Loading...
09-222.00 Senske Lawn & Tree CareAGREEMENT FOR PARK MAINTENANCE SERVICES Senske Lawn & Tree Care THIS AGREEMENT is made by and between the City of Spokane Valley, a code City of the State of Washington, hereinafter "City" and Senske Lawn & Tree Care hereinafter "Contractor," jointly referred to as "parties." IN CONSIDERATION of the terms and conditions contained herein the parties agree as follows: 1. Work to Be Performed. The Contractor shall do all work and furnish all labor, tools, materials, supplies and equipment for the park maintenance (hereinafter "work") in accordance with, and as described in Exhibit I Bid Package which includes the (Scope of Work, Instruction to Bidders, Bid Response Documents and Specifications), which are by this reference incorporated herein and made part hereof ("Contract Documents"), and shall perform any changes in the work in accord with the Contract Documents. The CONTRACTOR shall, for the amount set forth in the Contractor's bid proposal attached hereto, assume and be responsible for the cost and expense of all work required for constructing and completing the work and related activities provided for in the Contract Plans and Contract Documents, except those items mentioned therein to be furnished by the City of Spokane Valley. The City Manager, or designee, shall administer and be the primary contact for Contractor. Prior to commencement of work, Contractor shall exercise best efforts to contact the City Manager or designee to review the scope of work, schedule, and time of completion. Upon notice from the 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 Plans, Contract Documents, City and State standards. Contractor acknowledges review of the Contract Plans and Contract Documents and accepts the same. Contractor shall exercise best efforts, including the selection of the highest quality materials, so that all work performed shall be in compliance with current related industry standards. 2. Term of Contract. This agreement shall be in full force and in effect beginning January 1, 2010, and shall remain in effect for one year, with six (6) one-year renewal options which may be exercised by the Parks and Recreation Director until completion of all contractual requirements. Renewals, if any, shall coincide with the calendar year. Either party may terminate this agreement with a minimum of ninety (90) days' written notice at any time during a contract term. In the event of such termination, the City shall pay the Contractor for all work previously authorized and satisfactorily performed prior to the termination date. 3. Compensation. The City agrees to pay the Contractor $560,532.25 inclusive of sales tax at then current rate, as full compensation for everything done or provided under this agreement. 4. Payment. The Contractor shall be paid monthly in an amount that represents one-twelfth (1/12"i) of the yearly contract amount. Payments are to be sent to the City no later than the 5"' day of each month. Agreement for Construction Services Page 1 of 6 Coq-'Z22 4. Payment. The Contractor shall be paid monthly in an amount that represents one-twelfth (1/12`x') of the yearly contract amount. Payments are to be sent to the City no later than the 5°i day of each month. The City reserves the right to withhold payment under this agreement for that portion of the work or materials which are determined in the reasonable judgment of the Parks and Recreation Director or designee to be noncompliant with the Contract Plans, Contract Documents, or City or State standards or ordinances. In such an event, the undisputed amount owed by the City shall be timely paid. Any dispute over withheld payment shall be resolved in a timely manner. Notice. Notice shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Senske Lawn & Tree Care Phone Number: (509) 921-1000 Phone Number: 509-532-7892 Address: 11707 East Sprague Ave., Suite 106 Mobile: 509-370-1002 Spokane Valley, WA 99206 Address: 71 15 E. Cataldo Spokane Valley, WA 99212 6. Applicable Laws and Standards. The parties, in the performance of this agreement, agree to comply with all applicable Federal, State and local laws, and City ordinances and regulations. 7. Prevailing Wages on Public Works. Unless otherwise required by law, if this contract is for a "public work" which is defined as "work, construction, alteration, repair or improvement other than ordinary maintenance executed at the cost of the City," the following provision applies: This agreement provides for the construction of a public work and a payment of prevailing wages according to Washington law. All workers, laborers or mechanics shall be paid a prevailing rate of wage that is set forth in an Exhibit to this agreement. Before any payment may be made to Contractor a "Statement of Intent to Pay Prevailing Wages" must be submitted to the City. Following final acceptance of the public works project, the Contractor and each subcontractor shall submit an "Affidavit of Wages Paid" before retained funds will be released to the Contractor. The affidavit must be certified by the industrial statistician of the Department of Labor and Industries. 8. Relationship of the Parties. It is hereby understood, agreed and declared that the Contractor shall be an independent Contractor and not the agent or employee of the City, that the City is interested in only the results to be achieved, and that the right to control the particular manner, method and means of the work is solely within the discretion of the Contractor. Any and all employees who provide services to the City under this agreement shall be deemed employees of the Contractor. The Contractor shall be solely responsible for the conduct and actions of all its employees under this agreement and any liability that may attach thereto. 9. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by the Contractor under this agreement are and shall be the property of the City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 10. 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 the Contractor's records with respect to all Agreement for Construction Services Page 2 of 6 matters covered in this contract. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to snake audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. IL Warranty. Unless provided otherwise in the Contract Plans or Contract Documents, Contractor warrants all work and materials performed or installed under this contract are free from defect or failure for a period of one (1) year following final acceptance by the City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned to the City. In the event a defect or failure occurs in work or materials, the Contractor shall within the warranty period remedy the same at no cost or expense to the City. 12. Contractor to Be Licensed and Bonded. The Contractor shall be duly licensed and bonded by the State of Washington at all times this agreement is in effect. 13. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation. Contractor's maintenance of insurance as required by the agreement 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. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) from CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an 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 equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: Agreement for Construction Services Page 3 of 6 1. Automobile Liability insurance with a minimum combined single lit-nit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $3,000,000 general aggregate and 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. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. Cancellation of Consultant's insurance shall be governed by either: a. the policy shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty days' prior written notice by certified mail, return receipt requested, has been given to the City, or b. the Consultant shall provide at least 30 days' prior written notice by certified mail, return receipt requested of a cancellation. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Evidence of Coverage. As evidence of the insurance coverages required by this contract, the Contractor shall furnish acceptable insurance certificates to the City at the time the Contractor returns the signed contract. The certificate shall specify all of the parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self- insured retentions, and/or self-insurance. 14. 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. 15. Bonding Requirements. Contractor shall provide for the following items prior to the initiation of the contract: a. Performance and Payment Bond shall be 100% of annual contract amount. 16. Indemnification and Hold Harmless. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this agreement, except for injuries and damages caused by the sole negligence of the City. Agreement for Construction Services Page 4 of 6 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 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 the agreement. 17. 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. 18. 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. 19. Jurisdiction and Venue. This agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 20. Arbitration. All disputes arising under this agreement shall be resolved through arbitration pursuant to State law. Rules for arbitration shall be those prescribed by the American Association of Arbitration. 21. Entire Agreement. This written agreement constitutes the entire and complete agreement between the parties, and supercedes any prior oral or written agreements. This agreement may not be changed, modified, or altered, except in writing and signed by the parties hereto. 22. Anti-kickback. No officer or employee of the 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 frotn any person with an interest in this agreement. 23. Business Registration. Prior to commencement of work, Contractor shall register with the City as a business. 24. Severability. If any section, sentence, clause or phrase of this agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this agreement. 25. Exhibits. Exhibits attached and incorporated into this agreement are: 1. Bid Package 2. Insurance Certificates Agreement for Construction Services Page 5 of 6 sirry(w ikoa~ne PO Wley- 49;00 Parks and Recreation Department 2426 N. Discovery Place ♦ Spokane Valley, WA 99216 509.688.0300 ♦ Fax: 509.688.0188 ♦ parksandrec@spokanevalley.org BID TABULATION - Park Maintenance Contract BID OPENING DATE - October 16, 2009 N 11:00 a.m. SUBMITTAL REQUIREMENTS Vo , l ir, airs s Co~a 9oo~ 9oo~ QG di 9 a id ~a ~a ~c ~d ir G7j G7j eG, 7 s d~`i 7C o ~ ~ 9a os C VV Lump Sum 2; a o O 'Qo'pP!,`j0 PA O ne 6 O Si incid sa 1 sales tax) a a ? (including ) BIDDERS Senske Lawn & Tree Care ✓ ✓ ✓ ✓ J ✓ J $560,532.25 z TruGreen ✓ ✓ ✓ ✓ ✓ ✓ no $640,597.00 3 Four Seasons ✓ ✓ ✓ ✓ cashier's check $629,373.00 4 5 6 7 8 Bid Response Documents 8 4k, p e ..~Valley 6611167 BONI) NO: CONTRACTOR'S PERFORMANCE AND PAY-WENT BOND TO DUAL OBLIGEES KNOW ALL MEN BY THESE PRESENTS, that Senske Lawn & Tree Care, Inc. (Contractor), as Principal, and First National Insurance Company of America (Bonding Company), as Surety, aco ration of Washington rpo whose principal office is located at 1001 4th Ave. Suite 1700 - Seattle, WA 98154 are firmly bound unto the State of Washington and the City of Spokane Valley, a political subdivision the State of Washington, as Obligees, to fulfill the obligations of the Principal and the Surety under the Contract to which reference is hereafter made, in the amount o f $ 560,532.25*** (including Washington State sales tax) for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, Principal has by written Proposal dated 10 -16 - 0 9 offered to enter into a Contract with the City of Spokane Valley for Contract No, _ pursuant to the terms and conditions set forth in the Contract Documents dated NOW, THEREFORE, the condition of this obligation is such that if the Principal shall faid"Iy perform all the provisions of the Contract on its part, and pay all laborers, mechanics, subcontractors and material suppliers, and all persons who supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and nzde=Ei and hold harmless the Obligees from all loss, cost or damage which it may suffer by reason of the failure to do any of the foregoing, then this obligation shall be null and void; otherwise it shall remain in full force and effect. All persons who have furnished labor, materials or supplies for use in and about the work provided for in the Contract shall have a direct right of action under this bond, to the extent and in the manner set fords in RCW 39.08. The said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terns of the Contract or to the WORK to be performed thereunder or the SPECTFMCATTONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the WORK or to the SPECIFICATIONS. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. SIGNED AND SEALED THIS 16th DAYOF November YEAR 2009 First National Insurance Company of America Senske Lawn & Tree Care, Inc. TY 'P ignature Signature Pamela L. Thurman TyrcdNsme Attorney In Fact Title (SEAL) 22 •d Chris Senske Typed Name -P111123 Title OOZE 13C63SH-I dH WHTZt6 6002 9n inn L1hC1'ty' POWER First National Insurance Company of America 1001 4th Avenue mutiAl OF ATTORNEY Suite 1700 Seattle, WA 98154 No. 372 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ***************PATRICIA BALL; ANDY EMERICK; JACQUELINE F. HERNANDEZ; CHARLES E. HUDON; PAMELA L. THURMAN; JOHANNA E. ZERB; Pasco, WA****************************************************************** As true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 21 st day of March , 2009 PAX* Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 16th day of November , 2009 1-~ X* R, k, I Dexter R. Legg, Secretary S-1049/DF 3/09 WEB PDF ACORD CERTIFICATE OF LIABILITY INSURANCE 1DATE 1/16/2 09) PRODUCER (509) 545-3800 FAX (509) 547-7960 Conover Insurance, Inc. (P) 1804 W. Lewis St. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 2528 Tri-Cities, WA 99302 INSURERS AFFORDING COVERAGE NAIC # INSURED Senske Lawn & Tree Care, Inc & Avodah, LLC INSURERA: General Insurance Co. 24732 Senske Lawn & Tree Care, Inc of Idaho INSURERB: American Economy 19690 Senske Pest Control, Inc & Senske LawnLife INSURERc: American States Ins. Co. 400 North Quay INSURER D: Kennewick, WA 99336 INSURER E: nnv0oAC0c . 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY 02CE2070771 01/28/2009 01/28/2010 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 200 , 000 CLAIMS MADE OCCUR MED EXP (Any one person) $ 10 , 000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO LOC JECT AUT OMOBILE LIABILITY 02CE9953846 01/28/2009 01/28/2010 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) B X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY 01SU4112951 01/28/2009 01/28/2010 EACH OCCURRENCE $ 1,000,000 X OCCUR F-1 CLAIMS MADE AGGREGATE $ 1,000,000 C $ DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATION AND 02CE2070771 01/28/2009 01/28/2010 WC STATU- X OTH- TORY LIMITS FIR EMPLOYERS' LIABILITY EMPLOYERS LIABILITY E.L. EACH ACCIDENT $ 1,000,00( A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,00( If yes. describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,00( OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Respects Maintenance Contract lanket Add'l Insured CG8674(12/07), Waiver of Subro CG2404(10/93) & Per Project Agg CG2S03(03/97) ran-11T - - f ANCFI I ATI(1N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Spokane Valley 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, c/o Public Works Dept. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Sprague #106 11707 E OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. . Spokane Valley, WA 99206 AUTHORIZED REPRESENTATIVE - - _ > ~ Brad Toner/TEREZA - - ACORD 25 (2001108) FAX: 509.688.0037 ©ACORD CORPORATION 1988 CONTRACT PROVISIONS FOR: PARK MAINTENANCE CONTRACT Spokane Valley Parks and Recreation Department Spokane Valley, WA Issued for Bidding Date: September 25, 2009 S' Poka~►~ jUalley CITY OF SPOKANE VALLEY CONTRACT PROVISIONS FOR PARK MAINTENANCE CONTRACT SPCITY OF:an~~ ,;oOUalley Pre-Bid meeting/facility inspection will be held 8:30 AM, Friday, October 2, 2009 Bids are due 11:00 AM, Friday, October 16, 2009 Michael D. Stone, Parks and Recreation Director CenterPlace, 2426 N. Discovery Place, Spokane Valley, WA 99216 Website: www.spokanevalley.org Email: parksandrec@spokanevalley.org Park Maintenance Contract Spokane Valley Parks and Recreation Department TABLE OF CONTENTS PART 1 - INTRODUCTION PAGE Invitation for Bid PART 2 - GENERAL INFORMATION Instruction to Bidders .....................................................................................................1 Special Conditions .........................................................................................................5 General Conditions .......................................................................................................8 PART 3 - BID RESPONSE DOCUMENTS Bid Proposal 1 Representations and Certifications 2 Bidder's Administrative Information 3 Bidder Qualification Statement 4 Bidder Compliance Certification 6 Bid Deposit Checklist 6 Bid Deposit Surety Bond Form 7 Contractor's Performance and Payment Bond 8 PART 4 - SPECIFICATIONS 1.0 Overview 1 1.1 Objective 1 1.2 General Information 1 1.3 Minimum Mandatory Requirements 1.4 One General Contractor 2 2.0 Contract Expectations 2 2.1 Contractor to Provide Materials and Supplies 3 2.2 Contractor Responsible for all Support Facilities 3 2.3 Contract Term 4 2.4 Customer Service 4 2.5 Lost and Found 4 2.6 Maintenance Schedule 4 2.7 Service Levels Subject to Change 5 2.8 Uniforms 5 2.9 Background Checks 5 2.10 Work Orders ...........................................................................................................5 2.11 Exclusions ..............................................................................................................5 3.0 Scope of Work ........................................................................................................5 3.1 Developed Park Properties to be Maintained ...........................................................5 3.2 Medians and Rights of Ways (ROW) ......................................................................6 3.3 Undeveloped Land ...................................................................................................6 3.4 Routine Tasks .6 3.5 Periodic/Seasonal Tasks 6 3.6 Special Events 7 4.0 Minimum Recommended Vehicles and Equipment 7 5.0 Submittal Information ..8 5.1 Bidder Requirements 8 5.2 Contractor Responsibilities 8 5.3 Subject to Verification 9 5.4 Bidder's Responsibilities 9 6.0 Pre-Bid Meeting & Tour 10 6.1 Questions 10 6.2 Right to Award 10 6.3 Severability 10 7.0 Grounds and Facilities Maintenance Listing 10 8.0 Estimated Quantities and Frequencies 12 9.0 Representative Maintenance Standards 24 PART 5 - APPENDIX Appendix A - Proposed Park Maintenance Contract Appendix B - State Prevailing Wage Rates S#6kodailne ~ jUalley. PART I - INTRODUCTION PARK MAINTENANCE CONTRACT AMENDED PUBLIC NOTICE FOR INVITATION TO BID CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT CENTERPLACE 2426 N. DISCOVERY PLACE SPOKANE VALLEY, WA 99216 Notice is hereby given that the City of Spokane Valley, Washington will accept sealed bids for Spokane Valley Parks and Recreation Department Park Maintenance Contract. The City of Spokane Valley is requesting Bids for two types of maintenance under one contract. The first is the complete vegetation maintenance of parks, open space, recreation playing fields, medians, rights-of way, trails (including the Centennial Trail), parking lots, walkways and other facilities and buildings operated by the Parks and Recreation Department. General expectations include mowing, trimming, edging, raking, sweeping, washing, spraying for pests and weeds, aerating, fertilizing, watering, litter control, snow removal of parking and walkways, graffiti eradication, playground inspection, restroom and facility cleaning, storage of picnic benches and trash receptacles, and forestry operations such as trimming, removal or spraying in order to maintain healthy trees and shrubbery on Park and Recreation property. The second type of maintenance includes playground maintenance, repair and installation; minor facility repair such as painting, plumbing, carpentry and masonry and other work as may be determined. Some locations require basic water sample collection. The contractor would be responsible to supply all labor, materials and supplies necessary to fulfill the terms of this contract. The above is not all inclusive, but is representative of what is expected to be a comprehensive maintenance contract. Interested and qualified landscape maintenance contractors who have successfully demonstrated their ability to provide similar services at comparable facilities are invited to submit a bid. The City of Spokane Valley recognizes the complexity of this bid and the challenge in quantifying all tasks. All questions and comments will be reviewed and changes/addendums will be posted on the City website. Hard copies will be mailed upon request. Copies of the bid packet including instructions, qualifications and specifications can be obtained at the Spokane Valley Parks and Recreation Department office located at CenterPlace, 2426 N. Discovery Place, Spokane Valley, Washington 99216, Monday through Friday from 8:00 a.m. to 5:00 p.m. A non- refundable $50.00 deposit is required. All bids must be accompanied by a bid deposit in the form of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five percent (5%) of the amount of the bid proposed. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non-responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City of Spokane Valley City Clerk, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than Friday, October 16, 2009, 11:00 a.m. local time. Bid openings will be held immediately thereafter and read aloud in the council chambers at Spokane Valley City Hall at the address listed above. The City retains the right to reject any and all bids and to waive minor irregularities in the bidding process. Christine Bainbridge, CMC Spokane Valley City Clerk (509) 688-0177 Publish: September 25, October 2, 2009 S#dkoaqjne~ ,;o*Valleys PART 2 - GENERAL INFORMATION PARK MAINTENANCE CONTRACT General Information 1 INSTRUCTION TO BIDDERS 1.01 CONTRACTOR REGISTRATION: Contractors bidding this project must be registered in the State of Washington in accordance with Chapter 18.27 of the Revised Code of Washington. Bidders must be qualified by experience, and financing to do the work called for in the plans and specifications. The Owner reserves the right to take whatever action it deems necessary, in ascertaining the ability of the bidder to perform the work satisfactorily. Bidders must show their State of Washington Contractor's license number on their bid form. In addition, bidders must verify that subcontractors and/or specialty contractors submitting sub-bids are also licensed in the State of Washington, as required by RCW 39.06. 1.02 EXAMINATION OF DOCUMENTS: Each Bidder shall thoroughly examine and be familiar with the Contract Documents. Submission of a Bid shall constitute an acknowledgment upon which the Owner may rely that the Bidder has thoroughly examined and is familiar with each of the Contract Documents. The failure or neglect of a Bidder to receive or examine any Contract Document or any part thereof shall in no way relieve it from the obligations with respect to its Bid or to the Contract. No claim for additional compensation shall be allowed which is based upon a lack of knowledge of any Contract Document. 1.03 EXAMINATION OF THE SITE(S): Each bidder shall thoroughly examine and be familiar with the project site(s), its improvements, available utilities and the material. Submission of a proposal shall constitute an acknowledgment upon which the Owner may rely that the Bidder has thoroughly examined and is familiar with the site(s), its improvements and the Contract Documents. The failure or neglect of a bidder to fully familiarize itself with the site(s) shall in no way relieve it from any obligations with respect to its proposal or the contract. No claim for additional compensation will be allowed which is based upon lack of knowledge of the site(s) and its improvements. 1.04 QUALIFICATION OF BIDDERS: No bid for a public work may be tendered or considered or contract executed for a public work with any bidder (person or entity) that has a determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b) by the Washington State Departments of Employment Security, Labor And Industries or Revenue respectively dated within two years from the date that a violation is finally determined and the date of this bid opening. Upon City request, the apparent low bidder shall, after 10 days notification, provide evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work. Bidders must be qualified by experience, and financing to do the work called for in the plans and specifications. The Owner reserves the right to take whatever action it deems necessary and reasonable, to ascertain the ability of the bidder to perform the work satisfactorily. A responding bidder must meet the minimum requirements as described in the Bidder Qualifications Statement in the Bid Response Documents. 1.05 SUBCONTRACTORS: Refer to special conditions section for requirements. 1.06 CONTRACTOR'S BOND: The Contractor will be required to pay for and file an annual Performance Bond and Payment Bond to the STATE OF WASHINGTON AND THE CITY OF SPOKANE VALLEY (dual obligees) which will always be, at a minimum, equal to one hundred percent (100%) of the annual contract price including sales tax and all additions, deletions or extensions in time. Any additions, deletions or extensions in time shall not relieve a surety of its liability in any manner General Information 2 whatsoever. The bond is to insure faithful and complete performance of the contract and payment of all taxes and obligations to laborers and materialmen arising from the project. The bond shall be executed by a Surety Company acceptable to the City of Spokane Valley. The Performance Bond and Payment Bond shall remain in effect for the tern of the contract. . 1.07 ADDENDA TO THE INVITATION TO BID: Any prospective bidder desiring an explanation or interpretation of the bid documents, must request the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective bidders before the submission of their bids. All official clarifications or interpretations of the bid documents will be by written addenda issued by the City of Spokane Valley. Clarifications given during the bidding process by the city to bidder's questions will be considered informal and unofficial. The City shall not be held responsible for oral interpretations. Should any discrepancies or omissions be found in the bid specifications, or doubt as to their meaning, the bidder shall at once notify the City in writing. The City will issue written instructions or addenda as required to all interested parties. All addenda issued shall be incorporated into the contract. Each bid shall include specific acknowledgment of receipt of all addenda issued, if any, during the bidding period. Failure to acknowledge receipt may result in the bid being rejected as not responsive. Space is provided in the bid to make such acknowledgments. 1.08 PREPARATION OF PROPOSAL: The Bidder shall submit their bid properly executed on the forms furnished. Only amounts and information asked for on the bid forms will be considered as the bid. Each bidder shall bid upon the work exactly as specified and as provided in the bid form. The bid prices shall include all items of labor, material, equipment, tools, overhead and compensation, supplies, taxes (except Washington State Sales Tax), utilities and other incidentals necessary to complete all of the work. The bid shall be typed or filled out in ink. Numerical bid prices can be typed or printed in clean legible figures. When required in the bid, the alternate bid and unit bid prices shall be in both words and figures. If such be the case, then the words shall govern in the event of discrepancies between words and figures and unit price shall govern in the event of discrepancies between unit price and extensions. The bid shall be signed by the bidder or a representative of the bidder that has the legal authority to commit the bidder to a contractual agreement. Bids submitted by corporations shall be signed by the officer or officers having authority to sign them. If a bidder is a copartnership, the proposal shall be signed by an authorized member of the copartnership. When the bidder is a joint venture, the proposal shall be signed by one or more individuals as authorized by the Joint Venture. If the City should so require, evidence of legal authority to sign shall accompany the bid or be on file with the City. The City expects the bidders to anticipate no increases in the compensation over the life of the contract and bid it as such. Any requested increase must be approved by the City. Sign at the end of pages where indicated. The signature certifies that the information on that page is true and correct. Failure to do so can be cause for disqualification of the bid. Each proposal shall include specific acknowledgment of receipt of all Addenda issued, if any, during the bidding period. Failure to acknowledge receipt may result in the proposal being rejected as not responsive. Space is provided in the proposal to make such acknowledgments. General Information 3 1.09 SUBMISSION: Submit only the Bid Response Document. Do not include any other parts or copies of the bid manual. Complete information shall be submitted detailing special equipment, appurtenances, accessories, components, and labor required for completion of this contract. Any units not conforming to bidders exact specifications may be rejected and it will be the responsibility of the manufacturer and/or bidder to conform to the requirements unless deviations have been specifically cited by the bidder and acceptance made on the basis of the exception. 1.10 PREPARATION OF ENVELOPE: Each proposal shall be sealed in an opaque envelope, which has been clearly marked in the upper left corner with the words "Bid Proposal By" followed by the name and address of the bidder. In the lower left corner of the envelope the bidder shall write out the opening date of "October 16, 2009" or as amended, and name of the bid "Park Maintenance Contract". 1.11 TAXES: The City of Spokane Valley is required to pay Washington State Sales Tax on all purchases and contracts. Sales tax should be added as a separate item only, not to be included in the price. All bidders whether inside or outside the state of Washington shall show the tax rate applicable to this bid. All taxes payable by the City as a result of this contract are considered part of the bid evaluation. Washington State tax is payable by the City direct to the state of Washington on awards made to out-of- state contractors who do not have a Washington State Sales Tax number. If you have any questions concerning the appropriate rate call the Washington State Department of Revenue. It shall be the contractor's responsibility to furnish Federal Excise Tax Exemption Certificate, when applicable. 1.12 COMPLETENESS OF PROPOSAL: Each bidder shall bid on all items in the bid proposal. Alternative, additive, or deductive prices will not be considered unless specifically required in the proposal form. Additional technical data furnished by a bidder, but not required by the Contract Documents, may at the Owner's option be considered a part of the proposal to the extent that it is supplementary to, is consistent with and not contrary to the Contract Documents. 1.13 CONTENTS OF PROPOSAL FORMS: The bid proposal form invites bids on definite plans and specifications. The plans, specifications and addenda relating to the project referred to in the proposal shall be considered to be part of the proposal. 1.14 CHANGES TO THE PROPOSAL: A change to the bid proposal already received will be considered only if the changes are received prior to the last call for bids. All changes shall be made in writing, executed and submitted in the same form and manner as the original proposal. 1.15 WITHDRAWAL OF PROPOSAL: Each bid proposal shall constitute an offer to the Owner as outlined therein and shall be irrevocable after the last call for bids. Any bidder may withdraw its proposal by giving written notice to the Owner at the place such proposals are to be received and at any time prior to the last call for bids. After the last call for bids, bids may not be withdrawn, unless such execution is delayed due to acts of the Owner, for a period exceeding forty-five (45) days after the last call for bids except at the Owner's option. General Information 4 1.16 POSTPONEMENT OF OPENING: The owner reserves the right to postpone the date and time last announced for receiving proposals and such postponement may be made at any time prior to the last call for bids. The Owner will give written or telephonic notice of any such postponement to each party to whom Contract Documents have been issued, followed by issuance of an addendum confirming the changing of the announced date and time for receiving proposals. 1.17 DELIVERY OF PROPOSAL: Oral, telegraphic or telephonic bids or oral modifications will not be considered (this includes telecommunications such as facsimile machine). It is the sole responsibility of the bidder to ensure that its proposal is received on time and at the proper location. The bidder is solely responsible for ensuring that its bid is forwarded or delivered where specified, how specified, and when specified. The City of Spokane Valley will not assume responsibility for any delay in U.S., City, or any other delivery service resulting in a bid being received late. 1.18 OPENING PROPOSALS: At the time and place last announced for receiving proposals and after the last call for bids, each bid, which has been received, except those, which have been properly withdrawn, will be opened. 1.19 EVALUATION OF BIDS: In evaluating the proposals, special attention will be paid to the qualifications of the bidders when considering awarding the contract. The Owner reserves the right to waive minor irregularities or informalities in any or all proposals. The City of Spokane Valley reserves the right to reject any or all bids, portion or parts thereof and to waive all minor irregularities in bidding. 1.20 REJECTION OF PROPOSALS: The Owner reserves the right to reject any or bids. Without limiting the generality of the foregoing, the owner may reject any Bid which is incomplete, not responsive, obscure or irregular, any Bid which omits a bid on any items for which bids are required, any Bid which omits unit prices if unit prices are required, any Bid in which unit prices are unbalanced in the opinion of the owner and any Bid from a Bidder which has previously failed to perform satisfactorily or to complete on time construction or delivery of any nature. Bidders are herewith notified that all bids are likely to be rejected if the lowest responsive bid received exceeds the projects estimate by an unreasonable amount or the budget by any amount. If all bids are rejected for either of these reasons, the project may be deferred and bid again when more competitive conditions exist. Any item(s) not conforming to Bidder's exact specifications may be rejected and it will be the responsibility of the Manufacturer and/or Bidder to conform to the requirements unless deviations have been specifically cited by the Bidder and acceptance made on the basis of the exception. If the bidder whose Bid is accepted fails, neglects or refuses to furnish an executed copy of the contract, Performance and Payment Bond and Insurance Certificate or Insurance Policies within 10 calendar days as herein provided, such Bidder shall not be the lowest responsive Bidder and its Bid shall be rejected and declare the Bidder's Bid Bond forfeited. The Owner may then select the lowest responsive Bidder and deliver a Notice of Award to such lowest responsive Bidder. Within sixty (60) days after the last call for bids, the owner may act either to accept a Bid or to reject all proposals. Failure of the owner to accept a Bid within the said time, or such additional time, as the apparent lowest responsive bidder shall agree to extend its Bid, shall constitute rejection of all proposals. General Information 5 1.21 ACCEPTANCE OF BID: Acceptance and award of contract, when made by the City, will be to the lowest responsible bidder. Unsuccessful bidders will not automatically be notified of results. The acceptance of a proposal will be evidenced by a Notice of Award in writing signed by a duly authorized official of the owner and delivered to the bidder whose proposal is accepted, in the manner provided for written notices. No other action or notice shall constitute acceptance of a proposal. The Notice of Award shall not entitle the Bidder to any contractual or other remedies against the owner. No proposal shall be binding upon the owner until a contract has been properly executed by the Contractor and Owner. 1.22 AWARD OF BID: Bid award does not itself constitute a contract. The bidder will have ten (10) days from the date of the notice of award, exclusive of the day of notice, to provide: 1) a signed copy of the Parks Maintenance Agreement; and 2) a Contractor's Bond (Performance and Payment Bond) with the duly authorized signatures affixed thereto; and 3) certificate of insurance (Public Liability and Property Damage insurance) in the specified amounts and with the following additional insured endorsement: "City of Spokane Valley, its officers, agents and employees are named as an additional insured with respects to this project". The certificate holder will be City of Spokane Valley C/O Public Works Department, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, WA 99206. Upon satisfactory fulfillment of these requirements, approval by the City Council, and contract signature by the City Manager the contract will be considered to be executed and a written Notice To Proceed will be issued. 1.23 ADDITIVE/DEDUCTIVE ALTERNATES: The City shall have the right to accept Alternates and/or Additives in any order or combination, unless otherwise specifically provided and to determine the low Bidder on the basis of the sum of the Base Bid and the Alternates/Additives accepted. 1.24 WAGE RATES AND EMPLOYMENT: This contract is considered a public works contract. Bidders shall acquaint themselves with conditions affecting Federal/State labor rates and impending negotiations for labor agreements. The successful bidder shall complete and file State of Washington, Department of Labor And Industries, Statement of Intent to Pay Prevailing Wages on Public Contract form and shall familiarize itself with all its requirements. The successful bidder shall also be responsible for and pay all costs pertaining to the processing of these forms as part of this contract. The bidder is solely responsible for determining the applicable labor classification(s) and utilizing the appropriate and correct prevailing wage and benefit rate(s) in submitting its bid based on these specifications. SPECIAL CONDITIONS 2.01 EQUIPMENT/MATERIAL: The City reserves the right to waive or take exception to the specifications if it be to the greatest advantage or best interest of the City of Spokane Valley. 2.02 DEFINITIONS: Whenever the term "owner", "purchaser" or "city" appears in this document it shall be understood to mean the City of Spokane Valley, a municipal corporation of the State of Washington. The term "contractor", "seller" or "vendor" refers to the second party of the contract. 2.03 PROVISIONS: The Contractor in the performance of the agreement will comply with all applicable Federal, State, and local laws, ordinances and regulations, including O.S.H.A. and W.I.S.H.A. and those pertaining to civil rights. All laws of the State of Washington relating to contracts for public General Information 6 works shall be a part of this contract with the same effect as if each were fully set forth herein. Specific reference, without limitation, is made to: R.C.W. 39.04 relating to Public Works R.C.W. 39.06 relating to registration, licensing, of contractors. R.C.W. 39.08 relating to Contractor's Bond. R.C.W. 39.12 relating to prevailing rate of wage. R.C.W. 49.28 relating to hours of labor. R.C.W. 50.24 relating to unemployment contributions by employers. R.C.W. 51.16 relating to Workmen's Compensation Premium. R.C.W. 60.28 relating to retained percentage for benefits of laborers, materials, men and the State of Washington. 2.04 PREVAILING WAGES: The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of this contract shall be in accordance with the provisions of chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wages for the locality or localities where this contract will be performed as determined by the industrial statistician of the Department of Labor and Industries, are incorporated by reference as a part of the Contract. Inasmuch as the Contractor will be held solely responsible for determining the correct labor classification(s) and paying the correct and proper prevailing wages and benefits, it is imperative that the Contractor familiarize itself with the current wage and benefit rates before submitting bids based on these specifications. A copy of the prevailing wage schedule is in the Appendix. The Contractor is responsible for all fees resulting from these RCW's. The State of Washington Department of Labor and Industries issues revised wage schedules twice per year (every 6 months) which become effective approximately the first of March and the last of August. The wage schedule that will apply to this bid will be the schedule in effect at the time and date of the actual bid opening (the published date including any changes made through the issue of addenda). Therefore the bidder is cautioned to be mindful that addendum changing the bid opening date could make the enclosed schedule obsolete. The bidder should obtain a current schedule from the Washington State Department of Labor and Industries if there is any question. In the preparation of its bid, based on these specifications, the bidder is solely responsible to: 1) use the schedule in effect at the bid opening date and time; and 2) determine the appropriate labor classification(s); and utilize the appropriate and correct prevailing wage and benefit rate(s). 2.05 NON-DISCRIMINATION: During the performance of this contract, the Contractor and its subcontractors shall not discriminate in violation of local, state or federal law on the basis of race, religion, color, age, sex or national origin or the presence of any sensory, mental or physical handicaps in employment or application for employment or in the administration or delivery of services or any other benefits under the contract except to the extent permitted by bona fide occupation qualifications. 2.06 SAFETY: The successful bidder shall comply with all applicable laws, ordinances, rules and regulations of any public authority for the safety or persons and property, including requirements of the Washington Industrial Safety and Health Administration per the Washington Administrative Code (WAC) 296-24. 