HomeMy WebLinkAbout85-0910 Arizona General r ; Y5- 0°1 (O
REDEVELOPMENT CONTRACT
THIS AGREEMENT made on or as of the day of September,
1985, by and between the CITY OF ELGIN, ILLINOIS, a Municipal
Corporation (hereinafter referred to as the "City") , and ESTES
HOMES, an Arizona General Partnership (hereinafter referred to
as the "Developer") .
WITNESSETH:
WHEREAS, the City has undertaken a program for the redevelop-
ment of certain property hereinafter described pursuant to Chapter
24 , Article 11, Division 74 .4 of the Illinois Revised Statutes
known as the "Real Property Tax Increment Allocation Redevelopment
Act" (hereinafter referred to as the "Tax Increment Act") ; and
WHEREAS, pursuant to the provisions of the Tax Increment
Act, the City has adopted a redevelopment plan and redevelopment
project (hereinafter collectively referred to as the "Tax Increment
Plan") and has designated a Redevelopment Project Area; and
WHEREAS, Developer has an option to purchaser the real property
containing approximately 11.7 acres and described on "Exhibit A"
attached hereto and made a part hereof by reference (which property
as so described is hereinafter referred to as the "Redevelopment
Site") and which property is within said Redevelopment Project Area;
and
WHEREAS, in order to achieve the objectives set forth in the
Tax Increment Plan, the City will issue its general obligation corporate
purpose bonds (hereinafter referred to as the "Bonds") , the proceeds of
f
which will be used to finance a portion of the cost of constructing
those certain public improvements (all of which public improvements
qualify as "Redevelopment Project Costs" pursuant to the Tax Increment
Act) described on Exhibit "B" attached hereto and made a part hereof by
reference (which public improvements and the site improvements related
thereto are hereinafter referred to as the "Redevelopment Project")
together with certain related expenses, as a result of which the
Developer is willing to purchase and redevelop the Redevelopment Site
and serve as City's agent to contract with a Construction Contractor (s)
for the construction and installation of said Redevelopment Project; and
WHEREAS, the Redevelopment Project is related to certain
"Redevelopment Improvements" which will consist of a commercial
development containing several buildings with a total area of
approximately 111,200 gross square feet of which buildings totalling
92, 500 gross square feet will be constructed by Developer as the
initial phase; and
WHEREAS, the City believes that construction of the Redevelopment
Project on the Redevelopment Site pursuant to Tax Increment Plan
is in the vital and best interest of the City and the health, safety,
welfare and morals of its residents and in accordance with public
purposes and the provisions of all applicable laws.
NOW, THEREFORE, in consideration of the premises and the mutual
obligations of the parties hereinafter set forth, each of them does
hereby covenant and agree with the other as follows:
1 . The recitals set forth above are hereby specifically
incorporated into this Contract.
2. REDEVELOPMENT PROJECT. Subject to all of the terms
and conditions of this Contract and further subject to the adoption
by the City of all ordinances and resolutions required to properly
establish the Tax Increment Plan pursuant to the Tax Increment
Act and the issuance of the Bonds, Developer agrees to be the Agent
of the City and enter into those Contracts needed to cause to be
constructed and installed for and on behalf of the City, a portion of
the Redevelopment Project as shown on Part I and II of Exhibit "B" (the
"Redevelopment Project Portion" ) for a sum not to exceed $737, 768
(which sum is subject to modification as hereinafter provided) to be
paid by the City from proceeds of the Bonds in increments as herein-
after provided. Payments shall be made by the City to the Construction
Contractor (s) at the direction of the Developer on a periodic basis
during the course of construction, but not more frequently than monthly,
pursuant to and after Developer and Construction Contractor (s) have
complied with the applicable requirements hereinafter set forth. To
provide the funds needed to pay the cost of the Redevelopment Project
Portion, City agrees to issue its Bonds pursuant to the Tax Increment
Act but only upon acquisition by Developer, or a land trust of which
Developer is the beneficiary, of fee simple title to the Redevelopment
Site subject only to those matters set forth on Exhibit "C" attached
hereto and made a part hereof by reference.
3. CONDITIONS PRECEDENT TO INITIAL PAYMENT. Prior to and
as a condition of the initial payment for construction and installation
of the Redevelopment Project Portion, unless waived by the City in
writing, Developer and Construction Contractor (s) shall furnish to
- 3 -
! � r
the City, in form and substance satisfactory to the City, the
following:
(a) An updated Analysis ("project cost analysis")
showing all projected costs incident to completion
of the Redevelopment Project Portion;
(b) Contracts and subcontracts covering the construction
of the Redevelopment Project Portion.
4 . CONDITIONS PRECEDENT TO ALL PAYMENTS. Prior to and as
a condition of each periodic payment for the construction and
installation of the Redevelopment Project Portion unless waived by the
City in writing, Developer and Construction Contractor shall furnish
to the City, in form and substance satisfactory to the City, the
following:
(a) A request for advance duly executed setting
forth the following : a detailed breakdown of
the costs of each segment of construction showing
the amount expended to date for such construction
and the amount then due and unpaid; an estimate
of the amount necessary to complete each segment
of the construction;
(b) A sworn contractor ' s statement and releases or
waivers of lien from every contractor, subcon-
tractor and material supplier who has done work
or furnished materials for construction of the
Redevelopment Project Portion covered by such requested
payment;
-4-
w
(c) A certificate satisfactory to the City by Planmark,
Inc. (or such other architectural or engineering
firm or individual approved by the City) certifying
that the work covered by such request for advance
has been properly done in accordance with plans
and specifications and that the Construction
Contractor is entitled to receive the payment
requested;
(d) The certificate of quantities and amounts set
forth in Section 12 of this Contract.
5 . HOLDBACKS AND FINAL DISBURSEMENT. The City may hold
back from Construction Contractor (s) a sum equal to 10% of the
amount requested until completion of the Redevelopment Project Portion.
All holdbacks shall be disbursed to the Construction Contractor (s) ,
provided they are not in default in the due, prompt and complete
performance of all terms and conditions of this Contract, upon
completion of the Redevelopment Project Portion.
6. CONSTRUCTION OF REDEVELOPMENT IMPROVEMENTS. Developer
shall cause construction of the Redevelopment Improvements to be
commenced and to be prosecuted with due diligence and in good faith
without delay. Developer shall cause the Redevelopment Improvements
to be constructed in a good and workmanlike manner in accordance
with the Construction Plans ann the Final Site Plan approved by
both parties and in all respects in compliance with all applicable
-5-
laws, rules, permits, requirements and regulations of all govern-
mental agencies or authorities having or exercising jurisdiction
over the Redevelopment Site or the Redevelopment Project and will
not cause or permit any material deviations from the Plans without
the written consent of the City.
7 . ASSESSMENT OF REDEVELOPMENT SITE. The City and the
Developer agree that the Redevelopment Project and Site should be
assessed for General Real Estate Taxes in the manner provided by
Illinois Revised Statutes as they may be amended from time to time.
This provision shall not be deemed to prevent the Developer from
appealing or challenging assessments against the Redevelopment
Project or Redevelopment Site which it considers to be contrary to law.
