Loading...
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