HomeMy WebLinkAboutPR 14746: CMM CONSTRUCTION - HOT-MIX ASPHALTIC CONCRETE PLACEMENTCITY OF PORT ARTHUR
Public Works Department
Council Action Memo
TO: .Steve Fitrgibbons, City Manager
FROM: John A. Comeaux, P.E., Director of Public. Works
SUBJECT: P.R. #14746 -Hot-Mix Asphaltic Concrete Placement
DATE: May 30, 2008
RECOMMENDATION: '
It is recommended that the City Council approve Proposed Resolution No. 14746, awarding
a bid and authorizing the execution of a One (1) Year Contract for placement of Hot-Mix
Asphaltic Concrete to C.M.M. Construction, Inc. of Beaumont, Texas. This contract will be
awarded on a UNIT COST BASIS as listed below and will be utilized for various City and
CDBG funded street projects. y
BACKGROUND:
This is an annual contract for the placement of HMAC surface material. This process has
been utilized by the Public Works Department for the past sixteen (16) years. The City will
pay for all materials associated with the process, with the contractor's sole responsibility
being to furnish labor and equipment for the placement of the materials and to place the
materials. This process will allow for a more standard and quality product.
Bids were advertised in the Port Arthur News on April 6, 2008 and April 13,_2008. One (1)
bid was received and opened on April 23, 2008, as follows:
C.M.M. Construction, Inc., Beaumont, Texas
NO. ITEM UNIT 2007
Prices 2008
Prices
Difference
1. Placement 1~/i' HMAC 0-1200 SY SY $2.25 $2.35 4.4%
2. Placement 1~/z" HMAC 1201-3600 SY SY $2.25 $2.35 4.4%
3. Placement 1Vz" HMAC 3601-Up SY SY $0.95 $1.05 10.5%
4. Level Up 0-1200 SY •SY $2.25 $2.35 4.4%
5. Level Up 1201-3600 SY SY $2.25 $2.35 4.4%
6. Level Up 3601-Up SY SY $0.95 $1.05 10.5%
7. Turn Outs SY $2.65 $2.75 3.8%
This contractor was the sole bidder last year also, and has received this contract fifteen
(15) of the last sixteen. (16) years.
BUDGETARY/FISCAL EFFECT:
Funds are provided in the Street Division Budget, Account No. 001-1203-531.36/51/86 and
in the CDBG street project accounts.
STAFFING/EMPLOYEE EFFECT:
Acceptance of this recommendation will have no staffing/employee effect at this time.
SUMMARY:
It is recommended that the City Council approve Proposed Resolution No. 14746,
authorizing a One (1) Year Contract for placement of Hot-Mix Asphaltic Concrete to C.M.M.
Construction, Inc., on a UNIT COST BASIS. The prices bid for the HMAC work are
reflective of the costs for this service and for the quantities shown.. C. M. M. Construction,
Inc. submitted the lowest and most responsive bid.
John A. Comeaux, P.E.
Director of Public Works
JAC/reb
Z:\engineer\DocumentsU-1 MAC\CAM-08.doc
P. R. No. 14746
Os/30/08 reb
RESOLUTION NO.
A RESOLUTION AWARDYNG A BID AND AUTHORIZING- THE
EXECUTION. OF A ONE (1) YEAR CONTRACT BETWEEN THE CITY
OF PORT ARTHUR AND C.M.M.. CONSTRUCTION, INC. OF
BEAUMONT, TEXAS FOR PLACEMENT OF HOT-MIX ASPHALTIC
CONCRETE ON A UNIT COST BASIS FOR VARIOUS CITY FUNDED
AND COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) FUNDED
STREET PROJECTS; PROPOSED FUNDYNG: STREET DIVYSEON
ACCOUNT 001-1203-531.36/51/86 AND CDBG STREET PROJECT
ACCOUNTS. '
WHEREAS, periodically the City requires the services of a contractor to place
hot-mix asphaltic concrete for various projects; and,
WHEREAS, the City advertised in the Port Arthur News on April 6, 2008 and on
April 13,.2008 for said services; and,
WHEREAS, one (1) bid was received and opened on April 23, 2008 for the
above referenced Contract and has been evaluated by the. Public Works staff and
Purchasing Coordinator; now, 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 bid for a one
(1) year contract for placement of Hot-Mix Asphaltic Concrete to the lowest responsible
bidder to wit: C.M.M. Construction Company of Beaumont, Texas as shown on Exhibit
"A" attached hereto and made a part hereof; and,
THAT the. Mayor and City Manager of the City of Port Arthur be and they are
hereby authorized and directed to execute. on behalf of the City, a Contrail between the
City of Port Arthur and C.M.M. Construction, Inc. for a one (1) year Contract for
P.R. No. 14746
Page 2
placement of Hot-Mix Asphaltic Concrete on various streets in the City of Port Arthur,
Texas; and,
THAT the contract is awarded on a UNIT COST BASIS, as shown on Exhibit
"B" attached hereto and made a part hereof by reference, a complete copy of which is
available for review in the office of the City Secretary; and,
THAT said Contract is an exact duplicate of a standard form Federally Funded
Construction contract except for the changes described in the Certificate of Standard
Form, a copy of which is attached as Exhibit "C" and is hereby incorporated by
reference, and said changes are here approved; and,
THAT payment bonds will be required if the individual project exceeds $25,000
and performance bonds will be required if the individual project exceeds $100,000 per
Section 2253.021 of the Government Code; and,
THAT, C.M.M. Construction, Inc. of Beaumont, Texas shall sign this resolution
agreeing to the terms thereof; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of
the City Council.
