Loading...
86-0917 Hoffer Foundation . Bb—Og1- AGREEMENT AMENDING CONTRACT FOR IMPROVEMENTS AT CITY OF ELGIN SOFTBALL COMPLEX WHEREAS, the CITY OF ELGIN, an Illinois municipal corporation (herein- after referred to as "City") and the HOFFER FOUNDATION, an Illinois not-for-profit corporation (hereinafter referred to as "Corporation") have entered into an agreement (hereinafter referred to as "Contract") for the installation and construction of one (I) flagpole, twenty-four (24) bleachers, two (2) announcer's booths, two (2) scoreboards and one (I) maintenance building at City's softball complex located south of Route 20 in Elgin, Illinois (a copy of the contract is attached hereto and made a part hereof as Exhibit A); and WHEREAS, the parties desire and agree to amend the Contract as set forth herein. NOW, THEREFORE, the parties agree as follows: I. That Paragraph 5 of the Contract is amended to read as follows: "5. City agrees to pay to the Corporation, upon the completion of installation, the sum of $14,955.75 for the purchase and installation of the two (2) scoreboards and flagpole." 2. That Paragraph 7 of the Contract is amended to read as follows: "7. City agrees to pay to the Corporation, upon final inspection by the City, one-half the cost of the installation and construction of the two (2) announcer's booths and one (I) maintenance building as built by the Corporation at the City's softball complex, provided however such payment sha II not exceed $19,122." 3. That Paragraph 8 of the Contract is amended to read as follows: "8. City agrees to pay to the Corporation upon final inspection by the City, one-half the cost of landscaping as installed by the Corporation at the City's softball complex, provided however such payment shall not exceed $990." 4. That all other provisons of the Contract shall remain in full force and effect. • IN WITNESS WHEREOF the parties have caused this agreement to be executed by the Mayor and City Clerk of City and the President and Secretary of Corporation respectively. CITY OF ELGIN By —7/44t, Mayor Attest: 1 • City Clerk HOFFER FOUNDATION By � \41144) President Attest: Secretary AGREEMENT THIS AGREEMENT made and entered into this day of , 1986 by and between the City of Elgin, a municipal corporation, organized and existing under the laws of the State of Illinois (hereinafter referred to as "City") and the Hoffer Foun- dation, an Illinois not-for-profit corporation, (hereinafter referred to as "Corporation") WITNESSETH WHEREAS, City and Corporation are desirous of installing two (2) score- boards, one (I) flagpole, twenty-four (24) bleachers, two (2) announcer's booths and one (I) maintenance building at City's softball complex located south of Route 20 in Elgin, Illinois; and WHEREAS, Corporation has heretofore secured pledges of funds to assist in the financing of the purchase and delivery of said bleachers, booths and maintenance building; and WHEREAS, Corporation has heretofore installed and constructed or caused the installation and construction of two (2) announcer's booths and one (I) maintenance building at City's softball complex; and WHEREAS, City has heretofore inspected said announcer's booths and mainte- nance building and is satisfied as to the location and construction of said structures; and WHEREAS, Corporation is ready, willing and able to cause