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