Loading...
HomeMy WebLinkAbout06-14-2016 Item 19 Urban Forest Contract Services Meeting Date: 6/14/2016 FROM: Daryl Grigsby, Director of Public Works Prepared By: Ron Combs, City Arborist SUBJECT: URBAN FOREST CONTRACT SERVICES RECOMMENDATION 1. Approve Request for Proposal for "Urban Forestry Contract Services;" and 2. Authorize staff to advertise for proposals; and 3. Authorize the City Manager to execute agreements with the selected contractor in an amount not-to-exceed the authorized budget. DISCUSSION The City’s small but versatile Urban Forest maintenance crew does a good job keeping up with service requests and special programs. However, in order to keep up with the large workload of block by block street tree and park tree pruning, the City has used a service contract. The contract services augment staff work to complete pruning in advance of large paving operations, and, in general, perform tree pruning to maintain the trees, enhance public safety, and reduce liability for the City. The Council also has for consideration, as part of the 2016-17 Supplemental Budget, a Capital Improvement Plan (CIP) request to accomplish some larger scale Urban Forest work. If approved, the Urban Forest contract would be used to accomplish the CIP work, allowing for streamlined project delivery. The most recent contract was awarded in August 2012 and will expire at the end of June 2016. This Request for Proposals will provide an opportunity for other companies to compete for providing these services. Schedule and Selection Process Proposals will be reviewed to determine if companies can provide a full range of services needed and have references indicating quality service and responsiveness. Additional information may be requested where more than one company appears to be very qualified to complete the work. Once proposers have been ranked based on references, knowledge, and experience, proposed costs will be reviewed to determine the best overall value for the City and provide a recommendation for award. 19 Packet Pg. 535 FISCAL IMPACT The proposed 2016-2017 Financial Plan provides $48,900 annually for contract tree trimming. This level of funding would normally provide for the City Manager to approve the advertising of the proposal. Council approval of the RFP, instead of City Manager approval, is being requested to account for potential CIP project work over the duration of the contract. This process ensures spending remains in compliance with the City’s Purchasing Policy limits for CIP project work and possible emergency response efforts. The proposed CIP project for the 2016-17 budget, if approved, will provide an additional $215,000 for Urban Forest projects through the Local Revenue Measure. The tree maintenance services contract will specify prices for various types and sizes of trees. Each year the Arborist will order tree maintenance services for specific trees to complete needed work. If CIP project work is approved, the City Arborist will oversee completion of the project work through the contract. This contract can also be used under emergency situations to augment City forces. ALTERNATIVE Deny, or reduce work scope. The Council may choose to deny authorization for the Request for Proposal. Staff does not recommend this alternative as this would result in a reduced frequency of pruning, possibly increasing the City’s risk of liability for damage caused by failed trees. Attachments: 19.a a - Urban Forestry Contract Services RFP 19 Packet Pg. 536 The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Proposals for URBAN FORESTRY CONTRACT SERVICES Specification No. 50220-2016 June 2016 The City of San Luis Obispo is requesting sealed proposals for Tree Maintenance Services pursuant to Specification No. 50220-2016. All proposals must be received by the Public Works Department at 919 Palm Street, San Luis Obispo, CA 93401 by 2:00 P.M. on July 7, 2016. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Public Works Department in a sealed envelope plainly marked with the proposal title, specification number, Contractor name, and time and date of the proposal opening. Proposals must be submitted using the forms provided in the specification package. Obtaining a Specification Package  Download from the City’s Web site www.slocity.org - Bids & Proposals page  Pick up a copy of the RFP at the above address  Mail a request to the City of San Luis Obispo Public Works Department at the above address Requests must include the RFP title and specification number. Project Detail Information Project detail information may be obtained by contacting Ron Combs at (805) 781-7023. 19.a Packet Pg. 537 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 2 of 26 Specification No. 50220-2016 TABLE OF CONTENTS DESCRIPTION OF WORK .................................................................................................................. 3 GENERAL TERMS AND CONDITIONS ............................................................................................... 4 PROPOSAL REQUIREMENTS ................................................................................................ 4 CONTRACT AWARD AND EXECUTION ................................................................................. 5 PROPOSAL CONTENT AND SELECTION PROCESS ............................................................................ 6 PROPOSAL CONTENT .......................................................................................................... 6 PROPOSAL EVALUATION AND CONTRACTOR SELECTION .................................................. 6 Proposal Review and Award Schedule ................................................................................ 