the purchase and installation of said scoreboards and flagpole and the purchase and delivery of said bleachers in accordance with the terms and conditions contained herein. NOW, THEREFORE, the parties agree as follows: I. Corporation shall install or cause to be installed two (2) scoreboards at City's softball complex in accordance with the scoreboard specifications and plans, copies of which are attached hereto and made a part hereof by reference as Exhibits A, B and C; provided however that the specific location for the installation of said score- Exhibit A boards at the City's softball complex shall be as directed by the City's Director of Public Property and Recreation. 2. Corporation shall install or cause to be installed one (I) flagpole with an overall height of forty-four (44) feet and containing an industrial internal halyard system in accordance with the flagpole specifications, a copy of which is attached hereto and made a part hereof by reference as Exhibit D; provided however that the specific loca- tion for the installation of said flagpole at the City's softball complex shall be as directed by the City's Director of Public Property and Recreation. 3. Corporation shall purchase and deliver or cause to be purchased and delivered to the City's softball complex twenty-four (24) five row bleachers, identified as Model Number 1025 in the bleacher specifications, a copy of which is attached hereto and made a part hereof by reference as Exhibit E. 4. Corporation shall require any contractor employed by it to install the scoreboards and/or flagpole to obtain insurance as provided in Schedule F attached hereto naming the City of Elgin as additional insured; prior to commencement of installation, Corporation shall file certificates of all required insurance with the City Clerk of City specifically naming City as an additional insured. 5. City agrees to pay to the Corporation, upon the completion of installa- tion, the sum of $12,000 for the purchase and installation of the two (2) scoreboards and flagpole. 6. City agrees to pay to the Corporation, upon delivery, one-half the cost of the purchase and delivery of the twenty-four (24) bleachers, provided however such payment shall not exceed $10,000. 7. City agrees to pay to the Corporation, upon final inspection by the City, one-half the cost of the installation and construction of the two (2) announcer's booths as built by the Corporation at the City's softball complex, provided however such payment shall not exceed $10,000. 8. City agrees to pay to the Corporation upon final inspection by the City, one-half the cost of the installation and construction of the maintenance building as built by the Corporation at the City's softball complex, provided however such payment shall not exceed $7,500. 9. Upon completion in accordance with this agreement, the scoreboards, flagpole, bleachers, announcer's booths and maintenance building installed, delivered and constructed by Corporation shall become the property of the City; Corporation shall provide City with appropriate bills of sale and all manufacturers' and contractors' guarantees or warranties for the work performed. 