Loading...
HomeMy WebLinkAbout(7) PR13929:K.H. DUGAS/PICK TWOinteroffice MEMORANDUM To: Mayor, City Council, City Manager From: Valecia R. Tizeno, First Assistant City Att Date: December 28, 2006 Subject: P. R. No. 13929; Council Meeting of January 2, 2007 Attached is P. R. No. 13929 terminating the award of a contract with K. H. Dugas Construction & Demolition. The contract is now being awarded to the second lowest bidder, Pick Two Contractors, in the amount of $14,600 and authorizing the execution of a contract for the demolition of five (5) dangerous residential properties (Group A), to be charged to Account No. 303-1603-591.59- 00; Project No. CIP614. VRT:ts Attachment CC: Director of Community Services VIA CERTIFIED MAIL (BRR) 7003 1680 0000 2591 4866 K. H. Dugas Construction 4625 South Garden Drive Beaumont, TX 77705 z. prl3929_memo RESOLUTION NO. P. R. No. 13929 12/22/06 vt A RESOLUTION TEP.MINATING THE AWABD OF A CONTRACT WITH K.H. DUGAS CONSTRUCTION & DEMOLITION AND A~%%RDING A CONTRACT TO PICK TWO CONTRACTORS IN THE AMOUNT OF $14,600 AND AUTHORIZING THE EXECUTION OF A CONTRACT FOR THE DEMOLITION OF FIVE (5) DANGEROUS RESIDENTIAL PROPERTIES (GROUP A), TO BE CHARGED TO ACCOUNT NO. 303-1603-591.59-00; PROJECT NO. CIP614 pursuant to Resolution No. 06-492 attached hereto as the City of Port Arthur awarded a contact to K.H. and Demolition for the demolition of five (5) properties (Group A) in the amount of to the attention of City Council that K.H. Dugas Construction and Demolition has violated the City's policies pertaining to the cleanup of unsalvageable materials and/or debris; and WHEP~AS, due to health and safety concerns, the Council deems it in the best interest of the City of Port Arthur to terminate the award of the contract with K.H. Dugas; and WHE~EAS, bids for the demolition of nineteen (19) structures throughout the and WHEREAS, contractors city were originally opened on November 29, 2006; the City received bids from five (5) other in addition to K.H. Dugas Construction and Demolition, WHEREAS, Exhibit "A", Dugas Construction dangerous residential $13,900.00; and WHEREAS, since the award of the contract, it has been brought a copy of the bid tabulation is attached as Exhibit "B"; and WHEREAS, Pick Two Contractors submitted the second lowest bid in the amount of $14,600. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY TEXAS: That the facts and opinions in the preamble are OF PORT ARTHUR, Section 1. true and correct. Section 2. That the City of Port Arthur hereby terminates the award of the contract delineated in Resolution No. 06-492 with K.H. Dugas for the demolition of five (5) dangerous residential properties in the City of Port Arthur. Section 3. That the City of Port Arthur hereby awards the contract delineated in Resolution No. 06-492 for the demolition of five (5) dangerous residential properties in the City of Port Arthur to the second lowest bidder, Pick Two Contractors, for Group Section 4. That the City Manager is hereby authorized to execute on behalf of the City of Port Arthur an agreement between the City of Port Arthur and Pick Two Contractors for the contract price of $14,600 (a copy of said contract is attached hereto as Exhibit "C"). Section 5. That said contract is a standard form Contract previously approved by department except duplicate of the the city's legal for the changes shown on the Certificate of Standard Contract, incorporated by hereby approved. Section 6. a copy of which is attached hereto and is hereby reference as Exhibit "D", and said changes are That a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED on this __ day of , A.D., 2007, at a Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers NOES: ATTEST: MAYOR CITY SECRETARY APPenD AS TO FOBM: APPROVED FOR ADMINISTRATION: CITY MANAGER Exhibit "A" P. R. No. 13893 RESOLUTION NO. 0~/~ - ~(~'~ DUGAS CONSTRUCTION & DEMOLITION IN THE AMOUNT OF $13,900.00, AND AUTHORIZING THE EXECUTION OF A CONTRACT FOR THE DEMOLITION OF FIVE (5) DANGEROUS RESIDENTIAL PROPERTIES (GROUP A), TO BE CHARGED TO ACCOUNT NO. 303-1603-591.89-00; PROJECT NO. CIP614. 