BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

Similar documents
DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

SPECIFICATIONS - DETAILED PROVISIONS Section Site Grading C O N T E N T S

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

INVITATION TO BID. Prospective bidders are encouraged to conduct a pre-bid site visit to aid in their bidding assessments.

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON.

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

Union County Vocational - Technical Schools Scotch Plains, New Jersey

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

JUDD STREET LIFT STATION DEWATERING CONTRACT

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

Title 15 BUILDINGS AND CONSTRUCTION

CITY OF MARSHALL, MINNESOTA

Request For Proposals

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

de-construction of Old City Hall

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of:

Title 13 PUBLIC SERVICES

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/

GREENVILLE CENTRAL SCHOOL P.O. BOX STATE ROUTE 81 GREENVILLE, NY NOTICE TO BIDDERS

CHAPTER 3 EXCAVATIONS

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

DIVISION 2- EXISTING CONDITIONS

DEMOLITION TRADE SPECIFICATION

1. Before selective demolition, Owner will remove the following items:

Application for Right of Way Permit

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

A. Section includes: removal of paving, pipes and utilities, and other site items as required by the project drawings.

SECTION UNCLASSIFIED EXCAVATION AND GRADING

PUBLIC WORKS DEPARTMENT

General Rules and Regulations

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

GRAYSON COUNTY POLICY, PROCEDURES AND SPECIFICATIONS OF GRAYSON COUNTY, TEXAS FOR THE INSTALLATION OF DRIVEWAY

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

Fill material and Top Soil

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

Main Building Auditorium

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

CITY OF BILLINGS BUILDING & SAFETY DIVISION

City of Jacksonville Finance Department

WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL. City Park Playground Equipment.

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

SECTION A1 EXCAVATION AND BACKFILL GENERAL

Bidding Conditions Attachment C

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

PAVING AND RESURFACING FY TOWN OF OAK ISLAND, NC

SECTION EXCAVATION AND FILL

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

Residential Sewer Backup Prevention Program

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

REQUEST FOR PROPOSAL DEMOLITION & REMOVAL OF THE OLD TOWN HALL 2278 US ROUTE 4 EAST

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ARTICLE 1. FIRE LIMITS AND BUILDING REGULATIONS

City of Eagle Point 2017 Paving Instruction to Bidders

Both envelopes must have the following information in the lower left hand corner:

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

BONDING REQUIREMENTS AND PROCEDURES

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

Highlands Housing Authority

COUNTY OF CHIPPEWA APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION TRENCHING & BACKFILLING

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

SAN DIEGO STATE UNIVERSITY PACIFIC CORNERSTONE ARCHITECTS TENOCHCA HALL PROJECT NO FAN COIL UNITS, RESTROOM AND FINISH RENOVATION

Construction Specification for General Excavation

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

CITY OF DE SOTO Miller Park Trail Extension and Picnic Table Pads

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

DINÉ COLLEGE Request for Proposals (RFP)

Bill of Quantity (BOQ)

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION 807 PUMP STATION REHABILITATION

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

INVITATION TO BID CITY OF HOPKINSVILLE

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM

CITY OF SOUTH LAKE TAHOE APPLICATION FOR ENCROACHMENT, EXCAVATION and GRADING WITHIN THE CITY RIGHT OF WAY

Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m.

INVITATION TO BID CITY OF HOPKINSVILLE

Transcription:

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819 L Street, Belleville, KS 66935 [1]

INCLUDED IN THIS PACKAGE 1) COVER SHEET 2) NOTICE TO BIDDERS 3) INSTRUCTIONS TO BIDDERS 4) ADDITIONAL INFORMATION 5) OFFICIAL BID FORM 6) NON-COLLUSIVE FORM 7) SCOPE OF WORK 8) AGREEMENT FOR SERVICES (SAMPLE) ATTACHMENT A PROJECT AREA REFERENCES ASBESTOS SURVEY FOR 1712 M ST. AND 1718 M ST. PREPARE BY NORTH CENTRAL REGIONAL PLANNING COMMISSION ASBESTOS, LEAD BASED PAINT, AND MOLD SURVEY FOR 1704 M ST. PREPARED BY TERRACON CONSULTANTS, INC. SHOULD ANY OF THE ABOVE DOCUMENTS OR PAGES BE OMITTED, PLEASE CONTACT CITY HALL AT 785-527-2288 FOR IMFORMATION. [2]

