<<

CITY OF LITTLE , ARKANSAS

INVITATION TO BID

FOR

Bid Number 843 HISTORIC BOYLE PARK PAVILION NO. 1 – Product or Service FLAGSTONE PAVER REMODEL Department PARKS AND RECREATION

IMPORTANT DATES

Solicitation Issue Date Thursday, March 5, 2020 Response Due Date Thursday, March 26, 2020 Time 1:00 PM

Wednesday, March 11, 2020 10:00 am – MANDATORY Pre-Bid Meeting Boyle Park Pavilion – 2000 Boyle Park Rd, Little Rock, AR 72204

Bids shall not be accepted after the designated response due date and time. It is the responsibility of vendors to submit responses at the designated location on or before the due date and time. Responses received after the designated due date and time shall be considered late and shall be returned to the vendor without further review.

Vendor agrees that any additional terms or conditions submitted by vendor that conflict with requirements in this bid solicitation, whether submitted intentionally or inadvertently, may cause the vendor’s response to be rejected. If the City, in the City’s sole discretion, determines that such a conflict applies to a material term of this solicitation, then the vendor’s response shall be disqualified.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 1 of 42 Bid Number: 843 INVITATION TO BID 3/5/2020

1. Brief Description/General Information

Little Rock is the State Capital as well as the largest city in Arkansas. It was chartered in 1835, and is located in the central part of the state, approximately 135 miles west of Memphis, Tennessee. The city has a population of 193,524 with a total operating budget of approximately $276,766,000.

Little Rock’s Boyle Park contains several examples of Civilian Conservation Corps (CCC) construction all of which were built during the mid-1930s. The site contains five buildings – two pavilions, a spring house, a caretaker’s cabin and the remains of a watertower/pumphouse/garage, as well as, three structures, a low water bridge and two culverts all built in the Rustic architecture style popular to the CCC. There are also approximately six non-contributing structures in the park.

The Pavilion No. 1 is a single story structure with a spreading gable roof that is supported at the corners by stone piers and vertical log posts on the sides and front. The gable end is sheathed with vertical boards and the rear of each pavilion is anchored by a large stone chimney. A flagstone floor completes the structure. Wide exterior flagstone walks are on each side of the building and the rear patio. The front walk is an aggregate walk that is to be rebuilt in flagstone and concrete to provide ADA accessibility to the pavilion, along with rebuilding the flagstone walks that have missing stones and uneven surfaces.

As part of the historic preservation of the pavilion flagstone pavers, the City of Little Rock is seeking vendors who are authorized to do business in the State of Arkansas and who are qualified to rebuild the subgrade and install flagstone pavers for the Pavilion No. 1 at Boyle Park. The goals of the project are:  to replace missing flagstone with similar stone in texture and appearance;  to install the flagstone walks to maintain the historic visual value of the pavilion;  to provide safe and secure access to the exterior perimeter of the structure  to provide walks with ADA access to as much of the structure as possible

Additional improvements are planned for the pavilion including repairing log braces in the roof, cleaning and sealing the interior wood structure, cleaning and re-pointing the stone at the chimney and the interior flagstone floor. Completing this project by repairing the flagstone walks will make the pavilion more enjoyable to the public. It will also encourage patrons to visit the park and other people to enjoy the pavilion, utilize the park facilities and promote activities.

2. Definitions

2.1 The City has made every effort to use industry-accepted terminology in this solicitation and will further clarify any point or item in question as indicated in the Questions and Clarifications section.

2.2 Acronyms: A. AHPP – Arkansas Historic Preservation Program

3. Scope of Services

3.1 Terms of Award

A. This bid shall be awarded, on an all or none basis, to the lowest qualified bidder who meets all specified requirements.

B. The award will may be awarded to one general contractor with subcontractors as appropriate.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 2 of 42 Bid Number: 843 INVITATION TO BID 3/5/2020

3.2 Items

A. The replacement flagstone shall be similar in texture and visually to the existing flagstone.

3.3 Minimum Qualifications

A. The vendor shall be certified to install in historic structures.

B. The vendor shall attend the mandatory Pre-Bid Meeting:

Wednesday, March 11, 2020 10:00 am - MANDATORY Pavilion No. 1; Boyle Park; 2000 Boyle Park Road; LITTLE ROCK, AR.

3.4 Minimum Requirements

A. The vendor shall provide a minimum of two (2) example projects and a minimum of three (3) references of successful projects completed with contact information.

B. The vendor shall prepare the subgrade and footing to install the flagstone and conduct the project according to local codes and standards acceptable to the Arkansas Historic Preservation Program.

C. The vendor shall provide a bid bond equal to five (5) percent of the bid amount. A certified check issued to the City of Little Rock is also acceptable in lieu of a bid bond provided by a bonding agency.

D. The vendor shall remove and stack existing flagstones on pallets for transport by the Owner to the Owner’s on-site storage facility. Flagstones will be accessible to the vendor for the work process.

E. The vendor shall install all flagstone in exterior bed with a similar pattern and joints to the existing design.

F. The vendor shall install the flagstone in a flat level proper manner allowing for drainage, transitions and other site irregularities.

G. The vendor shall install river rock between the flagstone walks and the pavilion and

H. The vendor shall wash and clean the installed flagstone to remove excess mortar.

I. The vendor shall address any issues with the installation after inspection of the completed work.

3.5 Pricing

A. Vendor(s) shall include all pricing on the Official Price Sheet.

B. Any cost not identified by the successful vendor but subsequently incurred in order to achieve successful operation shall be borne by the vendor.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 3 of 42 Bid Number: 843 INVITATION TO BID 3/5/2020

C. To allow time to evaluate responses, prices shall be valid for ninety (90) days following the bid opening.

D. All bid pricing shall be in United States dollars and cents.

4. Instructions for Submitting Responses

4.1 A total of one (1) signed Submission Packet by a person authorized by the Company to execute contracts shall be provided to the Purchasing Division. Responses may be submitted through the electronic bid system OR delivered to the following:

Purchasing Division Little Rock City Hall www.littlerock.gov/LRProcure OR 500 West Markham, Suite 300 Little Rock, Arkansas 72201

A. If the submission process is started online you shall complete your response through the online system. The method of submission cannot be changed mid-stream. Please contact the Purchasing office at (501) 371-4560 for assistance.

B. If the vendor elects to submit their response to the physical address shown above, only the paper submission will be accepted; USB flash drives, CDs, DVDs, emails, or any other electronic file shall not be acceptable with a paper submission and may cause the response to be disqualified.

C. We strongly encourage online submissions and our staff is available for assistance by phone at (501) 371-4560. 4.2 NOTE: When the City is closed due to inclement weather or the online bidding system has an outage, the bid opening will be re-scheduled to the next business day at the same time as the original scheduled bid opening.

4.3 Failure to comply with instructions contained in the bid request may be cause for rejection of the bid. Selected vendor shall be registered for contract award and future bid notifications. Vendors may register on-line at http://www.littlerock.gov/lrprocure.

5. Questions and Clarifications

5.1 All requests for clarification or additional information shall be submitted in writing to the City of Little Rock Purchasing Division, through the online bidding system or at [email protected]. Written questions shall be submitted by 4:00p.m., no less than seven (7) calendar days prior to the bid opening date listed on page one (1) of this ITB.

A. For each question submitted, vendor should reference the specific solicitation number and section to which the question refers.

5.2 All questions and answers and addenda to, this ITB will be published on the City’s website at www.littlerock.gov/lrprocure. It is the bidder’s responsibility to review the City’s bid information online in order to obtain all available information and all updated requirements for this ITB.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 4 of 42

INVITATION TO BID CITY OF LITTLE ROCK ARKANSAS

PRICE SHEET

 Quantities listed are estimates only and are used for evaluation purposes.  The City shall have the right to adjust the quantities based on the actual usage.  Any cost not identified by the successful vendor but subsequently incurred in order to achieve successful operation shall be borne by the vendor.

BASE BID

ITEM EST. UNIT OF UNIT DESCRIPTION WITH UNIT TOTAL NO. QTY. MEASURE PRICE Pavilion No. 1 - Paver Remodel 1 Lump Sum Areas No. 1 thru No. 5 Total Base Bid

Total Written

Base Bid

DEDUCTIVE ALTERNATE

ITEM EST. UNIT OF UNIT DESCRIPTION WITH UNIT TOTAL NO. QTY. MEASURE PRICE Pavilion No. 1 - Paver Remodel 1 Lump Sum Area No. 5 Total Deductive Alternate Bid

Total Written Deductive Alternate Bid

Authorized Contractor Signature: Date:

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 5 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

SPECIAL PROJECT TERMS

GRANTS COMPLIANCE

Contractor shall comply with applicable regulations and policies of the Arkansas Historic Preservation Program including Fair Labor Standards Title VI of the Civil Rights Act of 1964 [42 USC 2000 (d)] and Section 504 of the Rehabilitation Act of 1973 [29 USC Section 794], Title IX of the Education Amendment of 1973, the Americans with Disabilities Act of 1991, The Secretary of Interior’s Standards for Rehabilitation, as well as all other applicable state and federal laws, regulations and executive orders.

