R95-016RESOLUTION NO. R95-/~
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA, AWARDING THE
BID FOR ASBESTOS ABATEMENT OF THE UTILITIES
ADMINISTRATION BUILDING TO CROSS
ENVIRONMENTA~ SERVICES; AUTHORIZING AND
DIRECTING THE MAYOR AND CITY CLERK TO
EXECUTE A CONTRACT BETWEEN THE CITY OF
BOYNTON BEACH AND CROSS ENVIRONMENTAL
SERVICES, INC.; AND PROVIDING AN EFFECTIVE
DATE.
WHEREAS, on July 19, 1994, the City Commission authori
Gaudet & Associates to draw up bid specifications and consult wJ
the City on the asbestos abatement project; and
WHEREAS, on January 12, 1995 sixteen (16)
for the asbestos abatement project, ranging
$113,700; and
bids were
from $34,800
WHEREAS, the City Commission of the City of Boynton Bea.
upon recommendation of Gaudet & Associates and staff, has deemed
to be in the best interests of the citizens and residents of
City to aWard the bid to Cross Environmental Services, Inc.,
the most responsive a~d responsible bidder meeting specs.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
CiTY OF BOYNTON BEACH, FLORIDA THAT:
~ The City Commission of the City of Boyn
Beach, Florida, here~y awards the bid to Cross Environment
Services, Inc., as t~e most responsive and responsible bid(
meeting specs, and authorizes and directs the Mayor and City CI(
to execute a Contract whmch ms attached hereto as Exhmbmt .
Section 2. This Resolution shall take effect immediat~
upon passage.
PASSED AND ADOPTED this
ATTEST:
Ci~ Clerk - ~'~
day of February, 1995.
OF B?~'ToN ~EA~CH, FLORIDA
ViCe, Mayor ; )
Mayo
(CorDorate Seal)
Util.asbestos
2/2/95
CONTRACT
THIS AGREEMENT, made and entered into this day of
, A.D. 19__, by and between the CITY OF BOYNTON
BEACH, a municipal corporation of Florida. hereinafter called the "CITY
and cross Environm~nCaI Services, Inc. ,
a Florida Corporation ) Check one
a Florida general partnership ( )
a Florida:limited partnership ( )
a sole proprietor ( )
hereinafter called "CONTRACTOR".
That under the due procedure of law, bids were heretofore received by the City
Commission of said CITY for the performance of work and supplying materials,
hereinafter described, and said Commission having canvassed said bids, has
determined that the bid in the total amount of thirty four thousand ei;~hc
hundred dollars And no cents ,
submitted by the aforementioned CONTRACTOR was the best and most desirable bid
submitted., and has authorized the execution of this contract.
NOW, THEREFORE, in consideration of these premises and the mutual conditions
and covenants contained herein, the parties agree 'as follows:
1.0 AGREEMENT
1.1 The CITY does award the contract to and does hire and employ the
CONTRACTOR and the CONTRACTOR does accept the award, predicated upon the
bid ofthe CONTRACTOR, dated January Il, 1995 , which is hereby
incorporated by reference into this agreement, and the CONTRACTOR does agree to
furnish the necessary labor, tools, equipment, materials and supplies, etc., and to
perform all the work provided in the bid, contract documents, bond documents, plans
and specifications
for Asbestos Abatement of Utilities Admin Blvd. 124 E. Woolbri~h; City of
Boynton Beach, Florida, all of which are incorporated herein by reference at such unit
prices/or lump sum pdces as specified in CONTRACTOR'S bid
totalling $34 ~ 800. oo
CC-1
A RE;
BID FOR Al
ADMINISTRATION
ENVIRONMENTAL
DIRECTING THE
EXECUTE A
BOYNTON BEACH
INC.;
DING
THE
OF
?IVE
WHEREAS, on July 19, 1994, the City Cot, mission authorized
Gaudet & Associates to draw up bid specifications and consult with
the City on the asbestos abatement project; and
WHEREAS, on January 12, 1995 sixteen (16) bids were opened
for the asbestos abatement project, ranging from $34,800 to
$113,700; and
WHEREAS, the City Commission of the City of Boynton Beach,
upon recommendation of Gaudet & Associates and staff, has deemed it
-to be in the best interests~of the citizens and residents of the
'City to award the bid to Cross Environmental Services, Inc., as
the most responsive and responsible bidder meeting specs.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA THAT=
~ The City.COmmission of the City of Boynt_~on
Beach, Florida, hereby awards the bid to Cross Environmer
Services, Inc., as the most. responsive responsible bi¢~ ir
meeting specs, and authorizes and directs and City Ci~zk
to eXecute a Contract which is attac as Exhibit
upon passage.