10. City agrees to accept pledges from private donors which have been solicited by Corporation and to forward any of said sums to Corporation to be applied to the cost of said bleachers, announcer's booths and maintenance building. Such sums shall not be credited toward City's obligation set forth in Paragraphs 5, 6, 7 and 8 hereof. IN WITNESS WHEREOF the parties have caused this agreement to be executed by the Mayor and City Clerk of City and the President and Secretary of Corporation respectively. CITY OF ELGIN By Mayor Attest: City Clerk HOFFER FOUNDATION By te• LAZilte____ President Attest: Secretary Print No. 4765-CS Page1of2 • SPECIFICATIONS BASEBALL SCOREBOARD MODEL 1000 1.0 GENERAL: Scoreboard, UL Listed/CSA Certified, remotely operated from one (1) control station.* Displays team scores, inning, halls, strikes, outs, hit, error, using low voltage 100-: Solid State 2-WIRL cable multiplex system, quartz crystal controlled. 2.0 SCOREBOARD: Size 16'L x 5'fi x 8"0, constructed of .05U aluminum. Scoreboard color Green with 1" white outline striping. Four (4) brackets provided for mounting. Weight approximately 245 lbs. 3.0 CONTROL CENTER: One (1) each Model MPC-2 solid state Microprocessor-based operator's control furnished. Alpha-numeric display indicates both the number to be entered and the word description of each entry. Data displayed on the scoreboard can be recalled on the display at any time. Built-in self test mode capable of performing 70,000 internal tests. Two (2) 16-key keyboards on the control provide for direct entry of all information with internal beeper acknowledging each entry. Control contains power on-off switch. Construction of gray highly break-resistant plastic, size 12" x 12" x 5". Remote hand-held switch included for timing functions. Ten (10) feet of cable and plug furnished. Control may be used to operate manufacturer's solid state scoreboards for other sports by interchange of keyboard overlay. Capable of control of multiple scoreboards or use alone with no scoreboard. 4.0 U1i4F1ER: Lamp intensity day-night dimmer activated from operator's control center keyboard. 5.0 LAMP BANKS: 4 x 7 matrix, individual aluminum reflectors, 15 watt frosted, 120 volt lamps, 18" high. �.O TEAM SCORES: Two (2) scores 0-99. 1.0 IN:JING: Registers 0-9. :c.0 INDICATORS: Lamps Hood type, using three balls, two strikes, two outs, 75 watt clear, 120 volt lamps, H and E, 100 watt red and green, 120 volt lamps. 9.0 CAPTIONS: Words, HO1L , GUESTS, INNING, BALL, STRIKE, OUT, H, E, white letters 10" hiyh. 1 ;.0 CON11:UL CAt3LE: One ( 1) length required per scoreboard of 2-WIRE cable (coaxial direct burial type) 1/4" diameter. Order cable required, from scoreboard to point where control plugs in, from manufacturer. Plugs (5/8" diameter) shall be pre-wired on each end. No field wiring, system plugs in. 1'..0 POWER: Scoreboard, 2.0 Amp, 115 V, 60 Hz. Control center, 10 watts, 115 V, 60 Hz. Each requires earth ground. 1't..0 JUNCTION BOX: One ( 1 ) 4" x 4" with cover, to be installed in dry location (press box), furnished. 1:18/84 1JEVCO SCORL:3OARD COMPANY, GREENVILLE, ILLINOIS 62246 USA (618) 664-0360 Exhibit A Print No. 4765-CS Page 2 of 2 • • SPECIFICATIONS BASEBALL SCOREBOARD MODEL 1000 13.0 GUARANTEE: Nevco scoreboards, excluding lamp bulbs, are guaranteed for a period of one (1) year from the date of invoice against any defects in workmanship or material , and will be replaced or repaired without cost to the owner provided the products or parts are returned postage paid to the Nevco factory. No charges for time or material used in making repairs or corrections will be paid by Nevco Scoreboard Company. *If additional control stations or different type of junction boxes required, consult manufacturer. 