R01-245RESOLUTION NO. R 01- ~ ¢~"
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA, APPROVING
THE AWARD OF A BID (NO.080-2821-01/CJD) TO
AKA SERVICES, INC., IN THE AMOUNT OF
$354,792.00; AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE SAID CONTRACT; AND
PROVIDING AN EFFECTIVE DATE.
WltEREAS, Procurement Services received and opened B
mentioned project on August 15, 2001, and it was determined that A
was the lowest, most responsive bidder who met and exceeded all speci
NOW, THEREFORE, BE IT RESOLVED BY THE CIT3
OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
ds for the above
(.A Services, Inc.,
fications;
COMMISSION
Section 1_. The City Commission of the City of Boymo Beach, Florida,
hereby approves the award of a bid for Costa Bella Drainage Improyements, Boynton
Beach, FL in the mount of $354,792 to AKA Services, Inc., and autttorizing the Mayor
and City Clerk to execute a Contract' between the parties, a copy of which is attached
hereto as Exhibit "A".
Section 2. That this Resolution shall become effective imm
PASSED AND ADOPTED THIS ~-~
Clerk
~diately.
day of September. 20( I.
C°mmissi°ner ~
IN WITNESS WHEREOF, the CITY has caused these presents To be signed by
its Mayor, attested by the City Clerk with the Corporate Seal of the said CITY and the
CONTRACTOR has executed these presence the day and year herein before written.
Signed, sealed and witnessed
FLORIDA
in the presence of:
~ .~ .-.+.-~.-%5, ~
est: _--
Signed, sealed and wimessed
in the presence of:
CITY OF BOYNTON BEACH,
L Mayor
Approves to Form:
'
Citp~tomey
Contractor
President or the Vice Presiden~
Attest as to Contractor
C-13
State of Florida
County of Palm Beach
SS:
)
On this __ day of
authorized to administer oaths
_, 20 , personally appeared before me duly
[O
me known to be the persons described herein and who executed the foreg~
and have acknowledged before me and they have executed same.
Notary Public
My Commission Expires:
05/04/01 ktr
dng instrument
C-14
CONTRACT
THIS AGRF. F, MENT, made and entered into this ~ day of ~_~}~
AiD. 20o_!,[ by and between the CITY OF BOYNTON BEACH, a municipa
Florida, hereinafter called the "City" and AKA SERVICES, INC.
a Florida Corporation ~ ) Check One
a Florida General Parmership ( )
a Florida Limited Partnership ( )
a Sole Proprietor ( )
hereinafter called "CONTRACTOR".
WlTNESSETH
That under the due procedure of law, bids were heretofore received by the Ci ~y Commission
of said City for the performance of work and supplying materials, hereinaft~ described, and
said Commission having canvassed said bids, had determined that the ~ id in the total
amount of Three hundred and f'fftv four thousand, seven hundred atd ninety two
dollars and 00/100 submitted by the aforementioned CONTRACTOR was the best and
most desirable bid submitted, and has authorized the execution of this contra(
NOW, THEREFORE, in consideration of these premises and the mutual cc
covenants contained herein, the parties agree as follows:
1.0 AGREEMENT
1.1
The CITY does award the contract to and does hire m
CONTRACTOR and the CONTRACTOR does accel
predicated upon the bid of the CONTRACTOR, dated Au
which is hereby incorporated by reference into this agree
CONTRACTOR does agree to furnish the necessary
equipment, materials and supplies, etc., and to perform
provided in the bid, contract documents, bond docume
specifications for:
ditions and
d employ the
the award,
ust 15, 2001,
lent, and the
labor, tools,
all the work
ts, plans and
Bid Title:COSTA BELLA DRAINAGE IMPROV
Bid Number: #080-2821-01/CJD
Project Number: STM013
City of Boynton Beach, Florida. all of which are incorpo~
reference at such unit prices/or lump sum prices
CONTRACTOR'S bid totaling $354,792.00.