The Secretary of the Interior is responsible for establishing standards for all national preservation programs under Departmental authority and for advising federal agencies on the preservation of historic properties listed in or eligible for listing in the National Register of Historic Places

The Secretary of the Interior's Standards for Rehabilitation

The Standards that follow were originally published in 1977 and revised in 1990 as part of Department of the Interior Regulations (36 CFR Part 67, Historic Preservation Certifications). They pertain to historic buildings of all materials, construction types, sizes, and occupancy and encompass the interior and exterior of historic buildings. The Standards also encompass related landscape features and the building's site and environment as well as attached, adjacent or related new construction.

The Standards are to be applied to specific rehabilitation projects in a reasonable manner, taking into consideration economic and technical feasibility.

1. A property shall be used for its historic purpose or be placed in a new use that requires minimal change to the defining characteristics of the building and its site and environment.

2. The historic character of a property shall be retained and preserved. The removal of historic materials or alteration of features and spaces that characterize the property shall be avoided.

3. Each property shall be recognized as a physical record of its time, place, and use. Changes that create a false sense of historical development, such as adding conjectural features or architectural elements from other buildings, shall not be undertaken.

4. Most properties change over time; those changes that have acquired historic significance in their own right shall be retained and preserved.

5. Distinctive features, finishes, and construction techniques or examples of craftsmanship that characterize a property shall be preserved.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 6 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

6. Deteriorated historic features shall be repaired rather than replaced. Where the severity of deterioration requires replacement of a distinctive feature, the new feature shall match the old in design, color, texture, and other visual qualities and, where possible, materials. Replacement of missing features shall be substantiated by documentary, physical, or pictorial evidence.

7. Chemical or physical treatments, such as sandblasting, that cause damage to historic materials shall not be used. The surface cleaning of structures, if appropriate, shall be undertaken using the gentlest means possible.

8. Significant archaeological resources affected by the project shall be protected and preserved. If such resources must be disturbed, mitigation measures shall be undertaken,

9. New additions, exterior alterations, or related new construction shall not destroy historic materials that characterize the property. The new work shall be differentiated from the old and shall be compatible with the massing, size, scale, and architectural features to protect the historic integrity of the property and its environment.

10. New additions and adjacent or related new construction shall be undertaken in such a manner that if removed in the future, the essential form and integrity of the historic property and its environment would be unimpaired.

Certain treatments, if improperly applied, or certain materials by their physical properties, may cause physical deterioration of historic buildings. Inappropriate physical treatments include, but are not limited to: improper techniques; improper exterior cleaning methods; or improper introduction of insulation where damage to historic fabric would result.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 7 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

01010 – SUMMARY OF WORK

PART 1 GENERAL

1.01 SCOPE: Project is the Pavilion No. 1 - Paver Remodel at Boyle Park; 2000 Boyle Park Road; Little Rock, AR 72204.

1.02 WORK PERFORMED UNDER SEPAR ATE CONTRACTS: N/A

1.03 DESCRIPTION OF THE WORK:

A. To locate utilities on site to ensure safe performance of the work as described in the contract documents.

B. Remove the existing flagstone pavers and mortar base for re-installation in the project. Take care in removing flagstone from stone walls and fireplace where no replacement work is to occur. Stack pavers on pallets for on-site storage by the Owner for re-installation. Provide additional pavers with similar size thickness and color for re-installation on the project.

C. Remove existing concrete paving from indicated areas and dispose of off site. Cut out asphalt paving at the drive for the new concrete walk and ADA ramp.

D. Excavate the areas of the removed flagstone, concrete walks and ADA ramp and landing for proper finish walk elevations and positive drainage as needed to install the proposed work. Install new fill for the subgrade where needed and compact.

E. Prepare the subgrade for positive drainage away from the structure for new concrete slab placement. Provide additional fill material where needed and compact subgrade. Align new slab for straight and true flagstone walks. Install new 4 inch thick concrete slab as a base for flagstone walks, plaza and stairs. Provide drainage holes in the existing for drainage of the new plaza flagstone.

F. Place 4 inch thick concrete walks were indicated on the drawings and curb & gutter along with ADA ramp and landing at the structure entry. Install new asphalt paving on compacted substrate at the ADA ramp and concrete walk. Install new river rock approx. 2 inch to 4 inch diameter between the new walks and structure as indicated.

G. Provide 3,000 PSI concrete typically installed at the site with reinforcement bars and WWF 10/10 at poured in-place concrete slab base, concrete walk and curb & gutter for the project.

H. To perform all work acceptable to Arkansas Historic Preservation Program standards and, as per City of Little Rock codes, ordinances, regulation and good commercial construction practices. Consult the Project Manager on any or all areas on concern with the work to be performed.

I. To finish grading disturbed soils, and seed five feet wide around the area of work to complete the installation of the work as described in the contract documents.

1.04 COORDINATION:

A. Provide administrative and supervisory requirements necessary for coordination of work, including meetings, administrative and supervisory personnel reports, limitations for use of site, installation provisions, cutting and patching, cleaning, protection, and conservation.

B. Coordinate construction activities included under various sections of these specifications to assure HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 8 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

efficient and orderly installation of each part of the work,

C. Coordinate construction operations included under different sections of the specifications that are dependent upon each other for proper installation, connection, and operation. 1. Where installation of one part of the work is dependent on installation of other components, either before or after its own installation, schedule construction activities in the sequence required to obtain its best results. 2. Where availability of space is limited, coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. 3. Make adequate provisions to accommodate items schedules for later installation.

D. Where necessary, prepare memoranda for distribution to each party involved outlining special procedures required for coordination. Included such items as required notices, reports and attendance at meetings.

E. Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and ensure orderly progress of the work. Such administrative activities included, but are not limited to, the following: 1. Preparation of schedules 2. Installation and removal of temporary facilities 3. Delivery and processing of submittals 4. Progress meetings 5. Project close-out activities

F. Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water and materials.

1.05 BOUNDARIES AND BENCHMARKS:

A. Not Used.

1.06 PROJECT IDENTIFICATION:

A. Provide project sign, to be located as directed by Owner or Architect. Exact text lettering, and paint color selection will be provided by the Architect at a later date.

B. Sign to be not less than 16 sq. ft., with painted graphic content to include title of project, name of owner, name and title of authorities, name and title of Architect, prime contractor and major subcontractors or as directed by the Architect.

C. Sign Materials; New or used wood or metal structure and framing and exterior grade softwood plywood with medium density overlay for Sign surface. Use standard large sizes to minimize joints.

D. Paint exposed surfaces of supports, framing, and surface material with coat of primer and one coat of exterior paint as specified in Section 09900.

E. Remove sign and frame when project is complete.

1.07 CONTRACTOR USE OF PREMISES:

A. Confine operations at the site to areas permitted under Contract. 1. Keep existing driveways and trails serving premises clear and available to Owner and the public at all times. Do not use these areas for parking or storage of materials. 2. Lock automotive type vehicles, such as passenger cars and trucks and other mechanized or HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 9 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

motorized construction equipment, when parked and unattended to prevent unauthorized use. Do not leave vehicles or equipment unattended with motor running or ignition key in place. 3. Coordinate all work schedules with the City and with understanding that this facility is open to the public and safety for the public is the highest priority.

B. Smoking and other tobacco products will not be permitted within the site.

C. Open fires will not be permitted on premises.

1.08 INDUSTRY STANDARDS:

A. Applicability of Standards: Except where more explicit or stringent requirements are written into the contract documents, applicable construction industry standards have the same force and effect as if bound into or copied directly into contract documents. Such industry standards are made a part of the contract documents by reference. Individual specification sections indicate which codes and standards the Contractor must keep available at project site for reference.

B. Conflicting Requirements: Where compliance with two or more standards is specified, and where these standards establish different or conflicting requirements for minimum quantities or quality levels, the most stringent requirement will be enforced, unless the contract documents specifically indicate otherwise. Refer requirements that are different, but apparently equal, and uncertainties as to which quality level is more stringent to the Architect for a decision before proceeding. C. Copies of Standards: The Contract Documents require that each entity performing work be experienced in that part of the work being performed. Each entity is also required to be familiar with industry standards applicable to that part of the work. Copies of applicable standards are not bound with the contract documents. Where copies of standard are needed for proper performance of the work, the Contractor is required to obtain such copies directly from the publication source.

D. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where acronyms or abbreviations are used in the specifications or other contract documents they are defined to mean the recognized name of the trade association, standards generating organization, governing authority, or other entity applicable to the context of the text provisions.

1.09 PROJECT MEETINGS:

A. Pre-Construction Meeting: Within 15 days after execution of agreement, the Architect will prepare an agenda and schedule a pre-construction meeting. Written notice of meeting date, time and place and agenda items will be sent to the Owner, Contractor. The Contractor shall be responsible for notifying major subcontractors of meeting.

B. Progress Meetings: The Contractor shall schedule and hold regular (weekly or bi-weekly as deemed necessary) progress meetings to coordinate, expedite and schedule work of all contracts. Hold additional meetings as progress of work: dictates or when requested by the Architect. Send written notice of meeting date, time and place and agenda of meeting to the Owner, Architect/Engineer, Separate Contractors, Subcontractors and others as pertinent to agenda. Record results of meetings and distribute copies to everyone in attendance and to others affected by the decisions or actions resulting from each meeting.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 10 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

01300 – SUBMITTALS AND SUBSTITUTIONS

PART 1 GENERAL

1.01 SCOPE:

A. Provide all submittals, including shop drawings, product data, samples, schedules and requests for substitutions as required by the bidding and contract documents in strict accordance with the provisions of this section.

