Loading...
HomeMy WebLinkAboutPR 14709: LARK GROUP, INC. -DEMOLITIONMemo To: Steve Fitzgibbons, Cih Manager From: Lawrence Baker, Director of Community Services. Date: April 30, 2008 Re: P. R. NO. 14709 - AWARDING A CONTRACT TO .LARK GROUP, INC. FOR THE DEMOLITION OF FOUR (4) DANGEROUS RESIDENTIAL STRUCTURES (GROUP A) LOCATED THROUGHOUT THE CITY COMMENT RECOMMENDATION:.Staff recommends that the Ciry Council adopt P. R. No. 14709 authorizing the City Manager to execute a contract with Lark Group, Inc. in the amount of $14,100.00 for the demolition and removal of four (4) dangerous residential structures (Group A) located throughout the City. BACKGROUND: Bids for eleven (11) residential structures were opened on January- 16, 2008. Mexfil Construction & Management Services, I~LC was the low bidder for Group A at $11,200.00, to be completed within twelve (12) working days. However, Mexfil failed to execute their contract. Lark Group Inc. was the next lowest responsible bidder for Group A at $14100 00 to be completed within nine (9) working davs from the date they receive a Notice to Proceed. Bid award is based on the lowest and most responsive bid. Pick Two'Contracrors, Inc. bid $11;200.00 (days unspecified); K-T Construction, LLC bid $18,350.00 (12 days); Coastal Demolition, Inc. bid $20,200.00 (8 days); Little Hawk bid $43,200.00 (12 days); Consider Us bid $15,800.00 (16 days); North Star Unlimited bid $22,500.00 (15 days); Starco Solutions; LLC bid 571,767.00 (30 days); Mex61 Construction & Management Services, LLC-bid $11,200.00 (12 days);and K. H. Dugas Construction & Demolition bid $]3,900.00 (13 days). The bid tabulation follows: CONTRACTOR GROUPA **Pick Two Contractors, Inc., Port Arthur, Tai $11,200.00 K-T Construction, LLC, Beaumont, TX _ $18,350.00 Coastal Demolition, Inc., Beaumont, TX $20,200.00 Little Hawk, Kountze, Tai $43;200.00 Consider Us, Beaumont, TX $15,800.00 North Star Unlimited, Beaumont, TX $22,500.00 Mexfil, Port Arthur, Tl $11,200.00 Starco Solutions, LLC, Beaumont, TX $71,761.00 *Lark Grou ,Inc., Port Arthur, TX $14,100.00 ***K. H. Du s, Nederland, TX '$13,900.00 *5uccessful Bidder **Pick Two Contractors, Inc. was disqualified pursuant to Sec. 2-262(c) of the Codeof Ordinances.. '~`I'he 5% rule applies here as Lark Group, Inc. is the local vendor. (CONTINUED) P R #14709 DEMO CONTRACT -LARK GROUP INC /GROUP A 4-30-OS PAGE 2 OF 2 The City followed the procedures of Section 2-283 ox the Code of Ordinances for public works projects expected to be less than X25,000.00. - BUDGET.AND REVENUE IMPACT: Acceptance of this recommendation will not requiie a budget amendment Funding is available in Account No. 106-1425-571.59-00; Project No. RITA07. This is the TDHGA Grant. STAFF LEVEL. IMPACT: Acceptance of this recommendation will have no effect on current staffing level. SUMMARY:" Staff recommends that~the City Council adopt P. R. No. 14709, thereby authorizing the execution of a demolition contract between the City of Port Arthur and Lark Group Inc. in the amount of $14,100.00. DTP' STRUCTURES TO BE DEMOLISHED: GROUP A 4 TYPE OF STRUCTURE S 1027 E. 9`" Street 2-Sto Residence 1341 E. 8'" Street Residence 1728 E. 12~' Street Residence 1170 lleQueen Boulevard Residence/Gara e P. R. No. 14709 04/30/08 DTP RESOLUTION NO. A RESOLUTION RESCINDING A CONTRACT AWARD TO MEXFIL CONSTRUCTION & MANAGEMENT SERVICES, LLC, IN THE AMOUNT OF $11,200.00 FOR THE DEMOLITION OF FOUR (4) DANGEROUS RESIDENTIAL PROPERTIES (GROUP A); AND AWARDING SAID CONTRACT TO LARK GROUP, INC. IN THE AMOUNT OF $14,100.00, AND AUTHORIZING THE EXECUTION OF THE CONTRACT, TO BE CHARGED TO ACCOUNT NO. 132- 1021-514.59-00, PROJECT NO. SSBG03; STRUCTURES INELIGIBLE FOR THE GRANT WILL BE CHARGED TO OTHER AVAILABLE FUNDING SOURCES. WHEREAS, on January 16, 2008, bids for the demolition of eleven (] 1) residential structures were opened; and WHEREAS, pursuant to Resolution No. 08-025, the bid was awarded to Mexfil Construction & Management Services, LLC; and WHEREAS, Mexfil Construction & Management Services, LLC bas failed to execute the contract within a reasonable period of time; and WHEREAS, as a result of Mexftl Construction & Management Services, LLC's failure to execute the contract within a reasonable period of time, the City Council desires to rescind said demolition contract award; and WHEREAS, Section 2-262 of the City of Port Arthur Code of Ordinances prohibits the awazding of a contract to a company that is in arrears of its obligations to the City; and WHEREAS, Pick Two Contractors, Inc. submitted an identical bids of X11,200.00; and WHEREAS, it has been determined that Pick Two Contractors, Inc., is in arrears in the obligations to the City; and WHEREAS, the local Port Arthur bidder, Lark Enterprises offers the best concentration of contract price and economic development opportunities for the City created by the contract award including employment P. R. No. 14709 04/30/08 DTP of residents in the Ciry as to justify the award to Lazk Enterprises (5% local preference rule); and WHEREAS, this results in Lark Group, lnc.'s bid being considered the next lowest qualified bid. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the facts and opinions in the preamble are true and correct. THAT Resolution No. 08-025 adopted on January 29, 2008, is hereby rescinded. THAT the demolition contract for the four (4) dangerous structures is hereby awazded to the next lowest qualified bidder, Lark Group, Inc. THAT the City Manager is hereby authorized to execute a contract in the amount of 14$ ,100.00 with the Lark Group, Inc. for the demolition of four (4) dangerous residential structures. READ, ADOPTED, AND APPROVED Phis the Th day of Mav, A.D., 2008, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES: MA MAYOR ATTEST: CITY SECRETARY APPROVED S TO FORM: /I "r\ CI ATTO Y ('j ~ ~~ ~1()tsc~ ' ~l P. R. No. 14709 04/30/08 DTP APPROVED FOR ADMINISTRATION: CITY MANAGER APPROVED AS TO AVAILABILITY OF FUNDS: Qom. 1 DIRECTOR OF FINANCE DI ECTOR OF CO NITY SERVICES EXHIBIT "A" DEMOLITION CONTRACT CITY OF PORT ARTHUR THE STATE OF TEXAS COUNTY OF JEFFERSON THIS AGREEMENT is made and entered into this 7`h day of-May; 2008; by and between the City of Port Arthur, hereinafter called the "CITY", and Lark Group, Inc., hereinafter called the "CONTRACTOR"; in consideration of the mutual agreements contained herein and for a total sum of Fourteen thousand. one hundred dollars and no cents ($14,100.00); we do hereby agree to all terms, conditions and specifications contained herein and attached hereto; and we do hereby declare VALID this AGREEMENT and' CONTRACT: WITNESSETA: SECTION I THE CONTRACTOR SHALL: A. Furnish all labor, materials,. tools, machinery; qualified supervision and' all other items and services necessary for satisfactory completion of specifications and agreements contained herein for demolition of structures and cleanup at the property described as Group A, described in the attached bid sheets. B. Start the herein specified -work within 5 days .from the above date of this AGREEMENT AND CONTRACT, and furthermore, diligently pursue same until satisfactorily completed on or before before nine (9) working days, time being of the essence. It is further understood that if the contract is not completed by the foregoing completion date, (or the said date as extended pursuant to provisions of this contract), the CONTRACTOR shall be assessed liquidated damages of twenty-five dollars ($25) per day for each day the contract is not competed after said date. All Contractors are required to have a LandfillPermit, which includes a minimum escrow account of five hundred dollars- ($500). If you opt not to set up an escrow account, you must pay as you dispose by cash or cashier's check. C. Perform all work in accordance with the terms of this AGREEMENT and the DEMOLITION SPECIFICATIONS. attached hereto. D. Be responsible for obtaining all necessary and general and special permits and pay any and all fees for said permits and any other fees, public or private, which may EXHIBIT "A" be required by the United States, the State of Texas, Jefferson County, or the City of Port Arthur, to satisfactorily complete the work as specified and agreed to herein. E. Furnish certificates of insurance to the City's Purchasing Agent evidencing that the CONTRACTOR has obtained Workman's Compensation, General Liability and Automobile Liability Insurance, which is required by the CITY for performance of the work specified here. Minimum amounts of such insurance to be obtained by the CONTRACTOR are as follows: I. Statutory Texas Workman's Compensation Insurance (with waiver of subrogation in favor of the City, its officers, employees and agents. 