READ, ADOPTED AND APPROVED this the day of A. D.
2008 at a
meeting of the City of Port Arthur, Texas by the following
vote: Ayes: Mayor:
P.R. No. 14746
Page 3
Councilmembers:
i
Mayor
Attest:
City Secretary
APPROVED AS TO FORM:
`;f
City Attorney e-rJ ~hA~F OG)
APPROVED AS TO AVAILABILITY OF FUNDS:
Rebecca Underhill
Director of Finance
APPROVED FOR ADMINISTRATION:
Steve Fitrgibbons
City Manager
AGREED TO:
~-C`C~m.~..~ , P.c.
John A. Comeaux, P.E. C.M.M. Construction, Inc.
Director of Public Works
Z: \engineer\documents\HMAC\PR14746.doc
EXHIBIT A
CITY OF PORT ARTHUR, TEXAS
BID SHEET
DESCRIPTION: PLACEMENT OF HOT-MIX ASPHALTIC CONCRETE
DATE: APRIL 23, 2008
NAME OF BIDDER NAME OF BIDDER
CMM Construction Co., Inc.
BEAUMONT,TX
ITEM # UNIT ITEM UNIT PRICE
1. SY Placement 1 ~/z" HMAC $ 2.35
0 - 1200 SY
2. SY Placement 1'/z" HMAC $ 2.35
1201 - 3600 SY
3. SY Placement 1 Vz" HMAC $ 1.05
3601 - U SY
4. SY Placement Level Up $ 2.35
0 - 1200 SY
5. SY Placement Level Up $ 2.35
1201 - 3600 SY
6. SY Placement Level Up $ 1.05 '
3600 - U SY
7. SY Turn Outs $ 2.75
Ex~a~aT ~
CONTRACT FOR PLACEMENT OF HOT-MYX ASPHALTIC CONCRETE
THYS AGREEMENT, made this 17n' day of June 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
C. M. M. Construction, Inc. a(n) corporation herein acting
Individual, frm, partnership, or corporation
by and through Anthony J. Ceaser 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 from June 20, 2008 to June 20, 2009.
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 to connection therewith, excepting those supplies specifically not
required of CONTRACTOR in the Specifications.
3. The CONTRACTOR agrees to perform all the work described in the
Specifications and contract documents and comply with the terms therein for unit
prices as stated below: '
HOT-MIX ASPHALTIC CONCRETE PAVEMENT
1 ~/z" HMAC 0-1,200 SY $2.35/SY
1 ~/z" HMAC 1,201-3,600 SY $2.35/SY
1 ~/z" HMAC 3,601-Up SY $1.05/SY
Level-Up 0-1,200 SY $2.35/SY
Level-Up 1,201-3,600 SY $2.35/SY
Level-Up 3,601-Up SY $1.05/SY
Turn Outs $2.75/SY
4. The term "Contract Documents" means and included the following:
(A) Agreement
(B) Advertisement for Bids
(C) General Information
(D) Specifications
(E) Bid
(F) Bidder's Information Sheet
2:\engineer\Documents\HMAC\HMAC Contract-OS.doc 1
5. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors, and assigns.
6. IN WITNESS WFIEREOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, the Agreement in two (2) copies, each
of which shall be deemed an original on the date first above written.
OWNER
BY:
City Manager
Steve Fitrgibbons
Printed Name
BY:
Z:\engineer\Documents\HMAC\HMAC Contract-08.doc
CONTRACTOR
Printed Name
2
~c.:..r.'r;i5 "BOL'3]E" PRINCE, MAYOR
i'r7i'.:H~EL'SHAIVE" SiNEGAL, MAYOR PRO-TEM
_.... J'J f+_5
.t,-.. a_,~. - ..
City of
rt y/Tthur
Texas
NVITATION TO BID
April 9, 2008
Vendors:
STEPHEN FITZCIBBONS
CITY MANAGER
TERRI HA1:KS
ACTING CITY SECRETARY
MARK T. SOKOLOw
CITY ATTORNEI'
Sealed Bids; subject to the General Instructions; Conditions and Specifications, as provided will be
addressed to the City Secretary of the City of Port Arthur, Texas in DUPLICATE.
Sealed BIDS shall be received no later than 3:00 P. M. Apri123, 2008 at the City Secretary Office
and. all bids received will thereafter be opened and read aloud at 3:15 P. M. on April 23;2008 in the
City Council Chambers, 5th Floor; City Hall; Port Arthur; Texas for the following:
PLACEMENT OF HOT-MIX ASPHATIC CONCRETE
BIDS SHALL BE PLACED N A SEALED ENVELOPE, with the bidder's name and address inthe
upper left-hand corner of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE
ACCEPTED.
BIDS MUST BE submitted on the pricing form included for that purpose in this packet and SIGNED
BY' A PERSON HAVING THE AUTHORITY TO BIND THE FIRM IN A CONTRACT.
MARK ENVELOPE: HOT-1\ILX
Sealed Bids shall be submitted:
CITY OF PORT ARTHUR
CITY SECRETARY"
P. O. BOX 1089
PORT ARTHUR. TX 77641-1089
CITY OF PORT ARTHUR
CITY SECRETARY'
444 4TH STREET
PORT ARTHUR, TX 77640
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING
DATE AND TIIvIE.