EMENTS
ated herein by
specified in
c-1
2.0 SCOPE OF SERVICES
2.1
CONTRACTOR further agrees to furnish all materials, supl;
machines, equipment, tools, superintendents, labor, insuranc
accessories and services necessary to complete said project i
with the conditions and prices as stated in the contract condJ
Conditions for Construction, and Supplementary Conditions
Construction, plans which include all maps, plats, blueprint,,
drawings and printed or written explanatory matter ttxereof ~
the bid, contract documents and specifications for the proje¢
2.2
All the work and labor performed under this contract shall
and all of the material furnished shall be. in strict conformiV
plans and specifications, and CONTRACTOR accepts and
conditions contained.in said.plans and specifications and er
to comply with every requirement and stipulation therein co
performed by the party contracting m do said work.
2.3
The CONTRACTOR further agrees to furnish all tools, equ:
materials and supplies and to do all the work above mention
class, substantial and workmanlike manner, and in conform5
detail for said work on file in the office of the City Enginee
and strictly in accordance with the specifications, general st:
plans which are hereby referred to and made a part of this c{
as to the satisfaction of the City Commission and City Engi
City, and in strict obedience with the directions which may 1
City Manager or his authorized representative, at and for the
plainly set forth.
2.4
Upon receipt of written notification from the CITY, to corre
defective or faulty work or materials which may appear witl
year after completion of the contract and receipt of final pa)
CONTRACTOR shall make the necessary corrections with/
of receipt of the written notice.
2.5
To comply with the provisions of Section 255.05, Florida S~
applicable.
2.6
To pay promptly, before final settlement, any and all claims
incurred in and about tiffs work. Furnish release of liens fon
subcontractors and suppliers of materials. Forms to be supp
2.7
The CONTRACTOR shall remove and clean up all rubbish,
material, temporary structures, tools and equipment from st~
park~ ays and adjacent property that may have been used m
the CONTRACTOR in connection with the project promptl
lies,
e, and other
n accordance
Iions, General
for
, and other
s contained in
performed.
with said
onsents to the
~ressly agrees
~tained to be
p, ment,
:d in a first-
5' with the
: of the City
~ulations and
ntract, as well
teer of the said
ye given by the
prices herein
:t any
~n one (1)
menu
~ ten (10) days
atutes, if
or liens
as from all
ied by CITY.
debris, excess
eets, alleys,
worked on by
as such
C-2
section or portion is completed and ready for use, leaving the same m a
neat and presentable condition.
Payment of monthly or partial estimates may be witkheld
been done to the satisfaction of thc City Engineer. Final
payment for the entire project will not be made until the sit~
to the CITY.
2.8
The CONTRACTOR shall at all times observe and cm
provisions of the charter, ordinances, codes and regulations
Boynton Beach, Florida.
2.9
Upon completion of the work, the City Engineer shall satisf
examination and test, that the work has been fully completel
accordance with the plans, specifications and contract docur
the City Engineer is so satisfied, he shall recommend accept
the City Manager, who shall, if he agrees with such recomm
present the final payment application to City Commission f(
vote to formally accept the project. The right of general sup,
CITY as hereinafterprovided under "authority of the engine
make the CONTRACTOR an agent or employee of the CIT
CONTRACTOR, shall at all times, and in ali respects have'
liabilities of an independent contractor.
2.10
After the cleaning up of the work, premises, streets, alleys,
catch basins, or other areas of structure in anyway cormect¢
performance of the contract,: the work as a whole shall be in
City Engineer, and any workmanship or material found not
requirements of the specifications shall be removed by or at
the CONTRACTOR and good and satisfactory workmanshi
substituted therefor. All settlemen*, defects or damage upon
work shall be remedied and made good by the CONTRACT
2.11
The CONTRACTOR will be held responsible for the care, [
condition of all work until final completion and acceptance
will be required to make good at his own cost any damage c
occumng from any cause.
3.0 COMMENCEMENT OF WORK
3.1
CONTRACTOR hereby agrees to commence work under
or before a date to be specified in the written "Notice to Pro
CITY and to fully complete the project within 90 days follo
commencement date as specified in same.
until this has
cceptance and
is satisfactory
aply with the
of the City of
, himself, by
aents. When
mce thereof to
mdation,
r review and
awision of the
er" shall not
~, but the
he rights and
2anholes,
[ with the
;pected by the
neeting the
the expense of
) or material
any part of the
OR.
rotection and
hereof, and
hajury
s contract on
:eed" of the
z~ing the
C-3
3.2
Time is the essence of the contract. In the event the CONTRACTOR shall
fail in the performance of the work specified and required to be performed
within the time limit set forth in the contract, after due allowance for any
extension or extensions of time made in accordance with her :in before set
3.3
forth, the CONTRACTOR shall be liable to the CITY, as liq
damages and not as penalty, in the mount stipulated therefo
Instruction to Bidder, Paragraph 24, or in other documents f(
every calendar day that the CONTRACTOR shall be in defa~
completion.
