Loading...
HomeMy WebLinkAbout84-99 RESOLUTION1 • RESOLUTION NO 84-99 A RESOLUTION AWARDING BID NO. 99-58 IN THE AMOUNT OF $54,655 TO APAC-ARKANSAS, INC., MCCLINTON- ANCHOR DIVISION, FOR ARKANSAS AVENUE SIDEWALK RECONSTRUCTION; APPROVING A PROJECT CONTINGENCY AMOUNT OF $13,489; APPROVING $2,000 FOR MATERIALS TESTING FUNDING; AND APPROVAL OF A BUDGET ADJUSTMENT TO FULLY FUND THE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1. That the City Council hereby awards Bid No. 99-58 in the amount of $54,655 to APAC-Arkansas, Inc., McClinton -Anchor Division, for Arkansas Avenue sidewalk reconstruction; approves a project contingency amount of $13,489; and authorizes the Mayor and City Clerk to execute an agreement for said amounts. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. Section 7 The City Council hereby approves a budget adjustment in the amount of $70,143 increasing Sidewalk Improvements, Acct. No. 4470 9470 5814 00, Project No. 99060 1 by decreasing Sidewalk Improvements, Acct. No. 4470 9470 5814 00, Project No 96041 1. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. $S§§F a ) APPROVED this _61L day of July , 1999. /1:� ' •;55 r rr�,�y _��cr APPROV : t �a i -;14:fi ..;- ATTEST: By t /���1� Heather Woodruff, City Cl r By. (Mg 1��� reF d Hanna, Mayor • STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of July 06, 1999 • FROM: Paul Libertini f/4:• Engineering Public Works Name Division Department ACTION REQUIRED: Award the construction contract to APAC-Arkansas, Inc., McClinton -Anchor Division in the amount of $ 54,654.35; approve project contingency funding of $ 13,488.15; approve materials testing of $ 2,000.00; and approve the attached budget adjustment. COST TO CITY: $ 70,142.50 $ 70,000 Cost of this Request Category/Project Budget 4470-9470-5814.00 Account Number 99060-1 Project Number $ 70,000 Funds Used To Date $ -0- Remaining Balance Arkansas Avenue Sidewalk Reconstruction Category/Project Name Sidewalk Improvements Program Name Sales Tax Fund BUD T W: Budget oor • 1 mator Budgeted Item X Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: itJl Accounting i' ana•fr City\ Attomky Purchasing Officer 6 X949 Date bate 6 -act -9 (1 Date a/ AAG / / 1 / r , l Auditor ADA Coordinator bate bate STAFF RECOMMENDATION: Approval of action items listed above. Sint 2/ '11 Date Co— tf4i4• Date ae 6/4i/4 Date Cross Reference New Item: Yes x No Prev Ord/Res IP Orig Contract Date: • • STAFF REVIEW FORM Description Arkansas Avenue Sidewalk Reconstruction Comments: Reference Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Page 2 Meeting Date July 06, 1999 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Thru: From: Date: Re: Fayetteville City Council Mayor Fred Hanna Charles Venable, Public Works Director Don Bunn, Assistant Public Works Director Jim Beavers, City Engineer Paul Libertini, Staff Enginee June 29, 1999 Agenda Request, Council Meeting of July 06, 1999 Arkansas Avenue Sidewalk Reconstruction Contract 1. Staff Recommendation: Staff recommends that the City Council award the construction contract to APAC-Arkansas, Inc., McClinton -Anchor Division; approve project contingency funding; and approve the attached budget adjustment to fully fund the project. 2. Project Background: On April 20, 1999, the City Council approved Resolution No. 55-99 approving a cost-sharing agreement with the University of Arkansas for the removal and replacement of the curbs and gutters on each side of the road on Arkansas Avenue between Dickson and Maple Streets. This agreement also included replacing approximately 3,309 square feet of sidewalk located on the east side of Arkansas Avenue In keeping with the agreement, the Engineering Division has completed in-house design plans for the removal and replacement of the referenced sidewalk and has advertised the same for bids on June 6th & June 13th. 3. Estimated Project Costs: Bids were opened on Tuesday, June 22, 1999. The engineer has reviewed the bids and recommends awarding the contract to the low bidder, McClinton -Anchor Division in the amount of $ 54,654.35. The estimated