2. Commercial General Liability occurrence type insurance (products/ completed operations coverage must be included and the City and its officers, employees, and agents must be named as an additional insured): a. General Aggregate $500,000 b. Products-Comp/Ops Aggregate $500,000 c. Personal & Advertising Injury $500,000 d. Each Occurrence $500,000 e. Fire Damage $ 50,000 3. Commercial Automobile Liability (including owned, non-owned, and hired vehicles coverage). a. Bodily Injury (per person) $300,000 b. Bodily Injury (per accident) $500,000 c. Property Damage $100,000 F. Furnish to the Purchasing Agent, City of Port Arthur, prior to commencing work, certificates of insurance meeting the above listed insurance requirements for any sub-contractors, haulers, or independent workmen used by the CONTRACTOR in performance of the work specified herein. G. Ensure that competent and qualified supervision is present on the job site at all times while work is in progress and that all demolition work is pursued in such a manner as to maximize the safety of all workmen, the general public and surrounding property. z EXHIBIT "A" H. Comply with the Civil Rights Act of 1964 and Section. 109 of the Housing and Community Development Act of 1974, to wit: No person in the United States shall, on the ground of race, color; national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or part with funds made available under this title. SECTION II. THE CITY SHALL: A. Inspect the demolition work in progress to ensure that such work is being carried out in accordance with the terms of this AGREEMENT and the DEMOLITION SPECIFICATIONS attached hereto. B. Compensate the CONTRACTOR according to the following method: Except as' hereinafterprovided, payment,for the Demolition Contract will be made in a lump sum after completion and acceptance of the contract work. One progress payment may be requested when at least fifty percent (50%) of the contract. work is completed. Ten percent (10%) of the progress payment will be retained. This retainage will be held in escrow by the City for a maximum of thirty (30) days after satisfactory completion and acceptance of the Contract to guarantee the completion of work. Thirty (30) days after said completion and acceptance, final payment shall be made in a lump sum or total agreed price less the progress payment, if made, by check issued by the City of Port Arthur and made payable to the CONTRACTOR for the satisfactory completion of the work, described herein. Any payments are subject to satisfactory intermediate and final inspections by the City. Further, an applicable request for payment: must be made by the CONTRACTOR priorto each payment. SECTION III General Conditions: A. If performance by the CONTRACTOR is prevented or delayed as a direct result of acts of a public enemy, acts of the property owner, fire, epidemics, or acts of God, such as floods, earthquakes, humcanes; tornadoes and rain, an extension of one (1) working day of additional time will be allowed to the CONTRACTOR for each working day lost from such cause, provided the CONTRACTOR within three (3) days after the beginning of such delay, gives written notice to the City. 3 EXHIBIT "A" B. If for any reason, other than those specified above, the CONTRACTOR at any time fails for a period of five (5) consecutive working days to supply enough skilled workers or otherwise neglects to execute the work properly, the CITY, after these five (5) working days may give written notice to the CONTRACTOR terminating his contract. C. The CONTRACTOR shall repair or replace, if necessary, to the City's satisfaction, any damage to the work site, the adjacent areas, the access areas to the work site and to any elements within these areas that may .have suffered damage as a result of the CONTRACTOR'S or any of the subcontractor's operations. The CONTRACTOR shall leave these areas in a satisfactory and workmanlike condition, at least equal to that existing before the CONTRACTOR hereunder started his work. D. The CONTRACTOR agrees to indemnify and hold harmless the City of Port Arthur, Texas from any and all claims, and damages of any and every kind for injury to or death of any person, and damages to property arising out of the demolition. E. Any amendments to this contract shall be written and must be executed by both the CITY and the CONTRACTOR prior to the implementation of any such change. F. This CONTRACT and AGREEMENT embodies and represents all of the rights, duties and obligations of the CITY and the CONTRACTOR and any oral or written agreements prior to the date first above written, not included or embodied herein shall be declared void and not be binding or of benefit to any of the parties herein mentioned. SECTION IV Particular Requirements: A. Other particular work requirements are contained. in the DEMOLITION SPECIFICATIONS, which are attached hereto and made a part hereof as Exhibit «A„ B. ALL DEMOLITION BIDS SHALL INCLUDE REMOVAL OF CONCRETE SLABS, PORCHES, STEPS, ETC., UNLESS OTHERWISE NOTED. 4 SIGNED AND AGREED TO this EXIIIBIT "A" day of LARK GROUP, INC. WITNESSED SIGNED AND AGREED TO this CITY OE PORT ARTHUR BY CITY MANAGER WITNESSED day of AD 2008: AD-2008: s EXHIBIT "A-P' DEMOLITION SPECIFICATIONS CITY OF PORT ARTHUR I. TITLE The provisions embraced within these sections and subsections shall constitute; be known as; and will be referred to herein and in any relevant AGREEMENT and CONTRACT as "DEMOLITION SPECIFICATIONS". II. SCOPE The scope and purpose of these specifications is to .establish certain regulations, general requirements, and particulaz.requirements necessary for the demolition, removal and cleanup of the unsafe and/or unsanitary structure(s) as required by the Inspections Department of the City of Port Arthur. III. CONTRACTOR BIDS Contracts for the demolition of structures will be awarded in accordance with the terms and conditions listed in the Community Services Department's BID FORM FOR DEMOLITION. The completion of the demolition package will be of vital importance to the City. The number of calendar days given on the proposal form will be used to establish the completion date as used in the Contract. In case the work is not completed within the time specified in the Contract, there shall be liquidated damages of twenty-five dollazs ($25) per day for each day exceeding the completion date. IV. INSURANCE REQUIREMENTS A. The Contractor shall, upon submission of bid, famish the City with certificates of insurance, indicating the existence of Statutory Workman's Compensation Insurance, General and Auto Liability, Public Liability, and Property Damage Insurance. Such insurance must be issued by a company authorized to do business in the State of Texas. Such a certificate must contain a provision requiring not less than fifteen (15) days prior notice in writing to the City of any change or termination of said insurance. All insurance is to remain in force until the job of clearing the premises-has been completed and the work has been accepted by the City. B. The Contractor/Successful Bidder must obtain and famish to the City proof of insurance in the following minimum amounts: 1. Statutory Texas Workman's Compensation Insurance; 2. Commercial General Liability a. General Aggregate $500,000 b. Products-Comp/Ops Aggregate $500,000 c. Personal & Advertisinglnjury $500,000 d. Each Occurrence $500,000 EXHIBIT "A-1" e. Fire Damage $ 50.000 3. Automobile Liability a. Bodily Injury (per person) $300,000 b. Bodily Injury (per accident) $500,000 c. Property Damage $ ] 00,000 V. PERMITS The Contractor/Successful Bidder must obtain from the City of Port Arthur and. all other governmental entities, at his own expense, all necessary general and special .permits and pay any and all fees for said permits and any other fees, public or private. . All Contractors are required to have a Landfill Permit, which includes a minimum escrow account. of five hundred dollars ($500). If you opt not to set up an escrow account, you must pay cash or by cashier's check as you dispose. VI. GENERAL CONDITIONS AND REQUIREMENTS The following list of conditions and requirements are to be understood as being a general guide in the demolition of structures. It must be noted, however, that there are special requirements listed below in Section VII of these specifications, which are in addition to these general requirements for demolition, and that it is the responsibility of the Contractor/Successful Bidder to comply with all particular requirements. A. It is understood and agreed that the Contractor/Successful Bidder will function and operate as an independent contractor. Any liability incurred by the Contractor/Successful Bidder will accrue only to that party as an independent contractor and not to the City of Port Arthur. B. No work under a City DEMOLITION CONTRACT shall be subcontracted by the Contractor/Successful Bidder without prior, written approval of the Community Services Department. No subcontractor will be approved unless that subcontractor meets the same insurance requirements specified for and required of the Contractor. C. The demolition work specified herein shall be performed in a safe, satisfactory condition, starting with the roof and working down, with the safety and welfare of all people and property being of the highest priority. D. All materials, debris, and rubble from the demolition of the structure(s) specified herein will become the property of the Contractor/Successful Bidder. Salvage can only begin immediately prior to the beginning of demolition. E. The Contractor/Successful Bidder will be held responsible for repair of broken or damaged water, gas, or any other type of lines, which occur during the course of the demolition work. The Contractor shall repair or replace,. if necessary, to the City's satisfaction, any damage to the work site, the adjacent areas, the access areas to the work site and to any elements within these areas that may have suffered damage as a result of 2 EXHIBIT "A-1" the Contractor's or any of the subcontractor's operations. The Contractor shall leave these areas in a satisfactory condition. F. The Contractor/Successful Bidder shall haul off all debris and. unsalvageable materials; and. no debris or rubble which may pose a threat to public safety will be left orrthe site overnight. No such. debris or material will be placed on a sidewalk or public right-of--way so that it poses a danger to any person. G. All demolition work must be carved out to the satisfaction of the City's Inspections Official. H. The City (without prejudice to any other right or remedy it may have) has the right to terminate the contract in the event of any default by the Contractor after giving the Contractor seven (7) days written notice. Such notice of termination shall be subsequent to default by the Contractor and afrerreceiving written notice from the City certifying cause for such action. In addition to other events of default or grounds for termination identified in the contract, it shall be considered default by the Contractor whenever he/she shall: Declare bankruptcy, become insolvent, or assign his/her assets for the benefit of his/her creditors. 2. Violate or disregard provisions of the Contract or instruction from the Owner. 3. Fail to prosecute the work according to the agreed Schedule of Completion, including amendments and/or modifications thereof. 4. Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper materials, or failure to make prompt payment therefor. I. If the Contract is terminated as provided above or as provided in the Contract, the City will engage another contractor to complete the work. Payment for the completion of such work will come from funds obligated by the City under its contract with the original Contractor. J. METHOD OF' PAYMENT Payment shall be made as provided in Section II of the contract. K. PAYMENT WITHHELD Any part or the whole of any payment may be withheld by the City to the extent deemed ^ecessary and reasonable should evidence of the following be discovered: 1. Defective work not corrected. 2. Claims filed against the Contractor. 3 EXHIBIT "A-1" 3. .Reasonable evidence indicating the probability of filing claims against the Contractor. 4. Failure of the Contractor to make proper payments to subcontractors or for materials or for labor. 5. The contract cannot be completed for the then unpaid balance. 6. Unsatisfactory progress of the work by the Contractor. When the above grounds are removed, the amount withheld because of them shall be paid to the Contractor subject to and within the other terms of this contract. L. CONTRACT PAYMENT RETAINAGE Contract payment retainage shall be as provided in the Contract. VII. PARTICULAR WORK REQUIREMENTS The following particular work requirements and conditions apply specifically to the building(s) or structure(s) which are located at and described as: GROUP A 4 TYPE OF STRUCTURES 1027 E. 9` Street 2-Sto Residence 1341 E. 8` Street Residence 1728 E. 12` Street Residence 1110 DeQueen Boulevard Residence/Gara e A. Before any building or structure is demolished, its utilities shall be safely disconnected. The Contractor shall serve notice to all suppliers of utilities to the building to be demolished and have them disconnect the services and remove all meters and equipment belonging to them. Forty-eight (48) hours' written notice must be given the City for termination of their utilities.. All piping and wiring shall be properly terminated. Any costs incurred in the termination of utilities and services shall 6e borne by the Contractor. B. Demolition and. clean-up includes, but is not limited to, the removal of all lumber, doors, windows, wire, sheet metal, appliances,. furniture, loose rock, brick, mortar, concrete, and the cleaning and removal of all rubbish, trash or other debris that would inhibit or prevent the mechanical mowing of said lot and premises. C. Fill, grade and level with clean fill dirt all depressions in the earth which exist beneath demolished building(s) or structure(s) and all ruts or other depressions created during the demolition work when the average depth of such depressions exceeds three (3) inches. D. Any trees and shrubs designated by the Community Services Department will be cut down and removed from the premises. E. The grass at the