HomeMy WebLinkAboutPR 14571: SOUTHEAST TX BUILDING SERVICES - JANITORIAL SERVICESCI~YO~F.~~`r~~`~~.
Parks and Recreation
MEMORANDUM
TO: Stephen B. Fitzgibbons, City Manager
FROM: Dr. Albert T. Thigpen, Interim Director Parks 8 Recreation
DATE: March 13, 2008
RE: P. R. # 14571-Award of Janitorial Contract for the 2008 Fiscal
Year-Recreation Center-1308 9~h Avenue
RECOMMENDATION:
COMMENTS
It is recommended that the City Council approve Proposed Resolution No.
14571, authorizing the City Manager of the City of Port Arthur to execute a
contract with Southeast Texas Building Service, Inc. for janitorial services in an
amount not to exceed $ 26,700:
BACKGROUND:
The Recreation Center is an extended hour facility providing services to a broad
spectrum of citizens. Several years ago the department elected as a cost saving
measure to forgo afull-time custodian in favor of a contracted cleaning service.
The contracted service will provide for ~ cleaning of the building, floor
maintenance, and the provision of a "porter' for four (4) hours to handle peak
demand when seniors are in the building as well as lunch events. Experience
indicates that contracted cleaning services can effectively meet department
needs.
BUDETARY/FISCAL EFFECT:
The estimated cost of this .contract is $ 26,700: Funding is available in the FY
2008 budget, Account No. 001-?402-551.26-00.
EMPLOYEE/STAFF EFFECT:
Acceptance of this recommendation will not effect the staffing levels at this time.
SUMMARY:
It is recommended that the- City Council approve Proposed Resolution No.
14571, authorizing the City Manager of the City of Port Arthur to execute a
cohtract with Southeast Texas Building Service, Inc. for janitorial services. in an
amount not to exceed $ 26;700.
P. R. #-14571
02/15/08 - kl
RESOLUTION NO.
A RESOLUTION AWARDING A CONTRACT TO THE LOWEST RESPONSIBLE BIDDER
AND AUTHORIZING THE EXECUTION? OF THE CONTRACT FOR JANITORIAL
SERVICES TO SOUTHEAST TEXAS BUILDING SERVICE, INC.- FOR THE PARKS AND
RECREATION DEPARTMENT IN THE AMOUNT OF $ 26,700 FOR AN INITIAL ONE (1)
YEAR PERIOD WITH AN OPTION TO RENEW FOR UP TO ONE (1) ADDITIONAL YEAR
AT THE ORIGINAL BID AMOUNT. ACCOUNTNO. 001-1402-551.32-00.
WHEREAS, the City advertised for bids on February 27, 2008 for janitorial services and
the bid tabulation is attached as Exhibit "A"; no~v, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT the City Council of the City of Port Arthur hereby awards the Contract for
Janitorial Services for the Port Arthur Parks and Recreation Department to the lowest and most
responsible bidder in accordance with Exhibit "A", Southeast Texas Building Service; Inc., in an
amount not to exceed $26-,700.
THAT, the City Manager of the City of Port Arthur is hereby authorized and diiected to
execute on behalf of the City of Port Arthur a contract, a copy of which is attached hereto as
Exhibit "B", between the City of Port Arthur and Southeast Texas Building Service, Inc, for the
contract price of 526,700 for the provision of janitorial services and apart-time porter.
THAT, this is a one-year contract with the option to renew For the next two years.
THAT said contract is an exact duplicate of a City Standard Form. Contract, except for the
changes described in the Certificate of Standard Form Contract, a copy of which is attached
hereto as Exhibit "C," and said changes are hereby approved; and -
THAT a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
P. R. #14571
02/15/08-k1
READ, ADOPTED AND APPROVED THIS day of , A.D., 2008,
at a Regular Meeting of the City Council of the City of Port Arthur, by the following vote:
AYES:(Ma
NOES
MAYOR
ATTEST:
Acting City Secretary
APPROVED AS TO FORM:
/,~
~/
G ~~ ; ~'' J~t'7~,
City Attorney ~ 6o,.J ~~ ',,^ ,<'/j, ~G
APPROVED FOR ADMINISTRATION:
City Manager
Director of Parks and Recreation.
APPROVED P.S TO AVAILABILITY OF FUNDS:
Rebecca Underhill
Director of Finance
EXHIBIT A
CITY OF PORT ARTHUR TEXAS
" BID SHEET
PAGE l OF l
DESCRIPTION: JANITORIAL SERVICES FOR RECREATION
DATE: FEBRUARY 27, 2008
NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER
SOUTHEAST TEXAS SANSERVE BUILDING
BUILDING SERVICES SERVICES
11'E1V1 QUAN UOM 1'I'EM '
# UNIT TOTAL UNIT TOTAL -
COST . COST COST COST
1 .12 MTHS JANITORIAL
SERVICE $1,400.00 $1G,800.00 $1,69G.OU $20,352.00
DOTE 1 ~,
2 12 MTHS JANITO121AL
SERVICE $1,200.00 $14,4UU.OU $1,448.00 $17,376.00
QUOTE2
3 12 MTHS PORTF,R $1,025.U0 $1.2,300.00 $ 1,385.00 $ 1G,620.00
BID BOND
CASHIER CHECK $ 1,455A0 $2,717,40
EXCEPTIONS
EXHIBIT B
CONTRACT FOR JANITORIAL SERVICES FOR THE RECREATION
CENTER LOCATED AT 1308 9T" AVENUE, PORT ARTHUR..
THIS AGREEMENT, made this day of March, 2008 by and between the City of
Port Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called "OWNER" or "CITY" and SOUTHEAST TEXAS BUILDING SERVICE
INC. a(n) CORPORATION heraih acting by and through ROBERT BODIN, JR. hereinafter
call "CONTRACTOR,"
WITNESSETH: That for and in consideration of the payment terms, conditions .and
agreements set for therein, OWNER and CONTRACTOR agree as follows:
1. The term. of this contract shall be from March 26, 2008 to March 26, 2009,
unless sooner terminated under the provision hereof. The City can terminate
this contract at its convenience, which includes, but is not limited to, funding
not being available in any budget cycle with ten (10) days written notice.