1!18/84 NEVCO SC REBOARD COMPANY, GREENVILLE, ILLINOIS 62246 USA (618) 664-0360 • Tra A "...• e• .,•••••••••••••• • rM.V.•4.., •..••.� •-•. -- ----'.-4 am i M .,.._V... t.. O• .• -•••.•• fa..w. _J t _ _ _ J. i . 1.... :ES. E Ar. S ye.Tas-.O..'.• f s..v.,� ter. _ _-_ .J M .-... ... O•• C.•t-a.a•. Da..•• 15.....••••"0 . -� - - ' ' •-0 Z' e_0- _1 4 0:...I'tr.ow•.• Ie...•• B — .c.«.... � a •e•e 0 \ ..•.'`..•... r—�. •• a Pa w Y.t. t Y..•. I ' p..a. .• 4. ... .• �=�•� •� - - . . .e .. Let...o oar.. s•• 9.. • -ar.5,0.,.40 s. wa-0000.... 0100. �— . •• •••..S...e\.a. D.Pia...e0 ..:. •... r - '-- ��L___ _—.f- - I.•a•Gro.... ..•+.....+r'. CO ••.. •.we.• [ �'_ ,�( r--�--_- —1 C.rw c.e.T.e...C•..a•tr.•..a,r Ger ou... 1 `�•t� • a� I II I T e.• •e r.t• 9f C... '.••.V•.•COMCJ••- I �Y71�` /� •�,`• f. I I '../..........e.......•••••••••.•0....•411•11.0 00,4 04 4+4•14 1 I 0....l N.v�.e.D.►..,...r.O..5...Ceras.+...,e •\ 111 I' - ,�J • C.O.• C j'•".-. Pe..a•S...ca D.. I I •• ra.t 1 i►••-.'.a .IS is v.et t'.ws.a• 3 S..aaaw.e C►r•.A-Sc.... . y SO111 20aw I 1J[.w♦ 2a51r I •P.....- b.I..r A VL L..•••. C 6ACee...•..C..e.•1 \i / I 4► S.aa♦ S f..ea••te• I e•va• Ir.taV•.al..... ...P.. .....e•E. c-•.a r c.......S.a •'. Cwar••A.she'. • 1 1 I It .•...... C.ecr.. B..• Ceo•. I I N••ai • 1h -i (i Pe......... o...•0.4.4.•....44.• ' imamC.D. \\\11 1 11 r.;... 40!.44-alcv•.►. I I G•0..•••0 Lasa. L L•.... : • . I •• • ! t -- A..•.......C......B..• 3'- . `:J a.,-F.:;-`•�• .-.• .. .. 0i 4 .� / /.i. /I �/ � ' // ! � rCare � •.4•e'•• ,I •/ , PI ' •_____ 711 'j I f / f! '-To CeY+.... Car.a• / ''; r Ilim •l *air IyLl"•11.044.411.044.4.00 N..•Pra••Poore. Gags....S••.a."...tea 4.+.•.... 2'-O O•ecerre+ De.•(E.•Mr.. E.ee+•.t :•,..••Let..Coots V• CO.•la A.a.a.•• It G • I—• ea"..•ua0 O••Mra.•Sewed.** i Lorre,.l •..-•...•..Y 5.ac.- t.. o,c..t..-.Pe•.te.a 2a• -~ I 14 4..1.-•Ir V.e) lie •.ta..o..• ot•• v.`� 1 E 1 I• •I 1 �.•Ne.+IS*Ir S..r.•♦LKUNa ! i Ceras re. ?Ave. \e+ D•/r Cw+.c• •1 il �` I ./Ma•.. S .Sr...A.A...• '-.— I "-��.r+r } / 1 D.• O• B\a •• I I • I Pe..a•C... '2JV a.o llt 10 a/ .•.• S 1 u.•T ,00 re.. •..r I/C.. a.(... I \ �- I ..- .001'.200 reg.A... .0 fi• M••a ' 111,14„..0 \ `��,,y�' i� a 200 T.300 res.Aw S 6• Wahl ` T J�/ 500'T...1.00 tp. Rr.• to 6. V.N I ( I h Mass Ir�K.•-• 4,00 T•too Cl••Oleo.4.• 6•-V.aa ' IS.e•..6 (c..�V•r1Mu•.D• �- u\ /� � I S...C'...... A0..... S....ca 0. ` �SC•�~• G. . Cr•to Leta C..•.re.. ' ar U...C•rwa-•r T. i r"loyr•.y. Hasa..- ,�..e.tM....wor W.•.S.a•R.,....o. I \�`� E.-.•a C•r•w.Ce...I Peraa S.• j 10-014 t 4e•a S 0e+•• Sas '�' �y.• Ns.* 4 • _ -r.......eu5....w•1•- r... Ir 000 ..r 0•V.•.1-••lTrra •�.'O.►. D•.••.Sw... S•N.a. ha..•. SII 1 A O......c,., C.r.... C...• RGSBI/V 0..... ..+. �jltl•1!r' l �........re EOM �.__—_1 ___.___ L....r R..a F..w Ka...... •- .....--..-....10.04-'IT -• 1000-£ ., r.. V..•• 4.•(O•.!•c...e... 1 •000101• `•014.4! 1 ' -_ l-___. .. • 3 _..._�. . 1"'ty'--1....m.y..�"�••�..O ... • . . l 3 2 , I V .7 J I INNING HOME GUESTS 80000 00O 1 000g , o o 8 S : I o 0000 0 0 •••• 1 BAIL ISTRIKE l • • o 1i � )• o • o li • • 1 B I I • . • tz w cr w r* n a.,.yrs. u............. • FACE LAYOUT A j 1000 MFg ••••••••• C3505 R..u. __ �.....1".i'.Q`Irw.u.C .,.r• $ .. 