HomeMy WebLinkAbout70-90 RESOLUTIONRESOLUTION NO. 70-90
A RESOLUTION AUTHORIZING A CONTRACT BETWEEN
THE CITY OF FAYETTEVILLE, UNIVERSITY OF
ARKANSAS AND CARSON & ASSOCIATES OF LITTLE
ROCK, ARKANSAS FOR CONSTRUCTION OF THE WALTON
ARTS CENTER
BE 1T RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEV I I.I.F. , ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract between the City of
Fayetteville, University of Arkansas and Carson & Associates of
Litte Rock, Arkansas in the amount of $5,536,370.00. The contract
also contains options in the amount of $1.855,630.00 to complete
the building as designed. A copy of the contract authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 1st
ATTEST:
By : i��L!%uuf �T •"tiin,�.��/
day of
APPROVED:
Bi:
May
1990.
•(H E,
t
r
AMERICAN
INSTITUTE
OF ARCHITECTS
AIA Document A101
Standard Form of Agreement Between
Owner and Contractor
inhere the basis of payment is a
STIPULATED SUM
1987 EDITION
THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH
AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION.
The 1987 Edition of AIA Document A201, General Conditions of the Contract for Construction, is adopted
in This document by reference. Do not use with other general conditions unless this document is moddied
This document has been approved and endorsed by The Associated General Contractors of America.
AGREEMENT
made as of the Twenty -Eighth
Nineteen Hundred and Ninety
BETWEEN the Owner:
(Amite and address)
and the Contractor:
(Name and address)
The Project is:
(A'anre and location)
The Architect is:
(Name and address)
day of April in the year of
Board of Trustees, University of
City of Fayetteville, Arkansas
c/o UofA/Fayetteville Arts Center Council
240 North Block Street
Fayetteville, AR
Arkansas
Carson 6 Associates, Inc.
1310 West 14th Street
Little Rock, AR
Walton Arts Center
Fayetteville, AR
Mott Mobley McGowan & Griffin, P.A.
302 North Sixth Street
Fort Smith, AR
The Owner and Contractor agree as set forth below.
Copyright 1915, 1918 1925, 193'. 1951. 1958, 1961, 1963 196-, 19'4, 1977, 0198' b) The American Income of Archi
leets, 1735 New York Avenue, N W , Washington, D C 20006 Reproduction of the material herein or subsianlial yuoutior
of its provisions without written permission of the AlA violates the copyright laws of the United Stales and wi:l be subject to
legal prosecution
AIA DOCUMENT A101 • OWNER CONTRACTOR ACREE\IENT • TW FI FTIi FDITION • A:AR • E;19R-
T111AMIRI(ANIN'TTrTFOFARC-cifECTS 1-3SNLI.YOH,A\ENtF'\W WASIi:\(-T(\N of :ix. A101.1987 1
•
•
•
'•e 1 •
ARTICLE 1
THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions),
Drawings, Specifications, Addenda issued prior to execution of this Agreement. other documents listed in this Agreement and
Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached
to this Agreement or repeated herein The Contract represents the entire and integrated agreement between the parties hereto and
supersedes prior negotiations, representations or agreements, either written or oral An enumeration of the Contract Documents,
other than Modifications, appears in Article 9.
ARTICLE 2
THE WORK OF THIS CONTRACT
The Contractor shall execute the en:;re Work described in the Contract Documents, except to the extent specifically indicated in
the Contract Documents to be the responsible) of others, or as follows:
None
ARTICLE 3
DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
3.1 The date of commencement is rhe date from which the Contract Time of Paragraph 32 is measured. and shall he the date of
this Agreement. as first written above, unless a different date is stated below or provision is made for the [late to he fixed in a notice
to proceed issued by the Owner.
/Insert the dale of a onmumternrnl, r/ rt differs from the date of this Agreement or. if appltable state Ibal lbe dale trill be fixed in a notice to protect:)
The date of commencement shall be stipulated by a notice to proceed issued by the
Owner in writing.
Unless :he date of commencement is established by a notice to proceed issued by the Owner. the Contractor shall notify the
Owner in writing nut Icss than five days before commencing the Work to permit the timely filing of mortgages, mechanic's liens
and other security interests
3.2 The Contractor stall achieve Substantial Completion of the entire Work not later than
(Insert the talend.v date or rummer of calendar dais after the dalr of commencement Also insert and relutrements for earlier Substantial (amplrh1 m ricer
tarn prvnnn. ,/ Nr York if ma staled W.ev herr in the (inrtrat( Documents I
Five hundred fifteen (515) consecutive calendar days after the date of commencement,
. suhim to adjustments of :his Contract Time as provided in the Contract Documents.
tInrrt prwlnuui, of mei p•r !gradati ri damage. rela9ng m failure to complete on lime )
If the Contractor fails to complete the Work within this time, or any agreed extension
thereof, he shall nay to the Owner as liquidated damages, fixed and agreed, and not
as a penalty, the sum of Two Hundred Fifty ($250) for each such calendar day of delay
of the Work which sum shall be withheld by the Owner from payments due to be made to
the Contractor by the Owner under the terms of the Contract.
AIA DOCUMENT A101 • nu r o11 R4' 1OR AcRE}MI N. • 1 U FI F 1111-111111 11 • AIA• • 2,19E
1111- AM1-Hf AN .N1/4 11. 1} ^} 4R: 111111 1x 1-11 N1 -V. 1 t.Rb Al1-v, F N0. U4,111 (.70N 11( /Div.
A101-1987 2
•
,
, f 5 , ^7a 1 •
ARTICLE 4
CONTRACT SUM
4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of
Five Million Four Hundred Seventy -Six Thousand Three Hundred Seventy Dollars
($ 5,476,370.00 ), subject to additions and ueduclions ab provided ir: the Con-
tract Documents
4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are
hereby accepted by the Owner. Alternate Bid Nos. 1, 2, 3, 4 and 5.
(State the numbers or other identification of accepted allenrates If decisions on other alternates are to be made by toe Owner subsequent to lbe trerubor of
Mrs Agreement attach a schedule of sucb caber alternate, showing the amount for each and the date until winch That amount Is valid )
•
1
t•
The Contract Sum is based upon:
The Base Bid
Less the amount of Alternate Bid Nos. 1, 2, 3, 4 and 5
Less the amount credited for Work omitted by Addendum No. 4
Less the amount credited for Work omitted by Addendum No. 5
$7,392,000.00
(326,000.00)
(1,529,630.00)
(60,000.00)
$5,476,370.00
4.3 Unit prices, if any, are as follows
a. Depth of bottoms of concrete foundation piers as described in Paragraph 10
of the SCOPE OF CONTRACTS, $19.00 per cubic yard.
aa. Test probes in bottoms of drilled caissons as described in Paragraph 10a
of the SCOPE OF CONTRACTS, $50.00 per 6' deep probe.
b. Mass rock excavation as described in Paragraph 11 of the SCOPE OF CONTRACTS,
$120.00 per cubic yard.
c. Single purchase, 7 -line counterweight sets, Batten Type A, with reduction
totaling no more than 10 sets, as described in Paragraph 12 of the SCOPE
OF CONTRACTS, $2,300.00 per counterweight set.
AIA DOCUMENT A101 • OU NI- ( (INTRA( TUR ACRFFMI-NI • TU ELF1H FI)ITIU\ • AIAe • I 19g-
TN1- AMIRI( AN .N1-11- LI? OF ARS 1111(( l' 1 -As \IU 1JRh A EN] N.• V i\Ft:\(.70N I) t
A101-1987 3
•
•
Cash allowances are as follows:
Allowance No. 5: A lump sum of $5,500.00 for the installation of plumbing
and electrical roughing -in in Kitchen 124. These roughing -
in plans and risers will be furnished immediately upon
commencement of construction work.
Allowance No. 6: A lump sum of $10,000.00 for the purchase and installation
of a duplex sump pump, covers, valves and controls.
3a
•
a
ARTICLE 5
PROGRESS PAYMENTS
5.1 Based upon Applications for Payment submitted to the Architect by the (Amtractor and Ceni learns for Payment issued by the
Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and
elsewhere in the Contract Documents
5.2 The period covered by each Application for Payment shall be one calendar month ending on the las: day of the month, or as
follows.
5.3 Provided an Application for Payment has been received in proper order, and
is acceptable to the Architect as to accuracy, the Owner shall make payment to
the Contractor in accordance with Paragraphs 41 and 4m of Specification Section
01027, APPLICATIONS FOR PAYMENT, and Act 813 of 1977 of the Arkansas Legislature.
5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with
the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work
and he prepared to such form and supported by such data to substantiate its accuracy as the Architect may require This Schedule,
unless objected to by the Architect. shall be used as a basis for reviewing the Contractor's Applications for Payment.
5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period
covered by the Application for Payment
5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:
5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage
completion of each portion of the Work by the share of the total Contract Sum allocated to tha: portion of the 'Vork to the
Schedule of Values, less retainage of ten percent
( 10 %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be
included as provided in Subparagraph 7.3.7 of the General Conditions even though the Contract Sum has not yet been adjusted by
Change Order,
5.6.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the
site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner. suitably stored off the
site at a location agreed upon in writing), Tess retainage of zero
percent ( 0 %).
5.6.3 Subtract the aggregate of previous payments made by the Owner, and
5.6.4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Para
graph 9.5 of the General Conditions.
5.7 The progress payment amount determined in accordance with Paragraph 5 6 shall be further m id.fted under the following
circumstances.
5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to
ninety percent( 90 %) of the Contract
Sum, less such amounts as the Architect shall determine for incomplete Work and unsettled claims, and
5.7.2 Add, if final completion of the Work is ;hereafter materially delayed through no fault of the Contractor any additional
amounts payable in accordance with Subparagraph 9.10 .3 of the General Conditions.
5.6 Reduction or limitation of retainage, if any. shall be as follows
of it b 'mended prior to 5uhrlsnnnf re urpleho.r of the erhre lib,k la 'ecfnce or haul the relarretkr re•ulhng ; rmn tiw pen i'1hno• rrr•erled tar SLhpnnn
kruph• i h 1 and 5 h 2 uM,re arra lhn• iy not nplaaavl eAeh•here no the 6uwrar t Dim nment WWI' M ••• fe+a wino lot %gill h redn.(mn ar !Millar If n
At any time after fifty percent (50%) of the Work has been completed, if the
Architect finds that satisfactory progress is being made, and with written consent
of the Surety, the remaining partial payments will be made in full and the payment
upon Substantial Completion will be increased from ninety percent (90%) to ninety-
five percent (95%).
AIA DOCUMENT A101 • OU MB 1 r Al RA• 'OH AGA:1%11Ni • TV 111711 EI)V It)N • AIA° • •5 I9'r
Tlil AVhH't A% IN -11 111 til AR( !Mr.( 15 I-5`NI55 TRF 4\ ' U+5.':\1,1'1\ h( 1)1.r
A101.1987 4
•t
•
ARTICLE 6
FINAL PAYMENT
Final payment, constituting the entire unpaid balance of the Contract Sum. shall be made by the Owner to the Contractor when (1)
the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming
Work as provided in Subparagraph 12 2 2 of the General Conditions and to satisfy other requirements, if any, which necessarily
survive final payment; and (2) a final Certificate for Payment has been issued by the Architect; such final payment shall be made by
the Owner not more than 30 days after the issuance of the Architect's final Certificate for Payment
ARTICLE 7
MISCELLANEOUS PROVISIONS
7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the ref-
erence refers to that provision as amended or supplemented by other provisions of the Contract Documents.
7.3 Other provisions:
7.3.1 Items of Work omitted from the Base Bid by Alternate Bid Nos. 1, 2, 3,
4 and 5, or by the provisions of Addendum No. 4 shall be returned to
the scope of work under this Agreement at the costs listed in Subpara-
graph 7.3.2 provided the Contractor is given written notice to proceed
with the specific items of Work no later than the dates listed in Sub-
paragraph 7.3.2.
AIA DOCUMENT A101 • O' \FR f.O»TKM:1 t)R ACREEAlEN: • TVr*:.FTII EDITION • MO •$ 191r
THE
AMI 9'( AN INsT1l1 TF 01114111TH '- ("%EU 1()Rh All 911 NV ' A}N,NI TUI [)( L(+n-
A101-1987 5
•
a 1
7.3.2
5 ♦ 4b 1 • a
Contractor hereby agrees to add the following items of work to the scope
of work under this Agreement at the costs listed provided that written
notice to proceed with specific items is given to the Contractor by the
dates listed for each item of work. If written notice is not provided
by the dates listed, and the Owner makes a determination that work is to
be done, the cost for each item will be negotiated with the Contractor,
providing the date of substantial completion has not been reached, using
as a basis a written breakdown of material costs, labor costs and labor
burden to be filed with the Owner prior to the date of commencement.
a. Allowance No. 1, finish hardware for interior doors and exterior
aluminum doors (Addendum No. 4, Item No. 1).
No.
$ 41,500.00
if Contractor is notified no later than 180 consecutive
calendar days following the date of
commencement.
b. Allowance No. 2, purchase and installation of carpet (Addendum
4, Item No. 2).
c.
signs,
No. 3).
d.
e.
$ 37,000.00
if Contractor is notified no later than 180 consecutive
calendar days following the date of commencement.
Allowance No. 3, design, purchase and installation of interior
exterior signs, applied letters and plaques (Addendum No. 4, Item
$ 17,000.00
if Contractor is notified no. later than 180 consecutive
calendar days following the date of commencement.
Interior painting (Addendum No. 4, Item No. 4).
Sound
$ 88,957.00
if Contractor is notified no later than 300 consecutive
calendar days following the date of commencement.
reinforcement system '(Addendum No. 4, Item No. 5).
$ 75,896.00
if Contractor is notified no later than 300 consecutive
calendar days following the date of commencement.
f. Stage drapery, stage rigging, and fire curtain (Addendum No. 4,
Item Nos. 6, 7 and 8).
$ 280,350.00
if Contractor is notified no later than 300 consecutive
calendar days following the date of commencement.
5a
1
•
•
g. 'Acoustical reflector panels at the ceiling and at surrounding
walls in Auditorium 105 (Addendum No. 4, Item No. 9).
$ 115,402.00
if Contractor is notified no later than 180 consecutive
calendar days following the date of commencement.
h. Suspended acoustical ceilings (Addendum No. 4, Item No. 10).
$ 21,745.00
if Contractor is notified no later than 300 consecutive
calendar days following the date of commencement.
i. Resilient flooring, base and accessories (Addendum No. 4, Item
Nos. 11 and 12).
j•
$ 14,450.00
if Contractor is notified no later than 360 consecutive
calendar days following the date of commencement.
Ceramic tile and marble (Addendum No. 4, Item No. 13).
$ 14,214.00
if Contractor is notified no later than 270 consecutive
calendar days following the date of commencement.
k. Acoustical wall panels and wood-fibered acoustic panels
(Addendum No. 4, Item Nos. 14 and 15).
$ 10,517.00
if Contractor is notified no later than 330 consecutive
calendar days following the date of commencement.
1. Window treatment (Addendum No. 4, Item No. 16)-
$ 4,081.00
if Contractor is notified no later than 390 consecutive
calendar days following the date of commencement.
m. Chillers C-1 and C-2; Air Handling Units 3, 5, 8 and 10; Return
Air Fans 1 and 2; and Unit Heaters UH -1 and UH -1 (Addendum No. 4, Item
Nos. 17 and 18).
$ 98,308.00
if Contractor notified no later than October 1, 1990.
5b
• n. ' Steam
(Addendum No.
•
N.
Humidifiers H-3, N-5, H-8 and H-10 in Mechanical Room 114
4, Item No. 19).
if Contractor
$ 2,036.00
notified no later than October 1, 1990.
o . Steam Boilers B-1 and B-2 and Domestic Hot Water Generator in
Mechanical Room 114 (Addendum No. 4, Item No. 20).
$ 28,297.00
if Contractor notified no later than August 31, 1990.
p. Flexible connectors for chillers and pumps in Mechanical Room
114; Convertor C-1 and Unit Heaters UH -1 and UH -2 in Mechanical Room
114; and Expansion Tanks, Air Separators and Pumps P-2, P-3, P-4 and P-5
in Mechanical Room 114 (Addendum No. 4, Item No. 21).
if Contractor notified no later than
$ 19,791.00
October 1, 1990.
q. Piping in Mechanical Room 114 and all plumbing fixtures in the
building (Addendum No. 4, Item Nos. 22 and 23).
if Contractor notified no
$ 53,128.00
later than November 1, 1990.
✓ . All sheet metal in Mechanical Room 114 and all grilles,
registers and diffusers throughout the building (Addendum No. 4, Item
Nos. 24 and 25).
if Contractor notified no later than
s. Mechanical insulation on piping, ductwork
Mechanical Room 114 (Addendum No. 4, Item No. 26).
if Contractor notified no later than
$ 51,689.00 •
January 1, 1991.
and equipment in
$ 14,024.00
September 1, 1990.
• t. Automatic temperature controls (Addendum No. 4, Item No. 27).
$ 172,359.00
if Contractor notified no later than September 30, 1990.
5c
•
.
• u. • Stage lighting control system (Addendum No. 4, Item No. 28).
$ 226,240.00
if Contractor notified no later than January 1, 1991.
v. Emergency electrical generator (Addendum No. 4, Item No. 29).
$ 12,194.00
if Contractor notified no later than December 31, 1990.
w. Fire alarm equipment (Addendum No. 4, Item No. 30).
$ 7,859.00
if Contractor notified no later than November 1, 1990.
x. Lighting fixtures (Addendum No. 4, Item No. 31).
$ 140,238.00
if Contractor notified no later than September 30, 1990.
y. Access ramp covers, entry canopies and construction of solid
masonry walls above elevation 57.0' including precast architectural
copings (Alternate Bid Nos. 4 and 5).
$ 118,000.00
if Contractor is notified no later than 30 consecutive
calendar days following the date of commencement.
z. Asphalt concrete paving and installation of planting materials
(Alternate Bid No. 3).
$ 28,000.00
if Contractor is notified no later than 270 consecutive
calendar days following the date of commencement.
aa. Hydraulic elevator (Alternate Bid No. 2).
$ 29,000.00
if Contractor is notified no later than 120 consecutive
calendar days following the date of commencement.
bb. Orchestra pit lift (Alternate Bid No. 1).
$ 151,000.00
if Contractor is notified no later than 60 consecutive
calendar days following the date of commencement.
