Loading...
HomeMy WebLinkAbout4.558 Original Contract City of Port Antes PublIc Works & UtIlItIes Dept. Operations Office 1703 South B Street Port Angeles W A 98362 Tel: 360-417-4541 Fax: 360-452-4972 . <-t. 55~ LIMITED PUBLIC WORKS PROCESS D Request for Quotation IZI Contract Contract Title: Janitorial Services - PW Operations, Project Number: PW-07-020 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Morningside "supportive employment for adults with disabilities", a non-profit corporation of the State of Washinqton, ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): D All work under this Contract is to be completed by this date: ----'- D All work under this Contract is to be completed _ days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. IZI The performance period under this Contract commences --L calendar days after contract award and ends 365 calendar days after contract award. Upon 30 days written advance notice, the contract may be extended at the option of the City for up to 2 additional one year periods. 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): D Time and material, not to exceed: $_ D Time and actual expenses incurred, not to exceed: $ D Unit prices set forth in the Contractor's bid or quote, not to exceed: $ IZI Firm Fixed Price for the base performance period of $7,101.00 with a maximum potential value if both option years are awarded of: $22,386.00. The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of matenals and for constructing and completing the work provided for in this contract and every part thereof; except as are mentioned in the specifications to be furnished by the City of Port Angeles. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. RFQ PW -07 -020 Page 1 Rev. 2/16/2007 , E. If during the course of the con.ct, the work rendered does not meet the .irements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. RFQ PW -07 -020 Page 2 Rev. 2/16/2007 ~. The City may terminate the collct and take possession of the premises a.1I materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Contractor, upon the occurrence of anyone or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. HOLD HARMLESS A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the City obtains any judgment or award, and/or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs RFQ PW -07 -020 Page 3 Rev. 2/16/2007 ~hall be recoverable form the corlctor. e B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the Contractor obtains any judgment or award, and/or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the City. 11. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACf SHALL BE PAID LESS THAN THE PREVAIUNG RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages & Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be C1allam County, Washington. 14. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. RFQ PW -07 -020 Page 4 Rev. 2/16/2007 e e 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT IMODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. IN WITNESS WHEREOF, the parties have executed this Contract as of 41"......1 ,......., ,2007. CONTRACTOR CITY OF PORT ANGELES Printed Name: elNl>r /(/2.CI-/J../E/ce.. By: ~ct;~ Printed Name: )Ja/k.- e, IlI~Jv Title: (~J.c ~t'k-~ BY:~~ Title:~. 0~ ~Icoo I Address: I! CJ. ~ 79.3t::. City: ~~ ~ ~. fl'o7iJ7 Tax ID #: 1'1- tJ?57tJ9'9 Phone Number: (~) $"11, - as-o ~ Purchase Order # :Issued Monthly RFQ PW -07 -020 Page 5 Rev 2/16/2007 City of Port Angeles Operations Office Public Works and Utilities Department 360-417 -4541 e e ATTACHMENT "A" WORK BY CONTRACTOR 1. Scope. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the janitorial and maintenance services described below for the following City buildings and facilities: . Citl Corporation Yard, Building A. 1 i and B Street . City Service Garage 17th and B Street . City Light Operations Building 249 West Front Street Contractor understands and hereby agrees that the Work Tasks set forth below consist of the minimum amount of services required to be performed on a regular basis and that inclement weather, periods of increased City activity, and unusual or extraordinary circumstances may require additional work to be performed in the normal course of keeping the City buildings to be serviced clean, sanitary, orderly and safe. 2. Work Tasks. One time per week services and cleaning: All trash emptied and waste baskets / liners replaced Sweep and / or dust mop all hard floor surfaces Vacuum clean all carpeted floors Clean and sanitize kitchen and / or break room counters, drinking fountains, sinks, toilets, plumbing fixtures, and urinals. Wet mop restroom floors Other weekly services as needed: Refill all towel, soap and paper dispensers Dust all office furniture, equipment, appliances and fixtures Dust all ledges, sills and other flat surfaces within 8' offthe floor Clean any obviously soiled or marked surface, including mirrors and door glass Wet mop kitchen / break room floors (minimum weekly) Clear cobwebs Weekly services: Clean and wipe down all counters, phones, cabinets and desks, if cleared of all paperwork Clean door and entryway glass and all mirrors Wet mop and hard surface floors, other then restrooms and kitchen / break rooms RFQ PW -07 -020 Page 6 Rev. 2/16/2007 e e Monthly services: Clean all window glass 10' from ground inside and out Dust and clean all ledges, grates, and other flat surfaces above 8' from the floor Wash down plastic floor mats Polish desks, counters, cabinets, chairs, bookcases and picture frames 3. Inventory of Facilities and Appurtenances CORPORATION YARD, BUILDING A 17TH and B STREET Lunchroom/Common Area 790 sq. ft. concrete floor 1 formica counter, 21 sq. ft. 1 round table 1 stainless steel sink 2 windows, total 11 sq. ft. 1 large waste basket 1 recycle waste container Ladies Restroom 47 sq. ft. concrete floor 1 sink 1 commode 1 shower stall 1 mirror, 6 sq. ft. 1 waste basket Men's Restroom 476 sq. ft. concrete floor 2 sinks 4 commodes 4 urinals 1 shower area with four heads 1 mirror, 6 sq. ft. 6 windows, total 48 sq. ft. 2 large waste baskets Training Room 504 sq. ft. carpet 1 table, 62 sq. ft. 1 waste basket Solid