1 - 1 1 3 i i- •.. a Industrial Internal • Economy Internal ` ,;Q Halyard System ; : Halyard System ' - --. . - - EMC has developed a nearly perfect'way to slim-: '. . The EMC economy internal halyard flagpole combines the 1 . dhalyard .v.. • mate tampering with halyards,raising or lowering a . security of a concealed system with the simplicity of a "�^C•- ' .', flag without authorization,or stealing the flag. • rope halyard. -- • The EMC industrial internal halyard system con The polypropylene rope halyard runs through a stationary truck...-',- 0 - tains a nev4 stainless steel winch mounted inside- across an additional centering halyard block,and is secured in a ::'„?=. .,--L'.-: _ - -the flagpole shaft,operable only with a removable ' cam-action cleat located inside the flagpole behind a hinged,lock- ': -: crank handle.As the stainless steel cable unwinds-: . ' able access door(see details . from the winch,it passes upthrough the inside of • - - - • >, Gold Anodized 9 spm Alun.gall 'R the flagpole shaft,over the truck sheave to the out- 5-co.Gad Arbei:b ewe• • -. . Fs"'''S.arn ..• - - -%t _ side of the shaft,where a retainer sling provides a Akan.gall Flush Sears .. r as Alun_Ssaliorrry - -. . _sliding anchor='- -•.•-. • _ :•_ . : ._.,..,., .. _ . Truck wit Nylon Shorn .� ._ ..-.2"(, A countervi%eight,heavily coated with neoprene, uck lsi.oltircg''i' •.. .e s+»�» -"�'� ti attached to the retainer sling,allows the halyard s ss Sit Screws / �- - � ,• to be lowered for fasteningor removingthe flag. .4414114414---;•••• -. • - 9 on.tw+pr,>r-seapoiypr �- -._..._ The halyard is then raised completely out of reach . • Nerve wig,2 t�uorr..s. Ship. wyv �" - i:' -*_.;� . of vandals., : . _ -.... V,. ., -. :-..-.../. - - - ' ' . Top Portion or . ' :.i.. �DOt+r Shag 'O • ;S. '' .« '?S„ The improved,stainless steel,EMC winch is gear- ,�.ts�►aypropys.rt.. • . ' less and self-locking at any point,eliminating the s Irw eta c r 11. _- , need for a separate brake.The new direct drive F ••••:.:•-•_:;±4,, x • winch provides rapid raising or lowering of the r Iiia_'"- detw fight ''J 1 n fir w'll"• -zo`d 'a "..> .- .' flag,with tittle effort with Naopreit Castro :►�-s s Flat Mead sue. _ z- : • • • Mlrrp.d Access Door sem; .: • The concealed halyard system can be applied toOns Place �'' -'� `Y• 'f - •any EMC flagpole with an outside diameter of 6"or. s'aidt'd Jr"' �.°i� t = ' mere. -- eO63•T6 Auoy) ^ Cylinder LockIllia • ..:"21:2-__-• • .s_. • • . • P nphe.i it 11singed D Ames- --.....3: w',",il i� `} 4•T'�-. Hinged lJ�i • Open+rp Door � . 0 • ConcWad Halyard •Cylinder Look .. .ti e.1 M- •Mainias Swl ° • ° . i� _z,..,7:: par Baantps s i • .:6------%-da Gabe Died �� CC •t-1-11.. .<•r. • Asinicatad • ._ A DoPeripheraor +--tel-alp'•-J `:- %.•af'^ - `� Sia Tumbler Cylinder AMR Flash Cos --'� FC•TtWOD. S' ri ^ �:.. -- Id SOX PSI Coverer 1 A_ -, "'=. Hardwood Wedges &OOP- .... i r•'� wi"a Sims.Deed Oriva windy Tampingfiernove saw Send) ••�' r-.. .-'fi r riarrnovapta Dank gernp. Dry Sand Tightly Tamped ' :'+attar Akpnnp Polo -. , , `_, sack Asphaltm Paint on °�' < 'Sur4tp al Por Sato.tiradeS . « •aeadsa tiarmar Rrq Foundation Slot Mol Dip- Attached b Neoprene91MI , —Mi. Coated Cow�rwer died Cornering Wedges ��'•'� 1D LP. P l,, g c rv.