SHORELINE AREA TREE TRIMMING

Similar documents
INVITATION TO BID LANDSCAPE SERVICES

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

LONE TREE SCHOOL BELL SYSTEM

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

LONE TREE SCHOOL FLOORING REPLACEMENT

Mobile and Stationary Security Patrol Services

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Real Estate Acquisition Services For Neighborhood Stabilization Program

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

Real Estate Services For Neighborhood Stabilization Program 3

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

Certificate of. Insurance Information. Packet

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

Insurance Requirements for Contractors

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

BERRIEN COUNTY ROAD COMMISSION

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT B. Insurance Requirements for Construction Contracts

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

VILLAGE OF BENSENVILLE

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Black Hawk County Engineer

FUEL DELIVERY SERVICE CONTRACT

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

Request for Bids/Proposals for City-Wide Stump Grinding Project

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Tree and Bush Clearing Bid Proposal Form

REQUIRED AT PROPOSAL STAGE:

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

City of Petaluma Film Permit Application

STORM DRAIN ENGINEERING DESIGN SERVICES

INVITATION TO BID Retaining Wall

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For 2018 GROUNDS MOWING BID

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Snow Removal Services Request for Proposals December 1, April 30, 2019

REQUEST FOR PROPOSALS

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

CITY OF TACOMA Water Supply

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

Invitation To Bid. for

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

TENDER REQUEST Stratford Town Hall Gutter, Downspout, and Fascia Replacement. TOWN OF STRATFORD 234 Shakespeare Drive Stratford, PEI C1B 2V8

HEATING AND COOLING SYSTEM MAINTENANCE

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

CITY OF ROMULUS CHAPTER 39: PURCHASING

St. Charles City County Library District

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL SUPPLY OF

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

Sacramento Regional Solid Waste Authority (SWA)

TENDER GRAVEL CRUSHING PWT

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

Transcription:

CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor (510) 577-3377 BID NO: DATE MAILED: THIS QUOTATION MUST BE DELIVERED TO THE CITY BEFORE: 02-03.037 June 27, 2003 3:00 P.M., Tuesday, July 22, 2003 QTY. DESCRIPTION UNIT PRICE EXTENSION Notice to Bidders Provide labor and materials to perform tree trimming at the Shoreline Area in accordance with the attached specifications. Work consists of removing dead or dying trees and trimming a variety of species of trees in the Shoreline Area as indicated on the attached map. This area is roughly bounded from Marina Boulevard, south to Fairway and from Monarch Bay Drive (along the golf course), west to the shoreline. Trimming includes bottlebrush trees on the corner of Monarch Bay and Fairway Drives and palm trees (removing dead fronds, and skinning tree up to this level) throughout the area. Myoporum trees planted along the waterside of North and West Dike Roads, up to the Harbor Office, are excluded from this proposal. Trees located against El Torito, Horatio s and the Marina Inn buildings are also excluded. $ Total Bid for all applicable trees designated by line on map. CONTRACTOR LICENSE NO.: Should the City request additional trees be trimmed, the price for each tree shall be: $ Any deviations from specifications must be clearly indicated in writing at the time the proposal is submitted. The City reserves the right to waive minor variations in specifications bid. Sealed bids shall be received at the Purchasing Office, City Hall, 835 E. 14 th Street, San Leandro, CA up to 3:00 p.m., on Tuesday, July 15, 2003 at which time they will be publicly opened and read. A California contractor s license is required for this work. No bid shall be accepted from a contractor who has not been licensed in accordance with Chapter 9, Division 3 of the Business and Professional Code. The City Council has ascertained the general prevailing rate of wages applicable to the work to be done. A tabulation of the various classifications of work persons to be employed and the prevailing rate of wages applicable thereto is on file in the City Clerk s Office.

