OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

Similar documents
Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

Televising and cleaning of Sanitary Sewer & Storm Sewer lines City of Hudson

WINDOW WASHING

Project Name, Improvement District No. Improvement District Number

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

REQUEST FOR QUOTATION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

Black Hawk County Engineer

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

Town of Lee Septic Tank Pumping Services

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

BERRIEN COUNTY ROAD COMMISSION

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

Project Manual and Bid Documents. City of Ranson 2017 Street Paving Projects. City of Ranson, West Virginia

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Landscaping and Mowing. City of Ranson, West Virginia

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

INSTRUCTIONS TO BIDDERS

Request for Tender. Humidifier Replacement February 19, 2013

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

Project No Paving & Seal Coat of 52 nd Street NE

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Demolition of Water Ground Storage Tanks

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For 2018 GROUNDS MOWING BID

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

REQUEST FOR PROPOSAL

SEWER LATERAL REPAIR APPLICATION

MOBILE LAPTOP CHARGING CARTS BID: # BOE

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

HEATING AND COOLING SYSTEM MAINTENANCE

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

Sayreville Housing for Seniors Corporation Gillette Manor

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

Knox County Government and Strategic Equipment and Supply

TULLAHOMA UTILITIES BOARD TULLAHOMA, TENNESSEE INVITATION TO BID FOR UNDERGROUND TRENCH LESS CONDUIT INSTALLATION

Tree and Bush Clearing Bid Proposal Form

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

Request for Bids/Proposals for City-Wide Stump Grinding Project

INVITATION TO BID Retaining Wall

EXHIBIT 3 Page 1 of 12

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

Request for Tender. For: Boiler Replacement November 21, Telesat Court

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

Landscaping Services - Request for Quotations

SECTION INSTRUCTIONS TO BIDDERS

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Transcription:

SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013

NOTICE TO BIDDERS The City of Jeffersontown, will receive sealed bids for repairs to the Olmsted Stone Arch Bridge on Old Taylorsville Road over Chenoweth Run Stream. The bridge was damaged from a vehicular accident. Bids will be accepted until 9:00 am local Time on Friday June 7th, 2013, at City Hall City of Jeffersontown, 10416 Watterson Trail, and Jeffersontown, Ky 40299. All bids will be publicly opened and read aloud at 9:15 am Friday, June 7 th, 2013. Any bids received after the designated time will be returned unopened. The proposed construction consists of the repair of the north spandrel and parapet on the western side that was caused by a vehicular accident (see photos attached). Stones shall be replaced of similar type and size to meet the historical nature of the bridge. The stones are broken, spalled and mortar cracked in several locations for an estimated +/- 16 linear feet. The contractor shall remove all damaged debris and clean area as the result of the vehicular accident. The bid is a lump sum bid as indicated on the bid schedule. The contractor shall be prequalified for I16 bridge repair type work with the Kentucky Transportation Cabinet and have done similar type of bridge repair work in the past seven years. The City of Jeffersontown has made available the original Bridge Inspection Report dated August 2, 2007 along with the original Construction Plans Bridge Improvements for past damage repair work dated June, 2008. These documents, including information for bidders and specifications are on file for public inspection and viewing at the Jeffersontown City Hall, 10416 Watterson Trail, Jeffersontown, Kentucky 40299. Copies of these documents may also be picked up at City Hall through Friday, June 7 th 2013 9:00am. Proposals shall be properly and completely executed on the proposal form furnished to bidders. The Contractor awarded the work will be required to furnish an acceptable Surety Bond in the amount of one hundred percent (100%) of the contract price. The City of Jeffersontown reserves the right to reject any and all bids or to waive any informalities in bidding. CITY OF JEFFERSONTOWN JEFFERSONTOWN, KENTUCKY