This Resolution shall take effect immediat.ely
PASSED ANDADOPTED this
day of February, 1995.
CITY OF BOYNTON BEACH, FLORIDA
Mayor
Vice Mayor
Mayor Pro Tem
ATTEST:
Commissioner
Commissioner
City Clerk
(Corporate Seal)
Ut i 1. asbestos
2/2/95
2.0 SCOPE OF SERVICES
2.1 Contractor further agrees to furnish all materials, supplies, machines,
equipment, tools, superintendents, labor, insurance, and other accessories and
services necessary to complete said project in accordance with the conditions and
prices as stated in the contract conditions, supplemental general conditions and special
conditions of the contract, plans which include all maps, plats, blueprints, and other
drawings and printed or written explanatory matter thereof as contained in the bid,
contract documents and specifications for the project.
2.2 All the work and labor performed under this contract shall be performed, and
all of the matedal furnished shall be, in strict conformity with said plans and
specifications, and contractor accepts and consents to the conditions contained in said
plans and specifications and expressly agrees to comply with every requirement and
stipulation therein contained to be performed by the party contracting to do said work.
2.3 THE CONTRACTOR further agrees to furnish all tools, equipment, materials
and supplies and to do all the work above mentioned in a first-class, substantial and
workmanlike manner, and in conformity with the details for said work on file in the office
of the Co~,sul~:ant: . of the CITY and stdctly in accordance with the specifications,
general stipulations and plans which are hereby referred to and made a part of this
contract, as well as to the satisfaction of the City Commission and the Cor, sul~:an~:
of the said CITY, and in stdct obedience with the directions which may be given by the
said Consultan~ or his authorized representative, at and for the prices, herein
plainly set forth,
2.4 Upon receipt of written notification from the CITY, to correct any defective or
faulty work or'materials which may appear within one (1) year after completion of the
contract and receipt of final payment. Contractor shall make the necessary corrections
within ten (10) days of receipt of the written notice.
2.5To comply with the provisions of Section 215.19, Flodda Statutes, if applicable.
2.6 To pay promptly, before final settlement, any and all claims or liens incurred in
and about this work. Furnish release of liens fo rms from all subcontractors and
suppliers of materials. Forms to be specified by CITY.
2.7 The CONTRACTOR shall remove and clean up all rubbish, debris, excess
material, temporary structures, tools and equipment from streets, alleys, parkways and
adjacent property that may have. been used or worked on by the Contractor in
connection with the project promptly as such section or portion is completed and ready
for use, leaving the same in a neat and presentable condition, payment of monthly or
partial estimates may be withheld until this has been done to the
satisfaCtion of. the
CC-2
Final acceptance and payment for the entire project will not be made until the site is
satisfactory to the CITY.
2.8 :The CONTRACTOR shall at' all times observe and comply with the provisions
Florida
au1
herein wdtten Out in full.
