HomeMy WebLinkAbout136-90 RESOLUTION• RESOLUTION NO.'
A RESOLUTION APPROVING A CHANGE ORDER FOR THE
WALTON ARTS CENTER CONSTRUCTION.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a change order in the amount of
$12,968.00 for the Walton Arts Center construction to reinstate a
portion of Item "Y". A copy of the change order authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 4th
-• la
a
.1�4
1.MTTEST :
;-y,
By,.
. 'City C1
J
N�
- ^h.,
'
day of:
APPROVED:
By:
September
4-
, 1990.
UNIVERSITY OF ARKANSAS
Fayetteville Campus
(Location)
•
PROFESSIONAL ® CONSULTANT 0 SERVICES JUSTIFICATION FORM
I. Contract services are necessary because soils & concrete tests are required by Walton
Arts Center contract documents and Engineering Services will provide
soil testing & observation during earthwork operations and provide
control testing of concrete asphalt.
•
Il.- Were University employees or other State agencies considered for these services? If not, why?
No. Not qualified to perform the services.
111. The qualifications ofindividual orfirm selected are familiarity with the campus and this
type of testing.
IV. What was the method of pr ocurernent chosen? Lis: o:her contractors invited to submit proposals and amount of each bid.11
none, why? List reason for not selecting lowest bid.
The proposal from McClelland Consulting Engineers, Inc., is within
industry standards, and due to their familiarity with the campus and
this type of construction, it was felt they would be the best firm
for this service.
Department Plant Funds
Company/Center Number:
Date August 21, 1990
0702 90005 00 0000 Walton Arts Center
Company Department Func:ion ?;o3ect Cen:er Neme
Justification By
•
Don K. Fitzgerald
(Name)
Project Coordinator
8/21/90
(Title). (Date)
.,r:pprovl
+_(S srp1j{e o1.Dcan, Director or epproprEe o:ficlal)
•
•
•Cr
FAYETTEVILLE CAMPUS
(Location)
PROFESSIONAL D — CONSULTANT D SERV)CES. CONTRACT
CONTRACT NO. /)O& eLq 3 mop NO. 80153A
3. DAT.S. ?AR T::,
1 n:s agreement is entered in:o on the
20 ni August 1990
(Dty) 04D^'1') (Yea:)
be:kieen:
Acency Code 135, the Board of Trustees of:he University of?.:kansascfthe SateofArkansas, he ei.af:er:efer:ed :c as:he
Unive: si:y and
'SS Nc-nber or 9: ed ID 1L^^E' 71 . 0414415
McClelland Consultine Engineers, Inc.' •
(Contravor Name)
1810 N. College Avenue, P. 0. Box 1229, Fayetteville, Arkansas 72702
(Address)
here:.whet referred to as :he Con:racior.
-Font 4FG»GS' r e be s.d it auigaocitJ Sercri:yr.•.:r.ben se:Fedrsl)Dn.:nbees;-Ole sis:ea, and be snsche?;d:St cru,::ac:_nlen;esiocsly
tsbFt`.ed.
11, Q3JECT7t'cSAND SCOPE
A. The U .'e:si:y and Co.::ac:cr agree that :he objective and scope Of this agree -Ent are described herein cr by attach•
nnena, if so nc!ed.
To provide observation services during earthwork construction, perform
quality control testing of soil, concrete and asphalt materials for the
Walton Arts Center in Fayetteville, Arkansas. (See Attachment A)
(Attachment Nos, )
B. This con::act O does 'B does not incluse the providing Of swR ices for Data pr0C2ssina, manaser env systems, 07
!QtQ:O•
T^7.11caoo:s eouipment, planning or services. 01 so, attach a detailed desc,.rJ..n of :hose seMces to be
provided.)
111. CALCULATIONS OF CON?ENSA T 1O,N
For worklo be acccmpcshed under the agreement, the Co ;::actor agrees:o provide :he personnel al :he :a:es scheduled
for each level of consulting personnel as listed herein. Ca)CL''.a:ions of compensation and : eimbursabre Expenses shall only be
Listed in this sec:ion. if additional space S : equi:ed, a con:inuadon sheet may be used as an attachment.