NOTICE TO BIDDERS Sealed bids will be received at City Hall, Belleville, Kansas no later than 2:00 P.M., December 22 nd, 2016 and publicly opened at that time for the DEMOLITON of the COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET (as identified in Attachment A): To be used by the City of Belleville, Kansas in accordance with specifications to be procured from the City Hall, 1819 L Street, Belleville, Kansas 66935. Specifications and other contract documents may be obtained or examined at the City Hall, 1819 L Street, Belleville, Kansas 66935. A pre-bid meeting will be held on December 14 th, 2016 @ 1:00 P.M. and begin at City Hall. Attendance is mandatory for prospective bidders. The City reserves the right to waive any informality, accept the bid deemed most favorable to the City or to reject any or all bids. Each bidder must deposit with his bid a bid bond or certified check in an amount as outlined in the specifications. Adv. Date: December 7 th, 2016 Neal Lewis City Manager [3]

INSTRUCTIONS TO BIDDERS 1. Sealed bids shall be addressed in care of the City of Belleville, 1819 L Street, City Hall, Belleville, Kansas 66935 with the item or items bid upon so stated on the outside of the sealed envelope. 2. Sealed bids may be submitted via mail or hand delivered before the bid opening. If submitting by mail, bidder is responsible for ensuring that bids are received by city hall prior to the bid opening. 3. Bids shall be submitted on the Proposal Sheet provided with these specifications. 4. Non-Collusive Certificate must be completed, signed and returned with the Official Bid Form. 5. Proof of insurance as required, shall be filled out by the insurer and be submitted along with the bid, to the City Manager for approval. Bids submitted without proof of insurance may not be accepted. 6. Unless otherwise provided, all bids shall be submitted on the forms provided. Unsolicited bids not conforming to the specifications or forms shall not be considered. 7. The City of Belleville reserves the right to accept or reject any and all bids and award the contract to the bidder deemed most favorable to the City. The City of Belleville shall be the sole judge of all equivalencies. 8. Total cost for demolition of all structures identified in Attachment A shall be submitted. 9. Cost of the demolition shall conform to the specification documents provided. 10. The City will provide and make available, upon request, copies of reports regarding asbestos and lead based materials located within the project area. Reports may be viewed at city hall or acquired through the city s website at www.cityofbellevillekansas.com. 11. A pre-bid meeting will be held on December 14 th, 2016 @ 1:00 P.M. beginning at City Hall. Attendance at the pre-bid meeting is required for bid to be accepted. 12. If there are any questions concerning these specifications, please contact Neal Lewis, City Manager, 1819 L Street, Belleville, KS 66935 or telephone (785) 527-2288. 13. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the bid for those items bid upon. Such certified check or bid bond is to be made payable to the City of Belleville, KS and is to be held as a guarantee that in the event the bid is accepted and a contract awarded to the bidder, the contract will be duly executed and its performance properly secured. In default thereof, said guarantee will be forfeited to the City of Belleville as liquidated damages. 14. The successful Bidder shall be required to execute an "AGREEMENT FOR SERVICES " contract upon City acceptance, a copy of which is provided herein. [4]

ADDITIONAL INFORMATION 1. All work shall be performed in strict conformance with applicable federal, state and local rules, laws, and regulations. 2. Bid price shall be good for one (1) calendar year commencing on the date of the bid of the bid year. 3. Successful bidders are required to provide a qualified representative to provide on-site progress to the City Manager. 4. The City Manager shall be notified of the beginning and the completion of the demolition work. [5]

