Loading...
HomeMy WebLinkAboutPR 21694: APPROVAL OF PREVENTATIVE MAINTENANCE CONTRACT FOR BACKUP GENERATORS FOR UTILITY OPERATIONS City of ort rthu�^ Texas INTEROFFICE MEMORANDUM Date: December 1, 2020 To: The Honorable Mayor and City Council Through: Ron Burton, City Manager From: Donnie Stanton, Interim Director of Utilities RE: PR 21694—Approval of Preventative Maintenance Contract for Backup Generators for Utility Operations Introduction: The intent of this Agenda Item is to seek City Council's approval for the City Manager to enter into a contract with Clifford Power Systems of Houston, Texas, for preventative maintenance (P.M.) of all backup generators for Utility Operations. Clifford Power Systems was the lowest bidder of two bids received. Background: This Contract will provide quarterly P.M. on all generators at City of Port Arthur's Water Purification Plant, Wastewater Treatment Plants, and Service Center. It will also provide P.M. every 6 months at 11 of our largest lift stations and the Terminal Road Water Tower. Purchasing submitted request for quotes to multiple contractor for generator maintenance, and Clifford Power was the lowest, most responsible bidder. Budget Impact: Clifford Power Systems was the lowest, most responsible bidder with a competitive purchasing quote of$22,864.00, with a projected total cost of$30,000.00. Funds for this P.M. Contract are budgeted and available in account numbers 410-1252-532.42-00, 410-1253-532.42-00, 410- 1255-532.42-00 and 410-1256-532.42-00. Each division will pay for its own repairs and equipment as needed. Recommendation: It is recommended that City Council approve the City Manager to enter into a contract with Clifford Power Systems, as discussed and/or outlined above. "Remember,we are here to serve the Citizens of Port Arthur" P.R. No.21694 12/1/20 bw Page 1 of 2 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH CLIFFORD POWER SYSTEMS OF HOUSTON, TEXAS FOR PREVENTATIVE MAINTENANCE AND REPAIR OF UTILITY OPERATIONS' BACKUP GENERATORS WITH A PROJECTED BUDGETARY IMPACT OF$30,000.00.FUNDS ARE AVAILABLE IN UTILITY OPERATIONS DEPARTMENT ACCOUNT NUMBERS 410-1252-532.42-00, 410-1253-532.42-00,410-1255-532.42-00,AND 410-1256-532.42- 00 (EQUIPMENT MAINTENANCE). WHEREAS, a specialty contractor is needed to provide quarterly maintenance services and be available on-call in case of emergencies for the nineteen(19)Utility Operation Sites listed in EXHIBIT"B" and also include the Terminal Road Water Tower; and, WHEREAS, the Water Purification Plant, Wastewater Treatment Plants, Utility Service Center, and various large lift stations and Terminal Road Water Tower (20 sites total) are an essential part of Water Distribution,Wastewater Conveyance and Wastewater Treatment Divisions in their work of maintaining critical systems and ensuring public health; and, WHEREAS,two quotes were solicited by the City of Port Arthur Purchasing Department and bids opened on October 26, 2020 for generator maintenance; and, WHEREAS, Clifford Power Systems was the lowest, most responsible bidder with the quote received at an annual cost for generator preventative maintenance is $22,864.00 and repairs at $145.00/hour with 20% max overcast at projected annual cost of $7,000.00, at the Utility Operations Sites listed in EXHIBIT"A"; and, WHEREAS, with the maximum budgetary impact of the entire agreement is $30,000.00. NOW THEREFORE,BE IT RESOLVED BY CITY COUNCIL OF CITY OF PORT ARTHUR: THAT, City Council hereby authorizes the execution a Preventative Maintenance and P.R. No. 21694 12/1/20 bw Page 2 of 2 Texas,with a projected budgetary impact of$30,000.00,in substantially the same form as attached hereto as Exhibit"A"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of City Council. READ,ADOPTED AND APPROVED THIS day of , 2020 at a Regular Meeting of City Council of City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers: NOES: Thurman"Bill" Bartie Mayor ATTEST: APPROVED AS TO FORM: O /did Avi—eLee- Sherri Bellard, TRMC Valecia Ti en o City Secretary City Attorney APPROVED FOR ADMINISTRATION: APPROVED FOR AVAILABILITY OF FUNDS: Ron Burton Kandy Daniel City Manager Interim Director of Finance (46,, (frja, Donnie Stanton Clifton Williams, CPPB Interim Director of Water Utilities Purchasing Manager EXHIBIT "A" cn W a 0 X o C U _ CN O O M = > Np '6++ O ' U NU o z N c v y p C ice, in N ++ O e R W CL N 1 cz N N 0 00 0 N x— = 0 o ) N o c 0 al C4Z �© 0 a 0 44 •.• 0 z 0 0 0 0 c E-, ca p U ono U o ° L W ct 'O •*, �' pp O^ oo y� bo O "C = bA w cf t!1 N a = C Iwo CL) .0 co 64 64 fA 69 x '�0 c N a a. 0es s GA L 0 N.1 1.+ .w C y 0. U 0 04 3t) ` eu to U c° bA c Q Si. 43 CID ° C • Cam. 0a� I I p O SS .SS C O O +el r.+ N. ct C: 0 0 - s. p >, �, C. �. •i, U Z. lt E N E ^' CA i EXHIBIT "B" CONTRACT FOR PREVENTATIVE MAINTENANCE & REPAIRS OF GENERATORS FOR UTILTY OPERATIONS THIS AGREEMENT, made this day of , 2020, by and between City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Clifford Power Systems., hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be one year from the start date on the Notice to Proceed. This is a one (1) year contract. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle within thirty (30) days written notice. 2. The Contractor will provide Preventative Maintenance and Repairs of Utility Operation Generators. 3. 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 to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the amounts stated in bid document. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) General Information 3) Specification 4) Bid 5) Notice of Award 6) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Page 1 of 2 7. IN WITNESS WHEREOF, 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 written above. Signed on the day of , 2020. CITY OF PORT ARTHUR BY: Ron Burton, City Manager ATTEST: Sherri Bellard, City Secretary Signed on the day of , 2020. Clifford Power Systems BY: PRINT NAME: TITLE: WITNESS: PRINT NAME: Page 2 of 2 CITY OF PORT ARTHUR QUOTE SHEET //�'�--7��� (Specifications are attached) � Tf.Cc73 Date of Request: October 26,2020 Department Requesting Quote: Utility Operations Bid Number: Q21-002 Services Needed: Generator Maintenance for Utility Operations Quote Due Date& Time: Friday,October 30,2020 by 3:00 P.M. Delivery: Quotes are to be faxed to(409)983-8291, E-mailed to clifton.williams@portarthurtx.gov Delivered to the Purchasing Div.,2"d floor, City Hall. Questions, Please contact: Clifton Williams, Purchasing Manager., Clifton.williams@portarthurtx.gov PREVENTATIVE MAINTENANCE &ANNUAL ITEM# MAINTENANCE FOR FOLLOWING YEARLY COST 1 UTILITY OPERATIONS-BUILDINGS $ I 400 2 UTILITY OPERATIONS—LIFT STATIONS $ 15"19 '1 c't 0 A REPAIRS .4. rtC_tn tI\C1v0C} klY ITEM# DESCRIPTION COST 1. Labor $ /Hour 2. Materials $010v Markup over Cost Company Name Si ture ?e rTYL .Y5r -cz.o'R (ZkA-5 3HL 9CtO oat/ 348 7 Printed Name Phone Q Address d Fax c 0 4,41 Il rn31c Sa,covezr e �1t City,State,Zip �il Ctiza;ahtz. 0114 ta-0 a it iams,CPPB,Purchasing Manager Date Page 1 of 10 CITY OF PORT ARTHUR TEXAS MAINTENANCE OF GENERATORS FOR UTILITY OPERATIONS PREVENTATIVE MAINTENANCE (CHECK THE FREQUENCY LIST TO DETERMINE HOW OFTEN) Contractor must perform the following services for all generators. 1) Lubrication System a) Check oil level b) Inspect engine seals for leaks c) Inspect lube oil for obvious contamination d) General overview visual check e) Document and log all findings 2) Fuel/Exhaust System a) Inspect air filters b) Inspect intake system c) Inspect exhaust system d) Inspect fuel tanks e) Check gas and fuel levels f) Inspect carburetors, regulators, and linkages g) General overview visual check h) Document and log all findings 3) Battery a) Check charger and gauges b) Inspect racks, mountings, and casings c) Inspect cabling condition d) Inspect connections and clean e) Check electrolyte levels and fill f) Load test g) General overview visual check h) Document and log all findings 4) Coolant System a) Check coolant level and top off b) Test coolant protection levels c) Inspect hoses d) Inspect for leaks e) Inspect radiator cap f) General overview visual check g) Document and log all findings 5) Engine General a) Inspect belts and tension b) Inspect and lubricate all governor linkage c) Adjust governor linkage(as needed) d) Test starter operation e) Check engine block heater operation f) Check of all gauges and meters Paoe 2 of.Ill . g) Inspect crankcase breather and clean(as needed) h) General overview visual check i) Document and log all findings 6) Generator a) Check unit voltage and adjust b) Check frequency of output voltage and adjust c) Inspect all cabling connections d) Check for any bearing, grinding, or arcing e) Foreign debris check f) Test no load operation g) Test operation with building load (once a year) h) Check control panel operation i) General overview visual check j) Document and log hour meter/run time k) Tightened all electrical connections 7) Transfer Switch a) Check of all gauges and meters b) Test all alarms and auto shutdowns c) Inspect all safety switches d) Check the exerciser clock operation e) Check wiring and connectors f) Check relays and controls g) Transfer Test (bi-annual) h) General overview visual check i) Document and log all findings j) Tightened all electrical connections 8) General a) Inspect condition of all mountings b) Inspect/Check safety shutdown devises c) Inspect/Adjust locks, latches, and weather seals d) Check fans dampers and louvers e) General overview visual check f) Document and log all findings ANNUAL MAINTENANCE & PERFORMANCE INSPECTION (THIS IS PART OF THE PREVENTATIVE MAINTENANCE. IT'S PROVIDED ONCE A YEAR) 1) Includes everything in the Preventative Maintenance plus the items below a) Change oil b) Change oil filters c) Lube grease fittings d) Change fuel filters e) Bleed fuel system f) Change coolant filters (as needed) g) Change air filters (as needed) Page 3 of 10 REPAIRS (COST IS SEPARATE FROM PREVENTATIVE MAINTENANCE WORK) 1) Minor& Major repairs of current generators. 2) Contactor Must state any addition fees. City will not pay any fees not listed on this quote. 