2.07 PERMITS AND FEES: The contractor shall furnish all other permits, inspection fees, and fees required in the performance of this contract, including those charged under RCW 39.12, as amended, by the Department of Labor and Industries for the approval of statements of intent to pay prevailing wages General Information 7 and the certification of affidavits of wages paid, etc. The department may also charge fees to persons or organizations requesting the arbitration of disputes under RCW 39.12 as amended. The Contractor is responsible for all fees resulting from these RCW's. 2.08 RELATIONSHIP OF THE PARTIES: It is intended that an independent relationship will be created by this agreement. The City is interested only in the results to be achieved, and the conduct and control of all services of work will lie solely with the Contractor. No agent, employee, servant or otherwise of the Contractor shall be or shall be deemed to be an employee, agent, servant or otherwise of the City for any purpose, and the employees of the Contractor are not entitled to any of the benefits that the City provides for City employees. The Contractor will be solely and entirely responsible for its acts and for the acts of its agents, employees, servants, subcontractor, or otherwise during the performance of his contract. In the performance of the services herein contemplated, the Contractor is an independent contractor with the authority to control and direct the performance and details of the work, the City being interested only in the results obtained; however, the work contemplated herein must meet the approval of the City pursuant to the provisions of the agreement under which the services and work were let to the Contractor. 2.09 SUBMISSION OF POST BID INFORMATION: If the Proposal Form provides for quotation of a lump sum bid or bids for all or parts of the work, the Bidder whose bid is accepted shall furnish to the Owner within 7 days after delivery of Notice to Award a detailed Lump Sum Bid breakdown in the form and to the extent required by the Owner, together with a designation of the work to be performed by his own forces. This breakdown should be arranged in a format matching the Specifications as closely as possible so that the breakdown can also be used in a progress payment schedule guide. The cost breakdown must be subdivided in the same manner, as the project manual index is subdivided and must include additional cost subdivisions for mechanical and electrical subcontractors. The total of the items in each such breakdown shall equal the lump sum bid. Bidder whose bid is accepted shall furnish to the Owner within 7 days after delivery of Notice of Award a list of all names of subcontractors or other persons or organizations (including those who are to furnish materials and equipment fabricated to a special design) proposed for all portions of work. Arrange this statement into a format matching the specifications arrangement as closely as possible. Bidder will be required to establish to satisfaction of the Owner the reliability and responsibility of proposed subcontractors to furnish and perform the work described in the sections of the Project Manual pertaining to such proposed subcontractors' respective trades. Prior to award of contract, Owner will notify bidder in writing if the Owner, after due investigation, has receipt of such notice of objection, Contractor will replace such person or organization with a new subcontractor, as approved by Owner. Subcontractors and other persons and organizations proposed and accepted and shall not be changed except with written approval of Owner. 2.10 ASSIGNMENT: The Contractor may not, without the prior written approval of the City of Spokane Valley, assign, sublet or transfer in whole or in part its interest in this project. 2.11 TERMINATION: Contract(s) resulting fro►n this bid may be terminated in whole or in part under the following conditions: by mutual written agreement, by the City for breach by the bidder of any of the obligations or requirements set forth in the contract documents which would, at the option of the City, require the bidder to assume liability for any and all damages, including the excess of re-procuring similar products or services, or by the City for non-appropriation of funds. General Information 8 2.12 INSURANCE: The successful bidder shall pay for and provide insurance with coverage's that meet all terms and conditions of the contract bid and/or award. The insurance requirements are found in the draft proposed Parks Maintenance Agreement, Appendix A. 2.13 ESTIMATED QUANTITIES: When quantities are estimated they are not to be construed as firm or guaranteed. 2.14 USE OF RECYCLED CONSTRUCTION MATERIAL: Materials used in this project should be recycled or reused materials whenever practicable, however such use must be approved by the city. Any recycled or reused material must meet or exceed the specifications set forth in the construction documents. GENERAL CONDITIONS GENERAL PROVISIONS 1.01 In the event of conflicts or discrepancies among the contract documents, precedence shall be given in the following order: 1. Change Orders; and 2. Agreement; and 3. Addenda; and 4. Notice to Proceed; and 5. Notice of Award; and 6. Specifications; and 7. Drawings; and 8. The provisions of Spokane Valley; and 9. The bid proposal of the contractor 1.02 The apparent silence or omission of the Contract Documents as to any detail, of any work to be done or materials to be furnished and required for the proper performance of the work, shall be regarded as meaning that the best general practice is to prevail, and that material and workmanship of the best quality are to be used, and interpretation of the Contract Documents shall be made upon this basis. CONTRACTOR 2.01 The contractor will be licensed and registered with the State of Washington and the City of Spokane Valley. 2.02 If the Contractor fails to visit the work site and familiarize itself with the local conditions, it shall still be held to knowledge of such condition had a visit been made. 2.03 State Sales Tax: Spokane Valley is subject to the payment of Washington State Sales Tax on all purchases. 2.04 State Taxes: The Washington Department of Revenue has issued special rules designed to assist the Contractor in accurately reporting to the Department of Revenue the Contractor's tax liability. Although the Owner may furnish information in the specification regarding the application of state taxes to a particular contract or bid item, it shall be the contractor's responsibility as to the correct interpretation of General Information 9 the laws and regulations relating to such taxes. Adjustments will not be made in the amount to be paid by the Owner under the contract because of any misunderstanding by the contractor as to the Contractor's liability for, or the amount of, any taxes. If the contractor is in doubt as to the tax procedures in any particular case, the Contractor shall consult with the Washington State Department of Revenue, Taxpayer Information & Education Section. 2.05 The Contractor shall furnish sufficient forces, construction plant and equipment, and shall work such hours, including night shifts and overtime operations, as may be necessary to insure the prosecution of the work in accordance with the most recently approved schedules. If the Contractor falls behind in the schedule(s), the Contractor shall take such steps as may be necessary to improve its progress by increasing the number of shifts, overtime operations, days of work and the amount of construction plant, all without additional cost to Owner. 2.06 The Contractor is an independent contractor and not the agent or employee of the Owner, as set forth in the proposed Parks Maintenance Agreement in Appendix A. The Contractor agrees to defend, indemnify and hold the Owner and the Owner's Consultant(s), as set forth in the proposed Parks Maintenance Agreement in Appendix A. ADMINISTRATION OF THE CONTRACT 3.01 Before any payments will be made the following must be in the possession of the Spokane Valley Parks and Recreation Works Department in proper form and in accordance with the contract documents: 1) A current list of subcontractors (if requested by Owner); and 2) Statement of Intent to Pay Prevailing Wages, certified by the Washington State Industrial Statistician (Owner's copy), from the Contractor and each and every Subcontractor, who has work represented on a payment application; and 3) A copy of the Certification of Insurance or Certificates or Policy(ies) (when requested); and 4) A Contractor's Bond (Performance and Payment Bond). Each application for payment submitted by the Contractor shall contain a certification which states "Prevailing wages have been paid in accordance with the pre-filed statement or statements of intent to pay prevailing wages on file with the City of Spokane Valley". An example of the certification which is to appear on each payment application submitted by the Contractor for payment follows: "CERTIFICATE I certify that wages have been paid in accordance with the Statement(s) of Intent to Pay Prevailing Wages previously certified and filed pursuant to this contract. By: Date: 91 General Information 10 ADDITIONAL CONDITIONS 4.01 The prevailing rate of wages and benefits to be paid to all workmen, laborers, or mechanics employed in the performance of this contract shall be in accordance with the provisions of chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wages for the locality or localities where this contract will be performed as determined by the industrial statistician of the Department of Labor and Industries, are incorporated by reference as a part of the Contract. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that the Contractor familiarizes itself with the current wage rates before submitting bids based on these specifications. 4.02 It is the responsibility of the Contractor to insure that the appropriate labor classification(s) are identified and that the applicable wage and benefit rates are taken into consideration when preparing any bids according to the specifications or paid if awarded a contract. Sp6koane ary ,;oOValleyo PART 3 - BID RESPONSE DOCUMENTS PARK MAINTENANCE CONTRACT BID RESPONSE DOCUMENTS Bid Response Documents 1 BID PROPOSAL PROJECT TITLE: Park Maintenance Contract NAME OF FIRM SUBMITTING BID: Each bid shall constitute an offer to the City of Spokane Valley as outlined herein and no bidder may withdraw his bid after the hour set for the bid closing except under the conditions explained in the Information to Bidders Section. RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date Addendum No. Date REJECTION: The City reserves the right to reject any or all proposals, portions or parts thereof and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50% retainage in lieu of furnishing a Contractor's Bond (Performance And Payment Bond). SUBMITTAL: The "Bid Response Documents" Section constitutes the Bid Proposal when completed and submitted. Please do not submit the entire Invitation to Bid manual. FREIGHT: Bid price(s) to include all freight costs to the job site. BID PRICES: All bid prices are for a 12 month maintenance cycle. In submitting a price the bidder acknowledges they are aware of all requirements outline in this bid package. LUMP SUM BASE BID: Park Maintenance Contract - 12 Month Maintenance Cycle LUMP SUM BASE BID = $ 8.7% SALES TAX = $ TOTAL LUMP SUM BASE BID = $ REPRESENTATIONS AND CERTIFICATIONS Bid Response Documents 2 ANTI-KICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this submittal, shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor, service, or other thing of value from or to any person involved in this submittal. REPRESENTATION: In submitting this bid we represent that the bid documents have been read and understood, that the site has been visited and or that we have familiarized ourselves with the local conditions under which the work is to be performed, that by signature of this proposal we acknowledge all requirements and that we have signed all certificates contained herein. REPRESENTATION: In submitting this bid we acknowledge the requirements and conditions applicable to bid deposits in the form of a cash bid deposit or surety bond bid deposit. I CERTIFY that no final determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b) has been made by the Washington State Departments of Employment Security, Labor And Industries or Revenue respectively dated within two years of the date of the opening of this bid. I understand further that no bid may be submitted, considered or contract awarded for a public work to any person or entity that has a determination of violation of the above referenced statutes within two years from the date that a violation is finally determined and the date of this bid opening. I CERTIFY that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this Firm to a contractual agreement. I realize the final funding for any service is based upon budget levels and the approval of the City of Spokane Valley. Name: Person/Entity submitting bid (print) Signature: Title: Date: BIDDER'S ADMINISTRATIVE INFORMATION 1. PERSON/ENTITY a. Name as registered with the State Of Washington: b. Physical Address: c. Mailing Address including zip code: d. Remit To Address including zip code: e. Telephone number including area code: f. Fax number including area code: g. E-mail address for business correspondence: h. Washington State Contractors License Number: i. Federal Tax Identification Number: j. Washington State UBI Number: k. State Industrial Account Identification Number: 2. INSURANCE COMPANY: a. Name of company: b. Mailing Address including zip code: c. Insurance Agent Name: d. Insurance Agent Telephone number including area code: e. Insurance Agent Fax number including area code: 3. BONDING COMPANY: a. Surety Name: b. Surety Mailing Address including zip code: c. Bonding Agent Name: d. Bonding Agent Mailing Address including zip code: e. Bonding Agent Telephone number including area code: f. Bonding Agent Fax number including area code: Bid Response Documents 3 Bid Response Documents 4 BIDDER QUALIFICATION STATEMENT The following statements of experience, personnel, equipment, and general qualifications of the Bidder are submitted with the assurance that the owner can rely on its accuracy and truthfulness. If more space is required for your answers please attach a continuation sheet(s) to the corresponding bid response page referencing the item number. 1. The company must have a minimum of 3 years of service/experience in the provision of landscape maintenance services similar in nature and scope to those described within this document. Include length of service, number of acres, number size and type of facilities maintained, and other pertinent information. 2. Provide documentation that the company has a previous or current successful contract(s) with a minimum of 100 acres of service area. Representative work should include experience or capabilities in all aspects of turf management; irrigation system installation, operation and maintenance; restroom cleaning and maintenance; playground inspection, installation and maintenance; tennis court, volleyball court and softball field maintenance; litter control; hard surface trail or sidewalk maintenance; natural surface trail maintenance; herbicide and pesticide control; general facilities cleaning and maintenance; and unimproved areas maintenance. Include length of service, number of acres, number size and type of facilities maintained, and other pertinent information. 3. Company must demonstrate knowledge and compliance of federal, state and local laws and regulations including but not limited to pesticide applications licenses and requirements, and all aspects of playground safety and inspection including certification, water protection including Backflow Assembly Tester's Certification, and water testing. Firm is required to have the following certifications on staff at the time the contract is signed: Washington State Department of Health Backflow Assembly Tester Certification; Washington State Department of Agriculture Certified Operator, International Society of Arboriculture Certified Arborist; National Recreation and Park Association, National Playground Safety Institute Certified Playground Safety Inspector. List staff members holding each certification. Bid Response Documents 5 4. Firm must be able to demonstrate at the time of bid submittal that they have at least 1 acre of locked, secure storage and 10,000 sq. ft. of inside storage for storing park and recreation equipment and supplies. 5. Response time is critical to this contract. Successful contractor must be able to demonstrate that their location is within the City of Spokane Valley or be able to respond to any location within the City where work may be needed when called within 30 minutes. Penalties for late responses will be assessed as part of the contract. 6. Successful firm will be required to obtain and maintain a City of Spokane Valley business registration form. 7. List supervisory personnel currently employed by the Bidder and available for work on the contract as follows: Years of Name Title Experience 8. Attach a resume with the qualifications, previous employers, and experience of the project manager who is proposed to be assigned to this project. If a resume is not included in the bid documents the bidder agrees to furnish a resume within 24 hours of notice by the City. 9. Provide references of at least three current or previous clients for same or similar work. Please include names and titles of contacts. BIDDER COMPLIANCE CERTIFICATION PROJECT COMPLIANCE Bid Response Documents 6 In compliance with the request for quotation, bidder hereby proposes to perform all work for this project in strict accordance with the contract documents, within the time set forth therein, and at the prices bid. SPECIFICATION COMPLIANCE The bidder certifies below that his/her bid complies in all respects with the attached specification documents, including the minimum specifications. YES NO BID DEPOSIT FORM OF BID DEPOSIT - CHECK ONE: Please submit this sheet with the bid deposit. CASH. Attach the deposit behind this sheet. SURETY BOND - Attach bid bond behind this sheet. IT IS STRONGLY RECOMMENDED THAT YOU USE THE ATTACHED FORM. Bid Response Documents 7 BOND NO: BID DEPOSIT SURETY BOND FORM NAME OF PROJECT: Park Maintenance Contract NAME OF FIRM: We, as Principal, and as Surety, are held and firmly bound unto the CITY OF SPOKANE VALLEY, a Washington State Municipality, in the penal sum of FIVE PERCENT (5%) OF THE TOTAL AMOUNT BID, for the payment of which we jointly and severally bind ourselves, and our legal representatives and successors. THE CONDITIONS OF THE OBLIGATION are that if the City of Spokane Valley shall make timely award to the Principal according to the terms of the bid documents; and the Principal shall, within ten (10) days after notice of the award, exclusive of the day of notice, enter into the contract with the City of Spokane Valley and furnishes the contractor's bond (performance and payment bond) with Surety satisfactory to the City of Spokane Valley in an amount equal to one hundred percent (100%) of the amount of the bid proposed including Washington State Sales Tax then this obligation shall be null and void; otherwise if the Principal fails to enter into the contract and furnish the contractor's bond within ten (10) days after notice of the award, exclusive of the day of notice, the amount of the bid deposit shall be forfeited to the City; but in no event will the Surety's liability exceed this bond's face amount. SIGNED AND SEALED THIS DAY OF SURETY Signature Typed Name Title (SEAL) YEAR 2009. PRINCIPAL Signature Typed Name Title Bid Response Documents 8 BOND NO: CONTRACTOR'S PERFORMANCE AND PAYMENT BOND TO DUAL OBLIGEES KNOW ALL MEN BY THESE PRESENTS, that (Contractor), as Principal, and (Bonding Company), as Surety, a corporation of , whose principal office is located at . are firmly bound unto the State of Washington and the City of Spokane Valley, a political subdivision the State of Washington, as Obligees, to fulfill the obligations of the Principal and the Surety under the Contract to which reference is hereafter made, in the amount of $ (including Washington State sales tax) for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, Principal has by written Proposal dated offered to enter into a Contract with the City of Spokane Valley for Contract No. pursuant to the terms and conditions set forth in the Contract Documents dated NOW, THEREFORE, the condition of this obligation is such that if the Principal shall faithfully perform all the provisions of the Contract on its part, and pay all laborers, mechanics, subcontractors and material suppliers, and all persons who supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and indemnify and hold harmless the Obligees from all loss, cost or damage which it may suffer by reason of the failure to do any of the foregoing, then this obligation shall be null and void; otherwise it shall remain in full force and effect. All persons who have furnished labor, materials or supplies for use in and about the work provided for in the Contract shall have a direct right of action under this bond, to the extent and in the manner set forth in RCW 39.08. The said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the WORK or to the SPECIFICATIONS. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. SIGNED AND SEALED THIS DAY OF SURETY Signature Typed Name YEAR 2009. PRINCIPAL Signature Typed Name Title (SEAL) Title S CITY OF PART 4 - SPECIFICATIONS PARK MAINTENANCE CONTRACT Specifications 1 1.0 OVERVIEW: The City of Spokane Valley is requesting Bids for the complete maintenance of parks, open space, recreation playing fields, medians, right of ways, trails including the Centennial Trail, parking lots, walkways and other facilities and buildings operated by the Parks and Recreation Department. General expectations include mowing, trimming, edging, raking, sweeping, washing, spraying for pests and weeds, aerating, fertilizing, watering, litter control, snow removal of parking and walkways, graffiti eradication, playground inspection, restroom and facility cleaning, storage of picnic benches and trash receptacles and forestry operations such as trimming, removal or spraying in order to maintain healthy trees and shrubbery on Park and Recreation property. Also includes playground maintenance, repair and installation; minor facility repair such as painting, plumbing, carpentry and masonry and other work as may be determined. Forestry operation includes trimming, removal or spraying in order to maintain healthy trees and shrubbery on park and recreation property. Some locations require basic water sample collection. Additionally this contract includes the supplying of all labor, materials and supplies necessary to fulfill the terms of this contract. The above is not all inclusive but is representative of a comprehensive maintenance contract. All work under this contract is considered a `public works" and is subject to the State prevailing wage rates. This work is currently under contract with Senske until December 31, 2009. Interested and qualified landscape maintenance contractors who have successfully demonstrated their ability to provide similar services at comparable facilities are invited to submit a bid. The City of Spokane Valley recognizes the complexity of this bid and the difficulty in quantifying all tasks. All questions and comments will be reviewed and changes/addendums will be posted on the City website. Hard copies will be mailed upon request. 1.1 Objective: The objective of this contract is to continue the same quality maintenance of our Park and Recreation system as has been demonstrated the past five years. The standard has been set and the City is desirous to maintain the quality of maintenance our citizens have become accustomed to. The successful contractor will provide the range, quality and quantity of services equal to or greater than the existing levels. The bids shall include providing all labor, materials, supplies and other items necessary to provide a complete vegetation management and ordinary maintenance program for the Parks and Recreation Department of the City of Spokane Valley. The Lump Sum Base Bid price shall be inclusive for all labor, materials, equipment, supplies and reimbursable or related expenses, excluding sales tax. 1.2 General Information: The City of Spokane Valley has a population of 89,450 residents and covers a geographic area of over 35 square miles. The City of Spokane Valley was incorporated in March 2003. The Parks and Recreation Department manages over 173 acres of park and open spaces. This currently includes eight city parks, CenterPlace Regional Event Center, a dance hall, a horse arena, three outdoor swimming Specifications 2 pools, open space along the Spokane River and a limited amount of undeveloped park land. Future expansion of the park system is anticipated. The City developed a Parks and Recreation Master Plan in 2005. 1.3 Minimum Mandatory Requirements: 1. Firms submitting must have a minimum of 3 years of service/experience in the provision of landscape maintenance services similar in nature and scope to those described in this RFP. 2. A previous or current successful contract(s) with a minimum of 100 acres of service area is required. Representative work should include experience or capabilities in all aspects of turf management; irrigation system installation, operation and maintenance; restroom cleaning and maintenance; playground inspection, installation and maintenance; tennis court, volleyball court and softball field maintenance; litter control; hard surface trail or sidewalk maintenance; natural surface trail maintenance; herbicide and pesticide control; general facilities cleaning and maintenance; and unimproved areas maintenance. 3. Firm must demonstrate knowledge and compliance of federal, state and local laws and regulations including but not limited to pesticide applications licenses and requirements, and all aspects of playground safety and inspection including certification, water protection including Backflow Assembly Tester's Certification, and water testing. Firm is required to have the following certifications on staff at the time the contract is signed: Washington State Department of Health Backflow Assembly Tester Certification; Washington State Department of Agriculture Certified Operator, International Society of Arboriculture Certified Arborist; National Recreation and Park Association, National Playground Safety Institute Certified Playground Safety Inspector. 4. Firm must be able to demonstrate at the time of bid that they have 1 acre of locked, secured storage and 10,000 sq. ft. of inside storage for storing of park and recreation equipment and supplies available at their facility. 5. Response time is critical to this contract. Successful contractor must be able to demonstrate that their location is within the City of Spokane Valley or be able to respond when called within 30 minutes. 6. Successful firm will be required to obtain a City of Spokane Valley business registration form. 7. Provide verification of all minimum mandatory requirements in the Bid Response Documents. 1.4 One General Contractor: The City's intent is to award this maintenance contract to one general contractor. Therefore, an important consideration will be the ability of Bidders to provide or subcontract all of the skills and equipment necessary to complete all tasks. All subcontracted work will remain the sole responsibility of the general contractor and the general contractor will remain the sole contact with owner. List all known subcontractors. 2.0 CONTRACT EXPECTATIONS: The expectation of the City of Spokane Valley Parks and Facilities Maintenance Contract is to provide safe, clean, attractive facilities Specifications 3 throughout the entire Park and Recreation system. Acceptable standards will produce a level of maintenance that meets or exceeds existing conditions. The contractor will be required to inspect and monitor their own work product. The contractor is expected to guarantee that all maintenance standards as will be agreed upon and set forth in the final contract are met. A representative of the contractor shall communicate or be available for communication on a daily basis on weekdays and be able to be reached on weekends. Expectations include full compliance with all applicable state and local laws and licensing requirements. Where specific standards are not set forth in this proposal, the expectation will be compliance with guidelines set forth by the Professional Grounds Maintenance Society (PGMS) in Operational Guidelines for Grounds Maintenance. When agreed upon by City and Contractor, other industry standards or "best practices" for safe, attractive, well maintained grounds and facilities may be used. Developed (irrigated turf) Park Property shall be maintained to Level 2. Example: Valley Mission Park. Developed (planted & irrigated) Medians and Right of Ways shall be maintained to Level 2. Example Mirabeau Parkway at Mirabeau Meadows Park. Undeveloped Park Properties (not irrigated/natural vegetation) shall be maintained at Level 4. Example: Valley Mission Park South. Informal Landscaping (seeded/non-irrigated, groundcover, etc.) shall be maintained at Level 4. Example: Portions of right of way along Mirabeau Parkway. Natural Areas (excluding trails) to be maintained at Level 6. Except that litter control, hazardous tree removal, repairs due to vandalism shall be on an as-needed basis. Example: Natural area at Mirabeau Point and some portions of Valley Mission, Sullivan, and 100% of Myrtle Point. 2.1 Contractor to Provide Materials and Supplies: Unless specifically stated otherwise and agreed in writing, the contractor is expected to provide all materials and supplies required to execute contract obligations. This will include all chemicals, paper products, light bulbs and tubes for interior and exterior lighting, trash bags, deodorizers, oil and fuel, grass seed, sod, fertilizer, tools, irrigation parts, playground equipment parts, plumbing and electrical supplies for routine repairs, office supplies, and all related items for all aspects of the operation. This includes all preventative maintenance, repairs, emergency repairs, vandalism, storm damage and other acts of nature, or other planned or unplanned operations requiring materials, supplies, or other expenditures. 2.2 Contractor Responsible for all Support Facilities: The City of Spokane Valley will not provide equipment storage, work space or office space as part of this contract. The contractor will be responsible for providing all support facilities at their own location. Contractor is required to have 1 acre of locked, secured storage and 10,000 sq. ft. of Specifications 4 inside storage for storing of park and recreation equipment and supplies available at their facility. 2.3 Contract Term: This work will be awarded to the lowest responsible bidder. The contract term shall be for a period of one (1) year with up to six (6) one-year renewal options which may be exercised by the Parks and Recreation Director. Either party may terminate the contract with a minimum of 90 days written notice directly preceding the end of any contract term. The contract shall commence on or about January 1, 2010. Renewals shall coincide with the calendar year. The contract manager for the City of Spokane Valley shall be the Parks and Recreation Director or his designee. 2.4 Customer Service: There is a high degree of customer service involved in this contract. Customers include the City of Spokane Valley Parks and Recreation Department, the citizens and officials of the City of Spokane Valley, and all visitors to the park facilities. With regard to the Parks and Recreation Department, communication on a daily basis will be required in order to serve the community. The contractor will be expected to perform duties such as cleaning picnic shelters, removing trash before each use and posting reservations in advance. After use tables may need to be added and or damage repaired. At various times, the contractor will be requested to move picnic tables or turn off sprinkler systems or perform similar duties to accommodate visitor use. The contractor shall communicate all problems, customer service issues, questions, etc. on a daily basis with Director. Following reservations or special events, the contractor is to inspect the premises and notify the Director of any damage, excessive litter, etc. that may require the Director to contact the user group. 2.5 Lost and Found: All lost and found items shall to be noted and locked in an agreed upon location. A record of lost and found items shall be submitted to the Director on a routine basis. No lost and found items are to be removed from public property. The City will be responsible for receiving calls and returning items to the public. Items not claimed will be auctioned or otherwise disposed of in a fair and appropriate manner. In no case will the items be returned to the finder unless warranted by law. 2.6 Maintenance Schedule: The park use season shall be considered January 1 - December 31. Active growing season shall be considered March 1 - November 15. This may vary depending on weather/use. During active season, parks require a maintenance presence 7 days/week. Mowing, fertilizing, aerating, watering and similar maintenance operations that impact public use of the facilities are generally required to be performed Monday-Friday between the hours of 6:OOAM and 5PM. Contractor is expected to work around public use and be courteous and respectful to park visitors at all times. Restroom cleaning, picnic shelter cleaning, litter patrol is to be performed Monday-Sunday. Weekend use by the public is extensive and weekend cleaning and other maintenance is a requirement. Park facilities are open and available for public use from 7AM - 10 PM. Certain Parks have time restrictions. Full time crews are needed seven days a week during the active growing season. Specifications 5 2.7 Service Levels Subject to Change: A reasonable attempt has been made to provide an overview of anticipated work in this bid specification. It should be understood by the bidders that the City of Spokane Valley park system is, not static. As service levels increase or decrease, it is expected that ongoing levels of service delivery will be necessary at no additional charge. The contractor's ability and willingness to work in a dynamic system in a unique public/private partnership is critical to the success of this contract. 2.8 Uniforms: Contractor employees are required to be dressed professionally for the landscape industry. Uniform approval will be required by the City. 2.9 Background Checks: Background checks are required for all employees working on this contract. 2.10 Work Orders: The City will continue the practice of having the Contractor provide work orders for all work requested outside this maintenance 2.11 Exclusions: • Major renovation or expansion of facilities • New facilities construction • Asphalt sealing, overlay • Sports court overlay or re-surfacing • Installation of new playground equipment • Sidewalk replacement • Replacement of sewer lift pumps 3.0 SCOPE OF WORK: This scope of work is representative and not intended to be all inclusive. All proposals should include complete maintenance of all parks, facilities, etc. as outlined within these specifications. 3.1 Developed Park Properties to be Maintained: Balfour Park Brown's Park Centennial Trail (within the City of Spokane Valley limits) Castle Park Edgecliff Park Mirabeau Meadows Park CenterPlace Grounds Park Road Pool (Parking Lot and Landscaping only) Sullivan Park Terrace View Park Western Dance Hall (Grounds maintenance) Valley Mission Park & South parking lot Valley Mission Horse Arena and Stables Misc. Hard surface trails Specifications 6 Misc. Natural surface trails 3.2 Medians and Right of Ways Mirabeau Parkway (select areas) Discovery Place Mansfield from Mirabeau Parkway to Discovery Place (select areas) 3.3 Undeveloped Land Valley Mission Park South Myrtle Point Greenacres Park 3.4 Routine Tasks Mowing/Trimming/Edging turf Cleaning restrooms Cleaning picnic shelters Monitoring grounds and facilities and providing recommendations for preventative maintenance Playground safety inspections. Performed weekly from March - November. Monthly from December-February. National Park and Recreation Playground Inspector Certification required. Receiving and Posting reservations at picnic shelters on a weekly basis. Litter pick up Replacing interior and exterior light bulbs Moving picnic tables Emptying garbage cans Ball field maintenance and preparation, including but not limited to watering, dragging, lining, detailing, proper setting of bases and pitchers mounds, removing any irregularities, maintaining level transition at turf to soil interfaces and repairing backstops and fences. Sprinkler system(s) operation and maintenance Natural surface and hard surface trail maintenance 3.5 Periodic/Seasonal Tasks Seeding and/or sod new turf areas Fertilizer application Aeration Spray turf for weed control. Pesticide Applicators License required Edging turf Specifications 7 Spray for pests. Pesticide Applicators License required. Playground inspection (40 hours/week) Sprinkler system installation and repair Sprinkler systems activation (approximately 4/15) Sprinkler systems deactivation (approximately 10/31) Sledding preparations for Valley Mission Park Sledding hill maintenance for Valley Mission Park Mowing non-turf (unimproved) areas Restrooms activation (spring) deactivation (fall) Mowing/spraying medians and right of ways Snow removal from roof of Western Dance Hall Snow removal from parking lots, except Castle Park which is not maintained in the winter. Snow removal from all sidewalks at CenterPlace and Parks. Activate drinking fountains (spring) deactivation (fall) Keep all drinking fountains in working order Graffiti removal Tennis court, basketball court, volleyball court maintenance and repair General facility maintenance. (Electrical, plumbing, carpentry, masonry). Preparing for special events Tree and shrub trimming and removal Sweeping pine cones and pine needles Preparation for special events Maintain horse arena Maintaining pumps Maintaining water features Monitoring wells and collecting samples for testing Transporting, storing picnic tables and garbage receptacles Replacing light bulbs Maintaining/repairing chain link fencing 3.6 Special Events: The City parks host a number of special events each year. The contractor will be responsible for assisting in these events. This may include special preparation, alteration of routine schedules, moving picnic tables, erecting tents, setting up sound equipment, and other assistance as needed all at no additional charge. Special events are not always pre-scheduled and may require action on short notice. 4.0 MINIMUM RECOMMENDED VEHICLES AND EQUIPMENT: 6-1/4 - 1 Ton Pickups 3 - 4x4 Snow Plow Pickups 1 - 4x 4 Sanders 1 - Chipper 1 - Bucket Truck/Climber 1 - 4x 4 Utility Vehicles 1 - Portable Herbicide Sprayer Specifications 8 2 - Haulette/Trailers 1 -5 1h Wheel Trailer 3 - Olathe Turf Sweepers 1 - Gang Mower 1 - Tractor w/ 60" Aerator 1 - Toro Gang Mower 2 - 72" Riding Mowers 1 - 52" Riding Mower 1 - 600 Gallon De-Icer 4 - Weed Trimmers 2 - Backpack Blowers 2 - Handheld Blowers 1 - Vacuum 1 - Billygoat Blower 5.0 SUBMITTAL INFORMATION: All submittals become the property of the City of Spokane Valley. All submittals become a matter of public record with the exception of those parts of each proposal which are defined by the contractor as business or trade secrets, and plainly marked as Trade Secret, Confidential, or Proprietary. 5.1 Bidder requirements: A. See Bidder response documents for required submittals. All submittals will be verified. 5.2 Contractor Responsibilities: A. Representative Functions o Mowing o Trimming o Edging o Fertilizing o Irrigating o Aerating o Restroom cleaning o Posting and preparation of picnic shelters o Weekend coverage o Risk Management o Litter control o Garbage hauling o Parking lot sweeping o Snow removal o Painting o Electrical o Plumbing Specifications 9 o General Carpentry o Weed and pest control o Playground inspection, installation and repair o Sprinkler System maintenance and operation B. Quality control processes for self monitoring of contract; recording and reporting processes. C. Communication/feedback processes with owner, include frequency and method of day to day communication with owner. Communication can be through a variety of methods but must include some level of routine face to face communication. Communication is vital so the City and contractor can respond effectively to citizen requests and/or complaints. The Department of Parks and Recreation also has an obligation to keep the citizens, elected officials, and City administrators informed as to the current state of park operations. D. Addressing citizen complaints E. Preparation and oversight for special events F. Customer Service G. Responding to unforeseen events/emergencies including but not limited to weather related damage and maintenance problems. H. Dealing with environmental issues including chemical and materials handling and application. 1. Must meet insurance and bonding requirements. o Worker's Compensation Insurance coverage. o General Liability Insurance coverage in the amount of $1 million per occurrence and $2 million in aggregate and proof of worker compensation insurance in compliance with Washington State Law. o Automobile Liability Coverage o 100% annual Performance Bond o 100% annual Labor Payment bond J. Record Keeping 5.3 Subject To Verification: All information submitted is subject to verification by the City of Spokane Valley. 5.4 Bidder Responsibilities: The successful Bidder shall be responsible for all services and required documents identified in this bid package. The Contractor is responsible for Specifications 10 making all necessary investigations and examinations of documents, operations, and premises affecting performance of the proposed Park Maintenance Contract. Failure to do so will not act to relieve any conditions or specifications outlined in this bid package. It is mutually agreed that the submission of a bid shall be considered conclusive evidence that the Contractor has made such investigations and examinations. 6.0 PRE-BID MEETING & TOUR: All prospective Bidders are invited to attend a pre-bid conference and tour. The meeting will begin at 8:30 AM, Friday, October 2, 2009 in Room 214 at CenterPlace Regional Event Center, 2426 N. Discovery Place, Spokane Valley, WA 99216. The conference will include on-site inspection of facilities. All prospective Bidders are strongly encouraged to become familiar with each site prior to the pre-bid conference to develop any questions other requests for information as may be needed to provide an accurate submittal. 6.1 Questions: The City of Spokane Valley acknowledges that this Bid Package is comprehensive. Questions regarding the Bid Package will be accepted verbally or in writing. Questions will be noted and the answers will be distributed to all Bidders in possession of the bid package. Questions or Requests for Information should be directed to Mike Stone, Parks and Recreation Director at the contact numbers listed on the cover page of this document. 6.2 Right to Award: The City of Spokane Valley reserves the right to award this work in the manner deemed in the best interest of the City. The City shall be the sole judge in determining the successful Bidder. The City reserves the right to accept or reject any and all submittals and to withdraw or revise the Request for Bid process at any time. The decision by the City shall be final, and there is no further recourse or appeal. 6.3 Severability: If any section, sentence, clause or phrase of this bid package shall be held to be invalid, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this bid package. 