Ihe project shall apply: to the contract
be: included in the contra;ct the same. as though
2.9 Upon completion of the work, the Cot~sulcaac shall satisfy himself, by
examination and test. that the work has been fully completed in accordance with the
planS, specifications and contract documents. When the coasul~:a.c is so
satisfied=, he shall recommend acceptance thereof to the City Manager; whO shall, if he
ag rees With such recommendation, present the final payment application to City
Commission for review and Vote to formally accept the project.
of general supervision of the CITY as hereinafter provided under
;ngineef' shall not make the CONTRACTOR an agent or employee of
the 'CITY. :the CONTRACTOR shall at all times, and in ali respects have the rights
and liabilities of an independent contractor.
2.10 After the cleaning up of the work, premises, streets, alleys, manholes, catch
basins, Or other :areas of structures in anyway connected with the performance of the
contract, the work as a whole shall be i
workmanship o~
be
workrr
any partl of the'work ~
bythe consultant =, and any
the ~requirements of the specifications shall
good and satisfactory
All settlement, .defects or damage upon
2.11 The CONTRACTOR will be held responsible for the cam, protection and
condition of all work until final completion and aCceptance thereof, and will be required
to make good at his own cost any damage or injury occurring from any cause.
3.0 COMMENCEMENT OF WORK
3.1 Contractor hereby agrees to commence work under this contract on or before a
-date to be specified in the written "Notic, e to Proceed" of the CITY and to fully complete
the project within 90. days following the commencement date as. specified in
same.
CC-3
3.2 Time is the essence of the contract. In the event the CONTRACTOR shall fail in
the performance of t~e work specified .and~ required to be performed within the time limit
set forth in the contract, after due allowance '{0~ any extension or eXtensions of time
made in accordance with provisions hereinbefore set forth, the CONTRACTOR shall be
liable to the CITY, as liquidated damages and not as a penalty, in the amount stipulated
therefore in the special conditions or in other contract documents for each and every
calendar day that the CONTRACTOR shall be in default of completion. The CITY shall
have the right to deduct said liquidated damages from any amount due, or that may
become due the CONTRACTOR, or to collect such liquidated damages from the
CONTRACTOR or his Surety.
3.3 CONTRACTOR shall, as soon as practicable, after signature of contract, notify
City Engineer in writing of names of subcontractors propoSed for principal parts of work
and for such others as City Engineer may direct, and shall not employ any that
~may, within a reasonable time, object to as incompetent or as unfit.
4:0 LIQUIDATED DAMAGES
4~1 The CONTRACTOR further agrees to pay, as liquidated damages, the sum of
~750.00per calendar day for failure to begin within ten (10) days and/or failure to
complete the work within 9o calendar days from the date of the "Notice to Proceed"
as specified in the Bid Documents.
5.0 PROTECTION OF EXISTING FACILITIES
5.1 The CONTRACTOR warrants that prices include the protection and continuous
Use of all existing sewers, conduits; drains, pipes, buildings, walks, bddges, and other
construction encountered, and the prompt repairing of any damage done to them during
the progress of the work, or from insufficient support thereafter; also, all filling,
backfilling, tan ping, ramming, puddling and consolidating; the removal and disposal of
all rubbish an( surplus material; also all pumping, bailing, draining, or unwatering of all
excavations, :idental to the execution of the work; also the furnishing of all necessary
labor, tools, e( Jipment, materials and supplies, etc. and the performance of the whole
work mentiom lin lhe detailed plans and specifications necessary to give a finished
result~ and inc ding all expense incurred in or in consequence of the suspension or
discontinuanc of ~ said work Specified and a faithful compliance with each and every
one of the recirements of the contract and for the maintenance of the entire work and
construction in good condition and repair until final acceptance~
5.2 The CONTRACTOR shall assume full responsibility and expense
for the protection of all public and private property, structures~ water mains, sewers,
utilities, etc., both above and below ground, at or near the site or sites of the work being
performed und.er the contract, or which are in any manner affected by the prosecution
of the work Or the transportation of men and materials in connection
CC-4
therewith. The CONTRACTOR shall give reasonable written notice in advance to the ·
department of the CITY having charge of any property or utilities owned by the CITY
public or private property or utilities when they will be
contract., and
owner or owners
r; utilities.