7 FORM OF AGREEMENT ................................................................................................................... 8 SCOPE OF WORK ........................................................................................................................... 17 PROPOSAL SUBMITTAL FORMS .................................................................................................... 20 ACKNOWLEDGEMENT ....................................................................................................... 20 INSURANCE CERTIFICATE .................................................................................................. 20 REFERENCES ...................................................................................................................... 21 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS .................................................... 23 CONTRACT COST PROPOSAL ......................................................................................................... 24 INSURANCE REQUIREMENTS: Operation & Maintenance Contracts ........................................... 25 19.a Packet Pg. 538 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 3 of 26 Section A DESCRIPTION OF WORK The City of San Luis Obispo is soliciting proposals from qualified firms to provide annual services for tree pruning maintenance, removal and stump grinding, and replacement of trees as needed within the City’s Urban Forest. The City has approximately 20,000 street and park trees that comprise its regularly maintained Urban Forest. The work load is greater than the City’s single Urban Forest crew can accomplish. The City wishes to supplement the Urban Forestry Program with contract services to accomplish the work necessary to maintain the Urban Forest. The work consists primarily of tree pruning, tree removal, stump grinding, chipping and associated traffic control and clean up. The City may also occasionally need arborist reports, consultation on trees, assistance with inventory, tree planting, new tree care, and emergency services. The purpose of this contract is to provide the City of San Luis Obispo with the best possible tree care to maintain the City’s urban forest at a level expected by the City’s residents, City council, City staff and visitors, at reasonable costs. The selected firm will work closely with the City Arborist and other City staff to ensure the most appropriate care and maintenance of the City’s Urban Forest wi th sensitivity to the City of San Luis Obispo, its residents and visitors. The work may also include one- time project work to address Urban Forest needs. It is the intent of the City to award an on-call service contract to the selected firm. The City shall reserve the right to reject any proposal for noncompliance with contract requirements and provisions, or to not award a contract because of unforeseen circumstances or if it is determined to be in the best interest of the City. This contract will be awarded based on demonstrated ability and performance providing similar services at a fair and reasonable cost. This contract may, or may not, be awarded to the lowest bidder. The City Council will approve as part of the adopted Financial Plan an annual budget for contract services in the Tree Program and any one time project funding. The City does not guarantee a specific amount of work and the quantity of work may increase or decrease depending on the annual needs of the Urban Forest program and adopted proj ect work by the City Council. The City may also contract at the same time with other firms to complete similar work. Maintenance work is outlined in detail in Agreement Exhibit A, “Scope of Work” of this specification. 19.a Packet Pg. 539 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 4 of 26 Section B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the Contractor acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the Public Works Department, City of San Luis Obispo, 919 Palm Street, San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of Con tractor, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the Con tractor’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section F. 4. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 5. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past government disqualifications on the form provided in the RFP package. 6. Proposal Withdrawal and Opening. A Contractor may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Public Works Department for its withdrawal, in which event the proposal will be returned to the Contractor unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Contractors or their representatives are invited to be present at the opening of the proposals. 7. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub - proposal to a Contractor submitting a proposal, or who has quoted prices on materials to such 19.a Packet Pg. 540 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 5 of 26 Contractor, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other Contractors submitting proposals. 8. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged, but wil l be permitted. However, any such oral communication shall not be binding on the City. 9. Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted. CONTRACT AWARD AND EXECUTION 10. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are quali fied by specific limitations. See the "Special Terms and Conditions" in Section C of these specifications for proposal evaluation and contract award criteria. 11. Competency and Responsibility of Contractor. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of Contractors. Contractors will provide, in a timely manner, all information that the City deems necessary to make such a decision. 