October! 9, 2024 Special Meeting 10:00 A.M. ONSTITUTION 1838 THEFLORIDA CONSTITUTION 1922 Birtiplace of the FLORIDA CONSTITUTION GoD WE TRUR City of Port St. Joe Rex Buzzett, Mayor-Commisioner: Ericl Langston, Commissioner, GroupI Stevel Kerigan, Commissioner, Group II Brett Lowry, Commissioner, Group II Scott Hoffman, Commissioner, Group IV [AIl persons are invited to attend these meetings. Any person who decides to appeal any decision made by the Commission with respect to any matter considered at said meeting will need ai record oft the proceedings, and for such purpose may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal ist tol bel based. Thel Board of City Commission oft the City of Port St. Joe, Florida will not provide a verbatim record of this meeting.] BOARD OF CITY COMMISSION Special Public Meeting 10:00 A.M. Wednesday October 9, 2024 Call to Order Monument Ave. Paving Project CEI Services Contract Request to Utilize COVID Funds Battles Street Stormwater Emergency Repair Quotes for Repair Request to Utilize COVID Funds gthto10th Street Stormwater Emergency Repair Quotes forl Repair Request to Utilize COVID Funds Pages 1-2 Pages 3-9 Pages 10-13 Citizens to be Heard Discussion Items by Commissioners Motion to Adjourn Dewberry Engineers Inc, 850.227.7200 3241 Marinal Drive 850.227.7215f fax Port Saint, Joe, FL32456 www.dewbery.com Dewberry October 3, 2024 Mr. Jim Anderson, City Manager City of Port St.Joe 305 Cecil G. Costin Sr. Blvd. Port St.. Joe, FL 32456 RE: Monument Avenue - Resurfacing Professional Services Proposal - CEI Dear Mr. Anderson, Dewberry) Engineers Inc. (DEI) is] pleased toy providet this proposali for construction engineering: andi inspection (CEI) services. Itis our understanding that the City! has received bids and awarded thes subject project. Thei followingl list defines the services that willl be provided to complete thej project: A. CONSTRUCTION ENGINEERING ANDI INSPECTION Schedule and attend the preconstruction meeting Assist City with submittal review Witness and verify: material testing for compliance hours as described' below. Respond to RAI(s) during the construction phase Review contractor pay requests and submittals Attend project walk throughs Assist in developing project punch list Prepare contract close out documents if required Provide weekly project progress reports. Progress reporting willl be done based on limited inspection The services described above are: for the duration of the project using a 5-day work week for 90 calendar days. Estimated man! hour allocations are: asi follows: Admin Professional II = 0.51 hrs./wk.x1 12 weeks = 61 hours Inspector. II- 15 hrs./wk. x1 12 weeks =1 1801 hours Professional Engineer VII -1h hrs./wk.. X1 12 weeks =: 121 hours We propose to perform the services described above for an hourly fee not to exceed $25,000.00 without City approval. Ifadditional services are: required beyond $25,000.00 ana additional task order willl bei required. Please seet the attached standard hourly billing rates. Services not included ini this proposal are as follows: 1. Asl built survey. 2. Construction stakeout. 3. Weekend/holiday overtime hours. 4. Resident inspection services. Page 1 of2 1 Mr. Jim Anderson CEI Services October 3, 2024 We appreciate the opportunity to provide engineering services for the City of Port St. Joe. If this proposal is acceptable, please sign ini the space provided below. Should you have questions or need additional information, please give me ac call at 850.693.2181 Accepted By: Date: Associate, Branch Manager d6 Dewberry Page 2of2 a CORE&MAIN Bid Proposal for BATTLE ST PSJ STORMWATER CITY OF PORT ST JOE 309 WATER PLANTI ROAD PORTSTJOE, FL 32456 Job BATTLE: ST PSJ STORMWATER PORTSTJOE,FL Bid Date: 09/24/2024 Bid #: 3773537 Sales Representative Tanner Jenkins (M)850-832-2578 (),850-769-7006 Tanner.lenkins@coreandmain.com Core & Main 2606 Airport Road Panama City, FL: 32405 (T) 8505326720 09/24/2024- -6:35P PM Actual taxes may vary Page1of2 3 CORE&MAIN Bid