Loading...
13-074.00 ISS Facility ServicesAGREEMENT FOR JANITORIAL SERVICES ISS Facility Services 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 ISS Facility Services, ( "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 to perform all duties specified in Contractor's response to the City's Request for Proposals (RFP) in this matter. Contractor's response to the City's RFP, as well as the RFP itself, are attached and hereby incorporated herein to this agreement as Exhibit A (Contractor response to RFP) and Exhibit B (City RFP). Contractor shall make such revisions in the work as are necessary to correct errors or omissions appearing therein when required to do so by the City without additional compensation. A. Administration. The City Manager or designee shall administer and be the primary contact for the Contractor. Prior to commencement of work, the Contractor shall contact the City Manager or designee to review the Scope of Work, schedule and date of completion. Upon notice from the City Manager or designee, Contractor shall commence work, perform the requested tasks in the Scope of Work, stop work and promptly cure any failure in performance under this Agreement. B. Representations. The City has relied upon the qualifications ofthe Contractor in entering into this Agreement. By execution of this Agreement, Contractor represents it possesses the ability, skill and resources necessary to perform the work and is familiar with all current laws, rules and regulations which reasonably relate to the Scope of Work. The Contractor represents that all work shall be performed pursuant to adopted City Standards, policies or as otherwise set forth in this Agreement. Contractor shall perform its services in accordance with the professional standard of care applicable to Contractors providing services similar to those provided under this Agreement. No substitutions of agreed upon personnel shall be made without the written consent of the City. Consistent with the professional standard of care, Contractor shall be responsible for the technical accuracy of its services and documents resulting therefrom, and City shall not be responsible for discovering deficiencies therein. Contractor shall correct deficiencies without additional compensation except to the extent such deficiencies are directly attributable to deficiencies in the City furnished information. C. Modifications. The City may modify this Agreement and order changes in the work whenever necessary or advisable. The Contractor will accept modifications when ordered in writing by the City Manager or designee. Compensation for such modifications or changes shall be as mutually agreed between the parties. The Contractor shall make such revisions in the work as are necessary to correct errors or omissions appearing therein when required to do so by the City without additional compensation. 2. Term of Contract. This contract term shall be for a period of three years with up to three one -year renewal options, which may be exercised by the Parks and Recreation Director. The contract shall commence on or about April 1, 2013 and shall be pro -rated on a monthly /daily basis as needed. Sabse , s OK 17v12e.,J4 -r % 7.t-t 0h�oN, c A,1hp1boVr,L_ �1 -2G -13 GPD Construction Agreement Page 1 of 7 3. Compensation. The City agrees to pay the Contractor Eighty Five Thousand, Six Hundred Thirty-Two Dollars and Zero Cents ($85,632.00) per year as full compensation for everything done or provided under this agreement. The detailed compensation statement is provided in the Contractor's "Cost Proposal ", attached and incorporated herein as Exhibit C. Cost changes in future years, if any, must be justified and mutually agreed to in writing by the City and the Contractor. The City may terminate the Agreement for cause upon 90 days written notice at any time during a contract term. In the event of a termination under this provision, the City shall pay the Contractor for all work previously authorized and satisfactorily performed prior to the termination date. Additionally, the City may terminate this Agreement upon 90 days written notice in the event a tax revenue - reducing initiative is approved by Washington voters and the City and Contractor are not able to negotiate agreed reductions in service, as set forth in Section 2. 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 below stated address. q! 13 Q ie• �v R S v rt,.r7 To T�� �0� t G /�y°PI�.% � .� W five percent of the compensation due Co City reserves the right to withhold payment unde ch is determined in the reasonable judgment of the City Mana er o e Tnoncompliant with the Contract ts, City standards, Ci ederal or state standards. 6. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: Name: Christine Bainbridge, City Clerk Phone: (5 09) 921 -1000 Address: 11707 East Sprague Ave, Suite 106 Spokane Valley, WA 99206 TO THE CONTRACTOR: Name: Chris Ellis, Director of Operations Phone: (602) 859 -3834 Address: 4811 N 7t' Street Phoenix, AZ 85014 7. Applicable Laws and Standards. The Parties, in the performance ofthis Agreement, agree to comply with all applicable federal, state, and local laws, codes and regulations. 8. Certification Re2ardinLy Debarment. Suspension. and Other Responsibility Matters — Prima Covered Transactions. A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in Construction Agreement Page 2 of 7 paragraph (A)(2) of this certification; and 4. Have not within a 3 -year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. 9. Prevailing Wages on Public Works. Contractor, any subcontractor, or other person doing work under this Agreement, shall comply with the requirements of RCW 39.12, 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 RCW 39.12. 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 the L &I website address: https:Hfortress.wa.gov /lni/wa elg ookup /prvWa el�p.aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague, Suite 106, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 10. Relationship of the Parties. It is understood, agreed and declared that Contractor shall be an independent contractor, and not the agent or employee of City, that City is interested in only the results to be achieved, and that the right to control the particular manner, method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 11. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 12. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by Construction Agreement Page 3 of 7 this contract for a period of three years from the date final payment is made hereunder. 13. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty 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. Insurance. Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives, or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned, non - owned, hired, and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products - completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion, collapse or underground property damage. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products - completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability, professional liability and commercial general liability Construction Agreement Page 4 of 7 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. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANN. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement. 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 City. Contractor shall be financially responsible for all pertinent deductibles, self - insured retentions, and /or self - insurance. 16. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs, attorney's fees and costs of litigation, expenses, injuries, and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts, errors or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend, indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend, indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of (a) City or City's agents or employees, and (b) Contractor, Contractor's agents, subcontractors, subconsultants and employees, shall apply only to the extent of the negligence of Contractor, Contractor's agents, subcontractors, subconsultants and employees. Contractor's duty to defend, indemnify and hold City harmless shall include, as to all claims, demands, losses and liability to which it applies, City's personnel- related costs, reasonable attorneys' fees, and the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection, and all other claim - related expenses. Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act, Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. Construction Agreement Page 5 of 7 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. Assiinment 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. Confidentiality. Contractor may, from time to time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 20. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County, unless otherwise required by applicable federal or state law. 21. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 22. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 23. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed, modified or altered except in writing signed by the Parties. 24. 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. 25. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business. 26. 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. Construction Agreement Page 6 of 7 27. Exhibits. Exhibits attached and incorporated into this Agreement are: A. — Contractor's RFP Response B. — City's RFP C. — Contractor's Cost Proposal D. — Insurance Endorsements The Parties have executed this Agreement this day of '2013. N OF OKANE VALLEY: Contra tor: �l =AT1 , Cit y Manager Owner APPROVED AS TO FORM: City Clerk Office o he City A ey Construction Agreement Page 7 of 7 EXHIBIT A CenterPlace Request for Proposal Janitorial Service Provider March 22, 2013 ?1 Cover Letter March 22, 2013 Mr. Mike Stone, CPRP Director of Parks and Recreation 11707 East Sprague Ave, Suite 106 Spokane Valley, WA 99206 Dear Mike, ISS Facility Services is pleased to present the Request for Proposal for Janitorial Service Provider at CenterPlace. Over the past five years ISS believes that we have entered a true partnership with the City of Spokane Valley and that the services provided to CenterPlace have proven our commitment to the City. The ISS corporate philosophy is simple: ISS strives to embrace our client's needs and requirements as to how they want us to conduct our business within their facility. We make every effort to fulfill our client's expectations and look for ways to exceed them in our service, communications and management. Globally, ISS has 550,000 employees, successfully serving clients in 50 countries on 5 continents, with an annual sales volume of $15 Billion — assuring you of proven experience with strong financial resources to provide with we promise to bring to our mutually productive partnership. ISS looks forward to further discussing this response. Respectfully, Chris Ellis Director of Operations Event Services '3) Capability Statement of Understanding It is ISS's understanding that this project is to provide cleaning services seven days per week as outlined in the scope of work. ISS will use the "best practices" in order to maintain the cleanliness of CenterPlace as a premier facility for the local and regional groups that use the facility. ISS will self perform all of the wort( specified in the scope of work. ISS guarantees that it will meet and exceed expectations regarding work quality, adherence to schedule, and customer service. Upon the award of the contract ISS will obtain a business license in the city of Spokane Valley. The contract will be three years in length with three additional one year renewal options. This is a prevailing wage job which as of March 3, 2013 the prevailing wage for building service employees — janitor as outlined in the RFP is $12.74 /hour. This rate was obtained from the L and I website. ISS understands the local laws and regulations due to its dealings with the Spokane Public Facilities District as a prevailing wage project and "green" certified facilities. ISS is able to meet all insurance and bond requirements as outlined in the RFP. ry Capabfflty VNorEc Experience Work Experience CenterPlace will continue to benefit from a company that understands its customers and continually exceeds expectations. CenterPlace is a client that ISS will continually strive to satisfy in order to earn an endorsement and add it to the list of satisfied clients. Listed below are current clients for review. Multi -Use Facilities INB Arts Center (:Spokane, WA) 2,700 Seats Contact: Ms. Johanna Boxley General Manager (509) 353 -6500 phone (509) 353 -6511 fax jboxley(a).spokanepfd.org ISS has provided services for 8 years. Spokane Convention Center (Spokane, WA) 164,000+ sq. ft. convention space Contact: Mrs. Shardell Shrum Operations