The Developer agrees that as long as any Tax Increment Bonds are out-
standing it and no person affiliated with it will do any of the following:
(a) Seek to reduce the assessment of the Redevelopment
Site below $1 ,408 , 386 upon completion of the
Redevelopment Improvements and the achievement
of a 90% occupancy level; or
(b) Request a full or partial exemption from general
real estate taxes; or
(c) Request an assessment at a value not otherwise
permitted by law.
8 . OBLIGATIONS OF THE CITY TO THE DEVELOPER. The City,
without expense to the Developer, except as herein set forth, shall
provide or secure or cause to be provided or secured the following :
-6-
(a) Improvements to National Street to be completed
not later than June 30, 1986 . as described in
"Exhibit D" attached hereto and made a Dart hereof
by reference;
(b) Access to water, sanitary and storm sewer lines
at the property line of the Redevelopment Site
of sufficient capacity to serve all of the contem-
plated improvements and uses without charge of
any nature except those customary tie-in charges
customarily charged under comparable circumstances.
9 . DEDICATION OF TOWER COURT. If tendered, City agrees to
accept a Deed or Plat of Dedication of Tower Court, a privately
owned road lying West of and adjacent to the Redevelopment Site.
Upon such acceptance, City agrees to maintain said street as a
public way in the same manner and to the same standard as other
public streets located in the City. The City may close said street
to traffic if it is in the public interest and if a mutually agree-
able means of ingress and egress is provided by the City.
10. OBLIGATIONS OF THE DEVELOPER. Because the City has
undertaken substantial commitments for the redevelopment of the
Redevelopment Site, the Developer covenants and warrants as follows:
(a) Improvements to be constructed. Developer shall
cause the construction of the Redevelopment Project Por-
tion in a configuration substantially identical to that
set forth in "Exhibit B" and pursuant to specifications
-7-
t
separately approved by the parties hereto.
Developer further agrees to construct the initial
phase of the Redevelopment Improvements in
accordance with the Site Plan, Construction Plans
and Specifications separately approved by the
parties hereto.
(b) Schedule for Construction of Improvements. The
construction of the improvements provided for in
the Construction Plans for both the Redevelopment
Project Portion and the initial phase of the
Redevelopment Improvements shall be commenced
on or before thirty (30) days after the City' s
sale of the Bonds and shall be substantially
completed within three hundred twenty (320)
calendar days thereafter, unless delayed by
litigation pertaining to the issuance and sale
of the Bonds, strikes, casualty, unavailability
of materials , force majeur or delayed by extreme
and unusual weather conditions affecting
construction. Once construction begins , Developer
agrees to cause the completion of construction
of the improvements pursuant to the approved
Construction Plans and any approved modifications
thereof to be diligently prosecuted subject to
the parameters set forth herein. In no event shall
the Redevelopment Project Portion fail to be
completed by January 1, 2008 .
(c) Compliance with Law. Developer agrees that con-
struction of the Redevelopment Project Portion
on the Redevelopment Site shall be in compliance
- R -
with applicable federal, state and local laws, regu-
w
lations and ordinances, including, without
limitation, the Illinois Prevailing Wage and
Preference to Citizens on Public Works Acts and
the City' s Affirmative Action Ordinances.
(d) Insurance. Developer agrees to cause the City
to be named as an additional insured party on
the insurance policy or policies issued to
provide general liability, Workmen's Compensation
and Builder' s Risk coverage for the Redevelopment
Project Portion. Said policies shall be issued
with limits or in amounts reasonably appropriate
to the risks being insured and shall provide
for not less than twenty (20) day notice in
the event of cancellation. Developer shall
provide City with either policies or certifi-
cates thereof prior to commencement of construction
of the Redevelopment Project Portion.
11. OUTSIDE TERMINATION DATE. Notwithstanding any provisions
to the contrary contained anywhere in this Contract, in the event
the Bonds have not been issued and sold by December 1, 1985, either
party, upon fifteen (15) day written notice to the other party,
may terminate this Redevelopment Contract. Upon the effective date
of such termination, all of the obligations and rights of the parties
hereto shall be null and void and of no further effect.
12. MODIFICATION TO CONTRACT PRICE. The parties acknow-
ledge that of the total costs of the Redevelopment Project
Portion to be paid from the proceeds of the Bonds of $737 ,768 ,
the sum of $221, 300 is attributable to the measurements of certain
portions of the Redevelopment Project Portion as specified in
g.
Part II of Exhibit "B" , and is subject to variation or modification
based upon actual field calculations of quantities and amounts
during the course of construction. The calculations for such
portions shall be verified and certified by an observer mutually
agreeable to the parties hereto and an appropriate certificate
by such observer shall accompany each request for a periodic
payment during the course of construction. In the event the final
cost attributable to said specified portions is less than $221, 300,
the benefit of such saving shall inure to the City. In the event
the final cost for said specified items exceeds $221, 300 , any cost
in excess of $221, 300 shall be paid solely by Developer. Developer
represents to City that $737 , 768 is the best estimate of the total •
cost of the Redevelopment Project Portion as of the date hereof.
13. CERTIFICATE OF COMPLETION. Promptly after completion
of the Redevelopment Project Portion in accordance with those
provisions of this Contract related solely to the obligations of
the Developer to cause the construction of said Redevelopment
Project Portion (including the dates for beginning and completion
thereof) , the City will furnish the Developer with an appropriate
instrument so certifying such completion. Such certificate by
the City shall be (and it shall be so provided in the certificate
itself) a conclusive determination of satisfaction of the
agreements and covenants in this Contract solely with respect
to the obligations of the Developer to cause the construction of
the Redevelopment Project Portion as herein agreed and no other
provisions of this Contract. Such certification shall not constitute
evidence that the Developer has complied with any applicable
- 10 -
f f
provisions of federal, state and local laws, ordinances and
regulations . If the City refuses or fails to provide any
certification in accordance with the provisions of this Paragraph,
the City shall within thirty (30) days after written request by
the Developer provide the Developer with a written statement in-
dicating in adequate detail in which respects the Developer has failed
to cause the completion of the improvements in accordance with
the provisions of this Contract and what measures or acts will be
necessary in the opinion of the City for the Developer to take
or perform in order to obtain such certification. Such certification
as provided for herein shall not be unreasonably withheld by the
City.
14 . APPROVAL OF TRANSFER OR ASSIGNMENT BY THE CITY. Until
issuance of the Certificate of Completion as hereinabove provided,
for so long as any of the Bonds issued by the City pursuant to the
provisions of the Tax Increment Act and this Contract are outstanding,
any transfer of all or any interest in the Redevelopment Site
(including the beneficial interest under a land trust) or in this
Contract, must receive the approval of the City, which approval
shall not be unreasonably withheld. In determining any request by
the Developer to transfer any interest in the Redevelopment Site
or in this Contract, the City shall be entitled to require the
following :
(a) Any proposed transferee shall have financial
responsibility adequate to fulfill the obligations
undertaken by the Developer in this Contract.
(b) It is the intent of this Section together with
- 11 -
all other provisions of this Contract that (to
the fullest extent permitted by law and equity and
excepting only in the manner and to the extent
specifically provided otherwise in this Contract)
no transfer of or change with respect to ownership
in the Redevelopment Site or any part thereof or
any interest therein, however consummated or
occurring and whether voluntary or involuntary
shall operate legally or practically to deprive
or limit the City with respect to the Redevelop-
ment Site and the construction of the improvements
that the City would have had had there been no such
transfer or change.
