Loading...
25-030.00EnvironmentControlCenterPlaceJanitorialServices 25.030.00 JANITORIAL SERVICES AGREEMENT Environment Control Spokane THIS JANITORIAL SERVICES AGREEMENT(the"Agreement") is made by and between the City of Spokane Valley,a code City of the State of Washington("City")and Environment Control Building Maintenance Company of Spokane,("Contractor")jointly referred to as the"Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1.Work to Be Performed. Contractor shall do all work and furnish all labor,supervision,tools,materials, supplies,and equipment and other items necessary for the janitorial services at CenterPlace Regional Event Center(the"Work")in accordance with the Scope of Work outlined in Exhibit A and in accordance with this Agreement and all other exhibits hereto(which are by this reference incorporated herein and made part hereof and referred to as the "Contract Documents"), and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall,for the amount set forth in paragraph 4,below,assume and be responsible for the cost and expense of all work required for completing the Work and related activities to the City's satisfaction, provided for in the Contract Documents,within the time limits prescribed in the Contract Documents. The City Manager or designee shall administer and be the primary contact for Contractor. Upon notice from City,Contractor shall promptly commence work,complete the same in a timely manner,and cure any failure in performance under this Agreement. Unless otherwise directed by City, all work shall be performed in conformance with the Contract Documents, and all City, state, and federal standards, codes, ordinances, regulations, and laws as now existing or as may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work on February 20,2025,and continue the Work through December 31,2026. The City and Contractor may enter into two optional two-year renewal terms ending on December 31,2030. Such renewals shall require mutual written agreement of the Parties. Contractor shall provide written notice to the City if it intends not to renew prior to August 15 of the last year of the relevant term. Either Party may terminate this Agreement for material breach after providing the other Party with at least 30 days'prior notice and an opportunity to cure the breach. City may,in addition,terminate this Agreement for any reason by 10 days' written notice to Contractor. In the event of termination without breach, City shall pay Contractor for all work previously authorized and satisfactorily performed prior to the termination date. 3.Liquidated Damages. See section 5,Payment for details regarding incomplete or unsatisfactory Work. 4.Compensation. a. During the first contract year,between the date of execution of this Agreement and December 31,2025,the City shall pay the Contractor up to$103,181.26 inclusive of applicable sales tax, as full compensation for all Work completed as identified in the Contract Documents. This 25.030.00 amount reflects the shortened 2025 contract year due to execution of this Agreement occurring after January 1,2025. b. For the contract year beginning January 1, 2026, and any contract years thereafter, the City shall pay the Contractor up to $119,940.00 annually, inclusive of applicable sales tax, as full compensation for all Work as identified in the Contract Documents unless otherwise adjusted pursuant to this Section 4. This amount reflects the total 12-month bid described in Exhibit B. c. Compensation for subsequent contract years beginning with January 1, 2026, through December 31,2026 may be adjusted pursuant to Section 9(b)of this Agreement d. In addition, the City may address changes in quantities or service levels that result in adjustments to the compensation. If Contractor does not provide services hereunder for a full calendar year,then the payment due under this subparagraph shall be prorated. e. The City may request additional one time services beyond the Scope of Work in Exhibit A,for which it will compensate the Contractor at the per hour additional services rate provided in Exhibit B. In no event shall the Contractor complete additional work for which it will seek additional compensation from the City without the City's express written authorization. 5.Payment. Contractor may elect to be paid in monthly installments,upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the address stated in paragraph 6. Before any payment can be made,the selected Contractor shall submit a"Statement of Intent to Pay Prevailing Wages"to the City,which has been approved by the State Department of Labor and Industries. Pursuant to chapter 60.28 RCW,five percent of the compensation due Contractor shall be retained by City. No final payment or release of any bond or withholding will be made at year end until the Contractor has submitted an "Affidavit of Wages Paid" certified by L&I. City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code,state standards,or federal standard& 6.Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name:Marci Patterson,City Clerk Name:Bryan Spray, Owner Phone:(509)720-5000 Phone:(509)464-3308 Address: 10210 East Sprague Avenue Address:204 S.Koren Rd, Suite 200 Spokane Valley,WA 99206 Spokane,WA 99212 7.Applicable Laws and Standards. The Parties,in the performance of this Agreement, agree to comply with all applicable federal,state,and local laws,codes,and regulations. 8. Certification Reaardina Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement,the Contractor certifies to the best of its knowledge and belies; that it and its principals: 25.030.00 1. Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public(federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement,theft, forgery, bribery, falsification or destruction of records,making false statements,or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification;and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal,state,or local)terminated for cause or default. B.Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this Agreement. 9.Prevailing Wages on Public Works. (a)Contractor,any subcontractor,or other person doing work under this Agreement,shall comply with the requirements of chapter 39.12 RCW, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries ("L&I"). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with chapter 39.12 RCW. The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project,published by L&I,are located at the L&I website address: https://lni_wa.gov/licensing-permits/public-works-projects/prevailing-wage-rates/ B.This Project is located in Spokane County. C.The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda_ A copy of the applicable prevailing wage rates is also available for viewing at the City Community&Public Works Department located at 10210 East Sprague Avenue, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. (b)The prevailing wage rates which are in effect on the bid due date shall remain firm throughout the first year of the contract through December 31,2025. Pursuant to 296-127-023,prevailing wage rates paid by 25.030.00 the Contractor to the Contractor's employees for janitorial services for subsequent contract years shall be adjusted one time annually to recovii7e and follow the most recently promulgated increases in prevailing wages. The Contractor shall notify the City of any proposed increase in compensation under Section 4 of this Agreement due to prevailing wage increases by August 15 of each year. The Contractor shall provide the City any requested documentation to verify such proposal. Such increases in compensation shall require confirmation from the City and the City may request L&I to verify the request in writing prior to the increase becoming effective. In no case shall the City be responsible for increases in costs beyond the increase in prevailing wages,nor for the Contractor's obligation to pay prevailing wages to its employees. Any increase in compensation authorized pursuant to this Section 9 shall go into effect on January 1 of the following contract year 10. ReIationship of the Parties. It is understood and agreed that Contractor shall be an independent contractor and not the agent or employee of City,that City is interested only in the results to be achieved, and that the right to control the particular manner,method,and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 11.Ownership of Documents. All drawings,plans,specifications,and other related documents prepared by Contractor under this Agreement are and shall be the property of City,and may be subject to disclosure pursuant to chapter 42.56 RCW,or other applicable public record laws. 12.Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine, make excerpts or transcripts from such records,and to make audits of all contracts,invoices,materials,payrolls,and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. 13.Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City,unless a supplier or manufacturer has a warranty for a greater period,which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall,within the warranty period,remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14.Contractor to Be Licensed and Bonded. Contractor shall be duly licensed,registered,and bonded by the State of Washington at all times this Agreement is in effect. 15. Contractor to Provide Performance and Payment Bonds. Contractor shall provide a payment bond and a performance bond in the full amount of the Agreement on the City's bond forms. Alternatively,if allowed pursuant to RCW 39.08.010(3),Contractor may elect to have the City retain 10%of the Agreement amount in lieu of providing the City with a payment bond and a performance bond 16. Insurance. Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor's work through the term of the Contract and for 30 days after the physical completion date,unless otherwise indicated herein. A.Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 25.030.00 1. Automobile liability insurance covering all owned, non-owned, hired and Ieased vehicles. Coverage shall be at least as broad as Insurance Services Office(ISO)form CA 00 01. 2.Commercial general liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations for a period of three years following substantial completion of the work for the benefit of the City, personal injury and advertising injury,and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an endorsement providing at least as broad coverage. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B.Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits. 1.Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of no less than$1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $2,000,000 each occurrence,$2,000,000 general aggregate,and no less than a$2,000,000 products-completed operations aggregate limit C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2.Contractor shall fax or send electronically in.pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. 3.If Contractor maintains higher insurance limits than the minimums shown above, City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Contractor, irrespective of whether such limits maintained by Contractor are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by Contractor. 4.Failure on the part of Contractor to maintain the insurance as required shall constitute a material breach of this Agreement, upon which the City may, after giving at least five business days' notice to Contractor to correct the breach, immediately terminate the 25.030.00 Agreement, or at its sole discretion, procure or renew insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand,or at the sole discretion of the City, offset against funds due Contractor from the City. D.No Limitation. The Contractor's maintenance of insurance,its scope of coverage,and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance,or otherwise limit the City's recourse to any remedy available at law or in equity. E.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. F. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement,which shall be Exhibit C. The certificate shall specify all of the parties who are additional insureds, and shall include applicable policy endorsements, and the deduction or retention leveL Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles,self-insured retentions,and/or self-insurance. G.Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract,upon which the City may,after giving at least five business days' notice to Contractor to correct the breach, immediately terminate the Agreement or,at its discretion,procure or renew such insurance and pay any and all premiums in connection therewith,with any sums so expended to be repaid to the City on demand,or at the sole discretion of the City,offset against funds due Contractor from the City. H. Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of Contractor-provided insurance as set forth herein, except Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured on each subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 17. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify, and hold harmless City and its officers,agents,and employees,from any and all claims,actions,suits,liability, loss, costs, attorney's fees, costs of litigation, expenses, injuries, and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts, errors, or omissions in the services provided or work done by Contractor,Contractor's agents,subcontractors,subconsuitants,and employees to the fullest extent permitted by law,subject only to the limitations provided below. However, should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City,its officers, officials,employees,and volunteers,the Contractor's liability 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, 25.030.00 solely for the purposes of this indemnification_ This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 18.Waiver.No officer,employee,agent,or other individual acting on behalf of either party has the power, right,or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law shall be taken and construed as cumulative and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 19. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 20. Confidentiality. Contractor may,from time-to-time,receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 21. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court of the State of Washington for Spokane County,unless otherwise required by applicable federal or state law. 22. Costs and Attorney's Fees. The prevailing party in any Iitigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation or arbitration(including expert witness fees). 23. Subcontractor Responsibility.As required by RCW 39_06.020,Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement shall be included in every subcontract of every tier. 24.Jurisdiction and Venue.This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County, State of Washington. 25.Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supersedes any prior oral or written agreements. This Agreement may not be changed, modified, or altered except in writing signed by the Parties. 