Waste Supply Room 80 sq. ft. concrete floor 1 waste basket RFQ PW -07 -020 Page 7 Rev. 2/16/2007 e Copy Room 32 sq. ft. carpet 1 waste basket 1 recycle waste container Office, total 3 287 sq. ft. carpet 2 window, 10 sq. ft. 4 waste baskets 4 recycle waste containers SERVICE GARAGE 17TH and B STREET Office, total 2 347 sq. ft. vinyl floor 6 windows, 102 sq. ft. 5 waste baskets 2 recycle waste containers Lunch Room 189 sq. ft. vinyl floor 1 counter, 6 sq. ft. 1 table 1 sink 1 window, 12 sq. ft. Restroom, total 2 98 sq. ft. vinyl floor 2 sinks 2 toilets 1 urinal 1 window, 6 sq. ft. 2 mirrors, 8 sq. ft. 2 waste baskets LIGHT OPERATIONS BUILDING 249 WEST FRONT STREET Meter Room, first floor 600 sq. ft. vinyl floor 5 windows, total 11 0 sq. ft. 4 waste baskets Kitchen, first floor 132 sq. ft. carpet Hallway, first floor 297 sq. ft. concrete floor e RFQ PW -07 -020 Rev 2/16/2007 Page 8 e Maintenance Technician Room, first floor 237 sq. ft. carpet 2 windows, total 44 sq. ft. 1 waste basket Restroom, first floor 56 sq. ft. concrete floor 1 counter, 6 sq. ft. 1 sink 1 commode 1 mirror, 4 sq. ft. 1 waste basket Men's Restroom, first floor 84 sq. ft. concrete floor 1 counter, 8 sq. ft. 1 sink 1 commode 1 urinal 2 windows, total 44 sq. ft. 1 mirror, 3 sq. ft. 1 waste basket Office Area, first floor 776 sq. ft. carpet 8 windows, total 1020 sq. ft. 3 waste baskets Foreman's Office, second floor 84 sq. ft. carpet 1 window, 27 sq. ft. 1 waste basket Line Room, second floor 270 sq. ft. carpet 1 window, 3 sq. ft. 1 waste basket Hallway, second floor 275 sq. ft. carpet 1 counter, 9 sq. ft. 2 waste baskets Ladies Restroom, second floor 68 sq. ft. vinyl floor 1 counter, 13 sq. ft. 1 sink 1 commode e RFQ PW -07 -020 Rev 2/16/2007 Page 9 1 window, 6 sq. ft. e 1 mirror, 10 sq. ft. 1 waste basket e Men's Restroom, second floor 84 sq. ft. vinyl floor 1 counter, 5 sq. ft. 1 sink 1 commode 1 urinal 1 window, 6 sq. ft. 1 mirror, 7 sq. ft. 1 waste basket Administration Office, second floor 149 sq. ft. carpet 1 window, 24 sq. ft. 1 waste basket Boot Room, second floor 84 sq. ft. carpet Operation Managers Office, second floor 136 sq. ft. carpet 1 window, 23 sq. ft. Copy Room, second floor 162 sq. ft. carpet 1 window, 6 sq. ft. 1 waste basket Conference Room, second floor 341 sq. ft. carpet 1 waste basket Stairways, total 3 197 sq. ft. carpet 4. Other Requirements. a. Contractor shall be responsible for correcting employee complaints that are within the scope of services to be provided in the Janitorial Service Statement of Work. b. Contractor shall be responsible for reporting plumbing leaks, equipment malfunctions, etc., as these are detected. c. Contractor shall ensure that doors, entranceways and gates are securely locked during and after services are performed. d. All services are to be scheduled in such a manner as to minimize disruptions of City employees. e. Contractor shall provide adequate supervision for its employees, as determined by the City. RFQ PW -07 -020 Page 10 Rev. 2/16/2007 f. Contractor shall notify I City's contracting agent or designee Ae need for furnished supply's at least five (5) days prior to when supplies will be needed. 5. Materials and Equipment. The Contractor will supply cleaning supplies and equipment. Expendable paper products, trash can liners, soap/sanitizers and deodorizers will be supplied by the City. 6. Modification, The City may give notice to Contractor of the City's intention to renegotiate the agreement, including but not limited to the inclusion of additional facilities to be cleaned and maintained. Such notice to renegotiate shall cover such terms of the agreement as the City may prescribe within the notice to renegotiate, but shall include compensation to be paid to Contractor for additional duties or the cleaning of additional facilities not listed herein. Failure of the City and Contractor to reach agreement within ninety (90) days of the notice to renegotiate shall termmate this agreement. This agreement may only be modified by written agreement of parties. 7. Subminimum Wage for Group Supported Emplovment. If this contract is awarded to a contractor using group supported employment for adults with disabilities for the work on this contract, the following applies. A certificate from the U.S. Federal Government will be required to be included with the quote showing that the Contractor is in the program for group supported employment. In addition, an Intent and Affidavit of Prevailing Wages will be required to be filed with the Washington State, Department of Labor and Industries, to pay subminimum or sub-prevailing wages. RFQ PW -07 -020 Page 11 Rev. 2/16/2007 e It City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE Insurance Requirements: The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. 1. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: a. 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. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products- completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 1001 or substitute endorsements providing equivalent coverage. c. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 2. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. b. 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. RFQ PW -07 -020 Page 12 Rev. 2/16/2007 3. Other Insurance Provisions e e The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. a. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. b. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. 4. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI. 5. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. 6. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. 7. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. RFQ PW -07 -020 Page 13 Rev 2/16/2007 . City of Port Angeles Operations Office Public Works and Utilities Department 360-417 -4541 e ATTACHMlr "c" PREVAILING WAGE RATES See attached listing: 1. Washington State PrevaIling Wage Rates For Public Works Contracts, Clallam County, effective 08-31-06 2. Washington State Prevailing Wage Rates For PublIc Works Contracts - Apprentices, Clallam County, effective 08-31-06 RFQ PW-07-020 Page 14 Rev. 2/16/2007