Sd
•
. ,.
•
•
•
•
;..
ARTICLE 8
TERMINATION OR SUSPENSION
•
8.1 The Contract may be terminated by the Owner or the Contractor as provid-
ed in Article 14 of the General Conditions.
8.2 The Work may be suspended by the Owner as provided in Article 14 of the
General Conditions.
5e
•
•
•
•
• ARTICLE 9
ENUMERATION OF CONTRACT DOCUMENTS
9.1 The Contract Documents, except for Modifications issued after execution of this Agreement. are enumerated as follows:
9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor, AIA Document Al 01. 1987
Edition.
9.1.2 The General Conditions are the General Conditions of the Contract for Construction, AIA Document A201, 1987 Edition
9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated
January 17, 1990 , and are as follows
•
Document
Title Pages
Supplementary Conditions F.1 thru F.7
Scope of Contracts G.1 thru G.3
9.1.4 The Specifications are those contained in the Project Manual dared as in Subparagraph 9 1.3, and are as follows:
(bitter 1,51 lbe ,SpecsOOrauans bore or refer to an exhibit allached lo Ibis Agreement )
Section Title Pages
See attached Exhibit A
AIA DOCUMENT A101 • OsX NER CONTRA( IOR AGREEMENT • TWELFTH EI.ITR)N • AIA • Cs: ;9R'
111 AMI RR A's INS- III TI of AR( "Il F( Ii"AS NI u YORK A) E'l'F '' N V AMIINGT4 •N I]1 2:e. Y. Al01-1987 6
• , . • 1. ••
• •
9.1.5 The brawings are as follows. and are dated
(Either Hsi the Draavngs bere or refer to an exbtbrl analbed Io tbrs Agreement.)
Number Title
See attached Exhibit B
• •
unless a different dale is shown below.
Date
9.1.6 The Addendaif any, are as follows.
Number Date Pages
Addendum No. 1 February 14, 1990 21
Addendum No. 2 February 22, 1990 4
Addendum No. 3 February 27, 1990 3
Addendum No. 4 April 12, 1990 4
Addendum No. 5 April 20, 1990 2
Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are
also enumerated in this Ar:Icle 9
AIA DOCUMENT A101 • OUNEP CONTRACTOR AGREEMENT • TUELFIH E11I1ION • ALA, • G1914'
THE ELME R:E AN IN\TI1(1F OF ARCMITFcT} 1135 NEU YORK 1\'ENL'F '. IX EL'EP\t 1L'N D1 Pxxx
A101-1987 7
•
•
11
•
•
•
9.1.7 Other documents, if any, forming pan of the Contract Documents are as follows:
am bene any additional documents ubnb are intended to form part of Ibe Contract Documents The Genera( Conditions provide that bidding requirements sueb
as advertisement in mrrmturn 10 bid Marin nous in Rudders. sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated
rn tbrs Agreement mel should be listed bere may if intended to be part of the Contract Docvmenls )
None
APPROVED
•)FFICF OF FACILITIES PLANNING AND CONSTRUCTION
UNIVERSITY r ARRAN
BY:
DATE:
APPROVED
MAY 21 1990
BBS Sllq%
Io
By s . v.,s
This Agreement is entered into as of the day and year
executed in at least three original copies of which one is to be delivered to the
Contractor, one to the Architect for use in the administration of the Contreact, and
..57/the remainder to the Owner. Date: �/ V f n
irst written above and is
OWNER / BOARD OF RUSTEES, UNIVERSITY OF ARKANSAS
l.
Oa/ r, 4
a
Chamberlain
terim President
(Printed name and title)
\'ice Car.. .Fir = c... is'reti
OWNER 91TY OF FAYE'ITEVILLE, AR CONTRACTOR CARSON & ASSOCIATES, INC.
944.-1_1
ISlgnotrere) / (.Signabrre)
(pirated name and tide)
(printed name and tide)
er3
Pr •".1...1
AIA DOCUMENT A101 • 01T SLR CON -RAC TOP AGRFFME'T • TWFIFTII EDITION • AIM' • t 10P"
711EAMFR5c ANINSTI:l 1I- lh ARI 111111'TN I -ie NfU 1ORA AOI NI F 'q. ' k1/411'St.TON D( ?pre.
A101-1987 8
•
•
•
•
1
•
EXHIBIT A - PAGE ONE
11.
Division and Title
•
Pages
A Advertisement A.1 only
B Information for Bidders B.1 - B.2
C Bid Form C.1 - C.5
D Arkansas Statutory Performance & Payment Bond D.1 - D.2
E General Conditions, AIA Document A201 1 - 24
F Supplementary Conditions F.1 - F.7
G Scope of Contracts G.1 - G.3
01000 General Requirements 1 - 3
01020 Allowances 1 - 2
01027 Applications for Payment 1 - 5
01200 Project Meetings 1 - 2
01300 Submittals 1 - 6
01500 Temporary Facilities 1 - 5
01700 Project Closeout 1 - 5
01740 Warranties and Bonds 1 - 3
02110 Site Clearing and Demolition
02200 Earthwork
02282 Termite Control
02380 Drilled Caissons (Piers)
02480 Planting
02513 Asphalt Concrete Paving
02514 Portland Cement Concrete Paving
02515 Unit Pavers
1 - 2
1 - 6
1 - 2
1 - 5
1 only
1 - 2
1 - 6
1 - 3
03300 Cast -In -Place Concrete 1 - 15
03450 Architectural Precast Concrete 1 - 7
03520 Lightweight Insulating Concrete 1 - 2
04200 Unit Masonry 1 - 11
05120 Structural Steel
05210 Steel Joists
05310 Metal Decking
05410 Lightgage Metal Framing
05500 Metal Fabrications
05520 Handrails and Railings
05715 Prefabricated Spiral Stairs
06100 Rough Carpentry
06200 Finish Carpentry
06400 Architectural Woodwork
1 - 3
1 only
1 - 2
1 - 3
1 - 6
1 - 5
1 - 4
07100 Waterproofing 1 - 3
07200 Insulation 1 - 3
07250 Fireproofing 1 - 4
07500 Membrane Roofing 1 - 10
07600 Flashing and Sheet Metal 1 - 4
A.1
•
•
•
•
•
EXHIBIT s4 - PAGE TWO
•
Division and Title Pages
07700 Roof Specialties and Accessories 1 - 2
07820 Sloped Canopies 1 - 3
07900 Joint Sealers 1 - 3
08110 Steel Doors and Frames 1 - 5
08210 Wood Doors 1 - 4
08305 Access Panels 1 only
08330 Overhead Coiling Doors and Grilles 1 - 2
08380 Flush Acoustical Doors and Frames 1 - 3
08410 Aluminum Entrances, Storefronts and Windows 1 - 3
08710 Finish Hardware 1 - 3
08800 Glass and Glazing 1 - 4
09200 Lath and Plaster
09250 Gypsum Drywall
09300 Tile and Marble Work
09510 Acoustical Ceilings
09521 Acoustical Wall Panels
09590 Resilient Wood Flooring Systems
09650 Resilient Flooring
09678 Resilient Base and Accessories
09680 Carpeting
09780 Floor Treatment
09900 Painting
09960 Vinyl Wall Coverings
10000 Miscellaneous Building Specialties
10160 Toilet Partitions
10400 Identifying Devices
10500 Metal Lockers
10800 Toilet and Bath Accessories
11062 Stage Drapery
11064 Stage Rigging
11065 Fire Curtain
11130 Sound Reinforcement Systems
12500 Window Treatment
14240 Hydraulic Elevator
14430 Orchestra Pit Lift
•
1 - 7
1 - 7
1 - 4
1 - 4
1 only
1 - 2
1 - 4
1 - 2
1 only
1 - 2
1 - 9
1 - 2
1 - 4
1 - 4
1 - 10
15010 Basic Mechanical Requirements 1 - 14
15050 Basic Materials and Methods 1 - 14
15250 Mechanical Insulation 1 - 7
15310 Fire Protection 1 - 4
15400 Plumbing 1 - 10
15500 Heating, Ventilating 6 Air Conditioning 1 - 5
15550 Heat Generation 1 only
15650 Refrigeration 1 - 3
A.2
•
•
EXHIBIT, A - PAGE THREE
Division and Title Pages
15750 Heat Transfer
15850 Air Handling
15880 Air Distribution
15950 Controls
15990 Testing, Adjusting, Balancing and Closeout
16010 Basic Electrical Requirements 1 - 8
16050 Basic Electrical Materials and Methods 1 - 14
16110 Cable System Raceways 1 - 2
16400 Service 6 Distribution 1 - 5
16500 Lighting 1 - 4
16580 Stage Lighting Control System 1 - 14
16581 Stage Wiring Devices 1 - 3
16620 Emergency (Standby) Power Generation System 1 - 14
16721 Fire Alarm Systems 1 - 8
16722 Security Systems 1 - 4
16740 Telephone Support Systems 1 only
16920 Environmental System Control 1 only
16990 Project Closeout 1 - 4
A.3
•
•
9•
EXHIBIT .B - PAGE ONE
•
The Drawings are as follows and are dated January 17, 1990
r
Architectural
A1.0
A1.1
A1.2
A1.3
Cover Sheet
Topographic Survey
Demolition Plan
Site Plan
Site Details
Site Details
A2.1 Building Dimension Plan
A2.2 Building Floor Plan - Ground Level
A2.3 Building Floor Plan - Balcony Level & Part.Flr.Plans/Rm.Fin.Schedule
A2.4 Partial Floor Plan - Ground Level
A2.5 Partial Floor Plan - Ground Level
A2.6 Partial Floor Plan - Balcony Level
A2.7 Partial Floor Plan - Balcony Level
A2.8 Partial Auditorium Floor Plan - Ground Level
A2.9 Partial Auditorium Floor Plan - Ground Level
A2.10 Partial Auditorium Floor Plan - Balcony Level
A2.11 Partial Auditorium Floor Plan - Balcony Level
A2.12 Partial Floor Plan - Orchestra Pit/Flybridge/Loading Bridge
A2.13 Partial Floor Plans & Catwalk Details
A2.14 Roof Plan & Roof Details
A2.15 Column Details
A2.16 Column Details
A2.17 Column Details
A3.1
A3.2
A3.3
A3.4
A3.5
A3.6
A3.7
A3.8
A3.9
A3.10
A3.11
A3.12
A4.1
A4.2
A4.3
A4.4
A4.5
A4.6
A4.7
A4.8
North Elevation
East Elevation
South Elevation
West Elevation
Building Sections
Building Sections
Building Sections
Building Sections
Building Sections
Building Sections
Building Section
Sections & Details
Wall
Wall
Wall
Wall
Wall
Wall
Wall
Wall
Sections
Sections
Sections
Sections
Sections
Sections
Sections
Sections
& Details
& Details
& Details
& Details
& Details
& Details
& Details
6 Details
B.1
•
•
•• •
•
EXHIBIT•B - PAGE TWO
z.
•
A4.9 Wall Sections & Details
A4.10 Wall Sections & Details
A4.11 Sections
A5.1 Stair Plans & Sections
A5.2 Stair Plans & Sections
A5.3 Sections, Details & Elevations
A5.4 Stair/Ladder Elevations/Details & Schedule
A5.5 Spiral Stairs & Rail Details
A6.1 Toilet Plans & Elevations
A6.2 Toilet Plans & Elevations
A7.1 Door Schedule
A7.2 Storefront Elevations & Details
A7.3 Door Details
A7.4 Door Details
A7.5 Door & Window Details
A8.I Millwork
A8.2 Millwork
A8.3 Millwork
A8.4 Stage & Pit Details
A8.5 Stage & Pit Details
A8 6 Details
A9.1 Partial Reflected Ceiling Plan - Ground Level
A9.2 Partial Reflected Ceiling Plan - Ground Level
A9.3 Partial Reflected Ceiling Plan - Balcony Level
A9.4 Partial Reflected Ceiling Plan - Balcony Level
A9.5 Acoustical Reflector Panels Sections
TR.1 Stage Rigging Plan
TR.2 Stage Rigging Section & Details
TR.3 Stage Rigging Elevations
TR.4 Sliding Tormentor Panels & Details
TR.5 Stage Rigging, Fire Curtain & Details
Sound Reinforcement System
SS.1
SS.2
SS.3
SS.4
SS. 5
SS.6
SS.7
SS.8
Legend, Conduit Riser Diagram
Partial Floor Plan - Ground Level
Partial Floor Plan - Ground Level
Partial Floor Plan - Balcony Level
Partial Floor Plan - Balcony Level
Plan - Catwalk Level
Speaker Array Details
Audio Diagrams
B.2
tXHIBIT.B — PAGE THREE
Structural
51.1
Foundation
Plan (East)
S1.2
Foundation
Plan (West)
S1.3
Grade Beam
Schedule & Details
51.4
Foundation
Details
51.5
Foundation
Orchestra Pit b Foundation Details
51.6
Foundation
Details
52.1
Low Roof &
Upper Floor Framing (East)
S2.2
Low Roof S
Upper Floor Framing (West)
53.1
High Roof & Catwalk Framing & Stair Sections (East)
53.2
High Roof & Catwalk Framing & Stair Sections (West)
53.3
Auditorium Roof Framing
S3.4
Framing Plans - Grid Iron, Stage Roof & Stage Wall
$4.1
Balcony Framing Details
54.2
Lighting Platform Plans & Details
54.3
Structural Framing Details
S4.4
Structural Framing Details
S4.5
Structural Framing Details
54.6
Truss Details
Plumbing
MEP1.1
Utility Site Plan
MEPI.2
Utility Site Details
& Storm Sewer Profile
P1.1
Partial Floor Plan -
Ground Level - East
P1.2
Partial Floor Plan -
Ground Level - West
P1.3
Partial Floor Plan -
Balcony Level - East
P1.4
Partial Floor Plan -
Balcony Level - West
P1.5
Toilet Plans
P1.6
Riser Diagrams
P1.7
Plumbing Legend & Details,
General Notes, Riser Diagram
P2.1
Fire Protection Plan
- Low Roof & Upper Floor Level
P2.2
Fire Protection Plan
- Low Roof & Upper Floor Level
P2.3
Fire Protection Plan
- High Bay & Balcony Ceiling Levels
P2.4
Fire Protection Plan
- Orchestra Pit, Ceiling Over Auditorium
and Stage Grid Iron
Levels
P2.5
Fire Protection Plan
- Roof Over Auditorium and Roof Over Stage
Mechanical
M1.1
Partial
Floor
Plan
- Ground
Level -
East
M1.2
Partial
Floor
Plan
- Ground
Level -
West
M1.3
Partial
Floor
Plan
- Balcony
Level
- East
111.4
Partial
Floor
Plan
- Balcony
Level
- West
B.3
•
EXHIBIT•B - PAGE FOUR
M1.5
Partial Floor Plan -
Upper Level Catwalks/Upper Level Studio A
M1.6
Partial Floor Plan -
Orchestra
Pit/Flybridge/Loading Bridge
M1.7
Partial Floor Plans
& Sections
141.8
Mechanical Room 114
Floor Plan
— HVAC Ductwork
141.9
Mechanical Room 206,
207 & 202
Floor Plans
M1.10
Sections
M1.11
Sections
M1.12
Partial Floor Plans
& Sections
M1.13
Sections
M1.14
Sections
141.15
Sections
141.16
Piping Diagrams
M1.17
Details
M1.18
Schedules
M1.19
Schedules
Electrical
E1.1
Partial Floor
Plan - Ground Level East
- Lighting
E1.2
Partial Floor
Plan - Ground Level East
- Power
E1.3
Partial Floor
Plan - Ground Level West
- Lighting
E1.4
Partial Floor
Plan - Ground Level West
- Power
£1.5
Partial Floor
Plan - Balcony Level East
- Lighting
E1.6
Partial Floor
Plan - Balcony Level East
- Power
E1.7
Partial Floor
Plan - Balcony Level West
- Lighting
E1.8
Partial Floor
Plan - Balcony Level West
- Power
E1.9
Partial Floor
Plan - Upper Level Catwalks/Auditorium/Studio A - Elec
E1.10
Partial Floor
Plan - Orchestra Pit/Flybridge/Loading Bridge - Elec.
E1.11
Risers/Details
Electrical
E1.12
Legend Fixture
Schedule
E1.13
Riser Diagrams
£1.14
Equipment & Panel
Schedules
E1.15
Panel Schedules
E1.16
Panel Schedules
TE.1
Stage Lighting
- Main Level Plans
TE.2
Stage Lighting
- Upper Level Plans
TE.3
Stage Lighting
- Upper Level Plans
TE.4
Stage Lighting
— Sections
TE.5
Stage Lighting
Power & Control Risers
TE.6
Stage Lighting
— Auxiliary Panels & Wiring
Devices
TE.7
Stage Lighting
Wire Devices
TE.B
Stage Lighting
Wire Devices
B.4
FEE?O, IE: ZO I lHTS 15011 72- -7800 FTc AR, G,
• . I -.. I I. .1 ,
I
Addendum No. 3
Page 3 of 3
s
sheet shall
be
attached to the Bid Form,
Pages
C.1 through C.5,
ch
is included
in
the Specifications.
as. In the event that test probes in the bottoms of drilled
ssons are deemed to be necessary by the Architect, Bidder agrees to
ust the Contract amount as described in Paragraph 10a of the SCOPE
CONTRACTS Section of the Specifications by the following amount:
SI 50.00 per 6' deep probe
above unit price shall include the cost of all test probe drilling,
r -and material, removal of excavated material, overhead and
It.
-1369-
Bid Form
Page C.1
..
WALTON ARTS
for
UofA/CITY OF FAYETTEVILLE
FAYETTEVILLE,
To the: BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
FAYETTEVILLE, ARKANSAS
CENTER
ARTS CENTER COUNCIL
ARKANSAS
BOARD OF DIRECTORS
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
The bidder, having examined the Information for Bidders, Drawings,
Specifications and related documents for construction of the Walton
Arts Center for the UofA/City of Fayetteville Arts Center Council,
Fayetteville, Fayetteville, Arkansas, and having examine8 the site, and
being familiar with all of the conditions surrounding the proposed
project, including the availability of materials and labor, hereby
proposes to furnish all labor, materials and supplies, and to construct
the project in accordance with the Contract Documents at the prices
stated below. These prices are to cover all expenses incurred in
performing the Work required under the Contract Documents, of which
this proposal is a part.