LEVEL Or F COMPENSATION TOTAL FOR
'rER" SONNEL NUMBER RATE L `✓:L
Lump Slim for Observation Sepvices and Material Testing
during construction 58.500.00
(U of A 507 Portion)
To:a1 compenszaon exclusive of expense reimbursement
REIMBURSABLE RSABLE EXPENSES EST:MATED
1TE'� 1Soecif.')
RATE OF REIM3. TOTAL'
To:al:ei-bu:stb:d Expense
Te:al cempenra:ion inclusF.e of rel.-b•.rseb'e e,pens( s (Cannot be Exceeded wi:h0_t
amendment to con::ani •
Ftden PCS] (Fey. 4:23,1F)
Pepe 2of<
c 4,250.00 •
5 -n-
s -6.250.00 •
•
IV. SOUP CE 0.r FUNDS
Treasury Funds •
(FUND CODE) (AGENCY) - (APPROPRIATION) (CHARACTER)
Osier Fu ds 200 135 B03 05
(FUND CODE) (AGENCY) :(APPROPRIATION) (CHARACTER)
Source of Federal Grant Funds
(GRANTOR AGENCY)
V. RENDERING OF COMPENSATION
1
Tne method(s) of rendering compensation and/or evaluation of satisfactory achievement toward attainment of the agee•
ment listed herein is as follows or in attachment no. Ito this agreement.
Upon receipt of services performed i
1
V1. TER -14S
The term of this ageement will begin on 1 day of November 1990 and shall extend for a period
of approximately 1 r,q actual working days, and shall end on the 30 • day of June
79 91 , and/or as agreed to separately in writing by bo:h parties, but in?no event shall the duration of such contract be for
lonoer than one calendar year. Provided, however, that in the unusual event that the best interest of the state would be served
by a contract which exceeds one year, the Chief Fiscal Officer may approve such contract, having first received review by the
Legislative Council or the Joint Budoet Committee. Provided further :hat in no event shall the initial term of a contract extend
beyond the end of the current biennial period unless the General Assembly, prior to the expiration of the biennial period,
makes an appropriation for such purpose.
1
Tnis contract is subject to al) of the provisions of the General Accounting and Budoe:ary Procedu•es Law (Act 876 of 7973, as
amended). I.
An amendment to the contract ex:endine or shortening the terms and/or inc:easing or decreasing ;he dollar amounts of :he
agreement will be considered binding after endorsement by the Contractor and the University, and approved by the
Department of Finance and Administration. Exception: Amendments requiring that a contract be extended for lonoer than
twenty (20) actual working days and/or increased to exceed 85,000, will require -eview by the Legislative Council or Joint
Budoet Committee and approval of the Department of Finance and Adininis:ration. Tne amendment will have the same
distribution as was given the original contract. 1
This contract may be terminated by either party upon 30 -day written notice.
•
VII. UNIVERSITY/CONTRACTOR RESPPONSIBILITY
A. The University agrees to make available advice, counsel, data and personnel, e:c., described lmmec.a,ely below or in
attachment no.
to this agreement.
As Necessary
1
f
B. The University representative who will act for the University in coordinating work of this Contractor will be
nnn K. Fitzgerald Protect Coordinator
(Name)
(501) 575-6180
(Tide) (Phone)
C. The Contractor agrees to list below, or on attachment hereto, names and social security numbers of personnel supplying
services to the University at the time of the execution of the contract. If the names are not known at the time of execution
of the contract, the Contractor will submit the name or narnes and social security numbers as they become known, Such
persons shall, for all purposes, be employees, or independent contractors operating under the control of ;he Contractor,
and nothing herein shall be construed to create an employment relationship between the University and the persons
listed below.
NAME
Randy Galbraith
Patricia Stevens
Robert Hodges
SOCIAL SECURITY NUMBER
440-54-1772
4.32-04-0489
431-15-6850
D. Tne University shall exercise no managerial responsibilities over :he Contractor or his employees. In carrying out this
contract it is expressly agreed that there is no employment relationship` between the con:ractinc parties.
Form PCS -1
Rice 3o!4
(Rev. a/23/£9)
•
V.
