Loading...
HomeMy WebLinkAbout71-90 RESOLUTION• RESOLUTION NO. 7:-90 A RESOLUTION AUTHORIZING A CONTRACT BETWEEN THE CITY OF FAYETTEVILLE, ARKANSAS AND MOTOROLA C & E FOR THE WATER AND WASTEWATER TELEMETRY (SCADA) EQUIPMENT AND APPROVING AN BUDGET ADJUSTMENT IN THE AMOUNT OF $369,080. RE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract between the City of Fayetteville, Arkansas and Motorola C & E for water and wastewater telemetry (SCADA) equipment. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Board of Directors hereby approves the budget adjustment for the system in the amount $369,080.00. A copy of the budget adjustment authorized for execution, hereby is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 1st day of May , 1990. ATTEST: By APPROVED: i By: l Le "122,17. /11 7 .i Mayor • CITY OF FAYETTEVILLE, ARKANSAS IN -YEAR SUPPLEMENTAL BUDGET REQUEST 0I Z ACCOUNT INFORMATION REQUIRING BOARD APPROVAL DATE REQUESTED 0 1 to ri ✓ ' ACCOUNT TITLE Public Works DEPARTMENT Z o a ul C •- e �_ 0 CC O 0. BUDGET YEAR • N 0 N O U 0 •rl• l 00 u In In • N w U] Ulm men Z I I 4 it In In U JZ 1 1 ro ro F O O J ) z r- -1-% it O In in z C CO O O U O 00 U U0 arc 6 tri 0 0 00 r -I O r- 0 0 00 • L'1 C Mr I r -I to {n- yl U to N N • N ›•• 0 •d it 4 In • 4• -1 ▪ lI N • H -H --1 ai0 r fdd al o .CNC U lax ro [ U '0 • O N • ro +l •rl 'd it it N 0)a) 0) O -rn0 N d C E C W 04:=1 y C LL `-'• 1 A N N r-1-1 ,0 N .0 NI -I •r1 it y O W Cil en 11 N ° N 0." I 44 F3 MAIM Oil U N 0 w U Y W ZO N 4 it O 1-4 rn ¢ 4-PAi�) 0Id V N N 0 •rl 0 C N cn •C 0 -rl 4 Services Contract PROJECT OR ITEM DELETED ACCOUNT NUMBER N ° 2 540-570-5-315.00 F z 0 0 1 F, N N N A N it A ?i me) U) r�-r1 r{ IT 14 0 •rI C a 4-1 • r1 wo.04 N A ro o N O m4 -o? • rl N N 01 C f> N o 4) 44- 304-+N o ma°0) w rlN W H • k C U E 0 HI 0 N roil ul •'dA C +l N Oro �Nr N C O Ic en F -04)-0 r -r1 1 to 3 0 A ri •d co to- O o (n a>113 ! 0 A U ro Z N U J.I N O q N >1 N in - H A 0 C 44 c • lJ -rl•F A O N e it 10 14 AG Z C N U E 1-4 O itId O (0 '0 3 N N C A --1 N H• '0 rox en -el O U ro =7 A-0 N4-1 BUDGET OFFICE USE ONLY 4 -3 0 a 1. THIS day of May Party of the and CONIRALT Atzi tFNDIT CONTRACT »o AQRED EW, made and entered into this 24th 19gn, by and between the City of Fayetteville, Arkansas, First Part, acting through it's duly authorized representative, Motorola Communications & Electronics, Inc. 1301 E. Algonquin Pd. Schaumburg, IL 60:96 Party of the Second Parts 1N'INIESSETH: That for and in consideration of the peTnents to be wade as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials, and supplies rr Nixed to be furnished and to construct the improvements designated as Fayetteville Supervisory Control and Data Acauisition SCADA System Water and Wastewa`er Telemetry for the City of Fayetteville, Arkansas, in coact amordanoe with the Plans on file at the Office of the City Engineer, and Specifications, P-^pcsals, Stipulations, and Special Provisions attached hereto and made a pert hereof as fully as though copied herein, wader the direction of and to the en ire satisfaction of the Party of the First Part and is eacorder with the Isis of the State of Arkansas. 2. It is further agreed and understood by a^d bet+'een the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final ca enation for all work done under this agreement, the Unit Prices and/or Lip Sm Price named in * the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the tanner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work vithin the time specified in the Proposal. Time is expressly mode of the essence of this Contract If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a * Alternative "C" of the attached Motorola Proposal dated March 23, 19, is the :mutually agreed product and/or Service Contracted hereunder for the amount of $560,089.00. • • penalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid trader the Contract Drtensions of time may be granted with waiver of liquidated damages as provided for in the Specifications. 4. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the laws of the State of Arkansas, and for not less than one hundred (M00) percent of the amount of this Contract Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee -sntee the work against faulty workmanship or materials for a period of one (1) year after completion. The Surety on said Bond shall be a Surety Cccmny of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Arkansas 5. The Party of the second Part agrees also to carry Pubic Liability I:su..an,.e, Property Dame Insurance, and Workman's Compensation Insurance in amounts as required by these Specifications. IMNES'S at MVOS THIS 241-.h DAY OF WITSS \ 3 . . A n l --7m Corporate Seal (if any) CITY OF FAY FAYE TE% "lay TIT.F AMANS4S , 1990 By . /i thou Motorola Communications & E lectronics, Inc. Contrastar D enr�%= R. `/.:`.s (ViPresident KezteadTitler 1301 F. Algonquin Rd. Schaumburg, IL 6C196 Business Address By 1,\17314) "An Addendum to the Agreement effective May 24, 1990 is attached." MOTOROL A Commbnications and Electronics Inc. Addendum to Contract Agreement between Motorola Communications and Electronics, Inc. and City of Fayetteville, Arkansas This Addendum is in effect as of May 24, 1990 to modify and amplify the Contract Agreement. if any term or condition of this Addendum is in conflict with those of the Agreement, this Addendum shall prevail. Motorola Communications and Electronics, Inc. (•'MOTOROLA") and the City of Fayetteville ('PURCHASER") hereby agree to modify the Contract Agreement as follows: 1.) The word "incidental'' as it appears on the fifth line of the second paragraph on page 21 of the bid specification is to be omitted. ACCEI'1.1:D AND AGREED AS OF: ACCEPTED AND AGREED AS OF: MOTOROLA PURCHASER Motorola Communications & City of Fayetteville Electronics, In. By: 1 t'� By: Name: Terrance W1 Jaron Name: Title: Vice President and General Manager Title: National Markets Division Date: May 23 , 1990 Date: ( id_ 5 o '.Ul: ?�qm :A.'•li.; v'au- Ir ry • I.e.. • FROM ETC •ENGS-POLYSTRCTRS aMe • • MEI PROPOSAL 5.22.1990 12'36 P. 2 Place Schaumburg, I11. Date 23 March 1990 7 Proposal of -Motorola Communications and Electronics, Inc. T e corporation* organized and existing under the laws of the State of Illinois , and qualified to do business in the State of Arkansas; a Partnership* consisting of an Individual* trading es TO 7HE CITY OF FAYET7EYILLE. ARKANSAS: The bidder in compliance with your invitation for bids for the construction of Furnishing and Installing Supervisory Control System and Data Acquisition System Tor Water Network Waste Water Collection System, having examined the Plans and Specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and 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'egrees to commence work under this .ontract on a date to be specified in a written "Work Order" of the Engineer. and to fully complete the project within 230 _ consecutive calendar days. Bidder acknowledges receipt of the following addenda: Addendum 41 • Addendum 42 • • Fill out applicable blank 1 A • FROM ETC ENGS-POLYSTRCTRS • 5.22.1990 12136 I7NIT EBIE ticcajv..e. Project; Supervisory and Data Acquisition System m Estimated Quantity, Uni£s end Description 2. 1 Each SCADA Software Including Operating System and all the Utility Programs IIaLLEr ce Total F<FTI -floc TMctsAPV)CI r HVNDZea S,sty (Dollars) 1 Sa,5Go.oe 2. 1 Each Master station iWEalry.FOUR Tk0CIA pp,Sty ,r,uNbecbfriy NINE Computer, Monitor, Printer (Dollars) Unintetruptable Power Supply and, all necessary cables $ Z4,105, 00 3. 40 Hours Additional Training P. 3 s 4 Sto.co Stymy Fovv .Lt At , SE1(ENTy Fve CENts -Ree 1 -lee $ .75 Dollars) 4. 1 Each Hot standby Computer, Monitor Automatic Switch over all necessary cables S. 1 Each Auxiliary Station Thurress ous a-- ,_11NoNme n Cary Computer, Monitor, Printer (Dollars) $ 13,24O,Do . $.„1 3 424-0 • ce SiATEaN ToCSAND, NINtTEGN $ 141140O Dollars) Uninterupptable Power Supply and, all necessary cables 6. 2 Each Monitoring Station Computer, Monitor, $ 2,990.0p sib,o19.oO Eic. r T+immswnm Printer (Dollars) $_8.121a oa _ $ 8,_L,+ moo 7. -1 Each Yield Terminal ys'Traysaiub 1="c Nu be FcetV �MRes (Dollars) Otis 1-tomm.E Tr:aNW ONE Lap Top Computer with 2400 Baud Modem $3,543,141 8. 33 Each Remote Teraina/ Unit (f2TU) NINE mrko0SAADI Ftt* (-lumber) 1` all sensors, interfacing (Dollars)C°�TI'�D EACH -.Firing, conduit. 