Loading...
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