total project costs including contingency monies for unforeseen project expenditures are as follows: Construction Contract $ 54,654.35 Project contingency $ 13,488.15 Materials testing $ 2,000.00 Total $ 70,142.50 4. Budget Adjustment: A budget adjustment, in the amount of $70,143.00 is attached for review and approval • BID TABULATION Arkansas Avenue Sidewalk Reconstruction Fayetteville, Arkansas CONTRACTOR McClinton -Anchor Division Sweetser Construction BID AMOUNT $ 59,254.35 $ 73,377.45 McClinton -Anchor's low bid of $ 59,254.35 was within 5% of the Engineer's estimate. AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the day of in the year 1999 by and between the City of Fayetteville, Arkansas (hereinafter called O R) and APAC-Arkansas, Inc., McClinton -Anchor Division (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Project - Arkansas Avenue Sidewalk Reconstruction: removal & disposal of existing sidewalks, driveways, steps, walks, and curb & gutter; and construction of sidewalks, driveways, curbs, access ramps, modular retaining wall, and all items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. City of Fayetteville Page 00500-1 Article 3. CONTRACT TIME. 3.1 The Work shall be completed within 30 calendar days after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and ready for final payment in accordance with paragraph 14.13 of the General Conditions. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of the Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Two hundred dollars ($200.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Two hundred dollars ($200.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1 for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2 for all Unit Price Work, an amount equal to the sum of the established unit pnce for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. City of Fayetteville Page 00500-2 PAYMENT ITEMS Item No. Item Description Unit Estimated Quantity Unit Price Extended Price 1 Mobilization, storage, traffic and pedestrian control, erosion control, tree protection, protection and relocation/replacement of all landscaping including border materials relocation and protection of existing identified on the plans, and all incidentals not specified site preparation, landscaping brass letters as elsewhere. LS 1 $15,800.00 $15,800.00 2 Tree protection fencing. LF 100 $8.00 $800.00 3 Remove and disposal of existing sidewalk. SF 5,372 $0.60 $3,223.20 4 Remove and driveway curb. disposal of existing driveway, driveway approach and SF 1,540 $0.60 $924.00 5 Remove and in the field by disposal the engineer. of existing street curb and gutter as determined LF 32 $9.00 $288.00 6 Remove and concrete curb disposal of existing concrete steps, concrete walk as necessary to construct new concrete access ramps. and/or SF 300 $0.60 $180.00 7 Unclassified excavation. CY 50 $25.00 $1,250.00 8 Special subgrade plans and/or hand at removal areas identified identified of existing sidewalk, for special m the field by tree the existing root protection engineer. base and on existing the SF 500 $5.00 $2,500.00 9 Select "hillside" backfill. CY 10 $22.00 $220.00 10 Class 7 aggregate base course (ABC). Ton 80 $25.00 $2,000.00 11 Construct new including compaction 4 inch thickness of existing concrete sidewalk subgrade. complete in place SF 5,534 $2.35 $13,004.90 12 Construct new 4 inch including compaction replace and/or match the field by the engineer. thickness existing of existing concrete sidewalk subgrade concrete walks, as needed ramps... complete to as in place repair, directed in SF 140 $2.50 $350.00 13 Construct new 6 inch thickness concrete sidewalk complete in place. SF 636 $3.00 $1,908.00 14 Constrict new 6 inch complete in place including construction of new thickness 6 mch compaction tapered concrete of integral driveway approach existmg subgrade curbs. and SF 1,105 $3.25 $3,591.25 15 Construct new place including new 6 mch tapered 4 inch compaction integral thickness concrete access ramp complete of existing subgrade and construction curbs. in of SF 526 $3.00 $1,578.00 16 