CITY OF BELLEVILLE OFFICIAL BID FORM Demolition of Commercial Structures in the 1700 Block of M Street (as identified in Attachment A) This is to certify that I have read the attached bidding documents completely, have inspected the site and that the work to be furnished will meet or exceed the attached specifications. TOTAL COST $.00 BID DEPOSITS: Computation of Bid Deposits shall be 5% of the total of the Estimated Total Cost column for those items thereon. COMPANY NAME: AUTHORIZED SIGNATURE: TITLE: ADDRESS: EMAIL: TELEPHONE NO: FAX NO: DATE: Bidder shall submit Proof of Insurance and Non-Collusive Form along with this bid. [6]

NON-COLLUSIVE FORM By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in the bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and 3. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Name of Corporation By: Title Partnership By: Partner Individual Signature Date: [7]

1. GENERAL: SCOPE OF WORK FOR THE DEMOLITION OF COMMERCIAL BUILDINGS IN THE 1700 BLOCK OF M STREET (AS IDENIFED IN ATTACHMENT A) CITY OF BELLEVILLE, KANSAS The Contractor for the work herein shall be held to have read all of the conditions of this contract, and he will be bound by all of the conditions and requirements herein. 2. SCOPE OF WORK: (a) The Contractor shall furnish all labor, materials, tools and equipment necessary to perform the demolition work indicated herein. (b) The Contractor shall perform the following in connection with this contract: Demolition of the structures as shown in Attachment A Protection of existing adjacent structures and property. Remove basement walls to a point at least 4 below finished floor elevation. Basement floor shall be fractured throughout to allow passage of subsurface water through the floor. Removal from site of all excess debris. All loose debris in the basements shall be removed before backfilling. Protection of existing trees, public sidewalks, signs, utilities and other items that are to remain as required. Existing sidewalk on the North, East, and South sides may be removed as needed. Contractor shall saw cut and remove to nearest existing joint. Limit removal of pavement in the existing alley on the west side of the building to avoid disrupting existing utilities. Obtaining all required permits and paying of all fees. Disconnecting, capping and sealing of existing sanitary service in accordance with instructions from the City s Director of Public Works. Backfilling and compacting of basement areas, etc. Verify all utilities, prior to demolition, have been disconnected. [8]

3. DEMOLITION: (a) Demolition shall be conducted in a timely manner and shall be completed within 45 days of the Contractor s Notice to Proceed. Work shall be started no later than May 1, 2017. (b) All demolished materials become the property of the Contractor, unless otherwise indicated and shall be promptly removed from the site. (c) The Contractor shall remove all equipment, machinery, trade or other fixtures remaining in the building. (d) All damage incurred in the demolition operation to structures, walks, paving or other property to remain shall be the responsibility of the Contractor; he shall pay all costs resulting from such damage. (e) The demolition shall be conducted in strict accordance with all laws, ordinances and codes having jurisdiction. (f) The contractor shall review reports provided by the city in regards to asbestos and lead-based materials contained within the structures and remove and dispose of such material in accordance with state and local laws. (g) All existing utilities disconnects will be completed by the City of Belleville. Contractor shall verify prior to start of demolition. (h) During demolition operations, the Contractor shall keep the work wetted down to prevent dust and dirt rising. The Contractor shall arrange to obtain water. 4. MAINTAINING TRAFFIC: (a) The Contractor will not close or obstruct streets or store materials on sidewalks, alleys passageways or rights-of-way, unless authorized by the City Manager or his designee. (b) The Contractor will conduct his operations with a minimum interference with roads, streets, driveways, alleys, sidewalks and other means of ingress and egress. (c) The alley on the West side of the project may be closed during demolition. (d) The Contractor shall provide, erect and maintain lights, barriers and other items as may be required to maintain traffic, or as required by local ordinance. 5. PROTECTION OF PROPERTY: (a) The Contactor shall protect adjacent property against damages which might occur from falling debris or other cause. (b) Where applicable, the Contractor shall take precaution to guard against movement or settlement of adjacent buildings. The Contractor shall provide and [9]