1.02 RELATED WORK SPECIFIED IN OTHER SECTIONS:

A. Contractual Requirements for Submittals: General Conditions and Supplementary Conditions.

B. Detailed Individual Submittals: Required are covered in pertinent sections of these specifications.

PART 2 PRODUCTS

2.01 SUBSTITIITIONS:

A. Prior to bidding approval is required only on those items so specified in each section. Other materials do not require prior to bidding approval.

B. After Award of Contract substitution Requests: 1. Substitution requests will be considered only under one of the following conditions: a. Unavailability of specified product due to a strike, lockout, bankruptcy, discontinuance of the manufacture of a product or natural disasters. Submit proof that orders were placed within ten days after review by the Architect of the item listed in the specifications. Failure to order materials in time for proper delivery is not an acceptable condition. b. When guarantee of performance is required and, in the judgment of the contractor, the specified product or process will not produce the desired result. 2. Submit request for such substitutions in writing to the Architect within ten days of the date of ascertaining unavailability of material or equipment specified, or that the performance cannot be guaranteed. 3. If any substitution will affect a correlated function, adjacent construction or the work of other trades or contractors, the necessary changes and modifications to the affected work will be considered as part of the substitution, to be accomplished without additional cost to the Owner, if and when accepted. 4. Approved substitutions will be affected by a change order. Under no circumstances shall the Architect's acceptance of any such substitution relieve the contractor from timely, full and proper performance of the work.

C. No substitutes allowed: Some materials specified are the only acceptable products allowed. No substitutions will be allowed. These products are identified by a no-substitution clause in that section of this specification.

2.02 SHOP DRAWINGS:

A. Submit required shop drawings drawn to a scale sufficiently large to show all pertinent features of the item and its method of connection to the work. Submit related shop drawings together, partial submittals will not be accepted Provide manufacturer's name and model number of prefabricated items and indicated methods of attachment and clearances required relative to other trades affecting all elements of the work. Identify deviations from the contract documents (if any). Check dimensions, check that trades have been coordinated and that no conflict will develop in this installation. After reviewing the HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 11 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

shop drawings, indicate contractor's approval by signing and dating on contractor's stamp. Failure to follow these procedures will result in rejection of the submission and no additional contract time will be allowed for the delay from this cause.

B. Submit one transparency and one print of contractor's stamped and approved shop drawings for Architect's review. The Architect will review the transparency and stamp it with indication of action as appropriate. The Architect will retain the print for his record, and will return the transparency to the Contractor. For transparencies returned “Returned for Correction – Re-Submit” correct the original drawings, make a new transparency reproduction and print and re-submit. For transparencies returned "Approved Subject to Contract Requirements" or "Approved as Noted", provide each number of prints of the transparency as may be needed for field distribution.

2.03 PRODUCT DATA AND SAMPLES:

A. Submit 3 copies of product date for Architect's review for items specified in the various specification sections (five copies required for mechanical and electrical data). Make all submissions affecting color selection within thirty days after signing the contract. Mark data clearly to indicate exact items submitted, and note deviations from contract documents (if any). After reviewing the submittals, indicate approval by signing and dating on contractor's stamp, and submit to the Architect for review.

2.04 PROJECT SCHEDULE:

A. Within 7 days after Notice to Proceed, submit to the Architect a bar chart type progress schedule indicating a time bar for each trade or operation of work to be performed at the site. Time bar shall demonstrate planned work, properly sequenced and intermeshed for expeditious completion of work. Identify phases, if required.

B. Submit with bar chart a tabulation (by date) of all submittals required, either by date period relation in contract documents or as necessitated by lead time related to individual time bar shown on progress schedule for the associated work. At contractor's option, submittal dates may be shown on bar chart schedule, in lieu of being tabulated.

C. Submit monthly updates of bar chart accurately depicting actual progress to the first day of the month. Indicate percentage of completion on time bars at 10 percent increments.

D. Submit progress schedule on transparency or other reproducible stock.

E. Distribute progress schedule including all updates to Architect, Owner, subcontractors, suppliers, fabricators, and others with a need to know schedule compliance requirements. Post copy in field office.

2.05 SCHEDULE OF VALUES: Submit schedule of values in a format similar to the following: (AlA Document 0703 (Continuation Sheet for 0702)). Itemize separate line cost for each major item of work and each subcontracted item of work (use Sections under Division 2 through 16 in Table of Contents as a basis for listed).

2.06 APPLICATION AND CERTIFICATION FOR PAYMENT: Submit payment applications in in a format similar to the following: (Application and Certificate for Payment on AlA Document 0702 and 0703 (1978 edition)).

2.07 CHANGE ORDERS: Submit standard form provided by Architect for submitting proposals for Change Orders.

2.08 MANUAL: Upon completion of work and prior to the final payment submit to the Architect a loose leaf HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 12 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

hard cover binder with the project name printed on it containing five indexed sections as follows: A. Subcontractors: A listing of all subcontractors for the project, including portions of work done, address and telephone number of the firm familiar with the project.

B. Guarantee and Warranty: One fully executed copy of each guarantee and warranty period.

C. Certificates: One fully executed copy of each certificate specified.

D. Instructions: One operating service and maintenance manual or instruction sheet for each item specified.

E. List of As-Built Drawings, Record Drawings, Shop Drawings, Product Data and Samples.

2.09 DRAWINGS AND SUBMITTALS PACKAGE: Upon completion of the work and prior to the final payment, submit to the Architect a package labeled with the project name and containing one copy of all final record drawings, specifications, shop drawings, product data and samples (see AlA A201. Paragraph 4.111. as an example of format). This package and the manual will be presented by the Architect to the Owner upon completion of the project. In addition, submit one set of record drawings to be retained by the Architect.

PART 3 EXECUTION

3.01 IDENTIFICATION OF SUBMITTALS: Completely identify each submittal and re-submittal by showing at least the following information.

A. Name and address of submitter, plus name and telephone number of the individual who may be contracted for further information.

B. Name of project as it appears on each page of these specifications.

C. Drawing number and specifications section number to which the submittal applies.

D. Whether this is an original submittal or resubmittal.

3.02 TIMING OF SUBMITTALS

A. General: Make all submittals far enough in advance of scheduled dates of installation to provide all required time for reviews, for securing necessary approvals, for possible revision and re-submittal and for placing orders and securing delivery.

B. Delays: Costs of delays due to late submittals may be back charged as necessary and shall not be borne by the Owner.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 13 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

01740 - WARRANTIES

PART 1 GENERAL

1.01 CONTRACTOR'S PROJECT WARRANTY CLOSE-OUT RESPONSIBILITIES

A. Contractor warranties all work, materials and equipment, regardless of other warranties, for a period of one year from substantial completion.

B. Contractor can provide a written warranty of the work provided.

C. Deliver warranties to the project Manager.

D. Project cannot be closed-out or final payment released until all warranties have been received, reviewed, and approved by the Architect

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 14 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

01700 – CONTRACT CLOSEOUT

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDE

A. Closeout procedures.

B. Final cleaning of grounds.

C. Manufacturer's and Contractor's warranties.

1.02 RELATED REQUIREMENTS

A. Section 01740 - Warranties.

1.03 CLOSEOUT PROCEDURES

A. When the contractor considers the work has reached final completion, submit written certification that Contract Documents have been reviewed, the work has been inspected and that work is complete in accordance with Contract Documents.

B. In addition to submittals required by the conditions of the Contract, provide submittals required by governing authorities, and submit a final statement of accounting, giving total adjusted Contract Sum, previous payments and sum remaining due.

C. Submit required documentation the Architect (Release of Lien, Consent of Surety for Final Payment- if contract amount is over $20,000).

1.04 FINAL CLEANING OF GROUNDS

A. Execute prior to final inspection.

1.05 MANUFACTURER'S AND CONTRACTOR'S WARRANTIES

A. Submit all written (original) to the Architect, for approval and distribution, as specified in Section 01740, prior to final application for payment.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 15 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

02050 – PREPARATORY WORK AND DEMOLITION

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Selective demolition of designated components, such as, flagstone paving, concrete entry walk, curb and gutter and asphalt paving at new ADA ramp and walk and other designated components.

B. Selective demolition of designated components to rough grades and other features for installation of the work. C.

D. Have existing site utilities located and/or disconnected to omit damage and service interruption as required.

1.02 SUBMITTALS

A. Schedule: Notify Project manager of selective demolition, removal procedures and schedule.

1.03 REGULATORY REQUIREMENTS

A. Conform to applicable local codes and ordinances for demolition of components, safety of adjacent structures, dust control, service utilities, discovered hazards and related items.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.01 PREPARATION

A. Provide, erect, and maintain temporary barriers and security devices.

B. Notify adjacent owners of work which may affect their property, potential noise, utility outage, or disruption. Coordinate with owner.

C. Coordinate with Owner demolition and work schedule to allow any necessary access to the site.

D. Protect existing items which are not indicated to be removed.

3.02 DEMOLITION REQUIREMENTS

A. Conduct demolition to minimize interference with adjacent structures and building areas.

B. Conduct operations with minimum interference to public or private accesses.

C. Maintain protected egress and access at all times. Do not close or obstruct roadways or sidewalks without permits.

3.03 SELECTIVE DEMOLITION

A. Coordinate selective demolition of the site features with Project manager before work proceeds. HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 16 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

3.04 CLEAN UP

A. Remove debris materials from site as work progresses.

B. Leave areas of work in clean condition.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 17 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

02485 – SEEDING

PART 1 GENERAL

1.01 RELATED DOCUMENTS:

A. General provisions of the Contract and other applicable parts of the Construction Documents apply to this section.

1.02 DESCRIPTION OF WORK:

A. EXTENT OF SEEDING WORK: Seed and straw areas disturbed through the restoration work areas a minimum of 5 feet wide from the edge of walks.