(c) All instruments and legal documents involved and
affecting any transfer from Developer to any
transferee must be submitted to the City for
review and if approved by the City, its approval
may be indicated only in writing to the Developer.
(d) In any event in the absence of specific written
agreement by the City to the contrary, no transfer
or approval by the City thereof shall be deemed to
relieve the Developer or any other party bound in
any way by this Contract or otherwise with respect
to the construction of the improvements from any
of their obligations with respect thereto as to
the interest transferred.
Notwithstanding any other provision of this Redevelopment
Contract, so long as Developer or any general partner of Developer
remains a general partner in a limited partnership formed for the
- 12 -
purpose of owning and developing the Redevelopment Site, prior approval
from the City shall not be required before the Developer is authorized
to transfer any interest in the real estate or the beneficial interest
to such limited partnership. The Developer shall, in any event,
notify the City of any such transfer of any interest (including
the beneficial interest under a land trust) .
15. REMEDIES. Except as otherwise provided in this Contract,
in the event of any default and/or breach of this Contract or any
terms or conditions by either party hereto, such party shall upon
written notice from the other proceed immediately to cure or remedy
such default or breach and in any event within thirty (30) days
after receipt of such notice. In case such action is not taken
or not diligently pursued or the default or breach shall not be
cured or remedied within a reasonable time, the aggrieved party
may institute such proceedings as may be necessary or desirable
in its opinion to cure and remedy such default or breach including
but not limited to proceedings to compel specific performance by
the party in default or breach of its obligations. The rights
and remedies of the parties to this Contract whether provided by
law or this Contract shall be cumulative and the exercise by either
party of any one or more of such remedies shall not preclude the
exercise by it at the same time or different times of any other
remedies for the same default or breach by any other party. Any
delay by any party in instituting or prosecuting any actions or
proceedings or asserting its rights under this Contract shall not
operate as a waiver of such rights in any way (it being the intent
of this provision that such party should not be constrained so as
to avoid the risk of being deprived of or limited in the exercise
- 13 -
of the remedies provided in this Contract because of the default
involved) . Nor shall any waiver in fact made by any party with
respect to any specific default by any other party under this
Contract be treated as a waiver of rights with respect to any
other defaults by the defaulting party under this Contract or with
respect to the particular defaults except to the extent specifically
waived in writing.
16. REMEDIES FOR NON-PAYMENT OF REAL ESTATE TAXES . In the
event that real estate taxes for the Redevelopment Site are not
paid within thirty (30) days from the date said taxes are due and
owing during any time that the Bonds are outstanding during the
term of the Tax Increment Plan, unless delayed pursuant to a valid
contestment, the City may, at its option, bring such action or seek
such remedies against Developer to enforce payment of such real
estate taxes as is permitted under Illinois law.
17 . ENFORCED DELAY IN PERFORMANCE. Except as provided in
Section 11 of this Contract, for the purpose of any other provisions
of this Contract, neither the City nor the Developer as the case
may be shall be considered in breach of or default in its obligations
with respect to the preparation of the Redevelopment Site for redevelop-
ment or the beginning and completion of construction of the improvements
or progress with respect thereto in the event of forced delay of
such performance of such obligations due to unforeseeable causes
beyond its control and without its fault or negligence including,
but not restricted to litigation pertaining to the issuance and
sale of the Bonds, strikes, acts of God, acts of public enemy,
acts of federal or state government, acts of the other party,
fires, floods, epidemics, quarantine or restrictions , embargos and
- 14 -
delays due to weather conditions or delays of Construction Con-
,
tractors and subcontractors due to such causes, it being the purpose
and intent of this provision that in the event of the occurrence
of any such enforced delay, the time or times for performance of
the obligations of the parties with respect to construction of the
improvements shall be extended for the period of the enforced delay.
18 . ENTIRE AGREEMENT. The terms and conditions set forth in
this Contract and its exhibits supersede all prior oral and written
understandings and constitute the entire agreement between the City
and the Developer.
19 . BINDING UPON SUCCESSORS IN INTEREST. This Contract shall
be binding upon all the parties hereto and their respective heirs ,
successors, administrators, assigns or other successors in interest.
20. TITLES OF PARAGRAPHS. Titles of the several parts, para-
graphs sections or articles of this Contract are inserted for con-
venience of reference only and shall be disregarded in construing
or interpreting any provision.
21. NOTICES. Notices hereunder shall be in writing and shall
be served as follows :
(a) by personal delivery; or
(b) by certified mail, return receipt requested to
the City at 150 Dexter Court, Elgin, Illinois ,
60120, or to the Developer c/o Commercial/Industrial
Division, 15650 North Black Canyon Highway, Phoenix,
Arizona, 85069, with a copy to The Estes Co. ,
221 East Walnut Street, Suite 220 , Pasadena,
California, 91101, or to the last known address
of either party or to the address provided by any
assignee if such address has been given in writing .
In the event said notice is mailed, the time of
- 15 -
service of such notice shall be deemed
to be the time of delivery of said
notice in the United States Post Office.
22. APPROVAL BY CITY. Whenever under the terms of this
Redevelopment Contract the approval of City is required, the City
Manager or acting City Manager is herewith designated as the individual
to execute or grant such approval.
IN WITNESS WHEREOF, this Contract is executed as of the date
first written above.
ESTES HOMES
By:
UTHORI ED REPR ENTATIVE
CITY OF EL , ILLINOIS, a
Municipal Corporation
By:
Its Mayor
ATTEST:
Its C ty Clerk
k 1-
(SEAL)
e
- 16 -
EXHIBIT "A"
THAT PART OF BLOCK I OF SHERMAN' S ADDITION TO ELGIN, DESCRIBED AS
FOLLOWS : BEGINNING AT THE NORTH EAST CORNER OF SAID BLOCK I ; THENCE
SOUTHWESTERLY ALONG THE NORTHERLY LINE OF SAID BLOCK I . A DISTANCE
OF 574 . 53 FEET; THENCE SOUTHEASTERLY ALONG A LINE THAT FORMS AN
ANGLE OF 91 DEGREES, 00 MINUTES, 0 SECONDS TO THE LEFT WITH THE
PROLONGATION OF THE LAST DESCRIBED COURSE, A DISTANCE OF 915 .0 FEET;
THENCE NORTHEASTERLY PARALLEL WITH THE NORTHERLY LINE OF SAID
BLOCK I , A DISTANCE OF 323 . 86 FEET; THENCE NORTHWESTERLY AT RIGHT
ANGLES TO THE LAST DESCRIBED COURSE A DISTANCE OF 70.0 FEET; THENCE
NORTHEASTERLY PARALLEL WITH SAID NORTHERLY LINE OF BLOCK I . A
DISTANCE OF 250.0 FEET TO THE EASTERLY LINE OF SAID BLOCK I ; THENCE
NORTHWESTERLY ALONG SAID EASTERLY LINE BEING ALONG A CURVE TO THE
LEFT, A DISTANCE OF 846 . 5 FEET TO THE POINT OF BEGINNING, IN THE
CITY OF ELGIN, KANE COUNTY. ILLINOIS .