Proposal for BATTLE ST PSJ STORMWATER CITY OFI PORT ST. JOE Job Location: PORT STJ JOE, FL Bid Date: 09/24/2024 Core & Main Bid #: 3773537 Core & Main 2606 Airport Road Panama City, FL32405 Phone: 8505326720 Fax: 8509136293 Ext Price 38,195.20 1,278.00 39,473.20 0.001 Seq# 10 20 Qty Description Units FT EA Price 119.36 35.50! Sub Total Taxi Total 39,473.20 320 48 HP DW STORM WTIB SOLID: 20' DUALV WALL 486500201BPL 36 50L LB. PAIL PLUG- BLUE TOP 3-41 MIN.SET HYDRAULIƇ CEMENT UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED. ARE VALID IF ACCEPTED BY CUSTOMER. ANDI PRODUCTS ARE RELEASED BY CUSTOMER FORI MANUFACTURE WITHIN THIRTY (30) CALENDARI DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LP RESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED' TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL ANDI RAW! MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURERI LEAD1 TIMES MAY BE SUBJECT TO PRICEI INCREASES AND/OR APPLICABLE: STORAGE FEES. THIS BIDI PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'STERMS. AND CONDITIONS OF SALE, AS MODIFIED FROM TIME TO TIME, WHICH CAN BEI FOUND. AT:! httpsl/coreandmain.com/Tandc 09/24/2024-635PM. Actual taxes may vary Page 2 of2 4 Tallahassee Corporate Office 3372 Capital Circle! NE Tallahassee, FL32308 Phone: 850-385-5060 Paname City Office Phone: 850-769-6640 Fax: 850-769-7775 Tallahassee Operations Office 225741 NES SR2 20 Hosford, FL3 32334 Phone: 850-379-8116 Fax: 850-379-8188 Wildwood Office 4208 Highway 124-A Wildwood, FL3 34785 Phone:: 352-330-2540 Fax:3 352-330-2609 Freeport Office 1601 Industrial Park Road Freeport, FL3 32439 Phone: 850-835-3500 Fax: 850-835-3519 Plant City Office 2102, Jim. Johnson Road Plant City, FL3 33566 Phone: 813-756-2009 Fax: 813-659-3787 CWR Fax: 850-385-5605 CONTRACTING,INC. 1603E Bay Avenue C.W. Roberts Contracting, Inc. Panama City, FL: 32405 CUC1225175 CGC1505785 PROPOSAL AND CONTRACT October 1,2024 To: John Grantland Public Works Director Port St. Joe,FL Phone: 6850-527-2221 Email: grantland@ps,.goy C.W. Roberts Contracting, Inc., Panama City Division, hereinafter called the Company, offerst tof fumish alll labor, materials ande equipment requiredf fort thep performance ofti the following described worki in connection with construction ofi improvements ofE Battle Street. Item Description 1 MOBILIZATION 2 MOT 3 DEWATERING 4 BORROW 5 REMOVE EXISITNG STORM PIPE 6 REMOVE ASPHALT 7 ASPHALT PATCH- SP12.5(58-22) 8 48" ADS STORMF PIPE FINALE DRESS 10 SOD Notations: 1.) Bonds are not included. 2.) Nightwork and weekend work is noti included. 3.). All materials willl be provided by owners. 4.) CWRi is not resposible for any existing damaged fencing. 5.) The asphalt patchi includes 6" ofl limerock and SP12.5(58-22). Asphalt. Qty Unit UnitF Price LS 1 LS $17,338.78 1 LS 200 CY 320 LF 70 SY 10 TN 320 LF 417 SY 417 SY Total $19,336.66 $17,338.78 $59,180.36 $7,958.00 $13,232.00 $2,716.00 $10,196.10 $35,356.80 $1,747.23 $2,289.33 $169,351.26 $19,336.66 $59,180.36 $39.79 $41.35 $38.80 $1,019.61 $110.49 $4.19 $5.49 Total Quotation: Ifthef foregoing meets withy youra acceptance, kindlys sign andr retum this proposal. Uponi its' receiptit itis understood: andt the This proposale expirest thirty (30) days from thec datel hereof, butr may! bea accepted ata anyl latero date atthes sole optiono ofCWR. foregoingv willo constitute thef fulla and complete agreement! between us. ACCEPTED: (Firm Name) (Signature) (Printed Name and1 Title) (Date) Respectfully: Submitted, Jared Hawmerle C.W. Roberts Contracting, Inc. October1 1, 2024 (Date) TERMS AND CONDITIONS Paymenti int fullf fora all work performed! hereunder during anyr months shalll ber mader notk latert thant thet tenth day oft the month nextf following. Finala ando complete paymentf for allwork performed hereunder shallt ber mader notl later thanf fifeen (15) days aftert the completion ofs suchy work. Interesta att the! highestr rate allowable undert thel laws oft thej jurisdictioni in whicht thec contractise executed, or onea and one! halfp percent (1.5%) pern month, whicheveri isl less, shall bec charged andp paid We shall notb become obligatedt top perform thev work called foru undert this Proposal and Contracti untily wec check and ona allu unpaid! balancesf from thec duec datet tot thec datev wer receive payment. 