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