1.03 QUALITY ASSURANCE:

A. SOURCE QUALITY CONTROL: 1. GENERAL: Ship seeding materials with certificates of inspection required by governing authorities. Comply with regulations applicable to landscape materials. 2. ANALYSIS AND STANDARDS: Package standard products with manufacturer's certified analysis. For other materials, provide analysis by recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists, wherever applicable.

1.04 DELIVERY, STORAGE AND HANDLING:

A. PACKAGED MATERIALS: Deliver packaged materials in containers showing weight, analysis and name of manufacturer. Protect materials from deterioration during delivery, and while stored at site.

1.05 JOB CONDITIONS:

A. PLANTING TIME: Plant or install materials during normal planting seasons for each type of landscape work required. Correlate planting with specified maintenance periods to provide maintenance from date of substantial completion.

PART 2 PRODUCTS

2.01 GRASS MATERIALS:

A. GRASS SEED: Provide fresh, clean, new-crop seed complying with tolerance for purity and germination established by Arkansas Plant Board. Provide seed mixture composed of grass species, proportions and minimum percentages of purity, germination, and maximum percentage of weed seed, as specified. Schedule of grass seed requirements is as follows: 1. Spring Seeding: Plant between April 1 and June 15. Provide a mixture of common hulled Bermuda grass at 20 pounds per acre and Knobe Lespedeza at 30 pounds per acre. Provide total grass seed of SO pounds per acre or 1.2 pounds per 1000 square feet. 2. Fall Seeding: Plant between September 1 and October 15. Provide a mixture of annual rye grass at 25 pounds per acre and Kentucky 31 Fescue at 25 pounds per acre. Provide total grass seed of 50 pounds per acre or 1.2 pounds per 1000 square feet.

PART 3 EXECUTION

3.01 PREPARATION:

A. PREPARATION FOR SEEDING: HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 18 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

1. Loosen subgrade of lawn areas to a minimum depth of 2". Remove stones over 1-1/2" in any dimension and sticks, roots, rubbish and other extraneous matter. Limit preparation to areas which will be planted promptly after preparation. 2. Spread topsoil to minimum depth of 4 inches and as required to meet lines, grades and elevations shown, after light rolling and natural settlement. 3. Grade lawn areas to smooth, even surface with loose, uniformly fine texture. Roll and rake and remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas which can be planted immediately after grading. 4. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil condition.

B. SEEDING: 1. Do not use wet seed or seed which is moldy or otherwise damaged in transit or storage. 2. Sow seed using a spreader or seeding machine. Do not seed when wind velocity exceeds 5 miles per hour Distribute seed evenly over entire area by sowing equal quantity in 2 directions at right angles to each other. 3. Sow not less than the quantity of seed specified or scheduled. 4. Rake seed lightly into top 1-1/8" of soil, roll lightly, and water with a fine spray. 5. Protect seeded slopes against erosion with erosion netting, lawn mulch or other methods acceptable to the Owner/Architect-Engineer.

3.02 MAINTENANCE:

A. Begin maintenance immediately after planting.

B. Maintain seeded and sodded areas by watering, fertilizing, weeding, mowing, trimming, and other operations such as rolling, regrading and replanting as required to establish a smooth, acceptable lawn, free of eroded or bare areas.

3.03 CLEANUP AND PROTECTION:

A. During seeding work, keep pavements clean and work area in an orderly condition.

3.04 INSPECTION AND ACCEPTANCE:

A. When seeding work is completed, including maintenance, Architect-Engineer will, upon request, make an inspection to determine acceptability.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 19 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

02500 – AND WALKS

2.1 GENERAL

1.1 RELATED DOCUMENTS:

A. General provisions of the Contract and other applicable parts of the Construction Documents apply to this section.

1.2 DESCRIPTION OF WORK:

A. The extent of work is shown on the drawings and includes the following: 1. Install asphaltic concrete paving at new ADA ramp. 2. Install portland cement concrete at flagstone base, walks and curb & gutter.

1.3 REFERENCE STANDARDS:

A. CITY AND STATE REGULATIONS: All paving work in or adjacent to streets or highways shall be in accordance with the standards and regulations of the governing authority.

B. REFERENCE STANDARDS-CONCRETE: Conform to minimum recommendations of the following publications: 1. A. C. I. 301 Specifications for Structural Concrete for Buildings. 2. A. C. I. 304 Recommended Practice for Measuring, Mixing and Placing Concrete. 3. A. C. I. 316 Recommended Practice for Construction of Concrete Pavements and Concrete Bases. 4. A. C. I. 347 Recommended Practice for Concrete Form work. 5. A. C. I. SP-4 Form work for Concrete. 6. ANSI/ASTM C94 Standard Specification for Ready Mix Concrete.

1.4 SUBMITTALS:

A. For portland cement concrete submit design mix, test reports and manufacturer's product data.

1.5 JOB CONDITIONS:

A. Protect all structures, including curbs, rails, walks, etc. from disfigurement by application of bituminous materials.

B. Before starting any paving work, the Contractor shall notify the Architect-Engineer and construction personnel involved before paving work begins.

2.2 PRODUCTS

2.1 CRUSHED STONE BASE:

A. Hard and durable crusher-run stone free from objectionable or deleterious material, plant mixed, with 10-50% by weight retained on 314" sieve, SO to 75% on #4 sieve, 10-30% by weight passing #40 sieve and 3-10% passing #200 sieve. The fraction passing the #200 sieve shall not be greater than 213 the fraction passing the #40 sieve. The fraction passing the #40 sieve shall have a liquid limit not greater than 25 and a plasticity index not greater than 6.

2.2 CONCRETE PAVING MATERIALS:

A. CRUSHED STONE BASE: See paragraph 2.01. HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 20 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

B. FORMS: Steel, wood, or other suitable material of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use straight forms, free of distortion and defects. Use flexible spring steel forms or laminated boards to form radius bends as required. Coat forms with a non-staining form release agent that will not discolor or deface surface of concrete.

C. WELDED WIRE MESH: Welded plain cold-drawn steel wire fabric, ASM A185. Furnish in flat sheets, not rolls, unless otherwise acceptable to Architect-Engineer. Sizes as shown on drawings.

D. REINFORCING BARS: Deformed steel bars, ASTM A615, Grade 60 or as shown on drawings.

E. DOWEL BARS: Plain steel bars, ASTM A615, Grade 40. Cut bars true to length with ends square and free of burrs. Furnish metal expansion caps for one end of each dowel bar in expansion joints. Design caps with one end closed and a minimum length of 3" to allow bars movement of not less than 1", unless otherwise indicated.

F. EXPANSION JOINT FILLER: Non-extruding, resilient, non-bituminous types conforming to ASTM 01752-67 (1978). Use Type 1 sponge rubber where joint material is left exposed or Type III self-expanding cork where concealed or to receive sealant.

G. JOINT SEALER COMPOUND: Two component joint sealer for pavements, sidewalks and gutters. Provide 1, Seal Tight Gardox 11 as manufactured by W.R. Meadows, Inc., or an approved equal complying with FS SS-S-195B or 55-5-2000 Type H.

H. CONCRETE MATERIALS: 1. Cement: Portland, conforming to ASTM C150, Type 1. 2. Admixtures: Air entraining, conforming to ASTM C260. 3. Aggregate: Fine and coarse type conforming to ASTM C33, 3/4" maximum size. 4. Water: Clean, potable, free from acids, alkalies or organic materials. 5. Expansion Joint Fillers: Non-extruding resilient non-bituminous types conforming to ASTM 01752.

I. CONCRETE MIX DESIGN: 1. Design mix to produce normal-weight concrete consisting of portland cement, aggregate, air-entraining admixture and water to produce the following properties. 2. Compressive Strength: 3000 psi. minimium at 28 days unless shown otherwise on drawings. 3. Provide Slump Test. Slump Range: 3" maximum. 4. Air Content: 6% air +/- 1%.

2.3 CRUSHED STONE BASE PLACEMENT:

A. SUBGRADE: 1. The crushed stone paving shall be placed on a completed and approved subgrade or existing base that has been bladed to substantially conform to the grade and cross section shown on the plans. 2. The subgrade shall be lime stabilized as specified and shall be free from an excess or deficiency of moisture at the time of placing the base course. 3. Base course material shall not be placed on a frozen subgrade or subbase.

B. PROFILE: HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 21 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

1. The crushed stone shall be placed on the subgrade and spread uniformly to such depth and lines that when compacted it will have the thickness, width and cross section shown on the plans. 2. If the required compacted depth of the base course exceeds 6", the base shall be constructed in two or more layers of approximate equal thickness. The maximum compacted thickness of any one layer shall not exceed 6". When vibrating or other approved types of special compacting equipment are used, the compacted depth of a single layer of the base course may be increased to 8" in upon approval.