2. During the term of this Contract. the Contractor will furnish at his own
expense all of the materials, supplies, tools, equipment, labor and other
services necessary for the satisfactory completion of specifications and
agreements contained herein for grass cutting and."cleanup at the property(ies)
described as: THE PARKS AND RECREATION DEPARTMENT.
3. The CONTRACTOR agrees to perform all the work described in the
specifications and contract documents complying with the terms therein for
the sum of $ 26.700 or as shown in the Bid Schedule.
4. The term "Contract Documents" means and includes the following:
A. Agreement
B. Advertisement for Bids
C. Addenda
D. General Information
E. Specification
F. Bid
G. Notice of Award
5. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors and assigns.
6. IN WITNESS WI~REOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, this Agreement in (2) copies each
of which shall be deemed an original on the date first above written.
Signed on the day of
2008
CITY OF PORT ARTHiJR
BY
ATTEST
CITY SECRETARY
Signed on the day of 2008
CONTRACTOR
BY
ATTEST
SECRETARY
CITY OF PORT ARTHUR
ADVERTISEMENT FOR-BIDS
.IANITORIAL SERVICE FOR THE RECREATION CENTER
j~
FEBRUARY ~, 2008 FEBRUARY 17, 2008
CITY OF PORT-_;_ .
`y, - ~ .
,
ARTHUR, TEXAS _ V - -
ADVERTISEMENT-:, -. CRY OF PORT
FOR BIDS ";'^~' ARTHUR, TEXAS
- ADVERTISEMENT -
IOTICE IS HERESY ~ FOR BIDS
31VEN. THAT -;`-seal ~. i
addressed -1o•the
aids
NOTICE IS HEREBY
,
-
:ity of Port AMur wll- ~ GIVEN THAT sealed
~
F: ~
'ecerved at the pgice-o Bids, addressed ,to the
I
he City Secretary City - City of Port Adhur; will be
444- 4th Street°o
.iall received ffi the Office ob
,
O. Rox 1089,. Purlairyq
P
• the City Secretary, City
.
` ~ ~
Tezas 7764L~nW
Ihur Hall, 444- 4th Street or
.~
,
later than 3:00 P.M~eb~ - -~ P.O. Boz 1089, Port Ar-
ruary 27, 2008~and~'>al~
Ihur, Tezas 77647 no
bids received wAl,tfiere`at{' ~' - later than 3:00 P.M., Fet-
ter be opened anA~-rea ~ ruary 27, 2008 and all
aloud at 3:15 F.M'.;;o , bids received will thereat
February 27, 2008'-in-ffi ter be opened and read
'
City Council Cha`mhers aloud at 3:15 P.M. on
5th Fldor, City Half;°Po ~ February 27, 2008-in the
Tezas tor'zEe518 -
Arthur City Council Chambers,
,
services briefly descn ~ Sih Floor, City Hall, Port.
asi Arthur, Texas for certain
services briefly descnbetl
JANRORIAL-SERVILE
~ as:
_
FOR RECREATION` "
- CENTER "" JANRORIAL SERVICE
,.; "_~ FOR RECREATION
MANDATORY P,RE-6
~ CENTER
~
MEETING IS SCME
ULED FOR 10:00'A:
MANDATORY PPE-BID
- FEBRUARY 21, 2008--~ ~ MEETING IS SCHED-
THE. RECREATE ~ ULED FOR 10:00 A.M.
CENTER LOCATED FEBAUARY 27, 2008 AT
13089TH AVENUE.-.-'. THE RECREATION
- CENTER LOCATED AT
8igs n;ceived aftef_c[ 73089TH AVENUE. _.
ing time will be retu
unopened - - r
_ Bids received after clos-.
'
- ,.
~~~ ing lime will be returned
Copies of-the SpeciF:-__ i' unopened.
~
`
- lions and other Contra - - -
-
Dowments are on `file'. i Copies of the Specifics-
•the-.-Purchasing--Otfic lions and other Contract
x.444-'4th Street."Qity`,'d i
~ Documents are on file _in -.
- -
Port Arthur, and are. ope_ the Purchasing.. Office, .
'tor public inspection; wRh- 444- 4Ih Street, City of r
out charge. Port Arthur, and are open i
~ alic
nspection with- I
p
o
The City of Port Arthurre- I e
h
~
~ I
serves Ne dghP.{o';2jecl ~
any and all bids and ~-to - The City of POrt Anhur re-
waive inlormalmes _ serves the right to reject
I j any and all bids aM So
Joseph BroussaM
~ wane infonnafities.
Purchasing Manager
'
~ ,,,
- I Joseph Broussard
Purchasing Manager
CITY OF PORT ARTHUR
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor
furnishes the City of Port Arthur the required information specified in Bid or
Proposal Specifications listed in this Bid Pacliagc.
The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient
information to prepare SE.ALIiD BIDS [N DUPLICATE for furnishing: JANITORIAL
SERVICE AT RECREATION CENTER
Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur,
P. O. Box 1089, Port Arthm~, Texas 77641. Bids shall be received no later than 3:00 P.
;VI. February 27, 2008. Bid proposal MUST BE SIGNED BY' BIDDER.
All bids meeting the intent of this request for bid will be considered for award.
BIDDERS TAKING CXCEPTION "f0 THE SPECIFICATIONS, OR OFFERING
SUBSTITl1TlONS, SHALL STA'L'E "FHESE EXCEPTIONS BY ATTACHMENT AS
PART OF THE BID. 'The absence of such a list shall indicate that the bidder has not
taken exceptions and the City shall hold the bidder responsible to perform in strict
accordance with the specitcations of the imitation. The City reserves the right to accept
any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest
of the City of Port Arthur.
Bids cannot be altered or amended after submission deadline. Any interlineation,
alteration, or erasure made before opening time must be initialed by the signer of the bid,
guaranteeing authenticity.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Artlwe
and whose bid is within 5% of the lowest bid price.
The award shall be made to the cesponsible vendor(s). whose bid is determined to be
lowest offer, taking into consideration the relative importance of price, conformance to
specifications and capability and experience of the contractor.