EXHIBIT "B"
PART I
The following described parts of that certain Proposal Form
dated May 30, 1985, submitted by A.J. Maggio Co. , a copy of which
is attached hereto and made a part hereof as Schedule #1, in
relation to certain Project Drawings, Project Specifications and
Room and Door Schedules, each entitled "Clock Tower Plaza, "
National Street and Tower Court Drive, Elgin, Illinois, Project
No. 1570. 0 and 1570.1 dated February 15, 1984 , and Addenda similarly
entitled and numbered 1 and 2 , as prepared by Planmark Engineering
Achitecture:
SITEWORK
Part A. EARTHWORK
01 Clear and Grub Site
03 Excavate and dispose offsite excess topsoil
04 Common excavation
05 Utility trench excavation
06 Excavate and dispose of existing footings
07 Disposal of excess common and utility trench
excavations
08 Granular fill
09 Proofroll site
Part B. SANITARY SEWER
01 8" E.S.V.C.P.
02 6" E.S.V.C.P.
03 4" D.C. I .P.
04 Manholes - Type A
05 4" Wye Service Connection
06 Trench Backfill I .D.O.T. FA6
Part C. WATER MAIN
01 10" D.C. I .P. , Class 52
02 8" D.C. I.P. , Class 52
03 6" D.C. I.P. , Class 53
04 2" Copper
05 Valve Vault with 10" Gate Valve
06 Valve Vault with 8" Gate Valve
07 Valve Vault with 6" Gate Valve
08 6" Gate Valve
09 2" Valve
10 Hydrants
11 Cast Iron Fittings
12 Connect to existing 10" watermain with
10" wet tap
13 Connect to existing 10" watermain with
8" wet tap
-2-
c '
14 Connect to existing 10" watermain with
6" wet tap
15 Trench backfill - I .D.O.T. FA6
Part D. STORM SEWER
08 Trench Drain 165 ' Span
09 Trench Drain 155 ' Span
PART II
As described in letter dated June 13 , 1985, from R. Scott
Harri P.E. , Planmark, To Roger Dahlstrom, City of Elgin, a copy
of which is attached hereto and made a part hereof as Schedule
#2 , payment for the construction of certain items set forth in
Part I above, being :
Part A. EARTHWORK - 03 , 05, 06, 07 , 08 .
Part B. SANITARY SEWER - 06 .
Part C. WATERMAIN - 15 .
shall be based upon measurements made during the course of con-
struction. The method of measurement and the basis of payment
for such items shall be as set forth in Section 4 . 8 of Instruction
to Bidders as contained in the Bidder ' s Package for the Redevelopment
Project and the Redevelopment Improvements, a copy of which section
-3-
is attached hereto and made a part hereof as Schedule #3 .
PART I I I
(Improvements to be provided or secured by the City, the
cost of which shall wholly or in part be paid from the proceeds
of the Bonds. )
-4-
S( HL LE-
. -
!MANURE
TO: David Duhs GATE: May 30. 1985
Tyrus, Inc.
0257 E. Broadway
Tucson, Arizona 05710
Dear Or. Duhs:
Moving fully examined and reviewed all contents of the Bidder's Package. the
Project Specifications, Room and Door Schedules. and the Project Drawings,
each entitled 'Clock Tower ►laza•, Rational Street and Tower Court Drive,
Elgin. Illinois, Project 01570.0 and 1570.1, dated February 1S, 1l0S. and
Addenda similarly entitled and numbered 1 & 2 as prepared by ►LANMARK
Engineering•Archltecture, and having visited the site and examined all
conditions affecting the work, we hereby submit our proposal for a negotiated
bid including General Mork, Demolotion. Paving. Site Utilities. Landscape
Work, and Building. all as indicated to either the Project Drawings and/or the
Project Specifications for the Stipulated Sum of Four Million , Eighty-Nine
Thousand and No/100 S 4,069,000.00
BID TO INCLUDE THE FOLLOWING PARTS:
SITEWORK
PART A. EARTHWORK
JTEM NO. • Items qualifying for T.I.F.
— 01 .• Clear i grub Site Lump Sum: $ /%. , .
.02- Excavate. stockpile
6 reuse topsoil: 1000 CY(C.V.)0 $ '- /CY(C.V.) S y — .
03-• Excavate g dispose offsite « •
excess topsoil: 10,260 CY(L.V.)0 $ /CY(L.V.) $
114•• Connon Excavation: 3000 CY(B.N.)0 $ �? /CY(B.M.) $ i'-: , • r
OS ') Utility Trench
Excavation: 5200 CY(B.M.)0 $ /CY(B.M.) $ ,?c ,.
•
Ai.. Excavate and dispose of , r
Existing Footings: 4100 CY(L.V.)0 $ -"-' /CY(l.h.) _ ' �'�; • ' '
Disposal of excess common and utility 4/ te .
trench excavations: 3450 CY(l.11.)0 $ / /CY(l.11.) $ _ ?l6 5—r •(7
-• granular Fill:
S000 CY(L.V.)0 $ /c —/CY(L.11.) '(1 cT. ( C
.• Proofroll Site: 43,000 SY 0 $ C. 9C /SY $ /7 j l i. ( C...
SUBTOTAL PART A 0
•
Yarm
rPla:a i,- . Street and Tower Court Orly,
J • tllUN01S
• ,ect 01760.0 & 11750.1
, `'ye Two
J
SITEWORK
?ART I. SANITARY SEWER
01.• 0' E.S.V.C.P. 052 LF • S / I Ai $ /al.^l.?' . C r
)•;-
02.• 6' E.S.V.C.P. 460 is • $, /( •-- nF $ '91- 7e , •
03.• 4' O.C.I.P. . 72 LF • S / 1 FLF $ ( ;,--
04.• manholes - Type A 0 Each • $ /lc —/Ea. $ if ' '-' ;'(' ' •
OS.* 4' Wye Service f
r - - t
Connection 3 Each • $ / '• —/Ea. i ^ -, ,
06.' Trench Backfill e,; . -
1.0.0.T. FA 6: 3000 CY(C.V.)• ice '</CY(C.V.) $ . C ' '
SUBTOTAL PART B i -`, •' . •'/ `
PART C. WATER RAIN {
Cl .' 10' 0.C.I.P., Class 52 107S LF • S , FLF s ./7 ••i ': ' • '
02.• 0' O.C.I.►., Class S2 1220 LF • $ .' _' nF $ '. /-1 /- -
,:....1:03.• 6' O.C.I.►., Class S3 320 LF • $, /LF S • -- %. (. ,'--
04.• 2° Copper 2S LF • 5 /LF S /- ' . r .OS.* Valve Valve Vault with 10' -
Sate Valve: 3 Each I $
06.• Valve Vault with i' :.:
Site Valve: 3 Each I $, �; ("." -
/Ea. $ c" -; c
07.11 Valve Vault with 6'
late Valve: 3 Each • $ .44;2 :" /Ea. s •'r/ 'f . «;
OS.• 6' Sate Valve : 0 Each • $ 4T1( As. $ -;l 6[ ' Cl,--
0!.• 2' Valve : 1 Each • $,•' :Cella. $ / • '5 l
Proposal Fors
Clock Tower Plaza
Nations Street and Tower Court Drive
' ELM. ILLINOIS :
Project 01760.0 i $11$0.1 ,
Page Three
i
1
SITEMORK
TART C. MATER MAIN (Cont'd)
10.• Hydrants: • Each • Vic'? %Ea. ' $ //..z r C
11.• Cast Iron Fittings: 3BS0 lbs • $ % "- / /Ea. $ C/Ye• . • s 2. •
12.• Connect to Existing 10' Mater- �,- Via. S ,��r` (�
main with 10' Met Tap: 2 Each • $
13.• Connect to Existing 10' Mater- ._-
main with I' Met Tap: 1 Each • $ -Z2(e /Ea. $ '-2 ( . (_(
14.• Connect to Existing 10' Mater- ,-7 ..
win with 6' Met Tap: 1 Each • i-, C c,! /Ea. S •,.�r C : . r(
15.' Trench Backfill f nr �� �lCc' ..