The CITY shall-have the right to deduct said liquidated dam
amount due, or that may become due the CONTRACTOR,
such liquidated damages from the CONTRACTOR or his Sc
CONTRACTOR shall, as soon as practicable after signature
confirm with City Engineer in writing, the names of subcont
originally proposed for principal parts of work, and for such
Engineer may direct. Contractor shall not employ any that £
may, within a reasonable time, object to as incompetent or a~
4.0 LIQUIDATED DAMAGES
4.1
The CONTRACTOR further agrees to pay $250.00 per day
damages, for failure to begin within ten (10) days of'`Notice
or failure to complete the work within 90 calendar days frorr
commencement date to be indicated in the written "Notice tc
5.0 PROTECTION OF EXISTING FACILITIES
The CONTRACTOR warrants that prices include the protec
continuous use of all existing sewers, conduits, drains, p~pes
walks, bridges, guard rails and other construction encounter~
prompt repairing of any damage done to them during the prc
work, or from insufficient support thereafter; also all the fill!
backfilling, tamping, ramming, puddling and consohdating;
5.1
~idated
'e in the
each and
dt of
ges from any
to collect
rely.
of contract,
'actors as
,thers as City
ity Engineer
unfit.
liquidated
~ Proceed"
he
Proceed".
ion and
buildings,
d, and the
gress of the
rig,
~e removal
and disposal of all rubbish and surplus material; also all pumping bailing
draining or unwatering of all excavations, incidental to the execution of
the work; also the furnishing of all necessary labor, tools, eq
materials and supplies~ etc. and the performance of the whot
mentioned in the detailed plans and specifications necessary
finished result~ and including all expense incurred in or in c(
the suspension or discontinuance of the said work specified
compliance with each and every one of the requirements of~
and for the maintenance of the entire work and construction
condition and repair until final acceptance.
:upment,
work
ro g~ve a
nsequence of
md a faithful
he contract
ha good
C-4
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
sitos of the work being performed under the contract, or which are in any
manner affected by the prosecution of the work or the transllortation of
men and materials in connection therewith. The CONTRACIFOR shall
give reasonable written notice in advance to the department 0fthe CITY
having charge of any property, or Utilities owned by the CIT'
owner or owners of public or private property or utilities wk
be affected by the work to be performed under the contract,
make all necessary arrangements with such department, dep
owner or owners for the,removal and replacement or protecl
property or utilities.
6.0 INDEMNIFICATION
6.1
The CONTRACTOR shall indemnify and save harmless an,
CITY, its agents, servants, and employees from and against
demand, or cause of action of whatsoever kind or nature afl
error, omission or negligent act of CONTRACTOR, its age~
employees in the performance of services under this Agreen
t~ and to other
en they shall
md shall
mments,
ion of such
l defend the
any claim,
sing out of
.ts, servants, or
tent.
6.2
6.3
CONTRACTOR shall indemnify and save harmless and defend CITY, its
agents, servants and employees from against any kind and all causes,
claims, demands, actions, losses, liabilities, settlemen s, judgments,
damages, costs, expenses, and fees (including without limitation
reasonable attorney's and appellate attorney's fees) of wha soever kind or
nature for damages to persons or property caused in whol ~ or in part by
any act, omission, or default of the CITY, its agent~, servants or
employees arising from this contract or its perfi.rmance. The
CONTRACTOR and the CITY hereby agree and covenant that the
CONTRACTOR has incorporated in this original bid, which constitutes
the contract sum payable by the CITY to the CONTRAqTOR, specific
additional consideration sufficient to support this obligation of
indemnification provided for in this paragraph. It is the CITY'S and
CONTRACTOR'S full intention that this provision shall
and said provision shall be in compliance with Florida Statu
The execution of this Agreement by the CONTRACTOR slc
CONTRACTOR to comply with the foregoing indemnificat
as well as the insurance provisions which are set forth in A~
herein. However, the indemnification provision, and the in,,
provision contained in this Contract are not interdependent
each one is separate and distinct from the other.
