HomeMy WebLinkAbout13-82 RESOLUTION•
•
•
RESOLUTION NO. J3 -- vZ
•
•
•
A RESOLUTION AUTHORIZINGTHEMAYOR AND CITY CLERK
TO EXECUTE A CHANGE ORDER IN THE CITY'S CONTRACT
WITH PENDLETON ELECTRIC COMPANY DATED JUNE 8, 1981
FOR THE INSTALLATION OF A MEDIUM INTENSITY TAXI -WAY
LIGHTING SYSTEM.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized and
directed to execute Change Order No. 2 in the City's contract
with Pendleton Electric Company dated June 8, 1981, for the
installation of a medium intensity taxi -way lighting system
at Drake Field. A copy of the change order authorized for
execution hereby is attached hereto, marked Exhibit "A", and
made a part hereof.
PASSED AND APPROVED this / R ;ay of
APPROVED:
gatiqP507"&
MAYOR
;1i '
1 a -
s
r.
'ATTEST:��. f
•
CHANGE ORDER
PROJECT:
Grading and Lighting Improvements to
Drake Field, Fayetteville Municipal Airport
Fayetteville, Arkansas
•
Change Order No. 2
Contract Section II
Job No. 80-159
OWNER: DATE: January 12, 1982
City of Fayetteville Contract Date: June 8, 1981
P 0. Drawer F
Faeytteville, Arkansas 72702-F FAA ADAP Project No.: 6-05-0020-10
CONTRACTOR:
Pendleton Electric Company
109 Skyline Drive
Fayetteville, Arkansas 72701
PROJECT DESCRIPTION
Installation of a medium intensity taxiway lighting system.
CHANGES TO BE MADE
1. Item No. II -11. Reset Existing MIRL'S Lights. This item includes the
resetting of 30 MIRL'S Lights to conform with the revised grades along
the runway. Each light shall be reset for the unit price of $40.00.
2. Item.No:..1I-5.; Transformer Vault Equipment. This item includes the
revised location of the runway and taxiway lights control panel. The
control panel shall be moved from its presentlocation to a position
just above the main console in the Flight Service Station. The increase
in cost of this item will include the necessary conduit, wiring, and labor
to install the control panel to the revised location. The agreed price
for item II -5, Transformer Vault Equipment, will increase from the
original price of $6,050.00 to $6,250.00.
3. Item.No. II -12. New Electrical Service. This item includes the
installation of a 150 amp electrical service for the runway and
taxiway lighting systems. The underground wiring from the exist-
ing meter pole to the circuit breaker panelboard in the Flight
Service Station shall be copper conductors (2-#1/0 THW and 1-#3 THW)
in 2" PVC conduit. The agreed lump sum price for the New Electrical
Service is $1,675.00.
Page 1 of 3
EXHIBIra
N
CHANGE ORDER NO.
0 0 0
0 0 0
o 0 to
O O N.
N N tp
•
M
O 0 0 O
CO H O O
0
N Q 1- 0 O 10
I-1 M N O 10 N.
Ir 0 N N to
WF -0 •
CC N I -a t0 '-1
W !R
e
0 0 0 0
0 0 0 0
N rn 0 10
01 N n
O O 0
M O Cr)
424 t0
O N
J W 0 0 0
C I- 0 0 0
ZQI-_ 0
•-• S N 0 O 0 Z
CD •-. O N
•-1 1- 0 0 5 -
CC N N
O W t0 'p
i
O
0
N UJ C
I- 0 1- 0 0 0 O rd
= I- W U •-4 O 0 CO t
W - d' N Q K U
0 •-. CC CL 0 0 LO
w a I- V LO -tom 4 -
CC N W Z I- N tO 0
O .r ¢ CC 0 Iti
d' Q N 0 Z t0 '-1 4-1
CL Z = b4
O J Q c
IH J Q 0
W a- i E
co ...-r
Z W U
1--I 11
F— W Z W W 0 0 0 (0
4-)
U' GE J QU HI 0 0 0• .0
O
Z C1 .-I
J t] W Iul
� 1-0.1-I � Q' O_ O O. O F-
V
0 o J 1W- •O -•=.I- O
Z I- •-I 1- K O .-i t0
Q > W 0 0 Z .64
W Y 0
Z 1-
W
O >-
c
K . LL
0 0
W
I--4 E E
1- 0 N N
I -I Z CO
I- 2 a 0.
W E E
J J
•
o r1 N
O Z I-. N .--1
Iti 1 1 1
o I -I 16-4 1--I I --I I --I
I-
1 --
U W
Qt7
= N M
0
O 0 V
U
Original Contract Amount
Change Order No.
Change Order No. 2
0
0
v
N
N
•M
1/40
Revised Contract Amount
M
4-
0
N
N
m
ro
Ct.
•
•
THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL
CONTRACT STIPULATIONS AND COVENANTS.
ISSUED FOR REASONS INDICATED ABOVE:
ACCEPTED BY CITY OF FAYETTEVILLE:
ACCEPTED BY PENDLETON ELECTRIC CO.:
ACCEPTED BY FEDERAL AVIATION
ADMINISTRATION:
CONDITIONS OF SATISFACTION:
McCLELLAND CONSULTING ENGINEERS, INC.
1 -Da -/3 -8z
Signature
(K1. 7I lc/AOIV,4.
Title 0
/- li 3 a
Date
Title
1—/3-82_
Date
Chief, Airport/ District Office
This Change Order is considered satisfactory; federal participation in the
additional contract costs is subject to availability of federal funds as
stated in our letter to the sponsor dated January 25,1982.
Page 3 of 3