4 of 25
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB; the teams "Bid"
and Proposal" shall be equivalent
Bidders are cautioned to read the information contained in this ITB carefully and to
submit a complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract: in
accordance with Vernon's Texas Code Annotated, Local Government Code Title 5,
Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into
any business arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS:.4
prospective bidder must alfinnatively demonstrate bidder's responsibility. A prospective
bidder must meet the following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2.- Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
~. Be engaged in a full time business and can assume liabilities for any performance or
warranty service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City,
7. No payments shall be made to any person of public moneys under any contract by the
City with such person until such person has paid all obligations and debts owed to the
City, or has made satisfactory arrangements to pay the same.
Any interpretations, corcections or changes to the ITB and Specifications will be made by
addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager.,Addenda will be mailed to all who are known to have received e
copy of the ITB. Offerers shall acknowledge receipt of all addenda.
PRICES: The bidder- should show in the proposal both the unit price and total amount.
where required, of each item listed. In the event of ercor or discrepancy in the
mathematics, the unit price shall prevail.
PURCHASE ORDER: A purchase order(s)shall he generated by the City of Port Arthur
to the successful bidder. "fhe purchase order number must appear on all itemized
invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Atfi.:
Recreation, P. O. Box 1089, Port Arthur, Texas 77641.
5 of 25-
PAYMENT' Will be made upon receipt of copies of an invoice and acceptance of work
by the City of Port Arthur. Payment will be made in accordance with the State of Texas
Prompt Payment Act, Article 601 f V.T.C.S.
SALES TAJC: The City of Port Arthur is exempt by law from payment of Texas Sales
Tax and Federal Excise Tax, therefore the bid shall not include sales tax.
VENLiE: This agreement will be governed and construed according to the laws of the
State ofTexas. -This agreement is preferable in Port Arthur,'I'exas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local
goverriments relating to performance of work herein.
DELINOUEN'f PAYA'[EN'1`S'UUEClTY: The City of Port Arthur Code of
Ordinances prohihits the City from granting any license, privilege or paying money to
any one owing delinquent taxes, paving assessments or any money to the City until such
debts ate paiei or until satisfactory arrangements for payment has been made. Bidders
must complete and sign the AFFIDAVI"f included as part of this ITB.
QUANTITIES: Quantities shown. are estimated, base on projected use. [t is specifically
understood and agreed that these quantities are approximate and any additional quantities
will he paid for the quoted price. It is further understood that the supplier shall not have
any claim against the City of Port Arthur for quantities less than the estimated amount.
All bids will remain in effect for one year after the bid opening date.
If through any cause the Bidder fails to fulfi(I in a timely and proper manner, his
obligations under this Contract, or fails to perform in accordance with these
specifications, the City reserves the right to terriinate this Contract by giving written
notice to the Bidderof such termination and specifying the effective date thereof, at least
fifteen (15) days before the effective date of such termination.
EXPERIENCE & CAPAI3LL.[TY: Bidder shall include information to describe, the
experience and capability factors of the company
1. Number of years in operation
2. Largest dollar amount of contract currently in effect with a business.
3. References from at least three (3) businesses with whom your company
has completed similar type work within the last year.
4. Number of employees currently employed.
5. Equipment currently owned by company.
.. .~,:1
?~1
6of25
RELEASES AND RECEIPTS: The City of Port Arthur before making payments, may
require the Contractor to famish releases or receipts for any or all persons performing
work and supplying material or service to the Contractor, orany sub-contractors for work
under this contract, if this is deemed necessary to protect its interests.
PAYMENTS: Contractor shall submit an rnvoiceto the City of PotTArthur Recreation
Center for pa}nnent. The acceptance by the Contractor of final paytnent shall be and,
shall operate as a release to Owner of all claims and liability to the Contractor for all
things done or furnished in connection with this wrork and for every act and neglect of the
Owner and other's relating or arising out of this work.
CARE OF WORK: The Contractor shall be responsible for all damages to person or
property that occurs as a result of his fault or negligence in connection with the work
perfoctned until completion and final acceptance by the City.
INSPECTION: The City of Port Arthur or authorized agent shall have the right to
inspect the work at all times and at the completion thereof. - ,
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-
contractor or permit sub-contractor to perform any work included in his Contract until he
has received from the City of Port Arthur written. approval of such agreement or
pcnnission. "
INDF.MNiFTCATION: The Contractor agrees to indemnity and holds harmless the City
of Port Arthur, Texas and its respective officers, agents, and employees from any and all.
claims, causes of action, and damages of any kind and every kind for injury to or death of
any person, and damages to property arising out of or resulting from the performance of
the work provided in this contract
INSURANCE: 'The Contractor shall furnish certificates of insurance to the City's
Purchasing Manager prior- to wmmencing work, meeting the below listed insurance
requirements for any sub-contractors or independent workmen used by the Contractor in
the performance of the work specified herein showing evidence that the Contractor has
obtained Workman's Compensation, General Liability and Automobile Liability
Insurance which is required by the City for perforrriance of the work specified here.
Minimum amounts of such insurance to be obtained by the Contractor are as stated in this
bid package.
INTEREST OF MEMBERS OF THE CITY: No member of the governing body of the
City, and no other officer, employee or agent of the City who exercises carrying out of
the program, shall have any persona] financial interest, direct or indirect, in this Contract;
and, the Contractor shall take appropriate steps to assure compliance.
7 of 25
CONTRACT: The following will comprise the contract between the City and the
successful bidder:
1. Agreement
2. Advertiseinent for Bids
3. Gencrallnforniation
4. Specifications
5. Bid
6. Bidder's Information Sheel
7. Notice to Proceed
8. Addenda:
No person has the authority to Jerhally alter these specifications. ,Any interpretations, .
corrections or changes to this ITB and Specifications will be made in writing by the
Purchasing Division of the City of Port Arthur and sent to each person having a bid
package.
The vendor must be an authorized dealer for all products offered. Vendor must give the
manufacturers name and product description of all items. Inferior products, products
which perform at a level lower than the manufacturers original equipment, substandard,
or poor quality products will be rejected.