6.1 'The CONTRACTOR shall indemnify and save harmlesS and defend the CITY,
its or cause of
of
~nder this
Agree
6.2 Contractor shall indemnify and save harmless and defend City, its agents,
servants, and employees from and against any and all causes, claims, demands,
actions, ~ses, and fees
fees) of
or in
arising from this contract or its
and covenant that the Contractol
the contract sum payable
suff
with Flodda:
ree
constitutes
~raph. It is
)le and said
6.3
comply
to
Irovisions
provisiO~
Of each
th~
)ne is separate;
any offset,
the City or
7.0 PAYMENT BY CITY
7.1 The CITY agrees to pay the CONTRACTOR in current funds for the
performance of the contract, subject to additions and deductions as provided in the
specifications.
CC-5
8.0 CHANGES IN THE WORK
8.1 The CITY, without invalidating the ~,ontract, may order extra work or make
changes by altering, adding to or deducting from the work, the Contract sum being
adjusted .accordingly. All such work shall be executed under' the conditions of the
original Contract, Any claim for extension of time caused thereby shall be made. in
writing, at the time such (~hange is ordered.
8.2 AIl change orders an~l adjustments shall be in writing and approved by the City
Manager or citY Commission if required, otherwise, no claim for extras will be allowed.
8.3 The General Contractor and all of his subcontractors shall be apprised of, and
familiar with, the following conditions and procedures governing extra work under the
Contract:
8.3.1
Any change order has to be recommended by the City Manager and
officially approved by the City Commission before any steps are taken to
implement the change order.
8.3.2
Should the Contractor or any of his subcontractors commence with his
work without making a claim in writing for unforseen extra work he
encounters, it will be construed as an acceptance and agreement by him
that any such work is required under the contract and no future claim for
such extras will be considered or allowed by the CITY.
8.3.3
8.3.4
No claim for extra work will be allowed unless and until authority for same
by written Change Order has been obtained from the City Manager or the
City Commission of Boynton Beach, if necessary, which authorization will
be signed by the Mayor.
Changes in the work directed 'in writing by the CITY's Representative
under the following procedures shall become a part of the Contract by a
written Change Order.
8.3.5
Information regarding changes in the work involving claims to the CITY
fOr additional work, credits, and/or adjustments under the Contract shall
be promplJy transmitted in wdting by the General Contractor tothe CITY's
Representative with full explanations and justifications for his
consideration in preparing a Change Order to the Contract.
CC-6
8.4 The value of any change ordered under the Contract for extra
work and/or any reductions in work required, shall be determined under
one or more of the following procedures before, a written Change.Order is issued:
8.4.2
percent of the odginal
ite
5)
~at bid
~e
Or,
8.4.3
By cost reimbursement which is actual cost for I~
~ment and= oth
the
and
operations, the Contractor shall
be ~
es to
said
unless
8.4.3.1The Contractor shal
data to
of
libility of costs
8.4.3.2
have an accounting system which accounts for
generally accepted accounting principles.
and
Order costs.
8.4.3.3 Where it is indicated that the COntract is federaJly or State assisted, the
Contractor's attention and regulations
relative to cost principles which must determination and
allowability of costs under grant.
CC-7
8.4.3.4 In no case shall fringe benefit'costs on direct labor costs exceed forty
(40) percent of direct labor costs.
8.4.3.5 In no case shall the Contractor and SubContractors' general overhead
and profit in th~ aggregate exceed fifteen (15) percent of the total cost of
direct labor, fringe benefits, direct overhead, materials, supplies,
equipment and directly related services supplied by him: Among the
items considered as general overhead are bonds, insurance, incidental
job burdens, supervision and general office expenses.
8.4.3.6 In no case shall the Contractor's cost for administering subcontracts
exceed five (5) percent of the subcontractors' cost not including
subcontractors' profit.
