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