SHIPPING WFORMATION: All bids are to be F.O.B., City of Port Arthur, Port
Arthur, Texas 77640
INCORPORATION OF PROVISIONS REOU[RED BY LA~V: Each provision and
clause required bylaw to he insericd into the Contract shall be deemed to be enacted
herein an¢ the Contractshall be read and enforced. as though each were included herein.
[f, through mistake or otherwise, any such provision is not inserted orvis not correctly
inserted, the Contract shall be amended to make such insertion on application by either
Party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good
workmanlike manner, perform all work and furnish all supplies and materials. machinery;
equipment, facilities and means, except as herein otherwise expressly specified,
accessary or propecto perform and complete all the work`requircd by this Contract, in
accordance with the provisions of this Contract and said specifications.
"the apparent silence of these specifications as to any detail or to the apparent omission
from it of a detailed description concerning any point; shall he regarded as meaning that
only the best commercial practices are to prevail. All interpretations of these
specifications shall be made on the basis of statement.
While the purpose of the specifications is to indicate minimum requirements in the way
of capability, performance, construction; and other details, its use is not intended to
deprive the City of Port Arthur the option of selecting equipment which may be
considered most suitable for the service involved.
8 of 25
In the event of conflicts behveen the written bid and information obtained verbally, the
vendor is specifically advised that the written bid will prevail in the determination of the
successful bidder. . .
Underthe Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of
race, color, or national origin, be excluded from participation in, be denied the benefits
of, or be subjected to discrimination under any program or activity receiving Federal
financial assistance.
Questions concerning this iTB or additional informationshould be directed to Thad
Sanders al 409-933-3166. ..
9 of 25
TIJRMINATION OF CONTRACT
If, through any cause, the Contractor shall: fail to fulfil] in a timely and proper manner his
obligations under this contract, or if the Contractor shall violate any of the convenanfs,
agreements or stipulations of this contract, the City shall thereupon have the right to
terminate this contract by giving written notice to the Contractor of such termination and
specifying the effective date thereof, at ]east fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of
liability to the City for damages sustained by the City by virtue of any breach of the
contract by the Contractor; and the City may withhold any payments to the Contractor for
the purpose of set-off until such time as the exact amount of damages due the City from
the Contractor is detenninul.
INSPECTIONS
Unscheduled job-site inspections will be performed by the City of Yort Arthur Recreation
Center. Representatives. Failure to abide by the City's specifications will be grounds for
immediate termination of the contract. A minimum of two (2) monthly daylight
inspections ma_y be made by the City of Port Arthur Recreation Representative.
t0 of 25
BID SECURITY AND LIQUIDATED DAMAGES
Bids shall be accompanied by a bid guarantee of not less than: five percent (5%)
of the amount of the total bid which shall be a Certified Check or Cashier's check payable
without recourse to the City of Port Arthur, or a bid bond with corporate surety
authorized to conduct business in Texas. Said security- shalt be submitted with the
understanding that it shall guarantee that the Bidder will not withdraw kis bid within
thirty (30) days after the date of the opening of the bids; that if a bid is accepted, the
bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as
may be required and commence work at the specified time, and that in the event of the
withdrawal of said bid within said period, or the failure to enter into said Contract,
furnish said bonds and insurance and commence work within the time specified, the
Bidder shall be liable to the OWNER for the difference between the amount specified in
the bid in the amount for which the OWNER may otherwise procure the required work.
Checks of all except the three lowest responsible Bidders will be returned. when award is
made; when the Conhact is executed, the checks of the two remaining unsuccessful
bidders will be returned; that of the successful Bidder be returned when formal Contract,
bonds and insurance are approved, and work has commenced within the time specified.
The Bidder to whom the award is made shall execute and return the formal
Contract with the OWNER and furnish Performance and Payment Bonds and required
Insurance Documents within ten (10) days atter the prescribed forms are presented to
him for signature. Said period will be extended only Upon written presentation to the
OWNER, within said period, of reasons which the sole discretion of the OWNER, justify
an extension. If said Conh~act, bonds and insurance Documents are not received by the
OWNER within said period or if wgrk .has not been commenced within the time
specified, the OWNER may proceed to have the -work required by the Plans and
Specifications perfom~ed by any means at its command, and the bidder.shall be liable to
the CITY For any excess cost to the OWNER over bid amount. Further, the bid
guarantee shall be forfeited to the CITY as liquidated damages and Bidder shall liable to
the City for an additional amount of five percent (5%) of the bid mount as liquidated
damages without limitation.
"fhe OWNER, within ten (10) days of receipt of acceptable Performance
and Payment insurance, ;Documents and Contract signed by Bidder to whom Contract
was awarded, shall si~m and return executed duplicate of the Contract said party. Should
OWNER not execute the Contract within such petiod, the Bidder may, by written Notice
to OWNER, withdraw-his signed Agreement.
BONDS
If the Contract exceeds Fifty Thousand. Dollars ($50,000.00), Performance-and
Payment Bonds shall be furnished on prescribed forms in the amount of one hundred
percent (100%) of the Contract price with corporate surety duly authorized to do business
in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a
certified and effective date copy of their Power of Attorney:
11 of 25
Insurance
All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own
expense, purchase, maintain and keep in force insurance that will protect against injury
and/or damages which may arise out of or result from operations under this contract,
whether the operations be by himself or by any subcontractor or by anyone directly or
indirectly employed by any of them, or-by anyone-for whose acts any of them maybe
liable, of the following types and limits (no insurance policy or certificate of insurance
required below shall contain any aggregate policy year limit unless a specific dollar
amount (or specific formula for determining a specific dollar amount) aggregate policy
year limit is expressly provided in the specification below which covers the particular
insurance policy or certificate of insurance.