~.0. 80X 7089 = PORT F.°~HUR, ?EXAS i75" i-7089• ~09/983.6~ 75 • Fw( 409/983-829!
Bids received afrer the closing time specified will be returned to the bidder unopened. Award will be
made as soon as practicable afrer opening. To obtain results, or if you have any questions, please
contact Clifton Williams at the City of Port Arthur Purchasing Office, at (409) 983-8161.
The City of Port Arthur reserves the right to 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 of Port
Arthur.
Sincerely,
r~~~'~4
Deboiah Echols
Assistant Finance Director
CITY OF PORT ARTHUR
GENERAL SPECIFICATIONS
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish-the Cih
of Port Arthur the required information specified in the Bid or Proposal Specifications listed
in this Bid Package.
The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to
prepare SEALED BIDS IN DUPLICATE for furnishing:
PLACEMENT OF HOT-MIX ASPHATIC CONCRETE
Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur,
P. O. Box 1089, Port Arthur, Texas 7764]. Bids shall be received no later than
3:00 P. M. Apri123. 2008. Bid proposal MUST BE SIGNED BY THE BIDDER.
All bids meeting the intent of this request for bid will be considered for awazd. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OROFFERING 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 exception 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 al l 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. Anv interlineations, 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. Aw~azd 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. This preference can't be granted
for purchases involving Federal Funds.
The award shall be made to the responsible vendor(s) whose bid is determined to be the lowest offer;
taking into consideration the relative importance of price, conformance to specifications; and
capability and experience of the contractor.
TERi`4INOLOGY: "Bid" vs. "Proposal"--For the purpose ofthis 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.
MINI_yIUM 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.
6. The City Council shall not award a contract to a compam~ 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, corrections or changes to the ITB and Specifications will be made by addenda.
Sole issuing authority of addenda's shall be vested in the City of Port Arthur Purchasing Manager.
Addenda-swill be mailed to all who are known to have received a 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 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.: Public Works,
P. O. Box 1089, Port Arthur, Texas 77641.
Pavment: Payment will be made upon receipt of the original invoice and the acceptance of the goods
or services by the City of Port Arthur.
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 ofthe governing bodyofthe City, and no other
officer; employee ar 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, director
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 anyone owing delinquent taxes,
paving assessments or any money to the City until such debts aze paid or until satisfactci_;
arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT
included as part of this ITB.
CONTRACT: The following will comprise the contract between the City and the successful bidder:
1. Information for Bidders
2. Bid Sheet
3. Notice of Awards
4. Specifications
5. Addenda
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 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 fulfill 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 terminate this Contract by giving written notice to the Bidder of such termination and specifying
the effective date thereof, at least fifteen (15) days before the effective date of such termination.
No person has the authority to verbally alter these specifications. Any interpretations, corrections or
changes to this TTB 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. The vendor must give the
manufacturers name and product description of all items. Inferior products, products which perform
at a substandard level, or poor quality products will be rejected.
SHIPPLvG INFORMATION: All bids aze to be F.O.B., City of Port Arthur; Port Arthur, Texas
77640
INCORPORATION OF PRO VISIONS REQUIRED BY' LANG 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, anv such
provision is not insetted or is not correctly inserted, the Contract shall be amended to make such
insertion on application by either party.
CONTRACTOR'S OBLIGAT[ONS: The Contractor shall and will, in good workmanlike manner,
perform all work and furnish al I 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. All interpretations ofthese specifications shall be made on the
basis of statement.
While the purpose of the specifications is to indicate minimum requirements in the way ofcapability;
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 most 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 V"I 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 information should be directed to Ross Blackketter at
409-983-8180.
CITY OF PORT ARTHUR, TEXAS
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR
A ONE YEAR CONTRACT FOR PLACEMENT OF
HOT-MIX ASPHALTIC CONCRETE
April 23, 2008
BY
CITY OF PORT ARTHUR PUBLIC WORKS DEPT.
Contractor/Engineer
Contractor/Engineer Project No.
(FOR USE IN
FEDERALLY FUNDED PROJECT; CDBG)
file c:lwordlcontracts\hmac2004
CONSTRUCTION CONTRACT
AGREEMENT
(Federally Funded Projects)
THIS AGREEMENT, made this day of , 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
a(n) ,herein acting by and
individual, firm, partnership or corporation through ,
hereinafter called "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments, terms, conditions and
agreements set forth herein, OWNER and CONTRACTOR agree as follows:
The CONTRACTOR will commence and complete the construction of each
project selected by the City for aone-year contract for PLACEMENT OF HOT-
MIX ASPHALTIC CONCRETE. Each project will be identified in a notice to
proceed issued by the City. Each project shall be deemed a separate contract.
The CONTRACTOR will furnish at his own expense all incidental materials,
supplies, tools, all equipment and labor and other services necessary for the
construction and completion of the Project described herein. OWNER to furnish
all major materials at no cost to CONTRACTOR.
The CONTRACTOR will commence the work required by the Contract
Documents on or before a date to be specified in the Notice to Proceed and will
complete the same within the consecutive calendar days specified in the notice
to proceed, including, but not limited to, all Saturdays, Sundays and Federal,
State, and City holidays unless the period for completion is extended otherwise
by the Contract Documents.