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 a contract for the demohtion of five (5) dangerous residential properties in the City of Port 3a:thur, to the best and lowest responsible bidder to- wit: K. H. Du_~as Construction & Demolition; and, THAT the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City of Port Arthur an agreement between the City of Port Arthur K- H, Duffa~ s Construction ~O_~dllolili.~, for the contract price of $13.900.00 (a copy of said contract is attached hereto as Exhibit "A"); and, THAT since K. H. Du_~as Construction & Demolition may be awarded more than one group, the company must successfully and timely complete one group before a new group is started; and, THAT said contract is a duplicate of the standard form Contract previously approved by the City's Legal Department except for the changes shown on the Cerlificate of Standard Form Contract, a copy of which is attached hereto and is hereby incorporated by reference as Exhibit "B", and said changes are hereby approved; and, THAT a copy of the caption of t_his Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this the 4~ day of ~illl~f,~)~, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES: P. IL No. 13893 11/30/06 DTP NOES: ATTEST: MAYOR APPROVED AS TO FORM: CfTY ^TTO~N~'f~O,,~ ~e-~,~t.t: APPROVED FOR ADMINISTRATION: CITY MANAGER D~0~'~F COMMUNITY SERVICES APPROVED AS TO AVAILABILITY OF FUNDS: DIRECTOR OF FINANCE 2 Exhibit "B" BID TAB SIIBI~IT£~.I~ NOVlg~gg 29, 2006 CONTRACTOR GROUP A Lark Enterprises Waxren,.TX $19,700.00 phillips Trucking, Inc. Evadale, TX $29,951.00 Pick Two Contractozs, Inc. Port Arthur, TX $14,600.00 Tetway $28,559.25 Conroe, TX *K. H. Dugas Construction & Demolition Beaumont, TX $13~900.00 David K. Ray Nederland, TX $34,000.00 *Successful Bidder Exhibit "C" EXHIBIT "A' DEMOLITION CONTRACT CITY OF PORT ARTHUR THE STATE OF TEXAS COUNTY OF JEFFERSON THIS AGREEMENT is made and entered into this 2__ day of ~, by and between the City of Port Arthur, hereinafter called the "CITY", and ~ Contractors ~ Inc. , hereinafter called the "CONTRACTOR", in consideration of the mutual agreements contained herein and for a total sum of Fourteen. rht-m~and s:tx hundred and no cents ($14,60,0~.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: WITNESSETH: 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. Start the herein specified work within _5 days from the date that the CONTRACTOR receives a "Notice to Proceed" from the City of Port Arthur, and further diligently pursue same until satisfactorily completed on or before ten (I0) 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 completed after said date. 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 as you dispose by cash or cashier's check. Perform all work in accordance with the terms of this AGREEMENT and the DEMOLITION SPECIFICATIONS attached hereto. EXHIBIT 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 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. 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: Statutory Texas Workman's Compensation Insurance (with waiver of subrogation in favor of the City, its officers, employees and agents. 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 b. Products-Comp/Ops Aggregate c. Personal & Advertising Injury d. Each Occurrence e. Fire Damage $500,000 $500,000 $500,000 $500,OOO $ 50,000 Commercial Automobile Liability (including owned, non-owned, and hired vehicles coverage). a. Bodily Injury (per person) b. Bodily Injury (per accident) c. Property Damage $300,O00 $5O0,00O $100,000 4. Contractor Surety Bond $ 5,000 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. 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. 2 EXHIBIT "A' 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: 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. Compensate the CONTRACTOR according to the following method: Except as hereinafter provided, 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 prior to each payment. SECTION III General Conditions: 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, hurricanes, 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. EXHIBIT "A" If for any reason, other th n those specified above, the CONTRACTOR at 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, at~er these five (5) working days may give written notice to the CONTRACTOR terminating his contract. 