C. SPREADING: The spreading shall be done the same day that the material is hauled, and it shall be performed in such manner that no segregation of coarse and fine particles nor nests or hard areas caused by dumping the crushed stone on the subgrade will exist. To insure proper mixing, the crushed stone shall be bladed across the roadbed before being spread. Care shall be taken to prevent mixing of subgrade or shoulder material with the base course material in the blading and spreading operation.

D. COMPACTION: Each course shall be compacted by any satisfactory method that will produce the density hereinafter specified. The crushed stone shall be substantially maintained at optimum moisture during the mixing, spreading, and compacting operations, water being added or the material aerated as may be necessary. The specified grade and section shall be maintained by blading throughout the compacted to a density, as determined by ASTM 01557 (Modified Proctor Test), of not less than 95 percent of the maximum density obtained in the laboratory. The crushed stone shall be compacted across the full width of application.

E. The Contractor shall maintain the base course in a satisfactory condition until paved or otherwise accepted by Owner.

2.4 CONCRETE PLACEMENT AND FINISHING:

A. REINFORCING: Size and placement as indicated on drawings.

B. PREPARATION BEFORE PLACING CONCRETE: Form work, embedded items and reinforcement shall be in-place and checked, and all foreign matter removed from forms and conveying equipment before depositing concrete.

C. CONVEYING: Concrete shall be handled from the mixer to the place of final deposit as rapidly as practicable by methods which will prevent separation or loss of ingredients and in a manner which will assure that the required quality of the concrete is obtained. Comply with Recommendations of ACI 304.

D. PLACING: Place and consolidate with mechanical vibrators in accordance with the Recommendations of ACI 301 and 304. A spare vibrator shall be kept on the Job Site during all concrete placing operations. Bonding at joints shall be performed in accordance with ACI 301. Follow recommended procedures of ACI 305 and 306 for hot and cold weather concreting.

E. TESTING OF CONCRETE: 1. Materials and operations shall be tested and inspected as work progresses. Failure to detect defective work shall not prevent rejection when defect is discovered, nor shall it obligate the Owner for final acceptance. Testing agencies shall meet the requirements of 1,"Standard Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials As bed in Construction," ANSI/ASTM E329-77. The following testing service shall be performed by the designated agency and shall be paid by the Contractor. a. Secure composite samples in accordance with "Standard Method of Sampling Fresh Concrete," ANSI/ASTM C172-71 (Reapproved 1977). HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 22 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

b. Mold and cure three specimens from each test required in accordance with "Standard Method of Making and Curing Concrete Test Specimens in the Field," ANSI/ASTM 031-69 (Reapproved 1975). c. Test specimens in accordance with "Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens," ANSI/ASTM 039-72 (Reapproved 1979). Two specimens shall be tested at 28 days for acceptance and one shall be tested at 7 days for information. d. Determine slump of normal-weight concrete sample for each strength test in accordance with "Standard Test Method for Slump of Portland Cement Concrete," ANSI/ASTM C143-78. e. Determine total air content of normal-weight concrete sample for each strength test in accordance with "Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method," ANSI/ASTM C231-78.

F. JOINTS: Construct joints true to line and perpendicular to surface of concrete. Provide as shown on drawings and as follows: 1. Construction joints to be as detailed or if not shown to be tooled joints with depth of at least 1/4 concrete thickness. Space as shown on drawings or at maximum of 10'- 0" O.C., if not shown. 2. Construction joints are at ends of placements or where placements are stopped for more than ½ hour. Construct as shown or, if not shown, use standard metal keyed forms. 3. Expansion joints with pre-molded joint filler are required at all abutting structure, at corners and at a maximum of 40" O.C., or as shown on drawings.

G. TOLERANCE OF FINISH SURFACE: When checked with a 10'-0" straight edge placed perpendicular to the direction of slope, surface shall show no variation more than 1/8".

H. REPAIR OF SURFACE DEFECTS: All reparable defective areas shall be patched immediately after form removal. Any concrete which is not formed as indicated on plans, or which is out of alignment or level beyond required tolerances, or which shows a defective surface, shall be removed and repoured at no additional cost to the Owner. Patching or repairs may be made only with prior written approval of Architect-Engineer for each specific case. If in the Architect-Engineers judgment the patches or repairs do not bring the work into conformance with the drawings and specifications, the defective areas shall be removed and repoured as required above. Follow Procedures as Recommended in ACI 301.

I. FINISHES: Rough broom finish for walks. Prepare sample for approval by Architect-Engineer prior to final finishing.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 23 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

03200 – CONCRETE REINFORCEMENT

PART 1 GENERAL

1.01 RELATED DOCUMENTS: General provisions of the Contract and other applicable parts of the Construction Documents apply to this section.

1.02 REINFORCEMENT: Steel bars, welded steel wire fabric for cast-in-place concrete and tie wires.

1.03 ACCESSORIES: Not limited to support chains, bolsters, bar supports, spacers and other required items.

1.04 SHOP DRAWINGS: Provide.

1.05 CODES AND STANDARDS:

A. Perform work in accordance with CRSI 63 and 65 unless otherwise indicated.

B. ASTM A185 - Welded Steel Wire Fabric for Concrete.

C. ASTM A65 - Deformed and plain Billet Steel Bar for Concrete Reinforcement.

D. ACI 315 - Manual of Standard Practice.

E. Local Building Codes.

PART 2 PRODUCTS

2.01 REINFORCING STEEL: Grade 60; deformed billet steel bars, free of rust, shop fabricated.

2.02 WIRE MESH: Electrically welded wire fabric of cold-drawn wire, plain type.

2.03 ACCESSORY MATERIALS:

A. TIE WIRE: Minimum 16 gage.

PART 3 EXECUTION

3.01 PLACING: ACI 318, securely tied and held rigidly in place by chairs and/or spacers.

3.02 SPLICING: At minimum stress points, lap 30 bar diameters.

3.03 TOLERANCES: ACI 301.

3.04 COVERAGE: 1-1/2" outside of main steel for beams, girders, columns, exterior face of walls; 1" outside of main steel for joints, slabs and interior face of walls; 311 for slabs, and footing and beams in grade.

3.05 WIRE MESH: Lap one full mesh at sides, 8" at ends.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 24 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

03300 – CAST-IN-PLACE CONCRETE

PART 1 GENERAL

1.01 SUMMARY

A. Demo existing curb & gutter to install new ADA accessible ramp.

B. Provide cast-in-place concrete, reinforcing and accessories.

C. Provide ADA accessible entry at the existing curb and drive as per local codes and ordinances.

1.02 SUBMITTALS

A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used.

B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction.

C. Provide mix design for 3,000 PSI concrete.

1.03 QUALITY ASSURANCE

A. Comply with governing codes and regulations. Provide products of acceptable manufacturers, which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions.

B. Standards: 1. ACI 301, Specifications for structural Concrete for Buildings. 2. ACI 318, Building Code Requirements for Reinforced Concrete, and CRSI Manual of Standard Practice.

PART 2 PRODUCTS

2.01 MATERIALS

A. Cast-In-Place Concrete: 1. Application: Concrete curb & gutter, pads and foundations. 2. Truncated Dome Warning Devices. 3. Finish for Exterior Concrete Platforms, Ramps and Sloped Walls: Non-slip broom finish. 4. Cast-In-Place Concrete Reinforcing and Accessories: a. Concrete Design Mixes: ASTM C 94, 28 day compressive strength suitable for project requirements and site conditions. b. Formwork: Plywood or metal panel formwork sufficient for structural and visual requirements. c. Reinforcing Bars: ASTM A 767, Class II, galvanized. d. Steel Wire Fabric: ASTM A 497, welded, deformed. Steel Wire: ASTM A 82. e. Concrete Materials: ASTM C 150, Type I, Portland cement; potable water. f. Concrete Admixtures: Containing less than 0.1 percent chloride ions. g. Reglets: Galvanized sheet steel reglets, minimum 26 gauge (.018 inch). h. Liquid Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class A. i. Underlayment Compound: Free-flowing, self-leveling cement-based compound. j. Bonding Compound: Polyvinyl acetate or acrylic base. k. Epoxy Adhesive: ASTM C 881, two-component material. HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 25 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

PART 3 EXECUTION

3.01 INSTALLATION

A. Comply with ASTM C 94. Do not change mix design without approval. Calcium chloride admixtures are not permitted.

B. Chamfer exposed edges/corners to provide straight lines.

C. Tolerance: Plus 1/8" in 10" for grade, alignment, and straightness.

D. Construction Joints: Use keyways, continue reinforcement through joint.

E. Expansion Joints: For exterior work locate 30' O.C. at approved locations. Provide smooth dowels across joint which permit 1" horizontal movement and no vertical shear movement. Review locations with Owner.

F. Isolation Joints: Provide between slabs and vertical elements such as columns and structural walls.

G. Control Joints: Provide sawn or tooled joints or removable insert strips; depth equal to 1/4 slab thickness. Spacing as required and approved. Concrete walks at 5 foot intervals.

H. Flatwork Finishes: Broom finish. 1. Broom: After trowel finishing, roughen surface by fine brooming perpendicular to traffic direction for exposed exterior walks and ramps. 2. Cure and protect work. Report defective work in writing.

I. Warning Devices: Truncated domed warning devices, 24 inches wide from back of curb and width of curb ramps. Locate at ADA ramps at street and pedestrian crossings.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 26 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

03350 – CONCRETE FINISH

PART 1 GENERAL

1.01 SUMMARY

A. Provide finishing materials and operations for cast-in-place concrete.

1.02 SUBMITTALS

A. Product Data: Utilize 3,000 PSI concrete mix formula as a minimum.

1.03 QUALITY ASSURANCE

A. Comply with governing codes and regulations. Provide products of acceptable manufacturers, which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions.