6 approve your credit. This Proposal and Contract shallb be nulla andy voidi ify your crediti is nota approved. Ifcredit conditions become unsatisfactory at anyt time prior toourd completion ofthev work hereunder, we shalll bef furished adequate security Any deviations fromt thes specifications or modification oft thet terms ofthis contract anda anye extrac ori incidentalv work, or reductions in work, shall bes setf forthi inv writinga ands signedb byb both parties priort tot ther making ofs such change. Wev willb be compensated for anyi increasei inc ouro costs caused bys such change, ont thet basis ofthei increase plust tenp percent (10%) profit. Ifati time iss setf for thep performance ofv work, andi if,i in ours solej judgment, such change willi increase thet time necessaryf for ourp performance, we willb beg granteda ar reasonable extension oft time. Wev willp provide andp payf forv Workmen's Compensation! Insurance covering oure employees and Public! Liability and Property Damage Insurancep protecting ourselves. Wev willa also assume responsibility fort thec collection andy payment of Social Security and Statel Unemployment' Taxes applicablet to oure employees. You agreet to cany Publicl Liability and Property Damagel Insurances sufficientt to protecty yourselfa against any anda allo claims arisingf from thep performance ofthe work, including! butn notli limited toc claims arising undery your agreement! toir indemnify and hold us harmless undert thef final Wes shallb be providedy withs suitable accesst tot thev work area. Ifourv worki is dependent upon or must! be undertakeni in conjunction witht they work of others, suchy work shallbes sop performed ando completed ast top permit ust toperform ourv work Unless at timef fort thep performance ofo our worki is specified, wes shall undertakei itint thec course ofo ourr normal operating schedule. We shall not bel liablef fora anyf failuret to undertake or complete the work for causes beyondo our control, including butn notli limited tofire,f flood ord other casualty; laboro disputes or othero disagreements; anda accidents or other mishaps, whether affecting this work oro other operationsi in whichy we arei involved, directly ori indirectly. Ifford causes beyond ouro control our work Is not completedy withint twelve (12)n months aflert thec date ofy your acceptance of thep proposal, wer mayo cancelt this agreement ata anyt timet thereafter ont ten (10) days notice. Ins suche event () wes shallt be relieved ofa anyf furthero obligationy with respectt tot thet balance oft thev work; and( (I)y wes shall! be entitled tor receivef finala and complete paymentf for allv work performedt byust tot thec date ofo cancellation within fifteen (15) days thereafter. Wes shallr not! ber responsible for, andy you agree toi indemnify and! holdu ush harmless from, any suit, claim, liabilty, costor expense arising from ori ina any way related to: sidewalks, driveways or other improvements located within our work area ord designated areas ofa access, andt to adjacent property andi improvements; subsurface conditions; anda anya anda allo other alleged damages top persons orp property, including! butr notli limitedt to personali injurya and death, arisingt from the performance oft thev work, unless such allegedo damages arisef from ours soler negligence. Youf further agreet toi indemnify andp protectu us ands save ush harmlessf from any anda alll loss, damage, costs, expenses anda attomey's fees sufferedo or incurred one accounto ofy your breach ofa anyo obligations ando covenants oft this contract. Itisf further understood1 thaty wes shall notb ber responsible fora any damaget too or deterioration ofa any of our