+♦� rcE +a....u-w sror ew Aar _+ ,.- i• h'"`- •1: -' / rL w�� a Qia.a 1V Steal Grated SWke••••••••-'-'11 I •�, • ' INDUSTRIAL INTERNAL HALYARD SYSTEM -, • Exposed Overall Diameter Length Ball Ship Sleeve Flag ' -- : Height eight Butt Top Wali Tapered Straight Diameter Sections Diameter Size •„ y;• � 20'-0" 23'-0" 5" 3" .188" 11'-0" 12'-0" 5" 1 r 4'x 6' y. «= •i 25'-0" 28'-0" 51/2" 31/2" .188" 11'-0" 17'-0" 6" 1 10" 4'x 6' •`•' 30'- 33'-0" 6" 3W' .188" 13'-9" 19'-3" 6" 1 10" 5'x 8' _' ., 38'-6" 7" 3W' .188" 19'-3" 19'-3" r 1 10" 5'x 8' . - 40'-40'- ' 44'-0" 8" 3W' .188" 24'-9" 19'-3" 8" 2 12" 6'x 10' - ..^*'r 0" 49'-6" 8" 319" .188" 24'-9" 24'-9" 8" 2 12" 6'x 10' -4*".: „ -.` '-0" 55'-0" 10" 4" .188" 33'-0" 22'-0" 10" 2 15" 8'x 12' •�-.S.4.. ----- 80'-0" 66'-0" 12" 4" 250" 44'-0" 22'-0" 12" 3 15" 10'x 15' •�� r.1.7,c 70'-0" 77'-0" 12" 4" .375" 66'-3" 10'-9" 12" 4 15" 15'x 25' T-T='t.:- _a: 80'-0" 88'-0" 12" 5" .375" 66'-3" 21'-9" 12" 4 15" 15'x 25' _ __' ECONOMY INTERNAL HALYARD SYSTEM - - " Exposed Overall Dimension Diameter Length Ship Flag •! -r'` - i!` +s Height "A" Butt Top Wall Tapered Straight Section Size . - 25'-0" 28'-0" 3'-0" 5" 3" .125" 11'-0" 17•-0" 1-PC 4'x 6' _- ." 30'-0" 33'-0" 3'-0" 5" 3" .125" 11'-0" 22'-0" 1-PC 5'x 8' ' '= ,'_.•=1-''- 35''0 38'-6" 3'-6" 5" 3" .125" 17-0" 21'-6" 1-PC 5'x 6' �_ - `e'-,''ca:tip- • _ l - - •-- - {,l ' .:,-:.:z...:,: iN'_ •` f 1,"At+° .,i '� - A '_ •°--.:�.- ` q.- ��c, - fie Ramp arid Deck Assemblyis • •• i� access by ; , -' � .-,�•a'i, ����R _ +�,•\F� ���v^Y ,�"' '1 designed to provide easy •• ti �-:',, -c a; '* -. ,� :1 d spectators to elevated bleachers. =f.'- •.-,-. -� :ti. :_ _ 4y�.,; '. s,, ' ar-i:,^.i- See detail bstow -_ •,�: -•' •.. ;_-,-"t1:.',.t+ _l� o�i.< -�S_` +..` tee.`'�` t � _ 6 ,.. 4-- Standard rd - ' . :- . Rampd = Assembly Bleacher Models : e '�-qe Deck 4 • `- The 30' r is d Note:Model numbers on the charts below are for ''ge 'x '*,*•-1',.. , :_ rlong amp specific y bleachers on MiroCote frames only. vior .4;.,i designed for spectators confined to See the footnotes below the chart tot other a wheelchair or those with lower Marne options- ambulatory mobility problems.The Standard Non.Elevated Bleachers Ramp and Deck Assembly is Seat Board 7'6'Long 150'Long 21'0•Long 27'0'Long Constructed of 16 gouge galvanized Type Model# Model* Model,r Model# steel with a dimpled non-skid surface. Ramp framework is finished in ing 3 Row Capacity: 15 Capacity 30 aluminum enamel and the 15'Deck Aluminum — 1023 _ undersfructure is finished in a choice MiroCote — 1043 _ of either block MiraCote or GatvaGuard 1020 -- — • galvanized. Contact your Miracle PermsGlass 1083 1033 — — Representative for complete Seating Seating Seating Seating information on the Romp and Deck 5 Row Capacity:25 Capacity:50 Capacity: 70 Capacity:90 Assembly. I MiraCotesn 10250 9205 9245 Ramp and Deck Assembly GolvoGuard 1022 9805 9845 Shipping PermaGloss 1085 1034 — — Model# Description Weight Seating Seating Seating 1004 Complete 1682 los. fk 10 Row _ Capacity: 100 Capacity: 140 Capacity: 180 accessibility 1 II IF Aluminum 1030 package consisting MiroCote — 1050 9210 9250 of 30'romp GolvoGuord — 1029 9810 9850 assernbty&15' PermaGlass — 1036 — — walkway extenskxn Seating Seating Seatk►g 1002-5 15'walkway 380 los. 15 Row Capacity: 150 Capacity:210 Capacity:270 extension