Bidder hereby agrees to commence Work under this Contract on or before
a date to be specified in the Contract and to substantially complete
all Work within 515 consecutive calendar days as specified in the
SUPPLEMENTARY CONDITIONS Section of the Specifications and further
agrees to pay as liquidated damages, the sum of $250.00 for each
successive calendar day thereafter as specified in the SUPPLEMI NTPgY
CONDITIONS Section of the Specifications until the Work is completed.
Bidder acknowledges
receipt of the following
Addendum:
_1 - Dated 21/9/4D
2- G tetA
2122/90
— fl {ec¢ 1271gd
BASE PROPOSAL: Bidder agrees to
perform all
Work called for by Para-
graph 2 of the SCOPE
OF CONTRACTS
Section of
the Specifications for the
sum of:
7,392, boo, c�.
ALTERNATE BID NO. 1. (Pit Lift) If changes are made as called for in
Paragraph 3 of the SCOPE OF CONTRACTS Section of the Specifications,
Bidder agrees to deduct from the Base Proposal the sum of:
($ Is1,nr,D.co ).
ALTERNATE BID NO. 2. (Elevator) If changes are made as called for in
Paragraph 4 of the SCOPE OF CONTRACTS Section of the Specifications,
Bidder agrees to deduct from the Base Proposal the sum of:
a. ($_.II, 0010, Db 1.
-1369-
Bid Form
Page C.2
ALTERNATE BID
called for in
Specifications,
of: V'u� ` P.
NO. 3. (Landscaping/Parking) If changes are made as
Paragraph 5 of the SCOPE OF CONTRACTS Section of the
Bidder agrees to deduct from the Base Proposal the sum
(s ,2', OOO.OD ).
ALTERNATE BID NO. 4. (Entry Canopies/Ramp Covers) If changes are made
as called for in Paragraph 6 of the SCOPE OF CONTRACTS Section of the
Specifications, Bidder agrees to deduct from the Base Proposal the sum
of: '` p
One thhr1s'ed7liouscuid DO I lain ($ /OO, Opp, oU }.
ALTERNATE BID NO. 5. (Coping) If changes are made as called for in
Paragraph 7 of the SCOPE OF CONTRACTS Section of the Specifications,
Bidder agrees to deduct from the Base Proposal the sum of:
ISYI�ee✓� kuscant tllLrs (s 1 o, Opp, w ).
ALTERNATE BID NO. 6. (Roofing) If changes are made as called for in
Paragraph 8 of the SCOPE OF CONTRACTS Section of the Specifications,
Bidder agrees to from the Base Proposal the sum of:
to
e
nteen lo sncl J��� 5 (s f7, pw, DO ).
ALTERNATE BID NO. 7. (Site Paving and Walls) If changes are made as
called for in Paragraph 9 of the SCOPE OF CONTRACTS Section of the
Specifications, Bidder agrees to deduct from the Base Proposal the sum
of _ a
(s
UNIT PRICES.
a. If, in order to obtain suitable bearing for foundations, it is
necessary to locate the bottoms of the concrete foundation piers at
elevations other than those shown on the Drawings, Bidder agrees to
adjust the Contract amount as described in Paragraph 10 of the SCOPE OF
CONTRACTS Section of the Specifications by the following amount:
$ rgIDo per cubic yard
The above unit price applies to both increases and decreases in the
amount of Work and includes all costs to the Owner including excava-
tion, concrete, reinforcing, overhead and profit. Only one price will
be accepted.
b. In the event that mass rock is encountered in performing
earthwork, Bidder agrees to adjust the Contract amount as described in
Paragraph 11 of the SCOPE OF CONTRACTS Section of the Specifications by
the following amount:
$ lac, Db per cubic yard of mass rock excavation.
-1369-
Bid Form
Page C.3
c. If it is necessary to reduce the number of single purchase,
7 -line counterweight sets, Batten Type A, included in the project, with
the reduction totaling no more than 10 sets, Bidder agrees to adjust
the Contract amount as described in Paragraph 12 of the SCOPE OF
CONTRACTS Section of the Specifications by deducting the following
amount:
$ per single purchase, 7 -line set, Batten Type A.
In accordance with Act 159 of 1949 of the General Assembly of the State
of Arkansas, as amended, and as required by the Arkansas State Building
Services, I (or we) submit the names ofthe subcontractors I (or we)
propose to use for Work called for under the Base Proposal as follows:
Name
Plumbing mGIo� 1'iim /aLkQ ;CAI /Inca
Heating malon a `s f eckcnlcal,
I
Ventilating molvnc Meckanica\, JilL
Air Conditioning mAipmeu'rLrucit' J !nL.
Electrical fl-orrlfi5 Ekkc-tric j Cpi
Roofing and Sheet Metal Isle Crtu'npion C',
Fire Alarm System I rnorW5 Ekgckric &'
License No.
-1 X23
-I223
89-1223
gq a753
's1- 2S7
<5c+-z7�3
Bidder understands that the Owner reserves
the
right to
reject any or
all bids and to waive any informalities in
the
bidding.
Bidder agrees that this bid shall be good and may not be withdrawn for
a period of 60 calendar days after the scheduled closing time for
receiving bids.
Upon receipt of notice of the acceptance of this bid, Bidder will
execute the formal Contract and will, within 10 days, deliver a surety
bond or bonds in the form prescribed in Section D of the Specifica-
tions, as required by Paragraph 15 of the INFORMATION FOR BIDDERS and
by Paragraph 11.4 of the GENERAL CONDITIONS.
-1369-
Bid Form
Page C.4 e
The bid security atachedin the sum of 5% of the amount of bid, or
5010 10� �on l Dollars ($5% ), is to become the pro-
perty of the Owner in the event the Contract and bond are not executed
within the time above set forth, as liquidated damages for the delay
and additional work caused thereby.
(SEAL - if by corporation) 1 Respectfully submitted,
1310 U 1911, s+r Lsit1e occ1 fit- 7zt02 r n t•- fssociak &4 gq-6%
Business Address Bidder License No.
Date R6rua..y g4 1990
-1369-
By
Title p►p_S1c1ps,
Insurance..
BID BOND
Approved oy The Amer can Institute of Arc ulects,
AJ.A. Dccumer! Nc. A -31C fFeb. 1973 Edition,
KNOW ALL MEN BY THESE PRESENTS.
That we Carson & Associates, Inc., 1310 West 14th Street, Little Rock, Arkansas 72201
as Principal. hereinafter called the Principal.
and Firemen`s Insurance Company of Newark, New Jersey
_— of New York, New York
a corporation duly organized under the laws of the State of New Jersey , as Surety, hereinafter called the Surety, are held
and firmly bound unto Board of Trustees of the University of Arkansas and the Board of
Directors of the City of Fayetteville
as Obligee, hereinafter ca:led the Obligee,
in the sum of Five Percent (5%) of the Amount of the Attached Proposal Dollars
tS I, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind our
selves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted
a bid for
Walton Arts
Center for
University of Arkansas
City of Fayetteville Arts
Center
Council, Fayetteville,
Arkansas
NOW, THEREFORE, if the Ob'igee shall accept the bid of the Principal and the Principal shall enter into a contract with the Ob.'igee
in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with
good and sufficient surety for the faithful performance o` such contract and for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified rn said bid and such larger amount
for which the Obligee may in good failh contract w.th another party to perform the work covered by said bid, then this obligation shall be
null and void. otherw'se to remain in full force and effect
Signed and sealed this 28th day of February —A. D 19 90—_
Carson & Associates, Inc. (Seal)
(Principal)
--
(Witness) (Title)
Firemen's Insurance Company of Newark, New Jersey__ _(Seal)
torney
180 Maiden Lane, New York, New York 10038
GENERAL POWER OF ATTORNEY
Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY
has made, constituted and appointed, and by these presents does make, constitute and appoint
Keith W. Brown of Memphis, Tennessee
its true and lawful attorney, fat n and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings
and contracts of suretyship to be graven to
All Obligees
provided that no bond or undertaking ortontracl of suretyship executed under this authority shatr exceed in amount the sum of
Five Million ($5,000,000.) Dollars.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duty called and held on the 20th
day of February, 1975:
"RESOt vi 0, that the CTarman Of the load, die Vice Chairman dthe lord. the Resider. an ExeMive We Resident w a Senor Vice Resdmt a a Vice President S the
Company. be, ad that each& arty d Ihern hereby s, aiAhonrad tneaeMe Pbwen o(Maney rtualdyingthe atlomey named m the pven Pore. of Murry to execute m behab o(ttr
FIREMEN'S INSURANCE COMPANY Of NEWARK. NEW JERSEY, bonds, udenaknp ad ail contract, of ssacys6p. and that an Asssam Vroe President. a Secretary a an Aswan
Seoesay be, and that each a any of them L.&% i authonaed to attest the eseoton of any such Pores of As. .4 10 anon theeeto the seat of the Company
FURTHER RESOLVED, ilia the sipsatues o(srdi ofhcm and the sear of the Company may be affixed to any such Porch of Mamey a to any cenifrale retaong deteto by
faamn4e,ard any such PoretdMoneya cemfute bearing itch (aaimae ugnatuesa bank seal shall be valid and binding upon the Company when to affnedand n the Mare
with respect to any bond, undertaking a co,ttrat of uaetyship to which It e attached "
In Witness whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed,
and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 1st day of May. 1985.
FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY
Attest:
Robert W Adler. Sr., Assistant Vice President
STATE OF NEW YORK
a
COUNTY OF NEW YORK
By
Michael I Beecnae.1 We President
On this is? day of May, 1985. before me personally came Michael I Beernaert, to me known, who being by me dull sworn did depose
and say that he is a Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY, the corporation described in and
which executed the above instrument: that he knows the seal of the said corporation; that the seal affixed to the said instrument is such
corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like orde'
i •ua. c„; ETHEL IARANTO
,.``. NOTARY 31170. Sate or ,dery von
No ]cn.swon x7 to n Knp County
CERTIFICATE CommnswhExpn-+wrrih3iQ 1986
I. the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JE RSF.Y. a New Jersey
corporation. DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked. and
furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force
Signed and sealed at the City of New York, in the State of New York
(1)
Dated the 28th dat of February .19 90
tame X4 Keane, 4vstanl Vice PNrs.den'
, ..t A
C m U 10 1 O 0 P O O U O
• O] .. Z .Jl o O a
•• m m C7 O 0 0 0 0 0 ¢ O N O 0 O
Ca •o o O o 0 0 x 0
mow in N O O O O O O U O t` 0 0 O
C N
N. .7 .1 O N -I r 0
O. en N N .-1 .1 Z .+l
m O
N.
m N
m W O
• 0 0 0 0 0 0 O
-+ m en o 0 0 0 0
m C• O O 0 O 0 0 0 O O O 0 0
C C••+ H N O O O O O 0 0 0
Ln O in N O ✓1 CO Vl In O O O
cam -. rn s o in M
S d T t•1 n 0 .--. N. d -4 N .. O+
L .O • .�. N N O 3 N
Ca N-
• p
C) ..
C a0
0 0
u z
C
0
a
C) 0
(1) (flm m o 0 0 0 o 0 o 0
• 0 0 0 0 0 0 0
o: U) a 0 d C en• 0 0 0 0 0 0 0 0 0 0 0 0
WZ .4Z O C M N 0 0 0 O 0 0 0 O •
H a b E in 0 O O 0 0 0 O O. 0 0 0
Z a cap�:• Ol 01 ..a N - In N 0
U 6 t-.< . .. C M O\ .. 0. CO O CO I- O - r•1
N a1 H 1.1 in ...
N N O ."1 .-�
ul C W C w +
+ W m
aH uO�+>4 N
W •.7 >. U
01 -SC w f.
Z W N m W P •
o w rah 0 H+ c 00
d > F H m
4>4 F
3 i o d ft. 0 O
WC
Z
It a
1. H
W p
.--1
-m O
WI. O 0 O O 0 0 0 0
• 0 0 0 0 O Co o
(011.6) O • • O O O 0
C en O O O O 0 0 O 0 0 0 O O
.d •H i'P a O 0 0 0 0 0 0 0 • • .
7 4 in N • O 0 in O 0 of O 0% in 0 O
C m m
O d N 0
•3 ... CO en N N 0 d .r P'1 N CO
t •.L • .. . r
.. u n
m
P�1
u u u u u_ -. u
O U U U U O U
C . t O 7
a. t •O 'O0t ' '0 m t
m
.0 '0 t '0.0 t v '0
v v v my v
L m _
C 7 00 a m 00 m
O C O 4 C^ m
8 t •'• r..+ Ca)
V) W O m U O -' m m •� F
4 .] 0 ... '- u C
rJ U U N R1 > .fd H •.. W 0 3 U) > .al .Y Cl
'•+ •^ m O u m C 1• u ea O .+ t w a1 0 u 3
' 1. 0. w .w .. m m C m 0 O •• C U ^•
0C °i w a.wa v 0. ma w v 0 aL
7
u u m
I. 0) al t W Z a 1. p m C
41 C!) U] C W' .. N In d in .0 N- N 0 m 7
w m O
t t t t (01-4 a S S a a S a..4 A. a U
•� + t ¢a 0 0 0 0 0 0 0
R7 W P7 6 CO d Z Z Z Z Z Z Z
a
•Tt
xtT1
•7
Y•
O
—
Y
CD
N
P -•
(D
%
O
rD
ti
7
m•
c
a
m
t0
M
n
r
n
5
fl(
Y.
R
C)
Y.
Y••
Q
Q
M
•1
O
r
a
Y.
z
m
m
Y•
a
m
a
H
.�
m
m
n
a
n
r
e
*
n0
Y.
a
Y•
H
n
Ca
o
R
N
fn
a
•p
h
m
S
Y
(n
m
m
n
It
a
n
CD
m
n
e
o
O
3
m
n
m
r
b
m
m
x
Y
a
(I)
CD
a
N N
g
'ae
x
Y-
m
ht
a
v
N
3
—
3
k
V
A
m
fn
n
n
n
a•
o
n
7
ft
•
—
r
C
bt
d
m
2
n
o
O
H
-
Y.
C,
d
•
C)
H
a
H
mx
n
m
S
.-
Co
co
9
ID
7
O
m
m
m
rn
N
-
m
fs
rti
m
N-
IC
am
m
n
n
n
n
O
n
O
n
S
n
•
p
•
•
-
7C
n
O
S
H
-
M
n
3
7C
CO)
.m-
a
O
P
O
fL
<
O
I-+
.o
x
Y•
x
m
I
N
N
❑
N
-
m
a.
C
n
m
O•
CD
O
m
m
X
R
U'
n
a
n
A
n
r
n
m
x
x
m.
b
o
QD
9•
t10
(T
O
F
b
m
ft
N
•1
x
-
-
-
-
m
m
•o
P1
O
P1
E
'
N
t
O
n
7
4.
firemen's Insurance Company of Newark; New Jersey
• .
GENERAL POWER OF ATTORNEY
Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY
has made, constituted and appointed, and by these presents does make, constitute and appoint
Doris Nell Julian of Little Rock, Arkansas
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings
and contracts of suretyship to be given to
All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
Ten Nillicn (10,000,000) Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and he'd on the 13th
day of January. 1989:
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice Pres derI or a Vice President of the
Company, be, and that each or any of them hereby is, authorized to execute Powersof Anomey qualifying the attomey named in the give's Power of AVo-ne, 'c exei ute in behalf of the
FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW IERSFY, bonds, undertakings and allcontracts of saretysh•p and that an Assistant Vice Presided a Secretary or an Assistant
Secretary be, and that each or any of them hereby is, authorized to arrest the execution of any such Power of Attorney, and to atlach thereto me seal of the Company.
FURTHER RESOLVED, that the signatures of such ofricers and the seal of the Company may be affixed to any such Power of Attorney or lean' cen ficate relating the-eto by
facsimile, and anysuch Power of Attorney m certificate beanng such facsimile signatures or lacsimde sea'shall be val,d and binding upo-, the Compa-y when sc aff.xed and n the future
with respect to any bond, undertaking or contract of suretyship to which it is attached "
In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed,
and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents ths9 day of October
1989
Attest
FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY
By
DL Banta, Assistant Vice President •'• d'•`. Emil B Askew, Vice President
STATE OF CONNECTICUT
M:
COUNTY OF HARTFORD
On this 9 day of �ctoher , 1989, before me personally came Emil B. Askew, tome known, who being by me duly sworn, did
depose and say that he is a Vlce President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JFRSEY, the corporation described
in and which executed the above instrument; that he knows the seal of the said corporation: that the seal affixed to the said Instrument is such
corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order.
IC, $OT4Rfr
li
CERTIFICATE
GLORIA D SE(KINS
NOIARY PUBLIC
My Commission Expires March 3), 1993
1, the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK,'NI WIfRSEY, a New Jersey
corporation, DO HE RE BY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and
furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, rs now in force.
Signed and sealed at the town of Farmington, the State of Connecticut. Dated the28th ddaa Doff Apriill�, , ,19 90
P\ $ I Dentin Lane, Ass stank \,ne'Yrr*nl
21 Blinn 41191 •„
— 2
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
We CARSON & ASSOCIATES, INC., as Principal, hereinafter called
Principal, and FIREMAN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a
corporation duly organized under the laws of the State of New Jersey as
Surety, hereinafter called Surety, are held and firmly bound unto the
BOARD OF TRUSTEES, UNIVERSITY OF ARKANSAS, and the BOARD OF DIRECTORS,
CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called Owner, in
the amount of Five Million Four Hundred Seventy -Six Thousand Three
Hundred Seventy and 00/100 Dollars ($5,476,370.00), for the payment
whereof Principal and Surety bind themselves, their heirs, personal
representatives, successors and assigns, jointly and severally, firmly
by these presents.
Principal has by written agreement dated April 28, 1990, entered into a
contract with Owner for WALTON ARTS CENTER, FAYETTEVILLE, ARKANSAS,
which contract is by reference made a part hereof, and is hereinafter
referred to as the Contract.
THE CONDITION OF THIS OBLIGATION is such that if the Principal shall
faithfully perform the Contract on his part and shall fully indemnify
and save harmless the Owner from all cost and damage which he may
suffer by reason of failure so to do and shall fully reimburse and
repay the Owner all outlay and expense which the Owner may incur in
making good any such default, and, further, that if the Principal shall
pay all persons all indebtedness for labor or materials furnished or
performed under said Contract failing which such persons shall have a
direct right of action against the Principal and Surety, jointly and
severally, under this obligation, subject to the Owner's priority, then
this obligation shall be null and void; otherwise it shall remain in
full force and effect.