work, whether completed orinp process, resulting from any cause or causes beyond ourr reasonable control,i including butr not limitedt to design, failure of subgrade orc other subsurface conditions, orf failure ori inadequacy of anyl labor orr materials notf fumished andi installed byu us, whether or not suchf failure ori inadequacy was orc could have beenk known att thet time ourv work was undertaken orv work performed under adverse weather conditions. Yous agreet thatt thep properj jurisdiction andv venuet fora adjudication concerningt this contractis Liberty County, Florida, andy youv waive any rightt toj jurisdiction andv venuei ina anyo other place. Inthee event ofli litigation to enforcet thet terms ofthis contract, the prevailing parly shall bee entitled toa an award ofreasonable upon ourr request. paragraph oft this Proposala and Contract. hereunderi inar noral uninterupted: single shif operation. attomeys fees ando costs. 7 oberts and oberts, inc. PROPOSAL DATE: COMPANY: ATTENTION: PROJECT: 10/07/24 City of Port St Joe Josh Baxley Battles Street Pipe Replacment S30A Tolohesst Ahefrapolnse Divd Zi0s PROPOSAL BASED ON PLANS DATED: N/A ROBERTS AND ROBERTS, INC. hereinafter called the company, agrees to furnish all labor, materials, and equipment required for the performance of the following described work in connection with the construc- tion improvements at the abovementioned project. Item 1 2 3 4 5 PROPOSAL TOTAL: Work Item Description MOBILIZATION SOD Quantity Unit 1.00 LS 1.00 LS 1.00 LS 1.00 LS 667.00 SY Unit Price $6,750.00 $169,080.00 $5,635.00 $8,550.00 $5.00 Amount $6,750.00 $169,080.00 $5,635.00 $8,550.00 $3,335.00 $193,350.00 REMOVE ANDI REPLACE: DRAINAGE PIPE CONCRETE INLET APRONS. AND DRIVEWAY ASPHALTPATCH, AND: STOP STRIPE NOTES 1.48" ADS HPI REPLACEMENT PIPEI IS PROVIDED BY OTHERS. 2.1PALLET OF HYDRAULIC CEMENTI FORI INLET CONNECTION IS PROVIDED BY OTHERS. 3.AF ROAD CLOSURE ON BATTLES STREET WILLI BEI REQUIRED TOA ACCOMPLISH THE WORK. 4. STOP STRIPE ANDI LETTERING IS PRICED AS PAINT WITH REFLECTIVE GLASS BEADS. 5. REFERENCE THE PROVIDED SKETCHI FOR SCOPE ANDI ROUTING CLARIFICATION. CONFIDENTIAL- SEE ATTACHED FOR TERMS AND CONDITIONS- -RARII PROPOSAL REV(0)- 8 TERMS AND CONDITIONS PROPOSAL, AND CONTRACT PROJECT: DATE: Battles Street Pipe Replacment 10/07/24 Payment in full for all work performed hereunder during any month shall be made not later than the tenth day of the following month. Final and complete payment for all work performed hereunder shall be made not later than ten (10) days after the completion of such work. Interest at the highest rate allowable under the laws of the jurisdiction in which the contract is executed, or one and one half (1.5%) percent per month, whichever is less, shall be charged and paid on all unpaid balances from the due date to the date we receive Any deviations from the specifications or modification of the terms of this contract and any extra or incidental work, or reductions in work, shall be set forth in writing and signed by both parties prior to the making of such change. We will be compensated for any in- crease in our costs by such change, on the basis of the increase plus ten percent (10%) profit. Ifa time is set for the performance of work, and if, in our sole judgement, such change will increase the time necessary for our performance, we will be granted a reason- We will provide and pay for Workmen's Compensation Insurance covering our employees and Public Liability and Property Dam- age Insurance protecting ourselves. We will also assume responsibility for the collection and payment of Social Security and State Unemployment Taxes applicable to our employees. A certificate of insurance describing our coverage will be provided upon request. with the work of others, such work shall be so performed and completed as to permit us to perform our work hereunder in a normal Unless a time for the performance of our work is specified, we shall undertake it in the course of our normal operating schedule. We shall not be liable for any failure to undertake or complete the work for causes beyond our control, including but not limited to, fire, flood, or other casualty, labor disputes or other disagreements, and accidents or other mishaps, whether affecting this work or other Unless a lump sum price is to be paid for the foregoing work and is clearly so stated, it is understood and agreed that the quantities Ifthe foregoing meets with your acceptance, kindly sign and return our proposal and complete the project information below. Upon it's receipt, it is understood that the foregoing, including the terms and conditions set forth shall constitute the full and complete agree- THIS PROPOSAL EXPIRES THIRTY (30) DAYS FROM THE DATE HEREOF, BUT MAY, AT THE SOLE OPTION OF THE COM- payment. able extension of time. uninterrupted single shift operation. operations in which we are involved, directly or indirectly. referred to above are estimates only and that payment shall be made at the stated unit prices. ment between us. PANY, BE ACCEPTED AT ANYI LATER DATE. RESPECTFULLYSUBMITTED: ACCEPTED BY: Brians Strickland ROBERTS/ ANDI ROBERTS, INC. SENATURE/TTLE/DATE PROJECT/OWNER INFORMATION YOURF PROJECT NAME ORI DESCRIPTION: PROJECT LOCATION OR ADDRESS: PARCEL IDENTIFICATIONI NUMBER: COMPANY & BILLING ADDRESS: PHONE NUMBER. ANDI EMAIL ADDRESS: 9 CORE&I MAIN Bid Proposal for 10TH ST DRAINAGE PSJ STORMWATER CITY OF PORT ST. JOE 309 WATER PLANT ROAD PORTSTI0E,FL32456 Job 10TH ST DRAINAGE PSJ STORMWATER PORT STJ JOE,FL Bid Date: 09/24/2024 Bid #: 3773589 Sales Representative Tanner. Jenkins (M)850-832-2578 ()850-769-7006 Tannerenkins@coreandmain.com Core & Main 2606 Airport Road Panama City, FL32405 (),8505326720 09/24/2024-634PM Actual taxes may vary Page 1 of2 jo CORE&I MAIN Bid Proposal for 10TH ST DRAINAGE PSJ STORMWATER CITY OF PORT ST. JOE Job Location: PORTS STJ JOE,FL Bid Date: 09/24/2024 Core & Main Bid #: 3773589 Core & Main 2606 Airport Road Panama City, FL32405 Phone: 8505326720 Fax: 8509136293 Ext Price 105,313.60 3,843.00 1,278.00 22,588.26 1,000.00 134,022.86 0.00! Seq# 10 20 30 40 50 Qty Description Units FT FT EA EA EA Price 188.06 64.05 35.50! 7,529.42! 1,000.00 Sub Total Taxi Total 134,022.86 560 60 HP DWS STORM) WTIB SOLID 20' DUAL! WALL 60650020IBPL 60 30 HP DW STORM WTIB SOLID 20' DUAL WALL: 30650020IBPL 36 50 LB. PAIL PLUG- BLUE TOP 3-4! MIN. SETI HYDRAULIC CEMENT 3 PRECASTTYPE HI INLET 1 DROP SHIP CHARGE UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER. ANDI PRODUCTS ARE RELEASEDBY CUSTOMER FORI MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM" THE DATE OFT THIS QUOTATION. CORE & MAINLP RESERVES THE RIGHT TOI INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL ANDI RAW! MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPONI MANUFACTURER: LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURERI LEAD1 TIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE: STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'STERMS. AND CONDITIONS OF SALE, ASI MODIFIED FROM' TIME TO TIME, WHICH CAN BE FOUND AT: https/coreandmaindmain.com/landc, 09/24/2024- -6:34PM Actual taxes may vary Page 2of2 Il PROPOSAL - oberts and oberts, inc. DATE: COMPANY: ATTENTION: PROJECT: 10/07/24 City of Port St. Joe Josh Baxley 10th Street Headwalls saarepolyo: PROPOSAL BASED ON PLANS DATED: N/A ROBERTS AND ROBERTS, INC. hereinafter called the company, agrees to furnish all labor, materials, and equipment required for the performance of the following described work in connection with the construc- tion improvements at the abovementioned project. Item 1 2 3 4 5 6 PROPOSAL TOTAL: Work Item Description MOBILIZATION DAMMING. ANDI DEWATERING EXCAVATION, AND BACKFILL 60" CAST INF PLACEI HEAWALLS FINAL GRADING AND SOD Quantity Unit 1.00 LS 1.00 LS 1.00 LS 1.00 LS 2.00 EA 1.00 LS Unit Price $9,000.00 $2,500.00 $83,276.00 $18,735.00 $44,985.00 $1,405.00 Amount $9,000.00 $2,500.00 $83,276.00 $18,735.00 $89,970.00 $1,405.00 $204,886.00 EROSION CONTROL. AND MAINTENANCE OF TRAFFIC NOTES 1. REMOVAL AND REPLACEMENT OF EXISTING FENCING ISI BY OTHERS. 