will not be valid unless the change is determined to be a Correction and/or Clarifications. 1.16.2 Corrections & Clarifications To continuously improve City operations and return value to citizens and rate payers, Corrections and/or Clarifications to these Special Provisions may be required from time to time. Where a change is of no value in time or cost to either the Contractor or the City, it will be determined to be a Correction and/or Clarification and shall be updated within and become part of these Contract documents through addendum. The City reserves the right to update and revise the Special Provisions reflecting any changes by addendum with the optional contract annual renewal. 1.17 PREVAILING WAGES The Contractor shall comply with all state and federal laws relating to the employment of labor and wage rates to be paid. The hourly wages and benefits of laborers, workers, or mechanics shall not be less than the applicable prevailing wages published by the Department of Labor& Industries(LNI)for Spokane County. Find the most recent prevailing wage rates at LNI's website at: https://lni.wa.gov/licensing-permits/public-works-projects/prevailing-wage-rates/ The contractor shall use rates effective April 8, 2024. Pursuant to WAC 296-127-023,prevailing wage rates for janitorial services shall be adjusted annually to include the current rate of City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: prevailing wages. If this adjustment in prevailing wages is not covered by the annual renewal adjustment as described in Section 1.19, the City shall bear the cost of any necessary increase, which shall be reflected in the annual renewal. No payment will be made until the Contractor has submitted a "Statement of Intent to Pay Prevailing Wages."No final payment or release of any bond will be made on a Contract Term until the Contractor has submitted an "Affidavit of Wages Paid". These documents must be certified by the industrial statistician of the Washington State Department of Labor and Industries and the "owners" copy shall be in the possession of the City. 1.18 PAYMENT AUTHORIZATION 1.18.1 City Inspection The City will periodically inspect the work and condition of facilities under the care of the Contractor. If the Contractor's work or conditions at the City's facilities are shown to not meet these Special Provisions,the Contractor will be notified of the deficiency and allowed to respond to meet the standard pursuant to Section 2.4 of these Special Provisions. If the deficiency is not made whole within the time specified, the Administrator reserves the right to withhold payment pursuant to section 5(b) of the Janitorial and Event Services Agreement. 1.18.2 Contractor Reports The Contractor shall complete and transmit to the City the referenced reporting documents included in these Special Provisions, including the following at the identified frequency: • Annual work plans—annually by April 15 • Periodic reports—with each invoice • Annual report—annually by November 15 1.18.3 Pay Estimate Submittal,Review, & Approval Payments shall be made after review, approval, and authorization by the City. Payment authorization shall be conditioned upon the submittal of an invoice including a breakdown of work and services that have been provided as specified in Section 2.5.2—Periodic Reporting. Invoices for lump sum services (regular custodial work and typical park reservations/special events)may be submitted monthly for 7 equal amounts from April through October, and may include additional charges, as applicable, for reservations and special events in excess of the monthly lump sum amounts. Invoices for approved Force Account maintenance or repair work may be submitted on an as-needed basis upon completion and approval of work performed. Generally,park reservations and special events occur between April 15 and October 15. The city may request, and the contractor may agree to perform additional maintenance or repair work or provide services for special events outside these dates on a case-by-case basis. 1.19 ANNUAL FEE ADJUSTMENT City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: The Contractor and/or the City may request an adjustment of the lump sum fixed fee annually no later than November 1st for the following calendar year. Such prices shall be negotiated by the City and Contractor and shall not be increased or decreased by more than the percent change in the Consumer Price Index for All Urban Consumers (CPI-U) or 3%, whichever is less. The reference point will be the CPI-U for September. The source of this percent change shall be the U.S. Department of Labor,Bureau of Labor Statistics. Notwithstanding the foregoing,pursuant to Section 1.17 herein,the Contractor must update and pay prevailing wages to the most recently published and effective Washington State Department of Labor& Industries rates for the next annual term. 2 GENERAL SPECIFICATIONS This Chapter discusses general items on Contractor and City conduct in executing the work. 2.1 WORK PLAN 2.1.1 Annual Work Plan The Contractor shall submit an annual work plan to the City in accordance with Section 1.18.2—Contractor Reports. The plan communicates who,when,and how the Contractor will complete all planned work during the course of the year. Adjustments to the plan during the year may be necessary and the Contractor is to work with City staff on any necessary revisions. The Annual Work Plan should indicate such things as: • Contact Information: contractor owner, supervisor(s), and crew lead(s), including cell phone numbers and, if applicable, email addresses. • Planned invoicing amounts, periods, contact information, and a sample invoice with associated periodic report. • Specific schedules for typical, daily routine work(for example only): o "Clean<Park Name>restrooms and shelter at 6 a.m. on Mondays," etc. o "Post reservation notices by noon on Wednesdays,"etc. o "Inspect<facilities by location/times per week>," etc. • General schedules for other work, for example: o Staff availability for scheduled park reservations and call-outs • What types of equipment will be used,where, and when • Any product or material information the contractor intends to use during the year (i.e. cleaners, sanitizers, custodial supplies, etc.) • Self-inspection plan and reporting • Employee uniform example City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services,Parks and Trails Contract No.: Weekly Work Plans If different from the Annual Work Plan, the Contractor shall submit an email to City designated staff and identify weekly work plans indicating where the Contractor will be working and what activities will be performed. It may be sent up to one day in advance for the next work period. 2.2 CONTRACTOR'S EMPLOYEES 2.2.1 Licenses Contractor and staff who are supplying services under this agreement shall always possess and carry a valid driver's license issued by the State of Washington and have all applicable certifications and licenses required to perform the contracted work. 2.2.2 Uniforms Contractor employees shall be dressed professionally for the custodial and event services industry. Uniform approval is required by the city. 2.3 PRESERVATION OF PROPERTY The Contractor shall exercise due care to avoid injury to existing improvements, structures, utility facilities, adjacent property, trees, shrubbery, and motor vehicles. In the event of property damage, the Contractor shall notify the property owners and City within 24 hours of the time of occurrence. If such objects are injured or damaged by reason of the Contractor's operation, they shall be repaired at the Contractor's expense to a condition as good as when the Contractor entered upon the work. Repairs to property damaged by the Contractor damaged by the contractor shall be made within 48 hours unless there is a different time agreed to by the parties. Any damage to utility lines shall be repaired immediately and in accordance with the appropriate building code under permits issued by the City in coordination with the utility provider affected. All costs shall be borne by the Contractor. 2.4 COMPLAINTS AND DEFICIENCIES All complaints and deficiencies, with regards to this Contract shall be addressed and abated as soon as possible after notification, to the satisfaction of the City. The City will notify the Contractor by telephone, email, in writing, and/or other agreed upon method of each matter. City notifications to the Contractor will include a description of the issue and location. 2.4.1 Deficiencies All work deficiencies of Contractor shall be corrected within 24 hours of notification from the City unless noted otherwise in these Special Provisions, or otherwise agreed to in writing to extend the time. City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: Written notification may be e-mailed, hand delivered or post mailed. As soon as the Contractor has corrected the listed deficiencies, the Contractor shall notify the designated City staff and request inspection of the corrective work. Deficiencies listed in the notice of deficiency shall not be considered as having been corrected until the designated City staff has inspected the site to verify that the listed deficiencies have been corrected and has approved the corrective work in writing. 2.4.2 Failure to Perform If the Contractor does not remedy the deficiency within the time allotted per 2.4.1,the City may withhold payment pursuant to section 5(b) of the Janitorial and Event Services Agreement. 2.5 INSPECTIONS & REPORTING 2.5.1 City Inspections The City will periodically inspect the condition of each area depicted in these Special Provisions. The conditions shall be measured based on these Special Provisions and City staff judgment. 2.5.2 Periodic Reporting The Contractor shall provide self-inspections and/or records of work it performs in each area depicted in these Special Provisions to provide as backup for each period invoiced. 2.5.3 Annual report The Contractor shall submit an annual report by November 15 each year that includes,at a minimum: • A review of the Annual Work Plan's scheduled tasks compared to the actual deliverables, including a comparison of whether or not tasks were consistently or reliably completed. • A description of new or existing custodial or facility deficiencies and recommended remedies. • Any recommendations for changes to Special Provisions that improve efficiency to the objective of this contract. 