Director (509) 324 -7027 phone (509) 324 -7077 fax sshrum[aD,spokanearena.com ISS has provided services for 8 years. Multi -Use Facilities (cont.) University of Oklahoma Athletic Facilities (Norman, OK) All other Athletic Facilities Contact: Mrs. Sandy Totten Procurement (405) 325 -4893 phone Sandy- totten ouhsc.edu ISS has provided services for 9 years. Tempe Town Lakes 4t" of July Spectacular (Tempe, AZ) 411, of July Festival Attendance — 50,000 Contact: Ms. Judy Yates Schneider -Yates & Associates President (480) 940 -8666 phone (480) 753 -5080 fax ides a(aCa-)cox.net ISS Has provided services for 8 years. Capability Work Experience Arenas Spokane Arena (Spokane; VILA) 12,000 seats & 16 private suites Contact: Mr. Kevin Twohig General Manager (509) 324 -7070 phone (509) 324 -7077 fax kit@spokanearena.com ISS has provided services for 8 years. US Airways Center (Phoenix, AZ) 18,900 Seats & 88 Private Suites Contact: Mr. Alvin Adams VP Facility Management (602) 379 -7633 phone (602) 379 -2002 fax aadams(a)phxses.com ISS has provided services for 17 years. Lloyd Noble Arena (Norman, OK) 12,000 seats Contact: Mr. Danny Davis Director of Athletic .Facilities (405) 325 -8235 phone (405) 360 -0481 fax 'dann -d visAouhsc.edu ISS has provided services for 6 years. Baseball Stadiums Chase Field (Phoenix, AZ) 50,000 Seats & 67 Private Suites Contact: Mr. Jim Hawkins Director of Operations (602) 462 -6191 phone (602) 462 -6136 fax ihawkins(o)phxses.com ISS has provided services for 15 years. Peoria Sports Complex (Peoria, AZ) 11,000 Seats & Multiple Luxury Boxes Contact: Mr. Chris Calcaterra Supervisor (623) 421 -4231 phone (623) 421 -4247 fax Chris ..calcaterraa,0,0oriaaz.corn. ISS has provided services for 11 years. Capability Work Experience Football Stadiums University of Oklahoma (Norm, an, ©K) Gaylord Family Stadium 80,000 Seats Contact: Mr. Danny Davis Director of Athletic Facilities (405) 325 -8235 phone (405) 360 -0481 fax danny- davis(a�.ouhsc.edu ISS has provided services for 8 years. Tampa Sports Authority (Tampa, Fl_) Raymond James Stadium 65,000 Seats & 192 private suites Contact: Mr. Mickey Farrell Sr. Vice President Stadium Operations (813) 350 -6507 phone 813 - 673.4312 fax mfarrell @tampasportsauthority.com ISS has provided services for 4 years. Capability Work Experience Services Provided INB Performing Arts Center o Floor Care o Event Porter Services o Post Event Cleaning — All Areas o High Window Cleaning Spokane Convention Center o Floor Care • Event Porter Services • Post Event Cleaning — All Areas o High Window Cleaning US Airways Center o Daily Housekeeping o Floor Care o Event Porter Services o Post Event Cleaning — All Areas o Conversion Staffing Spokane: Arena o Floor Care a Event Porter Services o Post Event Cleaning — All Areas Lloyd.Noble Arena o Post Event Cleaning — Bowl Gaylord Family Stadium (OU) o Post Event Cleaning o Bowl o Concourses o Restrooms o Exterior o Ramps o Parking Lots a Tailgate Area Chase Fiel 0 0 0 0 0 d Housekeeping Services Floor Care Event Porter Services Post Event Cleaning — All Areas Pressure Washing Services Raymond James Stadium o Housekeeping Services o Floor Care o Event Porter Services o Post Event Cleaning — All Areas o Pressure Washing Services Capability Work Experience Services Provided (cont.) University of Oklahoma Athletic Facilities o Post Event Cleaning — All Areas Peoria Sports Complex Housekeeping Services e Floor Care o Event Porter Services v Post Event Cleaning — All Areas o Pressure Washing Services 40" of July Festivals v Event Porter Services a Post Event Cleaning — All Areas 0 Pressure Washing Services General Work ISS understands that during the normal course of business, work that is not specifically listed in the Scope of Work will be required. ISS will work with CenterPlace to determine the best way to deal with these tasks. Many times, we are able to incorporate extra services in our normal work hours and we will strive to achieve this. By doing so we not only save CenterPlace money but we help build the partnership between CenterPlace and ISS. Challenges ISS has been providing services for CenterPlace for five years. Some of the challenges we have faced include turnover and training. ISS feels that Ron has done an excellent job at hiring and training new employees but this is an ongoing challenge for ISS. ISS does not foresee many risks or concerns with this business as we have worked well with the staff at CenterPlace and when items did arise, they were promptly addresses. Guarantees ISS guarantees that it will clean CenterPlace to its expectation. If in the morning after ISS provides service, CenterPlace is not satisfied with the work performed we will bring in additional employees to complete any unacceptable areas. ISS will also perform its services as requested within the allotted timeframes (9p — 6a as stated in the RFP) or as discussed if groups are in the building that prevent ISS from performing tasks during that time period. Capability Personnel Qualifications of Managers and Supervisors The onsite management and supervision is a key component of ISS's success and we understand that this is a hot spot for CenterPlace. The entire senior management staff is committed to providing CenterPlace with the best fit possible for onsite management. The director can approve all management and if needed, ISS will replace any member of the team. Open communication between the two companies will ensure that all services exceed expectations. ISS's team will provide benefits that include: e Janitorial Services A communication structure that is clear and concise, e Training on the center's expectations and scope to all general cleaners and technicians, o Creation of end of shift reports and available for all to review, Staff The ISS staff will be background checked and drug tested to ensure a safe and drug - free work environment. The background checks ensure that all employees are authorized to work and allows ISS to hire employees who are free from any detrimental criminal records. Prospective employees are interviewed not only by their immediate supervisor but by our District Manager as well. The reputation of ISS and its customers is dependent on the level of commitment that our front line employees demonstrate during their shift. Interviewing with supervisors and management is a key step in hiring employees who will be committed and will take ownership in the cleanliness of CenterPlace. The ISS staff will dress professionally, wearing black pants and an ISS polo style shirt. Close toed shoes are mandatory during all shifts. e The proper placement of all ISS provides at least one supervisor or lead supervisors and managers, for all shifts. This helps ensure that all standards are met and the building is 9 Allowing independent inspections properly secured following each shift. by top management to ensure that CenterPlace is in top form. The ever - changing and varied schedule is normal because all ISS Event Services works with are event driven facilities — that's all we do. ISS Event Services is used to scheduling, coordinating, and hiring a successful staff that is available 24 hours per day, 7 days per week. CenterPlace can be assured that the staff ISS provides is trained, capable,, and available whenever needed. ISS management is also available 24 hours per day, 7 days per week to respond to emergency calls or any other need from CenterPlace. FinancW Statements ZSs HOLDING INC. Consolidated Financial Statements CONSOLl_d)};d7'LsiA STATEMENTS OF COMPREHENSIVE INCOME 'a"Lray 1 - McA.m'A: _•r 81. rant rls IrOLIUD plrtrmlr, r{.11 Ik-yo cn I to 3 Staff ccdl,, C#ra: iY Gli dts 011019Prrxtk•.a ss(4•'dRn4• ?•. Itl fArp %q {ki L,fl frFl ra1_rh. iLiai c` OFotrlirq Fraill haftra attar tunin At fWaisd For. -cy riyflf,• farl rrarru{ -"fJ barb b; bralfro Ira-fil F,remsrlI rw!r!+ Fred_ .1 IXjXre-i d r,rMce cc. S# PmIII Itz". 1 44111 rm tz" rtrrf 4rnnr11MI1An 41 prolyds fnx S101110mar rn,r,r4101111 Prolk I tr,1 Ix,63ro nnrx4: art [,1 bwds a .2micoor soQlracI A t tiI_If4cI Cqi A tfoit.li• afel fi-lCfir::r ccoup::rr' fi ksaairre tAx bkf 'k'I ?atal cranlraleanshdr laser rar-Um ymar intt x_•In ZK09e 4 9l.I32 1 .107.4iEy', r;';1•:T:«rti) 1s7_7271. ;25, ?Cali -11M 034' rl cr a r..i•irr; IteA6) 11 0a 23 218 E91 f!'17I . to rs,i17� -; tey:17, (CAW 34 t-S12 2 72 -1 2511 1071 cb, 3" 1 =1 "t fl m) 1,iik! 2,216 '+fi3iQt isvp n:.l,dr Q•,•. J>r Sri r;savzsrs rr; t {^tiL, i5n1 tlr�:ri lco-G:.:. s1 ta'V, 4:WA u.raT4V c •G•Aaa x FL. �� t - ?rrs"r�rrsax, a Grr 7d � ar vl r�,r,:.r+e+ ca-aru'a '�C :a,Bancr tci6Q�.r 9rA tlw r�f�s�a�• acrlrl ci tsa�:lx6 rc•EY �1QErd on's -rru raitst•s�tpv. :a f dAiq iat �:rel s'Arrrsf »a!rr .34'trra!a aa'aLtzrr• DaAsda IAA tidi _ar 0B2tN ILI 1:)tt gh'o M-t r.'tba. 'ii µ:dOaIdSQM_'Styia2 LtAYta fifit }s'Eii lttir,.6rt^: I,19,2rS1 IM Ctrto:-klkhid I l aQt =at1 I fW`ii:t rr:i 1: I.1, 2 ,1 L 1 Financial Statements rss #40L.DZNG ZNC. ".H.SOXYDA+t RO sTArOMYNTS OP CASH frI.Q .R C(,,s&Thilfll..46,3 fda 16 LSD I'!- C*K&9i% riclx 7pt1 ;i114i iolliJ�nli ratxerra' ►raufsror%4obcw to, n51 Otfft:_-r "diK1.4e0 WPi'*1fA6C'dt 9 ;M It;41B ' Q e'_ftiasPfck it east (ki tewldl 1,R1-7 7 ;r. dita,retler, in riktww ttl ;vk" -% 7,702 2.159 Vonio to ctrru�l a Etfai�al laa r.�T� lak: it,Eri5) �2 '�.t}t•15 Zo sm 01 E+oa=cnd and *q44 rrvfl 41 t i 1 ice') t11ty 410 -from urorpfirg #01014x+ G, Iy 17rLit 1+3 h+�}wW'Fa=4,:r".w"1t=er• ii.;�Clif rt,s?t¢ irrM S�T,Cn 1, h ow.,3i'• nal.d "�,rd.O *A trrr7Gtaaye'ot:-4it 4a.tg11 e2,5 ik) ftrras'Srt W# in rO:AjI nw, E'3O_•+Cetls r•a - tk;WAkS ua .tcyettt r,v7 c3.lid3, r1 Cn&h fvrd t mcd fn f .W;np wA?r;ilss MfA 11 (IAM Nwoesk r,Lra kart,: kow. cr►1 whet &M Sit, %351 Rary#w."1s(A4onj Itur:4ebta)rAY63h 4`x,16 «j (13'Tr3c;. i CvE-h tR4,Y uU9cd In WhonAfa o21PORSDO (1,6'37 (4Aa7) TolfI rrt+sh now 11,? PI IJ34 Cast, and tar -_ o7tAP3*i ,, W.ocortdlp atywi 1M.-I TeoM u6h rkfh' 2,1)4 Gash atnd ccd® *4&t%' 't}3ti At Utr- otthor 91 ;IDt 3,�y1 l Ttrn. rF7 iA.g C41 tzg g f-7 (" 2 -N, 1.3 p it"'L 'o U4,A it" r1 :Z[40m- •f A'- IPA. ,t:Fgd3S19 ro t CcftrsMatgd FtiNSf1ti 61 elaWfcirc. Ca.NtntGcf'.4, 2r +1 ', T f r t R References References ISS invites CenterPlace to contact any of our customers listed in the Capability - Work Experience section on pages 4 -6. Maintenance Team Management ISS is committed to the success of CenterPlace. This commitment starts with senior management. ISS is highly motivated and will do what it takes to ensure that all expectations are met. Management is fully prepared to create a turn -key operation so that CenterPlace can concentrate on what is important — providing an outstanding patron experience. Staff Qualifications Ronald Baum District Manager Ron recently joined the ISS team in August 2007 after 26 years of military service in the United States Air Force. During his tenure in the Air Force he received extensive training in management and quality control through military studies. Since 1998 until retirement from the Air Force, he managed all contractual requirements for condition and cleanliness of facilities, use and storage of equipment, and maintenance of aircraft systems on the UH -1 N helicopter stationed at Fairchild AFB, WA. Ron has a degree in electronics from the Community College of the Air Force, and is a member of BOMA and Spokane CVB. Ron will directly oversee the operation of CenterPlace. Staff Qualifications (corn:) Chris Ellis Director of Operations Chris joined the ISS team in 2002 and brings an extensive background in customer service, sales and marketing — having served as market manager for Sherwin Williams. Chris is a graduate of the University of Puget Sound, with a degree in business administration. Chris has been directly involved in the operations, customer service and human resource functions in all of the Events Division accounts. Chris led the start up of the Spokane Public Facilities District, which took place over a two week period. Chris will assist in the operation of CenterPlace. Mark Quigley Managing Director, Event Services Mark joined ISS from TMC services, Mark joined Event Service in 2012 as Managing Director. Mark's background is in integrated facility service related fields, and he brings this experience to the Event Services Division ensuring efforts are geared toward the facility and customers. All operations will report to Mark. t Staff Qualifications (cont.) Sean Bond Country Manager/ CEO Sean Bond joined ISS as the Chief Executive Officer of ISS Facility Services, Inc. headquartered in San Antonio, Texas. ISS Facility Services, Inc. is a division of ISS A/S. Bond also serves as the Country Manager for ISS in North America under the ISS Group structure. Prior to joining ISS in March 2010, Bond served as President of Aerospace Controls for BAE Systems Platform Solutions, a global aerospace and defense business headquartered in New York. In that role, he was responsible for leading a business unit that provided controls for fixed -wing and rotary -wing aircraft. Maintenance Team Training Policies and Procedures 'training Policies and Procedures (cunt.) Employee Training CenterPlace will benefit from the ISS Training is on -going and includes: commitment to providing the most knowledgeable employees in the industry. 