Standard Worker's Compensation Insurance:
2. Commercial General. Liability occurence type insurance
(products/wmpleted operations coverage must be included, and City of Port
Arthur, its officers, agents, and employees must be named as an additional
insured):
a. Bodily injury $500,000 single limit per occurrence or $500,000
each person/$500.000 per occurence for contracts of $100,000 or less; or
h. Bodily injury $1,000,000 single limit per occurence or 5500,00
each person /$1,000,000 per occurence for contracts,iri excess of
$100,000; and;
c. Property~Damage $100,000 per occurrence regardless of contract
amount; and,
d. Minimum aggregate policy year limit of $1,000,000 for contracts
of $100,000 or less; or,
e. Minimum aggregate policy year limit of $2,000,000 for contracts
in excess of 5100,000. ,
Commercial Automobile Liability Insurance Qncluding owned, non-
owned and hired vehicles coverage's).
a. Minimum combined single limit of $500:000 per occurrence, for
bodily injury and property damage.
b. if individual limits are provided, minimum limits are $300,000 per
person,$500,000 per occurrence for bodily injury and $100,000 per
occurrence for property damage.
12 of 25
4. Contractual Liability Insurance covering the indemnity provision of this
Contract in the same amount and coverage as provided for Commercial
Contractor shall cause Contractor's insurance company or insurance agent to fill
in all information required (including names of insurance agency, ConUactor and
insurance companies, and policy numbers, effective dates and expiration dates) and to
dates and sign and do all othcr things necessary to complete and make into valid
certificate of insurance the CERTIFICATE OF INSURANCE Fornt attached to and made
a part of the Information To Bidders, and pertaining to. the above listed items 1, 2, 3 and
4; and before commencing any of the work and within the time otherwise specified,
Contractor shall file completed Form with the Owner. None of the. provisions in said
Form shall be altered or modified in any respect except as herein expressly authorized.
Said CERTIFICATE OF INSURANCE Fonn contains a provision that coverage afforded
under the policies will not be altered, modified or canceled unless at least fifteen (15)
days prior written notice has been given to the Owncr. Contractor shall also file with the
Owner valid CERTIFICA`T'E OF INSURANCE on like form from or for all.
Subcontractors and showing the Subcontractor (s) as the Insured. Said completed
CERTIFICATE OF INSURANCE
Fonn (s) shall in any event he filed with the OWNER not more than ten (10) days after
execution of this Contract.
The original Builder's Risk policy (if required) shall provide for fifeen (I S) days
written notice of alternation, modification or cancellation and shall be furnished to
OWNER. Provided, however until the original policy., which original policy must be
received by the OWNER not later than (thirty) days after issuance of the Notice to
Proceed for the prgject..Nonvithstanding any other provision in the Contract Documents,
it is further mutually understood and agreed that no pa}anent wilt be due and owing or
made to the CONTRACTOR for any work performed under the Contract until all of the
required insurance documentation, including the. original policy specified above, are
received by the OWNER
13 of 25
GENERAL CONDfTfONS:
1.0 This contract will include Janitorial Service at the City of Port Arthur
Recreation Center.
2.0 This is a one (1) year contract with the option to renew for an additional-one
year for the next two years. Any terms and conditions stated in original
specifications will apply to any extended periods.
3.0 The City of Port Arthur or its authorized agent shall have the right to inspect
the work at all times and upon completion thereof. -There shall be no
` deviation from any part of the contract or from any approved schedule
without prior approval from the Recreation Center.- The Contractor may `
not assign all or part of this contract without prior cmrsent in writing by the
City.
4.0 Any Problems encountered or inability to clean for any reason shall
immediately be brought to the attention of the Recreation Director.
5.0 .All insurance must be written by an insurer licensed to conduct business in
the State of Texas, unless otherwise permitted by City. The Contraetm- shalR,
at his own expenses; purchase, maintain and keep in force insurance that will
protect against injury and/or damages which may arise out of or result from
operations under this contract, whether the operations be by himself or by
any subcontractor or by anyone directly or indirectly employed by any of
them, or , or by anyone for whose acts any of them may be liable of the ,
following types and limits (no insurance policy or certificate of insurance
required below shall cattain any aggregate policy year limit unless a specific
dollar amount (or specific formula for determining a specific dollar amount)
aggregate policy year limit is expressly provided in the specification bclovv
which covers the particular insurance policy or certificate of insurance).
5.1 Standard y'~'orker's Compensation Insurance (with Waiver of Subrogation in
favor of the City of Port Arthur, its officers, agents and employees).
5.2(a) Bodily Injury $300,000 single limit per occurrence or $100,000 each person
for contracts of ~ 100,000 or less; or
The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Information to Bidders
(C) Bid Sheets
(D) General Conditions
(E) Notice of Award
14 of 25
(F) Notice to 1~Iorv
(C) Technical Specifications
6. The City wilbpay to the Contractor in the manner-and at such times
as set forth in the General Conditions such amomrts as required by
the Contract Documents
7. This Agreement shall be binding upon all parties hereto and their
respective heirs, executors, administrators, successors and assigns.
8. IN WITNESS WHEREOF, the parties hereto have executed, or
caused. [o be executed by their duly authorized officials, this
agreement in ~ copies) each of which shall be deemed an
original on the date first above written.
r
15 of 25
SPECIFICATIONS
FOR JANITORIAL SERVICE AT RECREATION
1. QUOTE 1 JANITORIAL CONTRACTORS VV[LL SUPPLY PAPER
TO~i'ELS, TOILET TISSUF,S, SOAP FOR DISPENSERS, AND BIO
HAZARD BACS
2. QUOTE 2 THE KECREATION DEPARTMENT V1'ILL SUPPLY PAPER
TOWELS, TOILET TISSUES, SOAP FOR DISPENSERS, AND BIO
HAZARD BAGS
3. TIiESE W ILL BE THE DUTIES OF THE PORTER.
1. WORK 4 HOURS DA[LY ONSITE (PRIsREKENCE IS 10:00 A. M T®
2:00 P. NL)
2. HANDLE GENERAL CLEANING.
3. HANDLE CLEANING RELATED INCIDF,NTS (SPILLS, BREAKAGE,
BATHROObt MA[NTENACE).
4. DA[LY MEANS WORKING MONDAY THRU FRIDAY.
5. THE ESTIMATED SQUARE ROOTAGE TO BE CLEANED [S 11,500
16 of 25
GENERAL SPECIFICATIONS OF JANITORIAL COWTRACT
SUPPLIES FURNISHED BY THE BIDDER:
Disinfectant Cleaner must be EPA approved product for hospital level disinfection, other cleaners,
bowl cleaner, wax remover and wax, dust mop, wet mops, brooms, buffer, vacuum cleaners, furniture
polish and anything else pertaining to cleaning; liners for trash/wastebaskets containers.