2.6 LOST AND FOUND All lost and found items shall be noted and locked in an agreed upon location.A record of lost and found items when encountered shall be submitted to the Administrator. The City shall be responsible for receiving calls and returning items to the public. Items not claimed shall be disposed of in a fair and appropriate manner at the City's discretion; the contractor shall never dispose of any items without specific direction from the City to do such. In no case will the items be returned to the finder unless warranted by law. City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services,Parks and Trails Contract No.: 2.7 PARK SCHEDULE The parks are open for use by the public January 1 — December 31 (year-round). Park services (restrooms,park reservations, special events, etc.) are generally provided during the Park Season, April 15 —October 15. These may vary depending on weather/use. During the park season,park restrooms and picnic shelters require daily custodial service, seven days per week, with multiple stops at the same location often required. Custodial operations that coincide with the public's use of the park facilities are generally required to be performed throughout the day, Monday-Sunday between the hours of 6:00AM and 5:00PM. The Contractor shall work in and around public use and always be courteous and respectful to park visitors. Weekend use by the public is extensive and extra weekend cleanings and event services may be required. Park Hours: park facilities are open and available for public use from 6:00AM — 9:00PM, April 15th through October 15th(and from 6:00AM to 7:00PM, October 16th through April 14th). 2.8 SERVICE LEVELS SUBJECT TO CHANGE These statements represent the City's attempt to provide an overview of anticipated services. It should be understood by the bidders that the City park system is not static.The contractor's ability and willingness to work in a dynamic system in a unique public/private partnership is critical to the success of this contract. Changes in quantities or service levels may, at the discretion of the City, be addressed in contract amendments or through annual price adjustments as contemplated in Section 1.19. 3 WORK SPECIFICATIONS - STANDARD FACILITY CLEANING This Chapter describes routine janitorial work to be performed in park restrooms and shelter areas including standards, schedule, quantity, and location. 3.1 CLEANING AND SANITATION OF RESTROOMS 3.1.1 General Requirements All park restrooms shall be cleaned completely a minimum of once per day seven days each week and re-inspected, restocked and/or cleaned as required a minimum of one additional time each day. Restrooms shall also receive inspection and spot cleaning whenever contractor personnel are on site for related or unrelated work. Additional cleanings may be required based on usage, park reservations, or special events and the contractor will be responsible for maintaining standards. Representative standards include but are not limited to: • Empty trash and sanitary napkin holders, replace liners as needed. • Replace all paper products to ensure sufficient supply until the following day. • Replenish soap or hand sanitizer to ensure sufficient supply until the following day. City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: • All light fixtures shall be working properly and inspected daily; lamps replaced as needed; damaged fixtures reported to Director or designee. • Toilet bowls and urinals shall be cleaned and disinfected daily. Hard water stains, rust, or other discoloration or soiling shall be removed. Sinks shall be scrubbed clean and disinfected daily. • Disinfect fixtures, sinks, around floor drains,trash containers,walls, and doors, including all handles. • Drinking Fountains shall be cleaned and sanitized on a daily basis. • All porcelain and metal surfaces shall be wiped clean and disinfected. Walls and ceiling wiped clean where required, including cobwebs, dust, etc. from ledges, cracks, crevices, corners, etc. • Sweep, mop or hose down floors and entrance ways. Squeegee as needed to prevent puddling. Pressure washing shall be required when needed. • Restrooms shall smell clean and disinfected. All fixtures shall be working properly and reported immediately upon discovery of problems unless otherwise arranged with Parks and Recreation Director. • Restrooms shall always be deodorized through automatic spray, solid deodorizer or other method proposed by contractor and acceptable to Director. • All storage facilities (pipe alleys) approved for use by the contractor shall be kept neat, clean, orderly, and free of offensive odors. • All leaking fixtures, clogged drains, or other inoperable plumbing fixtures shall be reported immediately to the Director or designee and the Director or designee shall be notified of remedies or temporary closures. 3.1.2 Schedule The contractor shall provide the expected work schedule for this item on the Annual Work Plan, see section 2.1.1. The expected restroom services season is from April 15—October 15 of each year. The estimated number of weekly cleanings is approximately 7-14 cleanings per restroom facility. Initial daily cleaning of restrooms shall be completed by 9:00 a.m. Every restroom shall be visited and inspected at least one additional time daily after 2:00 p.m. and re-stocked and/or cleaned again if conditions warrant. 3.1.3 Storage/Receiving The contractor shall provide storage on their own premises. Traditional storage items are materials and supplies necessary to carry out the responsibilities outlined herein. Use of pipe alleys or other city premises for storage of supplies or equipment shall be prohibited except as approved in writing by Director or designee. City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: 3.1.4 Measurement& Location The approximate combined area of park and trail restroom facilities is 6,000 square feet. See maps and tables in Appendix A for more details. 3.1.5 Payment Payment shall be the lump sum Contract price for"Cleaning and Sanitation of Restrooms" inclusive of furnishing all tools, labor, equipment, and materials required. 3.2 CLEANING OF PICNIC SHELTERS AND PARK PLAZAS 3.2.1 General Requirements Picnic shelters including picnic tables, counters, sinks, drinking fountains or other fixtures shall be cleaned and disinfected daily.Hard surfaces including shelter floors and entrances, plazas,pavilions, stages, and associated pathways, shall be swept, vacuumed or blown off as needed to maintain a clean appearance.Pressure washing shall be required when needed. Litter shall be collected, and garbage cans emptied from picnic shelters and event plazas. Trash containers, as noted in Appendix A, are available for use by the Contractor and are considered adequate. Additional containers may be provided by Contractor. Where decorative containers are desired by the City,the City shall purchase those containers. Representative standards include but are not limited to: • Wipe down and/or scrub clean and sanitize picnic shelter tables and benches daily. • Collect and remove litter and debris including cigarette buts, cardboard,paper, plastic, cans, bottles, food waste, containers, clothing, scrap metal,wood, etc. • Empty trash cans and replace liners as needed. • Shelter sinks and counters shall be scrubbed clean and disinfected daily. • Drinking Fountains shall be cleaned and sanitized daily. • Shelter support posts and ceilings shall be wiped clean where required, including cobwebs, dust, etc. from ledges, cracks, crevices, corners, etc. • Concrete surfaces shall be swept, mopped or hosed down as needed. Squeegee as needed to prevent puddling. Pressure washing shall be required when needed. • Electrical outlets shall be inspected and working properly; damaged fixtures shall be immediately reported to the Director or designee. City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: 3.2.1 Schedule and Notification The contractor shall provide the expected work schedule for this item on the Annual Work Plan, see section 2.1.1. 3.2.2 Measurement The approximate combined area of picnic shelters is 14,000 square feet. See maps and tables in Appendix A for more details. 3.2.3 Payment Payment shall be lump sum Contract price for "Cleaning of Picnic Shelters and Park Plazas"and is inclusive of furnishing all tools, labor, equipment, and materials required. 4 WORK SPECIFICATIONS - FACILITY RESERVATIONS AND SPECIAL EVENTS, LARGE COMMUNITY EVENTS, AND ADDITIONAL RESTROOM CLEANINGS This Chapter describes the work to be performed for preparing park shelters and facilities for park reservations and special events, large community events, and extra restroom cleanings including standards, schedule, quantity, and location. 