1.0.0.T. FA 6 3400 CY(C.R.)• $ f /CY(C.V.) $
SUBTOTAL PART C $ /.�--)' ; -. .! -
TART O. &TORN SEVER
01. IS' R.C.►.. Class III 25 LF I :=/LF $ •;'c• -2. 's",--
02. 12' R.C.►., Class III 311S LF • $ 71 AS-
OZ. /LF $ %•-tc'4. .`
S e.
03. 10' C.P.. Class II 335 LF • $ /C /LF $ •5'(. s/. ,-5 7.-
4.-
04. Manholes - Type A 6 Each • $ i''(tf. - /Ea. $ -' ,7(• c .. C.'
OS. Catch Basin - Type A 17 Each • $ 75 C — /Ea. $ /1.7 -C . ((
06. Catch Basin - Type C 4 Each I $ 4:5 --'-/Ea. $ 'e<e-"r . c r
PT
07. Restrlctor, 1011 i MH4 2 Each 0 $ l`"SG- /Ea. $ /5Cr. re
OS.* Trench Drain 165'Span 3 Each • $ S'9C►o cr/Ea. $ 9 c '_ Cyr'.
c•r
OB.• Trench Drain 1SS'Span 3 Each • $:-;3( .- /Ea. ' ; S 52,4('(• Cl'
10. Trench Backfill �'z.
I.B.O.T. FA 6: 3000 CY(C.V.)• $ C. /CY(C.R.) $.,22 'c . r:'
SUBTOTAL PART • $ //.'7l(C, l
. ► r
•
Q,G
sal fore
slack TOW Plaza
Mtions Street and Tower Court Drive
WIN, ILLINOIS
project /1750.0 S 01750.1
Page four
SITEWORK
?ART L /AYIN6. S10E14ALSL CURB & $UTTER AND IISCELLANEOUS ITEMS
01. 1' Bituminous Surface Course. �S�Y = /��c�SQG
I.$.O.T. J3— I, Mtx C: 12.220 SY • :,
02. 2' Bituminous Surface Course, 19.470 SY • $ .���/SY $ ;�e/c S. SC•
I.B.O.T. CL. I. m x C:
03. 2' Bituminous Binder Course. -lC f jC;� C
1.0.0.7. CL. I, Mix I: 12,220 SY • I -� i/SY $
04. Aggregate Base Course, �
1.0.0.T. Type A: 15,300 Tons • $, k Sn./Tn f / ? c ? . Cc'
05. Concrete Barrier Curb
and Sutter: 4.450 Lf • $ Al $ 4C cj?-•
06. Concrete Depressed Curb
and Gutter: 320 Lf • $ /d /Lf $ .?-21 C'• C
07. 4' Concrete Sidewalk 6,250 SF • $ A / ' /SF $ c C
01. B' Concrete Driveway Aprons SS0 SY • $ /SY $ Cr-
0$. Remove Existing Curb G el-
and Gutter: 320 Lf • $ e — /Lf $ r2.:� C •C r
10. Remove and Dispose Existing �C�/Sf _ ����, C•C
Sidewalk: 4,250 SF • S 6•
11. Pavement and Parking Lot
Striping:
Lump Sure $ �.1�Sl`�, C
12. Relocate Existing Street Light ��-
on Times Square Drive: Lump Sum $ C•C c
•13. Brick Pavers 1,700 sr • $ .O6 /Sf S C6
SUBTOTAL PART 1 15V 7 / SCE
•
•
sal Forte
t Tower data
_'R•1pstlona Strut and Tower Court Drive
9 0IN, ILLINOIS
y• project 91750.0 & 91750.1
gage Five
•
SITEWORK • •• •-
TOTAL ESTIMATED SASE SID FOR FARTS A, D, C. D, and E: $
ALTERNATES: (ALTERNATE #4)
,SANITARY SEWER
S' PVC •S2 LF (Add/Deduct)
VV PVC 410 LF (Add/Deduct) S /LF
4' PVC 72 LF (Add/Deduct) s /LF
TOTAL ADD/DEDUCT FOR PVC SANITARY SEWER $ _e//7
STORM SEWER
15' PVC 2S LF (Add/Deduct) f Af
12' PVC 3.115 LF (Add/Deduct) i 1LF
10• PVC 33S LF (Add/Deduct)
•TOTAL ADD/DEDUCT FOR PVC STORM SEWER PIPE
ALTERNATE /4
g. All bituminous paving, concrete curbs, walks and landscaping for building pads A
and S to be furnished by Others.
10. All concrete sidewalk along Times Square Drive to be removed and replaced to •
original condition as needed for stility construction.
11. Brick paved areas at wing walls on Rational Street and Center Court to be provided
by Site Contractor. See Sheet L-2 for details.
@ . '. ' tf•.tata
To
wer root and Tower Coot 'rive
on. ILLINOIS
project 41750.0 & 01160.1
sge Six
further propose, if direcyd by the Droner. to change Base Bid (Add or Deduct) amounts ♦.
s follows:
TERNATE 11: Paint Exterior Concrete Block vs.
Integral Colored Block L Mortar: S
LTERNATE A2: Wet, Wire Men from floor slabs `•-p—
in the Retail Nees and walgreens: S
LTERNATE 03: Substitute Epoq Floor finish (Stun
hard l NRI) fee Quarry Tile in — `'z
ironer's: S
LTERNATE 04: Substitute PVC pipe and fittings
for all Extertx Underground Storm
and Sanitary Seder piping: S f�
LTERNATE IS: Substitute PVC pipe and fittings
for all Interlsr underfloor Storm
and Sanitary ceder piping: S Ar'
LTERNATE ,04: Delete fire low; and hydrant from.
National Street thru Pad 'A' to
N.M. Corner Wooten l shops: :
z
.TERNATE 17: Delete VCT ant substitute Terratto �`� �_ —
1a Grows
Prams Finish ScheduleS
•
ELECTRICAL ALTERNATE E-1
EASE BID: Provide copper Conductors for all
wiring in Retail Shops as specified
in 1i050:
LTERNATE E-1: Provide aluminum conductors for ,�
feeders 100 AMP and larger in Retail
Shops MI as specified in 1i0S0: S
1 Form
'Ili
' °ry." • C
Tower Plata
i Street and Tower Court Drive
, ILLINOIS
w ject g17S0.B i .17SO.1
Seven
propose to contract with the sub-contractors for the stated amount of
•: dollars:
DART A - Sitework: Earthwork, Demolition, Site Utilities and ►aving:
Amount of T.I.F Items: S/c 4G 7. 75--
Amount of non-T.I.F.