8.4.3.7 For special.equipment and machinery such as power driven pumps,
concrete mixers, trucks, and tractors, or other equipment, required for the
economical Performance of the authorized work, the Contractor shall
receive payment based on the agreed rental pdce for each item of
equipment and the actual time of its use on the work provided that the
rental Price shall not exceed the current rates published by the
Equipment Guide Book Company in the Blue Book, "Rental Rates for
Construction Equipment". Rate shall be daily, weekly or monthly as
appropriate.
8.4.3.8 Records of extra work done shall be reviewed at the end of each day by
the Contractor and the Engineer. Such daily records shall clearly
distinguish between the work done under the contract and that done
under the Change Order. Duplicate copies of accepted daily records shall
be made, signed by the Contractor and the Engineer and one copy
retained by each.
8.5 Claim of payment for extra work shall be submitted by the Contractor upon
certified statement supported by receipted bills. Such statements shall be submitted for
thE; current Contract payment for the month in which the work was done. No claim for
extra work shall be allowed unlessl' the same was ordered, in writing, as aforesaid
and. the claim presented at the time of the first estimate after the work is completed.
9.0 PROJECT ENGINEER
9.1 The project Engineer shall be consultant =Gaudet & Associates.
CC-8
9.2 The Engineer shall have general supervision and direction of the work. He is the agen~t
of CITY only to the extent provided in the contract documents and when in special instances
has the authority by CITY to act, and in suCh instances upon request, show
CONTRACTOR written authority. He
may be ,necessary ;to insure the proper execution of the contract.
is, in the:t
of the contract
TRACTOR, but
10.0 INSURANCE
;TOR shall maintain during the term of this contract commercial Iii
mOtor vehicle, property damage insurance, acceptable to the CITY, covering the wor~
contracted and all operations in connection herewith, and whenever any of the work covered in
the CONTRACTOR'S contingent or protective liability and property
damage mits not less than those set forth on ~the
insurance
10.
that the
of I/
~ce shall be documented in a certificate of insurance which provides
Shall be notified at least thirty (30) days in advance of
adverse change. Contractor agrees to furnish policies if Certificate
acceptable.
10.3 The CONTRACTOR shall take all necessary precautions to prevent the generation of
loud :on'unctionj with his operations~ at: the work site., Internal combustion
equipment shall be equipped with mUfflers, as required by .
the Code and the CONTRACTOR shall comply with all other
,,.as they Pertain to prevention of noise. No pile driver, excavating or
other co, luipment, pneUmatic hammer, derrick, the use of which is attended by loud
or unusual noise, shall be operated between the hours of 6:00 p.m. and 7:00 a.m., except by
written pe'rmission~ of the City Manager, and then only in case of emergency. --
11.0 GUA~ AND WARRANTIES
11.1 All the work shall be guaranteed to remain in good condition for one year from date of
acceptance or longer as specifications require.
CC-9
12.0 TERMINATION OF CONTRACT
12.1 if the work to be performed under the Contract is assigned by the CONTRACTO
than provided for herein; if the CONTRACTOR should'be adjudged as bankrupt; if a ger
assignment of his assets be made for the benefit of his creditors; if a receiver should be
appointed for the CONTRACTOR or any of his property, if'at any time the Engineer shal
in writing to the City Manager that the performance of the work under the contract is bei~
unnecessarily delayed or that the CONTRACTOR is willfully violating any of the conditio
provisions, or covenants of the contract, plans or specifications, or that he is exeCuting t
same in bad faith or otherwise not in accordance with the terms of the contract; if the we
not fully completed within the time named for its completion orwithin the time to which s
completion date may be extended; or if other just causes exist, then the City Manager n
other
eral
certify
le
rk be
Jch
ay
the Satisfactory performance of the work, the City
declare the contract terminated on the effective (
subsequent thereto. In
stop work
dght
forfeit I ~is
and
of th'e and the Surety
the default or the surety shall as
12.1.1 Complete the contract in accordance With its terms and conditions, or
12.1.2
Obtain a bid or bids for completing the Contract in accordance with its terr
conditions, and upon determination by Surety and the CITY of the lowest
responsible bidder, make available as work progresses (even though ther,
be a default or a succession of defaults under the contract or contracts or
completion arranged under this paragraph) sufficient funds to pay the cosl
completion less the balance of the contract pdce; but not exceeding, inclu
other costs and damages for which the Surety may be liable hereunder, 'tt
amount set forth in the first paragraph hereof. The term "balance of the c~
price", as used in this paragraph, shall mean the total amount payable by
CONTRACTOR under the Contract and any amendments thereto, less th~
amount property paid by CITY to CONTRACTOR.