26.Anti-kickback. No officer or employee of City,having the power or duty to perform an official act or action related to this Agreement, shall have or acquire any interest in this Agreement, or have solicited, accepted,or granted a present or future gift,favor,service,or other thing of value from any person with an interest in this Agreement. 27. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business if it has not already done so. 25.030.00 28. Assurance of Compliance with Applicable Federal Law. During the performance of this Agreement, the Contractor,for itself,its assignees,and successors in interest agrees as follows: A. Compliance with Regulations. Contractor shall comply with the federal laws set forth in subsection G, below("Pertinent Non-Discrimination Authorities")relative to non-discrimination in federally-assisted programs as adopted or amended from time-to-time, which are herein incorporated by reference and made a part of this Agreement. B. Non-discrimination. Contractor,with regard to the work performed by it during this Agreement, shall not discriminate on the grounds of race,color,or national origin in the selection and retention of subcontractors,including procurements of materials and leases of equipment. Contractor shall not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations, either by competitive bidding, or negotiation made by Contractor for work to be performed under a subcontract,including procurements of materials, or leases of equipment,each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of race,color,or national origin. D. Information and Reports. Contractor shall provide all information and reports required by the Acts,the regulations, and directives issued pursuant thereto,and shall permit access to its books, records,accounts,other sources of information,and its facilities as may be determined by the City or the WSDOT to be pertinent to ascertain compliance with such Acts,regulations,and instructions. Where any information required of Contractor is in the exclusive possession of another who fails or refuses to furnish the information, Contractor shall so certify to the City or the WSDOT, as appropriate,and shall set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance. In the event of a Contractor's noncompliance with the non- discrimination provisions of this Agreement,the City will impose such contract sanctions as it or the WSDOT may determine to be appropriate,including,but not limited to: 1. Withholding payments to Contractor under the Agreement until Contractor complies; and/or 2. Cancelling,terminating,or suspending the Agreement,in whole or in part. F. Incorporation of Provisions. Contractor shall include the provisions of Section 28 of this Agreement in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts,regulations and directives issued pursuant thereto.Contractor shall take action with respect to any subcontract or procurement as the City or the WSDOT may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if Contractor becomes involved in, or is threatened with litigation by a subcontractor or supplier because of such direction, Contractor may request that the City enter into any litigation to protect the interests of the City. In addition, Contractor may request the United States to enter into the Itigation to protect the interests of the United States. 25.030.00 G. Pertinent Non-Discrimination Authorities: During the performance of this Agreement, the Contractor agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964(42 U.S.C. §2000d et seq.,78 stat.252),(prohibits discrimination on the basis of race,color,national origin);and 49 CFR Part 21;and 49 Part 26; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601),(prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. §324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seq.), as amended, (prohibits discrimination on the basis of disability);and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. §6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 U.S.C. §471, Section 47123), as amended,(prohibits discrimination based on race,creed,color,national origin,or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964,The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973,by expanding the definition of the terms"programs or activities"to include all of the programs or activities of the Federal- aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities,public and private transportation systems,places of public accommodation,and certain testing entities(42 U.S.C. §§12131- 12189)as implemented by Department of Transportation regulations at 49 C.F.R.parts 37 and 38; The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits discrimination on the basis of race,color,national origin,and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency(LEP).To ensure compliance with 25.030.00 Title VI,you must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed.Reg.at 74087 to 74100);and Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities(20 U.S.C.§1681 et seq.). 29.Severability. If any section,sentence, clause,or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction,such invalidity shall not affect the validity of any other section, sentence,clause,or phrase of this Agreement. 30. Criminal Background Checks. As CenterPlace is utilized by vulnerable adults and children, Contractor agrees that it shall conduct a criminal background check of employees working at the site. The background check shall be done by an agreed upon entity. 30. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work B. Cost Statement C. Insurance Endorsements D.Performance and Payment Bond I Q The Parties have executed this Agreement this ! ` day of /6re4zry ,2025. CITY OF S OKANE VALLEY: Contractor: (.4 John Ho an, aty Manage r U By: Bryan Sp Its: Authorized Representative APPROVED AS TO FORM: ffice he City orney Exhibit A Scope of Work Routine tasks should be performed in all common areas throughout the facility • Daily tasks should be performed on each day • Monthly,quarterly,biannual,and yearly tasks should be performed during routine scheduled cleaning dates/times o If additional cleaning days/times need to be scheduled to complete tasks coordinate with Contract Manager or designee. • Routine cleaning tasks for workspaces should only be performed if workspace is unlocked/accessible Routine Cleaning Tasks Common areas(entry areas,elevators,hallways,lobbies,reception/customer service areas, kitchen/dining areas,restrooms, conference/training rooms) Daily 1. Empty trash and recycling receptacles and replace liners as needed. 2. Wipe down all countertops,conference tables,and surfaces 3. Wipe down appliances including keypads,fronts,and handles 4. Sweep and wet mop hard flooring 5. Sweep building stairwells—spot clean spills 6. Vacuum carpet and spot clean 7. Wipe out microwave ovens 8. Restock paper product and soap dispensers 9. Clean and disinfect plumbing fixtures(sinks,faucets,toilets,urinals) 10. Spot clean mirrors&interior glass surfaces 11. Clean all high touch surfaces(handles,switches,buttons,exercise equipment) 12. Clean all entry areas 13. Wipe down all partition walls,handles,and doors 14. Sanitize all plexiglasc transaction/customer service dividers 15. Wipe down all reception/customer service desks 16. Sanitizing drinking fountains Weekly 1. Clean mirrors&interior glass surfaces 2. Dust and damp wipe artwork cases Monthly 1. Dusting(high&low) 2. Replace urinal cartridges as needed 3. CIean HVAC supply and return grills/vents Quarterly 1. Tile grout clean&inspect 2. Clean and disinfect inside and outside of trash receptacles 3. Scrub and mop building stairwells Annual 25-030.00 Exhibit A 1. Seal tile grout Workspaces(Cubicles,Offices,Workstations,and Work Areas) Daily 1. Empty trash and recycling receptacles and replace Iiners as needed. 