7.0 GROUNDS AND FACILITIES MAINTENANCE LISTING: 1. Balfour Park 2. Browns Park 3. Castle Park 4. Centennial Trail 5. CenterPlace Grounds 6. Discovery Place median and ROW 7. Edgecliff Park 8. Mansfield Parkway median and ROW and Mirabeau Parkway 9. Mirabeau Point Park a. Mirabeau Meadows b. Mirabeau Springs c. Natural Area 10. Myrtle Point 11. Park Road Pool (grounds and parking lot only) 12. Sullivan Park 13. Terrace View Park 14. Valley Mission Park 15. Valley Mission Park - South 16. Valley Mission Horse Arena (maintenance only) 17. Western Dance Hall (grounds maintenance only) Specifications 11 Specifications 12 8.0 ESTIMATED QUANTITIES AND FREQUENCIES Any and all data provided are estimates. All Bidders are responsible for measuring or calculating surface areas. Contract is for maintenance of complete City park system and adjustments will not be permitted for slight variations in dimensions. In the case of errors or omissions, the City will determine if corrections/addendums are warranted. ESTIMATED QUANTITIES AND FREQUENCIES BALFOUR PARK - EST. F ITEM CATEGORY QUANTITY UOM* C RES 1 Mowing - Improved Turf 101,616 S q. Ft. 2.33 2 Grass Trimming 3 Edging 4 Lawn Fertilization 101,616 S q. Ft. 2.33 5 Aeration 101,616 S q. Ft. 2.33 6 Grass Drill Seeding 7 Underground Irrigation Systems 101,616 S q. Ft. 2.33 Hunter Gear Drive 57 EA Rain Bird Po u 12 EA Backflow Preventors 1 EA 8 Leaf & Pine Needle Removal 101,616 S q. Ft. 2.33 9 Trees Requiring Pruning 10 Number of trees 30 EA 11 Shrubs to be Pruned - Lilacs to the West 12 Hedges to be Pruned 13 Shrubs Bed Weeding 14 Flower Beds 100 S . Ft. 0.002 15 Noxious Weed Abatement 16 Emptying Trash Containers 14 17 Restroom Cleanup & Maintenance 670 S q. Ft. 0.02 18 Paved Parkin 17,424 S q. Ft. 0.40 19 Volleyball Courts - Sand 3,485 S q. Ft. 0.08 20 Playground Cleanup & Maint. - Fibar Wood Product 2,178 S q. Ft. 0.05 21 Area Lights 3 EA 22 Picnic Tables - Permanent 10 EA 23 Signs 6 EA 24 Drinking Fountain 1 EA 25 Fence - Chain Link 3 Foot 543 L. F. 4 Foot 575 L. F. Total 1118 L.F. Estimated Park Total 125,373 Sq. Ft. 2.88 Special notes: 1 Backflow Device Specifications 13 *UOM (unit of measure) ESTIMATED QUANTITIES AND FREQUENCIES BROWNS PARK EST. ITEM CATEGORY QUANTITY UOM* ACRES 1 Mowing - Improved Turf 306,262 Sq. Ft. 7.03 2 Grass Trimming 3 Edging 4 Lawn Fertilization 306,262 S q. Ft. 7.03 5 Aeration 306,262 S q. Ft. 7.03 6 Grass Drill Seeding 7 Underground Irrigation Systems 306,262 S q. Ft. 7.03 Gear Drive Rain Bird Rotor 155 EA Po u 30 EA Back Flow Preventor 2 EA 8 Leaf & Pine Needle Removal 306,262 S q. Ft. 7.03 9 Trees Requiring Pruning 10 Number of trees 52 EA 11 Shrubs to be Pruned 12 Hedges to be Pruned 13 Shrubs Bed Weeding 14 Noxious Weed Abatement 15 Emptying Trash Containers 10 EA 16 Restroom Cleanup & Maintenance 436 S q. Ft. 0.01 17 Shelter Cleanup & Maintenance 871 S q. Ft. 0.02 35 reservations/ r 18 Paved Parkin 33,541 S q. Ft. 0.77 19 Right Of Way - Paved 8,276 S q. Ft. 0.19 19 Volleyball Courts - Sand 4 14,810 S q. Ft. 0.34 20 Baseball Fields - Sand Infield 11,326 S q. Ft. 0.26 120 re s/ r 21 Playground Cleanup & Maintenance - Pea Gravel 2613.6 S q. Ft. 0.06 22 Area Lights 3 EA 23 Signs 21 EA 24 BBQ's 2 EA 25 Drinking Fountains 1 EA 26 Fence - Chain Link 4 Foot 1786 L. F. 27 Picnic Tables Permanent 6 EA Portable 6 EA Estimated Park Total 378,136 Sq. Ft. 8.68 Special Notes: 2 Backflow Devices *UOM (unit of measure) Specifications 14 ESTIMATED QUANTITIES AND FREQUENCIES CASTLE PARK EST. ITEM CATEGORY QUANTITY UOM* ACRES 1 Mowing - Improved Turf 115,870 S q. Ft. 2.66 2 Grass Trimming 3 Edging 4 Lawn Fertilization 115,870 S q. Ft. 2.66 5 Aeration 115,870 S q. Ft. 2.66 6 Grass Drill Seeding 7 Underground Irrigation Systems 115,870 S q. Ft. 2.66 Gear Drive Rotor 63 EA Back Flow Preventor 1 EA 8 Leaf & Pine Needle Removal 115,870 S q. Ft. 2.66 9 Trees Requiring Pruning 10 Number of trees 22 EA 11 Shrubs to be Pruned 12 Hedges to be Pruned 13 Shrubs Bed Weeding 14 Noxious Weed Abatement 15 Emptying Trash Containers 2 EA 16 Gravel Parkin 2,178 S q. Ft. 0.05 17 Area Lights 18 Picnic Tables - Portable 3 EA 19 Fence - Chain Link 5 Foot 180 L. F. 6 Foot 1050 L. F. 20 Signs 8 EA Estimated Park Total 118,048 Sq. Ft. 2.71 Special Notes: 1 Backflow Device *UOM (unit of measure) Specifications 15 ESTIMATED QUANTITIES AND FREQUENCIES EDGECLIFF PARK EST. ITEM CATEGORY QUANTITY U0W ACRES 1 Mowing - Improved Turf 161,443 Sq. Ft. 3.65 2 Grass Trimming 3 Edging 4 Lawn Fertilization 161,443 S q. Ft. 3.65 5 Aeration 161,443 S q. Ft. 3.65 6 Grass Drill Seeding 7 Underground Irrigation Systems 161,443 S q. Ft. 3.65 Impact 90 EA Gear Drive Rotor 14 EA Po u 3 EA Backflow 1 EA 8 Leaf & Pine Needle Removal 161,443 S q. Ft. 3.65 9 Trees Requiring Pruning 10 Number of trees 100 EA 11 Shrubs to be Pruned 12 Hedges to be Pruned 13 Shrubs Bed Weeding 14 Noxious Weed Abatement 15 Emptying Trash Containers 19 EA 16 Restroom Cleanup & Maintenance 436 S q. Ft. 0.01 17 Shelter Cleanup & Maintenance 436 S q. Ft. 0.01 19 reservations/ r 18 Paved Parkin 14,810 S q. Ft. 0.34 19 Gravel Parkin 2,178 S q. Ft. 0.05 20 Baseball Fields - Sand Infield 13,068 S q. Ft. 0.30 120 re s/ r 21 Tennis/Basketball Courts - Paved 15,246 S q. Ft. 0.35 22 Playground Cleanup & Maint. - Pea Gravel 2178 S q. Ft. 0.05 23 Area Lights 3 EA 24 Drinking Fountain 2 EA 25 Signs 13 EA 26 Picnic Tables Portable 12 EA Permanent 9 EA 27 BBQ's 3 EA 28 Bleachers 2 EA 29 Fence - Chain Link 6 Foot 1290 L. F. 12 Foot 100 L. F. Estimated Park Total 209,795 Sq. Ft. 4.82 Special Notes: 1 Backflow Device "UOM (unit of measure) Specifications 16 ESTIMATED QUANTITIES AND FREQUENCIES MIRABEAU POINT PARK EST. ITEM CATEGORY QUANTITY UOM* ACRES 1 Mowing - Improved Turf CenterPlace 373,000 S q. Ft. 8.56 Mirabeau Meadows 317,252 S q. Ft. 7.28 Mirabeau Springs 13,019 S q. Ft. 0.30 Total 703,271 Sq. Ft. 16.14 2 Grass Trimming 3 Edging 4 Lawn Fertilization 703,271 Sq. Ft. 16.14 5 Aeration 703,271 - S . Ft. 16.14 6 Grass Drill Seeding 7 Underground Irrigation Systems CenterPlace 373,000 S q. Ft. 8.56 Mirabeau Meadows 317,252 S q. Ft. 7.28 Mirabeau Springs 13,019 S q. Ft. 0.30 Total 703,271 S q. Ft. 16.14 Hunter Gear Drive 146 EA Rain Bird Gear Drive 100 EA Rain Bird Po u s 429 EA Back Flow Preventor 7 EA 8 Informal Landscaping CenterPlace 60,000 Sq. Ft. 1.38 9 Leaf & Pine Needle Removal 703,271 . . 5q 16.14 10 Trees Requiring Pruning 11 Number of trees 164 12 Shrubs to be Pruned 398 : : : 13 Hedges to be Pruned 14 Shrubs Bed Weeding 15 Plant Beds Mirabeau Meadows 79,884 S q. Ft. 1.83 Mirabeau Springs 10,403 S q. Ft. 0.24 Total 90,287 Sq. Ft. 2.07 16 Noxious Weed Abatement 17 Emptying Trash Containers 20 EA 18 Restroom Cleanup & Maintenance Mirabeau Meadows 1,184 Sq. Ft. 0.03 19 Shelter Cleanup & Maintenance Mirabeau Meadows - 95 reservations/ r 1,500 S q. Ft. 0.03 Mirabeau Springs - 50 reservations/ r 400 S q. Ft. 0.01 Total 1,900 S q. Ft. 0.04 Specifications 17 20 Events Preparation & Cleanup Valle Fest - Mirabeau Point Park 21 Paved Parkin CenterPlace 120,000 S . Ft. 2.75 Mirabeau 24,553 S . Ft. 0.56 Total 144,553 S q. Ft. 3.32 22 Median Discovery Place 13,575 S q. Ft. 0.31 Mirabeau Parkway 36,595 S q. Ft. 0.84 Total 50,170 S q. Ft. 1.15 23 Right of Ways Discover Place 13,500 S q. Ft. 0.31 Mansfield 2000 S q. Ft. 0.05 Mirabeau Parkway 38,700 S q. Ft. 0.89 Total 54,200 S q. Ft. 1.24 24 Sidewalks CenterPlace 31,000 S q. Ft. 0.71 25 Trails - Paved Mirabeau Meadows 39,782 S q. Ft. 0.91 Mirabeau Springs 26,990 S q. Ft. 0.62 Total 66,772 S q. Ft. 1.53 26 Trails - Unpaved Mirabeau Meadows 970.00 S q. Ft. 0.02 Mirabeau Springs 37,103.00 S q. Ft. 0.85 Total 38,073.00 S q. Ft. 0.87 27 Natural Area Mirabeau Meadows 182,401.00 S q. Ft. 4.19 Mirabeau Springs 922,504.60 S q. Ft. 21.18 Total 1,104,905.60 S q. Ft. 25.37 28 Pond - Mirabeau Springs 9,907.00 S q. Ft. 0.23 29 Artificial Waterfall - Mirabeau Springs 30 Stage 1932 7 S q. Ft. 0.04 31 Dock 312 S q. Ft. 0.01 32 Bride 1355 S q. Ft. 0.03 33 Area Lights 7 EA CenterPlace 60 EA 34 Dock/Bridge Lights 33 EA 35 Picnic Tables Portable 20 EA Permanent 5 EA 36 Benches - Permanent 8 EA 37 Kiosks 2 EA 38 Signs 8 EA 39 Drinking Fountain 2 EA 40 Sewage Lift Station 1 EA Estimated Park Total 2,359,822 Sq. Ft. 54.17 *UOM (unit of measure) Specifications 18 ESTIMATED QUANTITIES AND FREQUENCIES MYRTLE POINT EST. ITEM CATEGORY QUANTITY UOM`° ACRES 1 Natural Area 1,353,409.20 Sa. Ft. 31.07 "UOM (unit of measure) Specifications 19 ESTIMATED QUANTITIES AND FREQUENCIES PARK ROAD POOL EST. ITEM CATEGORY QUANTITY UOM* ACRES 1 Mowing - Improved Turf 28,782 S . Ft. 0.66 2 Grass Trimming 3 Edging 4 Lawn Fertilization 28,782 S . Ft. 0.66 5 Aeration 28,782 S . Ft. 0.66 6 Grass Drill Seeding 7 Underground Irrigation Systems 28,782 S q. Ft. 0.66 Hunter Gear Driver Rotor 74 EA Rain Bird Po u 60 EA Back Flow 2 EA 8 Leaf & Pine Needle Removal 28,782 S q. Ft. 0.66 9 Trees Requiring Pruning 10 Number of trees 20 EA 11 Shrubs to be Pruned 12 Hedges to be Pruned 13 Shrubs Bed Weeding 14 Noxious Weed Abatement 15 Emptying Trash Containers 3 EA 16 Paved Parkin 39,640 Sq. Ft. 0.91 17 Area Lights 18 Picnic Tables - Portable 2 EA 19 Drinking Fountain 1 EA 20 Signs 13 EA 21 Wood Bleacher 1 EA Estimated Park Total 68,422 Sq. Ft. 1.5i Special Notes: 1 Backflow Device; Bathhouse Winterization *UOM (unit of measure) Specifications 20 UENCIES EST. ITEM CATEGORY QUANTITY UOM* ACRES 1 Mowing - Improved Turf 116,741 S q. Ft. 2.68 2 Grass Trimming 3 E i dg ng 4 Lawn Fertilization 116,741 S q. Ft. 2.68 5 Aeration 116,741 Sq. Ft. 2.68 6 Grass Drill Seeding 7 Underground Irrigation Systems Gear Driver Rotor 26 EA Popup 6 EA Impact 66 EA Back Flow 4 EA 8 Surface Watered Lawn 116,741 S q. Ft. 2.68 9 Unimproved Ground 53,143 S q. Ft. 1.22 10 Leaf & Pine Needle Removal 1 116,741 S q. Ft. 2.68 11 Trees Requiring Pruning 12 Number of trees 42 EA 13 Shrubs to be Pruned 14 Hedges to be Pruned pli 15 Shrubs Bed Weeding 16 Noxious Weed Abatement 17 Emptying Trash Containers 14 EA 18 Shelter Cleanup & Maintenance 871 S q. Ft. 0.02 40 reservations/yr 19 Events Preparation & Cleanup Salmon BBQ 20 Paved Parking 78,844 S . Ft. 1.81 21 Natural Area 435,251 S q. Ft. 4.25 22 Area Lights 7 EA 23 Play Equipment - Sand 250 S q. Ft. 0.01 24 Restroom 272 S q. Ft. 0.01 25 Picnic Tables - Portable 10 EA 26 Fence - Chain Link 4 Foot 1102 L. F. 2 Drinking Fountain 3 EA 28 Signs 10 EA 29 BBQ's 1 EA 30 Well Test 1 Weekl Special Notes: 4 Backflow Devices *UOM (unit of measure) Estimated Park Total 435,251 Sq. Ft. 9.99 Specifications 21 ESTIMATED QUANTITIES AND FREQUENCIES TERRACE VIEW PARK EST. ITEM CATEGORY QUANTITY UOM" ACRES 1 Mowing - Improved Turf 322,344 Sq. Ft. 7.40 2 Grass Trimming 3 Edging 4 Lawn Fertilization 322,344 S q. Ft. 7.40 5 Aeration 322,344 S . Ft. 7.40 6 Grass Drill Seeding 7 Underground Irrigation Systems 322,344 S q. Ft. 7.40 Gear Driver Rotor 20 EA Po u 24 EA Impact 156 EA Back Flow 1 EA 8 Leaf & Pine Needle Removal 322,344 S q. Ft. 7.40 9 Trees Requiring Pruning 10 Number of trees 210 EA 11 Shrubs to be Pruned 12 Hedges to be Pruned 13 Shrubs Bed Weeding 14 Noxious Weed Abatement 15 Emptying Trash Containers 12 EA 16 Restroom Cleanup & Maintenance 436 S q. Ft. 0.01 17 Paved Parkin 48,787 S q. Ft. 1.12 18 Volleyball Courts - Sand 4,356 S q. Ft. 0.10 19 Baseball Fields - Sand Infield 13,068 S q. Ft. 0.30 120 re s/ r 20 Playground Cleanup & Maintenance - Pea Gravel 7,148 S q. Ft. 0.16 21 Area Lights 2 EA 22 Picnic Tables Portable 20 EA Permanent 10 EA 23 Signs 21 EA 24 Fence - Chain Link 3 Foot 152 L. F. 4 Foot 923 L. F. 6 Foot 192 L. F. 7 Foot 2 L. F. 25 Bleacher 1 EA 26 BBQ's 4 EA 27 Drinking Fountain 4 EA 28 Horse Shoe Pit 1 EA 29 Basketball Hoop 1 EA Estimated Park Total 388,991 Sq. Ft. 8.93 Special Notes: 1 Backflow Device, Pool Winterization Specifications 22 *UOM (unit of measure) ESTIMATED QUANTITIES AND FREQUENCIES VALLEY MISSION PARK EST. ITEM CATEGORY QUANTITY UOM* ACRES 1 Mowing - Improved Turf 687.377 Sy Ft 15 73 2 Grass Trimming 3 Ed in 4 Lawn Fertilization 687,377 S q. Ft. 15.78 5 Aeration 687,377 Sq. Ft. 15.78 6 Grass Drill Seeding 7 Underground Irrigation Systems 687,377 S q. Ft. 15.78 Gear Driver Rotor 35 EA Po u 26 EA Impact 138 EA Back Flow Preventor 1 EA 8 Drip Irrigation 900 Ft. 9 Unimproved Ground 209,959 S q. Ft. 4.82 10 Leaf & Pine Needle Removal 687,377 S q. Ft. 15.78 11 Trees Requiring Pruning 12 Number of trees 13 Shrubs to be Pruned 14 Hedges to be Pruned 15 Shrubs Bed Weeding 16 Noxious Weed Abatement 17 Em t in Trash Containers 27 EA 18 Restroom Cleanup & Maintenance 871 S q. Ft. 0.02 19 Shelter Cleanup & Maintenance 490 S q. Ft. 0.01 65 reservations/ r 20 Paved Parkin 144,183.6 S q. Ft. 3.31 21 Baseball Fields - Sand Infield 10,454 S q. Ft. 0.24 120 re s/ r 22 Tennis Courts - Paved 14,375 S q. Ft. 0.33 23 Playground Cleanup & Maint. - Sand 8276.4 S q. Ft. 0.19 24 Area Lights 7 EA 25 Valle Mission Park Horse Arena Sand Arena 43,996 S q. Ft. 1.01 Restroom 261 S q. Ft. 0.01 Stables 17,500 S q. Ft. 0.40 A Frame Judges Bldg. 520 S q. Ft. 0.01 26 Picnic Table Portable 22 EA Permanent 10 EA 27 Fence - 2-Rail Wood 1,375 L. F. 28 Fence - Chain Link 4 Foot 874 L. F. 6 Foot 1,455 L. F. Specifications 23 29 Bleacher 1 EA 30 Player Benches 2 EA 31 Drinking Fountain 3 EA 32 Signs 40 EA Estimated Park Total 909,532.8 S q. Ft. 20.88 Special Notes: Winter Play Area, 1 Backflow Device, Bathhouse winterization *UOM (unit of measure) Specifications 24 9.0 REPRESENTATIVE MAINTENANCE STANDARDS NOTE: Final contract will contain additional standards as required to address all work elements. Representative standards are presented here to communicate the level of desired maintenance to prospective Bidders. A similar level of care will be required for all aspects of park operations. Mowing: Improved Turf (irrigated) Mowing shall be at a height of 2.5 - 3 inches. Turf shall not exceed 4.5 inches between mowings. Blades must be sharp and mower equipment maintained to prevent damage to turf. Mulching equipment shall be used. The expected mowing season is from April 1 - November 15 of each year. The height of grass shall not exceed the maximum at any time during the year. The approximate number of mowings is twenty six (26) - thirty-five (35). Grass clippings shall be blown from sidewalks and other decks and walkways the same day that mowing occurs. Litter and other foreign objects shall be picked up prior to mowing. Mowing of each park shall be completed on the same day that mowing begins. Mowing schedules will be included in the contractor's annual work plan. Parks and Recreation Director must approve changes. Include hard edging on all surfaces. All variations must be communicated to Director. Unimproved Turf (un-irrigated) Mowing shall be at a height of 2.5-4 inches. Mowing height shall not exceed 10 inches between mowings. Natural areas shall not be mowed except upon request. Grass Clippings: Clippings shall be mulched and left evenly disbursed on the turf, except turf that is allowed to exceed the maximum 4.5 inches between mowings shall be mowed and bagged or swept by the contractor to remove windrows or other heavy accumulations. Measurements shall be taken in park areas that are representative of average conditions. Drainage areas, etc. that receive above normal irrigation may exceed 4.5 inches if the representative target areas are within standards. The Director and the contractor will work together to identify and agree upon these areas. Mowing Damage: Mowing shall not take place under wet conditions which may cause turf damage. Areas that receive excessive runoff from irrigation may be permitted minor damage but only upon written approval of the Parks Director. Mower decks shall be properly adjusted and operated to prevent scalping of turf. Turf at base of trees shall be chemical trimmed or string trimmed to prevent all contact with mowers. Areas around concrete or metal fixtures shall be trimmed to prevent mower damage. In all cases, wear and tear or damage to fixtures or vegetation by mowers is not acceptable. Picnic tables shall be moved in such a way as to prevent damage or soiling of tables. The contractor shall be responsible for all costs associated with damage caused by mowing. Fertilizer: Fertilizer shall be applied three (3) times per year. All fertilizer shall be applied to Improved Turf areas on the basis of soil analysis by a lab selected by Specifications 25 contractor and approved by owner. Applications shall be at optimal times and shall be outlined in the contractor's annual work plan. Owner shall review/approve rate and composition of fertilizer as recommended by analysis. New trees shall be fertilized for the first three years to ensure tree survival. The first year new trees will be fertilized spring and fall, then once per year for the next two years. Aeration: Aeration shall be performed twice per year, once in the spring as soon as conditions permit and again in the fall after August 15. Cores shall remain evenly dispersed on the ground or collected as per contractor choice. Depth and frequency of coring shall be two (2) inches and six (6) inches respectively. Allowance will be made for dry or rocky conditions but must be communicated to Director. Restroom Cleaning: All restrooms shall be cleaned completely once per day seven days per week. Restrooms are to receive inspection and spot cleaning whenever contractor personnel are in the vicinity for related or unrelated work. Additional times may be required based on usage and contractor will be responsible to maintain standards. Maximum season is Mid March - November 1. Director and contractor will reach an agreement based on use and weather conditions. Contractor is responsible for winterization and re-activation. Contractor responsible for freeze damage except when facilities are open due to agreement with Director wherein the City shall compensate for damages. Representative standards include but are not limited to: • Empty trash and sanitary napkin holders, replace liners as needed. • Replace all paper products to ensure sufficient supply until following day. • All light fixtures shall be working properly and inspected daily; lamps replaced as needed. • Remove all graffiti using graffiti removal materials, scrubbing, or painting over surfaces that currently are already painted. Non painted surfaces are not to be painted over without permission from Director. • Toilet bowls and urinals cleaned and disinfected daily with approved cleaner. Hard water stains, rust, or other discoloration or soiling is to be removed. Sinks scrubbed clean and disinfected daily with approved cleaner. • Disinfect fixtures, sinks, around floor drains, trash containers, walls and doors, including all handles. • All porcelain and metal surfaces wiped clean and disinfected with approved cleaner. Walls and ceiling wiped clean where required. This includes cobwebs, dust, etc. from ledges, cracks, crevices, corners, etc. • Sweep, mop or hose down floors. Squeegee as needed to prevent puddling. • Restrooms to smell clean and disinfected. All fixtures working properly and fixed immediately upon discovery of problems unless otherwise arranged with Parks and Recreation Director. • Restrooms to be deodorized at all times through automatic spray, solid deodorizer or other method proposed by contractor and acceptable to Director. • All storage facilities to be kept neat, clean, orderly and free of offensive odors at all times. Specifications 26 • All leaking fixtures, clogged drains, or other inoperable plumbing fixtures are to be repaired immediately or as soon as parts are available. Director is to be notified of remedies or closures. • Septic tanks are to be pumped as needed to maintain properly functioning system. There are 3 septic tanks located in Valley Mission Park. Snow Removal: Snow removal shall commence at 1" or more accumulation on level surfaces. This includes all sidewalks at CenterPlace and all municipal sidewalks associated with park property. Exceptions: Castle Park parking lot is not maintained in the winter. Snow shall be removed within 8 hours following the measurable accumulation of I". Scheduling must accommodate usage demand. Schedule to be worked out with Director. All areas are to be sanded with salted sand at all entrances and exits. All parking lots shall be sanded as icy conditions dictate. Snow may be plowed to the perimeter of the property. In the event that accumulations interfere with parking or other use or damage fences or encroach on neighboring properties, snow may be required to be hauled from the site. In the event that accumulation levels and weather forecasts indicate that natural melting of snow is reasonably predictable, contractor may request approval from Director of Parks and Recreation to forego removal. Ice Melt: Contractor is required to spread a commercial ice melt product which is deemed safe to turf, plants, and physical structures on walkways, CenterPlace sidewalks, parking lots, entrances to facilities and other areas, as may be designated, to maintain free of ice during hours which that facility may reasonably be in use by staff or the public. Weed and Pest Spraying: All chemical spraying shall be in compliance with the state and federal pesticide applicators requirements and guidelines including licensing. Where applicable, sprayed areas are to be posted. Spraying shall not occur during windy, rainy or other climatic conditions known to reduce the effectiveness or safety of the product being applied. Turf areas shall be treated to remove broadleaf and grassy weeds. Noxious weeds shall be sprayed or removed from all locations. Weeds in cracks in sidewalks, trails and other hard-scape areas shall be sprayed. Weeds may also be pulled. Spraying on turf, around buildings and on trees and shrubs will occur as necessary to maintain healthy, green, attractive turf and other plants and trees. Softball Preparations: Softball fields shall be maintained for safety and appearance according to best practices. Sprinkler heads, valve boxes or other structures shall be properly installed and maintained at or below the surface as per manufacturer's recommendations or requirements. Softball