R98-009 RESOLUTION NO. R98-,¢¢
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF BOYNTON BEACH, FLORIDA,
APPROVING THE AWARD OF A BID FOR LEAD
ABATEMENT, AT THE INDOOR PISTOL RANGE
LOCATED AT 3501 N. CONGRESS AVENUE
(BID #033-211-98/SP) TO D & J INDUSTRIES,
INC., IN THE AMOUNT OF $196,772.44;
AUTHORIZING AND DIRECTING THE MAYOR
AND CITY CLERK TO EXECUTE A CONTRACT
BETWEEN THE CITY OF BOYNTON BEACH
AND D & J INDUSTRIES, INC., AND PROVIDING
AN EFFECTIVE DATE.
WHEREAS, bids were opened on January 9, 1998, by the Purchasing
Division and D & J INDUSTRIES, INC., Florida, was selected as the lowest,
most responsible, responsive bidder who met all specifications; and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
Section 1. The City Commission of the City of Boynton Beach,
Florida, hereby approves the award of a bid for the Lead Abatement for the
Indoor Pistol Range, located at 3501 N. Congress Avenue, in the City of
Boynton Beach (Bid #033-211-98/SP), to D & J INDUSTRIES, INC., and
authorizes the Mayor and City. Clerk to execute an Agreement between the
City of Boynton Beach and D & J INDUSTRIES, INC., a copy of which is
attached hereto as Exhibit "A".
Section 2. That this Resolution shall become effective immediately.
PASSED AND ADOPTED THIS ~ day of January, 1998.
ATTEST:
~Cit¢' Clerk
s:ca~Resos~id Awa~td&j Ind. Ino. ~istol range
CITY OF' BOYNTON BEACH,
FLORIDA
Vigc~Mayor
~'orhmissioner '
CONTRACT
THIS AGREEMENT, made and entered into this ~ ~ day of
January, A.D. 1998, by and between the CITY OF BOYNTON
BEACH, a municipal corporation of Florida, hereinafter call the
"CITY and D & J Industries, Inc.
a Florida Corporation ( x )
a Florida general partnership ( )
a Florida limited partnership ( )
a sole proprietor (
Check one
hereinafter called "CONTRACTOR".
WITNESSETH
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 $196.772.44 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 of the CONTRACTOR, dated January 8, 1998,
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 Police Department Pistol Range Lead
Abatement for the, City of Boynton Beach, Florida, all of which are
incorporated herein by reference at such unit prices/or lump sum
prices as specified in CONTRACTOR'S bid totalling $196,772.44.
2
2.0 SCOPE OF SERVICES
2.1 Contractor further agrees to furnish all material's,
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 ali maps,
plats, blueprints, and other drawings and printed or written
explanatory matter thereof as containedl,in the bid, contract
documents and specifications for the project.
2.2 Ail the work and labor performed under this contract'shall
be performed, and all of the material furnished shall be, in strict
conformity with said plans and sPecifications, and contractor
accepts and consents to the conditions contained in said plans
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 mn a first-class, substantial~ and workmanlike manner, and
in conformity with the details for said work on file in the office
of the City Engineer of the CITY and strictly 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 City Engineer of the
said CITY, 'and in strict obedience with the directions which may be
given by the said City Engineer 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.
2.5 To comply with the provisions of Section 255.05,
Florida 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 forms 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 City Engineer. 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 of the charter, ordinances, codes and regulations ~
the City of Boynton Beach, Florida, Florida State Regulations,
Directives and Instructions issued by OSHA, EPA, HUD, and NIOSH as
appropriate.
2.9 Upon completion of the work, the City Engineer 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 City Engineer is so satisfied, he
shall recommend acceptance thereof to the City Manager, who shall,
if he agrees with such recommendation, present the final payment
application to City Commission for review and vote to formally
accept the project. The right of general supervision of the CITY as
hereinafter provided under "authority of the engineer" shall not
make the CONTRACTOR an agent or employee of the CITY, but the
CONTRACTOR shall at all times, and in all 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 inspected by the City Engineer, and any
workmanship or materials found not meeting the requirements of the
specifications hall be removed by or at the expense of the
contractor and good and satisfactory workmanship or material
substituted therefor. All settlement, defects or damage upon any
part of the work shall be remedied and made good by the contractor.
4
2.11 The CONTRACTOR will be held responsible for the care,
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 COHMENCEMENT~OF!WORK
3.1 Contractor hereby agrees to commence work under this
contract on or before aid~te to be specified in the written "Notice
to Proceed" of the CITY,and to fully complete the project within 14
days following the commencement date as specified in Same.