2. Clean all high touch surfaces(door handles,light switches) 3. Vacuum carpet 4. Sweep and wet mop hard flooring Monthly 1. Dust and damp wipe artwork cases 2. Clean HVAC supply and return grills/vents Quarterly 1. Dusting(high&low) Biannual(2x a year) 1. Clean and disinfect inside and outside of trash receptacles Additional Cleaning Tasks (tasks to be performed in both common and workspace areas) Weekly 1. Spot clean carpet stains and spills Monthly 1. Spot clean walls Biannual(2x a year) 1. Clean plastic&vinyl furniture 2. Clean and polish/wax hard surface floors 3. Dust blinds(both sides)and spot clean as needed 4. Shampoo carpeted areas Annual 1. Upholstered furniture cleaning/shampooing(conference rooms,lobby/lounge areas,benches, council chambers) 25-030.00 Exhibit A Quality Standards of Performance and Workmanship The intent of this portion of the specifications is to clarify the City's expectation for the level of service and janitorial care of its CenterPlace facility. The following statements indicate the general,minimum standards of cleanliness and workmanship to be furnished under the contract however,these standards are not meant to replace or supersede manufacturers'recommendations,or the latest industry standards for the use and application of materials and equipment. The level of service,as outlined in these specifications,shall be consistently maintained for the duration of the contract. Entry Areas (front sidewalk to front door up to 40 feet, and 10 feet of any other exit) Satisfactory and acceptable entry areas, including exterior foyers, entry ramps, stairways, and interior lobbies, shall be free of dirt, dust, debris,trash and stains. Acceptable entry areas shall present a clean, imiform appearance. 1. All paper,trash,or other discarded materials shall be disposed of in the appropriate recycling or trash container. 2. Vertical surfaces of exterior foyers shall be cleaned as necessary to remove cobwebs,dirt,dust,and other loose or foreign material. 3. Interior and exterior entry areas shall be thoron•hly swept and/or vacuumed. Vacuum attachments,or other tools shall be used to remove loose material from hard-to- reach areas including around stationary fixtures and furniture,baseboards,behind doors, and other corners and crevices. 4. Hard surface floor,carpet,and entry mat stains shall be removed with an appropriate stain removing product.Stains include,but are not limited to,coffee,grease, gum,heel and scuff marks,oil,and tar. 5. Entry doors and door glass shall be cleaned inside and out to remove fingerprints, smudges,spots,steaks,etc. 6. Common area Counter tops,desks and tables shall be dusted and wiped down to remove fingerprints,smudges,spots and streaks,etc. 7. Items moved during entry area cleaning operations shall be returned to their original location. The City will provide pre-written notes to place on surfaces deemed too cluttered to clean effectively. Il. Floor Care (except kitchens,restrooms, and elevator cars) A. Carpet Satisfactory and acceptable carpet areas shall be free of dirt,dust,debris,litter,spots and stains. Acceptable carpet areas shall present a clean, uniform appearance. Carpeted areas shall be thoroughly vacuumed.Vacuum attachments,or other tools shall be used to remove loose material from hard-to-reach areas including around stationary fixtures and furniture,baseboards,behind doors,and other corners and crevices. 1. Every effort shall be made to remove carpet spots and stains with an appropriate stain removing product Stains include,but are not limited to,coffee,grease,gum,oil,and tar. 2. Baseboards shall be cleaned to remove scuff and smudge marks. 25-030.00 Exhibit A B. Hard surface floors Satisfactory and acceptable hard surface floor areas shall be free of dirt,dust,debris,heel marks, smears, smudges, spots, stains, and streaks.Acceptable hard surface floors shall present a clean, uniform appearance. 1. Hard surface floors shall be dust mopped or swept to remove dirt,dust,soil, liquids,and debris or other foreign materials prior to damp or wet mopping.Vacuum attachments,or other tools,will be used to remove loose material from hard-to-reach areas including around stationary fixtures and furniture,baseboards,behind doors,other corners and crevices,and tracks and runners. 2. Hard surface floors shall be wet mopped using an appropriate cleaning product for the floor it is being applied to.Mops shall be mechanically wrung out/squeezed to remove excess solution. 3. Warning signs or barriers shall be posted during mopping operations for safety. 4. Splash marks/spots shall be removed from baseboards,fixtures,furniture,and walls prior to completing wet mopping operations. 5. Hard surface floor stains shall be removed with an appropriate stain removing product.Stains include,but are not limited to,grease,gum,heel and scuff marks,oil,and tar. C. Tile Satisfactory and acceptable tile and grout floor areas shall be free of dirt,dust,debris,heel marks, smears, smudges, spots, stains,and streaks.Acceptable hard surface floors shall present a clean, uniform appearance. 1. Tile floors shall be dust mopped or swept to remove dirt,dust,and debris prior to wet mopping.Vacuum attachments,or other tools,will be used to remove loose material from hard-to-reach areas including around stationary fixtures and furniture,baseboards,behind doors,and other corners and crevices. 2. Tile surface floors shall be wet mopped using an appropriate cleaning product for the floor it is being applied to.Mops shall be mechanically wrung out/squeezed to remove excess solution. 3. Grout shall be scrubbed,when necessary,using a brush to prevent build up and discoloration. 4. Warning signs or barriers shall be posted during mopping operations for safety. 5. Splash marks/spots shall be removed from baseboards,fixtures,furniture,and walls prior to completing wet mopping operations. 6. Hard surface floor stains shall be removed with an appropriate stain removing product.Stains include,but are not limited to,grease,gum,heel and scuff marks,oil,and tar. D. Interior concrete flooring Satisfactory and acceptable concrete floors shall be free of dirt,dust,debris,heel marks,smears, smudges,spots,stains and streaks. 1. Concrete floors shall be dust mopped or swept to remove dirt,dust,and debris prior to wet machine scrubbing.Vacuum attachments,or other tools,will be used to remove loose material from hard-to-reach areas including around stationary fixtures and furniture,baseboards,behind doors,and other corners and crevices. 2. Concrete floors shall be machine scrubbed with water and a stiff nylon bristled scrub disk. 25-030.00 Exhibit A 3. Warning signs or barriers shall be posted during mopping operations for safety. 4. Splash marks/spots shall be removed from baseboards,fixtures,furniture,and walls prior to completing wet scrubbing operations. 5. Concrete surface floor stains shall be removed with an appropriate stain removing product.Stains include,but are not limited to,grease,gum,heel and scuff marks,oil,and tar. m. Glass Care Satisfactory and acceptable glass,mirror,or vitreous surfaces shall be free from smears,smudges, fingerprints, spots, and streaks etc. Acceptable glass shall present a clean, clear, uniform appearance. A. Glass surfaces Satisfactory and acceptable glass,mirror,or vitreous surfaces shall be free from smears,smudges, fingerprints, spots, and streaks etc. Acceptable glass shall present a clean, clear, uniform appearance. 