fields will be inspected daily in order to maintain safety for players and spectators. Safety issues are to be resolved on the day of discovery. If issues cannot be remedied, the Parks and Recreation Director is to be contacted to determine if other action is required. Bases and pitching rubbers shall be properly installed and maintained as per manufacturer's requirements. Daily field preparation includes sprinkling, dragging, raking, leveling, chalking (baselines, batter's boxes and on-deck circles) and other preparations. Specifications 27 Transition between dirt infield and grass shall be maintained level plus or minus I". As required, the grass shall be cut away with a sod cutter, dirt removed or added and turf replaced in order to restore a level transition. Excessive speed in dragging the infield may require additional maintenance of the transition area and shall be the responsibility of the contractor. Foul lines shall be mowed and painted to provide clear demarcation of foul lines. Foul lines shall be visible at all times from home plate and painted approximately once per week during season. Infield material shall be hauled in and placed as necessary to provide a level playing field. The mix shall be 1/3 clay, 1/3 sand, and 1/3 topsoil. Pre-mixed products may be acceptable upon approval by the Parks and Recreation Director. Bleachers must be maintained in full repair at all time for safety purposes. All fence and backstops must be maintained free of hazards such as turned up edges, holes, exposed barbs, etc. Picnic Shelter Cleaning: Maintain electrical in working order. Ensure that all lights and receptacles are operating. Shelters are to be cleaned daily and or prior to and after each scheduled use, whichever is greater. Sinks are cleaned daily. BBQ's are to be cleaned once per week or as conditions warrant. Tables are to be wiped or sprayed clean with soap and water as needed to remove all foreign material. Floors shall be swept and hosed off. Care shall be taken to prevent water damage to all structures and equipment. Depending upon reservations, this work item could be done numerous times each day without any additional charge. Sprinkler Systems: Contractor is responsible for all operation, maintenance and repair of all irrigation/sprinkler systems. Expected months of operation is April 1 - November 1. Director and contractor will reach an agreement based on use and weather conditions. This includes activation in the spring and deactivation in the fall. Winterizing is the responsibility of the contractor. All freeze damage is the responsibility of the contractor. Sprinkler systems shall be maintained according to legal requirements including but not limited to proper annual inspection of backflow preventors. Water shall be adequate to maintain green healthy turf but excessive water is not permitted. Contractor is to use a variety of means to adjust water including altering of timers, changing heads or nozzles, adding heads, subtracting heads, adding water lines or additional zones. Water spraying on concrete, pavement and unimproved areas shall be minimized. All irrigation breaks discovered shall be repaired the same day as discovered unless otherwise approved the Director. Water will be turned off if breaks result in obvious waste of water. Event scheduling may require adjustments to watering times to accommodate park usage. Contractor will respond to notification of dry spots by applying water within 8 hours or notifying Director of alternative remedy. Specifications 28 Litter Control: Level 2 parks includes all Level 2 grounds such as walkways, parking lots, play equipment shrub beds, turf, corners of entryways and other areas where litter might accumulate. Level 2 parks are to be policed and litter pickup is required: o on a daily basis during summer season May 1 - Labor Day o twice per week in fall season from Labor Day - November 1. o once per week during winter season November 1- March 31 o twice per week in Spring season April 1- May 1 o Special events, reservations or any other use will require additional litter control. o Exceptions: Valley Mission Park is heavily utilized in the winter months and will require daily litter patrol in winter and spring season if snow is present. Winter maintenance is estimated at 60 visits/year. Litter includes cigarette butts, paper, cardboard, rocks (on turf, sidewalks and other areas where they don't belong) any plastic, rubber or metal foreign objects; Includes: wood, tree branches, cloth, etc. Litter pickup shall be completed by the end of each service day. Large or otherwise visible accumulations, such as, multiple items of litter in the same location, two or more beverage cans in one location, dumped mattress or appliance, large accumulation of trash or debris, etc. shall be removed by 10:00 AM each day or within 1 hour of being reported to or noticed by contractor. There is a general expectation that litter will always be picked up incidental to other work. o Level 4 areas and others are to be policed a minimum of once per week except that large or noticeable deposits shall be cleaned on same basis as Level 2. Trash Containers: Trash containers as noted in the Estimated Quantities and Frequencies section of this RFP are available for use by the contractor and are considered adequate. Additional containers may be provided by contractor. Where decorative containers are desired by owner, owner shall purchase those containers. Containers shall be dumped when 3/4 full or at any time that offensive odors or pests are present or if the container has not been dumped for 4 days. All containers are to be lined with a plastic liner. Vehicle access to cans may be limited in some locations. Dumpsters in lieu of individual cans are a possible alternative. All costs associated with garbage collection, transport and disposal, are provided by contractor. Playground Inspection: Must be inspected by Certified Playground Inspector by then current standards and guidelines. All inspections are to be recorded and will be part of the reporting process to the Director. The intent of the City is full compliance with playground safety requirements as set forth by the National Recreation and Park Association certification requirements. Repairs must be implemented immediately where possible. When parts are required, such parts are to be ordered within 24 hours of noted deficiency in playground structure. Remedial measures such as restricting use or otherwise preventing use of equipment shall be implemented and Director notified. Specifications 29 All encroachment zones shall be maintained in a safe, clean condition and at the proper depth. All structures must be repaired according to manufacturer. Parts must be purchased from manufacturer or authorized distributor. Fabrication of parts by contractor is strictly forbidden. Safety is paramount in playground maintenance. Contractor is responsible for all parts, materials and supplies to maintain equipment and encroachment zones in full operational condition. Contractor shall be required to furnish parts so long as such parts are available through an authorized dealer servicing the brand and style of equipment in need of repair. Evidence that parts are no longer commercially available will be communicated to the Director and closure or replacement will be contemplated. For any partial closures, the contractor shall be responsible for supplying all parts and materials. The City will incur all costs for replacement of existing structures provided that structure has been properly inspected and maintained by the contractor. Playground Installation: Playground equipment is to be installed in full compliance with all applicable manufacturers' guidelines and specifications. As there is no way to project the extent of playground installation, this work shall be considered "extra work" to be submitted by the contractor in the form of a work order or it may be contracted out by the City. Tree and Shrub Planting and Maintenance: Tree and shrub maintenance is on an "as needed basis". Trees and shrubs that are encroaching on sidewalks or roadways, or diseased, dead/dying shall be trimmed or removed as appropriate. Director shall be notified of intent to remove any trees or shrubs prior to starting work. All potentially dangerous conditions regarding trees shall be correctly immediately or reported to the Director. Newly planted trees (first three years after planting) must be watered (by hand if necessary) trimmed, mulched, staked, according to generally accepted standards to ensure survival. Organic/Inorganic Groundcover (wood chips/gravel) Maintenance: Groundcover shall be maintained to preserve the intended coverage and use. Soil and or weed barrier shall have 100% coverage either by raking or adding additional ground cover. Ground cover deficiencies shall be corrected no less than 3 times/year. Turf Sweeping: Turf shall be swept for windrowing any time the grass height has exceeded the maximum of 4.5 inches and accumulations form a layer that completely obscures the turf in any 6"X6" area. In the spring of each year (March 15-Aprill), all turf will be swept, vacuumed, raked or otherwise cleaned of all pine needles, pine cones, braches, litter and debris. Work must be scheduled to prevent damage to turf due to wet or damp conditions. Hard Surface Sweeping: Unless otherwise noted, hard surfaces are to be swept, vacuumed or blown off as needed to maintain a clean appearance. Parking lots are swept Specifications 30 each spring to remove all sand and other debris accumulated over the winter. The expectation is to sweep all parking lots one additional times as scheduled through the summer/fall seasons. However, due to storms, etc. parking lots may require additional sweeping which will be the responsibility of the contractor. Sports Court Maintenance: Tennis and Basketball courts shall be swept, blown or vacuumed in order to maintain a clean playing surface. Inspections shall be daily in conjunction with other maintenance tasks. Courts are to be cleaned bi-weekly according to schedule developed by contractor. Courts are to be inspected daily for glass, debris or other foreign material which is to be removed immediately. o Tennis nets shall be replaced if damaged over 10% or more of surface. o Basketball nets replaced as needed to maintain safe, attractive appearance. No more than 2 loops shall be missing before nets are replaced. Replacement demand in excess of four times per year may be reported to Director and alternatives sought. o Volleyball nets replaced if damaged over 10% more of surface. Repair is acceptable. Contractor shall keep replacements on hand or otherwise readily available in order to ensure that nets can be replaced without unnecessary delay. Volleyball nets require tightening on a routine basis o Expected replacement on tennis nets is approximately 2 years; volleyball nets every 2 years; basketball nets, 4 times per year. o In the event that such replacement is not reasonably warranted or that additional replacement is recommended by the Contractor, the Contractor shall contact the Director. Graffiti Removal: Graffiti eradication and control shall include all surfaces fixed or portable within the park properties. Graffiti control methods and chemicals must be approved by Director. Where painting is the desired method, all paint shall be applied in a professional manner. Painted areas shall be of the exact shade as the existing paint. Surrounding areas shall be masked off, protected with drop-cloths or otherwise protected. Surface shall be properly prepared. All paint shall be high quality. Contractor must remedy any work that fails to meet this standard. Graffiti is to removed the date of discovery unless otherwise agreed to by Director. Drinking Fountain Maintenance: Drinking fountains shall be maintained in working order. Fountains shall operated as designed so as not to waste water. Leaking, sticking or broken fountains are to be repaired within 24 hours of discovery. Fountains are to be cleaned and sanitized on a daily basis. Fountains must be winterized in the fall to prevent freezing and activated by April 15 or as weather permits. Contractor is responsible for all repairs including freeze damage or vandalism. Vermin Control: Where mice, skunks, ground squirrels, insects or other vermin are present in and around facilities, contractor will control them with approved poisons or traps in accordance with all state and local laws and in a manner acceptable for public areas. This includes the control of bees in parks and pools. Specifications 31 Horseshoe Pit Maintenance: (Terrace View Park) Horseshoe pits will be maintained with pegs in place at all times, backboards maintained and pits properly filled with suitable material. Pond Maintenance: The pond at Mirabeau Springs shall be maintained daily, from March 15 - November 1, to keep the strainer free of debris and functioning properly. All trash is to be removed from pond on a daily basis. In addition to other vandalism, there may be a need to remove soap suds from the pond. If the pump fails, the contractor is responsible for repair up to and including replacement of pump. All electrical/mechanical components are the responsibility of the contractor. CenterPlace: Contractor to develop preventative maintenance program for CenterPlace to be approved by the Director of Parks and Recreation. Additional responsibilities at CenterPlace include: fly control, rodent control and cockroach control. Well Water Monitoring: The well at Sullivan Park is to be monitored once per day Monday-Friday. Using a test kit the chlorine level is checked and entered into a log. Adjust chlorine to state mandated levels. Once a month report results to Washington State Department of Health. Fencing: Chain link fence is to be kept in good repair. Top rails shall be in place and secure. Fabric damaged by vandalism or accident is to be repaired. Bottom of fence should be straight. Fence that is bowed or that has sharp edges shall be repaired. Accumulations of pine needles and other debris shall be cleared away,. Parking Lots: Parking bumpers and signage must be maintained by contractor. Contractor required to stripe parking lots every four years beginning with the first year of the contract. Painting: All painted or stained buildings (interior and exterior), fences, bollards, signs, BBQ pits, picnic tables, bleachers, benches, and other fixtures or park amenities are to be painted as required to maintain appearance. Chipping, peeling, chalking, fading, dirty, damaged, moldy, marred by graffiti, cracking or other conditions caused by weathering, vandalism or any other cause are indications that painting is required. Many facilities require painting on an bi-annual basis. Valley Mission Horse Arena: The Valley Mission Horse Arena is maintained to a large degree by the user groups. Daily inspection is required by contractor April 1 -November 1. Restrooms are cleaned daily. Stalls and grounds are inspected for litter, horse manure, straw, hay. When present, all waste is placed in the dumpster. The contractor does not drag or prepare the arena surface. Fences are painted, buildings painted and kept in repair. The buildings are currently in poor repair. Cost of initial renovation of the buildings (other than painting) would not be the Contractor's responsibility. Specifications 32 Valley Mission Sledding: October 15 - March 1 or any time there is sufficient snow for sledding, the entire south side of the Horse Arena fence is removed and securely stored. Steel plugs are inserted in the steel sleeves are in the ground.. Straw is place along entire south side of corral along restroom and around the 2 light poles in corral. Also, straw is placed around approximately 12-20 trees. The fence around the pond is protected with straw bales all the way around it. Annual straw requirements are 300-400 bales of straw. Contractor will inspect the lights (7 fixtures) in the sledding area and ensure they are functioning properly. Straw bales require daily maintenance Monday-Friday to replace/reset as necessary. All makeshift jumps etc. are removed and bales returned to needed location. In the spring, the contractor will pick up and dispose of all straw bales. Disposal fees are responsibility of Contractor. Contractor will pull plugs in fence post holes and reinstall fence. Park Road/Valley Mission/Terrace View Pools: Currently the YMCA contracts with Park Maintenance Contractor to winterize the pool bath houses and to certify the pools backflow devices. Maintenance Contractor will provide the following services at the pools: pest control, vandalism repair, light fixture repair and maintenance. Sanitary Survey Requirements: Contractor must maintain Mirabeau Point Park Restroom and Sullivan Park's well to Washington State Department of Health - Office of Drinking Water, small water system management program standards to maintain operating permit. Secured Storage/Receiving: Contractor to provide annually both cover and uncovered secured storage on their site as specified within this bid package. Traditional storage items are trash containers and picnic tables. Additionally, the Contractor must receive and store park materials, pool furniture, playground equipment, picnic shelters and any other deliverable items for the Parks and Recreation Department at their facility. Centennial Trail Maintenance: The Contractor shall maintain the portion of the Centennial Trail that runs through the City of Spokane Valley. All work on the Centennial Trail will comply with the maintenance standards as set forth in this bid package. The following duties and frequencies will be provided: Vegetation Control Trimming of weeds and grasses along trail 3 times per year or as needed Brush Control along trail 3 times per year Removal of hazardous trees as deemed such maximum 6 times per year in the ISA standards Litter Control Policing and removal of litter Weekly April - September then monthly Restroom Cleaning Cleaning at Mirabeau 200+ times per year including materials Specifications 33 Cleaning at Barker 200+ times per year including materials Pumping Vault at Barker 4 times per year or as needed Sweeping Parking lot sweeping 1 time per year Trail sweeping 4 times per year minimum Weed Control Encroachment weed control 2 times per year Noxious weed control 1 time per year, or as directed by the County Weed Board for control of state identified noxious weeds Hardscapes Maintenance Bench Repair as needed Sign Repair as needed Facility Repair as needed Asphalt Maintenance Crack Repair 1 time per year or as needed Pot-Hole Repair 1 time per year or as needed Parking Lot Snow Removal Plowing upon a 2 inch accumulation De-icing as needed to control ice accumulation SpCtYVSkan~ jUalley PROPOSED PARK MAINTENANCE CONTRACT PARK MAINTENANCE CONTRACT APPENDIX A PROPOSED PARK MAINTENANCE AGREEMENT [Name of Contractor] THIS AGREEMENT is made by and between the City of Spokane Valley, a code City of the State of Washington, hereinafter "City" and hereinafter "Contractor," jointly referred to as "parties." IN CONSIDERATION of the terms and conditions contained herein the parties agree as follows: 1. Work to Be Performed. The Contractor shall do all work and furnish all labor, tools, materials, supplies and equipmentfor the park maintenance (hereinafter "work") in accordance with, and as described in Exhibit 1 Bid Package with includes the (Scope of Work, Instruction to Bidders, Bid Response Documents and Specifications) which are by this reference incorporated herein and made part hereof ("Contract Documents"), and shall perform any changes in the work in accord with the Contract Documents. The CONTRACTOR shall, for the amount set forth in the Contractor's bid proposal attached hereto, assume and be responsible for the cost and expense of all work required for constructing and completingthe work and related activities provided for in the Contract Plans and Contract Documents, except those items mentioned therein to be furnished by the City of Spokane Valley. The City Manager, or designee, shall administer and be the primary contact for Contractor. Prior to commencement of work, Contractor shall exercise best efforts to contact the City Manager or designee to review the scope of work, schedule, and time of completion. Upon notice from the City, Contractor shall promptly commence work, completethe 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 conformancewith the Contract Plans, Contract Documents, City and State standards. Contractor acknowledges review of the Contract Plans and Contract Documents and accepts the same. Contractor shall exercise best efforts, including the selection of the highest quality materials, so that all work performed shall be in compliance with current related industry standards. 2. Term of Contract. This agreement shall be in full force and effect beginning January 1, 2010, and shall remain in effect for one year, with six (6) one-year renewal options which may be exercised by the Parks and Recreation Director until completion of all contractual requirements. Renewals, if any, shall coincide with the calendar year. Either party may terminate this agreement with a minimum of ninety(90) days' written notice at any time during a contract term. In the event of such termination, the City shall pay the Contractor for all work previously authorized and satisfactorily performed prior to the termination date. 3. Compensation. The City agrees to pay the Contracor inclusive of sales tax at then current rate, as full compensation for everything done or provided under this agreement. Agreement for Construction Services Page 1 of 6 4. Payment. The Contractor shall be paid monthly in an amount that represents one-twelfth (1/12 1h) of the yearly contract amount. Payments are to be sent to the City no later than the 5`h day of each month. The City reserves the right to withhold payment under this agreement for that portion of the work or materials which are determined in the reasonablejudgment of the Parks and Recreation Director or designee to be noncompliant with the Contract Plans, Contract Documents, or City or State standard@r ordinances. In such and event, the undisputed amount owed by the City shall be timely paid. Any dispute over withheld payment shall be resolved in a timelymanner. Notice. Notice shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Phone Number: (509) 921-1000 Phone Number: Address: 11707 East Sprague Ave, Suite 106 Mobil: Spokane Valley, WA 99206 Address: 6. Applicable Laws and Standards. The parties, in the performance of this agreement, agree to comply with all applicable Federal, State and local laws, and City ordinances and regulations. 