PART 2 PRODUCTS

2.01 MATERIALS

A. Cast-In-Place Concrete: 1. 3,000 PSI concrete mix formula. 2. Application: Foundation and footings. 3. Application: Slabs on grade. 4. Application: Exterior site walks and concrete pads. 5. Sealed Concrete Materials: Concrete hardener/densifier.

PART 3 EXECUTION

3.01 INSTALLATION

A. Flatwork Finishes: broom finish. 1. Sealed Concrete: Natural finish, slight darkening acceptable.

B. Protect work with suitable covering for the duration of the construction period. Report defective work in writing.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 27 of 42

Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

04450 - FLAGSTONE MASONRY

PART 1 GENERAL

1.01 SCOPE

A. Remove existing flagstone walks, utilize care in removing flagstone in preparation for re-use.

B. Remove existing subgrade and install new fill as needed. Compact, grade and prepare subgrade for installation of concrete base slab for flagstone installation.

C. Provide flagstone of varying sizes, shapes and appearance to match existing flagstone.

D. Install flagstone in mortar bed of exterior mortar, match existing flagstone pattern in sizes, shapes and appearance.

1.02 SUBMITTALS

A. Samples: Submit two (2) several representative samples of flagstones to be utilized in the project. Flagstones to be utilized vary from flat type, elongated type and irregular type shapes and color and texture.

B. See the existing flagstone work to visualize expected flagstones anticipated.

1.03 QUALITY ASSURANCE

A. Provide products of acceptable to the Project Manager and AHPP representative. Deliver, store and handle materials to limit abrasions, chipping and other damage to the product.

B. Mock-Ups: Provide a mock-up as required to demonstrate quality of workmanship.

PART 2 PRODUCTS

2.01 MATERIALS

A. Natural Flgstone: 1. Type: Match existing range of shape, size and color. 2. Finish: Natural cleft, no applied finish. 3. Joints: Mortar, examine existing mortar for composition and create samples for approval by Project Manager.

PART 3 EXECUTION

3.01 INSTALLATION

A. Utilize existing flagstones where possible.

B. Dress joints to match existing joints in the existing stonework.

C. Provide mortar joints, color as approved, to be field determined. HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 28 of 42

Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

D. Install flagstone at walkway and patio. Provide mortar joints similar to existing and appropriate to locations.

E. Install to tolerances of plumb, alignment and level of plus or minus 1/8” in 20'.

F. Remove and replace damaged units. Clean using methods recommended for this type of installation.

G. Clean existing stones to be reused of old mortar and blend existing stones in with new flagstones as appropriate.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 29 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

04500 - MASONRY RESTORATION

PART 1 GENERAL

1.01 SCOPE: Perform all stone masonry repair and tuck-pointing where newly installed flagstone abuts existing knee walls and retaining walls where deteriorated, along with restoration cleaning as indicated on the drawings and/or as directed by the Architect.

1.02 Replacing stones of different sizes and colors with appropriate stones, selected restoration cleaning as requested and as specified herein.

A. Provide selective demolition of flagstone and adjoining masonry.

B. Reinstall existing stone masonry where possible and match existing mortar joints.

C. Rake joints at tuck pointed masonry and newly installed masonry to match existing rakes at newly installed stone masonry.

D. Provide new stone masonry to replace missing or existing masonry, match with similar size, shape and appearance where installed.

E. Provide weep holes in existing stone masonry walls at the pation area and other areas where water can stand.

F. Clean all existing and new stone masonry in the proposed work area. See the drawings for the selected area of work.

PART 2 PRODUCTS

2.01 MORTAR MATERIALS:

A. Comply with the following: 1. Masonry Cement: ASTM C-91, Type II. 2. Portland Cement: ASTM C-150. 3. Hydrated Lime: ASTM C-207, Type S. 4. Aggregate for : ASTM C-404. 5. Fine Aggregate: ASTM C-404. 6. Water: Clean, drinkable. 7. Mortar Mix: Utilize Type N mortar, match chemical analysis of existing mortar. 8. Mortar Tint: Shall be Sonobrite as manufactured by Sonneborn Division of Contech, Inc.

B. Provide a sample mix of the mortar mix to be utilized in the project. All mortar mixes to be approved by the Project manager and/or AHPP representative before utilized in the project.

2.02 RESTORATION CLEANERS:

A. Stone: SureKlean "Restoration Cleaner" as manufactured by ProSoCo, Inc.

B. Provide a sample mix of the masonry cleaner to be utilized in the project. Testing in a non-conspicuous location is required. All cleaners to be approved by the Project manager and/or AHPP representative before utilized in the project.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 30 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

2.03 EXISTING FLAGSTONE AND STONE MASONRY:

A. Stone: Selectively demolish all loose mortar and stone masonry for reuse where possible. Utilize existing stones recovered from the facility for restoration and reconstruction of masonry infill where needed.

2.04 NEW STONE MASONRY:

A. Stone: Selectively demolish all loose mortar and stone masonry for reuse where possible. Utilize new stones of similar size, shape and appearance to existing stones. Stones vary in size, color and appearance as per their existing location on the bridge. Care should be taken in locating similar stone in the existing locations.

B. Provide a sample of the stones to be utilized in the project. All stones to be approved by the Project manager and/or AHPP representative before utilized in the project.

PART 3 EXECUTION

3.01 INSPECTION: Examine the areas and conditions under which work of this section will be performed. Correct conditions detrimental to the proper and timely completion of the work. Do not proceed until satisfactory conditions have been corrected.

3.02 PROTECTION: Take all necessary precautions, erect all required shields, protective coverings, etc. to prevent adjacent materials and surfaces from being damaged during the execution of this portion of the work.

3.03 REPOINTING EXISTING EXTERIOR STONE WALLS:

A. After cleaning, match the existing mortar as closely as possible for composition, color, and texture. Furnish sample for architects' approval before starting work.

B. Carefully examine the joints of all exterior stonework. Repoint all joints having cracked, loose, or disintegrated mortar and as directed by the Architect.

C. Remove all damaged or cracked mortar to a depth of at least 1-1/2 times the width of the joint. Repoint to match existing original mortar color, texture, and tooling. Add a small amount of pigment to achieve the weathered color. Use only pigments which are pure mineral oxides (because they will not fade or leach out of the mortar). In no event shall the pigment exceed two (2) percent of the mortar mix by weight.

D. All repointed joints shall be brushed clean and pointed with mortar in two (2) stages to a flat cut joint. When "thumbprint" hard, the joints and beds shall be tooled to match original work. Point in two (2) stages to seal the shrinkage cracks.

E. Power tools for removing existing mortar are expressly prohibited. Hand tools must be used and in a method that does not chip, sear, or deface the stone or stonework in any way.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 31 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

F. It is the responsibility of the Bidder to estimate quantity of tuck-pointing required.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 32 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

06100 – ROUGH CARPENTRY

PART 1 GENERAL

1.01 RELATED DOCUMENTS:

A. General provisions of the Contract and other applicable parts of the Construction Documents apply to this section.

B. Pedestrian wood framed bridge, constructed to match existing pedestrian wood framed bridge. See the drawings.

1.02 REFERENCES:

A. NFPA National Design Specification for Stress Grade Lumber and Fastening.

B. PS 1 (ANSI A1 99.1) and APA Performance Standard for Plywood Products.

C. PS 20 American Softwood Lumber Standard.

D. ASTM E84 Fire Test.

E. TREATMENT: Preservative AWPA Standard C2 (lumber), C9 (plywood) and AWPB listed; Fire- retardant ASTM E84.

PART 2 PRODUCTS

2.01 MATERIALS:

A. LUMBER: PS 20, grade in accordance with NFPA grading rules; maximum moisture content of 19%; 545 Douglas Fir, Southern Pine or equivalent species; standard grade.

B. PLYWOOD: PS 1; APA rated sheathing grade, APA C-D plugged for mounting electrical and telephone equipment.

C. PRESERVATIVE TREATMENT: PB Standard LP-2 above-ground items including blocking wood in contact with concrete or masonry.

D. FASTENERS AND ANCHORAGES: Nails, screws, bolts and anchoring devices; galvanized for exterior location and treated wood; plain finish interior location: size and type as recommended to suit application or as indicated.

PART 3 EXECUTION

3.01 INSTALLATION:

A. FRAMING, LUMBER, ETC.: 1. DISCARD defective or undersized material. 2. SET WORK accurately to required levels and lines, with members plumb and true and accurately cut and fitted. 3. ATTACH WORK by anchoring and fastening as shown and as required by recognized standards. Countersink nail heads on exposed carpentry work. 4. SELECT FASTENERS of size that will not penetrate members where opposite side will be exposed HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 33 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

to view or will receive finish materials. Make tight connections between members.

3.02 SITE TREATMENT:

A. Field apply a compatible preservative treatment to site-sawn ends of treated members, in accordance with manufacturer's recommendations. Allow treatment to cure prior to placing members.