Aluminum -- 1035 1006 30'end ramp 1002 lbs. MiraCote -- 1055 9215 9255 assembly Galva-Guard - 1038 9815 9855 1059-2 5'0'x 59'walkway 300 lbs. PemnoGlass - 1037 — — extension platform Standard Elevated Bleachers Seat Board 15'0'Long 21'0'Long 27'0•Long Elevated Bleachers Type Model* Model# Model# Seating Seating elevated bleachers include, as Seating5 Row Capacity:50 Capacity: 70 Capacity:90 standard, a 36' high x 61' wide front walkway.The walking area is MiraCote 1075 9225 9265 m Galva-Guard 1039 9825 9865 Coprised of six 16 gauge 215'x 9%" PermaGloss 1088 — — dimpled non-skid galvanized steel Seating Seating Seating boards. The understructure is 134' x 10 Row Capacity: 100 Capacity: 140 Capacity: 180 13/4' x 3/16'steel angle with a MiraCote 1076 9230 9270 MiraCote or galvanized finish to Galva-Guard 4040 9830 9870 match the bleacher model PerrnoGioss 1089 — — framework. 15 Row Coo c ty ting 150 C Secm+°210 C Seati270 ng Each elevated bleacher model number also includes two end step MiroCote 1077 9235 9275 GolvoGuord 1042 9835 9875 assemblies 42'long by 61' wide with PermoGioss 1090 — — 2 roll side handrails.The front walkway includes a front handrail MiroCote Frames—Order the model number listed on the chart above for bleachers on system,as described under the • MlroCote Frames. guardrail section. The front roils Galvanized Frames—Any bleacher listed above can also be placed on a Galvanized extend 34'above the walkway and frame.Add(-1)to model number bled above. are designed for a 50 pound/lineal Aluminum Frames—Only 3,5 and 10 row.nonelevated bleachers with Akiminurn Seat foot horizontal load and a 100 loads are available on Aluminum Frames.Add(-2)to the model number Med above. pound/lineal foot vertical load. SPECTATOR SEATING/BLEACHER FRAMES/75 • SCHEDULE F Insurance Primary Liability Insurance Form of Coverage Minimum Limits of Liability I. Workers' Compensation, Statutory inch occupational disease 2. Employers' Liability $500,000 per accident 3. Comprehensive General Liability $1,000,000 per occurrence for bodily injury, personal $1,000,000 annual aggregate injury and property damage • September 17, 1986 MEMORANDUM TO: Mayor and Members of the City Council FROM: City Manager SUBJECT: Hoffer Foundation Agreement PURPOSE: The purpose of this memorandum is for the City Council to consider amending its May 12th agreement with the Hoffer Foundation to reflect the actual cost of improvements to the softball complex. BACKGROUND: On March 24th, the City Council authorized an agreement with the Hoffer Foundation to install field lighting at the softball complex. The cost of the lighting was estimated to be $350, 000, with $175,000 coming from the City and private donations, respectively. On May 12th, the City Council approved a second contract with the Hoffer Foundation to build the announcers' booths ( $20 , 000 ) , the maintenance building ( $15,000 ) and the bleachers ( $20 ,000 ) . The costs of these improvements were to be financed by City funds and matching private donations . In addition, the contract provided that the Hoffer Foundation would be responsible for installing the score boards and flag pole with funds which had previously been donated to the City by Katy Industries and the American Legion. During the discussion of the second contract , the City Council was informed that the cost of