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 subcontmctor'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. The CONTRACTOR agrees to indemnify and hold harmless the City of Port Arthur, Texas from any and ali 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. 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. 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-I". B. ALL DEMOLITION BIDS SHALL INCLUDE REMOVAL OF CONCRETE SLABS, PORCHES, STEPS, ETC., UNLESS OTHERWISE NOTED. 4 EXHIBIT "A" SECTION V If the CONTRACTOR materially defaults in (a) failing to have liability insurance; (b) not completing the CONTRACT within the time required; or (c) uses demolition procedures that are dangerous to the health and safety of residents and/or adjoining residents, the Director of Community Services has the authority to issue a cease and desist order umil this matter can be reviewed by the City Council. SIGNED AND AGREED TO this day of , A.D. 2006: K. H. DUGAS CONSTRUCTION DEMOLITION WITNESSED SIGNED AND AGREED TO this day of , A.D. 2006: CITY OF PORT ARTHUR BY CITY MANAGER WITNESSED EXltIBIT ~A-I~ CITY OF PORT L TITLE ~e p~visions embraced wi~M ~ese secfio~ ~d s~s~ions s~l co~fimte; be ~o~ ~; ~d ~11 be refe~ed to he~in ~d in ~y rolev~t AG~EMENT ~d CONTACT ~ "DEMOLITION SPECWICATIONS". II. SCOPE The scope and purpose of these specifications is to establish certain regulations, general requirements, and particular 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 dollars ($25) per day for each day exceeding the completion date. IV* INSURANCE REQUIREMENTS The Con~'actor shall, upon submission of bid, furnish 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 promises has been completed and the work has been accepted by the City. The Contractor/Successful Bidder must obtain and furnish 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 b. Products-Comp/Ops Aggregate c. Personal & Adveffising Injury .d. Each Occurrence 1 $500,000 $5OO,OO0 $5OO,00O $500,000 EXHIBIT Automobile Liability a, Bodily Injury (per person) b. Bodily Injury (per accident) c. Property Damage $300,000 $500,000 $100,000 4. Contractor Surety Bond $ 5,000 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 &the Contractor/Successful Bidder to comply with all particular requirements. 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. 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. The demolition work specified here'm shall be performed in a safe, satisfactory condition, starting with the roof and working down, with thc safety and welfare of all people and property being of the highest priority. Do All materials, debris, and rabble from the demolition of the structure(s) specified herein will become the property of the Contractor/Successful Bidder. Salvage can only begin immediatelF prior to the beginning of demolition. 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 EXffiBIT "A-I" satisfaction, any damage to the work site, the adjacent areas, the access areas to the work site and to any elements w/thin these areas that may have suffered damage as a resu/t of the Contractor's or any of thc subconlractor's operations. Thc Contractor shall leave these areas in a satisfactory condition. 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 on the 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. All demolition work must be carded out to the satisfaction of the City's Inspections Official. 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 after receiving 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 bis/her assets for the benefit of bis/her creditors. 2. Violate or disregard provisions of the Contract or instmctlon from the Owner. Fail to prosecute the work according to the agreed Schedule of Completion, including amendments and/or modifications thereof. Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper materials, or failure to make prompt payment therefor. 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. IvlETHOD OF PAYMENT Payment shall be made as provided in Section II of the contract, PAYMENT WITHHELD Any part or the whole of any paymem may be withheld by the City to the extent deemed necessary and reasonable should evidence of the following be discovered: 1. Defective work not corrected. 2. Claims fried against the Contractor. EXltlBIT "Ad ' ReasonaBle evidence indicating the pmbabillty oF filing clahns against the Contractor. 