7. Prevailing Wages on Public Works. Unless otherwise required by law, if this contract is for a "public work" which is defined as "work, construction, alteration, repair or improvement other than ordinary maintenance executed at the cost of the City" the following provision applies This agreement provides for the construction of a public work and a payment of prevailing wages according to Washington law. All workers, laborers or mechanics shall be paid a prevailing rate of wage that is set forth in an Exhibit to thisigreement. Before any payment may be made to Contractor a "Statement of Intent to Pay Prevailing Wages" must be submitted to the City. Following final acceptance of the public works project, the Contractor and each subcontractor shall submit an "Affidavit of Wages Paid" before retained funds will be released to the Contractor. The affidavit must be certified by the industrial statistician of the Department of Labor and Industries. 8. Relationship of the Parties. It is hereby understood, agreed and declared that the Contractor shall be an independent Contractor and not the agent or employee of the City, that the City is interested in only the results to be achieved, and that the right to control the particular manner, method and means of the work is solely within the discretion of the Contractor. Any and all employees who provide services to the City under this agreement shall be deemed employees of the Contractor. The Contractor shall be solely responsible for the conduct and actions of all its employees under this agreement and any liability that may attach thereto. 9. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by the Contractor under this agreement are and shall be the property of the City, and may be subject to disclosure pursuant to RCW 4256 or other applicable public record laws. 10. 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 the Contractor's records with respect to all matters covered in this contract. Such representatives shall be permitted to audit, examine and make excerpts Agreement for Construction Services Page 2 of 6 or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three yearstfim the date final payment is made hereunder. 11. Warranty. Unless provided otherwise in the Contract Plans or Contract Documents, Contractor warrants all workand materials performed or installed under this contract are free from defect or failure for a period of one year following final acceptance by the City, unless a supplier or manufacturerhas a warranty for a greater period, which warranty shall be assigned to the City. In the event a defect or failure occurs in work or materials, the Contractor shall within the warranty period remedy the same at no cost or expense to the City. 12. Contractor to Be Licensed And Bonded. The Contractor shall be duly licensed and bonded by the State of Washingtonat all times this agreement is in effect 13. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation. Contractor's maintenance of insurance as required by the agreement 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. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile Liabilityinsurance covering allowned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) from CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 Ol and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and Iiability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respectto 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 equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amountsoflnsurance. Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,mO per accident. Agreement for Construction Services Page 3 of 6 2. Commercial General Liabilityinsurance shall be written with limits no less that $1,000,000 each occurrence, $2,000,000 general aggregate and 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. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintainedby the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. Cancellation ofConsultant's insurance shallbe governed by either: a. the policy shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty days prior written notice by certified mail, return receipt requested, has been given to the City, or b. the Consultant shall provide at least 30 days prior written notice by certified mail, return receipt requeted of a cancellation. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Evidence of Coverage. As evidence of the insurance coverages required by this contract, the Contractor shall furnish acceptable insurance certificates to the City at the time the Contractor returns the signed contract. The certificate shall specify all of the parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies orentities are 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. 14. 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. 15. Bonding Requirements. Contractor shall provide for the following items prior to the initiation of the contract: a. Performance and Payment Bond shall be 100% of annual contractamount 16. Indemnification and Hold Harmless. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this agreement, except for injuries and damages caused by the sole negligence of the City. Agreement for Construction Services Page 4 of 6 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 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 the Treement. 17. 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. 18. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilitiesof this agreement, or the benefits received hereunder, without first obtaining the written consent of the other party. 19. Jurisdiction and Venue. This agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 20. Arbitration. All disputes arising under this agreement shall be resolved through arbitration pursuant to State law. Rules for arbitration shall be those prescribed by the American Association of Arbitration. 21. Entire Agreement. This written agreement constitutes the entire and complete agreement between the parties, and supercedes any prior oral or written agreements. This agreement may not be changed, modified, or altered, except in writing and signed by the parties hereto. 22. Anti-kickback No officer or employee of the 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~greement, 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 egreement. 23. Business Registration. Prior to commencement of work, Contractor shall register with the City as a business. 24. Severability. If any section, sentence, clause or phrase of this agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this Egreement. 25. Exhibits. Exhibits attached and incorporated into this agreement are: 1. Bid Package, 2. Insurance Certificates. Agreement for Construction Services Page 5 of 6 IN WITNESS WHEREOF, the parties have executed thisagreementthis day of , 2009. CITY OF SPOKANE VALLEY: City Manager CONTRACTOR: Owner Tax I.D. No.: ATTEST: City Clerk APPROVED AS TO FORM: Office of the City Attorney Agreement for Construction Services Page 6 of 6 VV P-2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $31.41 1 M 5D BOILERMAKERS JOURNEY LEVEL $53.61 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $38.62 1 M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.75 1 CARPENTERS CARPENTER $35.61 1B 5A 8N MILLWRIGHT AND MACHINE ERECTORS $37.56 1B 5A 8N PILEDRIVER/CARPENTER $35.61 1B 5A 8N PILEDRIVER/DRIVING, PULLING, CUTTING, PLACING COLLARS, $35.87 1B 5A 8N SETTING, WELDING, OR CREOSOTE TREATED MATERIAL ON ALL PILING CEMENT MASONS JOURNEY LEVEL $35.30 IN 5D DIVERS & TENDERS DIVER $69.69 1B 5A 8A DIVER ON STANDBY $39.62 I B 5A DIVER TENDER $38.62 1B 5A DIVING MASTER $47.13 1B 5A SURFACE RCV & ROV OPERATOR $38.62 1B 5A SURFACE RCV & ROV OPERATOR TENDER $36.87 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $47.09 IN 5D 8D ASSISTANT MATE (DECKHAND) $46.58 IN 5D 8D BOATMEN $47.09 IN 5D 8D ENGINEER WELDER $47.14 IN 5D 8D LEVERMAN, HYDRAULIC $48.71 IN 5D 8D MAINTENANCE $46.58 IN 5D 8D MATES $47.09 IN 5D 8D OILER $46.58 IN 5D 8D DRYWALL TAPERS JOURNEY LEVEL $31.71 1 P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $30.89 1 ELECTRICIANS - INSIDE JOURNEY LEVEL $42.05 1E 51 ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C Page 1 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59,79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39,07 4A 5A HEAD GROUNDPERSON $41,22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $18.75 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $20.23 1 FENCE ERECTORS FENCE ERECTOR $12,80 1 FLAGGERS JOURNEY LEVEL $29,31 1M 5D GLAZIERS JOURNEY LEVEL $20.08 1 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $20.09 1 HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $33.19 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9,24 1 INLAND BOATMEN DECKHAND $23.81 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $14.86 1 IRONWORKERS JOURNEY LEVEL $48.19 10 5A LABORERS ASPHALT RAKER $31.95 1M 5D ASPHALT ROLLER, WALKING $31.68 1M 5D BRUSH HOG FEEDER $31.41 1M 5D BRUSH MACHINE $31.95 1M 5D Page 2 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CARPENTER TENDER $31.41 1M 5D CASSION WORKER $31.95 1M 5D CEMENT FINISHER TENDER $31.68 1M 5D CEMENT HANDLER $31.41 1 M 5D CHAIN SAW OPERATOR AND FALLER $31.95 1 M 5D CLEAN-UP LABORER $31.41 1M 5D CONCRETE CREWMAN $31.41 1 M 5D CONCRETE SAW, WALKING $31.68 1M 5D CONCRETE SIGNALMAN $31.41 1 M 5D CONCRETE STACK $31.95 1M 5D CRUSHER FEEDER $31.41 1M 5D DEMOLITION $31.41 1M 5D DEMOLITION TORCH $31.68 11M 5D DOPE POT FIREMAN $31.68 1M 5D DRILL HELPER, WHEN REQUIRED TO MOVE AND POSITON MACHINERY $31.68 1M 5D DRILL WITH DUAL MASTS $32.23 1M 5D DRILL, AIR TRACT $31.95 1M 5D DRILLS, WAGON $31.68 1M 5D DUMPMAN $31.41 1M 5D EROSION CONTROL WORKER $31.41 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $29.31 1M 5D construction debris cleanup) FIRE WATCH $31.41 1M 5D FORM CLEANING MACHINE FEEDER, STACKER $31.41 1M 5D FORM SETTER, PAVING $31.68 1M 5D GENERAL LABORER $31.41 11M 5D GRADE CHECKER USING LEVEL, OPTIONAL $31.68 11M 5D GROUT MACHINE HEADER TENDER $31.41 1M 5D GUARDRAIL ERECTOR $31.41 1M 5D GUNITE NOZZLEMAN $31.95 1M 5D HAZARDOUS WASTE WORKER LEVEL A $32.23 1M 5D HAZARDOUS WASTE WORKER LEVEL B $31.95 1M 5D HAZARDOUS WASTE WORKER LEVEL C $31.68 1M 5D HAZARDOUS WASTE WORKER LEVEL D $31.41 1M 5D HIGH SCALER $31.95 1M 5D JACKHAMMER $31.68 IM 5D LASER BEAM OPERATOR $31.95 1M 5D MINER, CLASS "A" $31.41 1M 5D MINER, CLASS "B" $31.68 1M 5D MINER, CLASS "C" $31.95 1M 5D MINER, CLASS "D" $32.23 1M 5D MONITOR OPERATOR, AIR TRACK, OR SIMILAR $31.95 1M 5D MORTAR MIXER $31.95 1M 5D NIPPER $31.41 1M 5D NOZZLEMAN, TO INCLUDE JET BLASTING $31.95 1M 5D NOZZLEMAN, TO INCLUDE SQUEEZE AND FLOW-CRETE $31.68 11M 5D NOZZLEMAN, WATER, AIR OR STEAM $31.68 11M 5D PAVEMENT BREAKER, 90 LBS & OVER $31.95 11M 5D PAVEMENT BREAKER, UNDER 90 LBS $31.68 1M 5D PIPE, WATER LINER $31.68 1M 5D PIPELAYER, CORRUGATED METAL CULVERT $31.68 1M 5D PIPELAYER, MULTI PLATE $31.68 1M 5D Page 3 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code PIPELAYER, TO INCLUDE WORKING TOPMAN $31.95 1M 5D PIPEWRAPPER $31.95 1M 5D PLASTERER TENDER $31.95 1M 5D POTTENDER $31.68 1M 5D POWDERMAN $33.60 1M 5D POWDERMAN HELPER $31.68 1M 5D POWER BUGGY OPERATOR $31.68 1M 5D POWER TOOL OPERATOR (GAS, ELECTRIC OR PNEUMATIC) $31.68 1M 5D RAILROAD POWER SPIKER OR PULLER, DUAL MOBILE $31.68 1M 5D RIPRAP PERSON $31.41 1M 5D RODDER & SPREADER $31.68 1M 5D SCAFFOLD ERECTOR, WOOD OR STEEL $31.41 1M 5D STAKE JUMPER $31.41 1M 5D STRUCTURAL MOVER $31.41 1M 5D TAILHOSEMAN, SANDBLAST $31.41 1M 5D TAILHOSEMAN, WATER NOZZLE $31.41 1M 5D TAMPER $31.68 1M 5D TIMBER BUCKER & FALLER (BY HAND) $31.41 11M 5D TRACK LABORER $31.41 1M 5D TRENCHER, SHAWNEE $31.68 1M 5D TRUCK LOADER $31.41 11M 5D TUGGER OPERATOR $31.68 1M 5D VIBRATOR $31.95 1M 5D WELDER (ELECTRIC, MANUAL OR AUTOMATIC) $32.23 1M 5D WELL-POINT MAN $31.41 1M 5D WHEELBARROW, POWER DRIVEN $31.68 1M 5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $31.41 1M 5D PIPE LAYER $31.95 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.65 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.22 1 LANDSCAPING OR PLANTING LABORERS $11.46 1 LATHERS JOURNEY LEVEL $35.61 1B 5A 8N METAL FABRICATION (IN SHOP) FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10,27 1 WELDER $10.80 1 PAINTERS JOURNEY LEVEL $28,02 1W 6Z PLASTERERS JOURNEY LEVEL $16.79 1 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $48.05 1J 5A POWER EQUIPMENT OPERATORS A-FRAME TRUCK (2 OR MORE DRUMS) $35.74 1M 5D 8D A-FRAME TRUCK (SINGLE DRUM) $35.13 1M 5D 8D Page 4 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASPHALT PLANT OPERATOR $36.34 1 M 5D 8D ASSISTANT PLANT FIREMAN OR PUGMIXER $35.13 1 M 5D 8D ASSISTANT REFRIGERATION PLANT & CHILLER (OVER 1000 TONS) $35.74 1 M 5D 8D ASSISTANT REFRIGERATION PLANT (UNDER 1000 TON) $35.13 1 M 5D 8D AUTOMATIC SUBGRADER (DITCHES & TRIMMERS) $36.34 1 M 5D 8D BACKFILLERS (CLEVELAND & SIMILAR) $35.74 1 M 5D 8D BACKHOE & HOE RAM (UNDER 3/4 YARD) $36.06 1 M 5D 8D BACKHOE & HOE RAM (3/4 - 3 YD) $36.34 1 M 5D 8D BACKHOE (45,000 GW & UNDER) $36.06 1M 5D 8D BACKHOE (45,000 GW TO 110,000 GW) $36.34 1 M 5D 8D BACKHOE (OVER 110,000 GW) $36.61 1 M 5D 8D BACKHOE, (3 YD & OVER) $36.61 iM 5D 8D BATCH & WET MIX (MULTIPLE UNITS) $36.34 1 M 5D 8D BATCH PLANT & WET MIX (SINGLE UNIT) $35.74 1 M 5D 8D BATCH PLANT (OVER 4 UNITS) $36.34 1 M 5D 8D BELT FINISHING MACHINE $35.13 1M 5D 8D BELT-CRETE CONVEYORS WITH POWER PACK $35.74 1M 5D 8D BENDING MACHINE $35.74 1 M 5D 8D BIT GRINDERS $34.81 1M 5D 8D BLADE (FINISH & BLUETOP) (AUTOMATIC, CMI, ABC) $36.61 1 M 5D 8D BLADE (FINISH ATHEY & HUBER) $36.61 1M 5D 8D BLADE (MOTOR PATROL & ATTACHMENTS) $36.34 1 M 5D 8D BLOWER OPERATOR (CEMENT) $35.13 1 M 5D 8D BOAT OPERATORS $34.26 1M 5D 8D BOBCAT (SKID STEER) $35.74 1 M 5D 8D BOLT THREADING MACHINE $34.81 1M 5D 8D BOOM CATS (SIDE) $36.34 1M 5D 8D BORING MACHINE (EARTH) $35.74 1M 5D 8D BORING MACHINE (ROCK) $35.74 1M 5D 8D BUMP CUTTER (WAYNE, SAGINAU OR SIMILAR) $35.74 1M 5D 8D CABLEWAY CONTROLLER (DISPATCHER) $36.34 1 M 5D 8D CABLEWAY OPERATORS $36.61 1M 5D 8D CANAL LINING MACHINE (CONCRETE) $35,74 1M 5D 8D CARRYDECK & BOOM TRUCK $36.06 1 M 5D 8D CEMENT HOG $35.13 1M 5D 8D CHIPPER (WITHOUT CRANE) $35.74 IM 5D 8D CLEANING & DOPING MACHINE (PIPELINE) $35.74 1M 5D 8D COMPACTOR, SELF PROPELLED WITH BLADE $36.34 1M 5D 8D COMPRESSORS (OVER 2000 CFM, 2 OR MORE) $35.13 1 M 5D 8D COMPRESSORS (UNDER 2000 CFM, GAS, DIESEL) $34.81 1M 5D 8D CONCRETE CLEANING/DECONTAMINATION MACHINE OPERATOR $36.61 1M 5D 8D CONCRETE PUMP BOOM TRUCK $36.34 1 M 5D 8D CONCRETE PUMPS (SQUEEZE-CRETE, FLOW-CRETE) $35.90 1M 5D 8D CONCRETE SAW (MULTIPLE CUT) $35.13 1M 5D 8D CONCRETE SLIP FORM PAVER $36.34 1M 5D 8D CRANES, 25 TON & UNDER $36.06 1M 5D 8D CRANES, OVER 25 TON, TO & INCLUDING 45 TON, ALL ATTACHMENTS $36.34 1 M 5D 8D INCL. CLAMSHELL AND DRAGLINE CRANES, OVER 25 TON, TO & INCLUDING 45 TON, ALL ATTACHMENTS $36.84 1M 5D 8D INCL. CLAMSHELL AND DRAGLINE (180' TO 250' BOOM) CRANES, OVER 25 TON, TO & INCLUDING 45 TON, ALL ATTACHMENTS $37.14 1 M 5D 8D INCL. CLAMSHELL AND DRAGLINE (OVER 250' BOOM) Page 5 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, OVER 45 TON, TO & INCLUDING 85 TON, ALL ATTACHMENTS $36.61 1M 5D 8D INCL. CLAMSHELL AND DRAGLINE CRANES, OVER 45 TON, TO & INCLUDING 85 TON, ALL ATTACHMENTS $37.09 1 M 5D 8D INCL. CLAMSHELL AND DRAGLINE (180' TO 250' BOOM) CRANES, OVER 45 TON, TO & INCLUDING 85 TON, ALL ATTACHMENTS $37.41 1 M 5D 8D INCL. CLAMSHELL AND DRAGLINE (OVER 250' BOOM) CRANES, 85 TON & OVER AND ALL CLIMBING, OVERHEAD, RAIL & $37.71 1 M 5D 8D TOWER, ALL ATTACHMENTS INCL. CLAMSHELL AND DRAGLINE CRANES, 85 TON & OVER AND ALL CLIMBING, OVERHEAD, RAIL & $38.21 1 M 5D 8D TOWER, ALL ATTACHMENTS INCL. CLAMSHELL AND DRAGLINE (180' TO 250' BOOM) CRANES, 85 TON & OVER AND ALL CLIMBING, OVERHEAD, RAIL & $38.51 1 M 5D 8D TOWER, ALL ATTACHMENTS INCL. CLAMSHELL AND DRAGLINE (OVER 250' BOOM) CRUSHER FEEDERMAN $34.26 1M 5D 8D CRUSHER, GRIZZLE & SCREENING PLANT $36.34 1M 5D 8D DECK ENGINEER $35.74 1M 5D 8D DECK HAND $34.81 1M 5D 8D DERRICKS & STIFFLEGS (UNDER 65 TON) $36.06 1M 5D 8D DERRICKS & STIFFLEGS (65 TON & OVER) $36.61 11M 5D 8D DISTRIBUTOR LEVERMAN $35.13 1M 5D 8D DITCH WITCH OR SIMILAR $35.13 1M 5D 8D DOPE POTS (POWER AGITATED) $35.13 1M 5D 8D DOZER, 834 R/T & SIMILAR $36.34 11M 5D 8D DOZER, MULTIPLE UNITS WITH SINGLE BLADE $36.34 1M 5D 8D DRILL DOCTOR $36.34 1M 5D 8D DRILLERS HELPER $34.81 1M 5D 8D DRILLING EQUIPMENT (8 INCH BIT & OVER) $36.06 1M 5D 8D DRILLS (CHURN, CORE, CALYX OR DIAMOND) $35.90 1M 5D 8D ELEVATING BELT (HOLLAND TYPE) $36.61 1M 5D 8D ELEVATOR HOISTING MATERIALS $35.13 1M 5D 8D EQUIPMENT SERVICEMAN, GREASER AND OILER $35.90 1M 5D 8D FIREMAN & HEATER TENDER $34.81 1M 5D 8D FORK LIFT OR LUMBER STACKER, HYDRA-LIFT $35.13 1M 5D 8D GENERATOR PLANT ENGINEERS (DIESEL, ELECTRIC) $35.74 1M 5D 8D GIN TRUCKS (PIPELINE) $35.13 11M 5D 8D GRADE CHECKER $36.06 1M 5D 8D GUNITE COMBINATION MIXER & COMPRESSOR $35.74 1M 5D 8D H.D. MECHANIC $36.61 1M 5D 8D H.D. WELDER $36.61 1M 5D 8D HEAVY EQUIPMENT ROBOTICS OPERATOR $36.61 1M 5D 8D HELICOPTER PILOT $37,71 1M 5D 8D HELPER, OF H.D. MECHANIC & H.D. WELDER $34.26 1M 5D 8D HOE RAM $36.06 1M 5D 8D HOIST (2 OR MORE DRUMS OR TOWER HOIST) $35.90 1M 5D 8D HOIST (SINGLE-DRUM) $35.13 1M 5D 8D HYDRO SEEDER, MULCHER, NOZZLEMAN $34.81 1M 5D 8D LOADER (360 DEGREES REVOLVING KOEHRING) $36.61 1M 5D 8D LOADER, BELT (KOCAL OR SIMILAR) $35.74 11M 5D 8D LOADER, ELEVATING BELT-TYPE (EUCLID, BARBER) $35.74 1M 5D 8D LOADER, ELEVATING GRADER TYPE (DUMOR, ADAMS) $35.74 1M 5D 8D LOADERS (BUCKET, ELEVATOR & CONVEYORS) $35.13 IM 5D 8D LOADERS, OVERHEAD/FRONT-END ( UNDER 4 YD) $35.90 1M 5D 8D LOADERS, OVERHEAD/FRONT-END (4 - 8 YD) $36.34 1M 5D 8D Page 6 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LOADERS, OVERHEAD/FRONT-END ( 8 - 10 YD) $36.61 11M 5D 8D LOADERS, OVERHEAD/FRONT-END (10 YD & OVER) $37.71 1M 5D 8D LOCOMOTIVE ENGINEER $35.74 1M 5D 8D LONGITUDINAL FLOAT $35.13 1M 5D 8D MASTER ENVIRONMENTAL MAINTENANCE TECHNICIAN $36.61 1 M 5D 8D MIXER (PORTABLE-CONCRETE) $35.13 1M 5D 8D MIXERMOBILE $35.74 1M 5D 8D MUCKING MACHINE $35.74 1M 5D 8D OILER $34.26 1M 5D 8D OILER DRIVER & CABLE TENDER, MUCKING MACHINE $34.81 1M 5D 8D PAVE OR CURB EXTRUDER ASPHALT & CONCRETE $35.90 1 M 5D 8D PAVEMENT BREAKER, HYDRAHAMMER & SIMILAR $35.13 1M 5D 8D PAVING (DUAL DRUM) $36.06 1M 5D 8D PAVING MACHINE (ASPHALT OR CONCRETE) $36.34 1 M 5D 8D PILEDRIVING ENGINEERS $36.06 1M 5D 8D POSTHOLE AUGER OR PUNCH $35.74 1 M 5D 8D POWER BROOM $35.13 1M 5D 8D PROBE TENDER (ROTO-MILL) $35.13 1 M 5D 8D PUMP (GROUT OR JET) $35.74 1 M 5D 8D PUMP OPERATOR (WATER) $34.81 1M 5D 8D QUAD-TRACK OR SIMILAR EQUIPMENT $36.34 1M 5D 8D RAILROAD BALLAST REGULATION SELF-PROPELLED $35.13 1M 5D 8D RAILROAD POWER TAMPER (SELF-PROPELLED) $35.13 1M 5D 8D RAILROAD POWER TAMPER JACK (SELF-PROPELLED) $35.13 1 M 5D 8D RAILROAD TRACK LINER OPERATOR (SELF-PROPELLED) $36.06 1M 5D 8D REFRIGERATION PLANT ENGINEER (1000 TONS & OVER) $36.06 1M 5D 8D REFRIGERATION PLANT ENGINEERS (UNDER 1000 TONS) $35.90 1 M 5D 8D ROLLER OPERATOR (FINISHING PAVEMENT) $36.34 1 M 5D 8D ROLLERS, ALL TYPES ON SUBGRADE (FARM TYPE) $34.81 1 M 5D 8D ROTO-MILL PAVEMENT PROFILER $36.34 1 M 5D 8D SCRAPER, BAGLEY OR STATIONARY $35.13 1M 5D 8D SCRAPERS, ALL, RUBBER-TIRED $36.34 1M 5D 8D SCRAPERS, RUBBER-TIRED (MULTI-ENGINE WITH 3 OR MORE $36.61 IM 5D 8D SCRAPERS) SCREED OPERATOR $36.34 1M 5D 8D SHOVELS, (3 YD & OVER) $36.61 1M 5D 8D SHOVELS, (UNDER 3 YD) $36.34 1M 5D 8D SIGNALMEN (WHIRLEYS, HIGHLINE, HAMMERHEADS) $36.06 1M 5D 8D SKIDDER, RUBBER-TIRED (R/T, WITH OR WITHOUT ATTACHMENTS) $35.90 1M 5D 8D SOIL STABILIZER (P & H OR SIMILAR) $35.74 1M 5D 8D SPRAY CURING MACHINE-CONCRETE $35.13 1M 5D 8D SPREADER BOX (SELF-PROPELLED) $35.13 1M 5D 8D SPREADER MACHINE $35.74 1M 5D 8D STEAM CLEANER $34.26 1M 5D 8D STRADDLE BUGGY (ROSS & SIMILAR) $35.13 11M 5D 8D SURFACE HEATER & PLANNER MACHINE $35.90 11M 5D 8D TRACTOR, FARM-TYPE R/T WITH ATTACHMENTS $35.13 IM 5D 8D TRACTOR, TO D-6 OR EQUIVALENT & OVER $36.34 1M 5D 8D TRACTOR, TO D-6 OR EQUIVALENT & TRAXCAVATOR $35.74 11M 5D 8D TRAVERSE FINISHING MACHINE $35.74 1M 5D 8D TRENCHING MACHINES (7 FT DEPTH & OVER) $36.34 1M 5D 8D TRENCHING MACHINES (UNDER 7 FT DEPTH) $35.90 1M 5D 8D Page 7 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TUG BOAT OPERATOR $36.34 1M 5D 8D TUGGER OPERATOR $35.13 1M 5D 8D TURNHEAD (WITH RE-SCREENING) $35.90 1M 5D 8D TURNHEAD OPERATOR $35.74 1M 5D 8D ULTRA HIGH PRESSURE WATERJET CUTTING TOOL SYSTEM $36.61 1M 5D 8D OPERATOR (30,000 PSI) VACTOR GUZZLER, SUPER SUCKER $36.34 1M 5D 8D VACUUM BLASTING MACHINE OPERATOR $36.61 1M 5D 8D VACUUM DRILL (REVERSE CIRCULATION DRILL) $35.90 1M 5D 8D WELDING MACHINES $34.81 1M 5D 8D WHIRLEYS & HAMMERHEADS, ALL $36.61 IM 5D 8D POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $48.05 1.1 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $38.62 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $20.80 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $23.67 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $10.