5.9.442 C>7 J : . r $ 3 4 I, 570.Oo FROM ETC ENGS-PCLYSTRCTRS 5.22.1990 12:37 P. 4 Project: Supervisory and Data Acquisition System Item Estimated Quantity lin_ and Descrittion ,Unit price 9. 1 Each Master station NIMETNe,vsAau, NINE Hu,o .n Fisr! Radio, Interface (Dollars) to computer and Antenna 10, 33 Each Radio and all Required 20' Antenna, Mounting Equipment $ 9.950+00 Total $ 9;95'0496 wiring CNs TNOcSAm ONE HONws NLurrI tOHE testi- . (Dollars) $ J091,0o- 11. 2 Each Radio Repeater SEveNTcus4ND, 3q r Nukumzb C*& i YTwo EACH Antenna, Mounting (Dollars) quipment, Diagnostic Software and Hardware $ 7136 2.00 12. 200 LF Additional Antenna "to tc.Liaaes, E10N7 Cewrb 'Pee nen- (Dollars) 2.0,P $, 39,300 ..09 $ 141764.00 $ 415.c 13. 1 Lump Sum Local Area Networking +SINE T 0QJAND1 Finn #ummetb Ecom 1 sem All Required Software (Dollars) Hardware, Adaptors and Wiring $ 9,Se3.Po 14. 1 Lump Sum Additional Warranty (Five Years) klovoamStxrll-curTousau)FouitguNDeLDSevt&n q mac (Dollars) $ 14,4,47(.00 • $, 9.5-23.c51 15. 1 Lump Sum Bond, Mobilization and T,;cNr/ FavEThoesN,,TIEEE SuNDteb Demobilization. (Dollars) $ 231 3 o0. oo TOTAL BASE BID $144,4-11.o0 26-.3oo•oce Slk HuNDCED }.i1NeZVt1*jHT'n fx3 tsDi root A m0zED Eistiv i *-tar $ 4981425w 05 ITV FROM ETC EhGS-POLYSTRCTRS • • 5.22.1998 12:37 P. 5 Project: Supervisory and Data Acquisition System All bidders must complete the following schedule for the deductive alternate. At its own discretion, the Owner may elect to reduce quantity of bid item number fourteen (14) from the BASE BID. In this event, the price schedule given below will be deducted from the TOTAL BASE BID. Reduce Quantity Item 14 of the Base Bid to zero years of additional Warranty TOTAL DEDUCTIVE ALTERNATE A R%HU5 out Num Srrf En- 0a. We 11ONPacV Sa taN ORE $ - 144,411.c NET BIb (TOTAL BASE BID LESS TOTAL DEQJJCTlVE ALTERNATE) Flu NugDeo 1nleTq FCURTscusAND, Moan Ft $ S34,014,OD FROM ETC ERGS-POLYSTRCTRS 5.22.1990 12130 P. 6 DE=TISALTERNATE B - Extended Warranty Project: Supervisory and Data Acquisition System All bidders must complete the following schedule for tha deductive alternate. At its own discretion, the Owner may elect to reduce quantity of bid item number fourteen (14) from the BASE BIb. In this event, the price schedule given below will be deducted from the TOTAL BASE BID. Reduce Quantity Item 14 of the Base Bid to zero years and provide additional three years of Warranty TOTAL DEDUCTIVE ALTERNATE B MINUS EibwrITki$gt"*No1:5A13bL 61GNT NET BID (TOTAL BASE DID LESS TOTAL DEDUCTIVE ALTERNATE) Six llvMDni.A FIn nrritioSAub2 Fwk HuNz¢,Eb 5E4E01 S'evEN $ 6 r s,41 7.00 FROM ETC ENGS-POLYSTRCTRS • 5.22.1990 12138 P. 7 Project: Supervisory and Data Acquisition system All bidders must complete the following schedule for the deductive alternate. At its own discretion, the Owner may elect to reduce quantity bid item number fourteen (14) from the BASE BID. In this event, the price schedule given below will be deducted from the TOTAL BASE BID, Reduce quantity Item 14 of the Base Bid to zero years and provide additional one year Warranty. TOTAL DEbucTIVE ALTERNATE C MMUS o.lg uut.inrub I Y••.Ew rt171wAub, nta /10111:1411 138,396.0o Nya�ty Sy NET BID (TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE) Fivt kmo RCD SoyT1<o17SAa, E'6t+ty J4'NE S,sto,c89.00 • a • NI FROM ETC ERGS-POLYSTRCTRS • • • • •• Unit Prices to be shown in amount shown In words will govern. The unfit prices shell include overhead, profit. insurance. etc.. kinds called for. 5.22.1990 12'38 P. 8 words and figures. In case of discrerancy all labor. materials. bailing. shoring. _to cover the finished work of the sutra] Bidder understands that the Owner reserves the right to reject any or all bids and to waive any inforaulities in the bidding. The Bidder agrees that this bid shall be good and ray not be withdrawn for a period of sixty (70) calendar days after the scheduled closing time fpr receiving bids. • Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (20) days and deliver the Surety Bond or Bonds es required by Paregraph t of the General Conditions. The bid security attached in the sum of 5% of Total Ambunt is to become the property of the Owner in the event the contract and bond are hot executed withfn the time above set forth. as liquidated dera:es for the delay and additional expense to the Owner caused thereby. ...... t. • �.