4.1 PARK FACILITY RESERVATIONS & SPECIAL EVENTS 4.1.1 General Requirements The contractor shall be responsible for printing and posting park reservations and special events at picnic shelters and/or park kiosks. Restrooms are to be cleaned daily but also tidied and restocked and/or re-cleaned, if necessary,prior to and after each park reservation or special event. Picnic shelters are to be cleaned daily but also prior to and after each reserved use. Tables shall be wiped or sprayed clean as needed to remove all foreign material. Floors shall be swept and/or hosed off, and garbage cans shall be emptied prior to the start of each reservation if more than one third full. Care shall be taken to prevent water damage to structures and equipment. Depending upon the number of reservations,this work may need to be done multiple times per day. 4.1.2 Schedule and Notification Park facilities may be used free of charge on a first-come,first-served basis, as long as the space is available and not reserved already.Park Reservations generally must be scheduled City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: by the customer a minimum of 48 hours in advance of the requested date and Special Events for 200 or more people must be scheduled 2 weeks in advance. City staff will provide park reservation postings for the Contractor to print and hang in the parks by Wednesday each week for the following week and send any new reservations received for the then-current week to the Contractor as they occur. The reservation season for all park facilities is from April 15 to October 15 of each year, seven days per week. Large shelters may be reserved in 5-hour blocks at Browns Park, Edgecliff Park, Greenacres Park, Mirabeau Meadows, Sullivan Park, Terrace View Park and Valley Mission Park: • Large Shelters are available for two predefined, set times: from 9 am to 2 pm and 4 pm to 9 pm including customer setup and takedown. Small shelters at Discovery Playground, Browns Park and Mirabeau Springs may be reserved in 2-hour blocks: • Set times for small shelters are: 10 am to noon, 1 to 3 pm, 4 to 6 pm including customer setup and takedown. Reserved shelters must be cleaned and prepared by the Contractor a minimum of 30 minutes prior to the customer's reservation time. Contractor staff shall verify and document shelter and restroom conditions within 30 minutes of reservation start time and re-clean if necessary. Shelter reservations and special events sometimes require unlocking and relocking bollards, gates, and electrical boxes, and coordinating with landscaping contractors to adjust irrigation schedules. The following maximum combined total shelter reservations& special events per month shall be included in the lump sum contract value: Avg Lg. Shelters Avg. Sm. Shelters Max. Combined Total • April: 10 6 16 • May: 30 12 42 • June: 75 30 105 • July: 75 20 95 • August: 75 20 95 • September: 55 15 70 • October: 15 5 20 City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services,Parks and Trails Contract No.: 4.1.3 Measurement The approximate combined area of park picnic shelters is 14,000 square feet. Events may involve use of additional park spaces including stages, pavilions and plazas. See maps and tables in Appendix A for more details. 4.1.4 Payment Payment shall be lump sum Contract price for"Park Reservations and Special Events" and is inclusive of furnishing all tools, labor, equipment, and materials required. If the number of park reservations and special events in a given month exceeds the maximum amounts listed in section 4.1.2 above then the Contractor shall invoice the City for each event overage according to the unit price for"Additional Park Shelter Reservations" which shall be inclusive of furnishing all tools, labor, equipment, and materials required. 4.2 LARGE COMMUNITY EVENT PREPARATION AND CLEANUP 4.2.1 General Requirements In addition to regular park shelter reservations and special events,the City parks also host a number of large community events each year which may involve participation by thousands of people and last for more than one day. The contractor shall be responsible for assisting in these events. Assistance may include special preparations, alteration of routine schedules, coordinating with landscaping contractors for irrigation adjustments, and other services. The determination of whether a scheduled event is classified as a Large Community Event shall occur at the sole discretion of the City and shall not be unreasonably withheld. Representative standards include but are not limited to: • moving picnic tables and garbage cans • erecting barricades and event structures • placing special signage • providing extra trash removal 4.2.2 Schedule and Notification Examples of large community events that occur annually include "Valleyfest"which is a multi-day community celebration at Mirabeau Point Park involving food trucks, vendors, and multiple stages for live performances and competitions, and"CRAVE! Food and Beverage Festival"which draws thousands of participants to the West Lawn Plaza at CenterPlace for multiple days of dining and celebration. The City may host or accommodate additional large community events, each involving special permits and advance planning with parks staff and event organizers. The City shall notify the City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: Contractor when such events are scheduled and work with Contractor in advance of event dates to plan for needed services. 4.2.3 Measurement 4.2.4 Large Community Events may occur in any of the City's Park Spaces and Facilities. See maps and tables in Appendix A for more details. 4.2.5 Payment Payment shall be based on a Time and Materials approved estimate for"Large Community Event Services"and is inclusive of furnishing all tools, labor, equipment, and materials required. 4.3 ADDITIONAL CLEANING AND SANITATION OF RESTROOMS 4.3.1 General Requirements From time-to-time, activities of the public may render park restrooms which have previously been cleaned in accordance with the provisions of Section 3.1 above (up to two times daily)or Section 4.1 above(as required for park reservations or special events) unusable or in need of additional service. In these circumstances the City may request, and the Contractor shall provide additional cleaning and sanitation. 4.3.2 Schedule and Notification Additional cleaning and sanitation of restrooms as described in this section shall either be requested by the City Parks Director or designee or approved by the Director or designee upon request of the Contractor prior to work commencing. 4.3.3 Payment Payment shall be the lump sum Contract price for"Additional Restroom Cleanings"and is inclusive of furnishing all tools, labor, equipment, and materials required. City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: 5 INSPECTION The Contactor shall perform visual site inspections when onsite for scheduled work. The Contractor shall notify the City if any, but not limited to,the following are discovered: • Graffiti • Damage to restroom facilities, picnic shelters, benches, tables, kiosks, signs, or other fixtures • Cracked concrete, crumbling edges of surfaces • Damage to curbs or pathways • Damaged or missing bollards or bollard locking mechanisms • Area lights not working • Potential homeless encampments Maintenance requirements identified by these inspections that are not covered under previous sections should be reported to the City and may be paid per Chapter 6 "Force Account Services." The determination of whether the work is unanticipated maintenance shall be made by the City. The City may also request and the Contractor may agree to perform other maintenance on a time and materials basis for services not otherwise contemplated in these Special Provisions. 6 FORCE ACCOUNT MAINTENANCE AND REPAIRS The City may approve additional unanticipated maintenance work up to $25,000 at its sole discretion. If requested by the City,the Contractor shall provide a proposal outlining time and materials costs for the maintenance work.No unanticipated maintenance work shall commence prior to written approval from the City. It is within the sole discretion of the City to determine whether the maintenance is within the Special Provisions, and thus covered by the lump sum costs. In making this determination,the City may request that the Contractor provide a proposal outlining time and materials costs for the work and an explanation as to why/how the work is outside the scope of these Special Provisions. 7 LOCATIONS AND ESTIMATED QUANTITIES The attached appendices contain approximate quantities and the locations of the work to be performed under this contract. • Appendix A: Estimated Quantities & Site Maps City of Spokane Valley Exhibit A—Special Provisions Janitorial and Event Services, Parks and Trails Contract No.: Appendix A Restroom and Event Space Quantities(approx.) Individual ' RR Trash Baby Event Plaza Shelter I Restroom Restrooms Soap Towel Restrooms Containers RR Drinking Changing /Stage(sq Picnic Shelter(s) Plaza Trash Sink and Other Park or Trail Location Name Bldgs(N) (g) Toilets Urinals Sinks Stalls Dispensers Dispensers Hand Dryers She(Sp Ft) (R) Fountains K.Station(a) ft) Shelters(4) Size(Sq Ft) Cans(S) Counter Reservable? Appleway Trail University Trailhead 1 2 2 1 2 140 1 2 _ Appleway Trail Best Rd Trailhead 1 2 2 2 2 _ 140 1 2 Appleway Trail Tschriley Trailhead 1 2 2 2 2 _ 140 1 2 + Centennial Trail Barker Trailhead 1 1 1 90 1 Balfour Park 1 4 6 2 4 4 4 4 420 4 2 _ 2 11,981 Event Plaza Browns Park 2 5 5 5 5 1 480 5 2 1 3 1,750 Discovery Playground 1 2 2 i. 2 ri 2 2 300 2 1 2 4 750 2 Edgecllff Park 1 2 3 1 2 3 2 480 3 1 1 900 4 Greenacres Park 1 2 3 1 2 3 2 480 7 3 2 1,240 4 Mirebeau Meadows Park 1 2 6 3 4 6 2 2 1,100 4 4 1,800 2 1,240 4 1 Stage Mlrabeau Springs _ 1 400 1 Dock West Lawn Plaza 1 4 4 4 _ 4 4 4 48D 4 2 2 11,000 1 730 _ 6 W.L.Plaza Sullivan Park 1 2 3 1 2 4 3 192 2 3 3 3,400 4 Terrace View Park 1 2 4 2 2 4 2 600 2 _ 1 1 1,200 4 Valley Mission Park-North 1 2 6 2 4 6 2 _ 1,050 2 6 2 2,500 APPROX.QUANTITY TOTALS 15 34 49 12 37 30 34 4 13 6,092 39 31 24,781 20 14,110 29 1 Appleway Trail Best Road Trailhead 1 ^ Is� A. 8 ` ,'.. ayti•_ �V^'.,.:, .. .w�_e a., 1` "' `ry ,,... A , ..,„..,.. ,, 34 .._ fin . + w p r i i. e "' TE* xn' 1 1 1111i , Appleway Trail Tschirley Trailhead _.________,r, \,......... \it ,...--------- _. ,...,,,,....,:ii.:7-•-2,7,,,,,,,4„,_„ ,,,,‘,..„..„.T.::,--- _.., " ��yY� e 13. Sprague ,., . , ti• //yy\\ �.. � lit f r .,, __ 1 .,.1 .,ar' Ce-, 7 41.1 NM tll d .-.1 a „„. $ F = .. R „,� ` 1 JD5• •-.CountyI� rr - t fD c3 University C Nal I 44,7 CD r+ tf CD 0_ • -13 f0 CU .0 CU • I rM CD r V • Barker 'Rd d ja1 . Browns Park, 3101 S. Pines Road —$-�"`4 , }; +.y_.'", p xp `.'Sr K}- M`*v P'^q a :.r.�.�.c i 9K Yi r J y„ '��-� Ir.!, ate. 't ('l 1` L ^AA� 'di �« ,, lap —' f I a ! ?, 1` p itti a i ' , rr n vs { a, &„a mac, "x u itl x ,, � WF"' " .., per' ° .r , -r , s „.:,.,,t, -0, . , w,,,,,,v r - W .7 ea. b ,� j.if&,yV P 7 .+ c ` p r�,a�.cmw- �, yam"'""` ' '.. - r ! S — 1 ,' _E 30th Ave v " .' ` "� ': w IVY ..,..; '.At7:4A/ ,,, -7, ,...4111117- ,4i, p . ,,--.4 :,44, • � � rwt, tM a �q tl� r r , i lily a4 mEj }' P . E lst Ave '''''''a .''' E 32nd Ave w .�. �'.,.+..�, .... ,'III <.a�.� i ice. t <" .•� • 4��� i M " + m +4 ; Y . CD v `., as ,40 i, t}- r' rt ICY -a *' ", +s .P'�h~ C�. !fit.I a h 4 5 I❑ ' .., y 4 .. $ - . _... �. . C , A ,.. . ca�t.;c.�: . �esc.- •r- ». —.w.>.�+R".4,.,.,.,.., �n�d "w+ ',::` . �g � .. I `A ; 11 f A I . .i Edgecliff Park, 800 S. Park Road � v" ,dyes er. C EN ,' '. Ave w 4"31 ''' ll1.1,4' %I. i r a_ 33" 10 to `3. ; tl' ,, ly Cr ' ` .,,. 