4. The CONTRACTOR agrees to perform all of the Work described in the Contract
Documents and comply with the terms therein on a unit cost basis in an amount
per unit depending on the categories of work as shown in the Bid Schedule.
5. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Advertisement for BIDS
(C) Information for BIDDERS
(D) BID
(E) BID BOND
(F) General Conditions
(G) Wage Decision
(H) Supplemental General Conditions
(
A-1
(I) Notice of Award
(J) Notice to Proceed
(K) Change Order
(L) Drawings prepared by numbered through
dated
(M) Specifications prepared or issued by City of Port Arthur Public Works
Department dated
(N) Addenda:
No. ,dated , 20
No. ,dated , 20
No. ,dated , 20
No. ,dated , 20
No. ,dated , 20
6. The OWNER will pay to the CONTRACTOR in the manner and at such times as
set forth in the General Conditions such amounts 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.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed
by their duly authorized officials, this Agreement in (two(2 copies) each of which shall be
deemed an original on the date first above written.
APPROVED IN FORM: OWNER:
CITY ATTORNEY
(SEAL)
ATTEST:
NAME
TITLE: CITY SECRETARY
BY
NAME:
TITLE : MAYOR
BY:
NAME:
TITLE : CITY MANAGER
A-2
CONTRACTOR:
CMM CONSTRUCTION CO.,INC.
BY
NAME: A HONY J. CEASER
ADDRESS: PO BOX 12479
Beaumont, TX 7726-2479
(CORPORATE SEAL)
ATTEST: /'~
NAME: Michael K. Magee
A-3
A ONE (1) YEAR__ CONTRACT FOR THE PLACEMENT OF HOT-MIX ASPHALTIC
CONCRETE.
If awarded the Contract, the bidder will promptly enter into a Contract and execute
Bonds as required and in the forms provided as outlined in the Specifications and
Instructions to Bidders.
Copies of the Plans and Specifications and other Contract Documents are on file in
the office of the City of Port Arthur Public Works Department and are open for public
inspection without charge. A set of such Documents may be obtained from such office
upon making anon-refundable deposit of -0-
No Payment or Performance Bond will be required since contract is awarded
on a unit price basis and each individual project to be authorized is not more than
$25,000.
Attention is called to the fact that this is a Contract for construction of public works
and that there must be paid on same not less than the general prevailing wage rates which
have been established by the City Council of the City of Port Arthur, Texas, pursuant to
Texas Revised Civil Statutes Annotated Art. 5159a (Vernon Supplement 1994) and which
are set out in detail in the Contract Documents. The CONTRACTOR shall forfeit as a
penalty, to the City of Port Arthur, Sixty Dollars($60.00) for each laborer, workman or
mechanic employed, for each calendar day, or portion thereof, if such laborer, workman or
mechanic is paid less than the said stipulated rates for any work done under this Contract.
The Davis-Bacon Act ' is applicable to this Contract, and the prevailing wage rates
established pursuant to said Act are made a part of this Contract. A copy of such current
wage schedule is included in the Contract Documents and any applicable change in such
wage schedule shall be furnished and Equal Employment Opportunity requirements must
be met.
CONTRACTOR'S attention is also directed to the equal opportunity requirements of this
Contract: Title VI, Sec. 3 and E.O. 11246.
This Contract is issued by an organization which qualifies for exemption pursuant to the
provisions of Section 151.309 of the Texas Limited Sales, Excise and Use Tax Act as
codified in Chapter 151 of the Texas Tax Code. Because of the Amendments to Section
151.311 of the Tax Code made by Section 14.07 of Chapter 5 (House Bill No. 11), 72nd
Leg., 1st C.S., Acts 1991 at 188, in order for non-consumable materials and equipment to
qualify for resale to the City and be exempt from sales- tax, the contract and bids must
comply with the following requirements.
The bid- and contract must separately identify (1) the charges for non-consumable
materials and equipment that are permanently incorporated into the project and (2) charges
for skill, labor and consumable materials, tools and equipment that are permanently
incorporated into the project. Bidders are required to have a sales tax permit issued by the
Comptroller of the State of Texas in order to qualify under the separated contract procedure.
B-1
The City will issue to the CONTRACTOR a specific exemption certificate for this Contract
in order that he does not have to pay taxes on qualifying materials, equipment, or other
tangible personal property purchased for and permanently incorporated into City realty in
performing this Contract. The CONTRACTOR performing this contract must issue to his
suppliers an exemption certificate complying with all applicable State Comptroller's rulings,
along with a copy of the certificate issued to him by the City.
Lump-sum contracts, in which the above referenced charges are not separated, do not
qualify for the sales and use tax exemption.
Attention is directed to the liquidated damages provision of this Contract(paragraph No. 54
of the General Conditions) and the fact that rainy weather shall constitutejustification for any
delay in the time for completion only under certain conditions.
11 YEAR CONTRACT FOR THE PLACEMENT OF
B-2
BID DATE: April 23, 2008
BID
TO: CITY OF PORT ARTHUR
444 4TH STREET
P.O. BOX 1089
PORT ARTHUR, TEXAS 77640
Proposal of CMM CONSTRUCTION CO.,INC. (hereinafter called
"BIDDER"), organized and existing under the laws of the State of Texas ,doing
business as * Corporation ,and acting by and through_
Anthony J. Ceaser To the City of Port Arthur, Texas(hereinafter called "OWNER").