1. Surfaces shall be cleaned with an appropriate glass cleaner to remove dirt,film, soil,spots,smears,streaks,and other foreign substances.All excess cleaners will be removed from surrounding trim and surfaces. 2. Items moved during glass cleaning operations shall be returned to their original location. B. Window Spot Cleaning Satisfactory and acceptable windows shall be free of all dirt, soil, smudges, fingerprints, from smears, spots, and streaks and film or any other foreign substances.Acceptable windows shall present a clean,clear uniform appearance. 1. Window surfaces shall be spot cleaned with an appropriate glass cleaner to remove dirt,film,soil,spots,smears,streaks,and other foreign substances.All excess cleaners will be removed from surrounding trim and surfaces. 2. Items moved during window cleaning operations shall be returned to their original location. iv. Dusting A. Low dusting(up to 6 feet in height)and high dusting(over 6 feet in height) Satisfactory and acceptable low and high dusting areas shall be free of cobwebs,dirt,dust,smears, smudges,spots,stains,and streaks. 1. Cobwebs,dirt,dust,and other laden airborne matter shall be removed by either chemical,manual,or mechanical means.Devices,that merely displace or redistribute matter,such as feather dusters,will not be used unless treated to attract and hold the matter. 2. Surface smears,smudges,spots,stains,and streaks created as a result of dusting activities shall be removed immediately with an appropriate cleaner. 3. Ductwork and vents,including ceiling and wall-mounted air diffusers and return air grills,and exposed lighting fixtures shall be dusted and/or"brush vacuumed"as part of high dusting operations. 4. Items moved during Iow and high dusting operations shall be returned to their original location. 25-030.00 Exhibit A 5. Low dusting to be done as indicated on the schedule. 6. High dusting to be done monthly,during the first week of the month. B. Window blinds,window shades.,and room dividers Satisfactory and acceptable window blinds and shades and room dividers shall be free of dirt,dust, debris,and stains.Acceptable window blinds and shades and room dividers shall present a clean, uniform appearance. 1. Blinds shall be vacuumed using tools designed for cleaning blinds. 2. Window shades shall be cleaned in-place whenever possible using an appropriate method.When it is more expeditious,effective,or safer to do so,shades may be removed for cleaning. 3. Room dividers shall be vacuumed or dusted,and spot cleaned or wiped down using an appropriate cleaner. 4. Items moved during window blinds and shade and room divider cleaning operations shall be returned to their original locations. V. Commercial kitchen,Fireside Lounge kitchenette, and dining rooms Satisfactory and acceptable kitchens, kitchenettes, and dining rooms shall present an overall clean appearance and meet or exceed Health Department standards for food preparation areas(WAC 246-215). 1. All surfaces,including floors,in this section shall be cleaned using a"restaurant grade"or other appropriate disinfectant cleaner. 2. Surfaces shall be damp wiped with appropriate disinfectant cleaning product to remove dirt,food debris,grease,grime,spots,stains,and objectionable odors. Surfaces include but are not limited to appliance exteriors(all sides),cabinets,ceilings, countertops,faucets,fixtures,handles,hood fans,sinks,tables and chairs,trash containers,and walls(including the legs of all the above). 3. Disinfecting is the application of a germicidal solution to surfaces to kill or neutralize 99.9%of the material containing or supporting the growth of bacterial/viral organisms. Surfaces should remain"wet"for a minimum of 10 minutes or per manufacturer's recommendation. 4. Surfaces shall be as free of material containing living bacteria,viruses,or other contaminations that can cause infections. 5. Chrome or stainless appliances and fixtures shall also be polished to remove surface spots,fingerprints,smudges,streaks,and watermarks etc. Surfaces shall present a clean,uniform shining appearance free of all soil,marks,smudges,and streaks. 6. Garbage disposals shall be run and rinsed out to remove food debris,grease, grime,spots,stains,and objectionable odors. 7. Floors shall be dust mopped or swept to remove dirt,dust,and debris prior to wet mopping.Vacuum attachments,or other tools shall be used to remove loose material from hard-to-reach areas including around stationary fixtures and furniture,baseboards,behind doors,and other corners and crevices. 8. Floors shall be wet mopped using an appropriate disinfectant cleaning product for the floor it is being applied to.Mops shall be mechanically wrung out/squeezed to remove excess solution.Floor drains shall be clean and rinsed out after mopping. 9. Warning signs or barriers shall be posted during mopping operations for safety. 10. Splash marks/spots shall be removed from appliances,baseboards,cabinets, 25-030.00 Exhibit A fixtures,furniture,and walls prior to completing wet mopping operations. 11. FIoor stains shall be removed with an appropriate stain removal product.Stains include,but are not limited to,grease,gum,heel and scuff marks,oil,and tar. 12. Product dispensers shall be checked and refilled daily.Dispenser cleaning/service requires damp wiping dispensers with a disinfectant,checking/refilling of all towels, tissue,soap,or any other dispensers which may be identified by the Contract Administrator.Dispensers shall be disinfected,present a clean uniform shining appearance free of all soil,marks,smudges,streaks and shall have an adequate supply of the applicable dispensed products. 13. Items moved during kitchen cleaning operations shall be returned to their original locations. vi. Restrooms Satisfactory and acceptable restrooms shall present an overall clean appearance and be of"hospital" quality for sanitation. [flushing of paper towels is not acceptable] A. Surfaces include, but are not limited to cabinets, ceilings, countertops, faucets, fixtures, handles, mirrors, product dispensers, shower stalls (including ceilings, curtains,doors and mats,enclosures,fixtures,tile,grout,and walls),sinks,stall doors and partitions,tables and chairs,toilets,trash containers,urinals and walls. 1. All surfaces,including floors,in this section shall be cleaned using a Quatemary Disinfectant Cleaner. 2. Surfaces shall be damp wiped with quaternary disinfectant cleaning product to remove all foreign materials including debris,dirt,dust,feces,grease,grime,hair,marks, mildew,mold,rings,smears,smudges,soap scum,spots,urine,and other biological growth or stains. 3. Disinfecting is the application of a germicidal solution to surfaces to kill or neutralize 99.9%of the material containing or supporting the growth of bacterial/viral organisms. Surfaces should remain"wet"for a minimum of 10 minutes or per manufacturer's recommendation. 4. Surfaces shall be as free of material containing living bacteria,viruses,or other contaminations that can cause infections. 5. Mirrors,product dispensers,and chrome or stainless fixtures shall also be polished to remove fingerprints,streaks,and watermarks. B. Floors shall be dust mopped or swept to remove dirt, dust, and debris prior to wet mopping.Vacuum attachments,or other tools shall be used to remove loose material from hard-to-reach areas including around stationary fixtures and furniture, baseboards,behind doors,and other corners and crevices. 