12. Contract Requirement. The Contractor to whom award is made shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 13. Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverage and amounts specified in Section F of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 14. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license and tax certificate before execution of the contract. Additional information regarding the City's business license and tax program may be obtained by calling (805) 781-7134. 15. Failure to Accept Contract. If the Contractor to whom the award is made fails to enter into the contract the award will be annulled and an award may be made to the next highest ranked Contractor with whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were the party to whom th e first award was made. 19.a Packet Pg. 541 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 6 of 26 Section C PROPOSAL CONTENT AND SELECTION PROCESS PROPOSAL CONTENT 1. Submittal Forms a. Acknowledgement b. Certificate of Insurance c. References d. Statement of Past Disqualifications e. Standard billing rates by work item for Contractor and sub-contractors 2. Qualifications a. Experience of your firm in performing similar services b. Experience of the staff to be assigned to the project in performing similar services c. Redundancy in the company of staff experienced in this type of work d. Certifications or training of the individuals who would be assigned to this work, including any sub-contractors e. Statement and explanation of any instances where your firm has been removed from a project or disqualified from proposing on a project f. Detailed list of services available g. Any other information that would assist us in making this contract award decision 3. Proposal Length and Copies a. Proposals should be the minimum length to provide the required information. Ch arts and other short form approaches to conveying information are encouraged. b. 2 copies of the proposal must be submitted. PROPOSAL EVALUATION AND CONTRACTOR SELECTION 4. Written Proposal Review/Finalist Candidate Selection Proposals will be reviewed by a selection committee and ranked in accordance with the responsiveness, qualifications and understanding of the Contractor relative to these specification requirements. Where one proposal is rated consistently higher than the others, the con tractor may be selected as the top ranked Contractor for purposes of contract negotiation. Alternatively, a group of finalist candidates (generally the top 3 to 5 five propos als) may be selected for follow- up for additional clarifying information, before a final top ranke d Contractor is determined. 5. Contractor Selection and Compensation Contract award will be based on a combination of factors that represent the best overall value for completing the work as determined by the City, including: the written proposal criteria described above; results of background and reference checks; and proposed compensation. Pending labor actions may be grounds to disqualify proposals. 19.a Packet Pg. 542 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 7 of 26 Proposal Review and Award Schedule The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFP .......................................................... 06/18/16 Receive proposals ............................................ 07/07/16 Complete proposal evaluation ........................ 07/14/16 Finalize staff recommendation ........................ 07/18/16 Award contract ................................................ 07/29/16 Execute contract .............................................. 08/12/16 Start work ........................................................ 08/15/16 19.a Packet Pg. 543 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 8 of 26 Section D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, 2016] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H WHEREAS, on June 18, 2016 the City of San Luis Obispo requested proposals for Tree Maintenance Services per Specification No. 50220-2016. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Term. The term of this Agreement shall b e from August 1, 2016 to August 30, 2019 or until termination of the contract in accordance with this agreement . 2. Contract Extension. The term of the contract may be extended by mutual consent for an additional 3 years. 3. Compensation Adjustment. Original contract prices shall remain in effect through June 30, 2017. During the term of the agreement, beginning July 1, 2017, contract prices may be increased by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the previous year to March in the year of adjustment. 4. Ability to Perform. The Contractor warrants that it possesses all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all applicable federal, state, county, city, and special district laws, ordinances, and regulations. The Contractor's employees shall be competent and qualified to perform the specified work and shall perform the specified work in an orderly manner. If the City's representative advises the Contractor that an employee is incompetent, unqualified, or disorderly, the Contractor shall remove that employee from the specified work for the duration of the contract. The Contractor shall not bring to the specified work locations any pets, children, or persons not employed under the contract. 5. Contractor Identification. All staff employed in the work shall wear a shirt or jacket clearly identifying the Contractor’s company. 19.a Packet Pg. 544 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 9 of 26 6. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without written authorization by the City. 7. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 8. Scope of Work and Levels of Service. The Contractor shall furnish services for the Urban Forest as specified in Exhibit A. The City may periodically request additional unspecified work, such as emergency response to downed trees. For this work, the City shall pay the Contractor an amount equal to the employee hours used multiplied by the accepted labor rate, equipment and material costs as shown in Exhibit B. 9. Work Hours. The Contractor shall perform maintenance work on weekdays (Monday through Friday) between the hours of 7:00 a.m. and 5:00 p.m. The Contractor shall not perform any of the specified work outside of these work hours without the previous written consent from the City’s Contract Manager. The Downtown Area work shall be completed no later than 12 noon. Work hours will be restricted on arterial streets to avoid high traffic volume times. 10. Emergency Response. The Contractor shall be available to provide an initial response to emergency calls from the Contract Manager or his authorized designee. The Contractor shall secure the area initially and work with the Contract Manager to develop the workscope and timeline. 11. Work Schedule and Submittals. At the beginning of each month the Contractor shall submit to the City a proposed schedule showing the sites and tasks to be completed during the upcoming month. Contractor shall submit the work and Tree Maintenance forms weekly, at the end of every work week in which the Contractor performed work, to the Corporation Yard office, 25 Prado Road. When submitting an invoice for work completed during a month, the Contractor shall include with the invoice a copy of the schedule showing the actual dates when work was completed. Failure to provide an adequate schedule or to complete and submit the weekly tree maintenance forms will result in a forfeiture of 10% of the total monthly payment due. 12. Materials. The Contractor shall not use any material for the specified work without the City's prior written approval of that material. The Contractor shall provide the Contract Manager 3 working days of advance notice of planting to examine plant material prior to placement . 13. Inspection and Corrections. The Contractor shall furnish the City with every reasonable opportunity for City to ascertain that the services of th e Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such 19.a Packet Pg. 545 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 10 of 26 work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. The City Contract Manager shall be sole judge of the adequacy of the Contractor’s maintenance. The Contractor shall make itself available to the City’s Contract Manager at least once a month to inspect locations where work was scheduled for completion that month. The City's Contract Manager will periodically inspect work locations and document any deficiencies in writing. Any deficiencies will be reported to the Contractor before the end of the third week of the month for correction. If the Contractor does not correct a documented deficiency by the end of the month, it shall forfeit 20% of the cost of the work performed where the deficiency occurred. If the deficiency is not corrected within the next month, 100% of the of the cost of the work where the deficiency occurred will be forfeited. The City will deduct such forfeiture from its next payment. 14. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City's assessment of the value of the work completed. The City reserves the right to delay any such payment until completion or confirmed abandonment of the work, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. Notwithstanding anything herein to the contrary, City reserves the right to terminate this agreement without cause and for any reason wh atsoever upon thirty (30) days prior written notice. 15. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as well as performance of the contract, the Contractor and sub-contractors shall maintain all books, documents, papers, accounting records and other evidence pertaining to the 19.a Packet Pg. 546 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 11 of 26 performance of the contract, including but not limited to the cost of administering the contract. Materials shall be made available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records. Copies shall be furnished if requested. 16. Release of Reports and Information. The Contractor shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the conten ts thereof by the City and receipt of the City’s written permission. 17. Copies of Reports and Information. If the City requests additional copies of reports, drawings, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 18. Conflict of Interest. The Contractor shall disclose any financial, business, or other relationship with the City that may have an impact upon the outcome of this contract, or any ensuing City project. The Contractor shall also list current clients who may have a financial interest in the outcome of this contract. The Contractor covenants that it presently has no interest, and shall not acquire any interest, direct, indirect or otherwise, that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no sub-contractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interes t in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent Contractor and not an agent or employee of the City. 19. Rebates, Kickbacks or Other Unlawful Consideration . The Contractor warrants that this contract was not obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any City employee. For breach or violation of the warranty, the City shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 20. Covenant Against Contingent Fees. The Contractor warrants by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City has the right to annul this contract without liability; pay only for the value of the work actually performed, or in its discretion, to deduct from the contract pric e or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 19.a Packet Pg. 547 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 12 of 26 21. Compliance with Laws and Wage Rates. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code. 22. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 23. Permits, Licenses, and Insurance. The Contractor shall procure and maintain current, all permits, licenses, and specified insurance, and pay all charges and fees, and file all notices as they pertain to the completion of the Contractor’s work. The Contractor shall be a properly licensed contractor with the State of California and have a ISA Certified Arborist on staff . 24. Traffic Control. The Contractor shall furnish all traffic control delineation required in order to perform the specified work. Traffic control delineation shall comply with all local, state, and federal regulations. The Contractor shall not close street lanes wit hout the City's previous written consent. Contractor shall provide proper traffic control at all times for vehicle, bicycle, and pedestrian travel. 25. Encroachment Permits. When specified work must be completed on state highways, such as those on Santa Rosa Street, the Contractor shall obtain and pay for any encroachment permits which may be required from the State of California Department of Transportation. The cost of State Encroachment Permits required for the work, will be reimbursed by the City. For any work within the City’s public Right-of-Way, the Contract is responsible to obtain a no cost encroachment permit from the City. 26. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 27. Public and Employee Safety. Whenever the Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 28. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor's operations, it shall be replaced or restored at the Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 29. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, 19.a Packet Pg. 548 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 13 of 26 including injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 30. Immigration Act of 1986. The Contractor warrants on behalf of itself and all sub-contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 31. Contractor Non-Discrimination. In the award of subcontracts or in performance of this work, the Contractor agrees that it will not engage in, nor permit such sub -Contractors as it may employ, to engage in discrimination in employment of persons on any basis prohibited by State or Federal law. 32. Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. In preparing its proposal, the Contractor and all sub-contractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the specifications that could easily have been ascertained by examining th e project site. Although the effect of ambiguities or defects in the specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of Contractor to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the Contractor. An ambiguity or defect shall be considered patent if it is of such a nature that the Contractor, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the Contractor or sub- contractors to notify City in writing of specification defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful Contractor to achieve the project’s objective or standard beyond the amounts provided therefor in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the specifications, or an y other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all sub-contractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within 1 working day of Contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. 19.a Packet Pg. 549 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 14 of 26 33. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this proposal from other contractors during the contract term. 34. Contractor Endorsement. Technical reports shall be signed by the Contractor where required. 35. Ownership of Materials. Upon completion of all work under this contract, ownership and t itle to all reports and documents produced as part of this contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. The Contractor shall furnish the City all necessary copies of data needed to comp lete the review and approval process. The Contractor is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by the City of the information and data provided by the Contractor under this agreement. Further, the Contractor is not liable for claims, liabilities, or losses arising out of, or connected with any use by City of the work products except such use as may be authorized in writing by the Contractor. 36. Contractor Invoices. The Contractor shall deliver a monthly invoice to the City, itemized by work type. Invoice must include a breakdown of hours billed and miscellaneous charges and any sub - contractor invoices, similarly broken down, as supporting detail. 37. Payment. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefore compensation for individual site work in accordance with the prices included in Exhibit B. 38. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Contractor (Net 30). 39. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of the City’s Project Manager and the City Director of Public Works, who may consider written or verbal information submitted by the Contractor. Not later than thirty days after completion of all deliverables necessary to complete the plans, specifications and estimate, the Contractor may request review by the City Council of unresolved claims or disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code . Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not la ter than 30 days after issuance of the final audit report, the Contractor may request a review by the City’s Chief Fiscal Officer of unresolved audit issues. The request for review must be submitted in writing. Neither the pendency of a dispute, nor its consideration by the City will excuse the Contractor from full and timely performance in accordance with the terms of this contract. 19.a Packet Pg. 550 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 15 of 26 40. Agreement Parties. City: Ron Combs / Contract Manager City of San Luis Obispo 25 Prado Road San Luis Obispo, CA 93401 Contractor: Name / Contract Manager All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as shown above. 41. Incorporation by Reference. City Request for Proposal Specification No. 50220-2016 and Contractor's proposal dated July 7, 2016, are hereby incorporated in and made a part of this Agreement. 42. Amendments. Any amendment, modification or variation from the terms of this Agreement sh all be in writing and shall be effective only upon approval by the City Engineer. If, at any time during the project, the Contractor is directed to do work by persons other than the City ’s Contract Manager and the Contractor believes that the work is outside of the scope of the original contract, the Contractor shall inform the Contract Manager immediately. If the Contract Manager and Contractor both agree that the work is outside of the original scope and is necessary to the successful completion of the project, then a fee will be established for such work based on Contractor's hourly billing rates or a lump sum price agreed upon between the City and the Contractor. Any extra work performed by Contractor without prior written approval from the City’s Contract Manager shall be at Contractor's own expense. 43. Complete Agreement. This written agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement, the said specification and incorporated documents. Authority to Execute Agreement. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. 19.a Packet Pg. 551 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 16 of 26 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: CONTRACTOR: Name of Company Katie Lichtig, City Manager By: [Name of CAO/President] Its: CAO / President APPROVED AS TO FORM: J. Christine Dietrick, City Attorney 19.a Packet Pg. 552 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 17 of 26 Exhibit A to Agreement SCOPE OF WORK All tree pruning shall comply with the American National Standard Institute, ANSI A300 Pruning Standards and ANSI Z133.1, Safety Requirements for Tree Pruning, Trimming, Repair or Removal. Tree care shall be consistent with the International Society of Arboriculture Best Management Practices. 1. Overall Description of Primary Work a. Furnish all labor, materials, equipment, and incidental items required to lawfully perform the tree maintenance tasks described in this section within areas assigned by the City representative. b. Comply fully with this specification. 2. Street and Sidewalk Clearances a. Elevate trees where necessary to provide the following vertical clearances: (1) Eight feet over residential sidewalks (2) Twelve feet over residential streets (3) Ten feet over commercial sidewalks (4) Fourteen feet over commercial streets 3. Broadleaf and Conifer Trees a. Remove all dead wood. b. Lighten heavy branches to conform to the tree’s natural character. c. Remove undesirable, weak, or crossing branches. d. Remove suckers and water sprouts. e. Remove stubs, broken branches, split branches, abnormal growth, mistletoe, vines, and other parasitic vegetation. f. Make all cuts at the branch collar. g. Remove large or heavy branches with the three-cut method: under cut, over cut & finish cut. h. Balance the tree as appropriate for the species health and vigor. i. Follow the directions of the Urban Forest Supervisor/City Arborist or designee who shall have the discretion to change or modify specifications to suit special situations. 4. Palm Trees a. Remove all dead fronds. b. Remove all seed pods and seed pod husks. c. Remove all abnormal growth from the base of the tree trunk. d. Elevate green or live fronds to 90 degrees. e. Trim the base of the palm bead to form a “pineapple” effect. f. Remove any nicked or partially cut fronds. 5. Quality and Care a. Do not use hooks, climbers, gaffs, or other climbing equipment that may penetrate the bark of the tree. b. Observe good arboricultural practices as recommended by the International Society of Arboriculture Best Management Practices. c. Ensure that all employees on site are ISA Certified Tree Workers or have equivalent or higher ISA certification. Specialized work assignments may require the presence of a Certified Arborist during the work. d. Ensure that pruning will not disturb the nesting seasons of birds. e. All work shall be reviewed in advance by an ISA Certified Arborist in conjunction with the City 19.a Packet Pg. 553 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 18 of 26 Arborist. 