place bracing and shoring as required. If at any time the safety of adjacent structures appears to be endangered, the Contractor shall cease operations and notify the Building inspector. (c) If additional shoring or bracing is required, it shall be furnished without additional cost by the Contractor. (d) The Contractor shall maintain access to, and from, adjacent properties as required. 6. SALVAGE OR DISPOSAL: The Contractor shall be entitled to all materials, except as specifically tagged and marked to be removed by the City, from the building to be demolished; but all piping, conduits, cables and other equipment belonging to public services companies shall not become the property of the Contractor, unless abandoned by the various companies owning or controlling the same. 7. DEMOLITION PROCEDURE: (a) Material and debris resulting from the demolition shall be removed from the premises as rapidly as possible by the Contractor. (b) Chutes for the removal of materials and debris may be provided in all such parts of demolition operations as are more than twenty feet above the point where the removal of materials is affected. Such chutes shall be completely enclosed and shall be equipped at the bottom with a gate or stop to provide a suitable means of closing or regulation the flow of the material. Chutes shall not extend in an unbroken line for more than twenty-five feet or less with substantial stops to prevent descending material from obtaining dangerous speeds. (c) After demolition of the building, all refuse and debris caused by the demolition shall by removed from the site. No material shall be allowed to remain within, or to be used to fill, and basement area or other sub-surface void or vault. (d) Contractor shall be responsible for the removal and proper disposal of all materials and shall provide the City with landfill receipts prior to release of payment. Debris to be delivered to qualified landfill in accordance with state and local codes and ordinances. All loads shall be covered and secured prior to and during transport. The contractor relieves the City of all liability in the disposal of debris. The contractor is responsible for all fees and permits, if applicable. 8. BACKFILLING OPERATIONS: (a) Upon removal of required structures and debris, soil shall be placed and compacted to finish grade. All soil will be provided by the City of Belleville. Soil stockpile is located at the City Shop, 1204 9 th Street. Contractor will be responsible for loading and hauling. (b) Soil fill shall be compacted with proper equipment in layers not to exceed 6 compacted thickness to a minimum density of 90% of standard proctor. [10]

(c) Final site grading shall be as directed by the City. (d) City of Belleville will be responsible for seeding and mulching of site. 9. UTILITIES REQUIRED DURING CONTRACT: All utilities and services necessary for the completion of the work shall be installed by, or for the Contractor, at his expense, and shall be removed when no longer needed. 10. PRIVATE PROPERTY: The Contractor shall not enter upon private property for any purpose without obtaining written permission, and shall be responsible for the preservation of all public property, trees, monuments, and other items along, and adjacent to, the street and/or right-of-way, and shall use every precaution necessary to prevent damage or injury thereto. The Contractor shall take suitable precautions to prevent damage to pipes, conduits, and other underground structures, and shall protect carefully from disturbance or damage all monuments and property marks, until an authorized agent has witnessed or otherwise references, their location and shall not remove them until directed. 11. REMOVAL OF CONSTRUCTION EQUIPEMENT, TOOLS AND SUPPLIES: At the termination of this contract, before acceptance of the work by the City, the Contractor shall remove all equipment, tools and supplies from the property. Should the Contractor fail to remove such equipment, tools and supplies, the City shall have the right to remove same and charge the Contractor for storage. 12. SHORING AND BRACING: (a) The Contractor shall be responsible for providing all bracing, shoring, needling, anchoring and other supports for other work in this contract. The nature of the work as it progresses may require an order to make the existing adjacent work stable and secure, even where such items are not specifically called for. These items shall be of adequate size for their purpose and shall consist of sound timbers or steel shapes with provision for adjustment. (b) The Contractor shall be held responsible for all damage due to his failure to provide adequate shoring and bracing of work in this contract. 13. PUMPING AND DRAINAGE: The Contractor shall provide and maintain all pumps, hose, strainers, connections and other equipment necessary to continually remove water of any kind or source from pits, tunnels or other locations where work in this contract is to be done. Contaminated water not suitable for disposal to stormwater systems may be disposed of via sanitary sewers upon authorization from the City Manager or his designee. [11]