0 On The Job fa Written Materials CenterPlace will be updated on emerging industry technology and standards e Videos because ISS is constantly researching -a Seminars outside seminars and trade shows to stay updated. (a Take Home Reading Materials o Overhead Presentations Specific Training In addition to the required ISS training CenterPlace will gain from the ISS philosophy program a CenterPlace Training Program that coaching is the key to success. Training is specifically created based on your the coaches — our Supervisors and Managers. requirements and standards. Examples of required basic training levels include: Employees will attend training specific to CenterPlace prior to start -up. o Safety u Biohazards The CenterPlace Training Program will consist of the Following: Q Work Rules ! j CenterPlace Specifications � Cleaning Procedures Binder for Employees (located e Cleaning Methods in each closet); e Supervision o CenterPlace Standards of Performance; 0 Professional Courtesy & Consideration j CenterPlace Fire, Evacuation Examples of advanced levels include: & Safety Procedures; Advanced Cleaning Techniques v Equipment — Proper handling, o Human Resource Practices locations, and restrictions; e Sexual Harassment u Chemicals — proper handling, locations, restrictions, and v Advanced Supervision MSDS requirements. e Security Customer Relations r._ Maintenance Team Training Policies and Procedures, (cont.) The CenferPlace Training Program will include a one -day on -sight training seminar, required by all employees prior to their first day on the job. The one -day seminar includes: o Facility tour spotlighting high impact areas o Exits and entrances; u Restrooms Environmental Considerations ISS believes in the effort to reduce the use of harmful cleaners when providing its services. At all of our locations, ISS uses green cleaning certified chemicals & methods. ISS can assist any facility in the effort to address environmental items including lighting, HVAClfilters, and cleaning specific items and processes. Staffing Plan ISS will use 2 — 3 employees per night to accomplish all required tasks. ISS will have both a weekday crew and a weekend crew to ensure that there is a sufficient number of CenterPlace trained employees to fill in if needed. Current staff that ISS has include: • Jon Bransford, Assistant Manager; 6 Years Experience • George Cole, 1s' line Supervisor; 4 Years Experience • Cathy Neilson, Supervisor; 3 Years Experience • Walter van Heemstede Obelt Secondary Supervisor; in training { i 4 Work Plan Corporate History ISS History More than a hundred years ago (1901), ISS was founded as a Danish security company. The company later entered the cleaning market and has through time added services to its competencies, becoming one of the worlds largest facility service groups today. ISS annual revenues exceeded $12 billion dollars in 2007 and more than 415,000 employees in 50 countries across Europe, Asia, North America, Latin America and Australia. ISS acquired Sanitors in May 2007 as the platform company for the United States, and is now operating under the name ISS Facility Services, Inc. We provide Integrated Facility Services, cleaning, property services including landscape maintenance and construction, office support, catering, and security. Industries served include Class A Office, Corporate Campus, Governmental, Industrial, Retail, Medical, Education, Sports and Entertainment. US ISS was founded in 1978 by its current CEO and Country Manager, Mr. Darrell Glover. In the United States ISS has annual revenues of approximately $330 million and 12,000 employees. ISS is headquartered in San Antonio, Texas, but has 8 divisions throughout the U.S. During the last five years, ISS Facility Services, Inc. has grown its revenues by 20 percent annually. General History of ISS Facility Services ISS Facility Services is a division of its parent company ISS. The US corporate office is headquartered in San Antonio, Texas, and has branches located in over 51 cities across the country. ISS Facility Services was just recently created with the merger of ISS and Sanitors Services. Divisions include: e Event Services v Janitorial Services ;o Grounds Control - Landscape Care v Retail Services o Security Services o Education Services - College and Universities ISS Facility Services and its family of companies exist to "Maintain Your Image." ISS trained technicians are committed to providing the highest levels of service and attention to detail each day as we consistently focus on the needs of our clients and their properties. ISS is a privately held company and a line driven company that gives autonomy to the individual units. The local operation has complete support from the entire company. CenterPlace will be serviced by ISS Event Services. I�JC•777�F�i1 Equipment The following is a list of equipment that is currently in use at CenterPlace. 'EQUIPMENT LOMAC Carpet Cleaner, 4 years old Kaivac Restroom Cleaning Machine, 4 years old Tennant upright Vacuum, model v- sma -14, 1 year old Advance Convertamatic Floor Scrubber, 4 years old Sandia Upholstery / carpet spot cleaner, 6 years old Pro Team Back Pack Vacuum, 4 years old Microfiber Cleaning Towels Mop Buckets with Ringers Other tools as needed ' Storage All equipment will be stored on -site as room 3 allows. If equipment is kept off -site it will be brought in and available for use by ISS staff as needed. Support Facilities ISS will use an existing off -site office for time- keeping and storage needs due to size constraints at CenterPlace. Any documents relating to CenterPlace will be available to CenterPlace management if needed. T Aiisa Quality Control Event Ready. Our expertise of reinforcing continual efforts for premium quality ensures CenterPlace is "event ready" when our cleaning is completed at the close of each shift. Our procedures include that at least one supervisor and /or manager will inspect and certify cleanliness before the shift ends. This dedication to cleanliness allows your staff to perform their duties with assurances they won't be pressed into extra service which detracts from their tasks. ISS assures your showplace is always "event ready." ISS believes quality is a function of fulfilling specifications, responsiveness to client, and patron satisfaction — and that each of these can be measured. Quality assurance programs are custom built for each individual customer, employing the following building blocks: o Effective coaching of staff, e Providing the necessary tools, 9 Control of cleaning tasks, e Monitoring of communications, o Periodic task schedules, o Inspection programs, u Satisfaction surveys, and o Management reporting. Quality Control Plan Standards of Performance. Standards for the quality of work performed, the appearance of CenterPlace, the condition of the storage facilities and equipment, and the appearance and behavior of staff will meet or exceed all requirements. Damage to the facility due to carelessness will not be tolerated. All accidents will be promptly reported. Standards of Performance (cont.) Safety will be a priority. Injury reports will be filed in a timely fashion. Claims prevention and coordination will be a subject of continuing discussion with operations and security personnel. Inspection Systetn� The first assessment is designed to anticipate the needs of the facility prior to event day. The Site Manager will conduct this inspection prior to the weekly meetings. The objective is to identify additional cleaning tasks to be performed due to unforeseen circumstances, note building maintenance needs, and follow up on damage reports. The key to effective quality control is the organization of supplies, tools, and equipment, coupled with inspections by our supervision and management as they work with the staff throughout the shift. Inspections are on a pass /fail basis — all areas are expected to pass prior to completion of the job. Remedial work required to bring an area to standard will be documented on the end of shift report. At the end of the event/day the post -event crew must complete all the duties prior to leaving CenterPlace. Supervision and management working with the staff assure quality, by inspecting and correcting throughout the shift to ensure completion of the tasks, on standard, within the time allotted. End of shift reports are filed for each area, detailing the satisfactory completion of the work, noting circumstances preventing any tasks from being completed, and reporting on any injury or damage throughout the day. Work Plan Inspection System (cont.). The final clean will be completed by 6:OOam the following morning. With the consent and cooperation of CenterPlace, quarterly surveys will be circulated to all departments involved at the facility. The results of these surveys will be tabulated and included in a report. Records. CenterPlace can expect that ISS — will maintain — and make available during weekly meetings - copies of the following reports: e Facility Assessment o Final Clean Inspection e Satisfaction Survey Results Quality Trends. End of Shift Reports lend themselves to quantitative analysis, which can be tracked over time. Data on area, task, supervisor, etc. can identify trends — and suggest corrective action. Examples of current quality control sheets follow this page. Defect Prevention. The ISS quality control program is designed to prevent defects before they happen. Management meets weekly to review all reports and trend analysis. Reports and feedback from these meetings are supplemented by unannounced field operations audits, which are conducted both during shifts and between events. These audits evaluate employee appearance and behavior, compliance with safety procedures, equipment maintenance practices, and supply closet standards. Defect Prevention (cont,) CenterPlace communications, inspections and reports are reviewed upon receipt, with immediate action taken on any and all defects noted. Communication Ron Baum will inspect CenterPlace three times per week and communicate his findings with Mike Stone or his representative — good or bad. Ron is also available by phone any day of the week. Scope and Frequency The scope of work consists of those functions to be performed, specifically daily housekeeping and post event cleaning of all areas used. ISS will use "best practices" to ensure all areas and tasks listed on page 8 of the RFP, as well as any other task assigned, are thoroughly maintained. Together a specific "hot spot" checklist will be created. Excluded from the scope is the preparation of surfaces for painting or recoating, cleaning of mechanical and air handling room, and cleaning of overhead pipes and ductwork throughout the facility. Other services that can be provided are pre - event cleaning, event porter services, pressure- washing, carpet cleaning, as well as others Special Events During Ron's visits he will be able to obtain an event calendar or list. He will schedule & train ISS employees to ensure the service provided meets the needs of CenterPlace and it's clients. When events "pop -up" ISS is able to respond within a few hours. Emergencies ISS understands that emergencies arise throughout the course of business at any location. These may be a result of weather, equipment, damage, and others. If these situations occur, CenterPlace is able to call Ron Baum and he will assemble and deploy the necessary employees & equipment to ensure we assist in any way possible. Our staff will also try to prevent emergencies if possible. When ISS employees are cleaning or inspecting areas at CenterPlace, t they will make notes on items that need repair or unsafe conditions. This effort will help reduce equipment or fixture issues. Insurance; and Bonding Requirements ISS is able to meet the specified insurance and bonding requirements as stated on page 9 of the RFP packet. s , Quality Contro� Name 3/20/2013 CenterPtace FAcwAarY SE.''RV/o sa All Equipment stored Custodial closets organized and clean All Entrance / Exit windows cleaned Kaivac dirty water emptied and cleaned All trash removed from Building, liners installed All lights out All boor Locked an checked for security Shades in Great Room open (If not Alarm will sound) Maintenance reports placed in Mr. Brian Mote's inbox All Interior doors locked (check don't assume) Lock Backdoor Set Alarm Note: If alarm is set off, the telephone will ring. Allied Security will call due to the alarm In this case you will need to use your security word. If there are any problerns call Carol Carter cell 994 -9857 or home 927 -1609 Immediately call Jon Bransford: cell 714 -9823 Date , Quality Control CenterPlace PAClLITY SERVICES Second