6. Safety a. Comply with Cal-OSHA and ANSI standards for safe working practices. b. Place and maintain all devices required to safely close a traffic lane when necessary. c. Place and maintain traffic control in accordance with current City standards and MUTCD guidelines. d. Contract is required to obtain a blanket encroachment permit with the City Public Works Department. Traffic control plans for work on arterial and collector streets are required to be reviewed and approved in advance of the work. Traffic Control plans are to be submitted a minimum of 5 days in advance of the work at the Public Works permit counter at 919 Palm. 7. Cleanup a. Remove all equipment, materials, and debris from the worksite at the end of each workday. Work includes sweeping of debris to prevent it from entering stormdrain inlets. b. Where working over a stormdrain inlet, cover inlet to prevent debris entry until work is complete. c. Dump all wood and clean chips (except palm fronds) at a specified location within the City Corporation Yard. d. Dispose of all other debris in accordance with City, State and Federal laws. 8. Notification of Scheduled Work a. Post streets 48 hours before work starts when parking must be restricted. b. Call City of San Luis Obispo Police Department to verify “No Parking “ signs are posted to allow towing. 9. Maintenance a. Provide regular watering throughout the year, based on weather, to maintain newly planted trees in a healthy condition. b. Provide minor structural pruning to newly planted trees c. Maintenance duration is typically 3 years unless otherwise directed by the Arborist 10. Documentation of Work a. Complete Tree Maintenance form furnished by City of San Luis Obispo for all work performed. References ANSI A300 (Part 1)-2001 Pruning: Tree Care Operations - Tree, Shrub and Other Woody Plant Maintenance - Standard Practices (revision and redesignation of ANSI A300-1995, includes supplements). American National Standards Institute, Washington, DC. ANSI Z133.1–2006. Standards for Arboricultural Operations: Safety Requirements. American National Standards Institute, Washington, DC. Best Management Practices: Tree Pruning. 2002. Gilman, E. and S. Lilly. International Society of Arboriculture. Champaign, Il. 19.a Packet Pg. 554 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 19 of 26 Tree Maintenance Form Work Date: ______________________________ Draw on attached map the following symbols: X Remove Tree - How many trees were removed?_____ O Add Tree - How many trees were added?_____ Street Address Species DSH (in) Condition Work Type* Worker(s) Time Spent Comments *Work Type: Regular Prune, Partial Prune – Clearance/ Disease / Limb / Hazard, Remove Fallen Tree, Remove Stump, Root Prune, Plant Tree, Spray 19.a Packet Pg. 555 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 20 of 26 Section E PROPOSAL SUBMITTAL FORMS ACKNOWLEDGEMENT The undersigned declares that she or he:  Has carefully examined Specification No. 50220-2016  Is thoroughly familiar with its content  Is authorized to represent the proposing firm; and  Agrees to perform the work as set forth in the specification and this proposal. Firm Name and Address: Contact Name: Email: Fax: Phone: Signature of Authorized Representative: Date: INSURANCE CERTIFICATE Insurance Company’s A.M. Best Rating Certificate of insurance attached 19.a Packet Pg. 556 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 21 of 26 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: _________ Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Reference No. 2 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services 19.a Packet Pg. 557 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 22 of 26 Reference No. 3 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services 19.a Packet Pg. 558 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 23 of 26 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The Contractor shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the viola tion of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. Do you have any disqualification as described in the above paragraph to declare? Yes No If yes, explain the circumstances. Executed on ______________________at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Contractor Representative 19.a Packet Pg. 559 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 24 of 26 Exhibit B to Agreement CONTRACT COST PROPOSAL The Cost Proposal should be separated from the remainder of the proposal and submitted in a separate sealed envelope. Description: Size: Unit: Unit Price: 1. Full Trim Broadleaf / Conifer Tree 3-6” dsh Per tree 2. 6-12” dsh Per tree 3. 12-18” dsh Per tree 4. 18-24” dsh Per tree 5. 24-30” dsh Per tree 6. 30-36” dsh Per tree 7. 36-42” dsh Per tree 8. Over 42” dsh Per tree 9. Washington Palm Tree Trimming Any Per tree 10. Date Palm Tree Trimming Any Per tree 11. Tree Removal n/a Per inch dia. 12. Stump Removal n/a Per inch dia. 13. Furnish & Plant Tree - #15 Per tree 14. Per City Engineering Standards 24” box Per tree 15. 36” box Per tree 16. Maintenance (newly planted tree watering & minor pruning) (Expected number of trees: 10-40) #5 to 48” box Per tree – monthly Unit Price 17. Root Pruning n/a Per linear foot 18. GPS Tree Inventory n/a Per site 19. Three Person Crew with Equipment – Regular time n/a Per hour 20. Three Person Crew with Equipment – Overtime n/a Per hour 21. Certified Arborist n/a Per hour 22. Minimum for emergency response n/a Hours Additional items or charges: 19.a Packet Pg. 560 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 25 of 26 Section F INSURANCE REQUIREMENTS: Operation & Maintenance Contracts The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self - insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 19.a Packet Pg. 561 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t ) Urban Forestry Contract Services – 2016 Request for Proposals Page 26 of 26 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing required coverage. Original endorsements effecting general liability and automobile liability coverage are also required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19.a Packet Pg. 562 At t a c h m e n t 1 9 . a : a - U r b a n F o r e s t r y C o n t r a c t S e r v i c e s R F P ( 1 3 6 3 : U r b a n F o r e s t C o n t r a c t )