~e enforceable
te 725.06.
all obligate
[on provision,
[rance
.f each other,
C-5
6.4
subject to any offset, limitation or defense as a result of any
proceeds available to either the CITY or the CONTRACTOi
The obligation of the CONTRACTOR to indemnify the CITY is not
insurance
7.0 PAYMENT BY CITY
The CITY agrees to pay the CONTRACTOR in current rum for the
performance of the contract, subject to additions and deduct ons as
provided in the specifications.
7.1
8.0 CItANGES IN THE WORK
The CITY, without invalidating the Contract, may order ext
make changes by altering, adding to or deducting from the v
Contract sum being adjusted accordingly. All such work sha
under the conditions of the original Contract. Any claim for
time caused thereby shalt be made in writing at the time suc
ordered.
8.1
All change orders and adjustments shall be in writing and a[
City Manager or City Commission if required, otherwise, nr
extras will be allowed.
8.2
The General Contractor and all of his subcontractors shall b,
and familiar with, the following conditions and procedures
extra work under the Contract:
8.3.1
Any change order has to be recommended by the (
and officially approved by the City Commission be
are taken to implement the change order.
8.3.2
a work or
'ork, the
Il be executed
,xtension of
change is
8.3.3
~roved by the
claim for
8.3.4
apprised of.
overnmg
8.3
ty Manager
bre any steps
Should the CONTRACTOR or any of his subcontrs :tors
commence with the work without making a claim it writing for
unforeseen extra work he encounters, it will be eom trued as an
acceptance and agreement by him that any such wo: k is required
under the contract and no future claim for extras wi 1 be
considered or allowed by the CITY.
No claim for extra work will be allowed unless and
for same by written Change Order has been obtaine
City Manager or the City Commission of Boynton 1
necessary, which authorization will be signed by tb
Changes in the work directed in writing by the CIT'
Representative under the following procedures shal
part of the Contract by a written Change Order.
until authority
from the
leach, if
~ Mayor.
become a
c-6
8.4
8.3.5
Information regarding changes in the work involving claims to the
CITY for additional work, credits, and/or adjustmerits under the
contract shall be promptly transmitted in writing by the General
CONTRACTOR to the CITY'S Representative with full
explanations andjusfifications for his consideration in preparing a
Change Order to the Contract.
The value of any change ordered under the Contract for extra work and/or
any reductions in work required, shall be detenu/ned under one or more of
the folloWing procedures l~efore ~ written Change Order is issued:
8.4.1
8.4.2
8.4.3
By such applicable unit prices, if any, as are set forth inthe
Contract except in those cases where increases in q~antities
exceed fifteen{15) percent of the original bid quantity and the
total dollar change 0fthat bid item is significant in the opinion of
the Engineer, th~ unit price shall be subject to revie' v to determine
if a new unit price should be negotiated; or
If no such unit prices are set fortt~ then by a lump
unit prices mutually agreed upon by the CITY and t
CONrTRACTOR; oi'
m or other
~le
By cost reimbursement, which is the actual cost for labor, direct
overhead, materials, supplies, eqmpment and other ;ervices
necessary to complete the work plus fifteen (15) pe] cent to cover
the cost of general overhead and profit. For all labo. and foreman
in direct charge 0ft~he authorized operations, the CONTRACTOR
shall receive the current local rate of wages to be agreed upon in
writing before starting such work, for each hour said labor and
foreman are actually, engaged thereon. An upper lin~it of total cost
and of profit shall be agreed upon and shall not be e~(ceeded
unless approved by the CITY.
8.4.3.1 The CONTRACTOR shall submit sufficienl
pricing data,to enable the Engineer to deterr
necessity and reasonableness of costs and ar
proposed and the allowability and eligibilit~
proposed.
cost and
fine the
IOunIS
of costs
8.4.3.2 The CONTRACTOR shall have an accounti ag system
which accounts for such costs in accordance with
generally accepted accounting principles. TI ds system
shall provide for the identification, accumul ttion and
segregation of allowable and unallowable I ~ange Order
COSTS.
C-7
8.4.3.3 Where it is indicated that the Contract is Federally or State
assisted, the CONTRACTOR'S attention is directed to the
applicable roles and regulations relative to c~st principles
which must be used for the determination anti allowability
of costs under granT.