13.0 CONTRACT CONTROLS
13.1 The subject contract between the CITY and the CONTRACTOR shall superse¢
and all documents executed between the parties relative to the project. In the event of
inconsistencies the terms, provisions and conditions set forth in the subject contract sh~
supersede all other documents and shall be controlling.
CC-10
s and
should
of
ting
e
~ntract
.'; ITY to
any
any
~11
14.0 TIME OF ESSENCE
14.1 Inasmuch as the
all the other contract ~
wot
improvement in
~nd of the
)ns herein, and of
completion of the
'a public
time =limits are of the
15.0
ali
to
CITY
15.3
with the
REMEDY FOR DELAY
.of the City, it___s
of th, me
caused by act or omission of~'~Ye
iy p
by
time allocated by
an extension of time to
be held
complete the work shall be ~made in accordance
15.4 For the purpose of this section the phrase "the City, its agents and employees" shall
include but shallnot be limited to th® project manager, and consulting engineers.
CC-11
in WITNESS WHEREOF, the CITY has caused these presents to be signed by il~s Mayo~
attested by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR ha,.
executed these presents the day and year herein before wdtten.
Signed, sealed and witnessed
in the presence of'.
CITY OF BOYNTON BEACH, FLORIDA
Mayor
Attest:
Approved as to Form:
City Clerk
City Attorney
Signed, sealed and witnessed
in the presence of:.
CONTRACTOR
President or Vice President
Attest as to Contractor
CC-12
State of Flodda )
)SS:
County of Palm Beach )
Personally appeared before me. duly authorized to administer oaths
to me known to be the persons described herein
foregoing instrument and have acknowledged' before me and
executed same.
Notary Public
My Commission Expires:
NOTICE TO CO CTORS
Sealed Bids for the ASBESTOS ABATEMENT FOR uTILITIES AMINISTRATION
BID will be
received by ~y of Boynton BeaCh , Florida in
the PURCHASING DEPARTMENT on or before JANUARY 12, 1995 no later
than 2:00 P.M. (local time).
if by hand including messenger or delivery service:
at the City Hall, 100 E. Boynton Beach Boulevard
Boynton Beach, Florida
Purchasing Department
if by mail: P.O. Box 310, Boynton Beach, Florida 33425-0310
Ail Bids received will be publicly opened and read aloud. Bids
received after this time will NOT be considered. The Purchasing
time stamp shall be conclusive as to the timeliness of filing. The
City of Boynton Beach is not responsible for the U.S. Mail or the
private couriers in regards to mail being delivered by the
specified time so that a proposal can be considered. All Bids will
be submitted in a sealed envelope plainly marked on the outside of
the envelope with the 'Bid title, number, date and time. The City
reserves the right to consider Bids that have been determined by
the City to be received late due to mishandling by the City after
receipt of the Bid and no award been made. A Pre-Bid
Conference is scheduled for
t~me), to be
E.. Woolbri~
highly
Bidder's signatiure or their
provided at the Pre-Bid meeting.