Floor Cinssroont Trash out Swept/ Vac Mop Sink Dust Insp Restroom Male Restroom Female 1 Me7zanlne Overlook 214 Executive Confereuce Rro Sink 212 211 sec 205/208 SCC Stairwell 206 Vending 207 SCC 209 SCC Comp Lab 21.3 SCC 216 SCC 2nd Floor Hallway Fireside Trash out Double Door Glass Ball - Car pet /Tile 222 Restroom 8 plug In QUA 223 Restroom a yrua In sea 229 Wellness Conter1224, (226 restroom), 22T, 22E) 234 Dance door Fireside Lounge 1 233 Senior Lounge 235 Curd Room 237 library Stainveli Date Quality Control CenterP lace PAQ /CITY affMVJt3!!B Senior �4.'ing =: TrashoQ Removed Sinks SweepIva e Piop Dust tits Double Door Glass 152 Restroom 153 Restroom 156 Millard room t Reception Area 158 Break Room 160 Offlec 161 Omcc Small Waiting Area 2 Sets of Double Doors Trash and Vac Largo ♦Uniting Area (dvmsfm mcpdooa A) Stalnvell 155 Craft Room 3 Senior FFnlhvay Flail to Small Dining 11001" rawntenanoe Keport Nance 3f20f2013 Date Quality Control �PAOILfTY BBRVIOES CenterPiace .Sfiisioc Wing Trashed Removed Sinks Sweep /va c Mop Dust insp Double Door Glass 152 Restroom 153 Restroom 156 Billiard room I Reception Area 158 Break Room 160 Office 161 Office Small Waiting Area 2 Sets of Double Doors Trash and Vac Large Waiting Area (acrossremrcc plasma) Stairwell 155 Craft Room 3 Senior Hallway stall to Small Dining room maintenanco r<oport Name 3/20/2013 Dato Quality Control Im1=Aa1"7"ve4V,1FMVAOffS CenterPlace Name Data 2 Sets of Entry Double Doors,Tra%h and Vac Display Cases Foyer Arca 4 Doors Leto Great Room 143 Great Room Small Dinning Room 140-142 Kitchen Reception room Copy Room 121 122 123 129 Men's Dressing Room 2 plug In SOSP 130 Women's Dressing Itoorm a goal, lUtIn P 131 Jnnitor's Closet (make sure it's nest) W74 I M 112 112 B 111 Classroom 107/109 Classroom Stairwell 149 Men's Restrooms 3 plug in soap 150 Women's Restroom 3 lyluj; In soap Double Door Glass 'Crash & Vne 106 Classroom 108 Classroom 110 Classroom 114 Lecture Auditorium 1st Floor Hallway Name Data Quality Control CenterAlace /SAC /L!i'Y 8ER4/ /DES Maintenance Report Name Date Quality Control IMCenterPlace F.44DI LIIrV "WfTVIIACMW 5t Di+te Location of dlserepancy Dirtctor's office Facility Coordinator Offite Senior Coardinntor t)faice Doors Dnseboards Vents Desks Fichus Tree Kitchen Great Room Lottage / Dance Floor Billiard Room Craft ROOM Elevator Glass Carpets Stainless Other Other Name Date NTS Services Provided ISS is truly an integrated service provider. Such Services include: (a Cleaning v Landscaping a Security u Light Engineering ca Executive Catering o Pest Control Specific services performed by the Event Services Division include: v Construction Clean up * Pre Clean w Event Porter Service .j Post Event Cleaning v Pressure - washing 0 Executive Housekeeping o Conversion o Consumable Supplies v Sub Contract Management w Landscaping Services Light Engineering o Window Cleaning a Carpet Care ia Hard Surface Cleaning a Any other duties requested Experience ISS Event Services specializes in premier sports, convention, and entertainment facilities such as CenterPlace. Facilities that are serviced by ISS include: 0 Spokane Arena 0 INB Performing Arts Center v Spokane Center Ij Penns Landing Convention Center and Waterfront Park 0 US Airways Center o Chase Field V Raymond James Stadium Q New Jersey Sports and Exposition Authority o Jets /Giants Stadium v Izod Center o Monmouth Race Track Meadowlands Race Track v Frisco Field 0 Peoria Sports Complex *j University of Oklahoma o All Athletic Facilities F1117 1 r + 1,��i Cost Proposal The cost structure follows on the provided page provided by CenterPlace. The services provided at CenterPlace are subject to prevailing wage and ISS will compensate it's employees accordingly. Based on the classification of the employees there will have six paid holidays. If service is required on these days the time worked will be billed at an hourly rate of 1 '/2 times the normal hourly rate. Any changes to the prevailing wage rate will result in an adjustment to the pricing of this contract. If necessary ISS may provide services at an hourly rate over the course of the contract. When & if this occurs the billable rates will be as follows: • Supervisor: $21.07 • General Cleaner: $21.07 Free Services If awarded this contract, each ISS offers to provide two yearly carpet cleaning services in ' the lounge and one yearly scrub and recoating of appropriate hard surfaces on the second level. Attachment This document contains confidential tax information and has been redacted pursuant to RCW 82.32.330. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. Attaichnivillt "A" DlU:41NFS' 9 S•TATt NIEN'I' 1}leag-E. ,vrzt swAirdir Avith J.yfirr Ti.r,Orair.rc. ISS Facility Services 1: 3�'nn:r_ c,P�usErae 5: < uSCirei�9 rtJdri +3 . 4811 N Tr Street, Phoenix, AZ 85014 3. E'Iwue; 602_859 -3834 7iti int;5 fttx; ,602- 222 -2551 Chris.ellis @us.issworld.com 4, ir{tttty : EndIvIduall PdjnntV. "ltir, 4':MWT,1tin1u X 5. scent t caSUfrJrca(QJF41 nim)1JC % :— REDACTED rt. 1`Lc�r,tr nf, ISS Facility Services, Inc. is a 100% owned subsidiary of ISS Facility Services Holding, Inc. ;*. DOOrS. t3-5_ cc•.�rpnttY 171319itil v.n ilusuramct fro 4Tnnunts F*-4?il by I h-, C714Y trusl: ycs:___ X (!-'?c -(..I Pa G il t}' 1.'ir r. -rat I C4M -I tX751 S 0,?; P(l pz'y r .1i 11 C- P'. t2 .hJ.600 uvgff crimJ- 1A--.0 J 5 11k' �r ifisrst rL'�; �::lr, 4zr�l,;� •!�'� 1!afili!i r' riF, r lc�rr 1,,' :k'1t7 r;V; :4'a r=F� ti,.'•,'tii1.'•rii {•'4.f i Y,i:�r� Fyrril)AI Lrix!'f?k- :. rrrt41'T4A''trGPe.. crrd t I' fr y, d@t :t(lti.010 d I Mire Fivus: U. Am tlrtro olaim-.i nendina-* nuuinst this insurnnee- riolucv? Ves: X l� t In the normal course of business, ISS Facility Services, Inc., has various claims and lawsuits involving workers' compensation, third party liability, employee matters and commercial litigation. None of these normal course of business claims and lawsuits or other legal actions are material and none will affect ISS' ability to perform a contract with the City of Spokane Valley, WA. 'i. Hrts tile' rt :-n-1 any 4lr wiybr,dr' lit X_• uti'�tr UkEti disgU:t.littCql br terminaxcd tsy tiny public npQnav`t ic: +�,�: �fi. Pr•:Ipr.,wl ot14'1 ri shall tNz R pt,J uttd vai I d uniil ilie city ccmlrter-nv Me aw.wd sir 1rcreCls thr' rrup�_..s;,lz. rnirtrre to cwomr'. ills rids brit -VJli 't-1 IlLayr rt tilt itr r[ ir~� rirJrt. 1'tLu trfltr. ➢ -t; tlrc trrut a[:Ceg�l this .cur Ldit:ion^ Yes: X r4a: i C01111. PAto it) t!sk N r O':"rnty alit In arts pWopaasad is accuraraa MTO z dr:. +tCte, rra,i that f 111Ttt .&L i,zg,rd iloi,4arhy fo e,7R ilibt W-F 4'(rl7rfWay to r? •C'+PrifrC1414 31 frReeeAlreile, S[�dl'�I.4�t1 1::.._ � March 22. 2013 O'tt IN'1' WAM➢f=.:,'4` O TI"CI ,tb (M SI {nNGF: Chris Ellis, Director of Operations 13 Attachment APPENDIX A JANITORIAL SERVICES - CENTERF LACE SPOKANE VALLEY COST ERQPQSL SUBMIT THIS ENTIRE DOCUMENT, COMPLETELY FILLED OUT AND SIGNED, IN ENVELOPE. 02 MARKED "COSH' PROPOSAL FOR JANITORIAL SERVICES'. The Proposer ceftifaes th,al 1h", tiawe visited Centeriaia e includod in thi;.- pfoposol and Cheat 411ey rare fillyNij Rr with environmental factoM, 6xistimg conditions end the project ac -cape a r4 re4guirenrenis that will impect tills work. All conditipns and Iwais of the Reoaesl for Proposal, apply to this Cos.l Proposal. Tha Pmpos�--r certifies wecelpt of till ondumr* issued for b'his project inci'udirg No— Tare Proposer egreeFi to perform el I %vork as per this spoelficalions and Ad'dowurtns. The Pro,poso-er understand& th=at the Clt }r of Spok -ano Valb y intu:nds. to onforoo the 7ir; >s iilot+iLic; s as pro--BrTted. Any and sit daenned nec es -wary 4y the Ci4r of Spokane Valley will be rnmde. in wrilirg by the City and signed by bolh i3rtW.,,. Ousl Prop-osufs .are for a 12 month janilorial cycle. In subniltling a Cost PFopoA -al, Proposer aMknowledges they rare awaro of all ra*. uiromenis eudined in 1he Requeat for Proposal. Nato all oxceptions. Cite, paragraph and atlech oxptonation. 21 Attachment Ce nturPlace TOTAL $__7, 136-00 Por M+ nlh $ 85,632.00 Por Vwir fn witnesa thereto the undersign -e d has --;eQ his (lier) laaild _22nd doy of March _ 2013 ISS Facility Services Sigrl. -kILK D Of ProP49-ur 72, Attachment Shardell Shrum Operations Supervisor Spokane Public Facilities District 720 W. Mallon Ave Spokane, WA 99201 March 20, 2013 Mr. Mike Stone, CPRP Director of Parks and Recreation 11.707 East Sprague Ave, Suite 106 Spokane Valley, WA 99206 Dear Mr. Stone: As the Operations Supervisor for the Spokane Public Facilities District, one of my responsibilities is the oversight of all cleaning services; ISS Facility Services provides all contracted cleaning services for the Spokane Public Facilities District. ISS has proven to me that they will do whatever It takes to ensure our expectations are always met. In 2007 we had a major remodel and addition for our Convention Center and ISS provided the construction clean and pre - opening cleaning. They provided large debris removal, window cleaning, carpet cleaning, and restroom & general cleaning services. At the end of the construction process, they insured that the buildings were ready for opening and for public use. ISS provides services that Include event staffing, post event staffing, carpet & hard surface care, and window cleaning. ISS ensures that our standards are met each day regardless of event schedule. ISS is a true partner when it comes to the services they provide. Their management has a can -do attitude that I have not seen from a service provider. 1 would highly recommend ISS as a cleaning services provider to any company. I believe ISS' management and attitude would make them a great service provider for you. If you have any questions please feel free to contact me at (S09) 279.7200 or at sshrumcoDsaokanearena . com. Sincerely, Shardell Shrum Operations Supervisor Spokane Public Facilities District r 4 E Attachment I' r all i Jim Hawkins Director of Operations Arizona Diamondbacks 403 East Jefferson Phoenix, A2 85004 March 20, 2013 Mr. Mike Stone, CPRP Director of Parks and Recreation 11707 East Sprague Ave, Suite 106 Spokane Valley, WA 99206 Dear Mr. Stone: As the Director of Operations for the Arizona Olamondbacks at Chase Field, one of my responsibilities Is the oversight of all Cleaning services provided by ISS Facility Services. 155 handles a majority of the cleaning services at Chase Field Over the past 15 years, the services ISS has provided us Include: event staffing, post event cleaning, day housekeeping, carpet care, hard surface care, pressure washing, and inany others. ISS has proved to the Arizona Diamond barks that they will do what it takes to ensure our facility Is cleaned to our standard regardless of event schedule or emergency situations (floods /dust storms). I would highly recommence 155 as a cleaning services provider to any company. i trelieve. ISS' management and attitude would make them a great service provider for you. If you have any questions please feel free to contact me at (602) 462 -6191 or at )ha_v_ikins��d# lacks corn. Sincerely, 11rn Hawkins Director of Operations Arizona Diamondbacks +� f•..c: r.R C.,rl, i ,y„ f.I Drt., rn15 4G —.*r: SG:; ,i C., fIt �y k I I 51 Ili tl' - °.1 !iti} i#I S■e r j.9H 47111' •a'4 tuft Ai 1i i1 X51114 t ) Attachment i n - -' - 0. - - 1-01" � ! t March 20, 2013 t Mr. Mike Stone, CPRP Director of Parks and Recreation 11707 Fast Sprague Ave, Suite 106 Spokane Valley, WA 99206 Dear Mr. Stone: As the Sr. VP for the Tampa Sports Authority one of my responsibilities at Raymond James Stadium Is the oversight of all cleaning services provided by ISS Facility Services. ISS handles a majority of the cleaning t services at Raymond James Stadium. Over the past four years, the services ISS has provided us Include: event staffing, post event cleaning, f clay housekeeping, carpet care, hard surface care, pressure washing, and many others. ISS has proved to the Tampa Sports Authority that they will do what it takes to ensure our facility Is cleaned to our t standard regardless of event sche(fule or emergency situations. 1 would highly recommend ISS as a cleaning services provider to any company. t believe ISS' management and attitude mould make them a great service provider for you. if you have any questions please feel free to contact me at (813) 350 -GS07 or at mforrell0tampsst�rtsautharily .com. t k Sincerely, Mickey Farrell Sr. Vice President Stadium operations Tampa Sports Authority RAYMOND JAMES STADIUM 4201 N. Dale. Mabry Highway Tampa, Ft 33607 4201 North Dale Maury w Tampa, 1•l 3360% « (1413) 31)0-6500 « (1313) 673 -4.317 tax + vaww.tamtrnsportsauthority.com �� Sii3'Litil�3'1sf71't ?� �t utri t Sili:'IGltl�if�(i?1�1LFiIts3!! tl i?l:i�;a+d.lilllYi i#11tCr!