2. DEMOLITION. ANDI REPLACEMENT OF BASE AND ASPHALTI IS BY OTHERS. 4.1 10TH STREET MUST BE CLOSED. AT1 THE HEADWALL TO ALLOW FOR CONSTRUCTION. 6. WORK MUST BE PERFORMED DURINGI DRY WEATHER WITHI NOI RAIN IN THE FORECAST. 3. REPLACEMENTA INSTALL OF 60" DRAINI PIPEI IS BY OTHERS. PIPE TO BE INF PLACE PRIOR TO HEADWALL CONSTRUCTION. 5. SODI IS INCLUDEDI FOR: STABILIZATION AT THE HEADWALLS AND SIDESLOPES DISTURBED DURING HEADWALL CONSTRUCTION. 7. DEMOLITION OF THE EXISTING HEADWALLS. AREE BY OTHERS. ITI IS ASSUMED' THEY WILLI BE REMOVEDI DURINGI PIPE REPLACEMENT. CONFIDENTIAL- -SEE ATTACHED FOR TERMS AND CONDITIONS- RARII PROPOSAL REV(0)- 12 TERMS AND CONDITIONS PROPOSAL AND CONTRACT PROJECT: DATE: 10th Street Headwalls 10/07/24 Payment in full for all work performed hereunder during any month shall be made not later than the tenth day of the following month. Final and complete payment for all work performed hereunder shall be made not later than ten (10) days after the completion of such work. interest at the highest rate allowable under the laws of the jurisdiction in which the contract is executed, or one and one half (1.5%) percent per month, whichever is less, shall be charged and paid on all unpaid balances from the due date to the date we receive Any deviations from the specifications or modification of the terms of this contract and any extra or incidental work, or reductions in work, shall be set forth in writing and signed by both parties prior to the making of such change. We will be compensated for any in- crease in our costs by such change, on the basis of the increase plus ten percent (10%) profit. Ifa time is set for the performance of work, and if, in our sole judgement, such change will increase the time necessary for our performance, we will be granted a reason- We will provide and pay for Workmen's Compensation Insurance covering our employees and Public Liability and Property Dam- age Insurance protecting ourselves. We will also assume responsibility for the collection and payment of Social Security and State Unemployment Taxes applicable to our employees. A certificate of insurance describing our coverage will be provided upon request. We shall be provided with suitable access to the work area. If our work is dependent upon or must be undertaken in conjunction with the work of others, such work shall be so performed and completed as to permit us to perform our work hereunder in a normal Unless a time for the performance of our work is specified, we shall undertake it in the course of our normal operating schedule. We shall not be liable for any failure to undertake or complete the work for causes beyond our control, including but not limited to, fire, flood, or other casualty, labor disputes or other disagreements, and accidents or other mishaps, whether affecting this work or other Unless a lump sum price is to be paid for the foregoing work and is clearly so stated, itis understood and agreed that the quantities Ifthef foregoing meets with your acceptance, kindly sign and return our proposal and complete the project information below. Upon it's receipt, it is understood that the foregoing, including the terms and conditions set forth shall constitute the full and complete agree- THIS PROPOSAL EXPIRES THIRTY (30) DAYS FROM THE DATE HEREOF, BUT MAY, AT THE SOLE OPTION OF THE COM- payment. able extension oft time. uninterrupted single shift operation. operations in which we are involved, directly ori indirectly. referred to above are estimates only andi that payments shall be made att the stated unit prices. ment between us. PANY, BE. ACCEPTED. AT ANYLATERI DATE. RESPECTFULLY: SUBMITTED: ACCEPTED BY: Brian Strickland ROBERTS ANDF ROBERTS, INC, SIGNATURE/TILE/DATE PROJECT /OWNER INFORMATION YOURI PROJECT NAME ORI DESCRIPTION: PROJECT LOCATION OR ADDRESS: PARCEL IDENTIFICATION NUMBER: COMPANY & BILLING ADDRESS: PHONE NUMBER. ANDE EMAIL. ADDRESS: 13