Loading...
Monroe LLC/ENG/24,400/demo of property at 220 w 106th \ MONROE LLC Engineering-2013 Syr, Appropriation#212-509; P.O. #25300 e Ep. Contract Not To Exceed$24,400.00 � ® DAN AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Monroe, LLC, an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 212-509 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3, PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Twenty Four Thousand Four Hundred Dollars ($24,400.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Engineering Department Bid Proposal Package for "Residential Structure and Site Demolition at 220 W. 106th Street Carmel, Indiana" received by the City of Carmel Board of Public Works and Safety on or about October 16, 2013, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. �VUnppl4ia,hiaMmVANylvr,IN'mn,RW,d S.,.A('ad S..0 nEin«mEl11 Ty()Vµf)I:Ui'.NnNknItI Slmi,, !31W 11%ii.SI.,.d,&S .wra, ..IM19/YII t 1.:41'1) •,` MONROE LLC • Engineering-2013 Appropriation#212-509; P.O.#25300 Contract Not To Exceed $24,400.00 5, TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same (Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. S. DEFAULT: in the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. INU•np,nlYtvr•bY-vMgilL\N'Mnn11(onvaeuV'e.J.S•ae Llk F,ti•ciV:n^imen,'2OIl'fGNROL Ill:-k&,kn2t\uuuurc`xiµIIMir,S,-r,, a. S,,,i.&. IWIalUIl 1:311 MI MONROE LLC Engineering-2013 Appropriation#212-509; P.O. #25300 Contract Not To Exceed$24,400.00 Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10, GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY Pursuant to I.C. § 22-5-11 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E-Verify Law11), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. �WVrnsrVr.IWvrrLia adtinrLAU'u1vn.T('rnlnel.Ner/Crar k(i M,tiravV n(;innririe\4111\NONWIC Il('-R l...t Suwrwe_VIS'I(km Si-real.k 4ni. di ;10/IYY'lS I;Si P\lJ MONROE LLC Engineering-2013 Appropriation#212-509; P.O.#25300 Contract Not To Exceed $24,400.00 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square ATTENTION: Mike McBride Carmel, Indiana 46032 If to Vendor: Monroe LLC 4440 W St. Rd. 46 Nashville, IN 47448 Telephone: 812-988-1615 E-Mail: jsmonroe @iquest.net ATTENTION: John Simpson Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. �\Vas.i:.pp,,Wv,.l.0 ab.vNAW.h,,,.IK'mlr+rr.Vt,J S..r hIT,LL.S.f.V:n�inr.mFM'I\MOM IL I.1' I&wrn'4'S, w,t_`!11W 1!I(h.i-h,,th6 Gt.i�0u:1(MIN/?lli 1:'i"MI MONROE LLC Engineering-2013 Appropriation#212-509; P.O.#25300 Contract Not To Exceed$24,400.00 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2013 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. \Ucrapp:Wper U.v aAmnY-1Nklurn�!l.nuatvNnJ s, h(,.4,ti«V nSineennylMll)\N(INftIIF Il C' '&%d! I Sna,a l2U N'IN*,F U.Ii'rl,.. S '•,.&r.I MIN/NUI,:.41'NI MONROE LLL' 3 } :, h 1":ngineenng-2013 e ,C ,4A=Appfopnauon#212-509: P.O.#25300 "•Couvact iska To Exceed$24.400.00 • a ti,28 "„l .;ENTIRE AGREEMENT: s x�' .,: , . This "Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire %,": agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral is ,, or written representations and agreements regarding same. Notwithstanding any other term or condition set r y,y ; "', forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit ' attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. i;, 4, .._`F 'IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Monroe LLC . by and through its Board of Public Works and Safely By: By: ;, e • ames Brainard, P e idi g Officer A hdrized Signature [He: //// A ��,,., � � , Printed Name Ma An :urke, e ber Date: -• /3 o / MVw1'1t2C Title Lori S. + • ,• , 9 ember FIDITIN: 37- 14 Kr3pa 3 Dale: it/0/r3 Last Four of SSN if Sole Proprietor: ATTEST: / Date: ID -;,:).8 - 1 3 . / 9 - • 4 Dlana Cordray,•;IAMI r erkpTreasurer � ` t ; � Date�A2` I 6/' 3 ' �� +��a ��Y"`it s4.S 1�,�'sa '. 4.z,N irM+ b° �S z 4 ti b'h4 + yY } fl • Yk ��' y IVwn,pIMGV.-Xlw'JAN1.NM('�+.eWYn s.a.t4-.4 .�ln,�e,,$iSI\N N'II,M:IIi'.GaY't"" ewe.