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 6~'
time made in accordanceiwith provisions hereinbefore set forth, the
CONTRACTOR shall be liable to the CITY, as liquidated damages and
not as a penalty, in the amount of $250.00 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
architect may, within a reasonable time, object to as incompetent
or as unfit.
4.0 LIQUIUAT~D DAMAGES
4.1 The CONTRACTOR further agrees to ,pay $250.00 per day as
liquidated damages, for failure to begin within ten (10) days of
"Notice to Proceed" or failure to complete the work within 14
calendar days from the commencement date to be indicated in the
written "Notice to Proceed".
5.0 PROTECTION OF EXISTING FACILITIES
5.1 The CONTRACTOR warrants that prices include the protection
5
and continuous use of all existing sewers, conduits, drains, pipes,
buildings, walks, bridges, 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, tamping, ramming, puddling and consolidating;
the removal and disposal of all rubbish, hazardous and non-
hazardous debris, 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, equipment, materials and supplies, etc. and the performance
of the whole work mentioned in the detailed plans and
specifications necessary to give a finished result, and including
alli expense incurred in or mn consequence of the suspension or
discontinuance of the said work specified and a faithful compliance
with each and everyone of the requirements 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 under the contract, or which are in any manner affected
by the prosecution of the work or the transportation of men and
materials in connection 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 and to
other owner or owners of public or private property or utilities
when they will be affected by the work to be performed under the
contract, and shall make all necessary arrangements with such
department, departments, owner or owners for the removal and
replacement or protection of such property or utilities.
6.0 INDEMNIFICATION
6.1 The CONTRACTOR shall indemnify and save harmless and
defend the CITY, its agents, servants, and employees from and
against any claim, demand, or cause of action of whatsoever kind or
nature arising out of error, omission or negligent act of
Contractor, its agents, servants, or employees in the performance
of services under this Agreement.
6.2 Contractor shall indemnify and save harmless and defend
6
City, its agents, servants, and employees from and against any and
all causes, claims, demands, actions, losses, liabilities,
settlements~ judgments, damages, . costs, ~ expenses, and fees
(including without limitation reasonable attorney's and appellate
attorney's~ fees) of what
persons or!property
omission,~~ or defiault, of
employees,arising
contractOr~ and ,the City
the
kind or nature for~.damages to
in whole or in .part byi.~any act,
the City, iits agents, servants, or
ncc. The
~e and covenant ~that the
bid, iwhich~constit~tes
City to the ~Conitractor,~ specific
and 'Ts
enf, nd said
Statute 7i25.06.
pa
~tion: that~this ~provision~ shall be
shall be!,incompIiancewith Florida
6.3 The execution of this Agreement by the Contractor shall
obligate Contractor to comply with the foregoing indemnification
provisioni, ~as well as the insurance provisions which are iset forth
mn Article "A" herein. However, the indemnification provision,
and the~ insurance provision contained in this :Contract are not
interdependent of each other, each one 'is separate and distinct
from the other.
6.4 The obligation of the Contractor to indemnify the City is
not subject to any offset, limitation orldefense as a result of any
znsurance proceeds available to either the City or the Contractor.
7.,0 PAYMENT BY CITY
7.1 The IITY agrees to pay the CONTRACTOR in currentlfunds for
the performance of the contract, subject to additions and
deductions as provided in the specifications.
8.0
CHANGES IN THE WORK
8.1 The CITY, without invalidating the Contract, may order
extra work or make changes by altering, adding to or deducting from
the work, the Contract sum being adjusted accordingly. Ail 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 change is ordered.
8.2 Ail change orders and 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 iunder 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 unforeseen ext~
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 ex5ras will be considered
or allowed by the CITY.
8.3.3
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 a~thorization will be signed
by the Mayor.
8.3.4
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 promptly transmitted in writing
by the General Contractor to the CITY's
Representative with full explanations and
justifications for his consideration in preparing
a Change Order to the Contract.