SUPPLIES MOTTO BE FURNISHED BY BIDDER:
Do not furnish paper towels, toilet tissue, light bulbs, soap for dispehsers, Bio-Hazard Bags, orgiass
boxes.
PRODUCT RESTRICTIONS:
Endust is not to be used at any time for any reason in the building.
PRODUCT REQUIREMENTS:
Successful bidder will supply a list of chemical cleaning and waxing supplies.
Johnson's Over and Under or equal
Johnson's Step Ahead or equal
All States Chemical's Lemon Glo Furniture or equal
Liquid Gold or equal
Franklih's Spray Buff or equal
NOTE: THE BURDEN OF PROOF PERTAINING TO EQUAL PRODUCT QUALITY OF
REQUESTED MATERIALS SHALL BE THE RESPONSIBILITY OF SUCCESSFUL
BIDDER. '
EMPLOYEES: One (1) supervisor will be on the job at ALL times. The Supervisor's name and
telephone number must be submitted before contract begins. The Supervisor may be considered as a
worker. Also supply names of each daily employee'on job site.
INSPECTIONS:
Unscheduled job-site inspections will be performed by the City Representative. Failure to abide by City's
specifications will be grounds for immediate termination of contract.
WORK LOG:
A daily work log for each building is to be turned in each day to the City Representative
17 of 25
AT
DAILY
1. RESTROOMS:
Clean and supply (soap dispensers, toilet paper, paper towels) all restrooms. Mop restrooom
filoors with hot water and disinfectant cleaner. Clean and disinfect corrodes and urinals, clean the
base and outside of commodes and urinals. Clean the walls directly behind toilets and urinals.
Clean and polish mirrors, chrome, dispensers, and lavatories.
2. SINKS:
All sinks must be cleaned with appropriate cleaner.
3. STORAGE/COFFEE ROOM:
Clean storage/coffee room. This will include cleaning table, microwave oven, and cdffeepot.
4. CARPET: _
Vacuum all carpet areas (entryway).
5. FLOORS -VINYL & CERAMIC TILE:
Sweep, then wet mop with a disinfectant cleaner, using a CLEAN mop.
6 WOODWORK WALLS SWITCH PLATES; i3< DOORS:
Spot clean all walls, switch plates, and doors for dirt marks.
7. CHAIRS:
Plastic chairs are to be cleaned with ammonia and water or equal to leave chairs clean but not
slippery. Vinyl chairs are to be cleaned with damp cloth.
8. WATER FOUNTAINS:
Clean and polish with stainless steel cleaner.
9. WASTE CONTAINERS:
• All wastebaskets or other waste contaihers'are to be.emptied and liners changed.
• If waste container has gotten dirty, it is to be washed with warm soapy water inside and outside
if necessary.
10. TRASH ON RECREATION CENTER GROUNDS:
Pick up all trash outside of building and in parking lot and place in dumpster.
WEEKLY
1. CARPET:
Spot clean carpet.
2. DUSTING:
` Wipe dust off picture frames.
Bookcases or shelves will be dusted after cleared of all items by Parks and Recreation staff.
18 of 25
RECREATION CENTER 1308 9T" AVENUE (Continued)
3. FLOORS:
Buff all hard finish floors including restrooms, and entrance way, using. Franklin's Spray Buff or
equal, or as requested by City Representative.
4. REFRIGERATORS:
Clean outside.
5. WASTE CONTAINER:
All wastebaskets or other waste containers are to be cleaned inside and outside.
6. FURNITURE:.
Dust or polish all furniture (desk tops if clear of work, tops of bookcases, cabinets, tables, file
cabinets, etc.,). Use All States Chemical's Lemon Glo Furniture Polish or equal on wood
surfaces.. Formica surfaces can be cleaned with the same polish or may be sprayed with
Windex or equal and wiped clean with a CLEAN DAMP CLOTH.
Papers, files, or other work items on desk tops are not to be disturbed..Employees may leave a
note requesting special cleaning schedule by stating day desk top wilt be cleared of papers.
7. WINDOW SILLS & FRAMEWORK LEDGES:
Clean with damp cloth.
8. GLASS:
Clean and polish glass doors, glass partitions, and glass in interior doors.
9. GYMNASIUM AND RELATED AREA:
1. Restrooms - as previously noted-twice per week.
2. Floors. (Hallways and related areas) as previously noted -twice per week.
3. Floors (Hallways and related areas) -buffing?
10. PHONES, CALCULATORS & TYPEWRITERS'
Clean phone instruments, cords, calculators, and typewriters with damp cloth.
MONTHLY
1. VENTS, WALLS, BASEBOARDS ETC
Use vacuum cleaner or vacuum duster equipment and pull all dust from walls, ceilings, corners
of rooms, vents, fan vents, and baseboards.
2. FLOORS:
After daily wet mopping, apply one (1) coat of wax to all hard finished floors before
buffing.
19 of 25
RECREA.TrON ENTER AT 1308 9T" AVENUE a `inued
QUARTERLY
1. FLOORS:
Strip, seal and rewax with two (2) coats of wax all hard finished floors (including elevator,
restrooms, and entrance way). using Johnson's Step Ahead and Over and Under or equal.
Work to be accomplished within the first three (3) months of the contract.
YEARLY
1. PAINTED WALLS:
Wash with soap and water. Work to be accomplished with six (6) months of the contract
date.
2. WOOD DOORS ~ PANELLED WALLS:
Liquid Gold or equal product to be applied to all paneled walls and wood doors and wiped
down with e soft clean cloth. This is to be accomplished within the five (5) months of each
contract starting date. Liquid Gold or equal product MUST NOT be sprayed onto wallsldoors
due to safety hazard.
3. VENTS. LIGHT COVERS, 8 BLINDS:
Take down with soap and water. Work to be accomplished within six (6) months of
the contract date.