The work to bei performed consists of,
limited to:
Scope of Work:
on
~4 AT 2:00 P.M. (local
Lunch Room, 124
33435. Attendance is
1 be indicated by the
the attendance sheet
but is not necessarily
ASBESTOS REMOVAL FROM THE CEILING OF THE UTILITIES ADMINISTRATION
BUILDING AT 124 E.: WOOLBIGHT ROAD AND THE DISPOSAL OF THE REMOVED
MATERIAL.
Bidders may obtain plans, specifications, and Contract documents at
the office of the PURCHASING DEPARTMENT ADDRESS ONLY, TELEPHONE
NUMBER~- , CITY EAST
BOYNTON
AREiAVAILABLE
Anytechnical
Bidder documents may be examined
Department
and5:00 P be
made avai,
Builders Market
Report, Inc.
Bids shall be submitted, in triplicate, on the Proposal Form
provided. No Bids may be withdrawn for a period of ~ (90)
days after the Bid op~ning. Bids shall be an
5% Bid Certified check, if th, mt
Bank in
,000.00, any state or
Flo: of Boynton Beach
, as a tee th~
if With
the will Lin
proViS
sba ~thori
rej, Bid
s at · -
tO
mos'
res. right t
tec. !orth. In rt
COS;'
th
has
PUBL I SH:
and
out
:d.
~TY ~OF~OFTON BEACH
CITY M~AGER
POST, MONDAY, DEC 5, 1994--
c: City Mgr, City Attorney, City Commission, Purchasing Files
AMENDMENT 002 TO THE AGREEMENT
WITH
THE CITY OF BOYNTON BEACH
Amendment 002 entered into this
day of ,
1995, by and between Palm Beach County and the City of
Boynton Beach.
W I T N E S S E T H.-
WHEREAS, Palm Beach County entered into an agreement with
the City of Boynton Beach, on January 18, 1994, approved by
Document R94-66D, and amended by amendment 001 (R 94-1126)
to provide $77,800 of Community Development Block Grant
funds for park improvements in Boynton Beach; and
WHEREAS, the parties wish to extend the project
completion date and modify the scope of the project; and
WHEREAS, both parties mutually agree that the original
agreement entered into on January 18, 1994 and amended by
amendment 001, is hereby further amended as follows:
I. Part III - Section 1: Maximum Compensation, Line 9
& 10: Substitute: "January 18, 1994 through July 31,
1995.", for "January 18, 1994 through March 31, 1995".
II. Part III- Section 2: Time of Performance,
last line:
Substitute : "July 31, 1995" for "March 31, 1995".
Exhibit A : Work Program Narrative:
Section I A (B): Delete the existing clause.
Section 1E Work Schedule : Delete the existing and
replace with the following:
"The time frame for completion of the outlined
activities shall be July 31, 1995.
Activities
Complete Plans and specifications December
Advertise and Accept Bids
Award/Contract
Start Construction
Project completion
Completion Date
31, 1994
January 31, 1995
February 15, 1995
March 15, 1995
July 31, 1995'
Section II A Line 2: Delete 'parking'
NOW THEREFORE, all items in the previous agreement .in
conflict with the amendment shall be and are hereby changed
to conform to this amendment.
Ail provisions not in conflict with this aforementioned
amendment are still in effect and shall be performed at the
same .level as specified in the Agreement.
CITY OF BOYNTON BEACH
By:
Edward Harmening, Mayor
By:
Carrie Parker, City Manager
(City Seal)
By:
Attorney for Municipality
( Signature Optional)
Approved as to Form and
Legal Sufficiency
PALM BEACH COUNTY, FLORIDA
BY ITS BOARD OF COUNTY
COMMISSIONERS
By:
Tammy K. Fields
Assistant County Attorney
By:
Ken L. Foster, Chair
Board of County
Commissioners
(COUNTY SEAL)
ATTEST:
BY:Dorothy E. Wilken
Clerk of the Circuit Court
AGRBB.94/CI
-2-