C =TiF1CAirON OF C ONTRA. CT O.R
John C. Quinn Vice President certify under penalty of
(Contactor)
perjury, tc the best of my knowledge and belief, no recuiar full-time or partaime employee of any State Aoency of the Sate of
Arkansas will receive any personal, direct or indirect monetary benefits which would be in violation of :he taw a$ a result of the
execution of this contract." Where the Contractor is a widely -held public corporation, the lean •direct o: indirect monetary
benefits' shall not apply to any regular corporate dividends paid to a stockholder of said corporation who is also a State
employee and who owns less than ten percent (10%) of the total outs:inding stock of the contractinc corporation.
IX. EMPLOYMENT BYASTATE AGENCY
.
1
John C. Ouinn certify that lam not presently an employee of anArkansas Slate
Aoency. 1 have not been previously employed by a state agency for the State of Arkansas except as indicated below.
1
DATE OF EMPLOYMENT MAXIMUM
AGENCY (FROMTTO2I ANNUAL SALARY
i
i
t
X. ARCHITECTS AND/OR ENGINEER SERVICES
The following clause applies only to contracts in which the services of architects or engineers are required for the
construction, renovation, or repair of buildings, facilities, or lands owned or operated by the State of Arkansas:
"!n the event the Slate of Arkansas {ads to appropriate funds uncs or make monies available for any biennial period
covered by :he to:m of this contract for the services :o be provided by the contractor, this contract shall be
terminated on the las: day of the last biennia) period for which funds we•e approp :aced or monies made available for
such purposes 1 „Sl�
This provision shal] not be construed to abridge any other fight of ter mina ion the ageacq -ry
�lo� ^moi
X1. AUTHORITY
A. This contact shall be governed by the Laws of the State of Arkansas; zs interpre:edbythOf the State
of Arkansas, and shall be in accordance with the intent of Section 20, Act 875, of -1973- a5.zmended. --- —
B. Any legislation that may be enacted subsegt.ent to the date of this agreement which may cause all or any put of this
acreement to be in conflict with the laws of the State of Arkansas will be given proper consideration if and when :his
contract is renewed or extended; the contract will be altered :o comply with the :hen applicable laws.
XII. CONDITIONPRECEDENT TOPERFORMANCE
A. This agreement is subject to the condition that the University will not be oblicated until the Contractor has received a
properly executed purchase order prior to performance of service.
SIGNATURES
Mc
IrirG ENGINEERS, NC
4, ^-1 4?,l q'D
(DA c)
Vice President
nTLE
1810 N. College Ave., P.O. Box 1229
Fayetteville, Arkansas .72702
ADDRESS
APPROVED:
Approved bTission r✓i BY: v''l
To Tru Le.� -ilii." ` _
I
sin for Unive•siy 5 /S
By // 2)Dgest copy for P:t Audit S.c ion, i :5ca o ¢counting, be pt. of Finance & Admin.
i STA SU f r„. milvo`ipi Contractor i
(Univerr:y Dept. or Division)
APPROVED
OFFICE OF FACILITIES PLANNING AND CONSTRUCTION
UNIVERSITDEFART 4 T OF FINANCE AN" AD JNISTRAILION)
ci -
ice President
717LE
M410 Arkansas Union Building
Feyeuevilli, Arkansas 72701
ADDRESS
prc
SAS
(DATE)
2 /G - /9-90
>l(QG
(DATE)
McClelland Consulting Engineers, Inca
P.O. Box 1229, Fayetteville, Arkansas 72702-1229 (501) 443-2377
AGREEMENT 1
FOR
QUALITY CONTROL TESTING AND OBSERVATION SERVICES
OWNER and McCLELLAND CONSULTING ENGINEERS, INC., an Arkansas
corporation (Consultant), agree to the following professional
assignment:
Project Name: Walton Arts Center
Fayetteville, Arkansas
OWNER:
Project No. FY903423
Date:, May 1, 1990
Board of Trustees, University of Arkansas
City of Fayetteville, Arkansas
c/o U of A/Fayetteville Arts Center Council
P.O. Box 3547
t
Fayetteville, Arkansas 72702
Project Location:
Walton Arts Center "The Center" located at
Dickson and West Streets in Fayetteville,
Arkansas.
1
Project Description: Construction of New Arts Center Complex in
Fayetteville, Arkansas.
Scope of Services:
1. Observation of Earthwork
•
Perform observation services during the earthwork construction
on the new Arts Center project site and inform Owner of
progress and any earthwork problems during construction.
2. Quality Control Testing
Perform Quality Control Testing of soil, concrete and asphalt
materials to be used in the construction of the Arts Center
complex.
