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