1.i . 111 is 01; # 0 -.41111 tt 13 ft. am _ _ _ _ _ .. _ . ,,. , , , , i it --- -: .- r «n @. a _ f -� r• • Greenacres Park, 1311 N. Long Road r iri. . milli -, - < 0. u #' , ....., infinalr akin IN 11 ,,, I e w 0E.i I. 1 r .. I .. C' a . dm kT}# , :4` J h . t. e` # u t M �' ' F It Y t ] n , VI S �"` tc" ies `tom-+., #YO xf .. 'CSC.`S A{h..dw' k Y.n. g�ID,., ..,:e4 is V: /� x k r * y CO r,1 #fit . , `k '{' " - *. , �� t � Mirabeau Springs 3 s s 4 • z 4 i s .t -A,,,,,', kr. ' t..4-- , •-f4 , , r r "4 i i e N L 3 ii. . 7 , 4 f, L A . 4 ; CO r y w� 5 'lnr, ' , co - .;-I A4: f „ !'"'" ...— ...4., ', � #} i s Ir4 .. s ..d r{ v7. Itsm.. '` m r 1 A• s tea': 1 ? I . (! = .,ra«. j � . jai ° 5 ,+• *0' aiM' I a _ . _ ... * .. 4i: 0 0 (.1) CD ' '..... ,...._ Q I, 1 3 \ :\ LL co V f; i l y t' r ,, a ' /� 4 / ' r V S I • ..- 3/i..''4•.„.,, ;', :::4:104# ,...^-*‘-' ',.-''.• ,,,i31'. ' -,,,,, .„.,,,,,.,'. ,' ,:,,e-** ,...-'-i''''..-..-'"f'7*--.f07,4 4,-'?*° ,: - 'k,k f%,,,_31 ,4 : f .. u ,# 4111 yk sty Q a) 4-1 N L l y' fB 1 a, a) U f0 ., aJ 1 - Valley Mission Park, 11123 •E Mission Ave. IT f�` �w�N « 'll— C. ,,y. Ilp(( ... f TS [-_-_1 '''. ',:' s ✓K. f. $t h �w.a. ... yk at Miss i'on L g Exhibit B Base Bid Schedule for Janitorial and Event Services— Parks and Trails Bid Schedule A:Park Restrooms and Shelters Janitorial Services—April 15—October 15 ITEM H ITEM DESCRIPTION UNITS QTY. PRICE/DAY TOTAL 1 Cleaning and Sanitation of Restrooms Daily 183 1)71-L 2Jul/4Pt.3g 2 Cleaning of Picnic Shelters and Park Plazas Daily 183 iQ j, 713 3‘),001-5 ( Schedule A Total $ 25t1664).?7 Bid Schedule B:Park Shelter and Special Event Reservations—April 15—October 15 ITEM>1 ITEM DESCRIPTION MONTH QTY. PRICE/FiES TOTAL 3 Park Shelter and Special Event Preps-April April 16 54.IE '(p(o-'iM 4 Park Shelter and Special Event Preps-May May 42 59, I' . 2275.5� 5 Park Shelter and Special Event Preps-June June 105 $I, i$ Sbn.cf O 6 Park Shelter and Special Event Preps-July July 95 _Sit , I 5 147./6 7 Park Shelter and Special Event Preps-August August 95 S4.( S S i L(7,/p 8 Park Shelter and Special Event Preps-Sept Sept 70 5L'1, I' 3'7 q2,fbG 9 Park Shelter and Special Event Preps-Oct Oct 20 ,t f /- 10S j .40 Schedule 8 Total $ D-I 601.14/ Bid Schedule C:Additional Services ITEM# ITEM DESCRIPTION UNITS CITY. PRICE/U d1T TOTAL 10 Additional Restroom Cleanings(overage) LS 1 65-pip -- 11 Additional Park Shelter Reservations(overage) LS 1 SO.C10 -- 12 Large Community Event Services T/M -- EST REP -- Total Additional Services(including sales tax) MAX$25,000 Bid Schedule D:Force Account ITEM B ITEM DESCRIPTION UNITS QTY. PRICE/UNIT TOTAL 13 Force Account Maintenance and Repairs T/M -- EST RE -- Total Force Account(including sales tax} MAX$25,000 Bid Schedule A: Z s( 000-Q7 Bid Schedule B: 2_11/00 l .'7 4 Additional Svcs: $25,000 Force Account: $25,000 *BID TOTAL: 32S,002.11 *(Items 1-9 are the cost for the contract. Bid Schedules C&D are then a, ded to the total cost. Items 10-13 may or may not be utilized during the contract to im.) Person/Entity Name: ilmf)rtai SrS Signature of Bidder. Company: Sensl 5er0i ccs Date: q-15- 2.. City of Spokane Valley Bid Proposal ocuments Janitorial and Event Services—Parks and Trails Contract No.: Client#: 186359 Exhibit C SENSLAWNI ACORDY. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1/26/2024 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT Trisha Hankey Propel Insurance PHONE FAX (A/C(A/c,No,EXt):800 499-0933 ,No): 866 577-1326 601 Union Street; Suite 3400 E-MAIL ro elinsurance.com COM Construction ADDRESS: trisha.hanke Y@P P INSURER(S)AFFORDING COVERAGE NAIC# Seattle,WA 98101-1371 INSURER A:Alaska National Insurance Company 38733 INSURED INSURER B:Homeland Insurance Company of New York 34452 Senske Lawn and Tree Care, LLC INSURER C 400 North Quay Street Kennewick,WA 99336 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 24APS12454 01/31/2024 01/31/2025 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR PREMISESaE occurrence) $500,000 X PD Ded:$5,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PR - POLICY X J CT LOC PRODUCTS-COMP/OP AGO $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 24AAS12454 01/31/2024 01/31/2025 COMBINEDSINGLELIMIT (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ — OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS A HIRED ONLY X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY (Per accident) A X UMBRELLA LIAB X OCCUR 24ALU12454 01/31/2024 01/31/2025 EACH OCCURRENCE $4,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $4,000,000 DED RETENTION$ $ A WORKERS COMPENSATION 24AWS12454 01/31/2024 01/31/2025 X STATUTE X °RH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEY/N Work Comp E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) 24AP512454 01/31/2024 01/31/2025 E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below WA Stop Gap E.L.DISEASE-POLICY LIMIT $1,000,000 A Lease/Rent Equip 24AIA12454 01/31/2024 01/31/2025 $220,000/$1,000 ded. B Pollution/ 7930117170002 01/28/2024 01/31/2025 $1M/$1M Limits Professional $10,000 deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:Operations performed by the Named Insured. City of Spokane Valley shall be included as Additional Insured per the attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Spokane Valley SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 10210 E Sprague Ave ACCORDANCE WITH THE POLICY PROVISIONS. Spokane Valley,WA 99206-0000 AUTHORIZED REPRESENTATIVE I � , ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #56389236/M6381895 TTOO CONTRACTORS' GENERAL LIABILITY ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. SCHEDULE OF COVERAGES ARE SUMMARIZED BELOW 1. Miscellaneous Additional Insureds 13. Blanket Waiver of Subrogation 8 additional insured extensions. Waiver of subrogation where required by written contract or written agreement. Primary and Noncontributory Insurance 14. In Rem Actions 2. Damage To Premises Rented to You Limit increased to $500,000. 15. Voluntary Property Damage Limits added: $5,000 occurrence, $10,000 3. Medical Payments aggregate. Limits increased to$15,000. Reporting period increased to three years from 1. MISCELLANEOUS ADDITIONAL INSUREDS the date of accident. Section II Who Is An Insured is amended to 4. Non-owned Watercraft include as an additional Insured any person or Increased to 50 feet. organization described in Paragraphs 2.a. through 2.h. below whom you are required to add 5. Supplementary Payments as an additional insured on this policy under a Cost of bail bonds increased to $10,000. written contract or written agreement. However, Daily loss of earnings increased to $500. the written contract or written agreement must be: 6. Newly Formed Or Acquired Organizations 1. Currently in effect or becoming effective Coverage extended to the end of the policy period during the term of this policy; and or the next anniversary of this policy's effective date. 2. Executed prior to the "bodily injury", "property damage" or"personal injury and 7. Liberalization Clause advertising injury", but 8. Unintentional Failure To Disclose Hazards Only the following persons or organizations are additional insureds under this 9. Notice of Occurrence endorsement and coverage provided to such additional insureds is limited as provided 10. Broad Knowledge of Occurrence herein: 11. Bodily Injury - Extension of Coverage a. State or Governmental Agency or Subdivision or Political Subdivi- 12. Expected Or Intended Injury sions Reasonable force - bodily injury or property damage. ANIC GL 1187 08 21 Page 1 of 7 Any state or governmental agency or (2) Structural alterations, new con- subdivision or political subdivision struction or demolition operations that has issued a permit in performed by or on behalf of connection with operations performed such additional insured. by you or on your behalf and that you are required by any ordinance, law or d. Mortgagee, Assignee or Receiver building code to include as an additional insured on this coverage A mortgagee, assignee or receiver part is an additional insured, but only but only with respect to their liability with respect to liability for "bodily as mortgagee, assignee, or receiver injury", "property damage", "personal and arising out of the ownership, and advertising injury" arising out of maintenance, or use of a premises by such operations. you. The insurance provided to such state This insurance does not apply to or political subdivision does not apply structural alterations, new construc- to any "bodily injury", "property tion or demolition operations damage" or"personal and advertising performed by or for such additional injury" arising out of operations insured. performed for that state or political subdivision. e. Owners or Other Interests From Whom Land Has Been Leased b. Controlling Interest An owner or other interest from whom Any persons or organizations with a land has been leased by you but only controlling interest in you but only with respect to liability arising out of with respect to their liability arising the ownership, maintenance or use of out of: that specific part of the land leased to you and subject to the following (1) Their financial control of you, or additional exclusions: (2) Premises they own, maintain or This insurance does not apply to: control while you lease or occupy these premises. (1) Any "occurrence" which takes place after you cease to lease This insurance does not apply to that land; or structural alterations, new construc- tion and demolition operations (2) Structural alterations, new con- performed by or for such additional struction or demolition operations insured. performed by or on behalf of such additional insured. c. Managers or Lessors of Premises f. Co-owner of Insured Premises A manager or lessor of premises but only with respect to liability arising out A co-owner of a premises co-owned of the ownership, maintenance or use by you and covered under this of that specific part of the premises insurance but only with respect to the leased to you and subject to the co-owners liability as co-owner of following additional exclusions: such premises. This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises; or