Mount of Sub-Bid $ 1 K-7r��8. 00
PART S - Landscaping: Mount of Sub-Bid $ -� pC . C n
PART C - Groner Supermarket: General, Mechanical,
Electrical Construction Included: $ 7O//
PART D - Walgreen Drugstore: General, Mechanical,
Electrical Construction Included: _ -1707‘Fip G�4
PART E - Retail Shops: General, Mechanical,
Electrical Construction Included: S �5'�: Q, n(1
PART F - Clock Tower Pylons Structure: General
and Electrical Construction Included: $ � 7'S . oc.
COMBINED BASE BID: Sitework, Landscaping, Gromer's
Supermarket, Walgreen Drugstore, and Retail
Shops (Parts A. S. C. D. E and F): _ () 9 CCC;. CC
ROTE: Award of Contracted based on Combined Sid Basis. The undersigned has
carefully examined the Instructions to Bidders, the General Conditions of the
Contract. the Supplementary Conditions, the Project Drawings, and Project
Specifications, and further, has carefully examined the Project Site of the
proposed work.
It Is agreed that this Bid may not be withdrawn for a period of sixty days
after the date of the bid opening.
The undersigned agrees that he will commence work immediately upon receipt of
Contract or Letter of Intent. Estimated construction days to substantial
completion: c.i2a n/.er - .
Signed By: A. J. Maggio Co.
(Firm)
567 West Algonquin Road
(Address)
tit. Pro ect, Illinois 60056
(Cit p
(Sig re
Fres ent
(Title)
cc• NEb►-' LE
PI_It iMARK
N1OJICT MANAO[MINT•lNOINll111M0•AIICMITICTURI
June 13, 1985
Mr. Roger Dahlstrom, Director of Planning Department
City of Elgin
150 Dexter Court
Elgin, Illinois 60120
RE: CLOCK TOWER PLAZA
ELGIN, ILLINOIS
Project #1570.1
Dear Mr. Dahlstrom:
As a result of our telephone conversation on Tuesday, June 11 , 1985, and a
meeting with Mr. David Duhs of The Estes Co. today in our office, we have
reviewed the eligible work activities associated with the tax increment
financing for this project. The objective of our review is to estimate, as
rationally as possible, the final quantities for this project.
The basis for our analysis includes the available footprint of the original
and revised factory as shown on Drawings R-4 and R-5, proposed building and
utility improvements, and soils information. In addition, our engineering
judgement based on past experience with construction of this nature played a
significant role.
To better assist you in evaluating the results of our analysis and judgement,
the following item by item discussion corresponding to the proposal form is
provided. Price data is from the low bid contractor.
PART A - EARTHWORK
01 . Clean and Grub Site: This cost should remain unchanged.
02. Excavate, Stockpile and Re-use Topsoil : This is not a qualified T.I .F.
work activity.
03. Excavate and Dispose Offsite Excess Topsoil : The bid quantity of 10,260
cubic years reflected removal of the top 6 inches over the entire site.
We feel that an additional one inch (average) may occur. This results
in an increase of 1 ,740 cubic yards and a cost increase of:
1 ,740 CY @ $4.50/CY $7,830
11840 VALLEY VIEW ROAD, EDEN PRAIRIE, MN 55344 • MAIL ADDRESS: BOX 1243, MINNEAPOLIS, MN 55440 • (612)828-4500
Mr. Roger Dahlstrom, Director of Planning Department
CLOCK TOWER PLAZA
ELGIN, ILLINOIS
Project .1570.1
Page Two
PART A - EARTHWORK (Cont'd)
04. Common Excavation: This quantity presumes that 3,000 cubic yards of
soil can be excavated from one location on the site and placed and
compacted in another location. We feel that the worst condition would
result in zero quantity of suitable material but an increase in granular
fill required in item 08. Therefore no cost increase is estimated for
this item.
05. Utility Trench Excavation: The bid quantity of 5,200 cubic yards was
based on a typical trench cross-section consisting of 1 to 2 side slopes
and a three foot wide bottom. We feel the trench side slopes could
become flatter to a 1 to 1 slope. This would result in an additional
800 cubic yards and a cost of:
800 CY @ $5.50/CY $4,400.00
06. Excavated and Dispose of Existing Footings: The bid quantity was based
on total footing removal from within the proposed building footprint and
at the intersections with all utility trenches. As one would presume,
this was the most difficult to assess. In our judgement, we feel this
quantity could likely double to 8,200 cubic yards. This may occur in
the parking lot grading if the top of the existing foundation walls are
above the proposed subgrade elevation. It is quite difficult to"shave"
6 or 8 inches from the top and would require complete removal . In
addition, more footings may exist within the proposed building footprint
than we have allowed for. The cost increase would be:
4,800 CY @ $13.00/CY $53,300.00
07. Disposal of Excess Common and Utility Trench Excavations: The bid
quantity of 3,450 cubic yards has presumed a portion of the total trench
excavation could be reused as fill in other locations of the site. In
the event this material is unsuitable for reuse and Item 05. increases
by 800 cubic yards, we feel the total increase in quantity and cost
above the bid is as follows:
4,550 CY @ $9.00/CY . $40,950.00
08. Granular Fill : The original bid quantity of 5,000 cubic yards was
estimated to be a combination of the reuse of existing excavated
material from items 04. and 05. plus fill to raise the grade to the
proposed elevations. The additional fill necessary should these
presumption not materialize would result in a quantity increase of 5,000
cubic yards and a cost increase of:
5,000 CY @ $18.00/CY . $90,000.00
Mr. Roger Dahlstrom, Director of Planning Department
_ . CLOCK TOWER PLAZA
ELGIN, ILLINOIS
Project .1570.1
Page Three
PART A - EARTHWORK (Cont'd)
09. Proofroll Site: This quantity should remain unchanged.
PART B - SANITARY SEWER
01 . - 05. These items should remain unchanged.
06. Trench Backfill : If the trench cross-section becomes larger as
described in PART A, Item 05. , an additional 1 ,000 cubic yards will be
necessary with a corresponding cost increase of:
1 ,000 CY @ $9.00/CY = $9,000.00
PART C - WATERMAIN
01 . - 14. These items remain unchanged.
15. Trench Backfill : If the trench cross-section becomes larger as
described in PART A, Item 05. , an additional 1 ,100 cubic yards will be
necessary with a corresponding cost increase of:
1 ,100 CY @ $9.00/CY $9,900.00
This concludes the item by item explanation of the potential quantity
increases to the work activities related to the T.I.F. The total cost
increase is best summarized as follows:
TOTAL OF PREVIOUS ITEMS: $215,380 ,215 35SO. 00
4% Markup by General Contractor: $ 8,615 ' (O qi5 'a O
TOTAL COST INCREASE: $223,995 a�3 • l95•�
We trust this explanation is to your satisfaction. We will be glad to discuss
any specific item at your convenience.