No suit, action or proceeding shall be brought on this bond outside the
State of Arkansas. No suit, action or proceeding shall be brought on
this bond after twelve months from the date final payment is made on
the Contract, except by the Owner.
Any alterations which may be made in the terms of the Contract, or in
the work to be done under it, or the giving by the Owner of any
extension of time for the performance of the Contract, or any other
forebearance on the part of either the Owner or the Principal to the
•
•
• ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
We CARSON & ASSOCIATES, INC., as Principal, hereinafter called
Principal, and FIREMAN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a
corporation duly organized under the laws of the State of New Jersey as
Surety, hereinafter called Surety, are held and firmly bound unto the
BOARD OF TRUSTEES, UNIVERSITY OF ARKANSAS, and the BOARD OF DIRECTORS,
CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called Owner, in
the amount of Five Million Four Hundred Seventy —Six Thousand Three
Hundred Seventy and 00/100 Dollars ($5,476,370.00), for the payment
whereof Principal and Surety bind themselves, their heirs, personal
representatives, successors and assigns, jointly and severally, firmly
by these presents.
Principal has by written agreement dated April 28, 1990, entered into a
contract with Owner for WALTON ARTS CENTER, FAYETTEVILLE, ARKANSAS,
which contract is by reference made a part hereof, and is hereinafter
referred to as the Contract.
THE CONDITION OF THIS OBLIGATION is such that if the Principal shall
faithfully perform the Contract on his part and shall fully indemnify
and save harmless the Owner from all cost and damage which he may
suffer by reason of failure so to do and shall fully reimburse and
repay the Owner all outlay and expense which the Owner may incur in
making good any such default, and, further, that if the Principal shall
pay all persons all indebtedness for labor or materials furnished or
performed under said Contract failing which such persons shall have a
direct right of action against the Principal and Surety, jointly and
severally, under this obligation, subject to the Owner's priority, then
this obligation shall be null and void; otherwise it shall remain in
full force and effect.
No suit, action or proceeding shall be brought on this bond outside the
State of Arkansas. No suit, action or proceeding shall be brought on
this bond after twelve months from the date final payment is made on
the Contract, except by the Owner.
Any alterations which may be made in the terms of the Contract, or in
the work to be done under it, or the giving by the Owner of any
extension of time for the performance of the Contract, or any other
forebearance on the part of either the Owner or the Principal to the
other shall not in any way release the Principal and Surety or
Sureties, or either or any of them, their heirs, personal representa-
tives, successors or assigns from their liability hereunder, notice to
the Surety or Sureties of any such alteration, extension or forebear-
ance being hereby waived.
In no event shall the aggregate liability of the Surety exceed the sum
set out herein.
This Bond is executed pursuant to the terms of Act 351 of 1953 of the
Arkansas Legislature, as amended by Act 209 of 1957 of the Arkansas
Legislature.
Executed on this 28th day of April , 1990.
Carson & Associates, Inc.
By:
Principal
By /i=
Firemen's Insurance Company of Newark, New Jei
Surety
By
Attorney -in -fact Dor s Nell Julian
1 r w • r '
p. RECEIVED
Mott Mobley McGowan & Griffin, P.A.: Architects 1 G
302 North Sixth Street Fort Smith, Arkansas 72901 OCT 1 2 f ' O
Telephone (501) 792.1051 .
CAf4ST• DEFT.
August 6, 1990 Our Project No. 1369
35 �° J
S/
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Re: Agreement dated April 28, 1990
:,''' Walton Arts Center
Fayetteville, Arkansas
CHANCE ORDER NO. I
Gentlemen:
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the University of Arkansas:
I. 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. All 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 by $12,968.00.
Original CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476,370.00
Change per this CHANCE ORDER 12,968.00
Adjusted CONTRACT SUM .' $ 5,489,338.00
The Contract Time WILL NOT BE CHANGED by the work to be done under this
Change Order.
MM
MG
Change Order No. I
August 6, 1990
Page two
RECOMMENDED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A.
ACCEPTED:
CARSON & ASSOCIATES
BY By /
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
CITY OF FAYETTEVILLE, ARKANSAS
By
Owner 14. University of Arkansas
3 — City of Fayetteville, Arkansas
I — Arts Center Council
Architect 1
Contractor 1
Date:
rot►-1�%
APPROVED
APPROVED
OFFICE OF FACILITIES PLANNING AND CONSTRUCTION
UNIVER5rry ARKAN��
BY:
OAn•
585
' PORCHASE ORDER' I,-
• UNIVERSITY, OF ARKANS#%,
Fayetteville, Arkansas Department>.Froperty Accounting
Company/CeK.terr Number:
0702-90005-00-0000
VENDOR INSTRUCTIONS:
• 1) Mark all packages and freight documents with Purchase Order "- -
No. and address exactly as shown in SHIP TO instructions.
-
2) Do not .nsure shipment at our expense unless instructed by us. - - -
3) Ship prepaid F O.B. desbnat:on and add to invoice.
4) MAIL INVOICE IN FOUR COPIES.
Ctr Name:• WALTON ARTS CENTER
Total Price: 6484.00
CARSON & ASSOCIATES
1310 W 14TH STREET
LITTLE ROCK AR 72201
A.
PO Code:
Rey#: PI_FD-O-AVCF008
x. :Daqte`c3 11/%4%90 .'
n 1. .4
SHIP TO: •BtiL TO• :,, � •;
University Of Arkansas .Universitya,Of;Arkansas
Property Accounting a Accounts'.Pay%able..Division
ADrlN-305 ;:317Administration BL.ilding
Fayetteville, AR 72701 Fayettevil'le,AR 72701
. •F
INVOICE MUST SHOW SHIP TO ADDRESS & PURCHASE ORDER NUMBER
Item No. I - Description _ I Quantity.' I :,: Unit P•cce I TotaLPrice
1 SUPPLEMENT TO PO #037657 TO ENCUMBER SBS- 1 LT.:. 6484,Oi• 6484.00
APPROVED 11/5/90 CHANGE ORDER #1 ON FILE IN.
THE PROPERTY ACCOUNTING OFFICE, ADMN 3O5.
MATERIALS AND r_.ABOR-TD CONSTRUCT WALTON ARTS ,
CENTER. -
THIS REFLECTS 5l`i: OF THE CHANGE ORDER TOTAL.
MOF 80153 CHAR CODE O5
IY' 1
It
cx
CONTRACT AMOUNT 52,7=8,185 ♦ I- -
Co #1 6,484. ..
TOTAL CONTRACT 2,744,669
DO NOT MAIL ORDER
shc11 be a Lreach of ethical standards for'a,p rson�to be rete3n-d, or to
sin a person, to `solicit or secure a state r• 'con act.up�in an agrc'-•ment or
ersta,;ding fc or a ommission, percen
tage, brcl::e age, rII contingent 4c-e,ept for retention of bc.na fide employees or bona fide Lstahl isle coimdercia
ling agencies maintained by the contractor-f.r.-the`purpcse of se:.uring busin
For inquiries regarding this
order. phone 501-575-2551
8:00 to 4:30 Mon. -Fri.
The University of Arkansas is an equa, opponunlly/attlrnative action institutic
Stale of Arkansas Feder I sip TrV� q�Ae76-006`.
RECEIVED 1�0v U 1U
Aulhor.zed Olhcial
THE UNIVERSITY OF ARKANSAS IS NOT EXEMPT FROM SALES/USE TAX
(except those items specifically exempted by State law)
I
Mott Mobley McGowan & Griffin, P.A.: Architects
302 North Sixth Street Fcrt Smith, A-kansas 7290
Telephone (501) 782-1051
November 26, 1990
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Gentlemen:
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 2
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 o. Reinstate this item of Work
which consists of the Steam Boilers B-1 and B-2 and Domestic
Hot Water Generator in Mechanical Room 114 (Addendum No. 4,
Item No. 20).
2. All work in conjunction with the steam boilers and domestic hot
water generator shall be installed as shown on the Drawings and
as specified.
Accordingly, the Contract will be INCREASED by $28,297.00.
Original CONTRACT SUM . 5 5,476,370.00
Change Order No. 1 12,968.00
Change per this CHANGE ORDER 28,297.00
Adjusted CONTRACT SUM . . . . . . . . . . . . . . . $ 5,517,635.00
The Contract Time WILL NOT BE CHANGED by the work to be done under this
Change Order.
MM
MG
Knit « y: rrc. :Y•u: wr ,Ufa rKiJ �iK. 7,i m. Dux'436''ii r.
Change Order No. 2
November 26, 1990
Page two
RECOMMENDED:
I APPROVED
DATE .,1 34i
...r,..........................
�Ihi .'.: Y;.,C L PLANT
MOTT MOBLEY McGOWAN 6 GRIFFIN, P.A
APPROVED:
ACCEPTED:
CARSON & ASSOCIATES
By
S.
BOARD OF TRUSTEES
UNIVERSITY OP ARKANSAS CITY OF FAYETTEVILLE, ARKANSAS
BY icy BY idt5/
:Piiomas W. Chapma'6
Vice President for Finance & Adm' atii
Distribution:
Owner
14 - University of Arkansas
3 - City of Fayetteville, Arkansas
I Arts Center Council
Architect 1
Contractor dlf� 1
Date:
Vice Chancellor for Finapce and Administration
APPROVED
FEB
1:P'R33VED:
Cr ICE OF FACILITTES PUNNING AND CONSTRUCTION SB STR
UNIVERSITY OF ARKANSAS By,
BY:
DATE:
RAU
I GURCHASE ORDER , r NO )37657-F
Page: )
UNIVERSITY OF ARKANSAS
Fayetteville, Arkansas
rL
VENDOR INSTRUCTIONS:-.;
1) Mark all packages and freight documents with Purchase Order
No. and address exactly`as shown in SHIP TO Instructions.
2) Do not insure shipment bt oui expense unless Instructed by us.
3) Ship prepaid F 0.2. destination' end add to invoice..
4) MAIL INVOICE IN FOUR COPIES.
CARSON & ASSOCIATES '
1310 W' 14TH-_STREEt_'
LITTLE ROCK, ARr722U1..: .,
.l6 —v
Department: Property Accounting
Company/Center Number:
0702-90005-00-0000
..
Ctr Name:WALTON ARTS CENTER
Total Price:, 14148.50
PO Code?- " .
Req#:•-PLFD-O-AVCFOOB . - w ;'.
-' I .
Date:" 02/20/91 1rj
.y V• 4y .
SHIP TOr .
- •-• _
f' ;z•: - :1 •. " 'Yi• uw"Y
Uni_varsity' Of,:Arkansasc`• 1`. - ,. :?_ - universityArkansas
• .'• ' ac 1.4. .p4 � ..n e ., .
Property Accourlt�ing,x,r ' Accounts-.Payabfe D1vfsian—
ADMN-305.' a,'. _ -- 317` Administra`tionnxDufl'dir•g
Fa ette' il1e AR a; 72701== - 7
Y ; Fa ettevilleR 72701`.p:
•: ,- i p.� .,. ,�R
_ rye..
INVOICE MUST SHOW SHIP TO ADDRESS 8 PURCHASE ORDER NUMBER
r
I No. I Description I Quantity I Unit Prce I Total Pnc`e J
SUPPLEMENT TO PO #037657 PER SBS-APPROVED
f=.EA
-.:.14148.
14148.50„'•'
:
CHANGE ORDER TO REINSTATE -THE STEAM BOILERS
=
=
AND WATER HEATERS -IN MECHANICAL ROOM 114
,
',.
(ADDENDUM NO.. 4, -ITEM 20). THESE WERE DELETED
-C -
ORIGINALLY TO:ALLOW.'THE CONTRACT TO BE AWARD
D.
':
BUT ARE•BEING_.ADDED:AT;.THIS TIME..
-.
:'
.. ..
THIS. REFLECTS 50'/. OF THE CHANGE ORDER TOTAL.
'_,-g
MOF 80153 "' CHAR -CODE 05.
- -
d
c:.
CONTRACT AMOUNT"' ae. • 22 738 185.00
, , ,
CO #1 - ..- 6, 484.00
'
CO #2 ":_ : . 14,148,50
-• '
TOTAL CONTRACT 2,758,817.50
,`•"
It shall be a,�breach:of ethical standards for a �erson
'a
tc
be retai
ed,or
retain a person, to solicit or secure state cc
tract'u
on' an.agr
ement_o'r
un erstanding for a commission, percentage, brok
rage, Crcontinge
t;,
except for retention of bona fide employees or h
nit fide
establishE6
-fee,'"
cofrmercia
=or inquiries regarding this The University of Arkansas is an equal opportunrtyreffirmative action •nstitubon.-
)rder, phone 501.575-2551 State of Arkansa xdsq Tax 4 71.76.0065-K
1:00 to 4;30 Mon. -Fria r -
_ RECEIVED FEB 2 81981,
THE UNIVERSITY OF ARKANSAS IS NOT EXEMPT FRbM
(except those items specifically exempted by State
TAX
I_' PURCHASE ORDER , ., NC u37bs7-P F'age: 2 ►I
I
UNIVERSITY OF ARKANSAS
Fayetteville, Arkansas -
P
.'
VENDOR INSTRUCTIONS'-
- n:
1) Mark all packgearand freight documents with Purchase Order'..
No. and address exactly, as shown In SHIP TO instructions.
2) Do not Insure shlprnent'at dur expense unless instructed by u - -
3) . Ship prepaid F.O.8, destination end add to invoice.
d). MAIL INVOICE IN FOUR COPIES.- :.:';
y,TCARSON- ASSOCIATES -.
133O W 14TH: STREET-
'*LITTLE:.'ROCKCAR�`/ y 72201;- <'
• .r•'Tcr3-"'-••I• .r' --- J"-7 -. I' • .-M1y 1
lyyl�\'_. Vr .rp4�'•J, y}y�_I-.•rl.•J•.• Yr.•, Y
f'lY."N.•fyL.Ca •a`1.,i,J�..4vT_•I. -.... — ♦.: -•'. - • •1 • - -•i, 1 io-fir �Y'IJ •�ty'yn Yi G -4i•: ( •/• rrt .
,JJniversity"Of<-'Atkansasa ,•- .,`:;r�=
Property, Account irig".4-:T:' :'•- "'
ADMN-3O5 ....&-:. y.r r.' •., -. . •.4 ^
Fayetteville, AR=._' 72701;•,.:` "•
r _ '-.*j
rr
INVOICE MUST SHOW SHIP TO ADORE
Department:_ Property, Accounting
Company/Center Number:
O7O2-9OOO5-OO-OOOO.;.
,
4J.
• `..
.
Ctr Name:WALT0N ARTS ':CENTER,:-'
Total ♦ Pricer %T-i " 14148.0 S 4.
PO Codes ,: . IY
S.
Req#'o. PL•FD-O-AVCF008 `�
• •„ -4
tisi
Date: 'O2/2O/91
ti -•. 1 -. _qty' I- v:relG .� '`:
., n .`'ems k- 1`
BILL': TQ: •i.:.�
Sc UniverstyOfAr4 n asta;w:
+'. R..s
Acct3untstPayabl"e Division'.
.a'ntlr !: l J .♦..lfrrrl IM
317 Admini'strration�Huil'din y
Fayettevi-r ijeit AR 727O1' ' t •
. n �. !..•f .WI �..•}iy�Y�Jperl.�fL • Y 4.
• - ' 4•F'••r•IYG� YY .3 T.11".I.:IT
S & PURCHASE ORDER NUMBER ".• ;'•
e .
:m No. I
Description
I Quantity
I
Unit
Price:.. i
Total Price
- -
-
_
.,-
selbing
agencies maintained
by the
contractor
4or
the pur
ose
business.
; :
; :
ct:
•/.tl
ET CHANGE/SUPPLEMENT
AMOUNT:
14148 50.
y
.-
s
-
- -
._
S.Y.•
- j
-. _ -.t.. ,
..
I- ---tom .
•
-
,
-
--
}
1t
. �`
_
•;
I-
_ I
. a
r • .Y
. iv .:
.
•
For inquiries regarding this
order, phone 501-575.2551
3.00 to 4:30 Mon. -Fri.
The University of Arkansas is an equal opportunity/affirmatIve action Insttution.
'`4-_ ' Stale of Arkansas Federal Excise Tax M 7178.0065-K
Authorized Official
THE UNIVERSITY OF ARKANSAS IS NOT EXEMPT FROM SALES/USE TAX
(except those items specifically exempted by State law)
A
Molt Mobley McGowan & Griltin, P.A.: Architects
302 North Sixth Street Fort Smith Arkansas 72901
Telephone (5011 782.1051
November 18, 1991
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 16
GentlemenYou are hereby authorized to : ke the following included in the referenced Agreement changes Work
with the City and
the university of Arkansas:
1. Add rolling fire grille controllors, electrical surge
arrestors, and circuit breaker as called for in Addendum No. 9,
Item Nos. 1 thru 3.
2. Prepare the hollow metal door frames at Door Nos. 200 and 213
for dead locks and coordinate said work with the hardware
supplier. The cost of hardware and installation of same are
not included herein.
3. Omit the work required to Channel office building. the fiber
optics conduit
system to the Fayetteville Open
specific work is called for in Addendum Noexcavatioexcavation,
to be omitted includes street cut,
installa-
tion of conduit, and backfilling.
4. Revise the Type "T" light fixtures by changing the specified
natural aluminum finish to anodized bronze finish, and change
the tubing color from clear to amber.
5. Install wall divider strips and wall mounted -accent Nolight
fixtures in Auditorium 105 as called for by Addendum
Item No. 4.
6. Revise the lighting tingum fixtures
s 5 Corridors 101B and 101D as
called for by 9 Item No
Accordingly, the contract will be INCREASED by $17,491.00
...■ `tJo LI LJ
Change Order No. 16
November 18, 1991
Page two
Original CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476,370.00
Change Order Nos. 1 thru 15. . . . . . . . . . . . 2,321,719.24
Change per this CHANGE ORDER . . . . . . . . . . . $ 17,491.00
Adjusted CONTRACT SUM . . . . . . . . . . . . . . . $ 7,815,580.24
The Contract Time WILL NOT BE CHANGED by work done under this Change
Order and Substantial Completion shall be achieved not later than 608
consecutive calendar days after the date of commencement.