8.4.3.4 In no case shall fringe benefit costs on direct labor costs
exceed forty (40) percent of direct labor c0stI.
!
8.4.3.5 In no case shall the CONTRACTOR and Subcontractors'
general overhead and profit in the aggregate exceed fifteen
8.5
(15) percent of the total cost of direct labor,
benefits, direct overhead, materials, supplies
and directly related services supplied by lain:
items considered as:general overhead are bo
insurance, ineidemal job burdens, supervisic
office expenses.
8.4.3.6
In no case shall the CONTRACTOR'S cost
adn:duistering subcontracts exceed five (5) p
subcontractors' cost not including subcontra
8.4.3.7
For special equipment and machinery such
driven pumps, concrete mixers, trucks, and
other equ'lpment, required for the economic~
of the authorized work, the CONTRACTOt~
payment based on the agreed rental price fo~
equipment and the actual time of its use on
provided that the rental price shall not exce¢
rates published by the Equipment Guide Bo~
in the Blue Book, "Rental Rates for Constm
Equipment". Rate shall be daily, weekly or
appropriate.
8.4.3.8 Records of extra work do~e shall be review{
each day by the CONTRACTOR and the Er
daily records shall clearly distinguish betwe
done under the contract and that done under
Order. Duplicate copies of the accepted dail
be made, signed by the CONTRACTOR an~
and one copy retained by each.
Claim of payment for extra work shall be submitted by the
CONTRACTOR upon certified statement supported by rec,
Such statements shall be submitted for the current contract
55nge
eqmpment
Among the
ids,
a and general
."or
~,rcent of the
:tots' profit.
s power
:actors, or
I performance
shall receive
each item of
~e work
~ the current
~k Company
:tion
aonthly as
d at the end of
gineer. Such
m the work
the Change
~ records shall
~ the Engineer
pted bills.
tyment for
C-8
the month in which the work was done. No claim for extra w
allowed unless that same was ordered, in writing, as aforesai~
claim presented at the time of the first estimate after the wor~
completed.
9.0 PROJECt[ ENGINEER
9.1
The project engineer shall be SHALLOWAY, FOY, RAYi~
NEWELL, INC. - BRIAN LAMOTTE P.E.
)rk shall be
[ and the
is
~AN &
9.2
The Engineer shall have general supervision and direction of
The Engineer is the agent of the CITY only to the extent pm,
contract documents and when in special instances he has the
CITY to act, and in such instances he shall, upon request, sh(
CONTRACTOR written authority. He has authority to stop t
whenever such stoppage may be necessary to insure the prop
of the contract.
9.3
As the Engineer is, in the first instance, the interpreter of the
the contract and the judge of its performance, he shall side m
CITY nor with CONTRACTOR, but shall use his power und
contract to enforce its faithful performance by both.
10.0 INSURANCE
10.1
10.2
the work.
· ided in the
mthority by
W
~e work
r execution
,nditions of
ither with
the
The CONTRACTOR shall maintain during the term of this c )ntract
commercial liability, motor vehicle, and property damage im urance,
acceptable to the CITY, covering the work contracted and ali operations
connected herewith, and whenever any of the work in the cm ttract is to be
sublet, CONTRACTOR'S contingent or protective liability and property
damage insurance. Such insurance shall provide limits not le~s than those
set forth on the insurance requirement schedule attached as ~ttachment
Required insurance shall be documented in a certificate ofingurance
which provides that the CITY of Boynton Beach shall be notified at least
fifteen (15) days in advance of cancellation, nonrenewal or adverse
change, Contractor agrees to furmsh policies if Certificate of Insurance is
not acceptable.
10.3
The CONTRACTOR shall take all necessary precautions to l~revent the
generation of loud, unnecessary noise in conjunction with hi~ operations at
the work site. Internal combustion engines used with constmgtion
equipment shall be equipped with mufflers, as required by th~ Code of the
City of Boynton Beach, and the CONTRACTOR shall comply with all
requiremer~ts of this Code as they pertain to prevention of no,se. No pile
c-9
11.0
driver, excavating or other construction equipment, pneumatic hammer.
derrick, the use of which is attend by loud or unusual noise, ~hall be
operated between the hours of 6:00 P.M. and 7:00 A.M., ex¢
permission of the City Manager, and then only in case of err
GUARANTEE AND WARRANTIES
11.1 Ail the work shall be guaranteed to remain in good conditio~
from date of acceptance.