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 fotlowing
procedures before a written Change Order is issued:
8.4.1
By sUch applicable unit prices, if any, as are
set forth, in the Contract except ±n~those cases
where increases in quantities exceed fifteen
(15)~ percent.~of the Original bid quantity and
the total dollar changle of that bid item is
signifiCant:i~ithe opinion of the Engineer the
unit price shall be~subject to revmew to
determine if a new unit price should be
negotiated; or
8.4.2
If no such unit prices are set forth, then by~a
lump sum or other unit prices mutually agreed-
upon by the CITY and the Contractor; or,
8.4.3
By cost reimbursement which is the actual cost
for labor, direct overhead, materials,
supplies, equipment and other services
necessary to complete the work plus fifteen
(15) percent to cover the cost of general
overhead and profit. For all labor and foreman
in direct charge of the authorized operations,
the Contractor shall receive the current local.
rate of wages to be agreed upon mn writing
before starting such work, for each hour said
labor and fOreman are actually engaged thereon.
An upper limit of total cost and of profit
shall be agreed upon and shall not be exceeded
unless approved by the CITY.
8.4.3.1
The Contractor shall submit sufficient
cost and pricing data to enable the
Engineer to determine the necessity and
reasonableness of costs and amounts
proposed and the allow ability and
eligibility of costs proposes.
8.4'.3.2 The Contractor shall have an accounting
8.4.3.3
8.4.3.4
8.4.3.5
8.4.3.6
8.4.3.7
9
system which accounts for such costs in
accordance with generally accepted
accounting principles. This system shall
provide for the identification,
accumulation and segregation of allowable
and unallowable Change Order costs.
Where it is indicated that the Contract is
federally or State assisted, the
Contractor's attention is directed to the
applicable rules and regulations relative
ko cost principles which must be used for
the determination and allowability of
costs under grant.
In no case shall fringe benefit costs on
direct labor costs exceed forty (4~'
percent of direct labor costs.
In no case shall the Contractor and
Subcontractors' general overhead and
profit in the 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.
In no case shall the Contractor's cost for
administering subcontracts exceed five (5)
percent of the subcontractors' cost not
including subcontractors' profit.
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
price for each item of equipment and the
10
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 ted daily records shall be
made, 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.
claim for extra work shall be alloWed unless the same was
ordered, in writing, as:aforesaidland the claim presented at
the time of the first estimate after the work is completed.
No
9.0 PROJECT ENGINEER
9.1 The project engineer shall be American Ecology Group, Inc.
9.2
The Engineer shall have general supervision and direction
of the work. He is the aqent of CITY only to the extent
prOVided in the contract documents and when in special
instances he has the authority by CITY to act, and in such
instances he shall, upon request, .show CONTRACTOR written
authority. He has authority to stop the work whenever
such stoppage may be necessary to insure the proper
execution of the contract.
9.3
As the Engineer is, in the first instance, the
interpreter of the conditions of the contract and the
judge of its performance, he shall side neither with CITY
nor with CONTRACTOR, but shall use his power under the
10.0
contract to enforce its faithful performance by both.
INSURANCE
11
10.I The CONTRACTOR shall maintain during the term of this
contract commercial liability, motor vehicle, and property
damage insurance, acceptable to the CITY, covering the work
contracted and all operations in connection herewith, and
whenever any of the work covered in the contract is to be
sublet, CONTRACTOR'S contingent or protective liability and
property damage insurance. Such insurance shall provide limits
not less than those set forth on the insurance requirement
schedule attached as Exhibit "A".
10.2 Required insurance shall be documented in a certificate of
insurance which provides that the CITY of Boynton Beach shall
be notified at least .fifteen (15) days in advance 6~'
cancellation, nonrenewal or adverse change. Contractor agrees
to furnish policies if Certificate of Insurance is not
acceptable.
10.3 The CONTRACTOR shall take all necessary precautions to
prevent the generation of loud, unnecessary noise in
conjunction with his operations at the work site. Internal
combustion engines used on construction equipment shall be
equipped with mufflers, as required by the Code of the City of
Boynton Beach, and the CONTRACTOR shall comply with all other
requirements of this Code as they pertain to prevention of-
noise. No pile driver, excavating or other construction
equipment, 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
permi~si~°n of the City Manager, and then only in case of
emergency.
11.0
GUARANTEE AND WARRANTIES
11.1 Ail the work shall be guaranteed to remain in good
condition for one year from date of acceptance.