Special complete variable geotechnical construction in place including thickness (4 fabric of inch placed new 6 inch thickness reinforcing minimum) concrete by hand over concrete sidewalk steel, 6 mil vapor barrier, rock aggregate existing tree roots. and SF 500 $4.50 $2,250.00 17 Construct new 12 height from 8 inch inch minimum depth modular to 24 retaining wall inch maximum. of variable SF SA 60 $20.00 $1,200.00 18 Imported topsoil. CY 32 $25.00 $800.00 19 Painted island per detail 3/S5 LS 1 $150.00 $150.00 20 Construct new concrete mountable curb per detail 3/S5. LF 6 $25.00 $150.00 21 Construct new standard concrete curb and gutter. LF 20 $15.00 $300.00 22 Construct new standard modified concrete curb and gutter. LF 162 $13.50 $2,187.00 Total Base Bid Amount $54,654.35 City of Fayetteville Page 00500-3 As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1.Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1., 5.1.2, 5.1.3., and 5.1.4 below. All such payments will be measured by the schedule of values established in paragraph 2.9 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.7 of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. City of Fayetteville Page 00500-4 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 ofthe General Conditions, OWNER shall pay the remainder ofthe Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.1 CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." 6.2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3 CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.2 of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. City of Fayetteville Page 00500-5 • • 6.5 CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the site that relates to the Work as indicated in the Contract Documents. 6.6 CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 7.1 This Agreement (pages 1 to 8 , inclusive). 7.2 Performance and Payment Bonds, (Exhibits A and B respectively). 7.3 Certificate of Insurance, (Exhibit C). 7.4 Documentation submitted by CON TRACTOR prior to Notice of Award (Exhibit D). 7.5 General Conditions (pages 1 to 42, inclusive and Exhibit GC -A pages 1 to 2, inclusive). 7.6 Supplementary Conditions (pages 1 to 14, inclusive). 7.7 Specifications consisting of Divisions 1 through 16 as listed in table of contents thereof. 7.8 Addenda numbers _ to inclusive. 7.9 Drawings (not attached hereto) consisting of a cover sheet and sheets numbered 1 through 6, inclusive with each sheet bearing the following general title: Arkansas Avenue Sidewalk Reconstruction 7.10 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: City of Fayetteville Page 00500-6 7.10.1 Notice to Proceed 7.10.2 All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. OWNER and CONTRACTOR each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to OWNER and ENGINEER, and two counterparts have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed, initialed, or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf. City of Fayetteville Page 00500-7 This Agreement will be effective on of the Agreement). OWNER: City of Fayetteville By: Mayor Fred Hanna [CORPORATE SEAL] Atte= A te, /-414 Address for giving notices (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) City of Fayetteville fftitt V (o =1999 (which is the Effective Date CONTRACTOR: APAC-Arkansas, Inc., McClinton -Anchor Division By:knou) Al. James A. Cole Vice President Attest Title [CORPORATE SEAL] Address for giving notices License No. 0011841299 Agent for service of process: i7€ eerYP vafan. ,inaUft Orr Spamg 9,taa Lit& Recd. A2 ?no/ (If CONTRACTOR is a corporation, attach evidence of authority to sign) Page 00500-8 • • City of Fayetteville, Arkansas Budget Adjustment Form EXHIBIT B Budget Year 1999 Department: Public Works Division: Engineering Program: Sales Tax Capital Date Requested June 25,1999 Adjustment # Project or Item Requested: $70,143 in the Arkansas Avenue Improvements Capital Project. Project or Item Deleted: $70,143 from the Sidewalk Improvements Capital Project. Justification of this Increase: The additional funding is to cover a construction contract to provide sidewalks and testing work. Justification of this Decrease: Sufficient funding remains in capital project to meet 1999 objectives. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number Sidewalk Improvements 70,143 4470 9470 5814 00 99060 1 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Sidewalk Improvements 70,143 4470 9470 5814 00 96041 1 Approval Signatures Requested By Date pa n r, Cr / Date Date 2.kVN4lC1 Date 741M Date dmin. $ . vices Di ' tor Mayor Budget Office Use Only Type: A B C D E Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester C;WATA\FORAINIA.ADJ.3ADJFJ4I.WK4 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Paul Libertini, Engineering From: Heather Woodruff, City Clerk Date: July 13, 1999 Attached is a copy of the resolution awarding Bid 99-58 to APAC Arkansas for Arkansas Avenue Sidewalk reconstruction project. I am also returning five original contracts for you to distribute. The original resolution and one original contract will be microfilmed and filed with the City Clerk. I am returning the project manual which was circulated with the staff review form to be completed. Please return it when it is completed (You do not have to include an original contract in my copy). cc. Yolanda Fields, Internal Auditor Steve Davis, Budget Coordinator FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Heather Woodruff, City Clerk From: Paul Libertini, Staff Engine Date: July 16, 1999 RE: Arkansas Avenue Sidewalk Reconstruction Project Bid # 99-58 /1 I am forwarding a Project Manual for your records. A copy of the executed agreement, payment bond, performance bond, certificates of insurance and notice to proceed have been inserted into the Project Manual. Thank you for your assistance with this project. attachment PROJECT MANUAL. \s• • Ca on nintuseamy CITY OF FAYETTEVILLE ARKANSAS AVENUE SIDEWALK RECONSTRUCTION BID . # 99-58 FAYETTEVILLE,..ARKANSAS JUNE 1999 p c PROJECT MANUAL CITY OF FAYETTEVILLE ARKANSAS AVENUE SIDEWALK RECONSTRUCTION BID # 99-58 FAYETTEVILLE, ARKANSAS JUNE 1999 City of Fayetteville Arkansas Avenue Sidewalk Reconstruction Section 00005 TABLE OF CONTENTS Section No. Title 00005 Table of Contents 00020 Advertisement for Bids BIDDING REQUIREMENTS Pages 05/27/99 00005-1 to 00005-2 00020-1 00100 Instructions to Bidders 00100-1 to 00100-11 00300 Bid Form 00300-1 to 00300-6 00350 Bid Bond 00350-1 to 00350-2 CONTRACT FORMS AND CONDITIONS 00500 Agreement Form Between Owner & Contractor 00500-1 to 00500-11 Exhibit A - Construction Performance Bond Exhibit B - Construction Payment Bond Exhibit C - Certificate of Insurance 00700 General Conditions 1 to 42; GCA1 to GCA2 00800 Supplementary Conditions 00800-1 to 00800-14 SPECIFICATIONS Division 1 - General Requirements 01010 Summary of Work 01025 Measurement and Payment 01027 Applications for Payment 01035 Modification Procedure 01040 Coordination and Meetings 01051 Construction Surveys 01060 Regulatory Requirements 01090 Reference Standards and Abbreviations 01300 Submittals 01310 Progress Schedules 01410 Testing Laboratory Services 01500 Construction Facilities & Temporary Controls 01620 Storage and Protection 01630 Product Options and Substitutions 01700 Contract Closeout City of Fayetteville 01010-1 to 01010-2 01025-1 to 01025-14 01027-1 to 01027-3 01035-1 to 01035-4 01040-1 to 01040-4 01051-1 to 01051-2 01060-1 to 01060-3 01090-1 to 01090-4 01300-1 to 01300-4 01310-1 to 01310-3 01410-1 to 01410-3 01500-1 to 01500-4 01620-1 to 01620-2 01630-1 to 01630-2 01700-1 to 01700-4 Page 00005-1 Division 2 - Site Work 02050 Demolition 02100 Site Preparation 02220 Excavation and Embankment 02230 Road Bed Preparation 02261 Site Restoration 02270 Slope Protection and Erosion Control 02580 Pavement Marking 02900 Landscaping Division 3 - Concrete 02050-1 02100-1 02220-1 02230-1 02261-1 02270-1 02580-1 02900-1 05/27/99 to 02050-2 to 02100-3 to 02220-10 to 02230-6 to 02261-6 to 02270-4 to 02580-5 to 02900-13 03210 Reinforcing Steel 03210-1 to 03210-3 03316 Miscellaneous Concrete Work 03316-1 to 03316-13 City of Fayetteville Page 00005-1