Any bid may be withdrawn at any time prior to the time fixed for the opening of bids only by written request for the withdrawal of the bid filed with the City. The request shall be executed by the bidder or bidder s duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Whether or not bids are opened exactly at the time fixed in the public notice for opening bids, a bid will not be received after that time nor may any bid be withdrawn after the time fixed in the public notice for opening of bids. As stated in Public Contract Code Section 5100 to 5108, inclusive (State Contract Act) concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in their bid, the bidder shall give the City written notice within five (5) days after the opening of the bids of the alleged mistake, specifying in the notice, in detail how the mistake occurred. All bidders shall verify if any addendum for this project has been issued by the City. It is the bidder s responsibility to ensure that all requirements of contract addendum are included in the bidder s submittal. The successful bidder shall submit a certificate of insurance showing compliance with the enclosed insurance requirements. This insurance shall be maintained at all times during the course of any resulting agreement. In addition, the successful bidder shall have the proper City of San Leandro business license and all other applicable licenses and permits. The award will be made to the lowest responsible bidder whose bid complies with the specifications in a manner satisfactory to the City s best interests as determined by the City. The right is reserved, as the interest of the City may require, to reject any or all bids, or to waive any informality or minor irregularity in the bids. Payment shall be as indicated in the specifications. To bid, complete and return a copy of the Request and the other required forms, sealed in an envelope. The envelope shall be marked with the project name and bid number. The bid must be received by the date and time shown in order to be considered. Please note that there is a one-day delay in mail delivery to City Hall by the U.S. Postal Service. Jobsite is the Marina Shoreline Area as defined in the aerial photo. Firm Date: Address Phone: FAX: By (Signature) Print Name: Title: Darryl Sweet Purchasing Supervisor

1. SCOPE: Furnish all services, labor, tools, equipment, materials, transportation, and perform all operations necessary and incidental to proper execution and completion of all tree trimming in accordance with the specifications. Work consists of removing dead or dying trees and trimming a variety of species of trees in the Shoreline Area as indicated on the attached map. This area is roughly bounded from Marina Boulevard, south to Fairway and from Monarch Bay Drive (along the golf course), west to the shoreline. Trimming includes bottlebrush trees on the corner of Monarch Bay and Fairway Drives and palm trees (removing dead fronds, and skinning tree up to this level) throughout the area. Myoporum trees planted along the waterside of North and West Dike Roads, up to the Harbor Office, are excluded from this proposal. Trees located against El Torito, Horatio s and the Marina Inn buildings are also excluded. Extra work may be negotiated, but not to exceed 10% above the successful bid. 2. PROCESS: To insure that prospective bidders are thoroughly familiar with the general conditions, locations, areas of work, and all other requirements, a Bidder s Conference is scheduled for Wednesday, July 16 at 10:00 AM at the Marina Office, 40 San Leandro Marina, San Leandro.. The successful bidder must submit a certificate of insurance showing compliance with the attached insurance requirements and is required to sign a Hold Harmless Agreement. This insurance shall be maintained at all times during the course of this agreement. In addition, the successful bidder shall have the proper City of San Leandro business license and all other applicable licenses and permits. 3. MOBILIZATION: The Contractor selected shall have five (5) week days from notice by City to provide proof of insurance, Contractor s license, business license and such other documentation as required. From issuance of Purchase Order, Contractor shall commence work within five (5) week days. Such days shall not be counted as work days. 4. STANDARDS: All tree trimming is to be done in accordance with the latest versions of the International Society of Arboriculture, Western Chapter Pruning Standards, National Arborist Association Pruning Standards for Shade Trees, and compliance with current ANSI Z133.1 (Safety Standards). Specifically the quality of work shall be consistent with the national Arborist Association definition of Fine Pruning (Class 1). Contractor is required to have a thorough knowledge of these standards and is to have copies of these standards at all sites where work is being performed. In addition, in order to minimize damage to the trees, no climbing with spikes is permitted. 5. REPRESENTATIVE TREES: To assist bidders, the City has trimmed two (2) representative trees in this Shoreline Area. Trees are to be raised from the ground, sidewalk and street, trimmed back from buildings and pathways, as is consistent with the growth stage of the tree and have all basal sucker growth removed. Successful Bidder is to notify the Senior Grounds Supervisor of unusual tree conditions (i.e., split limbs). All trimming, as part of this contract, is to be consistent with the trimming of the representative trees. Contractor will not be paid for any trees not trimmed consistent with the representative trees and these specifications. If at any time, Contractor shows an inability to trim consistent with the representative trees and these specifications, the Senior Grounds Supervisor will have the authority to order Contractor to cease all trimming and have the Purchase Order cancelled. Failure to perform work as described in the bid specifications, as determined by the City, may be cause for immediate termination of the contract by the City. Alternatively, after giving the Contractor 48 hours written notice of a condition not in compliance with these specifications, the City may have such work performed as necessary to bring the condition into compliance and deduct this expense from any amount due to the Contractor.