RECOMMENDED: ACCEPTED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A. CARSON & ASSOCIATES
Bp b1 By c-5
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
Distribution:
Owner
Architect
Contractor
CITY OF FAYETTEVILLE, ARKANSAS
14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
1
1
MM
MG
I
Addendum No. 9
Page
PROJECT NO. 1369
WALTON ARTS CENTER
FAYETTEVILLE, ARKANSAS
NOVEMBER 18, 1991
Mott Mobley McGowan 6 Griffin, P.A.
Fort Smith, Arkansas
Addendum No. 9 to the Drawings and Specifications, s and Speci-
fications following Addendum shallbe
theincorporated in the Contract Documents and gshall super-
sede which are a part conflict.
sede anything contained therein with which it may
item No. 1•
golling Fire Grille Controllers. Refer to Fire Alarm
Riser Diagram on Drawing E1.13.
a. Add a rolling fire grille controller at the following loca-
tions:
(1) 108A - Tickets
(2) 106 - Stage/Concessions
Connect controllers to fire alarm system so the fire alarm
system will close grilles.
b. Add remote annunciator at House Manager's position.
Item No. 2•
Electrical Surge Arrestors. Refer to Power System Riser
Diagram on Drawing E1.13. n No. J9200-10 at
at Add three (3) surge arrestors equal to Josly
Switchboard "MDB1". Refer to
Item No. 3. Automatic Transer Switch Circuit Breaker.
Equipment Schedule on Drawing E1.14. n 03 board•"MAddOB1"7 ormnormal feed tothetautomatic transfer switch.
of Switch
breaker in switch -
Item No. 4. Auditorium Wall Washers/Divider Strips. on the
a. Install wall mounted light fixtures and divider Sstrips
on ththe
1150
side walls of Afort herein. as Light wn Ofl fixtures xtuesa will be furnished by
-
and as called installation of paper
owner and installed by the Contractor. s is not included in this
covering, though referred to on the drawings,
item of work.
b. Electrical requirements are as follows:
-1369-
F
Addendum'tio. 9
Page 2 of 2
(1) Refer to Drawing E1.1: Provide electric power connections
for two accent lighting fixtures along east wall of Auditorium 105.
Circuit fixtures to "HDB"-39, 3-910, 3/4" conduit.
(2) Refer to Drawing E1.3: Provide electric power connections
for two accent lighting fixtures along west wall of Auditorium 105.
Circuit fixtures to "HDB"-39, 3-912, 3/4" conduit.
(3) Refer to Drawing EI.5: Provide electric power connections
for two accent lighting fixtures along east wall of Balcony 203.
Circuit fixtures to "HDB"-38, 3-910, 3/4" conduit.
(4) Refer to Drawing E1.7: Provide electric power connections
for two accent lighting fixtures along west wall of Balcony 203.
Circuit fixtures to "HDB"-38, 3-912, 3/4" conduit.
(5) Refer to Drawing TE.5: Add one 2.4kw, two -circuit dimmer
module for "Auditorium Accent Lighting" control of circuits "HDB"-39
and one (1) spare.
Item No. 5. Corridor/Stair
fixtures and fixture layout
1010.
a. Revise lighting
101B, and Corridor
(1) Refer to Drawing E1.1: Revise lighting fixtures and
fixture layout in Corridor lO1B as shown on Drawing SD121a.
(2) Refer to Drawing EI.3: Revise lighting fixtures and
fixture layout in Stair 2 and in Corridor lO1D as shown on Drawings
SD121b and SD121c.
-1369-
MM
MG
MoltMobley McGowan & Griffin, P A.: Architects
302 North Sixth Street Fort Smith. AR 72901.2099
Telephone 501) 782.1051
v
# 1369 Walton Arts Center
$MEE1+O - -- O.
CAICUI. TEO 8r- --____ CAFE
Drawing SD- flat
J 1
I
ti -
U �
I.
d
D
O ] s
� O
D
W
I
o
`-
a-
,n -
a
} J
_
II
V
if
'SS 11
C-'
MM
MG
Mon Mobley McGowan & Griffin, P.A.: Architects
302 Honh Sixth Street Fort Smith. AR 729012099
Telephone (501) 7821051
,oe # 1369
Walton
Arts
Center
S••((' NO
_._.-- _
_—___—_
OI _
• •
i• ' 4
' •
F_ -+.•.•(. slat•.. .i:ii.i.�i/a ...%
•
I I en
•
a 1 y! a.
I
•
•LW
II
:y
•
•
•
II.
�I • r -----:.p.
` to
1 I .
• . li
S
li t
SitIia.
4
Drawing SD-
Qll]1
cip ST
•
I
MM
MG
Mott Mobley McGowan & Griffin, P.A.: Architects
302 North Sixth Street Fort Smllh. AR 72901-2099
Telephone (501) 782-1051
Accent +r; o — V,/al l5 _
Gma1l rocl;us)
# 1369 Walton Arts Center
SHEET NO Or
CALCULATED er OATE
Drawing SD -
Nessev, Li3tAf TaFestT j
Wall SCot+ce. @ IoccfHovis
no+ea
"x.. w1OVvrT.H
10C.LS @
4 €ctse 4 eolgas
noo'}(wood
Fro +or of
flour base t4 I8
o6ove ce; Il"5
reFIec1cr pone 15
0-'.-- E„ouot,vt9 blo<4S
e 16" o.G. ver+,
1O
'#O0��. po
e eosed eu�q" es I O --F.
s Go
floor base i-o 18•r
o�iovc Gt:l•vn refler{cv
Pahels +— to be C.,vere4
ACGeHt �`''I° - �J l5 Vj4L,, a fGr W411COVer.vq
t;Iar5 Q
e rad��5� 1
JOe # 1369 Walton Arts Center
MM
MG
MottMobley McGowan & Griffin, P.A.. Archilects
302 North Sixth Street Fort Smith, AR 729012099
Telephone (501) 782-1051
.v'W 1092-O8 Single spray ought Tapesc&
with revere light
14W 1090-O8 Single spray "Light Tapestry""
SWEETNO _ _ -
ATEDBT
-
f♦
D+rE
Drawing SD -
NW 1091.O8 Double spray 'Light Tapestry
Jerome Simon design
Solid brass. Outlet box mounting Mounts on moss
reasonably smooch archtecnnl surfaces Uncut
optical lens system, light projects into a hn-like
curtain Proper mounting distance for the Light
Tapestryis four feet apan and fs•e feet from the
Boor. Uses an easily replaceable mini -can halogen
bulb (included)- Separate On/Off twtch in wall
controls one socket 150W max. UL hired. CSA
approved.
Standard Finishes: hlished_Brasa Polished Chronic
Baked Enamel Paint
Optional: Color fibers for rainbow or single cola
effects. Colas available. Red. Orange.
Yellow, Green. Magenta. Cyan Violet.
Felten can be specially prt.borded or
provided individually for personal
selections and combinations
NW 1091.OB Single spray 'Light Tapeetsyw'
with rewene light
Same as above except with a single spnv and sold
revcnc light for greater ambient fight
NW 1090.OB Single spray "Light 'apesnyw
Same as above weh norevere light
For modifications and special canoes Orden.
we price Ind or contact your Nelsen represennnve
A/'xsrsi
Its MJIrr4 Awiw r Pun Curvet NT tells
A SwMJ.vrd Ix Ixaaxa 1iJ,..i..r., la.
'ii :+o Se n..w.n c..J.
To e4e1a11aa f.rexw4aat
MM
Molt MG Mobley McGowan & Griffin, P.A.: Architects
302 North Sixth Street Fort Smith. AR 729014099
Telephone (501) 782.1051
I
c
Vu
W
I
JOB # 1369 Walton Arts Center
SHEET NO OF Q q
CA.CUI.ATEOOY 0ATE "!I 1
Drawing SD- I2 I a
MM
Moti MG Mobley McGowan I. Griffin, P.A.: Architects
302 North Sixth Street Fort Smith, AR 72901.2099
Telephone (501) 782.1051
ZJrlL9L Mkt
NLP2'-lI R)
. 2 toi
YtJ TAP
3i loth IG
JOB # 1369 Walton Arts Center
SHEET HO OF
t1 -t$-91
FED BY
Dr
OATS
SD- IZb
PART. FLOOR PLAN REVISED
LIGHTING SCHEME •
SCALE 114':V-0'
Gr4otfdc�� aty (, ir.411 Iicrup e r0
Tho•( i.xa1. trio. ,t 2 ot.. e'f3P'
vrJor:n7 PSeAe o I-IGjari 4 scdiccr1W
i
MM
MG
Mott Mobley McGowan & Griffin, P.A.: Architects
302 North Sixth Street Fort Smith, AR 72901.2099
Telephone (501) 782.1051
-
JOB # 1369 Walton Arts Center
SHEET NO OF II lyA�
CALCUI.ATEO eY OATS
Drawing SD- (2(-c-
W
W
2
V
Z
r
r2
C
W
Co
W
ft
Z
J
0
cc
0
0e
J
H
Q'
Mott Mobley McGowan & Griffin, P.A.: Architects
302 North Sulh S:reet For: Snilh Arkarsa5 72901
'elephone (501) 782.1051
November 18, 1991
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Gentlemen:
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 15
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Install two key lockboxes on the exterior of the building, cut
into the brick walls, at those doors so designated (one near
Dickson Street and one close to the stage door) by the Fire
Marshall, City of Fayetteville. Order forms for the lockboxes
will be provided by the Fire Marshall. Connect the tamper
switch on each of the lockboxes to the building security system
in accordance with Drawing SD -116c (revised).
2. Install one Bradley No. 6542 soap dispenser and one Bradley No.
250-15 towel dispenser in Dressing 121 where directed by the
Architect.
Accordingly, the contract will be INCREASED by $2,582.00
Original CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476,370.00
Change Order Nos. 1 thru 14 . * . . . . . . . . . . 2,319,137.24
Change per this CHANGE ORDER . . . . . . . . . . . $ 2,582.00
Adjusted CONTRACT SUM . . . . . . . . . . . . . . . $ 7,798,089.24
The Contract Time WILL NOT BE CHANGED by work done under this Change
Order and Substantial Completion shall be achieved not later than 608
consecutive calendar days after the date of commencement.
MM MG
pop
Change Order No. 15
November 18, 1991
Page two
RECOMMENDED: ACCEPTED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A. CARSON 6 ASSOCIATES
Bycr'C_A._ktBY/`_"�
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
Distribution:
Owner
Architect
Contractor
CITY OF FAYETTEVILLE, ARKANSAS
14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
1
1
MM
MG
I
.
•
Mott Mobley McGowan & Griffin, P.A.: Architects
302 Nor;h Si.In S:ree: Fort Sm 1I' Arkansas 72901
Telephone 1501) 782 1051
September 19, 1991
Carson 6 Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Gentlemen:
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 14
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Install 3" Thermafiber sound insulation for the full height of
walls in Restrooms 110, 111, 132, 133, 201 and 205, Mechanical
Rooms 202 and 206, Office 108C, and Studio B 134 as shown on
Drawing Nos. SD117a thru SD117d, attached.
2. Provide the following spare dimmer modules, as supplied by
Electronics Diversified Inc. (EDI), to the Owner at the conclu—
sion of the project:
2 modules, SPI D-2 Dual 2.4 KW
2 modules, SPI S-6 Single 6.0 101
Accordingly, the contract will be INCREASED by $8,058.00
Original CONTRACT SUM . . . . a . . . . . . . a . . $ 5,476,370.00
Change Order Nos. 1 thru 13 2,311,079.24
Change per this CHANGE ORDER $ 8,058.00
Adjusted CONTRACT SUM . . . . . . . . . . . . . . . $ 7,795,507.24
The Contract Time will be INCREASED by 3 calendar days which requires
the Contractor to achieve Substantial Completion not later than 548
consecutive calendar days after the date of commencement.
MM COO Lr� U
MG
I
Change Order No. 14
September 19, 1991
Page two
RECOMMENDED:
HOT! MOBLEY McGOWAN & GRIFFIN, P.A.
ACCEPTED:
CARSON & ASSOCIATES
FINANCIAL RESPONSIBILITY:
Financial responsibility for the cost of this Change Order is that of
the Arts Center Council. Payment will be made from the capital account
which consists of private contributions.
Sonja,Pecker, President
UofA/ ity of Fayetteville Arts Center Council
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
CITY OF FAYETTEVILLE, ARKANSAS
By By /
Distribution:
Owner 14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
Architect 1
Contractor 1
MM
MG
MM
MoN MG Mobley McGowan & Griffin, F.A.: Architects
302 North Sixth Street Fort Smith. AR 72901.2099
Telephone (501) 782.1051
N CZ I
,«
0 Igo. p�
1
JOe #1369 Walton Arts Center
SHEET NO of_
C.L0VUTEo BY DATE
Drawing SD-
-
•
•
�,
l�
•
i
N-
3%%
7hO7 cc
Qoo
a'
nllt I ?K
F. �9u
U aI
r.
MM
Moft MG Mobley McGowan & Griffin. P.A.: Architects
302 North Sixth Street Foil Smith. AM 72901.2099
Telephone (S01) 782.1051
\ it
•• I. e • \4.
•
w
,oB #1369 Walton Arts Center
SHEET NO O1
w
UICVUTE0 eT 0ATE
Drawing SD- IV!Lk.
ii I
III -
a)
TI tv.y�f
Ii
/ J ,
=Q
3/
J 0 \\ /
__ \
MM
Moft MG Mobley McGowan A Griffin, P.A.: Architects
302 North Sixth Street Fort Smith. AS 729012099
Telephone (501) 782.1051
•
{
#1369
Walton
Arts
Center
JOe
SHEET NO
or
• - A 1■
CALCULATED eY
Der•
Drawing SD -
4
\i
Mott Mobley McGowan & Griffin, P.A.: Architects
302 Nortn Sxih Sheer Fort Smth Arkansas 72901
te'eonone (501) 782 1051
July 2, 1991
Carson 6 Associates
1310 West 14th Street
Little Rack, Arkansas 72202
Gentlemen:
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 12
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Refer to Paragraph 7.3.2, Item b. Reinstate this item of Work
which is Allowance No. 2 and provides the amount of $41,000 for
the purchase and installation of carpet (Addendum No. 4, Item
No. 2).
2. Refer to Paragraph 7.3.2, Item c. Reinstate this item of Work
which Is Allowance No. 3 and provides the amount of $19,000 for
the design, purchase and installation of interior signs, exter—
ior signs, applied letters and plaques $19,000 (Addendum No. 4,
Item No. 3).
3. Reduce the total volume of drilled pier work by 78.33 cubic
yards as determined by actual conditions in the field as shown
on the pier drilling logo maintained by Spencer -White Engineer-
ing. The unit price for drilled pier of $19.00 per cubic yard
as found in the contract when applied to the reduction in
volume results in a credit of $1,488.27.
4. Provide compensation for 209 probe holes in the bottoms of
drilled piers as specified and as verified by the pier drilling
logs maintained by Spencer -White Engineering. The unit price
for test probes as found in the contract when applied to the
number of probes results in a cost of $10,450.00.
MM
MG
Change Order No. 12
July 2, 1991
Page two
5. Refer to
Drawing
Details 1/A4.3, 2/A4.10,
3a/A4.10 and
3b/A4.10.
Extend
reinforced concrete to the
top of wall,
Elevation
51.50, in
lieu of the concrete masonry
units.
6. Add the following structural steel support beams:
a.
W10 x 30
Elevation
x 10'-11.25" on Grid Line
51'-8".
D between 19 and 21,
b.
W12 x 30
x 17'-10.5" on Grid Line
N between 12 and 40,
Elevation
79'-4".
c.
W15 x 31
x 21'-10.5" between Grid Line
FF and JJ.
d.
W18 x 35
x 17'-10.5" on Grid Line N
between 17 and 35 at
the Auditorium
roof.
7. Add two (2) W10 x 17 beams with connection plates and angles in
accordance with the attached revision drawings SD -104a,
SD -104b, and SD -104c. Add two (2) TS 4 x 4 x 1/4" tubes at
ledger angles.
8. Furnish and install additional support angles framed between
members shown on drawings to support architectural precast
concrete.
Accordingly, the contract will be INCREASED by $83,270.73.
Original CONTRACT SUN . . . . . . . . . . . . . . . $ 5,476,370.00
Change Order Nos. 1 thru 11 . . . . . . . . . . . . 1,789,378.00
Change per this CHANGE ORDER . . . . . . . . . . . $ 83,270.73
Adjusted CONTRACT SUM . . . . . . . . . . . . . . . $ 7,349,018.70
MM
MG
I,
Change Order No. 12
July 2, 1991
Page three
The Contract Time WILL NOT BE CHANGED by the work to be done under this
Change Order.
RECOMMENDED: ACCEPTED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A. CARSON & ASSOCIATES
1
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
Distribution:
Owner
Architect
Contractor
CITY OF FAYETTEEVILLE, ARKANSAS
By
14 - University of Arkansas
3 - City of Fayetteville, Arkansas
I - Arts Center Council
1
I.
MM
MG
I
Moil Mobley McGowan & Griffin, P.&: Architects
302 North Sixth Street Fort Smith Arkansas 72901
Telephone (501) 782-1051
May 24, 1991
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Gentlemen:
QOpV
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 10
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Refer to Addendum No. 6 dated May 24, 1991. Add a digital
computer workstation as a front end for the automatic
temperature control and energy management system as described
in the Addendum. -
Accordingly, the Contract will be INCREASED by $16,162.00
Original CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476,370.00
Change
Order
No.
1 .
. . . .
. .
.
. .
. . . . . .
12,968.00
Change
Order
No.
2 .
. . . .
. .
.
. .
. . . . . .
28,297.00
Change
Order
No.
3 .
. .
600,293.00
Change
Order
No.
4 .
.
151,000.00
Change
Order
No.
5
73,089.00
Change
Order
No.
6 .
.
19,781.00
Change
Order
No.
7 .
. . . .
. .
.
. .
. . . . . .
488,256.00
Change
Order
No.
8 .
. . . .
. .
.
. .
. . . a
28, 500.00
Change
Order
No.
9 .
. . . .
. .
.
. .
. . . . . .
14,450.00
Change
per this
CHANGE
ORDER
. .
.
. .