Incompliance with yourAdvertisementfnr Bids, BIDDER hereby proposes to perform all
work for the construction of each project selected by the City PLACEMENT OF HOT-MIX
ASPHALTIC CONCRETE in strict accordance with the Contract
Documents, within the time set forth in the Notice to Proceed, and at the prices stated
below, and Bidder shall enter into Contract for same within the time specified in Contract
Documents.
By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each
party thereto certifies as to his own organization, that this BID has been arrived at
independently, without consultation, communication, or agreement as to any matter relating
to this BID with any other BIDDER or with any competitor.
BIDDER hereby agrees to commence WORK under this Contract on or before a date to
be specified in the Notice to Proceed and to fully complete the PROJECT within the
consecutive calendar days specified in the Notice to Proceed, including, but not limited to,
all Saturdays, Sundays, and Federal, State, and City holidays thereafter. BIDDER further
agrees to pay as liquidated damages, the sum of $ -0- for each consecutive
calendar day thereafter including, but not limited to, all Saturdays, Sundays, and Federal,
State and City holidays as provided in Section 54 of the General Conditions.
Enclosed is bid security as required.
BIDDER acknowledges receipt of the following ADDENDUM:
*Insert "a corporation," "a partnership," or "an individual" as applicable.
D-1
BIDDER agrees to perform all the work described in the Contract Documents for the
following unit prices or lump sum:
BID SCHEDULE
NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved
bidder with Tax Exemption Certificate for materials used on this project.
NO: ITEM UNIT UNIT PRICE
1. Placement 1 %" HMAC SY $ 2.35
0-1200 Sy (words) Two Dollars Thirty-five Cent
2. Placement 1 '/z" HMAC SY $ 2.35
1201-3600 Sy (words) Two Dollars Thirty-five Ceot
3. Placement 1 Y" HMAC SY $
3601 - UP sy (words) goe-BeNers-FiacEen~-
4. Placement Level Up SY $ 2.35
0_1200 Sy (words) Two Dollars Thirty-five Cent
5. Placement Level Up SY $ 2.35
wo oars rrty- rve Cent
1201-3600 sy (words)
6. Placement Level Up SY $ ~ na
3601-UPsy (words) OneDnl~ F'~eCeat
7. Turn Outs SY $ 2.75
(words)Two Dollars Seventy-five Ceot
*NOTE: The City shall furnish, at no cost to CONTRACTOR, all materials for the
application of hot-mix asphaltic concrete to be done under this contract.
D-2
Unit prices are to be expressed in both words and figures. In case of a discrepancy, tha
amount shown in words shall govern. The above unit prices shall include labor, equiprnent
overhead, profit, insurance, etc. to cover the finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to
waive any informalities in the bidding. Bid shall be good for one year af±er date of bid
opening.
Respectfully submitted:
llt,t~~, Q, l~~o
Signature (T-
PO Box 12479
Reanmont, TX 772(~2d79
Address
President
N/A
License Number(if applicable)
April 21, 2008.
Date
(Seal - If bid is by a Corpcration)
Michael K Magee
Attest
D-3
BID DATE: April 23,2008
AFFIDAVIT
All pages in offer's bid proposal containing statements, letters, etc., shalt 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:
X I hereby certify that I do not have outstanding debts with the City of Port
Arthur. Further, I agree to pay succeeding debts as they become due during
this agreement.
I hereby certify that I do not have outstanding debts with the City of Port Arthur
Further, I agree to pay succeeding debts as they become due during this
agreement.
_ I 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 Port Arthur and
agrees to enter into an agreement for the payment of said debts. I further agree
to pay succeeding debts as they become due.
NAME OF OFFERER:
Anthony J. Censer
TITLE President
ADDRESS PO Box 12479
CITY/STATE/ZIP Beaumont, TX 7 7 72 6-24 79
409-899-1360 or 409-899-5748
TELEPHONE NUMBER
SIGNATURE C.l ~ , t D ~ ~
SUBSCRIBED AND SWORN to before me J. Censer
2I" April ,. ~';+F,, ORA t. MAGEE
On thlS the _ day Of Notary Public, State of Texas
My Commission Expires
Notary Public in and for the State of
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
D-4
BID DATE: April 23, 2008
CITY OF PORT ARTHUR
EXCEPTION/APPROVED EQUAL REQUEST
(Please submit this form for each exception/approved equal)
VEN
PROJECT:
PAGE: OF PARAGRAPH:
SUBJECT:
TELEFAX:
Request:
Signature
FOR CITY OF PORT ARTHUR USE ONLY
Approved:- Disapproved: Clarification:
Signature
City of Port Arthur Representative
D-5
BID DATE: April 23,2008
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to furnish their complete REMIT TO ADDRESS and '
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO:
CMMCONSTRUCTION CO.,INC
COMPANY
ADDRESS PO BOXI2479
CITY/STATE2IP BEAUMONT, TEXAS 77726-2479
SEND PURCHASE ORDER TO:
COMPANY CMMCONSTRUCTIONCO., INC
ADDRESS
PO BOX 12479
CITY/STATE2IP BEAUMONT,TEXAS77726-2479
76-01 0 7332
TAX IDENTIFICATION NUMBER:
D-6
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
and
hereby held and firmly bound unto
the penal sum of
as Principal, and as Principal,
as Surety, are
as OWNER in
for the payment of which, well and truly to be made, we
hereby jointly and severally bind ourselves, successors and assigns.
Signed, this
Above obligation
of
is such that whereas the
20 The Condition of the
Principal has submitted to
a certain BID, attached
hereto and hereby made a part hereof to enter into a Contract in writing, for the
NOT REQUIRED
NOW, THEREFORE,
(a) If said BID shall be rejected, or
(b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in
the Form attached hereto {properly completed in accordance with said BID) and shall
furnish a BOND for his faithful performance of said Contract, and for the payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all
other respects perform the agreement created by the acceptance of said BID,
E-1
then this obligation shall be void, otherwise then this obligation shall be void, otherwise the
same shall remain in force and effect, it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal
amount of this obligation as here in stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its BOND shall be in no way impaired or affected by any extension of the time
within which the OWNER may accept such BID; and said Surety does hereby waive notice
of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and
seals, and such of them as are corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers, the day and year first set
forth above.
L.S.) Principal
Surety
By:
IMPORTANT-Surety companies executing BONDS must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in the state where the project is located.
E-2
SPECIAL REQUIREMENTS TO PROVISIONS
AND INFORMATION TO BIDDERS
1. Delete Subsection c of Section 4 (Personnel) and Sections 38 (Subcontracting) and
73 (Ineligible Subcontractors) and replace with the following:
NO SUBCONTRACTORS
No Subcontractors shall be allowed on this project.
2. Delete Subsections a, b, and c of Section 48 of General Conditions on page F-15
and replace with the following: '
After completion of a project as described in the Contractor's notice to proceed and
acceptance of the project by the City, Contractor shall submit an invoice for payment
of the actual measured units of material placed on the project.
F-a
SPECIAL PROVISIONS
TO THE
GENERAL CONDITIONS
1. Amend Paragraph 90 with the following:
Section 3 Compliance in the Provision of Training Employment and Business
Opportunities.
HUD regulations at 24CFR, Part 135 of Section 3 of the Housing and Urban
Development Act of 1968 are no loner applicable to Community Development
Block Grant funded projects.
F-s
(3). Adjacent to flush curbs, gutters, liners, and structures, the
surface shall be finished uniformly high so that when compacted it will
be slightly above the edge of the curb and flush structure.
(F). Compacting:
(1). The. pavement shall be compacted thoroughly and uniformly
with the necessary rollers to obtain the density, stability and cross
section of the finished paving. mixture meeting the requirement of the
plans and specifications and the approval of the Engineer.
(2). When rolling with the three wheel, tandem, or vibratory rollers,
rolling shall start longitudinally at the sides and proceed toward the
center of the pavement, overlapping on successive trips by at least
half of the width of the rear wheels unless otherwise directed by the
Engineer. Alternate trips of roller shall be slightly different in length.
On super-elevated curves, rolling shall begin at the low side and
progress toward the high side unless otherwise directed by the
Engineer. When rolling with vibratory steel wheel rollers, the
manufacturer's recommendation shall be followed unless directed by
the Engineer. When rolling. with vibratory steel wheel rollers, the
manufacturer's recommendation shall be followed unless directed
otherwise by the Engineer. Rolling with pneumatic-tire roller shall be
done as directed by the Engineer. Rolling with pneumatic-tire roller
shall be done as directed by the Engineer. Rolling shall be continued
until no further density can be obtained and all roller marks are
eliminated. The motion of the roller shall be slow enough atall times
to avoid displacement of the mixture. If any displacement occurs, it
shall be corrected at once by the use of rakes, and of fresh mixture
where required. The roller shall not be allowed to stand on pavement
which has not been fully compacted. To prevent adhesion of the
surface mixture to the roller, the wheels shall be kept thoroughly
moistened with water, but an excess of water will not be permitted. All
rollers must be in good mechanical condition. Necessary precautions
shall be taken to prevent the dropping of gasoline, oil, grease or other
foreign matter on the pavement,' either when the rollers are in
operation or when standing.
3.) Equipment:
A). Spreading and Finishing Machine. The spreading and finishing machine
shall be of a type approved by the Engineer, with preference given to a machine
with "self-leveling" features per TxDOT Item 340.04(4)(a), shall be capable of
producing a surface that will meet the requirements of the typical cross section and
the surface test, when required, and when the mixture if dumped directly into the
finishing machine-shall have adequate power to propel the delivery vehicles in a
H-d
satisfactory manner. The finishing machine shall be equipped with a flexible spring
and/or hydraulic type hitch sufficient: in design and capacity to maintain contact.
between the rear wheels of the hauling equipment and the pusher rollers of the
finishing machine while the mixture is being unloaded. Machine shall be able to
make 2 passes on the City's standard curb/gutter street. Machine shall have ability
to remove imperfections in the surface to provide an improved finish grade.
B). Rollers. It shall be the responsibility of the Contractor to have rolling
equipment available on the job to properly compact the paving mixture in place as
required without delay to the lay down operation. Rollers provided shall meet the
qualifications for their type as follows:
1.) Pneumatic Tire Roller. This roller shall be an acceptable medium
pneumatic fire rollers conforming to the requirements of the Item,
"Rolling Pneumatic Tire", Type B, unless otherwise specified on plans.
1.) Two Axle Tandem Roller. This roller shall 6e an acceptable power
driven tandem roller weighing not less than 8 tons.