�.r. I'1'/:1 . %1 / • 2.1 4 s.r; i- : f! bid Is by a corporation ' • `' �, •,,,r,fi1111i 11 �\ •,.% • Respectfully Submitted: 4 Assistant Secretary Motorola COmmuni rikt-i nnn AnA rl ret r9T1iCS, Ino • F-6% P' ADDENDUM #3 SCADA PROJECT FAYETTEVJJj F, ARKANSAS In response to the request of the contractor (attached), .tliis document shall serve as an agreement between the Owner and the Contractor to enhance and .remedy the existing flaws in' the SCADA system. Upon.signing,'this document shall become. part zoftthe contract .and all provisions of the contract shall apply thereto: The following items outline the necessary steps to complete the project: Item .i: High traffic on system due to analog contention reporting At the request of the contractor, the owner agrees to the reprograming of the field units (RTU's) in such a manner that the majority of the manipulation takes place at the sides rather than in the central computers. These changes shall include, tut not be.limited to, the wetwell level, aid alarm reporting of the high and low.levels. The RTU.programing shall be general and any customizing to a specific:ETU shall -be done over the central computer. :The Contractor shall also incorporate miscellaneous changes requested by the Owner which are pertinent to the RTU programing. The Miscellaneous Change item are described below. (item 4) This item will be perforated at no cost to the Owner. This item does not require a change order. Item 2: Repeater Configuration. At the request of the Contractor, the Owner approves the relocation of one of the repeaters tothe 450 feet tower which is located in the southeastern porion of the City of Fayetteville, with the following conditions: a_ The contractor will be fully responsible for the material and labor cosi involved in the relocation of the repeater. June 20, 1991 1 of 5 ADDENDUM #3 SCADA PROJECT FAYEI IEVILLE, ARKANSAS In response to the request of the contractor (attached), this document shall serve as an agreement between the Owner and the Contractor to enhance and remedy the existing flaws in the SCADA system. Upon signing, this document shall become part of the contract and all provisions of the contract shall apply thereto: The following items outline the necessary steps to complete the project: Item I: High traffic on system due to analog contention reporting At the request of the contractor, the owner agrees to the reprograming of the field units (RTU's) in such a manner that the majority of the manipulation takes place at the sites rather than in the central computers. These changes shall include, but not be limited to, the wetwell level, and alann reporting of the high and low levels. The RTU programing shall be general and any customizing to a specific RTU shall be done over the central computer. The Contractor shall also incorporate miscellaneous changes requested by the Owner which are pertinent to the RTU programing. The Miscellaneous Change item are described below. (item 4) Thu item will be performed at no cost to the Owner. This item does not require a change order. Item 2. Repeater Configuration. At the request of the Contractor, the Owner approves the relocation of one of the repeaters to the 450 feet tower which is located in the southeastern portion of the City of Fayetteville, with the following conditions: a. The contractor will be fully responsible for the material and labor cost involved in the relocation of the repeater. June 20, 1991 1 of 5 b. Although the Contractor does not have to perfonn a radio survey from the 450 feet tower to ensure full radio coverage of the entire system, the Contractor is ultimately responsible for his claim of the full coverage. c. The Contractor shall be responsible for all costs and paperwork involved in the FCC relicensing at the new site. d. The Contractor shall submit an official certificate guaranteeing the non- interference with the existing 800 Mhz trunk system installed on the tower. Furthermore, the Contractor shall not