INFORMATION TO BIDDERS 1. Bid Requirements. The Bid must be submitted on the blank form of Proposal annexed to these documents. The Bid shall give the lump price for the items of work as indicated on the bid schedule and scope. The Bidder shall sign the Bid and Enclose in a sealed envelope marked City of Jeffersontown Olmsted Stone Arch Bridge Repair Project. 2. Bidder's Qualifications. Each Bidder shall upon request by the City submit a Statement of Bidder's Qualifications. The City shall have the right to take such steps as necessary to determine the ability of the Bidder or any subcontractor to perform his obligation under the contract. The Bidder shall furnish the City all such information and data on himself or any subcontractor as it may request. The City reserves the right to reject any Bid where an investigation of the available information does not satisfy the City that the Bidder is qualified to carry out the terms of the contract. 3. Opening of Bids. Sealed bids will be received by the City up to 9:00 AM, on June 7, 2013, at the offices of the City of Jeffersontown, 10416 Watterson Trail, and Jeffersontown, KY 40299. Every Bid received within the time set for receiving Bids will be opened and read aloud on Friday June 7, 2013 at 9:15 AM. Bidders and other persons properly interested may be present for the opening. The City reserves the right to review all Bids prior to a formal award. The City has the right to select the best qualified bid, which may not necessarily be the lowest bid. No bids will be accepted after the above time and date. 4. Withdrawal of Bids. Bids may be withdrawn at any time prior to the time fixed for the opening of Bids. No Bid may be withdrawn for a period of thirty (30) days after the date of the opening thereof without the consent of the City. The bid security of any Bidder withdrawing his Bid in accordance with the foregoing conditions will be returned promptly. 5. Award of Contract. The Contract will be awarded to the qualified Bidder submitting the lowest and best Bid subject to the condition of the Invitation for Bids. The City reserves the right to reject any and all Bids and to waive any informality in Bids received whenever such rejections or waiver is in its interests. 6. Surety and Insurance. Prior to the execution of the Contract by the City, the successful Bidder and any subcontractor will be required to present the name of the surety company to be offered as surety, and to execute a Performance Bond in the penal sum not less than the amount of the Contract awarded. The Contractor and any subcontractor must also furnish the City prior to the execution of the Contract a Certificate of Insurance certifying that he is covered by Worker's Compensation in accordance with statutory requirements and by insurance against public liability and property damage sufficient to work under the proposed Contract as required by the section of the Special Provisions entitled "Insurance".

7. Contract Documents. The Contract Documents shall consist of the Information for Bidders, the Proposal, and the Specifications, the Bid Sheet, the Certificate of Insurance and all addenda issued, if any. 8. Indemnity. The Contractor shall indemnify, protect and hold harmless the City, and the City, their officers and agents, from all suits or claims of every kind or description brought against the City, or its officers and /or its agents, for or on account of any injuries or damages to persons or property received or sustained by any person or persons, or from the Contractor, his servants or agents, by or on account of work done under the Contract or extensions, further agrees that as much of the money due to him under this agreement as shall be considered necessary by the City may be retained until all such suits or claims for damages aforesaid have been settled and evidence to that effect has been furnished to the satisfaction of the City. 9. Contract Cancellation. The City has the right to cancel this contract at any time and to pay for work to date. 10. Public Relations. Any complaints should be referred by the Contractor to the City. 11. Equal Employment Opportunity. Attention of Bidders is particularly called to the requirements for insuring that employees and applicants for employment are not discriminated against because of their race, sex, creed, or national origin.

CITY OF JEFFERSONTOWN OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CONTRACT THIS AGREEMENT made this day of 2013, by and between a corporation organized and existing under the laws of the State of Kentucky, hereinafter called the "CONTRACTOR". The City of Jeffersontown, hereinafter called the "OWNER". WITNESSETH that the Contractor and the Owner for the considerations stated herein mutually agree as follows: ARTICLE I. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, material, machinery, tools, equipment and services, including utility and transportation services, and perform and complete all work required for the construction of the improvements, required supplemental work, and other related construction to complete the project, all in strict accordance with the Contract documents. ARTICLE II. The Contract Price. The Owner shall pay the Contractor for the performance of the Contract, in current funds, subject to additions and deductions as provided in Bid Proposal included as part of the specifications hereof, the sum of ($ ). ARTICLE III. Contract. The executed Contract Documents shall consist of the following: a. This Agreement b. Information to Bidders and Specifications c. Original Bridge Inspection Report and Original Construction Plans including Drawings/Details d. Lump Sum Bid Sheet THIS AGREEMENT, together with other documents enumerated in this Article III, which said other documents are as fully apart of the Contract as if hereto attached or herein repeated, forms the Contract between the parties hereto. In the event that any provision in any component part of this Contract conflicts with any provision of any other component part, the provision of the component part first enumerated in this Article III shall govern, except as otherwise specifically stated. IN WITNESS WHEROF, the parties hereto have caused this Contract to be executed in three original copies on the day and year first above written:

CONTRACTOR Signature By: Print Name/Title OWNER Signature By: Print Name/Title CERTIFICATION: I,, certify that I am the (Name) of said Corporation; that said (Title) Agreement was duly signed for and in behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. Signature By: Print Name Title WITNESS:

CITY OF JEFFERSONTOWN, KENTUCKY OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS 1. GENERAL All materials and methods of construction shall conform to established standards and specifications. Quantities shown on individual sheets are approximate only and may be increased or decreased at the discretion of the City of Jeffersontown. Compacted Asphalt Concrete Surface Overlay Course shall be Class 1, 0.38D PG 64-22. 2. CLEANING OF EXISTING PAVEMENT AND GUTTERS Gutters and existing pavement that are to be surfaced with asphaltic material shall be thoroughly cleaned, including joints, of all sand, silt, grass, and other foreign matter. The cost of all cleaning shall be included in the bid price for asphaltic materials. 3. ADJUSTMENTS All structures including manholes, catch basins, water valves, gas valves, etc. that has to be adjusted under the conditions of this Contract shall be done 36 to 48 hours prior to any work. It shall be the sole responsibility of the Contractor to coordinate with the utility companies ahead of schedule so that he will not be delayed in his work. Delays due to the Contractor's scheduling shall not be reason for time adjustment. Payment of this work shall be incidental to other items of the proposal. 4. UTILITY ADJUSTMENT The Contractor shall be responsible for raising or having utilities raised if necessary. 5. WORKING HOURS All work must be done during normal day-light hours (7:30 A.M. to 7:30 P.M.). 6. INSURANCE The Contractor or any subcontractor shall procure and maintain throughout the full term of the project and including acceptance, insurance as follows: A. For liability for bodily injury including accidental death, $500,000 for any one person and subject to the same limit for each person, $1,000,000 on account of any accident.

B. For liability for property damage, $500,000 on account of any one accident and $1,000,000 on account of all accidents. C. For liability for property damage of not less than $500,000 covering operation of all motor vehicles owned by the Contractor. The required insurance must be written by a company licensed to do business in the state in which the project is to be constructed. In addition, the insurers must be acceptable to the City of Jeffersontown. The Contractor or any subcontractor shall not cause any insurance to be cancelled or permit any insurance to lapse. All insurance policies shall include a clause to the effect that the policy shall not be canceled or reduced, restricted, or limited until 30 days after the City of Jeffersontown has received written notice as evidenced by return receipt of registered or certified letter. Certificates of Insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the locations and the operations in which the insurance applies the expiration date, and the above mentioned notice of cancellation clause. Certificates of Insurance as required above shall be furnished to: Mr. Matt Meunier City of Jeffersontown 10416 Watterson Trail Louisville, Kentucky 40299 7. LOCATION OF AND DAMAGE TO EXISTING FACILITIES AND UTILITIES It shall be the Contractor's responsibility to determine the locations, character, and depth of any existing interference prior to excavating for any work performed. Extreme caution shall be exercised to eliminate any possible damage. Should damage occur, it shall be the Contractor's responsibility to make the necessary repairs. Damage to an individual's gas, electric, water, sanitary sewer, storm sewer, and telephone lines which cause interruption of service to a piece of property shall be repaired by the Contractor or subcontractor immediately. Such repair shall not be limited to only that portion of the service line which is in the public right-of-way or easement, but the Contractor or subcontractor shall also be responsible for repairs outside the public right-of-way or easement that are necessary to satisfy the pressure requirements of the Louisville Gas Electric Company and requirements of the other utilities. If any disruption to service is caused by the Contractor, he shall immediately notify the utility company involved, and report the conflict. Utility owners within the project limits are as follows:

Electric and Gas Lines: Water Lines: Telephone Lines: Sanitary & Storm Sewers: Cable Television Louisville Gas & Electric Company 315 West Market Street Louisville, KY 40202 (627-2000) Louisville Water Company 550 South Third Street Louisville, KY 40202 (569-3600 or 583-6610) BellSouth 3719 Bardstown Road Louisville, KY 40218 (1-557-6111 or 1-557-6123) Metropolitan Sewer District 700 West Liberty Louisville, KY 40202 (540-6000) Insight Communications 4701 Commerce Crossing Louisville, KY 40229 (357-4385) 8. TRAFFIC CONTROL AND SAFETY PRECAUTIONS The Contractor shall be responsible for a smooth and safe flow of traffic throughout the City during the time of work. The Contractor shall be responsible to comply with the latest edition of the Manual on Uniform Traffic Control Devices. The Contractor shall comply with the U.S. Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL 91-54), including latest revisions, if any. If at any time in the opinion of the City the work is not properly protected and if under such circumstances the Contractor does not or cannot immediately put same into proper and approved condition, or if the Contractor or his representative is not upon the ground so that he can be immediately notified of the unsafe conditions of the work or insufficiency of the safety precautions, then the City may put the work into such condition that it shall be, in all respects safe, and the Contractor shall pay all such expenses of labor and materials as may have been used for this purpose by the City. Such actions of the City shall in no way relieve the Contractor of the entire responsibility for any cost, loss or damage by any part sustained on account of the insufficiency of the safety precautions taken by him or by the City acting under the authority of this paragraph. The Contractor has sole responsibility for safety under this contract. 9. CLEANING UP Before final acceptance of the work, the Contractor shall clean all roads, lawns, private property, rights-of-way, and structures, leaving them in a neat and clean condition as originally found, to the satisfaction of the City of Jeffersontown. At no time shall the

roads used as haul roads be allowed to become muddy or in any other way dangerous to the public. The Contractor will be responsible for mechanically sweeping the streets included in this scope of work at the conclusion of the project. 10. INDEMNITY The Contractor shall indemnify, protect and hold harmless the City of Jeffersontown, their officers and agents, from all suites or claims of every kind or description brought against the City, or its officers and/or agents, for or on account of any injuries or damages to persons or property received or sustained by any person or persons, or from the Contractor, his servants or agents, by or on account of work done under the Contract or extensions of, or additions thereto, whether caused by negligence or not, or in consequence of any negligence in guarding the same, or by or on account of any accident or of any acts of omission of the Contractor, his servants or agents; and the Contractor further agrees that as much of the money due to him under this Agreement as shall be considered necessary by the City may be retained until all such suits or claims for damages aforesaid have been settled and evidence to that effect has been furnished to the satisfaction of the City. 11. PAYMENT Invoices submitted by the first of the month can expect payment within 30 days. In the event the Contractor fails to complete the work stated in the contract by the completion date, the City shall make payments as stated above exacting liquidated damages for each calendar day beyond the completion date. Also, a retainage equal to 5% of the total contract amount shall be held until such time as the work is complete, including all incidental items. Payment terms may be modified with the mutual written consent of the City and the Contractor. 12. EXTRA WORK Any and all extra work must be authorized by written addendum. Any work performed without said addendum is separate and not a part of this project and it will be the Contractor's responsibility to seek consideration. 13. TREES AND SHRUBS IN THE RIGHT-OF-WAY Any trees or shrubs in public right-of-way which extend or overhang creating an obstruction and preventing the work shall be trimmed at the Contractor's expense, only after approval of the City of Jeffersontown. The Contractor must take great care to preserve these items which include breakage, scaring or splitting. Prior to any work, the Contractor shall contact the subject property owner to discuss said work. 14. CONTRACTOR QUESTIONS If any part of these specifications is in question the Contractor should contact the City prior to performing any work.

BID SCHEDULE and SCOPE City of Jeffersontown Olmstead Stone Arch Bridge Repair Project The proposed construction consists of the repair of the north spandrel and parapet on the western side that was caused by a vehicular accident (see photos attached). Stones shall be replaced of similar type and size to meet the historical nature of the bridge. The stones are broken, spalled and mortar cracked in several locations for an estimated +/- 16 linear feet. The contractor shall remove all damaged debris and clean area as the result of the vehicular accident. The bid is a lump sum bid as indicated on the bid schedule below. The contractor shall be prequalified for I16 bridge repair type work with the Kentucky Transportation Cabinet and have done similar type of bridge repair work in the past seven years. The City of Jeffersontown has made available the original Bridge Inspection Report dated August 2, 2007 along with the original Construction Plans Bridge Improvements for past damage repair work dated June 2, 2008. This report and plan set shall be used to guide the method and manner by which the repairs shall be made. All other areas of the report and plans not directly related to the type of repair required shall be disregarded. The lump sum bid shall include mobilization, clean and seal cracks at roadway pavement and parapet joints, repair Spalled and Delaminated Stones, replace loose and/or missing stones, repair damaged parapets and spandrel section and restore or replace capstones. ITEM UNIT LUMP SUM PRICE 1. Olmsted Stone Arch Bridge Repair Lump sum $ (in figure) (In Words) CONTRACTOR Signature By: Print Name/Title

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT