Loading...
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