1. Floors shall be wet mopped using a quaternary disinfectant cleaning product for the floor it is being applied to.Mops shall be mechanically wrung out/squeezed to remove excess solution_ 2. Once a week or as needed floors shall be gently scrubbed with a medium bristle brush. 3_ Floor drains shall be wiped clean of hair and other debris. 4. Warning signs or barriers shall be posted during mopping operations for safety. 5. Splash marks/spots shall be removed from baseboards,cabinets,fixtures, 25-030.00 Exhibit A furniture,and walls prior to completing wet mopping operations. 6. Floor stains shall be removed with an appropriate stain removing product.Stains include,but are not limited to,grease,gum,heel and scuff marks,oil,and tar. 7. Items moved during restroom/locker room cleaning operations shall be returned to their original locations C. Product dispensers shall be checked and refilled daily. Dispenser cleaning/service requires damp wiping dispensers with a disinfectant,checking/refilling of all towels,tissue, soap, or any other dispensers which may be identified by the Contract Administrator. Dispensers shall be disinfected,present a clean uniform shining appearance free of all soil, marks, smudges, streaks and shall have an adequate supply of the applicable dispensed products. vu. Recycling and trash Satisfactory and acceptable recycling and trash collection shall be performed daily and result in refuse being deposited into the appropriate collection receptacle and clean trash containers returned to their original locations. 1. Recycling and trash containers shall be cleaned as needed with an appropriate disinfectant to remove dirt,food waste,grease,grime,stains,streaks and objectionable odors. 2. Trash liners shall be replaced daily. 3. Recycling cans shall have transparent(clear or white—not green)liners. 4. Trash cans shall have dark opaque(black)liners. 5. Trash and recycling waste liners shall be deposited in the appropriate dumpster or bin. 6. Items moved during recycling and trash collection operations shall be returned to their original locations. vui. Drinking Fountains Satisfactory and acceptable Drinking Fountains shall present an overall clean appearance and meet or exceed Health Department standards for food preparation areas(WAC 246-215). 1. Surfaces shall be damp wiped with a quaternary disinfectant cleaning product to remove all foreign materials including debris,dirt,dust,feces,grease,grime,hair,marks, mildew,mold,rings,smears,smudges,soap scum,spots,urine,and other biological growth or stains on all sides and surfaces of the fountain. 2. Chrome or stainless appliances and fixtures shall also be polished to remove fingerprints,streaks,and watermarks. ix. Elevator cars and elevator doors Satisfactory and acceptable elevators shall be free of dirt,dust,debris,and stains.Acceptable elevators shall present a clean,uniform appearance. 1. Interior and exterior vertical elevator cab surfaces shall be cleaned with an appropriate cleaner to remove dirt,film,soil,spots,smears,streaks and other foreign substances.All excess cleaners shall be removed from surrounding trim and surfaces. 2. Elevator cab floors shall be thoroughly swept and/or vacuumed.Vacuum attachments, or other tools shall be used to remove loose material from hard-to-reach 25-030.00 Exhibit A areas including corners,crevices,and door tracks,and carpeted elevator cab walls. 3. Hard surface floor and carpet stains shall be removed with an appropriate stain removing product.Stains include,but are not limited to,coffee grease,gum,heel and scuff marks,oil,and tar. x. Furniture Satisfactory and acceptable furniture surfaces shall be free of dirt,dust,debris,marks and film. 1. Furniture and tables shall require dusting and/or damp wiping of surfaces. xi. Countertops and Sinks Satisfactory and acceptable countertops and sinks shall present an overall clean appearance and meet or exceed Health Department standards for food preparation areas(WAC 246-215). 1. All surfaces,including floors,in this section shall be cleaned using a"restaurant grade"or other appropriate disinfectant cleaner. 2. Surfaces shall be damp wiped with appropriate disinfectant cleaning product to remove dirt,food debris,grease,grime,spots,stains,and objectionable odors.Surfaces include,but are not limited to cabinets,ceilings,countertops,faucets,fixtures,handles, sinks,tables and chairs,trash containers,and walls. 3. Chrome or stainless fixtures shall also be polished to remove surface spots, fingerprints,smudges,streaks,and watermarks etc. Surfaces shall present a clean, uniform shining appearance free of all soil,marks,smudges,and streaks. 4. Product dispensers shall be checked and refilled daily. Dispenser cleaning/service requires damp wiping dispensers with a disinfectant,checking/refilling of all towels,toilet tissue,seat covers,soap,or any other dispensers which may be identified by the Contract Administrator.Dispensers shall be disinfected,present a clean uniform shining appearance free of all soil,marks,smudges,streaks and shall have an adequate supply of the applicable dispensed products. 5. Items moved during kitchen cleaning operations shall be returned to their original locations. Additional contracted services A. Carpet Cleaninz(min 2x per year and as needed) Satisfactory and acceptable carpet areas shall be free of cleaning residue, dirt, dust, debris, and stains.Acceptable carpet areas shall present a clean,uniform appearance. 1. Carpets shall be cleaned using Steam(hot water)extraction. 2. Carpets shall be cleaned using appropriate products applied according to manufacturers' directions. 3. Items moved during carpet cleaning operations shall be returned to their original locations. 4. Carpets and surrounding flooring shall be left in a dry(depending on next expected time of use)and safe state. B. Machine scrub hard surface floor cleaning(min 2x per year and as needed) Satisfactory and acceptable machine scrubbed hard surface floor areas shall be free of dirt, dust, debris, heel and scuff marks, smears, smudges, spots, stains, and streaks. Acceptable machine scrubbed hard surface floors shall present a clean,uniform appearance. 25-030.00 Exhibit A 1. Hard surface floors shall be machine scrubbed using appropriate products and equipment as specified by manufacturers' directions. 2. Items moved during machine scrubbing operations shall be returned to their original locations. C. Spray buff hard surface floor cleaning(except wood floors) (min 2x per year and as needed) Satisfactory and acceptable spray buffed hard surface floors shall be free of dirt, dust, debris,heel and scuff marks,smears,smudges,spots,stains and streaks.Acceptable spray buffed floors shall present a"Iike new"waxed finish. 1. Hard surface floors shall be spray buffed using appropriate products and equipment as specified by manufacturers' directions. 2. Items moved during buffing operations shall be returned to their original locations. D. Strip,seal,wax,and buff hard surface floor cleaning(except wood floors)(min lx per year and as needed) Satisfactory and acceptable stripped, sealed,waxed and buffed hard surface floors shall be free of dirt,dust,debris,heel and scuff marks,smears,smudges,spots,stains and streaks.Acceptable floors shall present a glossy new"wet look"finish free of fogging and swirl marks. l. Hard surface floors shall be stripped,sealed,waxed and buffed using appropriate products and 2. equipment as specified by manufacturers'directions. 