Fees:
Unit Prices according to the attached Fee Schedule,
Exhibit "A" for which the total fee is not to
exceed $8,500. Should the total fee exceed this
figure, an amendment to this Contract shall be
requested by the Consultant, subject to approval by
the Owner. 1
TERMS AND CONDITIONS: i _ 4/
1. Owner as used herein is the entity -"who authoriies
performance of services by Consultant and accepts
responsibility for payment under conditions stated
herein.
2. Services performed by Consultant will be conducted in a
manner consistent with that level fof care and skill
ordinarily exercised by members of the profession
currently practicing under similar conditions. No other
warranty, either expressed or implied, is made or
intended by our contract or reports.1
3 Invoice will be submitted for work completed at
approximately 30 -day intervals and will be due and
payable within 30 days of receipt.
McCLELLAND CO SULTING ENGINEERS, INC. OWNER: U of A/FAYETTEVILLE
1 ARTS CENTER�COUNCIL
� By: i v"yJ_ .
Title:
of
UNIVERSI / OF
ve Vice President
Tit e: and Provost
Attest:
•
: Vi
C'.lv,^.u, 4)41
Title:
Attest:
CITY OF FAYETTEVILLE
Attest:
4
1
i0
;:F cF 4F FACIECIES PLANNING AND CONSTRUCTION
IINIVERS:TT OF ARKANSAS
V ..
8Y:
DATE:5.4
EXHIBIT "A"
FEE SCHEDULE
WALTON ARTS CENTER
FAYETTEVILLE, ARKANSAS
MAY, 1990 I
I
PROJECT OBSERVATION:
SOILS TECHNICIAN:
CERTIFIED ENGINEERING TECHNICIAN:
CONSULTATION, SOILS ENGINEER:
SOILS TESTING
IN-PLACE COMPACTION TEST -NUCLEAR GAUGE
(minimum of 3 per trip):
LIQUID LIMIT, PLASTIC LIMIT, PLASTICITY INDEX:
SIEVE ANALYSIS -WASHED NO. 200:
SIEVE ANALYSIS -DRY:
LABORATORY MAXIMUM COMPACTION
TEST -ASTM D 698 OR AASHTO T 99:
LABORATORY MAXIMUM COMPACTION
TEST -ASTM D 1557 OR AASHTO T 180:
POTENTIAL VOLUME CHANGE -SWELL PRESSURE:
CALIFORNIA BEARING RATIO -CBR:
SHRINKAGE LIMIT:
i
CONCRETE TESTING
CONCRETE MIX DESIGN: 4
REVIEW CONCRETE MIX DESIGN:
CONFIRM CONCRETE MIX DESIGN:
UNIT WEIGHT AND YIELD CONFIRMATION:
CONCRETE CYLINDER MOLDING:
CONCRETE SLUMP TEST *:
CONCRETE AIR ENTRAINMENT TEST:
COMPRESSIVE STRENGTH OF CONCRETE TEST CYLINDERS:
SPARE SPECIMENS PROCESSED BUT NOT TESTED:
AGGREGATE SIEVE ANALYSIS:
SPECIFIC GRAVITY AND ABSORPTION OF AGGREGATE:
DRY RODDED UNIT WEIGHT OF AGGREGATE:
COMPRESSIVE STRENGTH OF CORE SAMPLES:
'1
r
* One slump test per set of cylinders molded by
McCLELLAND is furnished at no additional cost.:
5
$ 25.00 per hour
$ 38.00 per hour
$ 65.00 per hour
$ 13.50 each
$ 45.00 each
$ 20.00 per sieve
$ 6.50 per sieve
$ 80.00 each
$100.00 each
$100.00 each
$250.00 each
$ 50.00 each
$400.00 each
$150.00 each
$200.00 each
$ 50.00 each
$ 7.50 each
$ 10.00 each
$ 10.00 each
$ 7.50 each
$ 7.50 each
$ 6.50 each
$ 75.00 each
$ 50.00 each
$ 15.00 each
•
•
•
ASPHALT TESTING
ASPHALT MIX DESIGN:
REVIEW ASPHALT MIX DESIGN:
IN-PLACE COMPACTION TEST -NUCLEAR GAUGE
(minimum of 3 per trip):
MARSHALL TEST INCLUDING STABILITY,
FLOW, LABORATORY DENSITY,
PERCENT AIR VOIDS, PERCENT VOIDS
IN MINERAL AGGREGATE (3 specimens per
EXTRACTION INCLUDING PERCENT
BITUMEN AND AGGREGATE GRADATION:
LABORATORY DENSITY OF CORED PLUGS
INCLUDING DEPTH MEASUREMENT:
test):
$500.00 each
$150.00 each
$ 13.50 each
$175.00 each
$125.00 each
$ 15.00 each
Mott Mobley McGowan & Gri fin, P.A.: Architects
302 North Sixth Sireel Fon Smith, Arkansas 72901
• Telephone (501) 782-1051 .