\\ thc. [...FkSm� p�.IVIC]M l,,},All gr.' ' BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company: \ A I t `� loo cot LLL Residential Structure and Site Demolition at 220 W. 106th Project Name: Street Carmel, Indiana. Date Submitted: / 0 - - / 3 Bid Amount: oC g 00 TWn„+y E' kf I Iicvsancl � kt ginclfeci YES / O (quoter) is claiming "Local Preference" on — Circle this project. one CITY OF CARMEL BID PROPOSAL SHEET Residential Structure and Site Demolition at 220 W. 106th Street Carmel, Indiana. Item Item Quantity Unit Unit Cost Total Cost *1 DEMO AND REMOVAL, HOUSE i LS S a`i,yoU S .2y, /oo *2 DEMO AND REMOVAL, GARAGE 1 LS S `i.yoo S `/ you Total Quote _ X8,800 S .8 Soo Notes: * Each Item (#I and 2 above) shall be independent of each other and quoted as individual projects. The City may select one or the other or both at the City's discretion. Exhibit A t � � CITY OF CARMEL ENGINEERING DEPARTMENT ONE CIVIC SQUARE CARMEL, IN 46032 REQUEST FOR QUOTE FOR Residential Structure and Site Demolition at 220 W. 106`h Street Carmel, Indiana. October 1, 2013 To: John Simpson Monroe LLC, Site Work 4440 West St Rd. 46 Nashville, IN 47448 Ph# 812-988-1615 Ph# 317-847-2697 jsmonroeciquest.net Re: Request for Quote for Residential Structure and Site Demolition quotes at 220 W.. 106°i Street in Carmel, Indiana. To whom it may concern: Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana will receive sealed quotes for the "Residential Structure and Site Demolition quotes at 220 W. 106t Street in Carmel, Indiana." at the office of the Clerk Treasurer, One Civic Square, Carmel, Indiana (City Hall) anytime prior to, and no later than 10:00 a.m. Local Time on, October 16, 2013, and commencing as soon as practicable thereafter during a regular Board of Public Works Meeting on the same date, such quotes will be publicly opened and read aloud in the Council Chambers of City Hall. No late bids will be accepted. All bids and proposals shall be properly and completely executed on the proposal forms provided with this request and specifications and submitted as follows: I. Bid Proposal Summary Page and Bid proposal Sheet, page 5 . 2. Followed by a copy of this request, sheets 1-4. The bid envelope must be sealed and have the words "BID — Residential Structure and Site Demolition at 220 W. 106" Street Carmel, Indiana." It is intended that actual construction of all work divisions shall be started as soon as practicable or as directed, and each bidder shall be prepared to enter promptly into a construction contract, furnish a performance bond, and begin work without delay in the event the award is made to him. The Project consists of, but is not necessarily limited to, the following: 5 Structure demolition and rernovalr as described in this request including abandoning utilities and underground well and septic or sewer, site clean-up and lawn restoration. Bidders shall assure that they have obtained complete sets of Quote Documents and shall assume the risk of any errors or omissions in quotes prepared in reliance on incomplete sets of Quote Documents. This Project will be funded by City of Carmel. For special accommodations needed by handicapped individuals planning to attend the public bid opening meeting, please call or notify the city of Carmel, Engineer's Office, at (317) 571-2441 at least forty-eight(48) hours prior thereto. The City of Carmel reserves the right to reject and/or cancel any and all Quotes, solicitations and/or offers in whole or in part as specified in the solicitations when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5-22-18-2. Re: Residential Structure and Site Demolition at 220 W. 1061x' Street Carmel, Indiana. The following is a Request for Proposal (RFP) by the City of Carmel for Residential Structure and Site demolition. The City of Carmel is inviting quotes for the project for completion as soon as feasible. If awarded, the City would require a contract with the successful contractor and a field meeting to review the parcel where demolition will be required. The property is in the attached Exhibit"A" and the following shall be considered in the quote: Specifications: Please refer to the latest edition of the INDOT Standard Specifications. I. Quote: The quote should be per the pay items provided for the entirety of work on the project and as directed by the City of Carmel, in accordance with the latest edition of the INDOT Standard Specifications, specifically 202.06. This will include all out-buildings or sheds on the parcel. 