3. Items moved during waxing operations shall be returned to their original locations. E. Window washing(min lx per week and as needed) Satisfactory and acceptable window glass shall be free from smears,spots,smudges,fingerprints, and streaks etc.Acceptable glass shall present a clean,clear,uniform appearance. i. Glass surfaces shall be cleaned with an appropriate glass cleaner to remove dirt, film,soil,spots, smears,streaks,and other foreign substances.All excess cleaners shall be removed from surrounding trim and surfaces. 2. Items moved during glass cleaning operations shall be returned to their original location 25-030.00 Exhibit A CenterPlace Floor Plans *Highlighted Rooms Excluded . .k r140 I 127 ', Outdoor.— 141 I �Pstin - : �. r -<: ,.i 143 ki1 09 cz Ti2 ? tbslc :, "mil f 2t1 122 .§ 7" 166 108 110 ' -— I : --4- -.-_____-, '.., ...:1 \ , .�. I tin 1ms :,:\- 156 \ .., .. ...1.,,..,?' . '164 -� 227 2C5 212 214 — 4 a ` ..rM�`'h-l- ' 228 . I, ) . i 220 -iJ N \ r zis 'S.%' 206 207 2gg } v, 213 i 216 218_ar 0' . i i • Preside Lounge \ k_.,..4":4*. ., \ 237 w • 235 l / 25-030.00 Exhibit A Estimated Quantities CENTERPLACE REGIONAL EVENT CENTER INCLUDED DESCRIPTION APPROX.SQ. EXCLUDED DESCRIPTION ROOMS FT. ROOMS Auditorium Lecture Hall 1692 1 Storage 106 Storage Room 468 128 Storage 108 Small Meeting 754 138 Storage Room 109 Large Meeting 1480 134 Kitchen Office Room 110 Small Meeting 754 133 Kitchen Office Room 111 Small Meeting 676 146 Storage Room 112 Park Office 288 146B Storage 112B Park Office 315 117 Storage 120 Copy Room 99 224 Storage 121 Office 204 127B AV Storage 122 Office 308 118 Storage 123 Office 168 119 Electrical Closet 125 Coat Room in 90 112 A Storage Great Room 126 Coat Room in 90 112:C Storage Great Room 127 Great Room 6840 104 Storage 129 Restroom 304 116 AV Storage 130 Restroom 304 115 Storage 131 Janitorial Closet 32 204 Storage 135 Restroom 30 215 Electrical Closet 140-142 Kitchen 1232 221 Storage 143 Small Dining 900 236 Storage Room 145 Catering Office 204 163.: Storage 149 Restroom 338 148 Greenhouse 150 Restroom 406 146 A Storage 152 Restroom 56 146 B Storage 153 Restroom 56 144 Electrical Closet 25-030.00 Exhibit A INCLUDED DESCRIPTION APPROX.SQ. EXCLUDED DESCRIPTION ROOMS FT. ROOMS 155 Craft Room 1755 151 Electrical Closet 156 Billiards Room 1458 160 Office 240 161 Office 176 205 Large Meeting 1269 Room 206 Office 486 207 Small Meeting 783 Room 209 Small Meeting 783 Room 212 Large Meeting 1400 Room 213 Small Meeting 972 Room 216 Small Meeting 891 Room 218 Restroom 364 219 Janitorial Closet 91 220 Restroom 456 222 Restroom 48 223 Restroom 48 225 Kitchenette 77 226 Restroom 56 227 Multipurpose 156 Room 228 Ready Room 144 229 Wellness Center 972 Area Fireside Multipurpose 3353 Lounge Event Room 235 Card room 756 237 Library 465 214 Conference 891 Room Senior Copy Room 88 Center Copy Room Approx.total 36,266 sq. ft. 25-030.00 Exhibit B REQUEST FOR PROPOSALS RESPONSE DOCUMENTS PROPOSAL PROJECT TITLE: Janitorial Services Contract for CenterPlace Regional Event Center NAME OF FIRM SUBMITTING PROPOSAL: L/ne,'r6m.y, C4171-rt, ' S-poKa.n e.- Each proposal shall constitute an offer to the City of Spokane Valley(the"City")as outlined herein and no Contractor may withdraw histher proposal after the hour set for the RFP closing except under the conditions explained in the Information to Contractors section. RECEIPT OF ADDENDA:Proposer acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date Addendum No. Date 1 If?/Zs REJECTION: The City reserves the right to reject any or all proposals,portions or parts thereof awl to waive all.minor irregularities in proposals. Special attention shall be directed to the qualifications of the Contractors when considering awarding a contract. ADDITIONAL.SUBMITTAL REQUIREMENTS: Please refer to the section of the RFP titled "Submittal Requirements". . PROPOSAL PRICES: All proposal prices are for a 12-month maintenance cycle,including applicable taxes. In submitting a price,the Contractor acknowledges they are aware of all requirements outlined in the RFP and attachments. LUMP SUM BASE PROPOSAL: CenterPlace Regional Event Center Janitorial Services Contract— 12Month Maintenance Cycle LUMP SUM BASE PROPOSAL= $ Jo, 9ifey..cio PER-HOUR RATE FOR ADDED SERVICES= $ 4'5, 2 25-030.00 Exhibit C. ACCoRD0 CERTIFICATE OF LIABILITY INSURANCE DATE(MMJDDlYYYY) o2n7;2o24 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), PRODUCER CONTACT MARSH USA,LLC. NAME:PHONE v rr (A13015h Avenue Suite 1000 cNosxL C No): ._._......_.....---- -__ i No); Seattle,WA 98101 EMAIL Attn:Seallle,cerlroquest@marsh.com ADDRESS: ---- --.--_--•-..-...-__. _._._--_ INSURER(S)AFFORDING COVERAGE NAIC# CN101848208-445-GAWUG24-2.5 INSURER A:National Union Fire Insurance Co 19445 INSURED INSURER B_Markel American Insurance Co. 28932 Environment Control Building Maintenance Company of Spokane,Inc. INSURER c:Hanover Insurance Company 22292 • • 204 S Koren,f1200 INSURER D r • Spokane,WA 99212 — —_--- INSURER E: INSURER F; COVERAGES CERTIFICATE NUMBER: SEA-003872596-04 REVISION NUMBER: 2 • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, • EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. • • • I�TR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP D/ LIMITS • INSD WVO POLICY NUMBER (MM/DYYYYI IMMIDD/YYYY! • A X COMMERCIAL GENERAL LIABILITY GL3118620 03N112024 03(01/2025 EACH OCCURRENCE I$ 2,000,000 • DAMAGE TO RENTED • CLAIMS-MADE ( X 1 OCCUR PREMISES(En occurrence) $ 1,000,000 X Conlracluat Liabtity MED EXP(Any non person) $ 25,000 PERSONAL&ACV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY Li PRO- POLICY L-_-�LOG PRODUCTS-COMP/OP AGG $ 4,000,000 X Vol Pro Damage150,000 OTHER:Named Insured p $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea atc£dent) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Por accident) S AUTOS ONLY AUTOS —_----_----- HIRED NON-OWNED PROPERTY DAMAGE $ -AUTOS ONLY .--AUTOS ONLY • Ear.accldnnt)------._........__..........................................._..__......_._.___� $ B X UMBRELLA LIAB X OCCUR MKLM6MM70000862 03101/2024 03/01/2025 EACH OCCURRENCE 6,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 6,000,000 DED X RETENTIONS 10,000 •$ A WORKERS COMPENSATION WC013588034 0310112024 03/01/2025 PER OTH- I AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETORIPARTNER/EXECUTIVE Y r N 'Employers Stop Gap Liability' E.L.EACH ACCIDENT I S 1,000,000 OFFICER/MEMBER EXCLUDED? Y N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 II yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY MIT I$ C Crime Third Party BDC1072037 0310112024 03101/2025 Limit 50,000 A Lost Key Coverage GL3110620 03/01/2024 03/01/2025 Limit Occ/Agg 50,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may bo attached II more space is required) Re:Janitorial services performed at Spokane Valley Precinct Building: 12710 E Sprague Ave,Spokane Valley,WA 99206,Spokane Valley Slormwater Maintenance Facility: 17002 E Euclid Averere,Spokane Valley,WA 99216 City of Spokane Valley Is Included as addluonal Insured where required by written contract with respect to General Liability. CERTIFICATE HOLDER CANCELLATION City of Spokane Valley SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn:Deanna Horton THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 10210 E Sprague Ave ACCORDANCE WITH THE POLICY PROVISIONS. Spokane Valley,WA 99206 i( AUTHORIZED REPRESENTATIVE 'f t Wera.,-ra 'T.L.S.r <r/' Q 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 