August 6, 1990 '
Carson S Associates
1310 West 14th Street
Little Rock, Arkansas
Gentlemen:
72202
ECEIVED
0CT12 fffa
COt4ST. DEPT. "=
Our Project No. 1369
Re: Agreement dated April 28; 1990
Walton!Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 1
You are hereby authorized to ;make the following changes in the Work
included in the referenced Agreement with the University of Arkansas:
1. Refer to Paragraph 7.3.2, Item y. Reinstate a portion of this
item in the scope of Work consisting of the drilled piers and
structural steel frame for the entry canopies and access ramp
covers. The drilled piers shall include test probes in the
bottoms of the piers and which shall be paid for by unit price
as is provided for all drilled piers.
2. A11 work in conjunction with these drilled piers and structural
steel frame shall be installed as shown, on the Drawings and as
specified.
Accordingly, the Contract will be INCREASED
Original CONTRACT SUM
Change per this CHANGE ORDER
Adjusted CONTRACT. SUM
The Contract.Time_,WILL NOT_ BE CHANGED by the work to
Change Order.
by $12,968.00.
$ 5,476,370.00
12,968.00
$ 5,489,338.00
be dope under this
rj
Change Order No. 1
August 6, .1990 -• ;.
Page two
RECOMMENDED:
ACCEPTED:
MOTT MOBLEY McGOWAN & GRIFFI'N, P.A. CARSON & ASSOCIATES
%� /�24/`..
By FFBY (Le„, .
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
Distr .ution:
CITY OF FAYETTEVILLE, ARKANSAS
1
By
Owner 14 — University of Arkansas
3 — City of Fayetteville, Arkansas
1 — Arts Center Council ; -
1
Architect -
Contractor
Date:
1
DATE.;
AP
ROVED
CONSTRUCT ON DIVISION
•
. • APPROVED ;-" i• • >:<_ - [ _LI...
Vica� _� i A2Tain tretian
iOFFICEO- F,FACILRIES PLANNING AND CONSTRUCTION
... . •- _ • UNIVERSttYARRAN
DF 9A5- ..-
APPROVED
•
B
Mott Mobley McGowan & Griffin, P.A: Architects
302 North Sixth Street Fort Smith, Arkansas 72901
Telephone (501) 782-1051
August 6, 1990
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Gentlemen:
0
1t
4
Our Project No. 1369
Re: Agreement dated April 28, 1990
WaltonjArts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 1
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the University of Arkansas:
1. Refer to Paragraph 7.3.2, -Item y. Reinstate a portion of this
item in the scope of Work consisting of the drilled piers and
structural steel frame for the entry canopies and access ramp
covers. The drilled piers shall include test probes in the
bottoms of the piers and which shall be` paid for by unit price
as is provided for all drilled piers. 11!!{
2. All work in conjunction with these drilled piers and structural
steel frame shall be installed as shownl on the Drawings and as
specified.
Accordingly, the Contract will be INCREASED by $12,968.00.
t
E
Original CONTRACT SUM
Change per this CHANGE ORDER
Adjusted CONTRACT SUM
The Contract Time WILL NOT BE CHANGED by
Change Order.
MM
MG
$ 5,476,370.00
12,968.00
$ 5,489,338.00
the work to be done under this
1
Change Order No. 1
August 6, 1990
Page two
RECOMMENDED: ACCEPTED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A. CARSON & ASSOCIATES
By
APPROVED:
By
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS CITY OF FAYETTEVILLE, ARKANSAS
By By
Distribution:
7r
Owner 14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
Architect 1
Contractor 1
MM
MG