Sincerely,
PeaAmi
R. Scott Harri , P.E.
Senior Project Engineer
cc: Mr David Duhs
Mr. Nick Mazanyi
RSH:kb
4372R
DCutbvLL 3
• ' INSTRUCTIONS TO BIDDERS
4. BIDDING PROCEDURE (Cont'd)
4.7 FORMAT OF BID: (Cont'd)
Part D - Sitework - Including:
For the following, using the Unit Price Lump Sum Basis,
quantities will be monitored by Owner's Representative.
e. Utilities - 5'-0" beyond building line
f. Concrete Work (walks, curbs, and approaches beyond curb
line at sidewalk)
g. Site Grading
4.8 SITEWORK METHOD OF MEASUREMENT, BASIS OF PAYMENT:
PART A. EARTHWORK
01 . CLEARING AND GRUBBING
Clearing and grubbing will be paid for on the basis of the contract
lump sum basis. This price shall include stump removal , and disposal
of tree stumps and brush in a manner acceptable to the Engineer, the
City codes, and state air pollution requirements.
02. EXCAVATE, STOCKPILE AND REUSE TOPSOIL
Excavate, stockpile and reuse topsoil will be paid on the basis of
the contract unit price bid per cubic yard, compacted volume (C.V.) .
This price shall be compensation for all excavation, stockpiling,
placing and compacting in designated landscaped areas. The estimated
quantity in the proposal is based on a depth of topsoil placed of 6
inches.
03. EXCAVATE AND DISPOSE OFFSITE EXCESS TOPSOIL
This quantity shall be measured as loose volume (L.V.) in trucks as
the material leaves the site and shall be paid for at the contract
price per cubic yard (L.V.) . The top 6' of the site have been
• estimated for removal .
04. COMMON EXCAVATION
Common excavation shall be measured by plan quantity. 4000 C.Y. were
calculated after allowance for six inches of topsoil removal. It was
assumed that 75 percent of this quantity could be reused with the
remainder disposed of offsite. The actual quantity for payment will
be determined by the amount hauled offsite subtracted from 4000 C.Y.
Payment will be made at the contract unit price per cubic yard, bank
measure (B.M.) and shall include excavation, transport, placing and
compacting.
183/1570.0
" INSTRUCTIONS TO BIDDERS
4. BIDDING PROCEDURE (Cont'd)
4.8 SITEWORK METHOD OF MEASUREMENT, BASIS OF PAYMENT:
PART A. EARTHWORK (Cont'd)
05. UTILITY TRENCH EXCAVATION
Utility trench excavation will be measured by determining the actual
volume excavated based on the width and depth of each trench. The
total estimated excavation quantity for sanitary sewer, storm sewer
and water main trenching is 9935 CY (B.M.) . It has been assumed that
75% can be reused as fill or trench backfill with the remainder
removed from the site. Payment on the basis of the contract price
per cubic yeard (B.M.) will be compensation for excavating, hauling
to another location on the site, placing and compacting.
06. EXCAVATE AND DISPOSE EXISTING FOOTINGS
This work shall be paid for at the contract bid price per cubic yard
(L.V.) as measured in trucks leaving the site and shall be
compensation for excavating, footing demolition, loading and hauling
offsite. It has been assumed that all existing footings beneath the
proposed building footprints shall be completely removed, one half of
all existing footings in paved areas shall be removed and three feet
in width at the intersection of all underground utility lines.
07. DISPOSAL OF EXCESS MATERIAL
Disposal of excess excavated common and utility trench excavations
not deemed suitable for placement on the job shall be measured by
truck count as they leave the site. Payment shall be at the contract
unit price bid per cubic yard (L.V.) and shall be compensation for
excavation, loading and hauling offsite.
08. GRANULAR FILL
Granular fill will be measured by truck count as trucks arrive on the
site. Payment shall be at the contract price per cubic yard (L.V.)
and compensation shall include furnishing, placing and compacting
material.
09. PROOFROLL SITE
Proofrolling will be measured by the square yard and paid for at the
contract bid price per square yard. Compensation shall include
compactor passes and all fine grading necessary to achieve surface
densification.
183/1570.0
' INSTRUCTIONS TO BIDDERS
4. BIDDING PROCEDURE (Cont'd)
4.8 SITEWORK METHOD OF MEASUREMENT, BASIS OF PAYMENT:
PART B SANITARY SEWER
01 . - 03. SEWER PIPE
Sewer pipe in place shall be paid for on the basis of the contract
unit price per foot for each type, strength classification and
diameter. Unit price bids shall include furnishing, laying, joining
and bedding. Excavation and trench backfill not included.
Measurement shall be made along the centerline of the pipe from
center of manhole, structure or plug to the next one and testing of
lines.
04. MANHOLES
Manholes will be paid for at the contract unit price per manhole for
each type, which price shall include barrel , base, water stops for
plastic pipe, casting, steps and rings. Manholes shall be measured
per each.
05. WYE SERVICE CONNECTION
Sewer service wyes shall be paid for at the appropriate contract unit
price for each service. This shall include furnishing and installing
wye, and elbows, and concrete encasement. Services installed
directly into manholes shall be paid for at the same unit price as a
wye service and this price shall include installation and furnishing
of all materials, including approved waterstop.
06. TRENCH BACKFILL
Trench backfill shall be paid for at the contract unit price per
cubic yard, compacted volume (C.V.) and shall include furnishing,
• placing and compacting. This quantity will be identical to the
volume calculated as excavation in PART A, Item No. 05 and No. 07 for
utility trench excavations.
PART C WATER MAIN
01 . - 04. WATER PIPE
Water pipe shall be paid for on the basis of the contract unit price
per foot for each type, strength classification, and diameter. All
measurements shall be made horizontally from center to center of
fittings, valves, and hydrants. Unit prices shall include pipe
completely installed, bedding and disinfection and testing.
183/1570.0
•
, INSTRUCTIONS TO BIDDERS
4. BIDDING PROCEDURE (Cont'd)
4.8 SITEWORK METHOD OF MEASUREMENT, BASIS OF PAYMENT:
PART C WATER MAIN (Cont'd)
05. - 07. VALVE VAULT
This work shall be paid for at the contract unit price for Water
Valve Manholes or Valve Vaults to be constructed, which price shall
include all required materials including the specified frames and
covers, equipment, tools, labor, earth excavation, backfilling, valve
and incidentals necessary to construct a Water Valve Manhole (Valve
Vault) , as herein specified and as shown on the detail drawings.
08. - 09. VALVES
Valves shall be paid for on the basis of the contract unit price per
valve for each type and size. This shall include furnishing and
installing valve, box, and cover.
10. HYDRANTS
Hydrants shall be paid for on the basis of the contract unit price,
including base and gravel , bracing and restraining, plugging drain
holes, installed complete in place.
Extensions of the hydrant beyond the normal six foot cover will be
incidental.
11 . FITTINGS
Fittings shall be measured by weight of the body casting only.
Glands, gaskets, reaction bracing, tie bars, bolts and accessory
items shall be considered incidental and no payment will be made
therefor. Payment shall be on the basis of the contract unit price
• per pound which shall include furnishing, installing, etc.