311-86-20 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Locationts) Of Covered Operations Or Organizationfs} ANY PERSON OR ORGANIZATION WHOM PER THE WRITTEN CONTRACT OR AGREEMENT. YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY WRITTEN CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO THAT REQUIRES SUCH ADDITIONAL INSURED COVERAGE. Information required to complete this Schedule, if not shown above; will be shown in the Declarations. CG 20 10 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 2 ❑ j A. Section II -- Who Is An Insured is amended to maintenance or repairs) to be performed by include as an additional insured the person(s) or or on behalf of the additional insured(s) at organization(s) shown in the Schedule, but only the location of the covered operations has with respect to liability for "bodily injury", been completed; or "property damage" or "personal and advertising 2. That portion of "your work" out of which injury" caused, in whole or in part, by; the injury or damage arises has been put to 1. Your acts or omissions; or, its intended use by any person or 2. The acts or omissions of those acting on organization other than another contractor or your behalf; subcontractor engaged in performing operations for a principal as a part of the in the performance of your ongoing operations same project. for the additional insured(s) at the location(s) C. With respect to the insurance afforded to these designated above. additional insureds, the following is added to However: Section III - Limits Of Insurance: 1. The insurance afforded to such additional If coverage provided to the additional insured is insured only applies to the extent permitted required by a contract or agreement, the most by law; and we will pay on behalf of the additional insured 2. If coverage provided to the additional is the amount of insurance: insured is required by a contract or 1. Required by the contract or agreement; or agreement, the insurance afforded to such additional insured will not be broader than 2. Available under the applicable limits of that which you are required by the contract insurance; or agreement to provide for such additional whichever is less. insured. This endorsement shall not increase the B. With respect to the insurance afforded to these applicable limits of insurance. additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, Page 2 of 2 Insurance Services Office, Inc., 2018 CO 20 10 12 19 Exhibit D—Performance Bond Spokane 40•0Valley1 20BSBJH9199 BOND NO: CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington Environment Control Building Maintenance Company of The City of Spokane Valley, Spokane County, Washington, has awarded to Spokane (Contractor),as Principal,a contract for Janitorial Services at CenterPlace Regional Event Center, Contract No.25.030 00 in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with the Spokane Valley Municipal Code and chapter 39.08 Revised Code of Washington(RCW). The Principal, and Hartford Fire Insurance Company (Surety), a corporation, organized under the laws of Connecticut and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts.U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,as Obligee,in the sum of$ 223,121.26 total Contract amount(including Washington State sales tax),subject to the provisions herein. This performance bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made, at the time and in the manner therein specified;shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(CONTRACTOR) SURETY Environment Control ilding Maintenance Company of Spokane �1 ford Fire Insur nce Company �-- 2 l(II 2-5- 2fj�j Principal Signature Date Surety Signature Date `ya'` srp—`l Rnnnia Rice Printed Name Printed Name 1}c-e-S 1 c en-t Attorney-in-fact Title el Title Marsh USA LLelephone of local office/agent of Surety Company is: 1111 Northshore Dr, Knoxville, TN 37919 Updated February 9,2023 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BCND,T-11 One Hartford Plaza Hartford,Connecticut 06155 Bond.CiaimsOthehartford-corn call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: MARSH USA LLC X Hartford Fire Insurance Company,a corporation duly organised under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited Bonnie Rice of Knoxville,TN their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ,osT Lek, kei � wt...,. c. ,•� •I IA-wra7gftC� ; SD74 sg I /9• s • •R... k/ �� Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority- dA�a►aungr` _ .. � Jessica Ciccone Jr F o.• My Conunission HH 122280 Expires June 20.2025 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of February 7,2025 Signed and sealed in Lake Mary, Florida. Lear e,? _ �..a,�,;� � -- . G w}r+... rr.• �••iY>N I ISy 9 6 F l�' S D 7 Si T 'tea.:/ .��- ''i,,j l • ` >v"•••••• , .�,,.. l � Keith D.Dozois,Assistant Vice President Exhibit D—Payment Bond Si olane �Valley BOND No: 20BSBJH9199 CONTRACTOR'S PAYMENT BOND to City of Spokane Valley,Washington Environment Control Building Maintenance Company The City of Spokane Valley, Spokane County, Washington,has awarded to of Spokane (Contractor),as Principal,a contract for Janitorial Services at CenterPlace Regional Event Center,Contract No. 25 om oo in Spokane Valley,Washington, and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with the Spokane Valley Municipal Code and chapter 39.08 Revised Code of Washington(RCW). The Principal, and Hartford Fire incjirancP Company (Surety), a corporation organized under the laws Connecticut and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,as Obligee,in the sum of$ 223,121.26 total Contract amount(including Washington State sales tax),subject to the provisions herein. This payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW,including all workers,laborers,mechanics, subcontractors,and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work; and shall indemnify and hold harmless the Obligee from all loss, cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments;and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the terms ofthe Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(CONTRACTOR) SURETY Environment Control Building Maintenance Company of Spokane ord Fire Insurance Company —22' 2tr I zS c—•-- ' 21-)J2c Principal ignature Date Surety Signature Date 7x'Ya-ri SPre",f Bonnie Rice Printed Name Printed Name Attorney-in-fact Title Title Name,address,and telephone of local office/agent of Surety Company is: Marsh USA LLC 1111 Northshore Dr, Knoxville, TN 37919 Updated February 9,2023 virecr mquines/claims to: THE HARTFORD POWER OF ATTORNEY One Hartford Plaza Hartford,Connecticut 06155 Bond.Claims@thehartford.corn call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: MARSH USA LLC I X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : Bonnie Rice of Knoxville,TN their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ` :ate t ."�V�� •:t• • .: Et r i y'j' i •sr !I i„.. _ � s L_ a ems_ iy_ 3 .R ` ,a,'� (� yG ��....-.i}' • •u �. Ig79`v. o c ,s,,.77 „, 74?9 „:„ ?6/1/11''C 901111tY\0(4 j(420ut, Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that(s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. a?'.Fue- `__. . ii� "CJ -=r'i' - .. Jessica Ciccone -rE` di Gam,.' My Commission HH 122280 Expires June 20.2025 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of February 7,2025 . Signed and sealed in Lake Mary, Florida. flYN k ,,------7-, , z `' t.v a r #.'°"•,fit: ; f_- 3 .. ., , Y �11: � iss "y • $ 'b a le sue. t ram :'. �e� Keith D.Dozois,Assistant Vice President