B. Paint all components completely.

END OF SECTION

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 34 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

STANDARD TERMS AND CONDITIONS CITY OF LITTLE ROCK, ARKANSAS

NOTICE: The City of Little Rock selects its board and commission members through a process that utilizes an executive session. Under Arkansas law, this fact deems a volunteer an employee for a limited purpose. The City cannot contract with an employee, and cannot contract with a corporation with an employee in an executive or managerial position who also serves as a volunteer on a City board or commission unless it first passes an ordinance to approve the contract. If any person involved with this solicitation an employee of the City, or a volunteer board or commission member who also holds an executive or managerial position with the Vendor, then the vendor shall identify the person(s) and the nature of the relationship. THIS DOES NOT MEAN that the Vendor is disqualified; but an apparent contractor will not be selected if the Board of Directors fails to pass an ordinance to authorize the contract.

1. Acceptance of Terms Submission of a response to this solicitation constitutes acceptance of all terms and conditions described herein. In the event of a conflict between this solicitation and the Standard Terms and Conditions, the terms of this solicitation shall have priority. The City's Standard Conditions shall become a part of the contract and shall supersede all prior or contemporaneous representations, agreements or understandings between the parties, whether written or oral. In the event of a conflict, the terms of this solicitation shall control. To the extent the Standard Conditions conflict with an existing Master Agreement previously executed by the City, the terms of the Master Agreement control.

2. Exceptions The vendor may submit a list of any necessary exceptions to the solicitation’s terms and conditions. All exceptions shall be described on one (1) attachment to the vendor’s response, and shall include the legal basis for each exception. The City will not consider an exception unless the vendor establishes that the exception is justified by a requirement or prohibition of federal law, Arkansas law, Arkansas Public Service Commission Rules, or by applicable tariff requirements. Exceptions shall only be approved in writing and signed by the City of Little Rock Purchasing Division.

3. Compliance A. The contractor shall comply with applicable Federal laws, state laws, and local ordinances and regulations in effect during the contract term.

B. The vendor must not be debarred or suspended as designated in the federal System for Award Management.

4. Addenda This solicitation and the Standard Terms and Conditions for all of the City’s solicitations shall not be changed or altered except by official written addendum issued by the City of Little Rock Purchasing Division. Addenda to this solicitation will be posted on the City’s website at www.littlerock.gov. It is the vendor’s responsibility to review the solicitation information online to ensure that they have received and responded to all addenda to the solicitation.

5. Publicity A. The vendor shall not issue a news release pertaining to this solicitation or any portion of the project without the City’s prior written approval.

B. Failure to comply with this requirement may be cause for a vendor’s response to be disqualified.

6. Reservations A. THE CITY RESERVES THE RIGHT TO REJECT ANY AND ALL RESPONSES.

B. The City Purchasing Office reserves the right to award items, all or none, or by line item(s).

C. Qualifications of the vendor and probability of performance by the vendor are factors in making an award. HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 35 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

D. Any ambiguity in a solicitation that results from omission, error, lack of clarity or non-compliance by the vendor shall be construed in the light most favorable to the City. E. Any minor or insubstantial deviations from the requirements of this solicitation, as determined in the sole and exclusive discretion of the City Purchasing Office, shall be permitted.

F. Any material or substantive deviations from the requirements of this solicitation, as determined in the sole and exclusive discretion of the City Purchasing Office, shall result in the disqualification of the response.

7. Response Submission A. Responses shall be submitted and time-stamped, on or before the date and time specified. LATE RESPONSES SHALL NOT BE CONSIDERED.

B. Responses shall contain all documents, information, and attachments as specifically and expressly required in the solicitation.

C. The response shall be typed or legibly printed in ink. The signature shall be in ink. The official who is authorized to sign contracts on behalf of the vendor shall sign the response and the price sheets in ink. RESPONSES AND PRICE SHEETS THAT ARE NOT SIGNED SHALL NOT BE CONSIDERED.

D. The solicitation number for example, 18101 or 18001 shall be on the face of the sealed envelope that contains the response. If it is not, the envelope will be opened to identify the solicitation number.

8. Brand Name References Specifications furnished with a solicitation are intended to establish a desired quality or performance level, or other minimum dimensions and capacities, which will provide the best product available at the lowest possible price. Other designated brands or models approved by the City, in its sole discretion, as equal to designated brand name products shall receive equal consideration. When listing other than the brand or model specified in the solicitation, the brand or model number shall be stated by the item in the solicitation and descriptive literature be submitted with the response.

9. Substitutions If while responding to this solicitation the vendor does not believe that a submitted bid meets the exact requirement of a specification requested, but is in compliance with the result to be met by the requirement or specification, then the response can note that a substitution is being submitted. Whether a substitution complies with this solicitation shall be determined at the sole and exclusive discretion of the City of Little Rock Purchasing Division.

10. Samples Samples of items when required shall be furnished to the City free of charge. If the vendor does not retrieve the samples within thirty (30) days of the end of testing, they become property of the City.

11. Quantities Quantities stated in a solicitation for term contracts are estimates only, and are not guaranteed. Vendor shall bid the unit price based upon the estimated quantity specified. The City may order more or less than the estimated quantity on term contracts. Quantities stated on purchase orders are determined by the requirements of the ordering department.

12. Pricing A. Pricing shall be valid for ninety (90) days after the bid opening and shall remain firm for the term of the contract. Prices are to be based on the unit price for the items or services described on the price sheet(s).

B. Prices quoted shall be “Free on Board” (F.O.B.) destination to the designated City facility unless otherwise agreed by the City. HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 36 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

C. Pricing shall include all associated costs. The City shall not be obligated to pay any costs that are not included in the vendor’s price proposal even though such cost is subsequently incurred by the vendor in order to provide the contracted services or equipment or to achieve the required quality of service unless agreed to in writing by the City.

D. Prices quoted are to be net prices. If the vendor makes an error in extending total prices, the City may accept the lesser amount whether reflected by extension or by the correct multiple of the unit price.

E. The City should receive any discounts offered by, or available to the vendor. For term contracts, the beginning date for computing discounts will be the date of invoice or the date of delivery and acceptance, whichever is later.

F. The prices in the response have been arrived at without collusion.

13. Tax Applicable sales or compensating use tax shall not be included in the response, but shall be added to the contractor’s invoice. Vendors are to register and pay taxes pursuant to Arkansas law.

Price Escalation. A. During the term of a resulting contract the opportunity for price escalations may be made available at the time of renewal. The vendor shall submit a written request for price increases. Written price increase requests shall be supported by documentary evidence, including manufacturer or broker discounts and charge backs to justify the increase. Price increases will be limited to the actual dollar increase incurred by the vendor from their supplier or manufacturer. Invoices including manufacturer/broker rebates, discounts and charge backs, both prior and current to date of request, shall be submitted to support a price adjustment request.

NOTE: VENDORS SHALL NOT DELAY OR STOP DELIVERIES PENDING PRICE CHANGES. PRICE CHANGES WILL BE EFFECTIVE ON ITEMS WITH AN ORDER DATE AFTER THE EFFECTIVE PRICE CHANGE DATE. THE ORDER DATE IS THE DATE OF THE CITY ISSUED PURCHASE ORDER TO THE VENDOR. ITEMS THAT HAVE AN ORDER DATE PRIOR TO THE NEWEST EFFECTIVE PRICE CHANGE DATE WILL BE INVOICED AT THE CURRENT PRICE AS OF THE DATE OF THE PURCHASE ORDER REGARDLESS OF WHEN DELIVERY IS ACCEPTED.

B. The City of Little Rock reserves the right to reject any price adjustment request.

14. Tie Prices A. In the event of a tie on the lowest price between two (2) or more responses that meet the specifications as required and where only one (1) of the vendors is a Little Rock vendor, then the award shall be made to that Little Rock vendor.

B. In the event of a tie on the lowest price between two (2) or more responses that meet the specifications as required: i. where just two (2) of the vendors are Little Rock vendors, the award shall be determined by a flip of a coin between the Little Rock vendors; or ii. where just two (2) of the vendors are out-of-state vendors, the award will be determined by a flip of a coin among those vendors; iii. where there are more than two (2) Little Rock vendors, the award shall be determined by drawing lots iv. where there are more than two (2) out-of-state vendors, the award shall be determined by drawing lots

15. Non-Appropriation of Funds The City cannot engage in deficit spending. If it becomes necessary for the City to abandon the financing contemplated, the City shall have the right to do so without penalty. To the extent possible, the City shall give the successful contractor HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 37 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

written notice.

16. Invoicing A. The contractor shall be paid upon the completion of all of the following: i. submission of an original specified number of copies of a properly itemized invoice showing the solicitation and purchase order numbers; ii. delivery and acceptance of the commodities, or completion and approval of described service; iii. proper and legal processing of the invoice by the City

B. Invoices shall be sent to the address shown on the purchase order, or via City supplier portal.

C. The City shall not be invoiced in advance of delivery and acceptance of any goods or services.

17. Force Majeure Neither the City nor the vendor will be liable for any delay, failure in performance, loss, or damage due to fire, explosion, cable/fiber cuts, power blackout, earthquake, flood, embargo, acts of civil or military authority, war, terrorism, acts of God, acts of public enemy, acts of regulatory or governmental agencies, delays from third parties deterring the vendor from obtaining necessary licensing/construction permits/right of ways, or other causes beyond such party’s reasonable control.

18. Recordkeeping The contractor shall maintain all financial and accounting records in accordance with generally accepted principles of accounting. Upon reasonable request by the City, such records shall be made available for inspection.