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $25.32 1E 51 RESIDENTIAL GLAZIERS JOURNEY LEVEL $19.79 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $8.55 1 RESIDENTIAL LABORERS JOURNEY LEVEL $16.04 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.05 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $30.58 11 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $11.84 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $15.27 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $10.64 1 RESIDENTIALTERRAZZO/TILE FINISHERS JOURNEY LEVEL $19.80 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $15.95 1 Page 8 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROOFERS JOURNEY LEVEL $32,57 1R 51 USING IRRITABLE BITUMINOUS MATERIALS $34.57 1R 51 SHEET METALWORKERS JOURNEY LEVEL (FIELD OR SHOP) $44.27 1 B 51 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $13.91 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) SIGN INSTALLER $19.12 1 SIGN MAKER $15.00 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 IN 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8.55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $46.30 113 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9,25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $19.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $32,27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32,27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON/INSTALLER $22,73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $30.37 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $24.36 1 TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 20 YARDS) $36.82 1V 5D 8M ASPHALT MIX (OVER 20 YARDS) $36.98 1V 5D 8M DUMPTRUCK $36.82 1V 5D 8M DUMP TRUCK & TRAILER $36.98 IV 5D 8M OTHER TRUCKS $36.71 1V 5D 8M TRANSIT MIXER $31.73 2G 61 Page 9 SPOKANE COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER $21.00 $9.20 $18.00 Page 10 PUBLIC NOTICE FOR INVITATION TO BID CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT CENTERPLACE 2426 N. DISCOVERY PLACE SPOKANE VALLEY, WA 99216 Notice is hereby given that the City of Spokane Valley, Spokane Valley, Washington will accept sealed bids for Spokane Valley Parks and Recreation Department Park Maintenance Contract. The City of Spokane Valley is request- ing Bids for two types of mainte- nance. The first is the complete vegetation maintenance of parks, open space, recreation playing fields, medians, rights-of way, trails (including the Centennial Trail), parking lots, walkways and other facilities and buildings oper- ated by the Parks and Recreation Department. General expectations include mowing, trimming, edg- ing, raking, sweeping, washing, spraying for pests and weeds, aer- ating, fertilizing, watering, litter control, snow removal of parking and walkways, graffiti eradica- tion, playground inspection, rest- room and facility cleaning, stor- age of picnic benches and trash receptacles, and forestry opera- tions such as trimming, removal or spraying in order. to maintain healthy trees and shrubbery on Park and Recreation property. The second type of maintenance includes playground mainte- nance, repair and installation; mi- nor facility repair such as paint- ing, plumbing, carpentry and ma- sonry and other work as may be determined. Some locations re- quire basic water sample collec- tion. The contractor would be re- sponsible to supply all labor, ma- terials and supplies necessary to fulfill the terms of this contract. The above is not all inclusive, but is representative of what is ex- pected to be a comprehensive maintenance contract. Interested and qualified landscape mainte- nance contractors who have suc- cessfully demonstrated their abili- ty to provide similar services at comparable facilities are invited to submit a bid. The City of Spokane Valley recog- nizes the complexity of this bid and the challenge in quantifying all tasks. All questions and com- ments will be reviewed and changes/addendums will be post- ed on the City website. Hard cop- ies will be mailed upon request. Copies of the bid packet including instructions, qualifications and specifications can be obtained at the City of Spokane Valley Parks and Recreation Department office at CenterPlace, 2426 N. Discovery Place, Spokane Valley, Washing- ton 99216, Monday through Friday from 8:00 a.m. to 5:00 p.m. A non-refundable $50.00 deposit is required. All bids must be accompanied by a bid deposit in the form of a sure- ty bond, postal money order, cash, cashier's check, or certified check in an amount equal to five per- cent (5%) of the amount of the bid proposed. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non- responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City of Spokane Valley City Clerk of the City of Spokane Valley, 11707 E. Sprague Avenue, Suite 106, Spo- kane Valley, Washington, 99206, and received not later than_Fri- day October 9th, 2009, 11:00 a.m. local time. Bid openings will be held immediately there- after and read aloud in the coun- cil chambers at Spokane Valley City Hall at the address listed above. The City retains the right to reject any and all bids and to waive minor irregularities in the bidding process. Christine Bainbridge, CMC Spokane Valley City Clerk (509) 688-0177 PUBLISH: 9/18 & 9/25 2009 SR19443 *Federal Tax ID No. 68-0617327 AFFIDAVIT OF PUBLICATION STATE OF WASHINGTON County of Spokane, ss. Name: City of Spokane Valley Acct: 42365 PO No.: No. Lines: 119 Total Cost: $ 505.491 Log No: SR19443 I, Kristina Grubbs do solemnly swear that I am the Principal Clerk of the SPOKESMAN- REVIEW, a newspaper established and regularly published, once each day in the English language, in and of general circulation in the City of Spokane, Spokane County, Washington; and in the City of Coeur d'Alene, Kootenai County, Idaho; that said newspaper has been so established and regularly published and has had said general circulation continuously for more than six (6) months prior to the 23rd day of July, 1941; that said newspaper is printed in an office maintained at its place of publication in the City of Spokane, Washington; that said newspaper was approved and designated as a legal newspaper by order of the Superior Court of the State of Washington for Spokane County on the 23rd day of July, 1941, and that said order has not been revoked and is in full force and effect; that the notice attached hereto and which is a part of the proof of publication, was published in said newspaper, one time(s), the publication having been made once each time on the following dates: September 18, 2009 That said notice was published in the regular and entire issue of every number of the paper during the period of time of publication, and that the notice was published in the newspaper proper and not in a supplement. _ It U Subscribed and shorn to before me at theQ* of Spokane, this 25th day of September, 2009„ 1 I . 14, \1 INC ary Public in and for the State of Washington residing in Spokane County, Washington ~ O~~\SS1 O N ESA ER N oP WpSN X'Vf_~2 I b above The City retains the right AMENDED PUBLIC NOTICE FOR INVITATION TO BID CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT CENTERPLACE 2426 N. DISCOVERY PLACE SPOKANE VALLEY, WA 99216 Notice is hereby given that the City of Spokane Valley, Washing- ton will accept sealed bids for Spokane Valley Parks and Recrea- tion Department Park Mainte- nance Contract. The City of Spo- kane Valley is requesting Bids for two types of maintenance under one contract. The first is the com- plete vegetation maintenance of parks, open space, ' recreation playing fields, medians, rights-of way, trails (including the Centen- nial Trail), parking lots, walkways .,and other facilities and buildings operated by the Parks and Recrea- tion Department. General expecta- tions include mowing, trimming, edging, raking, sweeping, wash- ing, spraying for pests and weeds, aerating, fertilizing, watering, lit- ter control, snow removal of park- ing and walkways, graffiti eradi- cation, playground inspection, restroom and facility cleaning, storage of picnic. benches and trash receptacles, and forestry operations such as trimming, re- moval or spraying in order to maintain healthy trees and shrub- bery on Park and Recreation prop- erty. The second type of maintenance includes playground mainte- nance, repair and installation; mi- nor facility repair such as paint- ing, plumbing, carpentry and ma- sonry and other work as may be determined. Some locations re- quire basic water sample collec- tion. The contractor would be re- sponsible to supply all labor, ma- terials and supplies necessary to fulfill the terms of this contract. The above is not all inclusive, but is representative of what is ex- pected to be a comprehensive maintenance contract. Interested and qualified landscape mainte- nance contractors who have suc- cessfully demonstrated their abili- ty to, provide similar services at comparable facilities are invited to submit a bid. The City of Spokane Valley recog- nizes the complexity of this bid and the challenge in quantifying all tasks. All questions and com- ments will be reviewed and changes/addendums will be post- ed on the City website. Hard cop- ies will be mailed upon request. Copies of the bid packet including instructions, qualifications and specifications can be obtained at the Spokane Valley Parks and Rec- reation Department office located at CenterPlace, 2426 N. Discovery Place, Spokane Valley, Washing- ton 99216, Monday through Friday from 8:00 a.m. to 5:00 p.m. A non-refundable $50.00 deposit is required. All bids must be accompanied y a bid deposit in the form of a sure- ty bond, postal money order, cash, cashier's check, or certified check in an amount equal to five per- cent (5%) of the amount of the bid proposed. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non- responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City of Spokane Valley City Clerk, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than Friday. October 16th 2009, 11:00 a.m. local time. Bid open- ings will be held immediately . thereafter and read aloud in the council chambers at Spokane Val- ley City Hall at the address listed to reject any and all bids and to waive minor irregularities in the bidding process. Christine Bainbridge, CMC Spokane Valley City Clerk (509) 688-0177 Publish: September 25, October 2, 2009 SR19500 I *Federal Tax ID No. 68-0617327 AFFIDAVIT OF PUBLICATION STATE OF WASHINGTON County of Spokane, ss. Name: City of Spokane Valley Acct: 42365 PO No.: No. Lines: 121 Total Cost: $ 513.91 Log No: SR19500 I, Ruth Sullivan do solemnly swear that I am the Principal Clerk of the SPOKESMAN- REVIEW, a newspaper established and regularly published, once each day in the English language, in and of general circulation in the City of Spokane, Spokane County, Washington; and in the City of Coeur d'Alene, Kootenai County, Idaho; that said newspaper has been so established and regularly published and has had said general circulation continuously for more than six (6) months prior to the 23rd day of July, 1941; that said newspaper is printed in an office maintained at its place of publication in the City of Spokane, Washington; that said newspaper was approved and designated as a legal newspaper by order of the Superior Court of the State of Washington for Spokane County on the 23rd day of July, 1941, and that said order has not been revoked and is in full force and effect; that the notice attached hereto and which is a part of the proof of publication, was published in said newspaper, one time(s), the publication having been made once each time on the following dates: October 2, 2009 That said notice was published in the regular and entire issue of every number of the paper during the period of time of publication, and that the notice was published in the newspaper proper and not in a supplement. t,"-rL, /YL~Lt ~ Subscribed and sworn to before me at the City of Spokane, this 2nd day of October, 2009 ,F, f ary Public in and for the State of Washinc residing in Spokane County, Washington ~llc ~ 4L V I NI ~ V - - N L` i31- ~o ~ 7BEF~~ AMENDED PUBLIC NOTICE FOR INVITATION TO BID CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT CENTERPLACE 2426 N. DISCOVERY PLACE SPOKANE VALLEY, WA 99216 Notice is hereby given that the City of Spokane Valley, Washing- ton will accept sealed bids for Spokane Valley Parks and Recrea- tion Department Park Mainte- nance Contract. The City of Spo- kane Valley is requesting Bids for two types of maintenance under one contract. The first is the com- plete vegetation maintenance of parks, open space, recreation playing fields, medians, rights-of way, trails (including the Centen- nial Trail), parking lots, walkways and other facilities and buildings operated by the Parks and Recrea- tion Department. General expecta- tions include mowing, trimming, edging, raking, sweeping, wash- ing, spraying for pests and weeds, aerating, fertilizing, watering, lit- ter control, snow removal of park- fng and walkways, graffiti eradi- cation, playground inspection, restroom and facility cleaning, storage of picnic benches and trash receptacles, and forestry operations such as trimming,.re- moval or spraying in order to maintain healthy trees and shrub- bery on Park and Recreation prop- erty. The second type of maintenance includes playground mainte- nance, repair and installation; mi- nor facility repair such as paint- ing, plumbing, carpentry and ma- sonry and other work as may be determined. Some locations re- quire basic water sample collec- tion. The contractor would be re- sponsible to supply all labor, ma- terials and supplies necessary to fulfill the terms of this contract. The above is not all inclusive, but is representative of what is ex- pected to be a comprehensive maintenance contract. Interested and qualified landscape mainte- nance contractors who have suc- cessfully demonstrated their abili- ty to provide similar services at comparable facilities are invited to submit a bid. The City of Spokane Valley recog- nizes the complexity of this bid and the challenge in quantifying all tasks. All questions and com- ments will be reviewed and changes/addendums will be post- ed on the City website. Hard cop- ies will be mailed upon request. Copies of the bid packet including instructions, qualifications and specifications can be obtained at the Spokane Valley Parks and Rec- reation Department office located at CenterPlace, 2426 N. Discovery Place, Spokane Valley, Washing ton 99216, Monday through Friday from 8:00 a.m. to 5:00 p.m. A non-refundable $50.00 deposit is required. All bids must be accompanied by a bid deposit in the form of a sure- ty bond, postal money order, cash, cashier's check, or certified check in an amount equal to five per- cent (5%) of the amount of the bid proposed. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non- responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City of Spokane Valley City Clerk, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than Friday, October 16th, 2009, 11:00 a.m. local time. Bid open- ings will be held immediately thereafter and read aloud in the council chambers at Spokane Val- ley City Hall at the address listed above. The City retains the right to reject any and all bids and to waive minor irregularities in the bidding process. Christine Bainbridge, CMC Spokane Valley City Clerk (509) 688-0177 Publish: . September 25, October 2, 2009 SR19500 *Federal Tax ID No. 68-0617327 AFFIDAVIT OF PUBLICATION STATE OF WASHINGTON County of Spokane, ss. Name: City of Spokane Valley Acct: 42365 PO No.: No. Lines: 121 Total Cost: $ 513.914 Log No: SR19500 I, Kristina Grubbs do solemnly swear that I am the Principal Clerk of the SPOKESMAN- REVIEW, a newspaper established and regularly published, once each day in the English language, in and of general circulation in the City of Spokane, Spokane County, Washington; and in the City of Coeur d'Alene, Kootenai County, Idaho; that said newspaper has been so established and regularly published and has had said general circulation continuously for more than six (6) months prior to the 23rd day of, July, 1941; that said newspaper is printed in an office maintained at its place of publication in the City of Spokane, Washington; that said newspaper was approved and designated as a legal newspaper by order of the Superior Court of the State of Washington for Spokane County on the 23rd day of July, 1941, and that said order has not been revoked and is in full force and effect; that the notice attached hereto and which is a part of the proof of publication, was published in said newspaper, one time(s), the publication having been made once each time on the following dates: September 25, 2009 That said notice was published in the regular and entire issue of every number of the paper during the period of time of publication, and that the notice was published in the newspaper proper and not in a supplement. rz;~~ N. Subscribed and s-vbrn to before me at the Ui~r of Spokane, this 25th day of September, 2009 z ary Public in and for the State of Washington, residing in Spokane County, Washington \1 IN C \SS1 O N FAA/ ~O ~()Tr~R1' 9~cn l>L' U L1~ VO 0 8 ECG \ of Wp"s eJ~'~2 SUPERIOR COURT OF WASHINGTON FOR SPOKANE COUNTY In the Matter of: Amended Public Notice for Invitation To Bid City of Spokane Valley Parks and Recreation Department Centerplace STATE OF WASHINGTON ) )ss. County of Spokane ) No. AFFIDAVIT OF PUBLISHING NOTICE MICHAEL HUFFMAN , being first duly sworn on oath deposes and says that he is the EDITOR , of The Spokane V alley News Herald, a weekly newspaper. That said newspaper is a legal newspaper and it is now and has been for more than six months prior to the date of the publication hereinafter referred to, published in the English language continually as a weekly newspaper in Spokane County, Washington, and it is now and during all of said time was printed in an office maintained at the aforesaid place of publication of said newspaper, which said newspaper had been approved as a legal newspaper by order of the Superior Court of the State of Washington in and for Spokane County. That the following is a true copy of a public notice as it was published in regular issues commencing on the 25th day of September, 2009, and ending the 2nd day of October, 2009 all dates inclusive, and that such newspaper was regularly distributed to its subscribers during all of said period: /f_ r AMENDED PUBLIC NOTICE FOR INVITATION TO BID CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT CENTERPLACE 2426 N. DISCOVERY PLACE SPOKANE VALLEY, WA 99216 Notice is hereby given that the City of Spokane Valley, Washington will accept sealed bids for Spokane Valley Parks and Recreation Depart- ment Park Maintenance Contract. The City of Spokane Valley is requesting Bids fortwo types of maintenance under one contract. The first is the complete vegetation maintenance of parks, open space, recreation playing fields, medians, rights- of way, trails (including the Centennial Trail), parking lots, walkways and other facilities and buildings operated by the Parks and Recreation Department. General expectations include mow- ing, trimming, edging, raking, sweeping, washing, spraying for pests and weeds, aerating, fertilizing, watering, litter control, snow removal of parking and walkways, graffiti eradication, playground inspection, restroom and facility cleaning, storage of picnic benches and trash receptacles, and forestry operations such as trimming, removal or spraying in order to maintain healthy trees and shrubbery on Park and Recreation property. The second type of maintenance includes play- ground maintenance, repair and installation; minor facility repair such as painting, plumbing, carpentry and masonry and other work as may be determined. Some locations require basic water sample collection. The contractor would be responsible to supply all labor, materials and supplies necessary to fulfill the terms of this contract. The above is not all inclusive, but is representative of what is expected to be a comprehensive maintenance contract. Interested and qualified landscape maintenance contractors who have successfully demonstrated their ability to provide similar services at comparable facilities are invited to submit a bid. The City of Spokane Valley recognizes the com- plexity of this bid and the challenge in quantifying all tasks. All questions and comments will be reviewed and changes/addendums will be posted on the City website. Hard copies will be mailed upon request. Copies of the bid packet including instructions, qualifications and specifications can be obtained at the Spokane Valley Parks and Recreation Department office located at CenterPlace, 2426 N. Discovery Place, Spokane Valley, Washington 99216, Monday through Friday from 8:00 a.m. to 5:00 p.m..A non-refundable $50.00 deposit is required. All bids must be accompanied by a bid deposit in the form of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five percent (5%) of the amount of the bid proposed. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non-responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes ad- dressed to the City of Spokane Valley City Clerk, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not.later than Friday, October 16th, 2009, 11:00 a.m. lo- cal time. Bid openings will be held immediately thereafter and read aloud in the council chambers at Spokane Valley City Hall at the address listed above. The City retains the right to reject any. and all bids and to waive minor irregularities in the bidding process. Christine Bainbridge, CIVIC Spokane Valley City Clerk (509) 688-0177 9/25. 10/2 to before me State of Washington County of Spokane I certify that I know or have satisfactory evidence that E ' Michael Huffman is the person who appeared before me, and said person acknowledged that he signed N ~ tssr this instrument and acknowledged it to be his free ,on' o,,,.~q y nd voluntary act for the uses and purposes men- ned in the instrument. li crLIC • 1.~ 2O1 (3' Ilene Rae Wentz itle: Notary Public , My appoiritment expires: 5-16-11 < ,