2. General Scope: Demolition and total removal and disposal of all standing structure(s), fallen structure(s), portions of structure(s) and any debris associated with or created by the demolition of the structure(s). This includes any part of a structure as shown on the exhibit provided and titled 220 W 106th Street Demo and dated Oct 1, 2013. The City of Carmel will not be liable for any unauthorized removal. The removals shall also include building foundations and any other encountered underground footers or facilities. The well and septic shall be abandoned and retired to ISDH guidelines and per all local, state, federal and industry standards and regulations. Utilities shall also be retired, abandoned and or removed per the utility and shall be coordinated with the utility by the contractor. Removals shall include any loose debris and brush generated by the work itself. Concrete walk and slabs associated with the structure(s) shall be removed with the exception of all concrete pavements for the driveway between I 06th Street and the house, which shall remain and 2 / 3615 • damages shall be avoided. Work associated with the removal of any fuel tanks or pumps within the structure shall be included in the scope of this work and all associated costs included within the items for pay. tt 3. Landscape Removal: Any tree or brush removal for convenience of access :1, _. ' to the structure demolition or removal shall be requested and only permitted if t approved by the City. If approved by the City, this will not be paid for separately but shall have been considered in the other items for pay. This material shall also be removed in its entirety. 4. Disposal: Removal from property and disposal of any materials shall be per all local, state, federal and industry standards and regulations. 5. Hazardous Materials: There are no known hazardous materials on the property; however, any encountered hazardous materials shall be removed and disposed of per all local, state, federal and industry standards and regulations. A Hazardous Material Inspection is required but will not be paid separately but shall be considered within the cost of the items within the quote. 6. Restoration & Gradine: Restoration will be required at the time of .1 demolition and shall consist of mulched seeding of all areas disturbed by • a• equipment or demo and removals. Restoration shall include mulched seeding of any excavated or graded lawn areas. Top soil shall be placed at a minimum ' depth of three inches and fine graded for the suitable growth of vegetation. The top soil shall he per INDOT specifications and graded such that ,ti settlement to the surrounding grade of the excavated area is accounted for. Grading shall consist of filling the excavated areas utilizing and grading the surrounding area into the excavation (s) and ensuring positive drainage. 7. Exhibit: The areas of removal will be represented in the Exhibit provided. Any disturbed areas or damages outside of the removal area shall be the responsibility of the contractor to restore to lawn. 8. The Pay Items: The pay items quoted shall include all Maintenance of Traffic necessary plete the project. No road closures will be considered and any restrictions shall be coordinated with the City of Car in advance of the restriction. Any MOT required shall be in at lord!nc 48 hours the Indiana Manual on Uniform Traffic in accordance with .:-,1 Hr—hwav_s. The Demolition and Removal Control Devices for work, incidental labor e Streets and Lump Sum Item shall include all necessar equipment, materials and an Y.to complete the work S Other temperature sensitive ite as described tncidental work an amount of re ms have to be del herein, /� fh remaining taina� ayed b e el e�(f�al y o tv°1.ti Je would be held (p eyondthe r eala inmo and acc gad tvotfl be CpVer Come mithn . eptato/eaS d th: thI00 cle° per °f thpro U j p t0 �� and secas nets are feet by the n te/� 4110 d any°Ost ed these S Ilfl�p �� �S� 0�fL. vo,k shad °'Ce tOhPrp/eeted a sp be 4t II toe Pet.02."loci eed dal 0/�lrrlet �j���e� r��,, ��Or� afNr e orlh orsh�ll 1 l�'�f/� 'JNnD0f/ ' a,, 7p0p e4°rep �,� 0 6�f icofi.? eF � VA, �h ��l rf ° y �� l I �' 0 ii ` p/ 0 f f t �i '/ damages shall be avoided. Work associated with the removal of any fuel tanks or pumps within the structure shall be included in the scope of this work and all associated costs included within the items for pay. 3. Landscape Removal: Any tree or brush removal for convenience of access to the structure demolition or removal shall be requested and only permitted if approved by the City. If approved by the City, this will not be paid for separately but shall have been considered in the other items for pay. This material shall also be removed in its entirety. 4. Disposal: Removal from property and disposal of any materials shall be per all local, state, federal and industry standards and regulations. 5. Hazardous Materials: There are no known hazardous materials on the property; however, any encountered hazardous materials shall be removed and disposed of per all local, state, federal and industry standards and regulations. A Hazardous Material Inspection is required but will not be paid separately but shall be considered within the cost of the items within the quote. 6. Restoration & Grading: Restoration will be required at the time of demolition and shall consist of mulched seeding of all areas disturbed by • equipment or demo and removals. Restoration shall include mulched seeding of any excavated or graded lawn areas. Top soil shall be placed at a minimum depth of three inches and fine graded for the suitable growth of vegetation. The top soil shall be per INDOT specifications and graded such that settlement to the surrounding grade of the excavated area is accounted for. Grading shall consist of filling the excavated areas utilizing and grading the surrounding area into the excavation(s) and ensuring positive drainage. 7. Exhibit: The areas of removal will be represented in the Exhibit provided. Any disturbed areas or damages outside of the removal area shall be the responsibility of the contractor to restore to lawn. 8. The Pay Items: The pay items quoted shall include all Maintenance of Traffic necessary to complete the project. No road closures will be considered and any restrictions shall be coordinated with the City of Carmel at least 48 hours in advance of the restriction. Any MOT required shall be in accordance with the Indiana Manual on Uniform Traffic Control Devices for Streets and Highways. The Demolition and Removal Lump Sum Item shall include all work, incidental labor, equipment, materials and any other incidental work necessary to complete the work as described herein. In the event that temperature sensitive items have to be delayed beyond the Completion Date, an amount of retainage would be held to cover the estimated cost of the remaining work and would be released upon completion of the work remaining and acceptance of the project by the Owner. 9. Permitting: I f any permits are required these shall be the responsibility of the contractor to secure and any cost shall also be included within the cost of the work and pay items. 10. Contract Time: The selected Contractor shall have 20 calendar days from the official Notice to Proceed date or the agreed upon start date. Absolutely no work shall be permitted after 7:00 PM to the folloviina.morning at 7:00 3 AM or anytime on Sunday's unless otherwise approved by the City of Carmel Engineering Department. 11. Utilities: It is the Contractor's responsibility to coordinate with the Utility Companies to determine if disconnection has been, or needs to be, performed prior to starting work. Any utilities requiring removal under pavement shall be cut at the edge of pavement to avoid damages to the pavement that remains in place. 12. Pre-bid meeting: A Pre-bid meeting is not scheduled and not required but can be scheduled and accommodated it-requested on an individual basis. 13. Quote Submittal: If you choose to quote the project, please have submitted to the City of Carmel per the direction in the notification above. Thank you for your consideration of this request and please contact the Carmel Engineering Department at (317) 571-2441 with any questions. Sincerely, City of Carmel Engineering Department 4 coh