6. WORK DAYS: All trimming is to be completed within ninety (90) work days from award of contract. 7. HOURS OF OPERATION: All trimming is to be done between the hours of 7:00 a.m. and 5:00 p.m., Monday through Friday, unless prior approval is granted by the Senior Grounds Supervisor or his designated representative. 8. PAYMENT: Requests for payment shall be submitted on a monthly basis, based upon the percentage of trees trimmed. The Senior Grounds Supervisor will verify the accuracy of he invoice submitted. Ten percent (10%) of the successful bid amount will be withheld until the job is fully completed. Only trees approved for trimming by the Senior Grounds Supervisor will be paid for. No payment will be made for any tree which is not trimmed as per these specifications. If the Contractor s activities damage a tree to the extent where it will not recover with good form, in the sole judgment of the City s Senior Grounds Supervisor, Contractor shall remove and replace the damaged tree with a replacement tree approved by the Senior Grounds Supervisor. All such removal/replacement costs will be borne by the Contractor with no payment from the City. If Contractor does not replace a damaged tree, $500 per damaged tree will be withheld from any payment due Contractor. 9. WEEKLY MEETINGS: Contractor shall be required to meet weekly with the Senior Grounds Supervisor or his representative to confirm the list of trees completed and to review the Contractor s proposed work schedule. 10. CLEANUP: All branches, brush, leaves, and sawdust are to be removed from the site and properly disposed of by the Contractor as part of the bid price. The intent is that all areas are to be left in as clean a condition or better than before the Contractor s operations. Cleanup is to be done continuously as each tree is finished. No brush is to be left at any of the tree sites. Wood chips from the Shoreline Area trees are to be spread at the Monarch Bay Golf Club as directed by the Shoreline Operations Manager or his designee. 11. TRAFFIC CONTROL AND ACCESS: Contractor shall not completely obstruct public pedestrian pathways or deny access to private property at any time. No streets shall be closed at any time. The Contractor may establish No Parking zones, contiguous to the work area by posting signs supplied by the City. The City will enforce parking restrictions only when the Contractor has posted the proper signs and has notified the City s Police Department a minimum of 48 hours in advance of the required restriction period. Construction signs, lights, barricades, etc., shall conform to the latest version of the Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon Highways, by the California Department of Transportation. 12. CORRECTION OF HAZARDOUS CONDITIONS: If, in the determination of the Senior Grounds Supervisor, any work done or omitted by the Contractor or any act of vandalism or theft has created a condition hazardous to the public, the Senior Grounds Supervisor will notify the Contractor s office by telephone. The Contractor shall commence correction of such condition by placement of barricades or as otherwise directed by the Senior Grounds Supervisor within two (2) hours of receipt of such notice at his office and shall complete correction thereof on the same calendar day, regardless of the size of the work force required or the number of hours of work required. If the Contractor cannot be reached by telephone, or fails to respond to the hazardous condition within the specified two (2) hour limit, the Senior Grounds Supervisor shall have the authority to cause said hazardous condition to be corrected and deduct the cost thereof from any amounts due to or become due to the Contractor. Such costs shall include any minimum or base costs for labor, materials, or equipment as required by contracts, agreements, or supplier but in no case shall such cost be less than $250 per hazardous incident.

13. WORK EXPERIENCE: List any and all tree maintenance contracts exceeding $15,000 performed by your firm beginning in 2000 (use a separate sheet as necessary): Company/ Annual Contact Name Govt. Agency Work Location Contract Period Amount Telephone 1. 2. 3.

BID SPECIFICATIONS Aerial Photo of Shoreline Area. Trees are located within the yellow line.

INSURANCE REQUIREMENTS 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, their agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Contractor s bid. 1. Minimum Scope of Insurance. Coverage shall be at least as broad as: A. Insurance Services Office form number GL 0002 (Ed. 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ( occurrence form CG 0001.) B. Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code 1 any auto and endorsement CA 0025. C. Worker Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance. Contractor shall maintain limits no less than: A. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other form with 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. B. Automobile liability: $1,000,000 combined single limit per accident for bodily injury and property damage. C. Workers Compensation and Employers Liability: Workers compensation limits as required by the Labor Code of the State of California and Employers Liability Limits of $1,000,000 per accident. 3. 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 insure shall reduce or eliminated 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. 4. Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following provisions: A. General Liability and Automobile Liability Coverages. i. The City, its officers, officials, employees 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 the protection afforded to the City, its officers, officials, employees or volunteers. ii. iii. iv. The Contractor s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. any insurance or self - insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor s insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. The Contractor s insurance shall apply separately to each insured against whom claim is made or suite is brought, except with respect to the limits of the insurer s liability. B. Workers Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. C. All Coverages. 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, returned receipt request, has been given to the City. 5. Acceptability of Insurers. Insurance is to be placed with insurers with a Best s rating of no less than A:VII. 6. Verification of Coverage. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 7. Subcontractors. Contractor shall include all subcontractors as insureds 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.