demolition site shall be mowed to a height not exceeding two (2) inches. a EXHIBIT "A-1" F. All sewer lines exposed through demolition work must be cut off within two (2) inches of the surface to the ground or concrete slab and' must be plugged with concrete in such a manner as to prevent ground water incursion into the City's sanitary sewer system. G. REMOVAL OF STEPS AND CONCRETE PORCHES UNLESS OTHERWISE NOTED. H. HAZARDOUS MATERIALS Materials defined by the Environmental Protection Agency to be hazardous 'to the environment or persons, shall be disposed of in accordance with all local, state and federal government regulations and governing laws. This shall be the responsibility of the Contractor. The Contractor shall famish written proof of such disposal. I'. BOND REQUIREMENTS s. If the amount bid on the contract exceeds- $25;000; the Contractor will be required to furnish a Performance Bond and a Labor and Material Payment Bond in the amount of $ ] 00% of the Contract on forms furnished by the City. 5 P.R. N 14709 Exhibit"B" (City of Porl Arthur) (Law DepartmenQ (Required Form) (07/OS/SS) (10/05/89) (03115/90) (p. 2 Revised 09/18190) CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW DEPARTMENT REVIEW AND CITY COUNCIL AGENDA I certify that the contract (hereinafter called "said contract") affixed to the attached proposed.City Council Resolution No. 14709 is an exact duplicate of an applicable standard form contract (the title of which is shown below) previously approved by the Law Department and adopted as a standard form by City Council Resolution, except for the blanks that have been filled in with al] necessary informationandexcept for the changes described below. The title of the applicable standard form contract is: [ ] Federally Funded Construction Contract Revised 01/05/88, 07/89, 08/89 ] Non-Federally Funded Construction Contract, Revised 01/05/88, 07/89, 08/89 [ ] Federal -Professional Services -Engineering Contract; Revised 01/05/88, 05/89, 07/89, 04/91 [ ] Non-Federal -Professional Services -Engineering Contract, Revised 01/05/88, 05/89(§ 10), 07/89(§8) [ ] CDBG -Professional Services -Engineering Contract, Revised 01/05/88, 05/89,§ 07/89§ [ ] Federal -Professional Services -Non-Engineering (Consultant) contract,. Revised 01/05/88, 05/89(§10),07/89(§8) [ ] Non-Federal-Professional Services-Non-Ehgineering(Consultan[)ContractRevised0l/05/88,05/89 (§]0), 07/89(§8) ] CDBG -Professional Services -Non-Engineering (Consultant) Contract, Revised 01105/88, 05/89(§10), 07/89(§8) [X] Other Standard Form Contract, described as follows: CDBG Demolition Contract The changes are as follows: (Put an "X" in the appropriate [ ]). [ ]None. [X] The following described provisions at the indicated page, section, etc. ofthe standard form have been deleted from said contract: DELETIONS Section or Section or Page Number ~ Paragraph No. Subparagraph No. Where Deleted _ and Caption and Caption Provision is Which Contains Which Contains Description of Found On Provision Deleted Provision Deleted Provision Standard Form From Form From Forrn Deleted 2 I E. 4. Contrac[orSurety Bond $5,000 1 P:R.#14709 Exhibit "B' [ ] The following described provisions at the indicated page, section, etc. of the standazd form have been altered, modified, replaced or otherwise changed: ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC. Sub § or .Page, § & caption; Page No. § or § No. Sub § No. sub § & caption, Where & Caption of & Caption etc. of said contract Provision Standard of Standard Description which contains- Found On Form which _ form which - of Provision altered, etc. provision; & Standard Contains Contains in Standazd Description of Alteration Form Provision Provision Form etc. [ ] The following provisions have been added to Said Contract: ADDITIONS Page, Section and Caption Subsection and Caption, etc. ofsaid Contract Which Contains the Added Provision and Description Thereof I further certify that said attached proposed City Council Resolution contains the following provision: "That said contmct isan exact duplicate of a City Standard Form Contract except for the changes described in [he Certificate of Standard Form Contract, a copy of which is attached hereto as Exhibit "B" and is hereby incorporated by reference, and said changes are hereby approved." I understand that this certificate will be relied on by the Law Department in reviewing and approving (or rejecting) as [o form and by the City Council in reviewing and adopting. (or rejecting) said Resolution and Contract. Signed this 30`" day of Auri1, ZOOS. Lawren~~ Director of Community Services 2