the field lighting would be $330, 000, or $20, 000 below the original estimate. This savings was to be used to help finance the improvements contained the second agreement . The improvements to the complex covered by the two contracts mentioned above are now complete and the final invoices have been received. During the construction of the improvements, changes were made which increased the cost of some of the items, necessitating the attached amendment to the second contract . The contract stipulated a maximum cost for each project. No change , however, is required in the first contract for the field lighting because the project came in at $340, 488. 94 , which is less than the contractual amount but greater than the revised May estimate of $330,000. A letter from Robert Hoffer is attached explaining the reasons for the change orders. C. . Hoffer Foundation Agreement September 17 , 1986 Page 2 of 2 Taken in the aggregate, the contracts obligated the City to reimburse the Hoffer Foundation $214 ,500 for the improvements. This figure was informally lowered to $204 , 500 in May when the revised field lighting estimate was made. The reimbursement owed to the Hoffer Foundation, based on final invoices, is $213 ,603. 98, an increase of $9 , 103 .98 above the City' s share of the project cost which was presented to the City Council in May. FINANCIAL IMPACT: There are sufficient funds available to reimburse the Hoffer Foundation for the above change orders, assuming the General Fund would make a temporary loan to Fund 340 until the farm rental payments are received. RECOMMENDATION: The PARC recommends the approval of the aforementioned reimbursement to the Hoffer Foundation as outlined in the attached amended agreement . (/%ef mes J. Coo , City Manager JJC:amp • ROBERT A. HOFFER HOFFER PLASTICS CORPORATION SOUTH ELGIN,ILLINOIS August 4, 1986 Mn. Robert F. Maim Assitant City ManagVL Etg-in City Hatt 150 Dexter Count Etg-.n, IL 60120 Subject: Elgin Sobtba t Complex Dean Bob: The1Le ane 4eveAa2 ,items which constitute .the .invoices bnom M-.elke-LaudendaLe which total $23,604.59. 1. Inztatting 4coneboands - $8,629.93 The boandz we/Le donated by Katy IndustAi,e4 and the American Legion @ $5,000. apiece. The actual cost ob -the boand4 wab $2, 215. apiece; however, it was neceddany to .in4-ta.0 substantiae I beam bAam.ing bon hold-.ng the signs and -to etectniiy the boandb. Th,iz caused the change bAom Mielke-Lauderdale. Thus was $3,060. oven bunds provided by .the $10,000. g-L t4. 2. The $8,632.94 change boA busing the Lighting should be considered an "extra" OA added beatw 'Le.. It was not contemplated .in the oA.igLnal estimate. It pAov-deb boA continuous £,Lghting in case one bulb banns out on the pole. Othe wine, all tights would go out. 3. The announcelt 4tand4 were budgeted at $10,000. apiece and .6o changed by Seagnen/Shales. Again, no pAovizion was made boA etectn iby-.ng the stands. Hence, the $6, 341. 72 change.. a.50 . , M Mn. Robert R. Mcii -2- Augu.6-t 4, 1986 E.eg.in City Hatt 4. The e.eect .A yLng ob the .atonage building wa4 contained in the $330,000. M.ieJze-Laudendate change. The $23, 604. 59 might wet be conzidvted a change ondvt Oh Counci,e appnovat. There ane adequate bund4 avaitabee in your budgeting 4ummany. Sinceneey, adt-tf 044-&-&-c___ RobeA. Hobbe►. RAH/bg Attch: cc: Mn. Mike Sarno