19. Confidentiality The Arkansas Freedom of Information Act, as amended, is extremely broad in its scope. Any vendor submitting a response to a solicitation which includes proprietary information should be on notice that such response may be deemed a public record subject to disclosure upon completion of the selection process. Any such information that is not intended for disclosure should be placed in a separate sealed envelope, and the response should note appropriate reference to such information. The envelope should note that the proprietary information is not intended for public disclosure, is being provided to the City on loan by the vendor, and is to be returned to the vendor immediately if any request for disclosure of this information is made to the City pursuant to the Arkansas Freedom of Information Act. Upon the receipt of any such request, the City shall immediately return the proprietary information to the vendor. The City shall not maintain a copy. IF SUCH ACTION RESULTS IN AN INCOMPLETE RESPONSE THAT IS DEEMED BY THE CITY NOT TO BE RESPONSIVE TO THE SOLICITATION, THE RESPONSE SHALL BE DEEMED DISQUALIFIED.

20. Bonding A. Bid Security Any construction bid exceeding the minimum amount set by the State of Arkansas shall be accompanied by a cashier’s check or bid bond prepared on a City-approved form of bid bond, duly executed by the vendor as principal and having as surety thereon a surety company approved by the City of Little Rock, in the amount of five (5) percent of the bid. Such cashier’s check or bid bonds will be returned to all except the three (3) lowest vendors within three (3) days after the opening of bids, and the remaining cashier’s checks or bid bonds will be returned promptly after the City and the accepted vendor have executed a contract or the purchase order has been issued. A valid contract will not be executed nor a valid purchase order issued until the City has received an acceptable performance bond.

B. Performance/Payment Bonds A Performance Bond equaling the total amount of any bid exceeding the minimum amount set by the State of Arkansas shall be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement pursuant to Ark. Code Ann. Sec. 18-44-503 (a). HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 38 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

Simultaneously with the delivery of the executed contract, the contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under contract and furnishing materials in connection with the contract. The surety on such bond or bonds shall be duly authorized to do business in the State of Arkansas and shall be satisfactory to the City.

C. Bond Verification Pursuant to Act 1015 of 2013 which became effective on August 16, 2013, all bonds submitted to the City (bid bonds and Performance/Payment Bonds) shall be issued by surety companies that are listed on current United State Department of Treasury’s Listing of Approved Sureties. Any bid bonds submitted by a vendor that are not issued by a surety company qualified and authorized to do business within Arkansas and listed as an approved surety on the US Department of Treasury list will be rejected. Any performance and payment bonds provided by the contractor that are not issued by a surety company qualified and authorized to do business within Arkansas and listed as an approved surety on the US Department of Treasury list shall be considered as a contractor’s default in failing to execute and deliver the contract and bonds. The contractor is liable to the City as project owner in the amount of the five (5) percent bid surety. To verify the current list of surety companies, go to: https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570_a-z.htm.

21. Construction Licensing Vendors shall be in compliance with the requirement of Act 150 of 1965 of the State of Arkansas, effective June 3, 1965, (codified as amended at Ark. Code Ann. §§ 17-25-301 through 17-25-316), which is the current Arkansas State Licensing Law for Contractors. Vendors should indicate on the bid form the current license number as issued by the applicable licensing entity.

22. Conditions of Work Each vendor shall become fully informed of the conditions relating to the construction of the project and the employment of labor. Failure to do so shall not relieve a contractor of their obligation to furnish all material and labor necessary to carry out the provisions of the contract. Insofar as possible, the contractor, in carrying out the work, shall employ such methods or means as will not cause any interruption of or interference with the work of any other contractor.

23. Past Performance A vendor’s past performance with the City is used to determine if the vendor is “responsible”. Responses submitted by vendors determined to be non-responsible shall be disqualified.

24. Insurance and Warranties A. Insurance. The Contractor shall supply the City with evidence of having and maintaining proper and complete insurance, specifically Worker’s Compensation Insurance in accordance with the laws of the State of Arkansas, Public Liability Insurance and Property Damage Insurance. All premiums and cost of said insurance shall be paid by the Contractor. The City shall not be responsible or liable in case of accident.

B. When submitting a response to this solicitation, the vendor warrants that the commodities covered by the response shall be free from defects in material and workmanship under normal use and service. In addition the vendor shall deliver new commodities of the latest design and model, unless otherwise specified in the solicitation.

C. Guarantees and warranties should be submitted with the response, as they may be a consideration in making an award.

25. Governing Law The contract with the contractor shall be governed and construed in accordance with Arkansas law. In the event of any legal action to enforce or interpret the contract, the sole and exclusive venue shall be a court of competent jurisdiction in Pulaski County, Arkansas. The statute of limitations, as provided under Arkansas law, shall not be waived.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 39 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

26. Liability The City assumes no liability for damages or injuries caused by vendor’s equipment or personnel, including but not limited to passing vehicular or pedestrian traffic struck by objects displaced by vendor’s equipment or operations.

27. Damages If the City elects to pursue liquidated damages, damages may be assessed beginning on the first day following the maximum delivery or completion time entered on the bid form or as provided for by the plans and specifications.

28. Indemnification The contractor shall indemnify and hold harmless the City against any claim or liability arising from the contractor’s violation of any applicable law, statute, ordinance, permit or regulation in the performance of the contract. The contractor covenants and agrees that it will indemnify and hold harmless the City of Little Rock, and all of its officers, agents, and employees, from any claim, loss, damage, cost, charge or expense arising out of any act, action, neglect or omission by the contractor, or contractor’s subcontractors, employees, agents or servants, whether direct or indirect, or whether to any person or property to which the City of Little Rock or said parties may be subject. If the City of Little Rock defends any claim, demand, cause of action, or lawsuit arising out of any act, action, negligent acts or negligent omissions, or willful misconduct of the contractor, its subcontractors, employees, agents or servants during the performance of the contract, whether directly or indirectly, the contractor agrees to reimburse the City for all expenses, attorney’s fees, and court costs incurred in defending such claim, cause of action or lawsuit.

29. Intellectual Property A. Vendor shall not hold ownership or intellectual property claim on any deliverable produced for the City. For any custom software developed for the City of Little Rock, all property rights, intellectual or otherwise, and technology transfer shall be passed to the City, upon completion of the contract. This includes all rights in relation to any patents, trademarks, copyright, etc. that may be associated. Upon transfer, any and all code, data and the like, both intellectual and tangible, pertaining to any responsibilities including but not limited to reports, records, data, graphic art design, and products under the contract shall be delivered to the City without cost within a time frame of thirty (30) calendar days upon completion of the contract.

B. Each deliverable/product produced for the City shall become the exclusive property of the City. Vendor shall not utilize any portion of this project, including deliverables and data, without prior written consent of the City.

30. Discrimination A. The contractor shall not discriminate on the basis of race, color, creed, religion, sex, national origin, age, disability, marital status, sexual orientation, gender identity, or genetic information, as such relates to the performance of the contract and shall require such compliance in contracts with subcontractors and sub-subcontractors.

B. The vendor’s response shall meet all applicable accessibility requirements through the incorporation of features or other reasonable means in order to comply with the provisions of the Americans with Disabilities Act.

C. The City of Little Rock encourages participation of small, minority-owned, and woman-owned business enterprises in the procurement of goods, services, professional services, and construction, either as a general contractor or sub- contractor. It is further requested that whenever possible, majority contractors that require sub-contractors, seek qualified small, minority, and woman businesses to partner with them.

31. Title VI Civil Rights Act Implementation and Assurances A. If the contract involves the use of federal funds, and the city so requires, the contractor shall comply with the following: i. require any sub-recipients, sub-grantees, contractors, successors, transferees, or assignees to comply; ii. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (which prohibits discrimination on the basis of race, color, national origin); and its applicable federal statutory, regulatory HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 40 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

authorities, other pertinent directives, circulars, policy, memoranda, and/or guidance and will give assurance that it will promptly take any measures necessary to ensure such; iii. with all applicable provisions governing the City of Little Rock’s and applicable federal department’s or agency’s access to records, accounts, documents, information, facilities, and staff; iv. with any program, or compliance reviews, or complaint investigations, or a combination of such, conducted by the City or applicable federal department or agency; v. with record retention, reporting requirements, and all requests materials in a timely, complete, and accurate way; and vi. with all other reporting, data collection, and evaluation requirements, as prescribed by law or detailed in program guidance

B. The City of Little Rock, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the applicable federal regulations, hereby notifies all vendors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit responses to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award

32. Sex Offender THE CITY OF LITTLE ROCK DOES NOT EMPLOY SEX OFFENDERS OF ANY LEVEL. NEITHER THE CONTRACTOR, NOR ANY SUBCONTRACTOR, SHALL HAVE SUCH AN EMPLOYEE ON CITY PROPERTY PURSUANT TO THIS CONTRACT, NOR SHALL THE CONTRACTOR PERMIT ANY SUCH EMPLOYEE TO PERFORM ANY TASKS ON ANIMAL SERVICES, PARKS, OR ZOO PROPERTY.

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 41 of 42 Bid Number: 843 CITY OF LITTLE ROCK 3/5/2020 INVITATION TO BID

Drawing List

Cover Sheet T1.0 Survey C1.0

Entry Plan A1.0 Existing Floor Plan A1.1 Paver Details A2.0 Paver Details A2.1

HISTORIC PRESERVATION – PAVILION NO. 1 FLAGSTONE PAVER REMODEL Page 42 of 42