ept by whtten
ergency.
t for one year
12.0 TERMINATION OF CONTRACT
12.1
If the work to be p~formed under the contract is assigned 1:
CONTRACTOR other than provided for herein; if the CON
should be adjudged as bankrupt; if a general assignment of t
made for the benefit of his creditors; if a receiver should be
the CONTRACTOR or any of his property; if at any time th
shall certify in writing to the City Manager that the perform:
work under the contract is being unnecessarily delayed or th
the
FRACTOR
is assets be
ippointed for
Engineer
mce of the
at the
CONTRACTOR is willfully violating any of the conditions,] provisions, or
covenants of the contract, plans or specifications, or that he ls executing
the same in bad faith or other, vise not in accordance with th?torres of the
contract; if the work be not fully completed within the time ~amed for its
completion or within the time to which such completion dat ,' may be
extended; or if other just causes exist, the City Manager ma."' serve ten
(10) days' written notice upo~ the CONTRACTOR of the ir tent to
term'mate the contract for the. CITY· and if the CONTRACT~ )R shall not,
prior to the effective date oftema'mation set forth in such no ice, take such
measures as will, in the judgment of the City Manager, ensure the
satisfactory performance of the work, the City Commission md the City
Manager may declare the co;atract terminated on the effecfix e date
specified in such notice, or any date subsequent thereto. In~ ~e event of
such termination, the City Manager shall notify the CONTRACTOR and
Surety and the CONTRACTOR shall immediately respect sgch notice and
stop work and cease to have any right to the possession of ttle ground and
shall forfeit his contract. Upon such termination, the City Manager shall
provide the Surety With written notice of the CITY'S action and the Surety
shall with/n ten (t 0) days of receipt of said notice remedy ~e default or
the Surety shall as expeditiously as possible:
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 ~'
with its tm-ms and conditions, and upon determinati
and the CITY of the lowest responsible bidder, mai
ccordance
)n by Surety
available as
C-10
13.0
14.0
work progresses (even though there should be a default or a
succession of defaults under the contract or contracts or
completion arranged under this paragraph) sufficient funds to pay
the cost of completion less the balance of the contract price; but
not exceeding, including other c~)sts and damages fcr which the
Surety may liable hereunder, the amount set forth in the first
paragraph h~eof. The term "balance of the contract
used in this paragraph, shall mean the total amount 1
CITY to CONTRACTOR under the contract and an
thereto, less the amonnt properly paid by CITY to
CONTRACTOR.
CONTRACT CONTROLS
13.1 The subject contract between the CITY and the CONTRAC OR shall
supersede any and all documents executed between the parti ,~s relative m
the project. In the event of any inconsistencies, the tom, as, pr )visions and
conditions set forth in the subject contract shall supersede al other
documents and shall be controlling.
TIME OF ESSENCE
14.1 Inasmuch as the provisions hereof, and of the plans and spec [fications
herein, and of all the other contract documents relating to th~ times of
performance and completion o£the work are for the purpose of enabling
the CITY to complete the construction of a public improverr ent in
accordance with a predetermined program, all such time lim ts are of the
essence of the contract.
price", as
,ayable by
amendments
15.0 REMEDY FOR DELAY
15.1
15.2
In the event of any delay.in the project caused by any act or
the CITY, its agents or employees, by the act or omission of
party, or delay caused by weather conditions or unavailabilil
the sole remedy available to CONTRACTOR shall be by ex'
time allocated to complete the project. No monetary damage
claimed or awarded to CONTRACTOR in association with ~
the project caused by an act or omission of the CITY, its age
employees.
Failure on the part of CONTRACTOR to timely process a re
extension of time to complete the work shall constitute a w~
CONTRACTOR and CONTRACTOR shall be held respons
completing the work within the time allocated by this contra
)mission of
any other
f of materials,
ension of the
5 shall be
ny delay ~n
[lis or
quest for an
ver by
ble for
3t.
C-II
15.3 Ail requests for extension of time to complete the work shall be made in
accordance w/th the General Conditions for Construction.
15.4 For the purpose of this section the phrase "the CITY, its agents and
employees" shall include but shall not be limited to the architect, project
manager and consulting engineers.
c-12