•:�si;1 :1i(•7 {,gin: t.IK <t.tllr t+ — i. r1 _. _.,. t _T f i 0j 3poKane nom. EXHIBIT B 11707 E Sprague Ave Suite 106 ♦ Spokane Valley WA 99206 509.921.1000 ♦ Fax: 509.921.1008 ♦ cityhati@spokanevalley.org CITY OF SPOKANE VALLEY REQUEST FOR PROPOSALS CENTERPLACE REGIONAL EVENT CENTER JANITORIAL SERVICES Due Date: 12 Noon, Friday, March 22, 2013 The City of Spokane Valley (the "City ") is requesting Proposals for janitorial services for CenterPlace Regional Event Center operated by the City of Spokane Valley. The Contractor will supply janitorial services necessary to complete all janitorial projects described in the Scope of Work section of this proposal. The Owner will provide cleaning chemicals, toilet tissue, paper towels and other expendable items. The Contractor will provide all necessary equipment required to perform all the services. This work is currently under a contract that has been in existence for the past five years. Interested and qualified janitorial companies who have successfully demonstrated their ability to provide similar services at comparable facilities are invited to submit proposals. The City of Spokane Valley recognizes the complexity of this request for proposal and the difficulty in quantifying all tasks. All questions and comments will be reviewed and changes /addendums will be posted on the City website. Hard copies will be mailed upon request. The objective of this Request for Proposal (RFP) process is to solicit sealed proposals to establish a contract(s), through competitive negotiations, for purchase of janitorial services for CenterPlace Regional Event Center. Background information The City of Spokane Valley is a non - charter code city organized under Title 35A RCW, and has a Council- Manager form of government. The City Council consists of seven members elected at- large. The Mayor is elected by his/her fellow Councilmembers, and serves as the Chair of the Council. The City Manager directs all City operations. The City Manager seeks at all times to develop and implement a "best practices" approach in operating the City government and to achieve a balanced, efficient, economical, and quality service delivery. The City of Spokane Valley incorporated March 31, 2003, and is currently the tenth largest city in Washington, encompassing 38.5 square miles. Its current population is approximately 90,000. The City is part of the larger Spokane metropolitan area of approximately 450,000. The City generally considers itself to be a "contract" city, with many core services provided by contract with private or other public entities. CenterPlace is a 54,000- square -foot regional event, senior and community facility. There are over 30 rooms in the facility including (but not limited to) catering facilities, kitchen, arts & crafts and pottery area, billiards room, Senior Center, large banquet room, staff offices and other smaller meeting rooms. Typical facility operating hours are 7:00 AM — 10:00 PM Monday - Thursday and 7:00 AM -12:00 AM Friday, Saturday and Sunday. Hours subject to change. Communications All communications related to responding to this RFP are to be directed to Michael D. Stone, CPRP, Director of Parks & Recreation, at mstonegspokanevalley.org or 509- 720 -5400. Unauthorized contact regarding this RFP with other City employees or City Councilmembers shall result in automatic disqualification. Any oral communications by Michael D. Stone, CPRP, Director of Parks & Recreation will be considered unofficial and non - binding on the City. Minimum Mandatory Requirements A. Firms submitting must have a minimum of 5 (five) years of service /experience in the provision of janitorial services similar in nature and scope to those described in this RFP. A previous or current successful contract(s) with a minimum of 40,000 sq. ft. building service area or equivalent is required. Representative work should include experience or capabilities in all aspects of janitorial services. B. Firm must demonstrate knowledge and compliance of federal, state and local laws and regulations. C. Successful firm will be required to obtain a City of Spokane Valley business license. D. Submission of a complete proposal as outlined in this request. RFP does not obligate the City to accept or contract for any expressed or implied services. One General Contractor The City's intent is to award this janitorial contract to one general contractor. Therefore, an important consideration will be the ability of Proposers to provide all of the skills and equipment necessary to complete all tasks. Subcontracting is not allowed except where specifically approved by the City in writing. Contract Expectations The expectation of the City of Spokane Valley CenterPlace Contract is to provide a clean facility for local and regional groups to utilize the facility. Acceptable standards will produce a level of janitorial qualities that meets or exceeds "best practices." The contractor will be required to inspect and monitor their own work product. The contractor is expected to guarantee that all janitorial 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. 2 Expectations include full compliance with all applicable state and local laws and licensing requirements. When agreed upon by City and Contractor, other industry standards or "best practices" for safe, attractive, well maintained facilities may be used. Contractor Responsible for all Support Facilities With the exception of storage for a floor cleaning machine, the City of Spokane Valley will not provide large 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. Contract Term This work will be awarded by contract. If contract negotiations cannot be concluded with the successful firm within 30 days of notice of award, the City may exercise the option to pursue negotiations with a different Proposer. The contract term shall be for a period of three (3) years with three (3) one -year renewal options which may be exercised by the Parks and Recreation Director. Either party may terminate the contract with a minimum of 30 days' notice. The contract shall commence on or about April 1, 2013 and shall be pro -rated on a monthly /daily basis as needed. Subsequent renewals shall coincide with the calendar year. The contract manager for the City of Spokane Valley shall be the Director of Parks and Recreation or their designee. Prevailing Wage This contract is subject to the requirements of Chapter 39.12 of the Revised Code of Washington and as it may be amended, relating to prevailing wages. No worker, laborer, or mechanic employed in the performance of any part of this contract shall be paid less than the prevailing rate of wage as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. Before any payment can be made, the selected Vendor and each subcontractor shall submit a "Statement of Intent to Pay Prevailing Wages" to the City, which has been approved by the State Department of Labor and Industries. Customer Service There is a high degree of customer service involved in this contract. Customers include the City of Spokane Valley, the citizens and officials of the City of Spokane Valley, City of Spokane Valley Senior Center, Senior Center Association, Spokane and the surrounding region, and all visitors to CenterPlace. Communication on a daily basis to the CenterPlace Coordinator will be required. The contractor will be expected to perform duties such as cleaning the facility and different rooms at different times nightly. During these times, the contractor will be asked to move their cleaning schedule to accommodate groups and events using the facility. The contractor shall communicate all problems, customer service issues, questions, etc. on a daily basis with the CenterPlace Coordinator. Following groups or special events, the contractor is required to inspect the premises and notify the Coordinator of any damage, excessive litter, etc. that may require the Coordinator to contact the group. Lost and Found All lost and found items shall to be noted and locked in an agreed upon location. A record of lost and found items shall be submitted to the CenterPlace Coordinator on a routine basis. No lost and found items are to be removed from public property. The City will be responsible for receiving calls and returning items to the public. Items not claimed will be auctioned or otherwise disposed of in a fair and appropriate manner. In no case will the items be returned to the finder unless warranted by law. Janitorial Schedule The expectations are that the contractor will provide services at the facility seven days a week. Most of the time, work will be required to be completed after 9 pm and before 6 am depending on the groups in the building. Contractor is expected to work around public use and be courteous and respectful to all clientele of CenterPlace at all times. Service Levels Subiect to Change A reasonable attempt has been made to provide an overview of anticipated work in this Request for Proposal. It should be understood by Proposers that the City of Spokane Valley CenterPlace usage is not static and facility use will fluctuate. Proposers should anticipate varying use. Scope of Work This scope of work is representative and not intended to be all inclusive. All proposals should include complete janitorial services of CenterPlace. Submitters should incorporate all anticipated duties and work in their proposal to meet a high standard of service. Routine Tasks DAILY: • General cleaning seven days a week (Monday- Sunday) after 5 pm or after the last group /event leaves the building • Vacuum all carpet areas nightly (spot clean when necessary); straighten all chairs, desks and furniture • Doors and main entry doors and windows will be cleaned daily • Empty waste cans (clean when necessary) • Damp -mop concrete, tile, linoleum and wood floors. Dining Room chairs in Great Room will be stacked next to tables by Owner. Owner to provide storage upon request for floor cleaning machine provided by Contractor • Damp mop kitchen floor twice a week November to April and four times a week May to October • Empty all kitchen trash • Sweep floors • All surfaces within normal reach will be wiped down or dusted and kept clean daily including counters, tables and sink areas • Clean/Disinfect all restrooms including locker areas, floors, toilets, sinks, mirrors and urinals • All basins, bowls and urinals (both sides of seats) will be thoroughly cleaned and disinfected daily 4 • Chrome and metal fixtures in restroom cleaned and polished each day • Feminine napkin disposal containers will be emptied and disinfected daily and cleaned as necessary • . Clean outer surfaces of vending machines • Furniture to be wiped down or brushed off as needed to be free of dirt and debris and ready for use. Spot cleaning of spills and stains as needed • Spot clean windows as needed • Furniture to be cleaned daily of dirt • Exterior of display cases cleaned daily • All walls will be spot cleaned as necessary, so long as the removal of finger marks, etc., does not spoil the general appearance of the walls • Walls switch cover plates cleaned when needed • Drinking fountains will be cleaned and disinfected daily • Auditorium seats cleaned and dusted when needed • Elevator doors will be cleaned and polished daily • Inspect dispensers for proper working condition and restock supplies as needed • Wet mop and de- grease kitchen floors as needed, 1 -2 days per week • Janitorial closet(s) will be kept clean and tidy on a daily basis. All other utility and storage rooms are excluded. Basement is also excluded WEEKLY: • Clean and dust as required (workstations surfaces, file cabinets, table tops, partition edges, walls, ceiling, ledges, baseboards, rails, stairways, banister, display cases, bookcases and corners) • Dust blinds as necessary • Carpets vacuumed including corners • Chair mats cleaned • Waste containers will be cleaned and disinfected • All drinking fountains will be thoroughly cleaned and polished • All woodwork shall be cleaned and dusted • Auditorium seats dusted and cleaned • Clean, detail and shine kitchen on Sundays BI- ANNUAL (April, September) • Dust and clean blinds (both sides); spot clean when necessary OTHER: • All ledges and flat surfaces visible to be dusted as needed • Door hardware will be polished (3 times annually) • Several services will be required from time to time and will be negotiated on an individual task basis separately from this contract. They include setting up and taking down of room furniture, carpet cleaning /shampooing, etc. The above is not all inclusive but is representative of a comprehensive janitorial contract. Proposers shall tour the facilities and propose to the City the full range of tasks and services to be offered. Standards The following are representative standards: mirrors, chrome and polished services to be clean and disinfected and free of streaks, spots or cleaning residue. Toilets and urinals are to be disinfected and appear clean and bright with no water stains, soiling or objectionable odors present. Paper and towel dispensers shall be filled and shall not run empty during normal operating hours. Carpets are to be thoroughly vacuumed with approved equipment so there is no noticeable debris, or hidden soils; this shall include along edges and in corners. Floors are to be maintained in accordance with manufacturer's recommendations and shall be clean and bright including corners, edges and stairwells. Ledges, shelves and other flat surfaces shall be clean of dust and debris, excluding desktops and shelves with personal items. Proposer should include similar standards for all aspects of work. Standards will be enforced. Special Events CenterPlace will be hosting a number of special events, meeting conferences, dinners and other related events each year. The contractor will be responsible for being flexible on the clean -up schedule of the facility and the various rooms that will need to be cleaned. Special events are not always pre - scheduled and may require action on short notice. However, contractor is not expected to make multiple daily trips to CenterPlace to accommodate special events. City will perform light cleaning between events occurring outside of contractor's schedule. Schedule The City anticipates the following scl RFP publication date: RFP submission date: City decision by: Anticipated start date: iedule for completion of the RFP process: March 8, 2013 March 22, 2013 March 27, 2013 April 1, 2013 How to Respond Submit four copies of written responses no later than 12 Noon on Friday, March 22, 2013 to City of Spokane Valley, Attn: Michael D. Stone, CPRP, Director of Parks and Recreation, 11707 East Sprague Avenue, Suite 106, Spokane Valley, WA 99206. Submittals shall be signed by authorized representatives of the responding entity. Unsigned proposals shall not be considered. Written proposals not received by 12 Noon on March 22, 2013 shall not be considered by the City. The responding entity is responsible for ensuring that written responses are received by the City by the time and date specified herein and accept all risk of late delivery for the method of delivery chosen, regardless of fault. Submittal Information All submittals become the property of the City of Spokane Valley. All submittals become a matter of public record with the exception of those parts of each proposal which are defined by 0 the contractor as business or trade secrets, and plainly marked as Trade Secret, Confidential, or Proprietary. All information submitted is subject to verification by the City of Spokane Valley. Proposers are invited to propose creative work plans that will meet the objectives and standards of the Request for Proposal in the most cost effective manner. At a minimum, Proposal should address each of the following: Submittal Requirements Written responses shall cover the following areas of inquiry: A. Cover letter, including overview of the organization signed by a representative authorized to make contractual obligations; include business history, including qualifications B. Statement of Understanding of Project. In one page or less, please state your understanding of this Request for Proposal. C. Work experience; include length of service, number of buildings, number size and type of facilities maintained, and other pertinent information. D. Personnel: Hiring processes, background checks on employees, employee supervision, and overview of employee standards, including dress standards. E. Demonstrate financial capability to implement and fulfill this project. F. Provide three letters of recommendation from businesses or agencies that have used your company for similar services. G. Provide references of at least three current or previous clientele for same or similar work. Please include names and titles of contacts. Naming of a reference is considered permission to contact the reference. The City may contact outside individuals, whether offered as references or not. The City retains the right to use such information in its decision. Submittal of a response is agreement that the City may contact and use such information. H. Maintenance Team: a. A list of key positions and key personnel and their experience and qualifications b. Certifications held by the Proposer and /or employees c. Employee training programs d. Proposed staffing plan I. Equipment and Support Facilities: a. List of equipment (including model and year) owned or leased or proposed relevant to this work b. Description of existing or proposed support facilities 7 J. Work Plan: Proposed work plan shall address each of the following: • Staffing including background checks and drug free workplace provisions • General Cleaning • Equipment • Carpet Vacuuming • Doors • Main Entry Doors • Waste cans • Restrooms • Basins, Bowls and Urinals • Feminine Napkin Containers • Sweeping • Damp- Mopping • Dusting and Surface Cleaning • Locker Room • Mirrors • Vending Machines • Stairways • Entrances • Display Cases • Walls • Windows • Furniture • Wall Coverings • Auditorium • Elevator • Dispensers • Restocking Supplies • Janitorial Closet • Kitchen • Staff Offices K. Quality control processes for self - monitoring of contract; recording and reporting processes. L. 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 between City and contractor. M. Experience and methods for addressing customer complaints. N. Preparation for special events. Special Events requiring janitorial service would be additional work to be arranged. O. Customer service qualifications. 8 P. Responding to unforeseen events /emergencies including but not limited to weather related damage and maintenance problems. Q. Expertise in dealing with environmental issues, including chemical and materials handling and application. R. Please review all guarantees that your firm is willing to offer in regard to work quality, adherence to schedule and customer service. S. Statement of ability to meet insurance and bonding requirements: • Worker's Compensation Insurance coverage • 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 • Automobile Liability Coverage • Performance Bond amount will be on a quarterly basis (government agencies excluded) • 100% Labor Payment bond or alternate (government agencies excluded) T. Discuss the challenges, problems, risks, concerns that you might foresee if awarded this contract. U. Dealing with essential work not included in the Scope of Work, both temporary and ongoing V. Record keeping W. A list of all work (if any) intended to be subcontracted X. Cost proposal inclusive of all costs (including all applicable taxes) Y. Business Statement, attached hereto as Attachment "A" Evaluation Criteria Responses will be evaluated by the City as set forth immediately below: 1. Responses to Submittal Requirements A -Y 2. Demonstrated ability to meet minimum qualifications 3. Best fit for CenterPlace and the City of Spokane Valley The City reserves the right to utilize new or revised evaluation criteria at its sole discretion. Addenda, Modifications and Clarifications 1. The City reserves the right to change the RFP schedule or issue addenda to the RFP at any time. All such addenda will become part of the RFP. The City will provide notification of addenda in the same manner as distribution of the RFP. It is the responder's responsibility to confirm as to whether any addenda have been issued. The City also reserves the right to cancel or reissue the RFP. 0 2. The City reserves the right to request for any responding entity to clarify its proposal or to supply any additional material deemed necessary to assist in the evaluation of the proposal. Modification of a proposal already received will be considered only if the modification is received prior to the submittal deadline. Any modifications shall be made in writing, executed and submitted in the same form and manner as the original proposal. Evaluation and Selection The City reserves the right to award the contract to the responding entity which best meets the needs and interests of the City, or to reject all responses as set forth below. The following steps are anticipated: Step 1. Receipt and review of proposals and written responses Step 2. City follow -up with respondents and possible interviews Step 3. Initial reference and information check Step 4. Selection of provider Step 5. Negotiation of contract Finalize a Scone of Work City representatives and the selected finalist will review and finalize a Scope of Work [as applicable]. Contract The City's proposed contract, with the terms and conditions, is attached to this RFP as Attachment `B ". Please note that the City expects all submitting entities to consent to the City contract, terms and conditions, and does not anticipate agreeing to any modifications or exceptions. Any exceptions or modifications to the contract proposed by an entity must be noted in the responsive submittal. The exception to this is in the drafting of the Scope of Work. The City reserves the right to negotiate and revise any or all contract terms and conditions prior to contract signature. Rejection of Proposals The City reserves the right to reject any or all submittals, portions, or parts thereof. The City reserves the right to obtain services through other means. Non - Collusion Submittal and signature of a proposal swears that the document and proposal is genuine and not a sham or collusive, and not made in interest of any person not named, and that the responding entity has not induced or solicited others to submit a sham offer, or refrain from proposing. No Costs The City shall not be responsible for any costs incurred by any respondents in preparing, submitting, or presenting its response to the RFP or interview process, if applicable. The City shall not be responsible for any costs incurred by the responding entity selected by the City prior to the date of the contract. 10 Non - Endorsement As a result of the selection of a responding entity, the City is neither endorsing nor suggesting the responding entity's services are the best or only solution. The responding entity agrees to make no reference to the City in any literature, promotional material, brochures, sales presentation or the like without prior express written consent from the City. Ownership of Documents Any reports, studies, conclusions and summaries submitted by the responding entity shall become the property of the City. Public Records Under Washington State law, the documents (including all such items as described in RCW 42.5 6.010 for the term "writing ") submitted in response to this RFP (the "documents ") become a public record upon submission to the City, subject to mandatory disclosure upon request by any person, unless the documents are exempted by a specific provision of law. If the City receives a request for inspection or copying of the documents, it will promptly notify the person submitting the documents to the City (by U.S. mail and electronic mail if the person has provided an e-mail address) and upon written request of such person, received by the City within five days of the providing of such notice, will postpone disclosure of the documents for a reasonable period of time as permitted by law to enable such person to seek a court order prohibiting or conditioning the release of such documents. The City assumes no contractual obligation to enforce any exemption. Proposer Responsibilities The successful Proposer shall be responsible for all services and required documents identified in this Request for Proposals. The Proposer is responsible for making all necessary investigations and examinations of documents, operations, and premises affecting performance of the proposed Janitorial Service Contract. Failure to do so will not act to relieve any conditions or specifications outlined in the RFP. It is mutually agreed that the submission of a proposal shall be considered conclusive evidence that the Proposer has made such investigations and examinations. 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 Proposer. The City reserves the right to accept or reject any and all submittals and to withdraw or revise the Request for Proposal process at any time. The decision by the City shall be final, and there is no further recourse or appeal. Severability If any section, sentence, clause or phrase of this RFP shall be held to be invalid, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this RFP. PRE - PROPOSAL CONFERENCE All prospective Proposers are invited to attend a pre - proposal conference. The conference will be held at 10:30 AM, Wednesday, March 13, 2013 at CenterPlace, 2426 N. Discovery Place, 11 Spokane Valley, WA 99216. The conference will include on -site inspection of facilities. Please R.S.V.P. to (509) 720 -5400. uestions The City of Spokane Valley acknowledges that this Request for Proposal is comprehensive. Questions regarding the Request for Proposal will be accepted verbally or in writing. Questions will be noted and the answers will be distributed to all Proposers in possession of the Request for Proposal. Questions or Requests for Information should be directed to Mike Stone, Director of Parks & Recreation, City of Spokane Valley Parks and Recreation Department at the contact numbers listed on the cover page of this document. 