18
Christopher J. Lauzen Kane County Board Chairman COUNTY OF KANE DOCUMENT VET SHEET for Christopher J. Lauzen Chairman, Kane County Board Kane County Government Center 719 South Batavia Avenue Geneva, IL 60134 P: (630) 232-5930 F: (630) 232-9188 [email protected] www.countyofkane.org Name of Document: _ _,J,..J.,.C'-C"""oo.,l.uin,.qLT,_,o,w,e,_r .... R,e,.p.,la"ce=m,e,_n,_t _____ _ Resolution No.: _,1-"'4-:.2,;;8"'-8 __ _ Submitted by: Date Submitted: Approved by: (Legality) Chris Rossman Legal Review of Contract Terms (Atty. Sign-off): The County of Kane requires this contract for the removal and replacement of the existing cooling tower located at the Kane County Justice Center. The Kane County Board authorized the Chairman to enter into a contract per Resolution 14-288. Please notify the Purchasing Office when Offer to Contract is ready to be picked up or requires additional information. Attachments: Resolution 14-288, Purchasing Synopsis and Offer to Contract Chairman signed: YES ____ _ NO ___ _ (Date) Document returned to: (Name/Department) Rev. 3/2014

COUNTY OF KANE€¦ · STATE OF ILLINOIS COUNTY OF KANE RESOLUTION NO. 14 -288 AUTHORIZING A CONTRACT FOR THE COOUNG TOWER REPLACEMENT AT THE JUDICIAL CENTER WHEREAS, bids have been

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Christopher J. Lauzen Kane County Board Chairman

COUNTY OF KANE

DOCUMENT VET SHEET for

Christopher J. Lauzen Chairman, Kane County Board

Kane County Government Center 719 South Batavia Avenue

Geneva, IL 60134 P: (630) 232-5930 F: (630) 232-9188

[email protected] www.countyofkane.org

Name of Document: _ _,J,..J.,.C'-C"""oo.,l.uin,.qLT,_,o,w,e,_r .... R,e,.p.,la"ce=m,e,_n,_t _____ _ Resolution No.: _,1-"'4-:.2,;;8"'-8 __ _

Submitted by:

Date Submitted:

Approved by: (Legality)

Chris Rossman

Legal Review of Contract Terms (Atty. Sign-off): -r:;:::...~4---,f-?'€--\~:,.C.-

The County of Kane requires this contract for the removal and replacement of the existing cooling tower located at the Kane County Justice Center.

The Kane County Board authorized the Chairman to enter into a contract per Resolution 14-288.

Please notify the Purchasing Office when Offer to Contract is ready to be picked up or requires additional information.

Attachments: Resolution 14-288, Purchasing Synopsis and Offer to Contract

Chairman signed: YES ____ _ NO ___ _

(Date) Document returned to:

(Name/Department)

Rev. 3/2014

STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 14 - 288

AUTHORIZING A CONTRACT FOR THE COOUNG TOWER REPLACEMENT AT THE JUDICIAL CENTER

WHEREAS, bids have been solicited and received for the Cooling Tower Replacement at the Judicial Center; and

WHEREAS the lowest responsive responsible bidder as per bid documents and specifications was Mechanical Inc. 2279 Yellow Creek Road, Freeport, IL in the amount $332,142; and

WHEREAS, the base bid cost of the project is $332,142, plus a ten percent (10%) contingency $33,214 for a total cost of $365,356. The (10) percent contingency will not be part of the contract amount with the vendor; and

WHEREAS, it is not recommended to accept alternate (1 ); and

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman is hereby authorized to execute a contract for the Cooling Tower Replacement at the Judicial Center to Mechanical Inc. of Freeport IL, for the base bid amount of Three Hundred Thirty Two Thousand One Hundred Forty Two Dollars ($332,142). In addition, authorizing the approval of a ten percent (10%) project contingency of Thirty Three Thousand Two Hundred Fourteen Dollars ($33,214), for a total project cost of Three Hundred Sixty Five Thousand Three Hundred Fifty Six Dollars ($365,356).