. . . . . . $
16,162.00
Adjusted CONTRACT SUM . . . . . a . . a . a . a . a S 6,909,166.00
MM
MG
Change Order No. 10
May 24, 1991
Page two"
The Contract Time WILL NOT BE CHANCED by the work to be done under this
Change Order.
RECOMMENDED: ACCEPTED:
MOTT MOBLEY McGOWAN S GRIFFIN, P.A. CARSON 6 ASSOCIATES
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS CITY OF FAYETTEVILLE, ARKANSAS
By BY
Distribution:
Owner 14 - University of Arkansas
3 - City of Fayetteville, Arkansas
I - Arts Center Council
Architect 1
Contractor 1
MM
MG
- --.- - --
Addendum No. 6
Page 1 of 5
PROJECT NO. 1369
WALTON ARTS CENTER
FAYETTEVILLE, ARKANSAS
MAY 24, 1991
Mott Mobley McGowan & Griffin, P.A.
Fort Smith, Arkansas
Addendum No. 6 to the Drawings and Specifications.
The following Addendum shall be incorporated in the Drawings and Speci-
fications which are a part of the Contract Documents and shall super-
sede anything contained therein with which it may conflict.
Item
No.
1.
Specification Section 15950.
Add the following require-
ments
to
this
Section of Specifications:
a. Energy Management Digital Work Station:
Furnish and install a digital computer work station equal to
Johnson Metasys Companion with CRT, keyboard and printer. Provide two
(2) modems for telephone connection (less telephone line costs) and two
(2) DD interfaces to Metasys controllers. Pricing shall include a
dedicated 120/1/60 circuit to a receptacle in the Mechanical Room at
the installed location of the digital workstation. The work shall
include installation of all hardware, programming, and technical
check-out of 108 points and connection to the Auditorium air handling
unit to provide two -speed control based on an occupied/unoccupied cycle
and a zero to five -hour over -ride program of optimal start time and
automatic shut down of the air handling unit.
b. Dial -Up Communications:
(1) Auto-dial/auto-answer communications shall be provided to
allow computer to communicate with remote operator terminals on an
occasional basis via telephone lines.
(2) Dial -Up Computer: Auto -dial in the computer shall auto-
matically place calls to remote terminals to report critical alarms.
(a) Computer shall analyze and prioritize all alarms to
minimize the initiation of calls. Non -critical alarms shall be buffer-
ed in memory and reported as a group of alarms, or until an operator
manually requests an upload of all alarms.
(b) The auto -dial program shall include provisions for
handling busy signals, "no -answers", and incomplete data transfers.
Default devices shall be called when communications cannot be estab-
lished with primary devices.
-1369-
Addendum No. 6
Page 2 of 5
(3) Modem Characteristics: Dial -up communications shall make
use of -Hayes compatible 1200 or 2400 baud modems and voice grade
telephone lines. Each Digital Panel shall have its own modem for
remote monitoring or diagnostics purposes.
c. Personal Computer:
(1) General: Computer shall be microprocessor -based, multi-
tasking, multi-user, digital control processors. Computer shall be
equal to a Model 810 PC, Model 51100, black and white CRT and a Model
510 printer.
(2) Memory: Computer shall have sufficient memory to support
its own operating system and data bases including:
* Control processes
* Energy management applications
* Alarm management
* Trend data
* Maintenance support applications
* Operator 1/O
* Dial -up communications
* Manual override monitoring
(3) Expandability: The system shall be modular in nature, and
shall permit easy expansion through the addition of field controllers,
sensors, and actuators.
(4) Serial Communication Ports: Computer shall provide at
least two RS -232C serial data communication ports for simultaneous
operation of multiple operator 1/O devices, such as laptop computers,
personal computers, and video display terminals.
(5) Hardware Override Monitoring: Computer shall monitor the
status of all overrides, and include this information in logs and
summaries to inform the operator that automatic control has been
inhibited.
(6) Integrated On -Line Diagnostics: Each computer shall
continuously perform self -diagnostics, communication diagnosis, and
diagnosis of all subsidiary equipment. Digital panels shall provide
both local and remote annunciation of any detected component failures,
or repeated failure to establish communication. Indication of the
diagnostic results shall be provided at each computer.
(7) Surge and Transient Protection: Isolation shall be
provided at all network terminations, as well as all field point
terminations, to suppress induced voltage transients consistent with
IEEE Standard 587-1980. Isolation levels shall be sufficiently high as
to allow all signal wiring to be run in the same conduit as high
voltage wiring where acceptacle by electrical code.
—1369—
Addendine No: 6
Page 3 of 5
(8) Powerfaii Restart:
(a) In the event of the loss of normal power, there shall
be an orderly shutdown of the computer to prevent the loss of data base
or operating system software. Non-volatile memory shall be incorpor-
ated for all critical controller configuration data, and battery backup
shall be provided to support the real-time clock and all volatile
memory for a minimum of 72 hours.
(b) Upon restoration of normal power, the computer shall
automatically resume full operation without manual intervention.
(c) Should computer memory be lost for any tenon, the
user shall have the capability of reloading the computer via the local
RS -232C port, or telephone line dial -in.
d. System Software Features:
(1) General:
(a) All necessary software to form a complete operating
system, as described in this Specification, shall be provided.
(b) The software programs specified in this Section shall
be provided as an integral part of the computer, and shall not be
dependent upon any higher level computer for execution.
(2) Control Software Description:
(a) Equipment Cycling Protection: Control software shall
include a provision for limiting the number of times each piece of
equipment may be cycled within any one -hour period.
(b) Heavy Equipment Delays: The system shall provide
protection against excessive demand situations during start-up periods
by automatically introducing time delays between successive start
commands to heavy electrical loads.
(c) Energy Management Applications: Computer shall have
the ability to perform all of the following energy management routines:
* Time of day scheduling
* Calendar based scheduling
* Holiday scheduling
* Optimal start
* Optimal stop
* Heating/cooling interlock
-1369-
Addendum No. 6
Page 4 of 5
(d) All programs shall be executed automatically without
the need for operator intervention, and shall be flexible enough to
allow user customization. Programs shall be applied to building
equipment described in the sequence of operation portion of this
Specification.
(e) Programming Capability: Computer shall be able to
execute configured processes defined by the user to automatically
perform calculations and control routines.
Process Inputs and Variables: It shall be possible
to use any of the following in a configured process:
* Any system —measured point data or status
* Any calculated data
* Any results from other processes
* Boolean logic operators (and, or)
Process Triggers:
Configured processes may be
triggered based
on any combination
of
the following:
* Time of day
* Calendar date
* Other processes
* Events (e.g., point alarms)
Data Access: A single process shall be able to
incorporate measured or calculated data from any and all other ASC's.
In addition, a single process shall be able to issue
commands to points in any and all other ASC's on the local network.
(f) Alarm Management: Alarm management shall be provided
to monitor, buffer, and direct alarm reports to operator devices and
memory files. Each computer shall perform distributed, independent
alarm analysis and filtering to minimize operator interruptions due to
non -critical alarms, minimize network traffic, and prevent alarms from
being lost. At no time shall the computer's ability to report alarms
be affected by either operator activity at the local I/O device, or
communications with other ASC's on the network.
Point Change Report Description: All alarm or point
change reports shall include the point's English lanuage description,
and the time and date of occurrence.
Prioritizing: The user shall be able to define the
specific system reaction for each point. Alarms shall be prioritized
to minimize nuisance reporting and to speed operator response to
critical alarms. A minimum of three priority levels shall be provided.
Users shall have the ability to manually inhibit alarm reporting for
-1369-
Addendum No. 6
Page 5 of S
each point. The user shall also be able to define conditions under
which point changes need to be acknowledged by an operator, and/or
logged for analysis at a later date.
Report Routing: Alarm reports and messages shall be
directed to an operator device.
Alarm Messages: In addition to the point's descrip-
tor and the time and date, the user shall be able to print, display or
store a 60 -character alarm message to more fully describe the alarm
condition or direct operator response. Each computer shall be capable
of storing a library of at least 100 Alarm Messages. Each message may
be assignable to any number of points in the panel.
Auto -Dial Alarm Management: In dial -up applications,
only critical alarms shall initiate a call to a remote operator device.
In all other cases, call activity shall be minimized by time -stamping
and saving reports until a manual request is received, or until the
buffer space is full. The alarm buffer must store a minimum of 50
alarms.
(g) Trend Analysis: A data collection utility shall be
provided to automatically sample, store, and display system data.
Measured and calculated analog and binary data shall be assignable to
user -definable trends for the purpose of collecting operator -specified
performance data over extended periods of time. Sample intervals of 1
minute to 24 hours, in one -minute or one -hour intervals, shall be
provided. Each computer shall have a dedicated buffer for trend data,
and shall be capable of storing 16 trend logs. Each trend log shall
have up to four points trended at 48 data samples each. Data shall be
stored at the computer, and uploaded to floppy disk storage when
archival is desired.
(h) Runtime Totalization: Computer shall automatically
accumulate and store runtime hours for binary input and output points
specified in the "Execution" portion of this Specification. The
totalization routine shall have a sampling resolution of one minute.
The user shall have the ability to define a warning limit for runtime
totalization. Unique, user -specified messages shall be generated when
the limit is reached.
-1369-
a
.
C.
Mott Mobley McGowan & Griffin, P.A.: Architects
302 North Sixth Street Fort Smith, Arkansas 72901
Telephone 1501) 782-1051
May 24, 1991 Our Project No, 1369
Carson 6 Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Re: Agreement dated April 2:8, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 9
Gentlemen:
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Refer to Paragraph 7.3.2, Item i. Reinstate this item of Work
which consists of resilient flooring, base and accessories
(Addendum No. 4, Item Nos. 11 and 12).
Accordingly, the Contract will be INCREASED by $14,450.00
Original CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476„370.00
Change
Order
No.
1 . .
. . . . . . . . . . . . . .
12„968.00
Change
Order
No.
2 . .
. . . . . . . . . . . . . .
28„297.00
Change
Order
No.
3 . .
. . . . . . a . a . . . . .
600„293.00
Change
Order
No.
4 . .
. . . . . . . . . . . . . .
151„000.00
Change
Order
No.
5
. . . . .
73„089.00
Change
Order
No.
6
19„781.00
Change
Order
No.
7
488„256.00
Change
Order
No.
8 . .
.
28„500.00
Change
per this
CHANGE
ORDER $
14„450.00
Adjusted CONTRACT SUM . . . . . . . . a a a . . . . $ 6,893„004.00
MM
MG
Change Order No. 9
May 24, 199I
Page twa
The Contract Time WILL NOT BE CHANGED by the work to be done under this
Change Order.
RECOMMENDED:
ACCEPTED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A. CARSON & ASSOCIATES
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
Distribution:
By �+-►�—�,
CITY OF FAYETTEVILLE, ARKANSAS
Owner 14 - University of Arkansas
3 - City of Fayetteville, Arkansas
I - Arts Center Council
Architect 1
Contractor 1
MM
MG
• 0
r
7 (}
ti ,
• Mott Mobley McGowan & Griffin, P.A.: Architects
3;7 No -'h Sixt' S:Iee! F:r: C-
August 8, 1992
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 19
Gent.emen:
• You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Form and pour concrete inlet box on West Avenue (refer to
Detail 11 on Sheet A1.2.
2. Install internal insulation in the return air plenums for Air
Handling Unit No. 9 in order to allow installation of storage
facilities under the stairs.
3. ::stall additicnal steel angle structural bracing for the light
platforms on either side of the Auditorium.
Add horizontal blinds equal to those specified at Windows
SF -14, SF -15, and SF -16. Color shall be the same as selected
for other window openings.
5. Add 6"
roof
drain where directed.
Weld sleeve around gas
piping
and
vent sleeve to outside
of building in the area
between
the
Mechanical Room and the
Mechanical Yard.
6. Provide 120 -volt electrical power to the temperature contro.
panels in Rooms 104, 114, and 128, and install 30 amp, NF
• 480 -volt disconnect switch on air compressor in order to comply
with code requirements due to location of compressor.
7. Furnish the following sound system equipment in addition to
that Included in the contract:
MM
MG
•
•
Change Order No. 19
August 8, :992
Page two
Our Project No. 1369
Quantity
Manufacturer
Model No.
Description
10
Shure
SM-58
Microphone
(exchange)
2 Shure LS114/84 Wireless Lapel
Microphone System
1 Soundolier C803T87 Audience Listen
Through Speaker
Soundolier
T195-8
Speaker
Backbox
Soundolier
T720-8
Speaker
Baffle/Grill
Soundolier
AT -10
Volume
Control
Electro-Voice
635A
Listen
Through Mic
i Soundolier S501 -13C Microphone Outlet
Plate
University CRH-315 Mixer Input Card
8. Make the following changes to allow installation of a commer-
cial size clothes dryer:
a. Refer to Drawings P1.2 and Kitchen 124 Layout Addendum
Drawing dated 9/27/90. Connect new 3/4" gas service to 1"
gas pipe serving range and oven at Kitchen 124, extend west
above ceiling of Corridor 113 for 30 feet, plus or minus,
before dropping in chase common to Costume Storage/Shop
127. Offset within chase as required to rough -in and make
final connection to Owner furnished gas dryer located in
west corner of Costume Storage/Shop 127. Provide gas cock
and union at final connection to dryer. Provide and
install wall ventilation grilles of minimum 4" x 6" size at
floor and ceiling in chase wall accessible to Costume
Storage/Shop 127.
b. Refer to Drawing E1.4, Costume Storage Shop 127. Delete
the 10-3R receptacle and associated circuiting serving the
dryer. install duplex receptacle to serve gas dryer.
Circuit to "LP5"-10 with 3/Il0's, in 3/4" conduit.
MM
MG
C
I
Change Order No. 19
August 8, 1992
Page three
Our Project No. :369
c. Refer to Drawing E1.16, Panel Schedules. In Panel "LP5"
change Circuits 10, 12 circuit breakers from 30A/2P to two
(2) 20A/1P. Label Circuit 10 as "Dryer" and Circuit 12 as
"Spare".
9. Furnish and install marble window stools as directed by the
Owner's interior Designer.
10. Install chicken wire on interior side of metal studs inside the
return air chases on each side of the Auditorium to secure
insulation in place.
11. Install 1/4" thick gypsum board interior lining inside return
air chases on each side of the Auditorium.
12. Install Unistrut light support framework above the ceiling of
Studio B as detailed in Supplemental Drawings SD130a thru
SD130e.
13. Instal PVC sleeves for the irrigation system which will be
contracted separately. Sleeves are to be installed as detailed
on Landscape Drawing L6 as prepared for the landscape contract
being performed separately.
14. Install structural steel bracing to Head Beam in accordance
with Supplemental Drawing SD -132.
15. At Platform 208A and Vestibule 207B extend metal stud and
gypsum board behind AC panel to top of door frame 217 (which is
also the ceiling of Vestibule 2Q7B) to protect the fireproofing
on structural steel members.
16. Install concrete slab back to finish floor at electrical panel
in Stage area.
17. Install 1-1/4" x 1-1/4" steel tubes and 3" flat bar skirts at
Orchestra Pit in accordance with Owner's directions.
18. Revise the ceiling in Vestibule 109 to eliminate the sloped
ceiling as detailed and to substitute a leveal ceiling at
10'-4" above the elevation of the upper stair landing.
19. Remodel walls in manhole on West Avenue to accommodate flow
line of existing lines under West Avenue. Refer to Detail 9 on
Drawing A1.2.
MM
MG
t :
.
• Change Order No. 19
August 8, 1992 Our Project No. 1369
Page four
Accordingly, the contract will be INCREASED by $22,279.24.
0riginal CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476,370.00
Change Order Nos. 1 thru 18 2,523,464.49
Change per this CHANGE ORDER $ 22,279.24
Adjusted CONTRACT SUM . . $ 8,022,113.73
The Contract Time WILL NOT BE CHANGED by work done under this Change
Order.
RECOMMENDED: ACCEPTED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A. CARSON & ASSOCIATES
By \ 1 ___ By -
FINANCIAL RESPONS_BILITY:
• Financial responsibility for the cost of this Change Order is that of
the Arts Center Council. Payment will be made from the capital account
which consists of private contributions.
ams, res t
'JofA/City of Fayetteville Arts Center Council
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
By
Distribution:
Ow^er
Architect
Contractor
CITY OF FAYETTEVILLE, ARKANSAS
' I
By `�
14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
1
1
MM
MG
• I . I.
• Pt
# 1369 Walton Arts Center
MM
`1•f I T Y., _ „ _
Mott Mobley McGowan 8 Griffin, P.A.: Architects CA,C..LA-L^, U' - -- - - ,A -E 2 -
302 North Sixth Street Foil Smith. AR 72901-2C99
Telephone (501) 782-1051 Drawing SD- 1_ 30 a
o • ® ® d A O Ill�
6YP. 13D, I • c� ,{
T / ti Y 11♦I1r�/-_.��1 . P/dht(4
t7 / - '7 Lc4
* • I - -
•
_ p.
) A G/ __ . I
41. // • `�' @ fir. ® • •
/,,I
i
®`
\ TTX • 6 ICY • I. �� _. �/
/ N _
I / • /
fl_ ' X
- _
• o'
J
26
MM
Mott Mobley McGowan & Griffin, P.A.: Architects
302 North Sixth Street Fort Smith, AR 72901-2099
Telephone (501) 782-1051
wJ •I lz To er e
G s� 6v Wv)
�'LtA4. or Gli.41C' -
NI L 4IMUM 2& ell
p-Icno alJIb T /
GI44a►-I�L• (15k8 )C Ise
P1►JIt74-
6LJITol _fr t CC r.
•
r
,DB #1369 Walton Arts Center
SH(E: NO
CALCU,ATED BY
Of
CATF
Drawing SD- f 3a b
Mt
III& L.19
1cL-L - JOI11T5 kJ 44L-',
ct-i.I Wz o.T kocT; dkj t�
sgisLl, 4PMC e uv fl%
31.1CLeo LV/ Vb
Gt-I�.iJ OLO NITTkI &'
V I t E *l( spAa pew
GFI�.UfJ�u MUD WS" a4P-W5
AfJr7 JU-is VJ li-F P .4P1St
S IS
,pB # 1369 Walton Arts Center
pA MM
SNEE-NC --- _ OF ___
Mott Mobley McGowan & Griffin. P.A.: Architects CALCULATED 9". _ DATE 2 - 2491 2.
302 North Sixth Street Fort Smith. AR 72901.2099
Telephone (501) 782-1051 Drawing SD- 30
,_..
�ti h S 25 1O ('II —J
ei� 783 0 /� I
�
sib - - .
0x33 60 FA
W8 s BR / "./
C \
�000 h
25v
/4
1 kh
W10x3
N
,�o 00
3 T56x612 16 `� 1
51.21
-T.0.3.
TSx4x /16 / \
LIGH rs / X001 /� / 22 2
SEE ARCH.- / --
�L)
�8` \Vr TS4x4x 16 l -/
\ 1
f Yr10x33 rL� /
r
MM
Mott Mobley McGowan & Griffin, P.A : Architects
302 North Sixth Street Fort Smith, AR 72901-2099
Telephone (501) 782-1051
JOe #1369 Walton Arts Center
SHEET NO - _ OF �
CALCULATED DY_ _ DATE - 4`^
Drawing SD- I=
I I I, I I I
i I I
`' i I
I
1
K]
I
. A. .
MG
Mott Mobley McGowan & Griffin. P.A.: Architects
302 North Sixth Street Fort Smith. AR 72901-2099
Telephone (501) 782-1051 •
,OD # 1369 Walton Arts Center
SHFF' NO _ _ or n A q_
CALCU. ATED DY _ n•.r ( �2�'ir •M
Id
L
I I
I
w
MM
Mott Mobley McGowan & Griffin, P.A.: Architects
302 North Sixth Street Fort Smith, AR 72901-2099
Telephone (501) 782-1051
- _.;;J•.•.i iL'Ij:t, .i
• If;
3.
I 1
•
I •
I•
V
• • A
,CB #1369 Walton Arts Center
SHEENC __. ._. OF
CALCULATED 9Y DATE Ll •�
Drawing SD- 1_
S
Moll Mobley McGowan & Griffin, P.A.: Architects
.^. ii \I L.�.' S., • C^ree: ia S-' r' A Ms1^•oils 77;
March 23, 1992
Irwin Seating Company
3251 Fruit Ridge Road, N.W.
Grand Rapids, Michigan 49504
Gentlemen:
Our Project No. 1369E
Re: Agreement dated September 23, 1991
Theatre Seating for
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 City of Fayetteville and
the University of Arkansas:
In order to comply with ADA requirements regarding total number
of handicapped seats, add twenty (20) moveable seat bases to
the original bid quantity.
2. Reduce the number of seats on the main floor by two (2) from
the original bid quantity.
3. Provide
eighty-two
(82)
additional arms
using the same wood
species
and finish.
Ship
loose to the Owner.
Accordingly, the contract will be INCREASED by $793.18.
Original CONTRACT SUM . . . . . . . . . . . . . . . . S 210,699.72
Change per this CHANGE ORDER . . . . . . . . . . . . 793.8
Adji:sted CONTRACT SUM . . . . . . . a a . . . . . . . S 211,492.90
The Contract Time WILL NOT BE CHANGED by work done under this Change
Order.
MM
MG
I 0.
Change Order No. 1
March 23, 1992
Page two
RECOMMENDED:
MCTT MOBLEY McGOWAN , GRIFFIN, P.A.
ACCEPTED:
IRWIN SEATING COMPANY
By B9 / '4t :-..4 ri Zl,C
f
FINANCIAL RESPONSIBILITY:
F.nancial responsibility for the cost of this Change Order is that of
the Arts Center Council. Payment will be made from the capital account
which consists of private contributions.
Dale:
Bvc_./iL_
Sonja De � r, President
UofA/Citye
of Fayetteville Arts Center Council
A?PROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARRANSAS
Distribution:
Vice Cttncrf'or for Fi -r L.
CITY OF FAYETTEVILLE, ARKANSAS
I.
Owner 14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
Architect 1
Contractor 1
APPROwu
7rric- OF r*citrn PtANNN�NO AND CON$TRUCnom
UNrvERS6 OF ARI TSA^u
SY:
DAT?' t .'
I.
MM
MG
.
.
Mott Mobley McGowan & Griffin, P.A.: Architects
302 North Sixth Street Fori Smith. Aransas 72901
Te•ephc-e (501) 782-351
November 18, 1991
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Gentlemen:
F EB 2 6199
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER N0. 15
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Install two key lockboxes on the exterior of the building, cut
into the brick walls, at those doors so designated (one :.ear
Dickson Street and one close to the stage door) by the Fire
Marshall, City of Fayetteville. Order forms for the lockboxes
will be provided by the Fire Marshall. Connect the tamper
switch on each of the lockboxes to the building security system
in accordance with Drawing SD -116c (revised).
2. Install one Bradley No. 6542 soap dispenser and one Bradley No.
250-15 towel dispenser in Dressing 121 where directed by the
Architect.
Accordingly, the contract will be INCREASED by $2,582.00
Original CONTRACT SUM $ 5,476,370.00
Change Order Nos. I thru 14 2,319,137.24
Change per this CHANGE ORDER $ 2,582.00
Adjusted CONTRACT SUM $ ,7,798,089.24
The Contract Time WILL NOT BE CHANGED by work done under this Change
Order and Substantial Completion shall be achieved not later than 608
consecutive calendar days after the date of commencement.
I
V.
MM
MG
I.
.
Change Order No. 15
November 18, 1991
Page two
RECOMMENDED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A.
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
Bfl
Distribution:
Architect
Contractor
IjfL
Date:
ACCEPTED:
CARSON & ASSOCIATES
By
CITY OF FAYETTEVILLE, ARKANSAS
By
APPROVED
14 - University of Arkansas
3 - City of Fayetteville,
I - Arts Center Council
1
Vice Chance'br (or Finarce cnd Administration
APPROVED;
OFFICE OF FACILITIES PLANNING AND CONSTRUCTION
UNIVERSITY OF ARKANSAS
IY:
r
DATE
DATE . J.I3iY?.'...........
Arkansas
AZ SLANT
APPROVED
S;
DI
MM
Mr
Mott Mobley McGowan & Griffin, P.A.: Architects
302 Noith S' II Sreet Fo•: Sni n A -Kansas 72901
Telephone (501: ?S2 -`9S1
May 24, 1991
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Gentlemen:
Our Project No. 1369
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 10
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Refer to Addendum No. 6 dated May 24, 1991. Add a digital
computer workstation as a front end for the automatic
temperature control and energy management system as described
In the Addendum.
Accordingly, the Contract will be INCREASED by 516,162.00
Original CONTRACT SUN . . . . . . . . . . . . . . . . $ 5,476,370.00
Change
Order
No.
1 .
. .
12,968.00
Change
Order
No.
2 .
.
28,297.00
Change
Order
No.
3 .
. .
600,293.00
Change
Order
No.
4 .
. .
151,000.00
Change
Order
No.
5 .
. . .
73,089.00
Change
Order
No.
6 .
. . .
19,781.00
Change
Order
No.
7 .
. . .
488,256.00
Change
Order
No.
8 .
. . .
28,500.00
Change
Order
No.
9 .
. . .
14,450.00
Change
per this
CHANGE
ORDER . . . . . . . . . . . $
16.162.00
Adjusted CONTRACT SUM . . . . . . . . . . . . . . . $ 6,909,166.00
MM
MG
n
1 rnJ^- I�
Change Order No. 10
C• 11.S�? ti.l..........
May 24, 1991�� ••••••
Page two....PLANT
Lh1 . •Y...,9L
The Contract Time WILL NOT BE CHANGED by the work to be done under this
Change Order.
RECOMMENDED: ACCEPTED:
MOTT MOBLEY McGOWAN S GRIFFIN, P.A. CARSON 6 ASSOCIATES
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
Byi
i
Distribution:
Owner
Architect
Contractor
Date:
CIIY OF FAYETTEVILLE, ARKANSAS
I.
14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
1
1 APPROVED:
;
Vic; Ctcrou s„—
�,:.. at;ca
OFFICE OF FACILITIES PLANNING AND CONSTRUCTION
UNIVERSITY OF AR NSAS
BY: 4 /w/� 1m
DATE:
APPROVED
SEP 1 81991
say C RU F
MM
Mn
: Addenddm No.: 6
Page 1 of 5
PROJECT N0. 1369
WALTON ARTS CENTER
FAYETTEVILLE, ARKANSAS
MAY 24, 1991
Mott Mobley McGowan & Griffin, P.A.
Fort Smith, Arkansas
Addendum No. 6 to the Drawings and Specifications.
The following Addendum shall be incorporated in the Drawings and Speci-
fications which are a part of the Contract Documents and shall super-
sede anything contained therein with which it may conflict.
Item
No.
1.
Specification
Section 15950.
Add the following require-
ments
to
this
Section
of Specifications:
a. Energy Management Digital Work Station:
Furnish and install a digital computer work station equal to
Johnson Metasys Companion with CRI, keyboard and printer. Provide two
(2) modems for telephone connection (less telephone line costs) and two
(2) DD interfaces to Metasys controllers. Pricing shall include a
dedicated 120/1/60 circuit to a receptacle in the Mechanical Room at
the installed location of the digital workstation. The work shall
include installation of all hardware, programming, and technical
check-out of 108 points and connection to the Auditorium air handling
unit to provide two -speed control based on an occupied/unoccupied cycle
and a zero to five -hour over -ride program of optimal start time and
automatic shut down of the air handling unit.
b. Dial -Up Communications:
(1) Auto-dial/auto-answer communications shall be provided to
allow computer to communicate with remote operator terminals on an
occasional basis via telephone lines.
(2) Dial -Up Computer: Auto -dial in the computer shall auto-
matically place calls to remote terminals to report critical alarms.
(a) Computer shall analyze and prioritize all alarms to
minimize the'lnitiation of calls. Non -critical alarms shall be buffer-
ed in memory and reported as a group of alarms, or until an operator
manually requests an upload of all alarms.
(b) The auto -dial program shall include provisions for
handling busy signals, "no -answers", and Incomplete data transfers.
Default devices shall be called when communications cannot be estab-
lished with primary devices.
-1369-
Addendum No. 6
Page 2 of 5
(3) Modem Characteristics: Dial -up communications shall make
use of Haves compatible 1200 or 2400 baud modems and voice grade
telephone lines. Each Digital Panel shall have its own modem for
remote monitoring or diagnostics purposes.
c. Personal Computer:
(1) General: Computer shall be microprocessor -based, multi-
tasking, multi-user, digital control processors. Computer shall be
equal to a Model 810 PC, Model 51100, black and white CRI and a Model
510 printer.
(2) Memory: Computer shall have sufficient memory to support
its own operating system and data bases including:
* Control processes
* Energy management applications
* Alarm management
Trend data
Maintenance support applications
* Operator 1/0
* Dial -up communications
* Manual override monitoring
(3) Expandability: The system shall be modular in nature, and
shall permit easy expansion through the addition of field controllers,
sensors, and actuators.
(4) Serial Communication Ports: Computer shall provide at
least two RS -232C serial data communication ports for simultaneous
operation of multiple operator 1/0 devices, such as laptop computers,
personal computers, and video display terminals.
(5) Hardware Override Monitoring: Computer shall monitor the
status of all overrides, and include this information in logs and
summaries to inform the operator that automatic control has been
inhibited.
(6) Integrated On -Line Diagnostics: Each computer shall
continuously perform self -diagnostics, communication diagnosis, and
diagnosis of all subsidiary equipment. Digital panels shall provide
both local and remote annunciation of any detected component failures,
or repeated failure to establish communication. Indication of the
diagnostic results shall be provided at each computer.
(7) Surge and Transient Protection: Isolation shall be
provided at all network terminations, as well as all field point
terminations, to suppress induced voltage transients consistent with
IEEE Standard 587-1980. Isolation levels shall be sufficiently high as
to allow all signal wiring to be run in the same conduit as high
voltage wiring where acceptacle by electrical code.
-1369-
Addendgm No.. 6
Page 3'of 5
(8) Powerfail Restart:
(a) In the event of the loss of normal power, there shall
be an orderly shutdown of the computer to prevent the loss of data base
or operating system software. Non-volatile memory shall be incorpor-
ated for all critical controller configuration data, and battery backup
shall be provided to support the real-time clock and all volatile
memory for a minimum of 72 hours.
(b) Upon restoration of normal power, the computer shall
automatically resume full operation without manual intervention.
(c) Should computer memory be lost for any reason, the
user shall have the capability of reloading the computer via the local
RS -232C port, or telephone line dial -in.
d. System Software Features:
(1) General:
(a) All necessary software to form a complete operating
system, as described in this Specification, shall be provided.
(b) The software programs specified in this Section shall
be provided as an integral part of the computer, and shall not be
dependent upon any higher level computer for execution.
(2) Control Software Description:
(a) Equipment Cycling Protection: Control software shall
include a provision for limiting the number of times eact piece of
equipment may be cycled within any one -hour period.
(b) Heavy Equipment Delays: The system shall provide
protection against excessive demand situations during start-up periods
by automatically introducing time delays between successive start
commands to heavy electrical loads.
(c) Energy Management Applications: Computer shall have
the ability to perform all of the following energy management routines:
* Time of day scheduling
* Calendar based scheduling
* Holiday scheduling
* Optimal start
* Optimal stop
* Heating/cooling interlock
-1369-
Addendum No. 6
Page 4of 5
(d) All programs shall be executed automatically without
the need for operator intervention, and shall be flexible enough to
allow user customization. Programs shall be applied to building
equipment described in the sequence of operation portion of this
Specification.
(e) Programming Capability: Computer shall be able to
execute configured processes defined by the user to automatically
perform calculations and control routines.
Process Inputs and Variables: It shall be possible
to use any of the following in a configured process:
* Any system —measured point data or status
* Any calculated data
* Any results from other processes
* Boolean logic operators (and, or)
Process Triggers: Configured processes may be
triggered based on any combination of the following:
* Time of day
* Calendar dare
* Other processes
* Events (e.g., point alarms)
Data Access: A singe process shall be able to
incorporate measured or calculated data from any and all other ASC's.
In addition, a single process shall be able to issue
commands to points in any and all other ASC's on the local network.
(f) Alarm Management: Alarm management shall be provided
to monitor, buffer, and direct alarm reports to operator devices and
memory files. Each computer shall perform distributed, independent
alarm analysis and filtering to minimize operator interruptions due to
non —critical alarms, minimize network traffic, and prevent alarms from
being lost. At no time shall the computer's ability to report alarms
be affected by either operator activity at the local I/O device, or
communications with other ASC's on the network.
Point Change Report Description: All alarm or point
change reports shall include the point's English lanuage description,
and the time and dare of occurrence.
Prioritizing: The user
specific system reaction for each point.
to minimize nuisance reporting and to
critical alarms. A minimum of three prior
Users shall have the ability to manually
shall be able to define the
Alarms shall be prioritized
speed operator response tc
ity levels shat: be provided.
inhibit alarm reporting for
-1369-
Addendcm No. 6
Page 5 of 5
each point. The user shall also be able to define conditions under
which point changes need to be acknowledged by an operator, and/or
logged for analysis at a later date.
Report Routing: Alarm reports and messages shall be
directed to an operator device.
Alarm Messages: In addition to the point's descrip-
tor and the time and date, the user shall be able to print, display or
store a 60 -character alarm message to more fully describe the alarm
condition or direct operator response. Each computer shall be capable
of storing a library of at least 100 Alarm Messages. Each message may
be assignable to any number of points in the panel.
Auto -Dial Alarm Management: In dial -up applications,
only critical alarms shall initiate a call to a remote operator device.
In all other cases, call activity shall be minimized by time -stamping
and saving reports until a manual request is received, or until the
buffer space is full. The alarm buffer must store a minimum of 50
alarms.
(g) Trend Analysis: A data collection utility shall be
provided to automatically sample, store, and display system data.
Measured and calculated analog and binary data shall be assignable to
user -definable trends for the purpose of collecting operator -specified
performance data over extended periods of time. Sample intervals of 1
minute to 24 hours, in one -minute or one -hour intervals, shall be
provided. Each computer shall have a dedicated buffer for trend data,
and shall be capable of storing 16 trend logs. Each trend log shall
have up to four points trended at 48 data samples each. Data shall be
stored at the computer, and uploaded to floppy disk storage when
archival is desired.
(h) Runtime Totalization: Computer shall automatically
accumulate and store runtime hours for binary input and output points
specified in the "Execution" portion of this Specification. The
totalization routine shall have a sampling resolution of one minute.
The user shall have the ability to define a warning limit for runtime
totalization. Unique, user -specified messages shall be generated when
the limit is reached.
-1369-
e
Mott Mobley McGowan & Griffin. P.A.: Architects
302 v:n^ S rth SI•eee.• S•." A•..,•5. >ZaI
Tie, fr .' (. I.: I)
July 2, 1991 Our Project No. 1369
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Re: Agreement dated April 28, 199C
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 12
Gentlemen:
You are hereby
authorized
tc make the following
changes
in the
Work
included In the
referenced
Agreement with the City
of Fayetteville
and
the University of
Arkansas:
1. Refer to
Paragrap':
7.3.2, Item b. Reinstate
this
item of
Work
which is
Allowance
Nc. 2 and provides the
amount of
$41,OCO
for
the purchase and installation of carpet
(Addendum
No. 4,
:tem
No. 2).
2. Refer to Paragrapi: 7.3.2, Item c. Reinstate this item of Work
which Is Allowance No. 3 and provides the amount of $19,000 for
the desgn, purchase and installation of interior signs, exter—
ior signs, applied letters and plaques $9,000 (Addendum No. 4,
Item No. 3).
3. Reduce the total volume of drilled pier work by 78.33 cubic
yards as determined by actual conditions in the field as shown
on the pier drilling logs maintained by Spencer -White Engineer-
ing. The unit price for dr'.11ed pier of $19.00 per cubic yard
as found in the contract when applied to the reduction in
volume results in a cred'_t of $1,488.27.
4. Provide compensation for 2C9 probe holes In the bottoms of
drilled piers as specified and as verified by the pier drilling
logs maintained by Spencer -White Engineering. The unit price
for test probes as found in the contract when applied tc the
number of probes results in a cost of $10,450.00.
MM
MG
Change Order No. 12
July 2, 1991
Page two
5. Refer to
Drawing
Details l/A4.3, 2/A4.10,
3a/A4.10 and
3b/A4.10.
Extend
reinforced concrete to the
top of wall,
Elevation
51.50, in
lieu of the concrete masonry
units.