4. WINDOWS:
Clean and dry all exterior side of outside wiridows and doors.
5. CARPET:
Shampoo all interior carpets. Work to be completed in the third (3) month of the contract. After
initial shampooing, carpet is to be shampooed as needed or requested by the city representative.
QUOTE:
QUOTE 1: Contractor furnishing all cleaning supplies..
QUOTE 2: City furnishing all cleaning supplies.
20 of 25
GENERAL SPECIFICATIONS OF JANITORIAL CONTRACT (Continued?
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Have a satisfactory record of performance.
2. Have a satisfactory record of integrity and ethics.
3. Be otherwise qualified and eligible to receive an award.
4. Engaged in a full time business of providing janitorial services and can assume
liabilities for any performances or warranty services required.
REFERENCES:.
List commercial reference with names, address, Telephone number of business along
with name and title of person to contact.
AREAS TO 8E CLEANED:
Buildings included in contract are located at 1308 9T" Avenue including Gym Area, and 3548
9~" Avenue.
SCHEDULING: `
All work is to be done during the hours after 5:00 p.m. and before 7:00 a.m.
- EXCEPTIONS:
The Parks and Recreation Department reserve the right to change the schedule. In any event
the Contractor will be advised of the new schedule changes.
TERMS OF CONTRACT:
The Contract will be one year with the option to renew for an additional year
for the next two years
Even though proposals are received based on furnishing services which may meet the minimum
requirements indicated, it is not intended that this alone shall limit the contract award to be
recommended; but that other factors shall be considered together with any experience the City may have
with bidder of the same type.
TERMINATION OF CONTRACT:
Contract will be terminated fifteen .days notice if corrtract is not fulfilled as specified in City's
Specifications. _
A PRE-BID CONFERENCE IS SCHEDULE FOR 10:00 Art FEBRUARY 21, 2008 AT 1308 9T"
AVENUE. ATTENDANCE IS MANDATORY FOR BID CONSIDERATION. `
21 of 25
ROBERT L. BODIN
PRESIDENT
Southeast Texas Building Service, Inc.
P.O. BOX 1562 NEDERLAND, TEXAS 77627 PHONE (409722-4900
SPECIALIZING IN COMMERCIAL AND INDUSTRIAL CLEANING
SINCE 1964
February 27, 2008
City Secretazy_
City of Port Arthur
P.O. Box 1089
Port Arthur, Texas 77641-
RE: Janitorial Service for Recreation Center
ROBER7 BODIN, JR.
VICE PRESIDEM
Please accept this letter in compliance with the section "EXPERIENCE & CAPABILITY" as
specified in the Invitation to Bid
1. Number of yeazs in operation: 44 •Yeazs
2. Largest dollaz amount of contract currently in effect with a business: $116,000.00 per yeaz
References from at least three (3) businesses with whom our company has completed simil'az
type work within the last year:
(A) City of Beaumont, Various locations (Twila Wood/Purchasing)
(B) Jefferson County, Various locations (Tammy/Commissioner Domingue's Office)
(C) Oxbow Calcining, Coke Dock Road in Port Arthur (Wayne Cheshire, Purchasing Mgr)
4. Number of employees currently employed: 76
5. Equipment currently owned by company: numerous vacuums, 5 wet/dry vacuums, pressure
washer, several floor machines, window cleaning equipment and a commercial carpet cleaner.
Sincerely,
Robert Bodin, Jr.
Y
CITY OF PORT ARTHUR
-BID PROPOSAL
BID OPENING DATE: February 27.2008
Bid Proposal For: JANITORIAL SERVICE FOR RECKEATTON CENTER
The undersigned _AQIzeL><_BQd_~~ Jr.. _ ,doing
business in the City/Town of _N_ederlan_d, Texas
submits herewith, in conformity with the Genera] Instructions, Conditions, and
Specifications for the following Bid:
OUTLINE OF BTD DATA:
QUAN UOM DGSCRIP"LION UNIT COST T~T9L CAST
12 MTHS IANITORIAL SERVICE
QUOTE] S1 400.00 S16 800.00
12 MTHS JAMTORiAL SERVICE
QUOTE2 $1,200.00 $14,400.00 i
12 MTHS PORTER $.025.00 $1 00._00
Receipt of addenda is acknowledged:
No. 1 Dated
Received
Southeast Texas Bldg_Service 3304 Scurlock Road
COMPANI' NAME STREET ADDRESS
f P.O. Box 1562
SIGNATURE OF B1DDE PO. BOX
Robert Bodin, Jr.
(PRINT OR TYPE NAME)
Vice President _
TITLE
Nederland, TX 77627
CITY STATE.
ZIP
(409) 722-4900
AREA CODE TELEPHONE NO.
22 of 25
BID OPENING DATE: February 27 2000
CITY OF PORT ARTHUR
[NS"IRUCTIONS TO BIDDER
Bidders are requested to famish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT'PO:
COMPANY Southeast Texas Building Service, Inc.
ADDRESS P.0. Box 1562
CITY/STA"I'E/7_,IP Nederland, Texas 77627
SEND PURCHASE ORDER TO:
COMPANY Southeast Texas Building Service, Inc.
ADDRESS P.0. Box 7562
CITY/STATE/Z1P_Nederl and Texas 77627
TAXiDENTIFICATIONNLIMBER 74-1684675
23 of 25
AFFIDAV"IT
All pages in nFfer's bid proposal containing statements, letters, etc-,
shall be signed by a-duly authorized officer of the company, whose
signature is binding on the bid proposal
The undersigned offers and agrees to one of the following
xx_ I hereby certify that Ido not have outstanding debts worth the
City ofPort Arthur Further, I agree to pay succeeding debts
as they become clue during this agreement.
1 hereby certify that I do have outstanding debts with the
City of Port Arthur-and agrees to pay said debts prior to
execution of this agreement.
I hereby certify that I do have outstanding debts with the
City of Post Arthur and agrees. to enter into an agreement for
the payment of said debts. I further agree to pay succeeding
debts as they become clue.