claim any malfunction of either the SCADA system or 800 Mhz trunk due to the tower being utilized for both purposes. However, if it is proven that any malfunction in either systems is due to installation of the repeater on the 450 feet tower, the Contractor shall absorb all the material and FCC licensing costs involved in the repeater to an appropriate location. e. The second repeater will be used as a control base for OMI, Inc and the Maintenance Office stations. This item will be at no cost to the Owner. Change order number one, attached to this agreement, shows the no cost change. Furthermore, according to the verbal agreement between the Engineer and the Contractor, neither the existing setup nor the proposed setup will satisfy line item number thirteen in the base bid. This item as described in the project book requires full fledged networking of the computers on the SCADA system. Line item thirteen, regarding local area networking, implicates there should be simultaneous updating of all the computers if the system manager modifies the database on any one of the computers. With the existing or the proposed setup the system manger has to modify the database in all the computers, if any modification is needed. Change order number two is associated with this matter. June 20, 1991 2 of 5 • Item 3: Frequency Shift due to High Temperatures. The Owner approves installation of sun shields at the RTU sites to preclude direct sunlight from striking the RTU cabinets. However, the Contractor shall submit a shop drawing of the installation prior to the fabrication for the Engineer approval This item will be at no cost to the City. Item 4: Miscellaneous Changes. The following concerns about the system shall be addressed while the above mentioned modifications are in progress: a. The Vibration Alann sensors do not work. The contractor shall either change these sensors to a more suitable type of vibration measuring device or demonstrate that they actually are capable of working in the field. In the past few months experience has shown that in certain instances the vibration alarm did not work even though the pumps were vibrating excessively due to impeller stoppage. The contractor shall pay special attention to this iten2 due to its importance in preventive maintenance procedures. b. The pressure switches utilized to measure discharge pressure frequently plug up with debris from the flow media. The contractor shall address this matter in such a way to either eliminate this problem or to reduce the blockage. Furthermore, some of the sensors were installed in the field lacking a clean out valve. These valves are necessary in performing periodic cleaning of the pressure sensor. June 20, 1991 3 of 5 4 • c. Certain stations (Le. stations number six and twenty one) in the wastewater .system are SCADA controlled stations. These stations have a Local/Remote control switch installed at each site which requires the operator to make a trip to the various stations to activate either of the chosen options. The Contractor shall provide a relay to remotely perform this task from the central computer. d. The valve open/close indicator in station twenty one has not been installed properly. Although the valve 'open" indication is valid, the valve 'closed" indication does not necessarily mean that the valve is indeed closed. The data base assumes that if the valve is not open then it must be closed which very often may not be true because valve can be partially open. The valve is equipped with valve open/close sensor, so this problem can easily be resolved by transmitting these two signals. • e. The total run-time of pumps within the system goes only to 90.9 hours and can only be reset manually. The contractor shall modify the database to provide a maximum runtime of 9999 hours. All the above mentioned changes will be on a no cost basis to the Owner. TIME EXTENSION: The Owner accepts the Contractor's request on the ninety day extension of the original contract time which shall start immediately upon the execution of this document, and based upon the following conditions: 1. The system shall be thoroughly checked and all the above mentioned changes shall be in effect at the end of the ninety day period. 