4. Failure of thc 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 oft he work by the Contractor. When the above grounds are removed, the mount 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 axe located at and described as: GROUP A' (5) TYPE OFSTRUCTURE(S) 1031 W. 7m Street Residence 804 Herget Avenue Residence 845 Harding Avenue Residence/Fence 814 DeWalt Avenue Residence 637 W. 11t" Street Residence 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' wxitten 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 be borne by the Contractor. 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. Fill, grade and level with clean fill dirt all depressions in the earth which exist beneath demolished building(s) or structures) and all ruts or other depressions created during the demolition work when the average depth of such depressions exceeds three (3) inches. 4 EXHIBIT "A'I" Any trees and shrubs designated by the Community Services Department will be cut down and removed from the premises. The grass at the demolition site shall be mowed to a height not exceeding two (2) inches. 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. REMOVAL OF STEPS AND CONCRETE PORCHES LrNLESS OTHERWISE NOTED. HAZARDOUS MATERIALS Materials defined by the Environmental Protection Agency to be ha?ardous 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. BOND REQUIREMENTS 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 $100% of the Contract on forms furnished by the City. 5 Exhibit "D" (Law Department) (Reqelred Form) (10~5/89) (p. 2 Revised Exhlbif'~" CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW DEPARTMENT REVIEW AND CITY COUNCIL AGENDA [ certify that the contract (hereinafter called "said contract") affixed to thc attached proposed City Council Resolution No. 13929 is an exact duplicate of an applicable standard form contract (the title of which is shown below) previously approved by thc Law Department and adopted as a standard form by City Council Resolution, except for the blanks that have been filled in with all necessary information and except 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) [ ] CDBO . Professional Services - Engineering Contract, Revisad01/05/88,05/89,§ 07/89§ [ ] Federal - Professional Services - Non-Engineering (Consultant) contract, Revised 01/05/88, 05/89(§ 10), 07/89(§8) [ ] Non-Federal - Professional Services - Non-Engineering (Consultant) Conaact Revised 01/05/88, 05/89 (§10), 07/89(§8) [ ] CDBG - Professional Services - Non-Engineering (Consultant) Contract, Revised 01/05/88, 05/89(§10), 07/89(§8) [xl Other Standard Form Contract, described as follows: CDBG Demolition Contract Thc changes are as follows: (Put an "X" in the appropriate [ 1). IX] None. [ ] Thc following described provisions at the indicated page, ~ction, etc. oftbe standard farm have been deleted from said contract: DELETIONS Page Number Where Deleted Provision is Found On Standard Form Section or Paragraph No. and Caption Which Contains Provision Deteted From Form Section or Subparagraph No. and Caption Which Contains Description of Provision Deleted Provision p~leted Exhibit "B" [] The following described provisions at the indicated page, section, etc. of the standard form have been altered, modified, replaced or otherwise changed: ALTERATIONS, MODIFICATIONS, REPLACEMENTS~ ETC. Sub § or Page No. § or § No. Sub § No. Where & Caption of & Caption Provision Standard of Standard Description Found On Form which form which of Provision Standard Contains Contains in Standard Form Provision Provision Form Page, § & caption; sub § & caption, etc. of said con~Tact which contains altered, etc. provision; & Description of Alteration [] The following provisions have been added to Said Contract: ADDITIONS Page, Section and Caption Subsection and Caption, etc, of said Contract Which Contains '~he Added Provision and Desctigfion Thereof I fu~her certi~ that said attached proposed City Council Resolution con~ains ~he following provision: "That said contract is an exact duplicate ora City Standard Form Contract except for the changes described in the Certificate of Standard Form Conh'act, 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 to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and Contract. Signed this day of. Lawre6ce Baker Director of Community ~:~rvicas