14. ADJOINING PROPERTY: (a) The Contractor shall be fully responsible for any and all damage or injury to property outside of the project limits caused by his work. (b) The City shall be relieved of any and all responsibility from any and all claims due to such injury or damage, and the Contractor shall defend any action or law or equity brought by reason thereof. 15. RUBBISH DISPOSAL: The Contractor shall be responsible for the disposal of all rubbish generated. 16. LIFTING DEVICES AND HOISTING FEATURES: (a) The Contractor shall provide hoists and other lifting devices necessary for the execution of this contract, including all operating personnel as required. (b) Equipment shall be provided by the Contractor with proper guys, bracing and other safety devices as required by Federal, State and Local codes. 17. BARRICADES AND SIGNS: The Contractor shall provide an adequate snow/barrier fence and signs and take all necessary precautions for the protection of the work and the safety of the public. City of Belleville will provide fencing to be used during demolition and to remain after completion of work. 18. INSURANCE: The Contractor shall at all times during the Contract maintain in full force and effect liability insurance (minimum $1,000,000) and workman s compensation coverage for any employee on the job site. Contractor shall provide certification of insurance to the City with the bid. 19. Performance of the covenants of this contract by the Contractor shall be to the satisfaction of the Director of Public Works and Utilities. 20. Contractor shall hold City harmless from all claims arising out of the operations hereunder. 21. It is mutually agreed that the Contract is an independent contractor and not an employee, agent or servant of the City. [12]

AGREEMENT FOR SERVICES BETWEEN THE CITY OF BELLEVILLE, KS AND FOR DEMOLITION OF COMMERCIAL BUILDINGS IN THE 1700 BLOCK OF M STREET (AS SHOWN IN ATTACHMENT A) This agreement made this day of, 20 by and between the CITY OF BELLEVILLE, KANSAS, a municipal corporation hereinafter referred to as City, and hereinafter referred to as Contractor, witnesses that the City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. Work: 1.1. The work is generally described as building demolition, asbestos removal (if applicable) of 3 commercial structures located in the 1700 block of M Street (as shown in attachment A) and grading of site. The Contractor shall furnish all labor and materials necessary to facilitate the Project as described in the Scope of Work. 2. City Representatives: 2.1. The Project has been initiated by the City Manager and Director of Public Works and Utilities will act as the City s representative, assume all duties and responsibilities and have the rights and authority assigned to the City Manager and Director of Public Works and Utilities in accordance with the Scope of Work. 3. Contract Time: 3.1. The work will be substantially completed within 45 calendar days from the date when the Contract Time commences. Contract Time shall commence no later than May 1, 2017. 4. Contract Price and Payment Procedures: 4.1. The City shall pay the Contractor for completion of the work in accordance with the Scope of Work the total sum of $0000.00 ( ) upon certification thereto by the Director of Public Works and Utilities. 4.2. The Contractor shall submit Applications for payment at the completion of the work. Applications will be processed by the Engineer, and upon determining the Contractor s satisfactory completion of the work in accordance with the Scope of [13]

Work, the City will make payment within thirty (30) days form the request for payment. 4.3. A partial payment may be requested, not to exceed one half of the total sum. At a time in which it is agreed upon by the Director of Public Works and Utilities that 50% of the work is completed. 5. Other Considerations: 5.1. The Contractor shall hold City harmless from all claims arising out of the operations hereunder. 5.2. It is mutually agreed that Contractor is an independent contractor and not an employee, agent or servant of the City. 5.3. IN WITNESS WHEREOF, the City and the Contractor have signed this AGREEMENT in duplicate. One counterpart each has been delivered to the City and the Contractor. 5.4. This AGREEMENT will be effective upon its signing of each party thereto and will be binding until the acceptance by the city of all the work therein. CITY OF BELLEVILLE CONTRACTOR BY: TITLE: BY: TITLE: (SEAL) ATTEST: DATE: ATTEST: DATE: (SEAL) (SEAL) Address for giving Notices: Address for giving Notices: City of Belleville 1819 L Street Belleville, KS 66935 [14]