12 Attachment "A" BUSINESS STATEMENT Please complete and submit with your response. Name of Business address: Phone: Business fax: e -mail: 4. Business classification (check all that apply): Individual Partnership Corporation 5. Federal tax number (UBI number): 6. Name of owner: 7. Does the company maintain insurance in amounts specified by the City contract: Yes: No: (General liability insurance of at least $1, 000, 000 per occurrence; $2,000,000 aggregate, Combined Single Limit (CSL); Automobile liability of at least $1, 000, 000 per accident CSL; Professional Liability, if applicable, of at least $1,000,000. If no, describe the differences: 8. Are there claims pending against this insurance policy? Yes: No: If yes, please explain the nature of the claims: Has the company or anybody in the company ever been disqualified or terminated by any public agency? Yes: No: 10. Proposal offers shall be good and valid until the City completes the award or rejects the proposals. Failure to concur with this condition may result in rejection of the offer. Does the firm accept this condition? Yes: No: I certify that to the best of my knowledge, the information contained in this proposal is accurate and complete, and that I have the legal authority to commit this company to a contractual agreement. SIGNATURE: Date: PRINT NAME AND TITLE OF SIGNER: 13 ATTACHMENT B CONSTRUCTION AGREEMENT < Contractor> THIS CONSTRUCTION AGREEMENT (the "Agreement ") is made by and between the City of Spokane Valley, a code City of the State of Washington ( "City ") and , ( "Contractor ") jointly referred to as (the "Parties "). IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1. Work to B,ri Pk .formed. Contractor shall do all work and furnish all labor, supervision, tools, materials, sup$i{,es equipment and other items necessary for the construction and completion of the _ Project (the "Work ") in accordance with documents described in Exhibit 1 and in acc,- ;since with this Agreement (which are by this reference incorporated herein and made part hereof Piii -L ntract Documents ")), and shall perform any changes in the work in accordance with the Contrac'Doci =vents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible it ms in any othe` contract Document. Contractor shall, for the amount set forth in r rr rap h - -'below, assume and be responsible for the cost and expense of all work required for construe +mom€ ara c1 tnpleting the Work and related activities provided for in the Contract Documents to City's satisfact�t /within the time limits prescribed in the Contract Documents. '�,. The City Manager, or designee, shall administer and be the prri- .aryw intact 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 cor rmance with the Contract Documents, and all City, State and federal standards, codes, ordinances, re ' ±lons and law a as now existing or as may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work within 10 days of receir of a "Tiotice to proceed [or execution of this Agreement] and shall complete the Work within the times spe: ��; d in the Contract Documents, as may be extended in accordance with this Agreement and the Contract Documents. 3. Liquidated Damages. TIME IS OF THE ESSENCE FOR THIS CONTRACT. Delays cause inconvenience to the residents of City and cost taxpayers undue sums of money, adding time needed for administration, engineering, inspection and supervision. It is impractical for City to calculate the actual cost of delays. Accordingly, Contractor agrees to pay liquidated damages for failure to achieve Substantial Completion (as defined in the Contract Documents) and shall be in the amount of $ per day. These liquidated damages are not a penalty, but are fixed and agreed upon by and between Contractor and City because of the impracticability and difficulty of fixing and ascertaining the actual damages that City would sustain in the event that the Work is not completed in accordance with the Contract Documents. Liquidated damages may be retained by City and deducted from payments otherwise due to the Contractor. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of 14 Dollars ($ ), plus Washington State Sales Tax, based on the bid submitted by Contractor, and as may be adjusted in accordance with the Contract Documents. 5. Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the below stated address. Pursuant to Chapter 60.28 RCW, five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code, and federal or state standards. 6. Notice. Notice Sher an applications for payment shall be given in writing as follows: TO THEY: TO THE CONTRACTOR: Name: Christine Bainbrid o ity Clerk Name: Phone: (509) 921 -1v Phone: Address: 11707 East Sprag =e Ave, Suite 106 Address: Spokane Valley, WA 992? 7. Applicable Laws and Standards. The Pa' 4�'Te, n tbP°-- rformance of this Agreement, agree to comply with all applicable federal, state, and local laves, >acs <'.d regulations. 8. Certification Retarding Debarment, Suspension. and Other "2esDonsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Consultant certifi A best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed r debarment, declared ineligible, or voluntarily excluded from covered transactions Ay' any federal department or agency; 2. Have not within a three -year period preceding this proposal been cfi ivi ted of or had a civil judgment rendered against them for commission or fraud ' criminal offense in connection with obtaining, attempting to obtain, or perfd, �!m.g Y public (federal, state, or local) transaction or contract under a public transaction;^'ration of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (A)(2) of this certification; and 4. Have not within a 3 -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. 15 9. Prevailing Wages on Public Works. Contractor, any subcontractor, or other person doing work under this Agreement, shall comply with the requirements of RCW 39.12, 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 RCW 39.12. The following information is provided pursuant to RCW 39.12.030: A. State o WNghington prevailing wage rates applicable to this public works project, published b, Lkl are located the L &I website address: h / /fortress.wa.goyoni /wa elg ookup//prvWa elg ookup.aspx B. This Project is l:atrd i Spokane County. C. The effective prevailin,. wage date i,',!'he same date as the bid due date as referenced in the original request for bids as may r I�ised by addenda. A copy of the applicable prevailing wage rates is'a so ' ailable for viewing at the offices of City located at 11707 East Sprague, Suite 106, Spokane Valley, t�99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 10. Relationship of the Parties. It is understood, agreed--d declared that Contractor shall be an independent contractor, and not the agent or employee of City, that City is interest(', ,,in only the results to be achieved, and that the right to control the particular manner, method and me;�s in which the services are performed is solely within the discretion of Contractor. Any and all empLees 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 Agreem . -.L and any liar',' A that may attach thereto. �•, 11. Ownership of Documents. All drawings, plans, specifications, and other related docum „tss prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 12. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 13. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in 16 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. Insurance. Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives, or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned, non - owned, hired, and leased veh�les. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a =dub siitute form providing equivalent liability coverage. If necessary, the policy shall ae er Horsed to provide contractual liability coverage. 2. Commercial geng-01 liability insurance shall be written on ISO occurrence form CG 00 01 and shall pful Pr 'bility arising from premises, operations, independent contractors, products - completed :operations, stop gap liability, personal injury and advertising injury, and liability assd,iled under an) nsured contract. The commercial general liability insurance shall be endorsed to pv!�Nde the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shat -sib ino ep /lorsement or modification of the commercial general liability insurance f liz�l sing from explosion, collapse or underground property damage. City shall bt narr A as an insured under Contractor's commercial general liability insurance policy Nd respect to the)-,vork performed for City using ISO Additional Insured endorsement CG 20 10 10 0'� an, j Additional Insured- Completed Operations endorsement CG 20 37 10 01 or sub-4 °dorsements providing equivalent coverage. 3. Workers' compensation coverage as required by the industa il urance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance 1 1. Automobile liability insurance with a minimum combined single limit for�;odil injury and property damage of $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products - completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability, professional liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self - insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 17 2. Contractor shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement. 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 City. Contractor shall be financially responsible for all pertinent deductibles, self - insured retentions, and/or self - insurance. 16. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify and hold harmless City ZAL, its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs,' tt, ey's fees and costs of litigation, expenses, injuries, and damages of any nature whatsoever relat; ng t( or arising out of the wrongful or negligent acts, errors or omissions in the services provided by Cone? )), Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend, :.�derti_ and hold harmless City shall not apply to liability for damages arising out of such services caused ,-£;y or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend indemnify and hn)rl h mle ty against liability for damages arising out of such services caused by the concurrent neghgenf ? of a)rCity or City's agents or employees, and (b) Contractor, Contractor's agents, subcontractors, sub�sultants an d employees, shall apply only to the extent of the negligence of Contractor, Contractor's agents, subcontr ?' oil. ,„ subconsultants and employees. Contractor's duty to defend, indemnify and hold City harmless nal2clude, as to all claims, demands, losses and liability to which it applies, City's personnel- related costs, reasonable a'tomeys' fees, and the reasonable value of any services rendered by the office of the City Attorney, ttside consultant costs, court costs, fees for collection, and all other claim - related expenses. Contractor specifically and expressly waives any immunity that may be granted - d"nder the Wad"' on State Industrial Insurance Act, Title 51 RCW. These indemnification obligations shall not be . =mites. yin any way by any limitation on the amount or type of damages, compensation or benefits payr` ,or for any third party under workers' compensation acts, disability benefit acts, or other employee u�nefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends onlclaims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 17. Waiver. No officer, 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 18 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. Assienment 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. Confidentiality. Contractor may, from time to time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 20. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County, unless otherwise required by applicable federal or state law. 21. Subcontractor,. R_.esponsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criterifi for °ach first tier subcontractor and its subcontractors of any tier that hires other subcontractors shlll'rify responsibility criteria for each of its subcontractors. Verification shall include that each subcdi'racV at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1)d possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if rend by chapter 70.87 RCW. This verification requirement must be included in every subcontract`e Mier. 22. Jurisdiction and Venue. Thi eement is "itered into in Spokane County, Washin on. Venue s 1 shall be in Spokane County, State of Washington 23. Entire Agreement. This Agreement cUnsti x ±ra entire and complete agreement between the parties and supercedes any prior oral or written grments. This Agreement may not be changed, modified or altered except in writing signed by the Pares. 