2.) Three Wheel Roller. This roller shall be an acceptable power drive
three wheel roller weighing not less than 10 tons.
3.) Three Axle Tandem Roller. This roller shall bean acceptable power
drive three axle roller weighing not less than 10 tons.
4.) Vibratory Steel-Wheel Roller. This. roller shall have. a minimum
weight of 6 tons. The compactor shall be equipped with amplitude
and frequency controls and'shall be specifically designed to compact
the material on which it is used. It shall be operated in accordance
with the manufacturer's recommendations or as directed by the
Engineer.
4.) Straightedges and Templates.
When directed by the Engineer, the Contractor shall provide acceptable 10-foot
straightedges for surface testing. Satisfactory templates shall be provided as
required by the Engineer.
5.) Alternate Equipment.
When permitted by the Engineer in writing, equipment other than that specified
which will consistently produce satisfactory results may be used.
H-e
6.) Inspection.
It will be the Contractor's responsibility to provide .safe and accurate means to
enable inspection forces to take all required samples, and to provide permanent
means for checking the output of any specified metering device and to perform
these calibration checks as required by the Engineer.
7.0) Responsibilities:
(A). City:
1.) Will furnish all materials used on the project (HMAC, tack, prime,
utility rings, etc.).
2.) Will supply flagmen and traffic control devices.
3.) Will haul and/or have hauled all HMAC material to job sites.
4.) Will set the limits of and depth requirements for all projects.
5.) Will provide general direction of the work, such as determining when
and where projects are done, sequencing of the work and other.
control of the projects.
(B). Contractor:
1.) Shall provide all set-upon the project on limits and depths have-been
provided.
2.) Shall provide the following equipment and manpower as laid out in
their specifications.
a
b
Shall provide crew supervisor(s) for direction of crew, contact,
and inspection of project.
Equipment with operators:
1.) shall provide a
working order with operators
type?
ton lay-down paver in good
Is paver of the "self-leveling"
2.) shall provide a ton steel wheel roller in good
working order, suitable for HMAC paving, with operator.
3.) shall provide a ton steel wheel roller in good
working order suitable for HMAC paving, with operator.
H-f
4.) shall provide a gallon asphalt distributor in
good working order with operator.
5.) shall provide a ton pneumatic tire roller in
good working order with a operator.
3.) Shall provide two (2) qualified asphalt rakers with all tools associated
with this type of work to produce smooth joints and good edge lines.
4.) Shall be responsible for all maintenance fuel for, and repairs for all
such equipment.
5.) Insurance for general liability and automotive liability shall be carried
by Contractor during the term of the contract.
8.0) Response.
Contractor shall begin work within three (3) working days after the date of
notification that his services are required, unless a delay is granted because of the
weather or other factors that would prevent the work from taking place.
9.0) Project.
Contractor will be furnished a list of proposed projects at the time of his selection.
All square yard calculations of product shall be made at the completion of each
project, and payment shall be made at the completion of each project, and payment
shall be made at the completion of each project. Projects will be done singly or in
groups throughout the term of the contract. Minimum placement ordered would be
generally 1,200 square yards, more or less.
10.0) Basis of Payment.
Payment for the HMAC placement will be made at the contract unit price per square
yard and will include placing, grading, compacting, and finishing, labor tools,
equipment, and incidentals necessary to complete the work.
11.0) Warranty.
Contractor shall warrant all workmanship and product for period of one (1) year after
completion of individual projects authorized by the City.
H-g
SUPPLEMENTAL GENERAL CONDITIONS
ENUMERATION OF PLANS, SPECIFICATIONS AND ADDENDA
Following are the Plans, Specifications and Addenda which form a part of this Contract,
as setforth in paragraph 1 of the General Conditions, "Contract and Contract Documents":
Drawings:
General Construction:
Heating and Ventilating:
Plumbing:
Electrical:
Specifications:
General Construction:
Heating and Ventilating:
Plumbing:
Electrical:
Addenda:
No. Date
No.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Page H-a to H-g , incl
Page to ,incl.
Page to ,incl.
Page to ,incl.
Page to ,incl.
Page to ,incl.
Page to ,incl.
STATED ALLOWANCES
Pursuant to paragraph of the General Conditions, the CONTRACTOR shall
include the following cash allowances in his proposal:
a. For (Page of Specifications) $
b. For (Page of Specifications) $
c. For (Page of Specifications) $
d. For (Page of Specifications) $
e. For (Page_ of Specifications) $
f. For (Page_ of Specifications) $
Date
Date
Date
I-2
REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES
CITY OF PORT ARTHUR
DATE: ,FOR MONTH OF: _ 20
CITY OF PORT ARTHUR, TEXAS
PUBLIC WORKS DEPARTMENT
P.O. BOX 1089
PORT ARTHUR; TEXAS 77640-1089
ATTENTION: Ross E. Blackketter. P.E., City Engineer/
Assistant Director of Public Works
Gentlemen:
We request extension of completion time on our Contract due to the days of work lost
as specified (list dates actually lost: do not include days not normally worked such as
Saturdays, Sundays, or holidays):
1 2 3 4 5 6 7 8 9 10 11 12 13
14 15 16 17 18 19 20 21 22 23 24 2S 26
27 28 29 30 31
Dates Lost: Days Lost (~ / 5 x 7 = Calendar Days Requested
Reasons for Request:
Contractor
By:
Approved for extension of calendar days.