2. The thirty day acceptance period shall start immediately after the ninety day Time Extension period specifically mentioned above. June 20, 1991 4 of 5 • The Owner has agreed not to charge the Contractor liquidated damages during the ninety day project time extension. However, if the system is not fully functional and all the above mentioned changes are not in effect at the end of this period, the charges for this ninety day period will be added to the current amount of liquidated damage. APPROVED BY: Lyle (IA Consulting Engineer DATE: APPROVED BY: : ' ` (� j DATE: / 2c (P/1 APPROVED BY. ea� u(f e DATE: -7-3 - S Contractor (Mo orola, Inc.) E )i etc June 20, 1991 5 of 5 • CONTRACT CHANGE ORDER THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL PROVISION OF THE CONTRACT SHALL APPLY THERETO: OWNER: City nb Fayetteville 113 WoA.t Mountain Dni ve CHANGE ORDER NO: 1 Fayetteville, AR 72701 ARCHITECT/ENGINEER PROJECT: waate E teaetewaten Telemetry ETC ENGINEERS, INC. 1510 South Broadway Little Rock, AR 72202 PROJECT NO: CONTRACTOR: DATE• 6/70/91 Motorola Communicat.con 1; Electnon.ica cchqumhuty, 7! CONTRACT DATE: 3/23/90 • THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES IN THIS CONTRACT: • Item No. Description of Change Quantity Unit EA. Unit Price in Decrease Contract Increase in Contract 1 Item #11 £n the bane bid - reduce numbers oli nepeatens 64om two ea. 1 ,each $7,382.00 $7,382.00 to one each 2 Item #11 - telocation og the repeater as de'cn<bed .in addendum N3, .item #2 lump hum $7,382.00 $7,382.00 Total (INCREASE)-(DECREASE)(UNCHANGED) Not valid until signed by Owner and Architect/Engineer. 0.00 The original (contract sum) was Net change by previously authorized change order The (contract sum) prior to this change order was $ $ The (contract sum) will be (INC-REAJED)(DEGREASED)(UNCHANGED) by this order $ 5A0,089.00 0.00 {b0»"k9 O,t 0.00 The new (contract sum) including this change order will be $ 560.084.00 The contract time will be (INCREASED)(DE-GREAS€D)({JNEHA{ScD) by (9G ) calendar days. Contingent upon cond<tionh deAcn.ibed in addendum 43 AUTHORIZED: ENGINEER: A�� Date: 6 ^r. Oa I CONTRACTOR: ii.aat". Date: 7 —3 — 9 / OWNERS REPRESENTATIVE. ,� Date: //f • el Igo a 1. • , 4 • CONTRACT CHANGE ORDER THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL PROVISION OF THE CONTRACT SHALL APPLY THERETO: OWNER: City o,( Fayetteville 113 W. Mountain Wive FayettevitLe, A'haneae 72701 ARCHITECT/ENGINEER CHANGE ORDER NO: 2 PROJECT:watea/Wahtcwateh Teeemetay ETC ENGINEERS, INC. 1510 South Broadway PROJECT NO: Little Rock, AR 72202 CONTRACTOR. DATE 6/20/91 Mntnnnla Communication £ Flortacnir , Crhaumhu4y- 1! CONTRACT DATE 3/23/90 THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES IN THIS CONTRACT: Total (INOREASE) (DECREASE) (UNGHANGED) Not valid until signed by Owner and Architect/Engineer. $9,;83 00 The original (contract sum) was Net change by previously authorized change order The (contract sum) prior to this change order was $ 560,098.00 0.00 560,098.00 The (contract sum) will be (INCREASED)(DECREASED)(UNCHANGED) by this order $ 9,583.00 The new (contract sum) including this change order will be $ 550,515.00 The contract time will be (INCREASED)(DECREASED)(UNCHANGED) by ( ) calendar days. AUTHORIZED: 1 ENGINEER: a !_ f7, ,-/ Date: �- . 1i1// 1 '�-- Date: 7-3 - 9/ OWNERS REPRESENTATIVE: ' // /Z./%ece Item No. Description of Change Quantity Unit EA. Unit Price Decrease in Contract Increase in Contract 1 Eliminate item 1+13 in baee bid 1 , tamp 'sum $9,583.00 $9,583.00 Total (INOREASE) (DECREASE) (UNGHANGED) Not valid until signed by Owner and Architect/Engineer. $9,;83 00 The original (contract sum) was Net change by previously authorized change order The (contract sum) prior to this change order was $ 560,098.00 0.00 560,098.00 The (contract sum) will be (INCREASED)(DECREASED)(UNCHANGED) by this order $ 9,583.00 The new (contract sum) including this change order will be $ 550,515.00 The contract time will be (INCREASED)(DECREASED)(UNCHANGED) by ( ) calendar days. AUTHORIZED: 1 ENGINEER: a !_ f7, ,-/ Date: �- . 1i1// 1 '�-- Date: 7-3 - 9/ OWNERS REPRESENTATIVE: ' // /Z./%ece