If tapping saddles are used, payment shall be made on the basis of
the contract unit price per pound for the weight of the fitting It
substitutes when used with pipe smaller than 18-inch diameter.
12. - 14. CONNECTIONS TO EXISTING SYSTEM
Connections to the existing system will be paid for on the basis of
the lump sum prices bid and will include locating and uncovering the
mains, wet tap connection and valve, dewatering, disinfection and
returning mains to service.
183/1570.0
` INSTRUCTIONS TO BIDDERS
4. BIDDING PROCEDURE (Cont'd)
4.8 SITEWORK METHOD OF MEASUREMENT, BASIS OF PAYMENT:
PART C WATER MAIN (Cont'd)
15. TRENCH BACKFILL
Trench backfill shall be paid for at the contract unit price per
cubic yard, compacted volume (C.V.) and shall include furnishing,
placing and compacting.
PART D STORM SEWER
01 . - 03. STORM SEWER PIPE
Storm sewer pipe shall be paid for on the basis of the contract unit
price per foot for each type, strength classification, and diameter.
Unit prices shall include furnishing, installing and bedding.
Excavation and backfilling are not included. All measurements shall
be made along the center line of the pipe and from center of manhole
to center of manhole, or center to center of appurtenant structure.
04. - 06. MANHOLES AND CATCH BASINS
Manholes and catch basins shall be paid for by the structure as
individual units complete in place and shall include base, barrel ,
waterstops for plastic pipe, steps if required and casting assembly.
07. RESTRICTOR
Restrictors shall be paid for at the contract price per each and shall
include furnishing and installing per the detail .
08. & 09. TRENCH DRAIN
• Trench drain shall be paid at the contract price per each as
designated and shall include materials, excavating, furnishing,
placing, concrete and backfilling.
10. TRENCH BACKFILL
Trench backfill shall be paid for at the contract unit price per
cubic yard, compacted volume (C.V.) and shall include furnishing,
placing and compacting.
PART E PAVING. SIDEWALKS, CURB AND GUTTER AND MISCELLANEOUS ITEMS
01 . - 03. BITUMINOUS PAVING
The plant mixed 2 inch binder, 2 inch surface and 1 inch surface course
per square yard shall be compensation for furnishing materials, tack coat
where required, laying, rolling and preparation and cutting of edges of
existing bituminous.
183/1570.0
.I•NSTRUCTIONS TO BIDDERS
4. BIDDING PROCEDURE (Cont'd)
4.8 SITEWORK METHOD OF MEASUREMENT, BASIS OF PAYMENT:
PART E PAVING. SIDEWALKS. CURB AND GUTTER AND MISCELLANEOUS ITEMS
04. AGGREGATE BASE COURSE
Aggregate base course per ton will be compensation for fine grading,
sub-grade shaping, furnishing, placing and compacting material .
05. - 08. CONCRETE CURB AND GUTTER AND SIDEWALK
Concrete work shall be paid for at the appropriate unit price and
unit of measure indicated in the proposal which shall include
compensation for furnishing materials, forming, pouring, joint filler
and sealer, oil treatment, and aggregate or sand bedding as shown on
the details.
11 . PAVEMENT AND PARKING LOT STRIPING
Striping shall be paid for at the lump sum contract price and shall
include furnishing materials, layout, surface preparation and
application.
12. RELOCATE EXISTING STREET LIGHT
Relocate existing street light on Times Square Drive for the contract
lump sum price to include all general construction and electrical
work.
13. PRECAST CONCRETE PAVERS
Pavers shall be paid for at the contract unit price per square foot
and shall include pavers, steel edging, sand and stone bedding in
accordance with the detail .
4.9 CONSTRUCTION SCHEDULE: It is anticipated that work will be complete
during March 1986.
5. CONSIDERATION OF BIDS
5.1 OPENING OF BIDS: Bids will be opened as announced in the Invitation to
Bid.
5.2 REJECTION OF BIDS: The Owner shall have the right to reject any or all
Bids and in particular to reject a Bid not accompanied by data required by the
Bidding Documents or a Bid in any way incomplete or irregular.
183/1570.0
r .
INSTRUCTIONS TO BIDDERS
5. CONSIDERATION OF BIDS
5.3 ACCEPTANCE OF BID: The Owner reserves the right to waive any
irregularities in a Bid, and to accept any Bid, or to negotiate Contract
Terms with the various Bidders, when such is deemed by the Owner to be in his
best interest.
5.4 QUALIFICATION OF CONTRACTORS: Each Bidder shall be prepared, if so
requested by the Owner, to present evidence of his experience,
qualifications, and financial ability to carry out the terms of the Contract.
5.5 AWARD: It is the intent that the Contract be awarded on the basis of
low bid, including full consideration of unit prices, alternatives and
completion time, The Owner, however, reserves the right to award the
Contract as he deems to be in his best interest.
6. POST-BID INFORMATION
6.1 IMMEDIATE SUBMISSIONS: Within 7 days of notification of selection for
award of the Contract, the Contractor shall submit to the Engineer/Architect
the following information:
A. Estimated Progress Schedule, a preliminary schedule of shop drawings,
and a General Conditions.
B. A listing of subcontractors and suppliers and the portions of the work
which they will perform.
'6.2 FOLLOW UP SUBMISSIONS: Before any work at the site is started, the
contractor shall deliver to the Engineer/Architect the following information:
A. Certificates of all Bonds and Insurance as required by Articles 5 of
Supplementary and General Conditions.
B. Final Progress Schedule and final schedule of Shop Drawings.
6.3 DELINQUENT SUBMISSIONS: Any submittals as required by 6.1 and 6.2
above and not submitted may be cause for complete rejection of any
Contractors Application for Payment.
. PERFORMANCE BOND AND LABOR AND MATERIAL BOND
/7.1 , BONDS REQUIRED: The successful Bidder shall furnish bonds covering the
j afthful performance of the Contract and the payment of all obligations
arising thereunder, in the full amount of the Contract Price, and with a
surety acceptable to the Owner. The premiums for said bonds shall be paid by
the Bidder, and shall be included in his Bid.
7.2 FORM OF BONDS: Unless otherwise specified in the Bidding Documents,
the bonds shall be written in the form of AIA Document A311 , Performance
Bond and Labor and Material Payment Bond.
7.3 TIME OF DELIVERY OF BONDS: The Bidder shall deliver the required bonds
to the Owner not later than the date of execution of the Contract.
183/1570.0
� A
EXHIBIT "C"
TITLE EXCEPTIONS
1. Current taxes not yet due and payable.
2. Fence encroachment along easterly line of real estate.
3. Rights of way for drainage tiles, ditches, feeders and laterals.
4 . Covenants , conditions and restrictions of record, none of which
shall interfere with the intended commercial use of the real
estate.
5. Public utility easements of record.
6. Developer ' s land acquisition, development and construction loans .
None of the above title exceptions shall
in any way prevent the collection of real estate
taxes levied against the Redevelopment Site.
Exhibit D
STREET IMPROVEMENTS
National Street widened nine feet on south side to provide turning lanes
from redevelopment project.
Installation of new curb and gutter, sidewalk, trees and ornamental street
lights on National Street.
Replacement of traffic signal controller with fully activated 8 phase con-
troller.
Extension of South Grove Avenue south of National Streeet.