12.0 TERMINATION OF CONTRACT
12.1 If the work to be performed under the contract is assigned
by the CONTRACTOR other than provided for herein; if the
CONT~CTOR should be adjudged as -bankrupt:; if a general
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 shall
certify in writing to the City Manage ~rmance of
the work under the contract~is being ~nn or
that the .CONTRACTOR is willfully viO!ating~.iany ,.of the
conditions, provisions, or covenants, of ~the contract~, ~Plans or
specifications, or that he is executing the same in bad faith
or otherwise not in accorda the terms of ~he contract;
if ~the work be not~ fully id for
its~completion or within the~time tion da~e
may~be,extended; or:if other jus ..i~he City
Manager may serve ten (101). days' wr~ the
CONTRACTOR of the intent to terminate the contra 2he CITY
and if the contractor shall not, prior to the effective date of
termination set forth in such notice, take such measures as
will, in the judgement of the~ City Manager, i insure the
satisfactory performance of the work, the sion and
the City Manager may declare the contract na:ted .on the
effective date specified in such notice, or
thereto. In the event of such termination, the City ~anager
shall notify the CONTRACTOR and Surety and theCONTRACTOR shall
immediately respect such notice and stop wo!rk and cease to have
any right to the possession of the ground and shall forfeit his
contract. Upon such termination, the iCity !Manager! shall
provide the Surety with written notice of the CITY,S action and
the sure~y shall within ten (10) days- of receipt of said notice
remedy the 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
accordance with its terms and conditions, and upon determination~--
Surety and the CITY of the lowest responsible bidder, make availab
as work progresses (even though there should be a default or-~
13
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 costs and damages for which the Surety may be liable
hereunder, the! amount set forth in the first paragraph hereof. The
term "balance of the contract price", as used in this paragraph,
shall mean the total amount payable by CITY to CONTRACTOR under the
Contract and any amendments thereto, less the amount properly paid by
CITY to CONTRACTOR.
13.0
CONTRACT CONTROLS
13.1 The subject c6ntract between the CITY and the CONTRACTOR shall
supersede any and all documents executed between the parties rela, tive
to the project. In the event of any inconsistencies the terms,
provisions and conditions set forth in the subject contract shall
supersede all other documents and shall be controlling. ~
14.0
TIME OF ESSENCE
14.1 Inasmuch as the provisions hereof, and of the plans and
specifications herein, and of all the other contract documents
relating to the times of performance and completion of the work are
for the purpose of enabling the CITY to complete the construction of
a public improvement in accordance with a predetermined program, all
such time limits are of the essence of the contract.
15.0
REMEDY FOR DEI~AY
15.1 In the event of any delay in the project caused by any act
or omission of the City, its agents or employees, the sole remedy
available to Contractor shall be by extension of the time allocated
to compl~ete the project. No monetary damages shall be claimed or
awarded to Contractor in association with any delay in the project
caused by an act or omission of the CITY, its agents or employees.
15.2 Failure on the part of Contractor to timely process
request for an extension of time to complete the work shall
constitute a waiver by Contractor and Contractor shall be held
responsible for completing the work within the time allocated by
this Contract.
14
15.3 All requests for extension of time to complete the work shall
made in accordance with the General and Special Conditions.
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.
IN, WITNESS: W/REREOF, 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 presents the day
and year herein before written.
Signed, sealed and witnessed
in the presence of: ......
Attest:
~ City Clerk
CITY OF BOYNTON BEACH, FLORIDA
Approved as to Fzfrm:
, l
C~.ty Attorney
Signed, sealed and witnessed
in the presence of:
State of Florida )
)SS:
County of Palm Beach )
CONTRACTOR
~ ~ ~ Vice
President
Attest as to Contractor'
Persona~y appeared before n~e duly~ authorized to administer oaths
D t/). I .,ot v-
to me k~ow~ to be t~e persons 'de~ri~ed herein and who executed the
foregoing instrument and have acknowledged before me and they have
Notary Public ommission
Expires:
15
s:ca\contract\Pistol
Range
TO:
D&J]
NOTICE
TO PROCE]
DATE: JANUARY 23~ 1998
ATTN: DAVID SCHLEPPER PROJECT: LEAD ABATEMENT~
INDOOR PISTOL RANGE - 3501 N.
CONGRESS AVENUE~ BOYNTON
BEACFI~ FLORIDA
BID #033-211-98/Sp
You shall commence WORK in accordance with the Agreement dated: January_ 9, 1998 on or
before February 2~ 1998 and you are to complete the WORK within 14 CALENDAR DAYS
thereai~er.
The date of completion of all WORK is therefore: February 16~ 1998.
The Contractor's point of source for all activity relating to this project will be:
Contact Person: CHUCK MAGAZINE Department: RISK MANAGEMENT
Title: RISK MANAGER Telephone: {561) 375-6042
CITY OF BOYNTON BEACH
~a~arM 'Kd~asing Agent
-ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is. hereby acknowledged BY:
Print Name
Signature: _~, Title:
c: 'Central File
File