3) Labor charges to be billed at an hourly rate as bid. 4) Minimum charge for a service is the bid rate for one hour of labor. 5) Materials to be charged at material cost plus an amount markup as bid. Proof of materials cost must be provided with invoicing. GENERATOR LIST 1) Contractor is responsible for visiting the sites to evaluate the condition of the generators and the accuracy of the list. 2) Contractor must contact Donald Stanton at 409-983-8555 or Donald.stanton@portarthurtx.gov to schedule the site visits before going to the locations. CONTRACT TERMS 1) This is a one (1) year contract. UTILITY OPERATIONS - BUILDINGS LOCATION TYPE OF GENERATOR BRAND KW MAINTENANCE FREQUENCY Water Service Center 111 H.O. Mills Road Diesel All Power 150 Quarterly Main WWTP 6300-Procter Procter St Diesel MTU 1,000 Quarterly Ext Main WWTP ---- -----�-- 6300-Procter Procter St Diesel MTU 300 Quarterly Ext Port Acres WWTP 2901 Hwy 365 Diesel Onan 365 Quarterly Water Plant 1101 H. O. Mills Road Diesel Detroit 275 Quarterly Water Plant 1101 H. O. Mills Road Diesel Detroit 500 Quarterly Water Plant 1101 H. O. Mills Road Diesel Detroit 505 Quarterly Water Plant 1101 H. O. Mills Road Diesel Caterpillar 2,500 Quarterly Page 4 of 10 • UTILITY OPERATIONS - LIFT STATIONS LOCATION TYPE OF GENERATOR BRAND KW MAINTENANCE FREQUENCY Procter Street Extension LS 5400 Procter Dual MTU 900 Every 6 Months Lake Charles LS 1850 Lakeshore Drive Dual MTU 300 Every 6 Months 74th and 9th Ave.LS 7400 block 9th Avenue Dual MTU 150 Every 6 Months North Plant LS 7439 Twin City Hwy Dual MTU 300 Every 6 Months 46th St LS 4001 46th Street Dual MTU 300 Every 6 Months Pioneer Park LS. 3400 17th Street Dual MTU 150 Every 6 Months Hwy 365 LS 1300 Hwy 365 Dual MTU 150 Every 6 Months Montrose LS Hwy365 and Wilson Dual MTU 150 Every 6 Months Pleasure Island LS It's on Rodeo Lane Dual Generac 27 Every 6 Months S/Sgt Lucian Adams LS 3400 60th Street Dual Generac 25 Every 6 Months Gulf Pump Station 2350 South Gulfway Diesel Generac 300 Every 6 Months FEES Any additional fees like mileage must be included in your bid. The City is not accepting additional cost to the bid. Page 5 of 10 GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE 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 specifications of the invitation. 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. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. 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 Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "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: A prospective bidder must affirmatively 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. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. Page 6 of 10 ' 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 monies 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. ADDENDA: Any interpretations, corrections 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. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. 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 error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility Operations Department, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601 f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, 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 governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments Page 7 of 10 or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is 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, necessary or proper to perform and complete all the work required 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 be regarded as meaning that only the best commercial practices are to prevail. 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 goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the 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. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, 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 least 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 determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30)days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this Page 8 of 10 contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. 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 performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. 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 may be liable, of the following types and limits 1. Commercial General Liability occurrence type insurance 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 occurrence for contracts of$100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage$100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of S 100,000. 2. Commercial Automobile Liability Insurance (Including 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. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the Page 9 of 10 work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain 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 City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 10 of 10