24. Anti - kickback. No officer or employee of City, having the, ow_Jr 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 % m any person with an interest in this Agreement. 25. Business Registration. Prior to commencement of Work under this Age �ewent, Contractor shall register with the City as a business. 26. Severability. If any section, sentence, clause or phrase of this Agreement should be hdit �bevalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the val�'ic-. -- -of any other section, sentence, clause or phrase of this Agreement. 27. Exhibits. Exhibits attached and incorporated into this Agreement are: 1. Scope of Work 2. Insurance Endorsements The Parties have executed this Agreement this day of , 20 19 Mike Jackson, City Manager Christine Bainbridge, City Clerk APPROVED AS TO FORM: Office of the City Attorney 20 APPENDIX A JANITORIAL SERVICES - CENTERPLACE SPOKANE VALLEY COST PROPOSAL SUBMIT THIS ENTIRE DOCUMENT, COMPLETELY FILLED OUT AND SIGNED, IN ENVELOPE #2 MARKED "COST PROPOSAL FOR JANITORIAL SERVICES ". The Proposer certifies that they have visited CenterPlace included in this proposal and that they are familiar with environmental factors, existing conditions and the project scope and requirements that will impact this work. All conditions and terms of the Request for Proposal, apply to this Cost Proposal. The Proposer certifies receipt of all addendums issued for this project including No 19 , ,- The Proposer agrees to perform all work as per the specifications and Addendums. The Proposer understands that the City of Spokane Valley intends to enforce the specifications as presented. Any and all changes /clarifications deemed necessary by the City of Spokane Valley will be made in writing by the City and signed by both parties. Cost Proposals are for a 12 month janitorial cycle. In submitting a Cost Proposal, Proposer acknowledges they are aware of all requirements outlined in the Request for Proposal. Note all exceptions. Cite paragraph and attach explanation. 21 CenterPlace $ Per Month TOTAL $ Per Year In witness hereto the undersigned has set his (her) hand this day of 2013 Name of Firm Signature of Proposer �4. 22 APPENDIX B ESTIMATED QUANTITIES CENTERPLACE ITEM CATEGORY QUANTITY Sq. Ft. 1 Great Room - 127 6840 S . Ft. 2 Room 145 204 S . Ft. 3 Room 155 1755 S . Ft. 4 Pool and Billiard Room 156 1458 S . Ft. 5 Green Room —146 A 96 S . Ft. 6 Kiln Room —1468 90 S . Ft. 7 Room 140 -142 Kitchen 1232 S . Ft. 8 Room 160 240 S . Ft. 9 Room 161 176 S . Ft. 10 Room 143 900 S . Ft. 11 Room 106 468 S . Ft. 12 Room 108 754 S . Ft. 13 Room 109 1480 S . Ft. 14 Room 110 754 S . Ft. 15 Room 111 676 S . Ft. 16 Room 112 288 S . Ft. 17 Room 112B 315 S . Ft. 18 Room 120 99 S . Ft. 19 Room 121 204 S . Ft. 20 Room 122 308 S . Ft: 21 Room 123 168 S . Ft. 22 Auditorium 1692 S . Ft. 23 Room 224 90 S . Ft. 24 Room 225 77 S . Ft. 25 Room 227 156 S . Ft. 26 Room 228 144 S . Ft. 27 Room 234 1652 S . Ft. 28 Room 233 1701 S . Ft. 29 Room 235 756 S . Ft. 30 Room 237 465 S . Ft 31 Room 205 1269 S . Ft. 32 Room 206 486 S . Ft. 33 Room 207 783 S . Ft. 34 Room 209 783 S . Ft. 35 Room 212 1400 S . Ft. 36 Room 213 972 S . Ft. 37 Room 214 891 S . Ft. 38 Room 216 891 S . Ft. 23 EXHIBIT C JANITORIAL SERVICES R CENTEFtPLACE SPOKANE VALLEY COST PROFNOSAL SUBMIT THIS ENTIRE DOCUMENT, COMPLETELY FILLED OUT AND SIGNED, FN ENVELOPE E 02 MARKM aeC0ST PROPOSAL FOR JANITOWAL SERVICES The Propamer celifie!3 thail ihey hiave wl.91 d Cent.erI3Ia x-. Includad In dhiui txoposol and Qhat Choy ore f milicaf with an'lironmahtarl fFar ors, sxistcng conditions and the project sracygB arrd r q� ta� w t this vworR. All cemditiDn% and W. --fr as of Ilia fqe_qtae;ii for Propmal, apply to This .Omi Proposal. The I'fopap,,er aertifie:, ie.Y,6rill Of call rmK?_J'_%'h iL1ms, imued for IJW3 project inn -tiding Tire P'rryporer agre-es to perform al I iwork tq% per tho %.pocificallons A.si'ftmftrns. Tilta PropaE-_r und'ergtFands. that the CltV of Spokano VaIIDx r to canforoo tha 3p:.srviliRraL as prosronted. Any and all charge- 91alercticalions tee mead ne e4zF;nty kr-y they City of Spokane Vmlley velll h,-, made. in Wrilir ip by the City end .signed (ay b --, h Orr *t P'roposeft are for a 12 month janharial vgdc e. In sir rnitiina a {Cast Proposal, Proposer a cknuwlot ges they are maro of all raquirLkryrants cudined in iha Requeat for proposal. Nato oll oxce- eptions_ Cite paragra Fyh and atlach oxplah at*n. f i MUM Facili131,S ces Globally 21 MUM Facili131,S ces Globally 21 I I 7,136.00 Por NT-onth TOTAL 85,632.00 P Yo- A r fn wits n s a h 9 re t.-.s t h a tum de re i gul,.-FnN had, , s, a. I h if� (I i o r) I �a. n a t I I I 22nd of March 2()l:j ISS Facility Services Nwmoo of FIrn-% 891grialura of P(oposror 72 —I, A�� ® CERTIFICATE OF LIABILITY INSURANCE DAT 0411 /20 3YYY) 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certaln 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 AOn Risk Services Southwest, Inc. Houston TX Office CONTACT PHONE FAX (,C. No. Ext): (866) 283 -7122 plc. No.: (847) 953 -5390 E -MAIL ADDRESS: 5555 San Felipe Suite 1500 INSURER(S) AFFORDING COVERAGE NAIC # Houston TX 77056 USA INSURED I tCI.iCI V CL) INSURER A: National Union Fire Ins CO Of Pittsburgh 19445 INSURER B: XL Specialty Insurance CO 37885 ISS Facility Services, Inc. i 1019 Central Pkwy N. Suite 100 INSURER C: Greenwich Insurance Company 22322 INSURER D: ACE American insurance Company 22667 San Antonio TX 78232 USA J ARKS & RECREATION DEPT INSURER E. zurich American ins Co 16535 INSURER F: COVERAGES CFRTIFICATF NHMRFR: 510049659186 KtVI51UN NUMIatK: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MM /DDIYYYY MMIDD/YYYY LIMITS Spokane valley Place GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY 2426 N. Place GLO SIR applies per policy terns & conditions vDiscovery l l ey WA 99216 USA EACH OCCURRENCE $1,000,000 PREMISES Ea occurrence $300,000 MED EXP (Any one person) $5,000 CLAIMS -MADE X❑ OCCUR PERSONAL &ADV INJURY $1,000,000 GENERAL AGGREGATE $5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $2,000,000 POLICY X PRO- JECT X LOC C AUTOMOBILE LIABILITY RAG943756601 01/01/2013 01/01/2014 COMBINED SINGLE LIMIT Ea accident) $1,000,000 BODILY INJURY ( Per person) X ANY AUTO BODILY INJURY (Per accident) ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE Per accident E X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE UMB983577400 SIR applies per policy terns 01/01/2013 & conditions 01/01/2014 EACH OCCURRENCE $1,000,000 AGGREGATE $1,000,000 . ED X RETENTION 525,000 B B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR /PARTNER /EXECUTIVE N RWD943533501 RWR943533601 15175-1721513 01/01/2013 51707 2014 01/01/2014 WC STATU- OTH- X TORY LIMITS ER E.L. EACH ACCIDENT $1,000,000 OFFICERMIEM13ER EXCLUDED? (Mandatory in NH) ❑ N I A E.L. DISEASE -EA EMPLOYEE $1,000,000 l yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A E&O -MPL- Primary 6489450 11/01/2012 11/01/2013 Employee Dishonesty $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, H more space is required) RE: Event: city of Spokane valley -2013. Certificate Holder is included as Additional Insured in accordance with the policy provisions of the General Liability policy. CERTIFICATE HOLDER CANCELLATION ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Center Spokane valley Place AUTHORIZED REPRESENTATIVE 2426 N. Place / Spokane vDiscovery l l ey WA 99216 USA iy o 9P4'e'�1.iw ✓. ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Verify Workers' Comp Premium Status - Employer Liability Certificate Page 1 of 1 Washington State Department of Labor and Industries Department of Labor and Industries Employer Liability Certificate Employer Liability Certificate Date: 04/18/2013 UBI #: 602 372 770 Business Name: ISS FACILITY SERVICES INCORPOR Legal Business Name: ISS FACILITY SERVICES INCORPORATED Account #: 072,442 -00 'Doing Business As' Name: ISS FACILITY SERVICES INC Estimated Workers Reported: Quarter 4 of Year 2012 "31 to 50 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? No Account Representative: T5 / STEPHEN TASSONI (360)902 -4639 - Email: TASS235 @lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.1.2.050 and 51.16.190). https: // fortress. wa. gov/ lni/ crpsi /AectlnfoPrint.aspx ?Accountld= 07244200 &AccountManag... 4/18/2013 1.5---07C4 . 02-, AC�® DATE 2/202017rr� CERTIFICATE OF LIABILITY INSURANCE 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 d SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this 11= certificate does not confer rights to the certificate holder in lieu of such endorsement(s). m PRODUCER CONTACT NAME: Aon Risk Services Southwest, Inc. Houston TX Office —� (A/C.No.Ext): (866) 283-7122 FAX No): (800) 363-0105 `a)a 5555 San Felipe Suite 1500 8 .t b;;,, ,,, i v (,.;,,p,,q ADDRESS: 2 Houston TX 77056 USA INSURER(S)AFFORDING COVERAGE NAIC# r',r r+ .1 7 r111,"-/ INSURED i...L.tj I _Ulf INSURER A: Zurich American Ins Co 16535 ISS Faci l i ty Services. Inc INSURER B: Ameri can Guarantee & Liability Ins Co 26247 1019 Central Pkwy N pARKS & P_CREAl IOt: DEPT. INSURER C: Greenwich Insurance Company 22322 Suite 100 San Antonio TX 78232 USA —___--"' ""....... INSURER D: XL Specialty Insurance Co 37885 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570069542264 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDDm�r� MWDDNYYY) A X COMMERCIAL GENERAL LIABILITY GL0983574305 01/01/2018 u1/01/2019 EACH OCCURRENCE $1,000,000 CLAIMS-MADE nOCCUR SIR applies per policy terms & conditions DAMAGE TO RENTED $1,000,000 PREMISES(Ea occurrence) X Per Project Agg$2M MED EXP(Any one person) $10,000 P-ERSONAL&ADV INJURY $1,000,000 tS X Per Location E Lgg MIT$2M G- ENERALAGGREGATE S5,000,000 GEN'LAGGREGATE LIMITAPPLIES PER — — POLICY ❑JERC I1 LOC PRODUCTS-COMP/OP AGG $2,000,000 co OTHER: cor C AUTOMOBILE LIABILITY RAD 943775702 01/01/2018 01/01/2019 COMBINED SINGLE LIMIT $1,000,000 u7 (Ea accident) , X ANYAUTO BODILY INJURY(Per person) 0 OWNED r—SCHEDULED BODILY INJURY(Per accident) d _ AUTOS ONLY _AUTOS PROPERTY DAMAGE 0 HIRED AUTOS NON-OWNED 0 X X (Per accident) Fl ONLY _AUTOS ONLY a) d B X UMBRELLA LIAB X OCCUR AUC983577405 01/01/2018 01/01/2019 EACH OCCURRENCE $5,000,000 U EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION D WORKERS COMPENSATION AND RWD943533506 01/01/2018 01/01/2019 X IPER OTH- EMPLOYERS'LIABILITY YIN Includes the state of NY STATUTE ER D ANY PROPRIETOR IPARTNER IEXECUTIVE ) ,,, I N/A RWR943533606 01/01/2018 01/01/2019 E.LEACH ACCIDENT $1,000,000 (MandatoryInOFFICER/MEMBERN EXCLUDED? (Mandatory In NH) WI E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $1,000,000— DESCRIPTION OF OPERATIONS below ... n DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE: Event: City of Spokane valley-2013. certificate Holder is included as Additional Insured in accordance with the policy provisions of the General Liability policy. 04 M R4 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE A EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Spokane valley AUTHORIZED REPRESENTATIVE i_.". e Center Place RI 2426 N. Discovery Place ` ��sa Y ze� r�ir Spokanee valley WA 99216 USA INN ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD SUPERIOR COURT OF WASHINGTON FOR SPOKANE COUNTY In the Matter of: REQUEST FOR PROPOSALS City of Spokane Valley Parks & Recreation Department Centerplace Janitorial Services 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 ValleyNews Herald, a weeklynewspaper. Thatsaid newspaper is alegal newspaper and itis now and has beenfor 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 publis d in regular issues commencing on the 8th day of March. 2013 and ending the 15th 0 a s in , and that such newspaper was regularly distributed to its subscribers during all of said perio . CITY OF SPOKANE VALLEY PARKS & RECREATION DEPARTMENT S BED an S4 N to before me REQUEST FOR PROPOSALS CENTERPLACE JANITORIAL SERVICES this 15th day Of 2013. The City of Spokane Valley is seeking written proposals for Janitorial Services at Centerpiece Regional Event Center. `% %J11111 fi State of Washington To obtain a proposal package, contact `% 0l I of Spokane Michael D. Stone, CPRP, Director of Parks 0 & Recreation, at (509) 720 -5400 or email 0 �! msto��spokanevskfll =org. A pre -pro- ► V \�'N'E'Xp ��YY� Wednesdfernco 1l be held t10:30 am; (`,�� \5S 14% _X�i 1ceTtlfy thatlknOW OT haVeSatlSfaCtOryeVlderiee that covery Place, Spokane valley, WA 99216. v .Q� s . Michael Huffman is the person who appearedbefore The Proposal deadline Is Friday, March 22, .80- : Mme, an d said person acknowledged that he signed 2013 at Noon. The complete RFP docu- , : 0 NQ'(PR� ; Z this instrument and acknowledged it to be his free mentcan also be reviewed by going to wraa SpokanaVatery nandclickontheNotices p\,�L \0 j 0 Zand voluntary act for the uses and purposes men - icon on the right side of the page. '. Christine Bainbridge, MMC /� tlOn m the instrument. rw Spokane Valley City Clerk �' ' v (509)720.5102 �••.5 -: 318, 3/15 , � '�$ O 1 11115 `�`` Title: Notary Public My appointment expires: 5 -16 -15