6. Add the following structural steel support beams:
a. W10 x 3C x 10'-11.25" on Grid Line D between 19 and 21,
Elevation 51'-8".
b. W12 x 30
x
17'-10.5"
on Grid Line N between 12 and 40,
Elevation
79'-4".
c. W15 x 31 x 21'-10.5" between Grid Line F: and JJ.
d. W18 x 35 x 17'-10.5" on Grid Line N between 17 and 35 at
the Auditorium rod.
7. Add two (2) WIO x 17 beams with connection plates and angles in
accordance with the attached revision drawings SD -104a,
SD -104b, and SD -104c. Add two (2) TS 4 x 4 x 1/4" tubes at
ledger angles.
8. Furnish and
install additional
support
angles framed between
members shcwn
on drawings to
support
architectural precast
concrete.
Accordingly, the contract w_ll be INCREASED by $83,270.73.
Original CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476,370.00
Change Order Nos. 1 thru 11 . . . . . . . . . . . . 1,789,378.00
Change per this CHANGE OR➢ER . . . . . . . . . . . $ 83,270.73
Adjusted CONTRACT SUM . . . . . . . . . . . . . . . $ 7,349,418.70
MM
MG
Change Order Nc. 12
July 2, 1991
Page three
The Contract Time WILL NOT BE CHANGED by the work to be done under this
Change Order.
RECOMMENDED:
ACCEPTED:
MOTT MOBLEY McCOWAN 6 GRIFFIN, P.A. CARSON & ASSOCIATES
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
By
O1s:r'_but'.on:
CITY OF FAYETTEVILLE, ARKANSAS
By tJ7J
Owner 14 - Jniversity of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
Architect 1
Contractor 1
k P�.^,VED��—
CI TE....`1.
x.9.1........
UA[ rr, YSICa.L PLANT
APPROVED
OFFICE OF FACILITIES PLANNING AND CONSTRUCTION
UNIVERS, OF ARI(LLA OoAS
// j
Na
DATE. I
MM
MG
Date:
APPROVED
SBS
By�,�
Mott Mobley
McGowan
& Griffin, P.A.:
Architects
302 Nortr S xth
Street
ForS^ to
Afkansas 7290'
Te'eorore 'SC'
'82-' a°+
January 17, 1992 Our Project No. :369
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
Re: Agreement dated April 28, 1990
Walton Arts Center
Fayetteville, Arkansas
CHANGE ORDER NO. 17
Gentlemen:
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Add thirty (30) metal lockers in Corridor 113A where indicated
on the floor plan by a note which says "Lockers (30) N.I.C.".
Lockers shall be single row, double tier, closed base, sloped
top, with fillers and numbers plates. The style shall be the
same as those already in the contract except that they shall be
double tier. The metal locker color shall be Coral Rose #03.
2. In the following locations paint the suspended metal ceiling
grid and the acoustical ceiling boards using a latex dry fog
paint equal to Pittsburgh Speedhide Latex Dry Fog Spray Paint:
Gallery 107
Studio B 134
Lobby 101 - the 13'-0" high ceiling
Vestibule lOlA - the 9'-0" high ceiling
Vestibule :O1C - the 9'-0" high ceiling
3. Install a continuous 3/16" steel plate between the flanges of
beams along grid lines 1 and 26, with continuous butt weld, to
support precast concrete as indicated on Supplemental Drawing
SD -12O, attached.
4. Install curtains in Studio B with the following requirements:
a. The curtain shall be fabricated using 20 oz. velour
fabric, #1056 Delft Blue. Curtains shall be unlined. Provide
pockets and chain.
MM
MG
Change Order No. 17
January 17, 1992
Page two
b. Curtains
as prepared by
curtain system
cords.
shall be as shown on the attached Drawing SK -3
Georg Andersen Associates except that the
shall be a walk -along system with no draw
c. The curtain shall be coordinated with the drapery track
currently included in the contract.
5. Install tile flooring in Gallery 107 in lieu of the carpet
called for, and tile borders in the Main Lobby in conjunction
with carpet, as indicated on Drawing FC-1 as prepared by Georg
Andersen Associates. The tile is to be Buchtal Atlantis 11,
porcelain ceramic tile in both polished and matte finish,
11-7/8" x 11-7/8" x 5/16" thick. Tile is to be installed using
thin -set mortar as recommended by the manufacturer.
6. Change the lay -in ceiling material in the following locations
from that specified to one of the same design, but having one
of the manufacturer's standard colors - Adobe. The color of
the suspended grid system shall be changed from white to a
color matching the color of the ceiling board.
Vestibule 100A
Vestibule 100E
Corridor 101E
Corridor 101D
Lobby 101E
Stair No. 1
Stair No. 2
All balcony level lay -in ceiling board and grid material
7. Increase the amount of Allowance No. 2 (Carpet) by $19,643.00
to provide for the following carpet installation:
a. -Install by the direct gluedown method, per manufac-
turer's instructions, special design taupe/red/teal geometric
leaf design nylon cut pile carpet, #D2086, 35 oz., five colors
as selected by Georg Andersen Associates, Inc., in the follow-
ing rooms:
Lobby 101
Vestibule 101A
Corridor 101E
Vestibule 101C
Vestibule 131
Tickets 137
Balcony Lobby 200
Balcony 203
MM
MG
4.
Change Order No. 17
January 17, 1992
Page three
Corridor IOiD
Vestibule
203A
Lobby 101E
Vestibule
203B
Control Booth 103A
Vestibule
203E
Auditorium 105
Vestibule
203G
Vestibule 105A
Stair No.
1 (Level
1)
Vestibule 105B
Stair No.
2 (Level
1)
Tickets 108A
Stair No.
1 (Level
2)
Vestibule 109
Stair No.
2 (Level
2)
Vestibule 129A
b. Install by direct glue down method, per manufacturer's
instructions, Wellco Monogram, color selection by Georg
Andersen Associates, Inc., in the following rooms:
Office 108
Director's Office 108C
c. Furnish and deliver to the project site one (1) piece
of Wellco Monogram, 12 feet x 16 feet, with binding on all
sides.
d. Furnish and deliver to the project site six (6) pieces
of Wellco Monogram, 6 feet by 32 feet, binding on all sides.
8. Make
the following
changes
to the lighting system in Gallery
107:
a. Refer to Drawing E1.1 - Gallery 107:
(1) Delete Type "N" light fixtures and add Type "P"
track lighting as shown on Supplemental Drawing SD -125, Revised
Gallery 107 Lighting Plan, which is attached. Circuiting to
the Gallery Dimmer Board shall be changed as shown on the
revised plan and as noted in the revised Gallery Dimmer
Schedule which is included herein.
b. Refer to Drawing E1.11 - Gallery Dimmer Schedule:
(1) The Gallery Dimmer Schedule shall be changed as
follows:
MM
MG
•
Change Order No. 17
January 17, 1992
Page four
ZONE B DESCRIPTION
DIMMER MODULE LOAD CIRCUIT
I
Left/Ctr,
Track Lighting
"A"
2000/3-20A/1P
1500W
"GDB"-1
2
Left/Ctr,
Track Lighting
"B"
150OW
"GDB"-3
3
Left/Ctr,
Track Lighting
"C"
1500W
"GDB"-5
4
Right/Ctr,
Track Lighting
"A"
2000/3-20A/1P
150OW
"GDB"-7
5
Right/Ctr,
Track Lighting
"B"
1500W
"GDB"-9
6
Right/Ctr,
Track Lighting
"C"
150OW
"GDB"-11
7
Center Track
Lighting "A"
2000/3-20A/1P
1500W
"GDB"-2
8
Center Track
Lighting "B"
150OW
"GDB"-4
9
Center Track Lighting "C"
150OW
"GDB"-6
10 Left Center Lights
11 Right Center Lights
12 Front Lights
2000/3-20A/IP 150OW "GDB"-8
1500W "GDB"-l0
150OW "GDB"-12
9. Make the following changes to the blinds called for in Specifi-
cation Section 12500, Window Treatment:
a. Change the specified vertical blinds to horizontal
aluminum blinds, Ball Classic, 1" wide, color to be Indian
Bronze. In making this change the following items are to be
taken into consideration:
(1) The bottom of the blinds at Windows SF -12 and
SF -13 shall only extend down to the sill of the upper section,
not all the way to the floor.
(2) The blinds at Windows SF -12 and SF -13 are too wide
to be fabricated in a single section. These blinds are to be
fabricated and installed in three sections, each covering two
window lites.
b. Install Bali Classic blinds, Indian Bronze color, in
Windows SF -14, SF -15, SF -16, and SF -17. These blinds shall
extend only from the second level ceiling down to the second
horizontal aluminum section of the storefront material.
Accordingly, the contract will be INCREASED by $79,702.00
MM
MG
I
Change Order No. 17
January 17, 1992
Page five
Original CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476,370.00
Change Order Nos. 1 thru 16 . . . . . . . . . . . . 2,339,210.24
Change per this CHANGE ORDER . . . . . . . . . . . $ 79,702.00
Adjusted CONTRACT SUM . . . . . . . . . . . . . . . S 7,895,282.24
The Contract Time WILL NOT BE CHANGED by work done under this Change
Order.
RECOMMENDED: ACCEPTED:
MOTT MOBLEY McGOWAN & GRIFFIN, P.A. CARSON & ASSOCIATES
FINANCIAL RESPONSIBILITY:
Financial responsibility for the cost of this Change Order Is that of
the Arts Center Council. Payment will be made from the capital account
which consists of private contributions.
Sonja Decker, President
UofA/City of Fayetteville Arts Center Council
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
By
Cistribution:
Owner
Architect
Contractor
MM
MG
CITY OF FAYETTEVILLE, ARKANSAS
14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
1
1
4S S
ON
D
u`
0
t
r
r
GEORG
ANDERSEN
ASSOCIATES,
INC.
222 IN,JSTR AL
B, D..
CCNWAY, ARKANSAS
72032
50:/327.7777
WALTOk ATS�&HTe -
ti
JOe # 1369 Walton Arts Center
MM
MG SHEET NO - - OF
Mott Mobley McGowan & Griffin, P.A.: Architects CALCULATED BY DATE __________________
302 302 North Sixth Street Fort Smith. AR 72901.2099
Telephone (501) 782-1051 Drawing SD- 12r'S'
no for (`ant_ e eGr ,]Gk�l:i.. o,Js OiOr4
��kkTREz -kl - - _
½.
-
VrJ
a
I,
.
Legend
-
p C
..
- cti
_s - �''A c
a_�_
s_ '
.
:': .eke .4_:•E
tkJ
_-a
I
GEORG
ANDERSEN
ASSOCIATES,
INC
222 INDUSTRIAL
BLVD..
CONWAY, ARKANSAS
72032
501
/327-7-
AMC
WALTON ARTS C9Rt
FayettevilS, AR
•CAL[. DS'[ 2i c+ci� o[ r. +.
:overing Plan - West
OOMIA[ Qn SMALL V(OM7 *40 eWEOt Ma. mr1
f
i' L,17
'4
Floc
Floor Covering Plan - East
e3.
0.
, Zi
A
Floor Covering Plan - Eas
1
aV c �E4I. :Uh%
S:er E 4e s
Eae"e. e
°aY"tx 2r -s
pgr
a
Ee-:ry e
S. a Dwer
°aye"e+•e
flare- Debts
Be•a Ys:a
at :aew:x
'areere
: 4tew GCR
'are::eY .e
Ja'es s: eat
'3reuue. "e
Be -a -d Mad Sr
•
E.,eea Sc, ngs
Ca-, °,•e9
Bea rs:a
a:- °agscae
�are'a' e
»ene°'e
a Ease s
°cge's
e• S
Be -n e
•e Qc S'a•'
'ayeae. e
'.axy .a-;:JCe
a Qv
re dares
.ee a a -a
'3re^e. e
:a Nay
s:: 'gaa e
t.-
° w a— u•re
I L
February 8, 1992
Mr. Jerry Cooper
City of Fayetteville
113 W. Mountain St.
Fayetteville, AR 72701
RE: CHANGE ORDER NUMBER 17
WALTON ARTS CENTER
Dear Jerry:
Northwest ArkansasCenter For The Arts
" C 3cx :j47 V I
'aye"ev!ie. Arkansas-2''p't
3uslr'ess' 501443-926
FAX:
[I6. SV LWY -V�
Attached please find twenty (20) originals of Change Order No. 17 for the Walton
Arts Center Project. This change order reinstate the following items:
Change Order No. 17 - Reinstates the $79,702.00
Lockers in Corridor 113A, paint
ceiling & grids, curtain in Studio 'B''
Misc. steel, floor tile in gallery,
increase carpet allowance, upgrade ceilings,
upgrade lighting in Gallery, horizontal blinds
Private Fund Account
The Arts Center Council has approved adding these change orders at this time.
These will require the City Manager's signature only for approval along with the
University of Arkansas' review approval.
If you have any questions, please call.
Sincerely,
Bob H. Kelly, ALA
Construction Manager
cc: Ron Cox, U of A
RECSr.�p��w A�
0
Mott Mobley McGowan & Griffin, P.A.: Architects
3:2 Noah S x!^ S..ee. Fo.. 5.-. to Atkareas 'I(P,'
January 25, 1992
Mr. Bob Kelly, AIA
Project Manager
CofA/Fayetteville Arts Center Council
P.O. Box 3547
Fayetteville, AR 72702
Re: Project No. 1369
Walton Arts Center
Fayetteville, Arkansas
Dear Bob:
Enclosed are twenty (20) copies of Change Order No. 17 which have been
signed by us and by the Contractor.
If you find it to be acceptable please process it as quickly as
possible. When all approvals and signatures have been received a copy
should be forwarded to us and to the Contractor for our records.
Since this change order will be paid for out of private funds please
send a photocopy to Carson Harris as soon as it has been signed by
Sonja Decker. Because he has been unable to get paid on account of
work done on Change Order No. 13, partly due to the fact of its slow
p-ocessing, he's understandably reluctant to do work under this change
order until he has some assurance that he'll be paid on a timely
basis.
Sincerely,
MOTT MOBLEY McGOWAN & GRIFFIN, P.A.
John K. Mott, FAIA
m
pc: Mr. Carson Harris
MM
MG
•z
Mott Mobley
McGowan
& Griffin, P.A.:
Architects
3C2 Not Ih S zt"
S'reet
F o•t S'rllh.
A tarisa<
'29('
1 e'ePhone 15O
1782105'
ray
(SC
1,'37 hC 19
June 16, 1993
Carson & Associates
1310 West 14th Street
Little Rock, Arkansas 72202
GentIemen:
v/A: Tot•]
Our ?roject No. :369
Re: Agreement dated April 28, 1990
Walton Arts Centet
Fayetteville, Arkansas
CHANGE ORDER NO. 20
You are hereby authorized to make the following changes in the Work
included in the referenced Agreement with the City of Fayetteville and
the University of Arkansas:
1. Make changes in the sprinkler system piping in the Stagehouse
above the upper grid in order to accommodate structural steel
system.
2. Add electric power for the power operated bleachet seating in
Studio A and provide a junction box for tying power into the
bleacher seating system where directed by the seating system.
manufact,rrer.
3. Install
an
electrical receptacle
in the Stage
Marager Parel as
directed
by
the Owner.
4• Run. empty 3/4" eiectrica. conduit from the fly bridge to the
north end of the catwalk over the main stage for use by the
sound system installer.
5. Provide the electrical relay and make connections for the high
water light in the sump pump as required for connection to the
Owner -provided security system being installed under separate
contract.
6. Make changes
to electrical
junction boxes
in Room 125,
where
directed by
the Owner,
as required by
the sound
system
installation.
MM
MG
Change- ),-der No. 20
June 16, 1993 Our Project No. 1369
Page two
7. Install an EM recptacle for telephone connection in Rcom 108B
as directed by Owner.
8. Change the electrical circuit for the ice machine from 120 -volt
as shown on the Drawings to 240 -volt to accommodate the
Ownet-provided equipment.
9. In the main. Lobby, install brass strips at the exposed edges of
tile pavers after having first fully grouted the edges of the
tile. Credit the contract with the cost of carpet cleaning in
conjunction with this work.
10. Reimburse the cost of utilities used for temporary heating and
lighting during the contract extension period of November :,
1991, to February 1, 1992, in accordance with the provisions of
the contract. Utility cost is on the basis of actual utility
usage and is only for utilities used during the period of
contract extension, not for the period following February 1,
1992, when temporary utilities were continued in use.
1. Excavate and remove 3,500 cubic yards of earth material from
the project site, grading and compacting the area as called for
in the contract documents. Excavate 1,000 cubic yards of
excess earth material and reinstall as fill where called for in
the contract documents, bringing it to the required grade and
compacting in accordance with the contract documents. This
work was in the area excluded from work under the contract.
Work was done by the Contractor in order to expedite the
initial installation of structural concrete foundations.
12. Reimburse the Owner an amount equal to the cost of the items in
Paragraph Nos. i0 and 11 on account of brickwork which is
deemed to be unsatisfactory from the standpoint of appearance
which is related to uneven color and jointing, which credit
will be made to the contract amount.
MM
MG
G
Change Order No. 20
June 16, 1993
Page three
Our Project No. 1369
Accordingly, the contract will be INCREASED by $4,895.10.
Original CONTRACT SUM . . . . . . . . . . . . . . . $ 5,476,370.00
Change Order Nos. I thru 19 . . . . . . . . . . . . 2,545,743.73
Change pet
this CHANGE ORDER .
. . . . . . . . . . S
4,895.10
Adjusted
CONTRACT SUM . . . . .
. . . . . . . . . . S
8,027,008.83
The Contract Time WILL NOT BE CHANGED by work done under this Change
Ot der.
RECOMMENDED:
ACCEPTED:
MUTT MOBLEY McGOWAN & GRIFFIN, P.A. CARSON & ASSOCIATES
fll
FINANCIA:. RESPONSIBILITY:
By C' �-
Financial responsibility for the cost of this Change Order is that of
the Arts Center Council. Payment will be made from the capital account
which consists of private contributions.
-8tetien E. Adams, President
UcfA/City of Fayetteville Arts Center Council
APPROVED:
BOARD OF TRUSTEES
UNIVERSITY OF ARKANSAS
Distribution:
CITY OF FAYETTEVILLE, ARKANSAS
By
Otter 14 - University of Arkansas
3 - City of Fayetteville, Arkansas
1 - Arts Center Council
Architect 1
Contractor 1
MM
MG