ANIC GL 1187 08 21 Page 2 of 7 g. Lessor of Equipment Such person(s) or organization(s) is an additional insured only with Any person or organization from respect to liability for "bodily injury", whom you lease equipment. Such "property damage" or "personal and person or organization is an advertising injury" caused, in whole or additional insured only with respect to in part, by: their liability for "bodily injury", "property damage" or "personal and a. Your acts or omissions; or Advertising injury" caused, in whole or in part, by your maintenance, oper- b. The acts or omissions of ation or use of equipment leased to those acting on your behalf; you by such person or organization. or A person's or organization's status as an additional insured under this c. "Your Work" performed for endorsement ends when their written the additional insured contract or written agreement with described in Paragraph 1. or you for such leased equipment ends. 2. above and included in the "products-completed With respect to the insurance operations hazard." afforded these additional insureds, the following additional exclusions In the performance of your ongoing apply: operations or completed operations for the additional insured described in This insurance does not apply: Paragraph 1. or 2. above. (1) To any "occurrence" which takes However, the insurance afforded to place after the equipment lease such additional insured described expires; or above: (2) To "bodily injury", "property a. Only applies to the extent damage", or "personal and permitted by law; and advertising injury" arising out of the sole negligence of such b. Will not be broader than that additional insured. which you are required by the contract or agreement to h. Owners, Lessees or Contractors — provide for such additional Ongoing Operations and insured. Completed Operations 3. With respect to the insurance 1. Any person or organization for afforded to these additional whom you are performing insureds, the following additional operations or have performed exclusions apply: operations when you and such person or organization have This insurance does not apply to: agreed in writing in a contract or agreement that such person or 1. "Bodily injury", "property organization be added as an damage" or "personal and additional insured on your policy; advertising injury" arising out and of the rendering of, or the failure to render, any 2. Any other person or organization professional architectural, you are required to add as an engineering or surveying additional insured under the services, including: contract or agreement described in Paragraph 1. above. ANIC GL 1187 08 21 Page 3 of 7 a. The preparing, Section III - Limits of Insurance, the following is approving, or failing to added: prepare or approve, maps, shop drawings, With respect to the insurance afforded to the opinions, reports, additional insureds described in Paragraphs a. surveys, field orders, through h. above, the most we will pay on behalf change orders or of such additional insured is the amount of drawings and specifica- insurance: tions; or (1) Required by the contract or b. Supervisory, inspection, agreement; or architectural or engineering activities. (2) Available under the applicable Limits of Insurance shown in the This exclusion applies even if Declarations; the claims against any insured allege negligence or whichever is less. other wrongdoing in the supervision, hiring, employ- This provision shall not increase the applicable ment, training or monitoring Limits of Insurance shown in the Declaration. of others by that insured, if the "occurrence" which 2. Damage To Premises Rented to You caused the "bodily injury" or "property damage", or the SECTION III — LIMITS OF INSURANCE, offense which caused the Paragraph 6. is replaced by the following: "personal and advertising injury", involved the rendering 6. Subject to Paragraph 5. above, the of, or the failure to render, Damage to Premises Rented to You Limit any professional is the most we will pay under Coverage A architectural, engineering or for damages because of "property surveying services. damage" to any one premises, while rented to you, or in the case of damage Primary And Noncontributory Insurance by fire, while rented to you or temporarily occupied by you with permission of the The following is added to the Other Insurance owner. Condition and supersedes any provision to the contrary: If a limit is shown for Damage to Premises Rented to You the most we will pay under This insurance is primary to and will not seek Coverage A for damages because or "property contribution from any other insurance available to damage" to any one premises is the Limit shown an additional insured under your policy provided in the Declarations or $500,000, whichever is that: greater. (1) The additional insured is a 3. MEDICAL PAYMENTS Named Insured under such other insurance; and A. Section III— Limits of Insurance, Paragraph 7. is replaced by the following: (2) You have agreed in writing in a contract or agreement that this 7. Subject to Paragraph 5. above the insurance would be primary and Medical Expense Limit is the most we will would not seek contribution from pay under Coverage C for all medical any other insurance available to expenses because of "bodily injury" the additional insured. sustained by any one person. ANIC GL 1187 08 21 Page 4 of 7 If a limit is shown for Medical Expense in 5. SUPPLEMENTARY PAYMENTS the Declarations the most we will pay under Coverage C for all medical A. Under Section I -Supplementary Payments expenses because of "bodily injury" - Coverage A and B, Paragraph 1.b., the sustained by any one person is the Limit limit of $250 shown for the cost of bail bonds shown in the Declarations or $15,000, is replaced by$10,000; whichever is greater. B. In Paragraph 1.d., the limit of$250 shown for B. This provision 5. (Medical Payments) does daily loss of earnings is replaced by$500. not apply if Section I - Coverage C Medical Payments is excluded either by the 6. NEWLY FORMED OR ACQUIRED provisions of the Coverage Part or by ORGANIZATIONS endorsement. Paragraph 3.a. of Section II -Who Is An Insured C. Paragraph 1.a.(3)(b) of Section I -Coverage is deleted and replaced by the following: C - Medical Payments, is replaced by the following: Coverage under this provision is afforded only until the end of the policy period or the next (b) The expenses are incurred anniversary of this policy's effective date after you and reported to us within acquire or form the organization, whichever is three years of the date of the earlier. accident; and 7. LIBERALIZATION CLAUSE 4. NON-OWNED WATERCRAFT If we adopt a change in our forms or rules which A. If endorsement CG 21 09, CG 21 10, CG 24 would broaden coverage for contractors under 50, or CG 24 51 is attached to the policy, this endorsement without an additional premium Paragraph A. 2. g. (2) (b) is replaced by the charge, your policy will automatically provide the following: additional coverages as of the date the revision is effective in your state. (b) A watercraft that you do not own that is: 8. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS (i) Less than 50 feet long: and SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS — Paragraph 6. — (ii) Not being used to carry Representations is replaced by the following: persons or property for a charge. 6. Representations B. If Paragraph A. does not apply, Paragraph g. By accepting this policy, you agree: (2) of 2. EXCLUSION under SECTION I — COVERAGES, COVERAGE A — BODILY a. The statements in the Declarations are INJURY AND PROPERTY DAMAGE accurate and complete; LIABILITY is replaced by the following: b. Those statements are based upon (2) A watercraft that you do not own representations you made to us; and that is: c. We have issued this policy in reliance (a) Less than 50 feet long; and upon your representations. (b) Not being used to carry persons or property for a charge. ANIC GL 1187 08 21 Page 5 of 7 The unintentional omission of, or (4) A manager, if you are a limited unintentional error in, any information you liability company. provided to us which we relied upon in issuing this policy will not prejudice your 11. EXPANDED BODILY INJURY rights under this insurance. However, this provision does not affect our right to collect Section V - Definitions, the definition of "bodily additional premium or to exercise our rights of injury" is changed to read: cancellation or nonrenewal in accordance with applicable laws and regulations. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, 9. NOTICE OF OCCURRENCE humiliation, shock, mental anguish or mental injury by that person at any time which results as The following is added to Paragraph 2. of Section a consequence of the bodily injury, sickness or IV - Commercial General Liability Conditions - disease. Duties In The Event of Occurrence, Offense, Claim or Suit: 12. EXPECTED OR INTENDED INJURY Your rights under this Coverage Part will not be Exclusion a. of Section I - Coverage A - Bodily prejudiced if you fail to give us notice of an Injury and Property Damage Liability is "occurrence", offense, claim or "suit" and that replaced by the following: failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not a. "Bodily injury" or "property damage" covered under this Coverage Part. However, you expected or intended from the shall give written notice of this "occurrence", standpoint of the insured. This offense, claim or "suit" to us as soon as you are exclusion does not apply to "bodily aware that this insurance may apply to such injury" or "property damage" resulting "occurrence", offense, claim or"suit." from the use of reasonable force to protect persons or property. 10. BROAD KNOWLEDGE OF OCCURRENCE 13. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 2. of Section IV - Commercial General Liability Conditions - The Transfer Of Rights Of Recovery Against Duties in The Event of Occurrence, Offense, Others To Us Condition (Section IV - Claim or Suit: Commercial General Liability Conditions) is amended by the addition of the following: You must give us or our authorized representative notice of an "occurrence", offense, claim, or "suit" We waive any right of recovery against any only when the "occurrence", offense, claim or person or organization, because of any payment "suit' is known to: we make under this Coverage Part, to whom the insured has waived its right of recovery in a (1) You, if you are an individual; written contract or agreement. Such waiver by us applies only to the extent that the insured has (2) A partner, if you are a waived its right of recovery against such person partnership; or organization prior to loss. (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or ANIC GL 1187 08 21 Page 6 of 7 14. IN REM ACTIONS For the purpose of this coverage only, Section I — Coverage A — Bodily Injury and Property Any action in rem against any vessel owned, Damage Liability 2. Exclusions J. (4.) is operated by or for, or chartered by or for you will deleted. be treated in the same manner as though the action were in personam against you. As respects coverage afforded under Voluntary Property Damage, the following is added to 15. VOLUNTARY PROPERTY DAMAGE Section III—Limits of Insurance: The following is added, Section I—Coverage A— Regardless of the number of insureds, claims or Bodily Injury and Property Damage Liability 1., "suits" brought, or persons or organizations Insuring Agreement: making claims or bringing "suits": We will pay, at your request, for "property 1. Subject to 2. Below, the most we will pay for damage" to property of others while in the care, "property damage" arising from any one custody or control of an insured, arising out of "occurrence" arising out of "property damage your business operations away from your to property of others caused by you and while insured premises for which this policy is written in your care, custody or control is$5,000. and occurring during the policy period. 2. The most we will pay for the sum of all However, the "property damage" must be the "property damage" in an annual policy period result of unintentional damage or destruction but is $10,000. This amount is part of and not in does not include disappearance, theft, or loss of addition to the General Aggregate Limit use. described in Paragraph 2. of Section III — Limits of Insurance. You agree with us that we shall have no duty to defend any claims and/or "suits" for which the only coverage provided is under this coverage extension. Includes copyrighted material of Insurance Services Office, Inc., with its permission ANIC GL 1187 08 21 Page7of7 COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury", "property damage" or "personal added as an additional insured on your policy. and advertising injury" arising out of the Such person or organization is an additional rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services, including: advertising injury"caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, 2. The acts or omissions of those acting on your opinions, reports, surveys, field orders, behalf; change orders or drawings and specifications; or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. However, the insurance afforded to such This exclusion applies even if the claims additional insured: against any insured allege negligence or other 1. Only applies to the extent permitted by law; wrongdoing in the supervision, hiring, and employment, training or monitoring of others by 2. Will not be broader than that which you are that insured, if the "occurrence" which caused required by the contract or agreement to the "bodily injury" or "property damage", or the provide for such additional insured. offense which caused the "personal and advertising injury", involved the rendering of or A person's or organization's status as an the failure to render any professional additional insured under this endorsement ends architectural, engineering or surveying when your operations for that additional insured services. are completed. CG 20 33 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 2. "Bodily injury" or "property damage" occurring C. With respect to the insurance afforded to these after: additional insureds, the following is added to a. All work, including materials, parts or Section III—Limits Of Insurance: equipment furnished in connection with The most we will pay on behalf of the additional such work, on the project (other than insured is the amount of insurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf of the additional have entered into with the additional insured; insured(s) at the location of the covered or operations has been completed; or 2. Available under the applicable limits of b. That portion of "your work" out of which the insurance; injury or damage arises has been put to its intended use by any person or organization whichever is less. other than another contractor or This endorsement shall not increase the subcontractor engaged in performing applicable limits of insurance. operations for a principal as a part of the same project. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 33 12 19 % Alaska National .y INSURANCE COMPANY DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All Projects. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I — Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I — Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, except General Aggregate Limit shown in the damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the "products- applicable Designated Construction Project completed operations hazard", and for medical General Aggregate Limit. expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 Page 1 of 2 Alaska National INSURANCE COMPANY B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard" is "occurrences" under Section I — Coverage A, and provided, any payments for damages because of for all medical expenses caused by accidents "bodily injury"or"property damage" included in the under Section I — Coverage C, which cannot be "products-completed operations hazard" will attributed only to ongoing operations at a single reduce the Products-completed Operations designated construction project shown in the Aggregate Limit, and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned and under the General Aggregate Limit or the then restarted, or if the authorized contracting Products-completed Operations Aggregate parties deviate from plans, blueprints, designs, Limit, whichever is applicable; and specifications or timetables, the project will still be 2. Such payments shall not reduce any deemed to be the same construction project. Designated Construction Project General E. The provisions of Section III — Limits Of Insurance Aggregate Limit. not otherwise modified by this endorsement shall continue to apply as stipulated. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By © Insurance Services Office, Inc., 2008 CG 25 03 05 09 Page 2 of 2 Alaska National t --j INSURANCE COMPANY BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Various provisions in this endorsement restrict SECTION IV — Business Auto Conditions, coverage. Read the entire policy carefully to Paragraph A. 5. — Transfer of Rights of Recovery determine rights, duties, and what is and is not Against Others To Us is amended to include: covered. 5. Transfer of Rights of Recovery Against Throughout this policy, the words "you" and "your" Others to Us refer to the Named Insured shown in the Declarations. The words "we", "us", and "our" refer to This condition does not apply to any the company providing this insurance. person(s) or organization(s) to the extent that subrogation against that person or Other words and phrases that appear in quotation organization is waived prior to the "accident" marks have special meaning. Refer to SECTION V— or the "loss" under a contract with that person DEFINITIONS in the Business Auto Coverage Form. or organization. The coverages provided by this endorsement apply SECTION II — COVERED AUTO LIABILITY per "accident" and, unless otherwise specified, are COVERAGE, Paragraph A.2.a. (2) —Supplementary subject to all of the terms, conditions, exclusions and Payments is replaced by the following: deductible provisions of the policy, to which it is attached. (2) Up to $10,000 for cost of bail bonds (including bonds for related traffic law SECTION II — COVERED AUTO LIABILITY violations) required because of an COVERAGE, Paragraph A.1. Who Is An Insured is "accident" we cover. We do not have amended to include: to furnish these bonds. d. Any "employee" of yours while operating SECTION II — COVERED AUTO LIABILITY an "auto" hired or rented under a COVERAGE, Paragraph A.2.a. (4) —Supplementary contract or agreement in an "employee's" Payments is replaced by the following: name, with your permission, while performing duties related to the conduct (4) All reasonable expenses incurred by of your business. the "insured" at our request, including actual loss of earnings up to $500 a e. Any person or organization for whom you day because of time off from work. have agreed in writing to provide insurance such as is afforded by this Coverage Form, but only with respect to liability arising out of the ownership, maintenance or use of"autos" covered by this policy. If such person or organization has other insurance then this insurance is primary to and we will not seek contribution from the other insurance. ANIC CA 1150 10 13 Page 1 of 4 AiI:* . Alaska National INSURANCE COMPANY C. "Loss" caused by falling objects or SECTION II — COVERED AUTO LIABILITY missiles. COVERAGE, Paragraph A.2.c. —Voluntary Property Damage is added as follows: However, you have the option of having glass breakage caused by a covered "auto's" c. Voluntary Property Damage collision or overturn considered a "loss" under Collision Coverage. At your written request, we may make a voluntary payment for Property Damage Glass Repair—Waiver of Deductible caused by an "insured", but without liability to a third party, up to $25,000. We No deductible applies to glass breakage, if will not make a Voluntary Property the glass is repaired rather than replaced. Damage payment to anyone who is an "insured" under this policy. SECTION III — PHYSICAL DAMAGE COVERAGE, Paragraph A.4.a. — Transportation Expenses is SECTION III — PHYSICAL DAMAGE COVERAGE, replaced by the following: Paragraph A.2. —Towing is replaced by the following: a. Transportation Expenses Towing We will pay up to $200 per day to a We will pay up to $500 for towing and labor maximum of $1,500 for temporary costs incurred each time a covered "auto" transportation expense incurred by you that is a: because of the total theft of a covered "auto"that is a: a. Private passenger; (1) Private passenger; b. Truck; (2) Truck; c. Pick-up truck; (3) Pick-up truck; d. Panel ; or (4) Panel; or e. Van (5) Van type vehicle under 20,000 lbs. of Gross Vehicle Weight is disabled. However, the type vehicle under 20,000 lbs. of Gross labor must be performed at place of disablement. Vehicle Weight. We will pay only for those covered "autos"for which you carry SECTION III — PHYSICAL DAMAGE COVERAGE, either Comprehensive or Specified Paragraph A.3. — Glass Breakage — Hitting a Bird for Causes of Loss Coverage. We will pay or Animal — Falling Objects or Missiles is replaced temporary transportation expenses by the following: incurred during the period beginninggs4 48 hours after the theft and ending, Glass Breakage—Hitting a Bird or Animal regardless of the policy's expiration, —Falling Objects or Missiles when the covered "auto" is returned to use or we pay for its"loss". If you carry Comprehensive Coverage for the damaged covered "auto", we will pay the following under Comprehensive Coverage: a. Glass Breakage; b. "Loss" caused by hitting a bird or animal; and ANIC CA 1150 10 13 Page 2 of 4 Alaska National t INSURANCE COMPANY (2) Specified Causes of Loss only if the SECTION III — PHYSICAL DAMAGE COVERAGE, Declarations indicate that Specified Paragraph A.4.b. — Loss of Use Expenses is Causes of Loss Coverage is provided replaced by the following: for the "auto" withdrawn from service; or b. Loss of Use Expenses— Hired, Rented, (3) Collision only if the Declarations or Borrowed Automobiles indicate that Collision Coverage is provided for the "auto" withdrawn We will pay expenses for which an from service. "insured" becomes legally responsible to pay for loss of use of a vehicle hired, SECTION III — PHYSICAL DAMAGE COVERAGE, rented or borrowed without a driver under Paragraph A.4.d. — Airbag Coverage is added as a written rental contract or agreement. follows: We will pay for loss of use expenses, if caused by: d. Airbag Coverage (1) Other than Collision, only if the We will pay for the cost to repair, replace, Declarations indicate that or reset an airbag that inflates for any Comprehensive Coverage is provided reason other than as a result of a for the vehicle withdrawn from collision, if the Declarations indicate that service. the covered "auto" has Comprehensive Coverage or Specified Causes of Loss (2) Specified Causes of Loss only if the Coverage. Declarations indicate that Specified Causes of Loss Coverage is provided SECTION III — PHYSICAL DAMAGE COVERAGE, for the vehicle withdrawn from Paragraph A.4.e. — Rental Reimbursement service. Coverage is added as follows: (3) Collision only if the Declarations e. Rental Reimbursement Coverage indicate that Collision Coverage is provided for the vehicle withdrawn We will pay up to $75 per day for rental from service. reimbursement expenses incurred by you for the rental of an "auto" because of However, the most we will pay for any "loss"to a covered "auto"that is a: expenses for loss of use is$200 per day, to a maximum of$1,500. (1) Private Passenger; SECTION III — PHYSICAL DAMAGE COVERAGE, (2) Truck; Paragraph A.4.c. —Non-Transportation Loss of Use Expenses is added as follows: (3) Pick-up truck; c. Non-Transportation Loss of Use (4) Panel; or Expenses (5) Van We will pay up to $2,000 for non- transportation expense incurred by you, type vehicle under 20,000 lbs. of Gross because of "loss" to a covered "auto", if Vehicle Weight. Payment applies in caused by: addition to the otherwise applicable amount of each coverage you have on a (1) Other than Collision, only if the covered "auto". No deductibles apply to Declarations indicate that this coverage. Comprehensive Coverage is provided for the"auto"withdrawn from service; ANIC CA 1150 10 13 Page 3 of 4 Li& Alaska National INSURANCE COMPANY (1) We will pay only for those expenses SECTION IV — BUSINESS AUTO CONDITIONS — incurred during the policy period Paragraph B.5.b. — Other Insurance is replaced by beginning 24 hours after the "loss" the following: and ending, regardless of the policy's expiration, with the lesser of the b. For Hired Auto Physical Damage following number of days: Coverage, the following are deemed to be covered "autos"you own: (a) The number of days reasonably required to repair or replace the (1) Any covered "auto" you lease, hire, covered "auto". rent, or borrow; and (b) 30 days. (2) Any covered "auto— hired or rented by your "employee" under a contract (2) This coverage does not apply while in that individual "employee's" name, there are spare or reserve "autos" with your permission, while available to you for your operations. performing duties related to the conduct of your business. (3) The Rental Reimbursement Coverage described above does not However, any "auto" that is leased, hired, apply to a covered "auto" that is rented or borrowed with a driver is not a described or designated as a covered covered "auto". "auto" on Rental Reimbursement Coverage Form CA 99 23. SECTION V — DEFINITIONS — Paragraph C. — SECTION IV — BUSINESS AUTO CONDITIONS — "Bodily injury" is replaced by the following: Paragraph B.2. — Concealment, Misrepresentation Or Fraud is amended by adding Unintentional Failure C. "Bodily injury" means bodily injury, sickness or to Disclose Hazards at the end of Paragraph B.2. as disease sustained by a person including death or follows: mental anguish resulting from any of these. Mental anguish means any type of mental or Unintentional Failure to Disclose Hazards emotional illness or disease If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By ©Insurance Services Office, Inc., 2009 ANIC CA 1150 10 13 Page 4 of 4 Alaska National INSURANCE COMPANY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from a written contract that requires you to obtain this anyone liable for an injury covered by this policy. We agreement from us.) will not enforce our right against the person or organization named in the Schedule. (This agreement This agreement shall not operate directly or indirectly applies only to the extent that you perform work under to benefit any one not named in the Schedule. SCHEDULE Any person or organization for whom the Insured has agreed by written contract to furnish this waiver. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. 6 Countersigned By WC 00 03 13 (04 84) Exhibit D Spokane ,,0, ValleY BOND NO: 2355350 CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley, Spokane County, Washington, has awarded to Senske Lawn and Tree Care,Inc (Contractor),as Principal,a contract for the construction of the project designated as JANITORIAL AND EVENT SERVICES AGREEMENT Parks and Trails,Project No.24-095 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 Swiss Re Corporate Solutions America Insurance Corporation (Surety), a corporation, organized under the laws of WA 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$ 975,008.13 total Contract amount(including Washington State sales tax),subject to the provisions herein. This performance bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made,at the time and in the manner therein specified;shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract, the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(CONTRACTOR) SURE Se d Tree Care,Inc Z S iss Solutions America Insurance Corporation .4r6/3/2024 ! . ignature Date Sure attirei Date S .CS William T.Krumm401 ii;ir ' Printed Namh Printed Name t3 E AL (3 ce \c M M O.l\O. e(` Attorney-in-Fact =: 4 1473� Title Title :9s+o�-T,�J am^ •-• '"� Name,address,and telephone of local office/agent of Surety Company is: Arthur J.Gallagher Risk Management Services,LLC 2850 Golf Road, Rolling Meadows,IL 60008 630-773-3800 Updated February 9,2023 Spokane k .s'ialley. BOND NO: 2355350 CONTRACTOR'S PAYMENT BOND(NON-FEDERALLY FUNDED PROJECT) to City of Spokane Valley,Washington The City of Spokane Valley, Spokane County, Washington,has awarded to Senske Lawn and Tree Care,Inc (Contractor),as Principal,a contract for the construction of the project designated as JANITORIAL AND EVENT SERVICES AGREEMENT Parks and Trails,Project No.24-095 in Spokane Valley,Washington,and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal, and Swiss Re Corporate Solutions America Insurance Corporation (Surety), a corporation organized under the laws WA 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 S 975,008.13 total Contract amount(including Washington State sales tax),subject to the provisions herein. This payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW,including all workers,laborers,mechanics, subcontractors,and materialmen,and all persons who shal l supply such contractor or subcontractor with provisions and supplies for the carrying on of such work; and shall indemnify and hold harmless the Obligee from all loss,cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments;and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIP L(CO ACTOR) UR TY, Sen k Care,Inc // 2 Z wi R , rat S lutions America Insurance Corporation r 9 3/20244„�„N�,4,a, Pri a Signature Date Su • e D ••: 4'b An fS William T.Kntmm r�.S EAL. Printed Name t Printed Name f{� ��A •• 1973 � A U'l G Y\a 7 e_c Attorney-in-Fact i 9.•y�"+ Title r Title *�'"'� , Name,address,and telephone of local office/agent of Surety Company is: Arthur J.Gallagher Risk Management Services,LLC 2850 Golf Road, Rolling Meadows,IL 60008 630-773-3800 Updated February 9,2023 State of Illinois H County of Cook SS. U W z On this 3rd day of June in the year two thousand twenty four before me, Christina Laurendi, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared William T. Krumm, known to me to be the duly authorized Attorney-in-fact of Swiss Re Corporate z Solutions America Insurance Corporation and the same person whose name is subscribed to the within instrument as the Attorney-in-fact of said Company, and the said William T. Krumm, duly acknowledged to me that he subscribed the CD name of Swiss Re Corporate Solutions America Insurance Corporation and thereto as Surety and his own name as Attorney-in-fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal o the day and year in this Certificate first above written. >- V c 3,:AI co 5/17/2028 Notary Public in and for Christina Laurendi County, State of Dupage, Illinois OFFICIAL SEAL pt �.