Disapproved.
Date: 20 CITY OF PORT ARTHUR, TEXAS
BY:
City Manager
Distribution by City
Original: Public Works Director
xc: Solid Waste Division
Engineer
Contractor
CHANGE ORDER NO.
Page of
DATE:
AGREEMENT DATE:
NAME OF PRODUCT:
OWNER:
CONTRACTOR:
The following changes are hereby made to the CONTRACT DOCUMENTS:
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE:$
CURRENT CONTRACT PRICE (adjusted by previous CHANGE ORDER):$
The Contract Price due to the CHANGE ORDER will be (increased/decreased) by:
The new CONTRACT PRICE including the CHANGE ORDER will be: $
CHANGE TO CONTRACT TIME
ORIGINAL CONTRACT TIME:
CURRENT CONTRACT TIME (adjusted by previous CHANGE ORDER):
CURRENT DATE OF COMPLETION:
CONTRACT TIME due to this CHANGE ORDER will be increased by:
New CONTRACT TIME including this CHANGE ORDER will be calendar
days.
The new DATE OF COMPLETION of all work will be:
r
PAGE 2 OF 2
DATE:
CHANGE ORDER NO:
NAME OF PRODUCT
No other Terms of Conditions of the CONTRACT are changed as a result of this
CHANGE ORDER. Contractor's acceptance of this CHANGE ORDER relieves the City
of any liability for additional costs incurred by the Contractor in his performance of the
work covered by the CHANGE ORDER.
RECOMMENDED BY ENGINEER: REQUESTED BY:
nature
Contractor, officer or Owner
Attest for Contractor
CORPORATE SEAL
ORDERED BY:
City of Port Arthur, Texas
ACCEPTED BY:
Mayor, City of Port Arthur
City Manager, City of Port Arthur
City Secretary
CITY SEAL
APPROVED AS TO FORM:
City Attorney
CONFLICT OF INTEREST STATEMENT
Please delineate all owners of your ,company. If you have any contractual business
relationship or family relationship with any member of the governing body of the City or if you
expect this to occur, please so state:
NONE
Signatur
Anthony J. Censer
(City of Porl Arthur)
(Lew Department)
(Required Form}
(7/8/88)
(10/SJB9)
(3/15/90}
(p.2 Revised 9/18/90)
CERTIFICATE OF STANDARD FORM CON1-RACY. FOR LAW
DEPARTMENT REVIEW AND CITY COUNCIL AGENDA
I certify that the contract (hereinafter called "said contract") affixed to the attached proposed Cily Council Resolution
No. r ~ 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 az e standard form by City Council Resolutlon, except for the.
blanks that have been tilled in with all necessary information end except for the changes described below.
The title of the applicable. standard form contract is
[ J Federally Funded Construction Contract, Revised 1/5/B8, 7/89, B/89
() Non•Federally Funded Construction Contract, Revised 1/5/88, 7189, 8/89
(J Federal -Professional Services -Engineering Contract, Revised 1/5/88; 5/89 {§10) 7/89/(§8)
[. J Non-.Federal -Professional Services • Engineering Contract, Revised 1/5/B8, 5/89(§10), 7/89(§8), 4/91
(J CDBG -Professional Services -Engineering Contract, Revised 1/5/88, 5/09 (§10). 7/89(§8)
(J Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised 1/5/88, 5109(§10), 7/89(§8).
[ J Non-Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89(§10).
- ~~ ~ 7/89(§8).
(J CDBG -Professional services =Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89(§10), 7/89(§8).
Other Standard Form C(a~ntrect, described as foLlllo-ws:
G.ovrRR-~T Fob /-c..tc.n...rf er '~°T'/~rlr ,'ISPHAL-rrc. ~-o~vo~ta-r-o~
The changes are as follows: (Put en 'X" in the appropriate (J)
~' None.
[ j The following described provisions al the indicated page, section, etc. of the slanderd form have been deleted
from said contract:
DELETIONS
Page Number
Where
Deleted Provision
Is
Found On slanderd Form
Section or Paragraph No-
end Ceplian
Which
Contains Provision
Deleted From Form
Subsection or
Subparagraph No.
and Caption
Which Contains Provision
Deleted From Form
Description of
Provision Deleted
(p.2 Revised 8/18/90]
(Certificate of Standard Form Contract, page 2)
J The following described provisions at the indicated page, section, etc. of the standard form have been altered, .
modified, replaced or olhervrise changed:
,;
ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC...
Sub § or Sub 1( No.
Page No. § or 9 No. & Caption & Caption bescriplion
Where of ~ 01 of
Provision Found Standard Form Standard Form Provision
on which which In
Standard Form Contains Provision Contains Provision Standard Form
] The following provisions have been added to Said Contract:
Page, Secfion and Capfion
Subsection and Caption, etc. of Said Contract Which
Contains fFte Added Provision and Descrltition Thereof
Page § & caption
sub § & caption, etc,
of said contract
which contains
altered, etc.
provision; &
Description of
Alteration etc:
I further certily that said attached proposed City Council Resolution contains the following provision:
'That said contract Is erl exact duplicate o1 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'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 apptoving (or rejecting)
as to Corm and by the City Council in reviewing and adopting (or rejecting) said Resolutloh.and Contract:
Si ned this wC
9. ~- day of 5~...iar ,~' oo ,
Department Head or ~