NAME OF OFFERER : Robert L. Bodin
TITLE ___ _____ president Owner
ADDRESS P.O. Box 1562
CITY/STATEI"LIP Nederland, TX 77627
TELEPI{ONENl1M)BER 409 722-4900 __
SIGNATURE _ J~( ~-Z.,,°/~ L 1 ~``
SUBSCRIBED AND SWORN to before me by the above named
Robert L. Bodin ~~~~-'`
_____ on this the
day of Februa~_, 20 08
Notary Public in and for the State of Texas
RETURN TH[S AFFIDAVIT AS PART OF THE BID PROPOSAL
N N NRf NfN~ NNN k~f~fN~M~N~
,~" itliCFIOLE ALEKSAN DROWICZ
1'l'~ .
-;~••- _ -Notary-Public
~; •tr STATE OF TEXAS
=;9;~~n' My Commission
^k~~axi~~xxxx ExpUss 10/01/2011x'
24 of 25
CONFL,I('T OF INTEREST STATP' ~4CNT
Please delineate all owners of your company. ,If you have any contractual
business relationship or f:unily relationship with any memhcr of the governing body of
the City or if you expect this to occur, please so state:
Robert L. Bodin, Owner -'Has no contractual business _J
relationship or family relationship with any member of
the City of Port Arthur governing body.
- - -~J
~~ ~ ;~~p
Signature
25 of 25
EXHIBIT C
(City of Port Arlhuq
(Lew DeperlmenQ
(RequUed Form)
(l18i06)
(10/5!89)
(3/15180)
(g B gd)
(p.2 F.ecised~9/1B/9G1 -
, ~ CEDEPARAME J7 FEV EW ANv OC1T1' COUN IL CGEJDA W
I ce~lily lhnl the contract (h ereinelter tailed 'said contract') elfaed to the atleched p:cp osed Clty Ccurcil Pesclulion
No. is an esscl duplicnle of an applicable Bland erd Iorm contract (lha Mlle of which Is shown below)
previously epp~oved by the law deparbneN and ndopled ns a standard Iorm by City Council Aeso:ulion, er.cept to: the
blanks Thal hove been (fled in with all necessary Inlormalien and except for the changes dzsuibed below.
The Iilla of the applicable standard tom conlrncl is
~ ] ,Federally Wnded ConsVudion Canlre<:, Fevised 115/8B, 7155. 6189: 4/.'.Bled
~ NorvFed e: ally Funded Constmclicn Conu act, Revised ff5/86, 7189, 8169; x120144
(] Federal ~ Prolessional Se races - Engineering Conhact, flevised 115/88, 5/89 (§10) ry84/(66); 10/69; 2191 (§6J
I ] Non-Feder el -Prolessional Services -Engineering Contract, Revised i/5/E B. 5/09 (41 O), 71891$3), 10!69: 2191(45)
CDBG ~ Prole ssionei Services - Enpineerng Cont: act. nevised 115/6 8, 5/89 (3t0}, 7189(§8). 10!69: 2101 (§G1
O
(] Federal - Pr clessidn el Services - ~ 0 vg; 2j91 (46)
Nom Eng'meering (Consullanl) ConL'ecl, Revs ed 1/5/85, 5/B9 (§10).7709 (§5){ !-
(] Non-Fade: al -Prolessional Services - - 10,!69: 2191 (§5)
Non-Engine Bring (Consullanl) Ccn;tac;, nevised 1i5/06, 5189 (§10). 7169 (481:
[ 1 CDBG ~ Prolessional services ~ -ye~~sed 1f 5(63. S,r69 (§1C), i189 (F}%): 1G',~fi9: 2191 (§B)
Nom Engi~ee;ing (Consullanl) C6-~I.acl, r
O Other Slsnd erd Poem Con,racl, described es (ollwvs'.
The cbeng es are as follows: (Put en 'X' in :he np prvp~iale 1 ]I -
` [None:
of the slanda~d form have been deleted
etc
ti
[ [ The following describ .
on,
ed provisions eI the Indicated page, sec
tram Bald conlrncl:
DELERCNS
Secllon or Paragraph No. Subsecllon yr
'
Pnge NumSer end Cap lion Sub nregreph No.
Where,
Deleted Pi ovisian
YJhlch
vi
ion
P and Cap lion
Description of
Which Contains Prcvlsicn
De'eted
i
,
Is s
ro
Contains cn
Fro
r~
Deleted Ram Foim
Found On Standard Form Delelzd Rom Form
(p.2 Revised 9118;90)
(Cerll~tele of Standard Form Ccntracl, page 2)
[ J The Iollowing described provisions el the indicated page, section, ale. of the slande:d form have beon a;1¢red,
modlf ed, replaced or otherwise changed:
ALJERAilONS, MODfPICA T101JS, REPL4CENENTS, ETC.
' ~ Sub § or Sub 9 Flc.
P eee No. § or 9 No. d Ceplien & Ceplion Des criptlon
VJhere of of of
Provision Found Stand and Form' Standard Form Provision
on which ~ which In
Standard Fan'n Contains Provisicr. Ccnteins Provision Standard Fcrm
j ] The following provisions have been edged to Said Cnnh 6<I'
Page, Section and Captlon
Subsectton and Captlon, etc. of Sald Contract Which
Con lalns the Added P ovislon aid Desclip tlon Thereof
Pogc § & caption
suh § 8 ceptlan, e;c.
of said contract
which con;eins
all¢red, etc.
provision; S
Descrlp lion cl
AlleraGon etc.
I further wrtify Ihat said efl¢ched proposed City Ceuncii Resolution contains the 1el!ovnng provision:
'That said cool; ecl Is an exact duplicate d a City Standard Form ConUect except for the changes described In the
Certificate of Slanderd Form Contract, e copy cl which Is attached hereto es Fxhlbll 'B'end is hereby Inco~poreled by
reference, and said chenaes are hereby epprcved'
' I understand that this certificate will be Felled on b}' the Lew Department In revle•rring end approving (or tejeclingJ
as io 1am end.by the Clty Council in reviewing and adcpling (o; rejecting) se;d Resclullon and Con;r act.
Signed this ~_ day of ~ ~'~1 L~~- , ~`~~"
eper ~~ nt Heed
Asilstent City Manger
PPOe 7. oft