�� CHRISTINA M. LAURENDI Notary Public,State of Illinois Commission No.990949 ��/lei My Commission Expires May 17,2028 IMMIIIIIIINIIIIIIIIIMIIIIIIIIIIIIIIMIIIIIIIIIIIIIIIIIIIMIIIIMMIIIIIIIIIIIIIIIII SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute,and appoint:William T.Krumm Principal: Senske Lawn and Tree Care,Inc Obligee: The City of Sppookane Valley Bond Description: JANITORIAL ANT)EVENT SERVICES AGREEMENT Parks and Trails Bond Number. 2355350 Band Amount:Sec Bond Form Its true and lawful Attorney(s)-in-Fact,to make,execute,seat and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION(S50 000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 9'h of May 2012: "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ,,�, a ;rwaS:40 '}j'_.. s cs'GaP R,��F;.= Erik Janssens.Stnior 49tc Prt+i,lML arSRCSAfC&:Kaki 1'kclPrrsiJrnlorSRCRI•iC - nL _ SEA sue: r m= SEAL 11 ,,�% 1973 ` _ - Br 4-'4 lgssou9'> 00.. - s'''''''-41ssoel' r?a Gerald Jrrara,,,ki.Vki President or SRCSAIC&Vitt Presldroio(SRCSPIC IN WITNESS WHEREOF.SRCSAIC and SRCSPIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 10TH day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook R On this 10TH day of NOVEMBER ,20 22 ,before me,a Notary Public personally appeared Erik ianssens,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Gerald Jagrowski,Vice President of SRCSAIC and Vice President of SPCSPIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed vftheir respective companies. --C7.FFI6ZAC SEAL CHRISTWA MANISOO NOTARY Yusuc.SATEOFI.a.Jt tlt r/z pdntakbloo EXDGes laan tt 2a.2016 t}p� c/,ua� Nscry I,Jeffrey Goldberg the duly elected,$enior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 3rd day of Jnoe ,2024. Jeffrey Goldberg,Senior Vice President& Assistant Secretary of SRCSAIC and SRCSPIC Wzshinglm state DeyzNnmt d Labor&Industries(https://Ini.wa.goov/) Contractors SENSKE LAWN &TREE CARE INC Owner or tradesperson 400 N Quay St Principals KENNEWICK,WA 99336 SENSKE,CHRISTOPHER,PRESIDENT 509-374-5003 BENTON County WAREHIME,DANIEL P,VICE PRESIDENT HURST,NATHAN RICHARD,CHIEF EXECUTIVE OFFICER TAYLOR,CASEY,CHIEF EXECUTIVE OFFICER SENSKE,CATHERINE A,AGENT Doing business as SENSKE LAWN&TREE CARE INC WA UBI No. Business type 600 124 706 Corporation Governing persons CHRISTOPHER SENSKE CATHERINE A SENSKE; DANIEL WAREHIME; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. SENSKLT117PT Effective—expiration 10/30/1989—02/13/2025 Bond .............. American States Insurance Co $12,000.00 Bond account no. 67S000589 Received by L&I Effective date 05/07/2012 04/20/2012 Expiration date Until Canceled Insurance Alaska National Insurance Co $1,000,000.00 Policy no. 23AP512454 Received by L&I Effective date 01/27/2023 01/28/2023 Expiration date 01/28/2024 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts ............. ........._......... No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations ................................................. No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent No active Washington registered apprentices exist for this business.Washington allows the use of apprentices registered with Oregon or Montana.Contact the Oregon Bureau of Labor&Industries or Montana Department of Labor &Industry to verify if this business has apprentices. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 156,937-00 Doing business as SENSKE LAWN&TREE CARE LLC Estimated workers reported Quarter 3 of Year 2023"Greater than 100 Workers" L&I account contact TO/RAJ LUKE(360)902-5535-Email:LUKE235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. 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 & Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 12/06/2023 Violations Inspection no. 317976775 Location 1924 South Post Street Spokane,WA 99223 Inspection results date 09/07/2022 No violations Inspection no. 317969988 Location 410 N Quay St Kennewick,WA 99336 Inspection results date 11/05/2020 Violations Inspection no. 317960797 Location 1101 S 28th Ave Yakima,WA 98902 Spokane 40,•16 1ley BOND NO: 2355350 CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley, Spokane County, Washington, has awarded to Senske Lawn and Tree Care,Inc (Contractor),as Principal,a contract for the construction of the project designated as JANITORIAL AND EVENT SERVICES AGREEMENT Parks and Trails,Project No.24-095 in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with chapter 39.08 Revised Code of Washington(ROW). The Principal, and Swiss Re Corporate Solutions America Insurance Corporation (Surety), a corporation, organized under the laws of WA 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$ 975,008.13 total Contract amount(including Washington State sales tax),subject to the provisions herein. This performance bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made,at the time and in the manner therein specified;shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(CONTRACTOR) SURE Sens l L nd Tree Care,Inc ,q / S 'ss Solutions America Insurance Corporation G — —/ 6/3/2024 • ci Signature Date Sure attire D" S Feacs William T.Krumm o .,} Printed Nam Printed Name s , S EAL ( .(\.cc� c t M own o,9 Q�'— Attorney-in-Fact Title Title �s !saou • M.. Name,address,and telephone of local office/agent of Surety Company is: Arthur J.Gallagher Risk Management Services,LLC 2850 Golf Road, Rolling Meadows,IL 60008 630-773-3800 Updated February 9,2023 Spokane ,�,, Valley BOND NO: 2355350 CONTRACTOR'S PAYMENT BOND(NON-FEDERALLY FUNDED PROJECT) to City of Spokane Valley,Washington The City of Spokane Valley, Spokane County, Washington,has awarded to Senske Lawn and Tree Care,Inc (Contractor),as Principal,a contract for the construction of the project designated as JANITORIAL AND EVENT SERVICES AGREEMENT Parks and Trails,Project No.24-095 in Spokane Valley,Washington,and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal, and Swiss Re Corporate Solutions America Insurance Corporation (Surety), a corporation organized under the laws WA 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$ 975,0013 total Contract amount(including Washington State sales tax),subject to the provisions herein. This payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW,including all workers,laborers,mechanics, subcontractors,and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work; and shall indemnify and hold harmless the Obligee from all loss, cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments;and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIP (CO CTOR) Se k Care,Inc Z wi lutions America Insurance Corporation 1 3/2024 ,�,,, Signature Date S e Dr jOe"R' .... nkt 5?-ea s William T.Knunm :G L Printed NamePrinted Name lE b E A :oil ' C�v�C,�Q�11 Attorney-in-Fact +,s 1so. .. Title l Title #N"""" Name,address,and telephone of local office/agent of Surety Company is: Arthur J.Gallagher Risk Management Services,LLC 2850 Golf Road, Rolling Meadows,IL 60008 630-773-3800 Updated February 9,2023 State of Illinois } SS: County of Cook 0 a u. z On this 3rd day of June in the year two thousand twenty four before me, j. Christina Laurendi, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared William T. Krumm, a known to me to be the duly authorized Attorney-in-fact of Swiss Re Corporate z Solutions America Insurance Corporation and the same person whose name is g subscribed to the within instrument as the Attorney-in-fact of said Company, and 2 the said William T. Krumm, duly acknowledged to me that he subscribed the p name of Swiss Re Corporate Solutions America Insurance Corporation and J thereto as Surety and his own name as Attorney-in-fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal O z the day and year in this Certificate first above written. v Q >- IIII CY /\ \,3 V—)1 5/17/2028 Notary Public in and for Christina Laurendi County, State of Dupage, Illinois OFFICIAL SEAL -1t CHRISTINA M. LAURENDI � _Notary Public, State of Illinois DI( . _ • Commission No.990949 �i ,� My Commission Expires j' May 17,2028 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the.City of Kansas City,Missouri,and.SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute,and appoint:William T.Krumm Principal: Senske Lawn and Tree Care,Inc Obligee: The City of Spokane Valley Bond Description: JANITORIAL AND EVENT SERVICES AGREEMENT Parks and Trails Bond Number: 2355350 Bond Amount:See Bond Form Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety;on contracts of suretyship as are or may be required or pennitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION(SS0,000,00000)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 9a'of May 2012: "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the.Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile;and any such.Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." 410145 Air 44%,,� ara�.�j; p r',�y Ii, 'gam;:p(�P.....�. '=s y r�y0�',.DµP O R,�l �y,4_ Erik Janssens,Seeder Vice President of SRCSAIC At Senior Vita President of SRCSPIC 4 F way F 4 :iai SEAL �_ i SEAL = "'" ' g _ s 1973 N.SDI , spa Ns,,pba¢ B�• ,��''.,y% ISSSyOV!¢�, ���.,,�`, ISssyou0 y e GeraldJagrorski,Vice President of SRCSAIC&Vice President ofSRCSPIC 4 r, S/11ll1l�,fl �''a yr�4S1/Ii; te"a IN WITNESS WHEREOF.SRCSAIC and SRCSPIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 10TH day of NOVEMBER ,20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook 0 On this 10TH day of NOVEMBER ,20 22 ,before me,a Notary Public personally appeared Erik Janssens,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Gerald Jagrowski,Vice President of SRCSAIC and Vice President of SRCSPIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL CHRISTINA MANISCO NOTARY WBl1C.STATE OF SLOWS kly cannllion ea 18.20 p' a ue` ,....4Ae I,Jeffrey Goldberg,the dulyelected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 3rd day of June ,2024 , Jeffrey Goldberg,Senior Vice.President& Assistant Secretary of SRCSAIC and SRCSPIC