~4clSStedJ~ the Kane County Board on October 14,2014.

---.--~ ... A. Cunningham Ch~uze--:f¥--Cierk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote:~ <f _. (). [Unanimous]

14-10Cooling Tower Replacement JC

u •n t&ll ; • u•

County of Kane PURCHASING DEPARTMENT

KANE COUNTY GOVERNMENT CENTER

719 S. Batavia Avenue, Bldg. A. Geneva, Illinois 60134

October 14, 2014 PROCUREMENT SYNOPSIS

Requesting Department: Building Management Procurement Name: 44-014 JJC Cooling Tower Replacement Recommended Vendor: MECHANICAL, INC.

NOTIFICATION AND RESPONSE Public Notices: • County of Kane's Web site • The CHRONICLE

Telephone: (630) 232-5929 Fax: (630) 208-5107

Advertising Date: September 18, 2014 Notices sent/Plan holder: 21/14 Bid Due Date: October 2, 2014 Proposal Received: 12

PURPOSE The purpose of this contract is seeking to retain the services from an experienced and licensed Contractor to provide the material, labor and equipment necessary for the removal and replacement of an existing cooling tower located at the Kane County Judicial Center in St. Charles, Illinois.

VENDOR Mechanical, Inc., Freeport, IL Commercial Mechanical, Inc., Dunlap, IL Dodson Plumbing, Heating & Air, Pontiac, IL Monaco Mechanical, Inc., Lisle, IL Mechanical concepts of Illinois, Romeoville, IL F.E. Moran, Inc., Northbrook, ll Premier Mechanical, Inc., Addison, IL Ideal Heating Company, Brookfield, IL Amber Mechanical Contractors, Inc., Alsip, IL Quality Control Systems, Inc., Crete, IL YMI Mechanical, Inc., Elk Grove Village, IL

(A)= Added (D)= Deduct

BASE BID ALTERNATE #1 $332,142.00 $5,026.00 (A) $431,700.00 $600.00 (D) $458,000.00 No Charge $586,600.00 No Charge $382,000.00 $3,500.00 (D) $502,000.00 $3,000.00 (D) $492,000.00 $3,600.00 (D) $428,888.00 $1,600.00 (D) $414,000.00 No Charge $524,000.00 $3,000.00 (D) $484,503.00 $3,650.00 (D)

Based on vendor's experience the staff recommends awarding this contract to Mechanical Inc. of Freeport, IL pending Building Management's approval.

Submitted By:

Tim Keovongsak, Buyer II Purchasing Department

COOLING TOWER REPLACEMENT KANE COUNTY JUDICIAL CENTER ST.CHARLES, ILLINOIS

CORDOGAN, CLARK & ASSOCIATES, INC. 960 RIDGEWAY A VENUE

AURORA, ILLINOIS 630-896-4678

OCTOBER 2014 KANE COUNTY CCA PROJECT NUMBER: 14370

KANE COUNTY OFFER TO CONTRACT BID FORM

for

Kane County Justice Center Cooling Tower Replacement

Bid Due Time & Date: 2p.m .. Thursday. October 2. 2014

To: County of Kane (Purchasing Department) Kane County Government Center, Bldg. A 719 S. Batavia Ave. Geneva, IL 60134

The following offer is hereby made to the County of Kane, Illinois, hereafter called the Owner.

Mechanical Incorporated Submitted By:

Address: 2279 Yellow Creek Road

Freeport IL 61032

Telephone: 815.235.1955

Email: [email protected]

Contact Name: MARIA DIERKING

I. The undersigned Contractor proposes and agrees, after having examined the specifications, quantities and other contract documents, to irrevocably offer to furnish the materials, equipment and services in compliance with all terms, conditions, specifications and amendments contained in the bid solicitation documents. The items in this Invitation to Bid, including, but not limited to, all required certificates, are fully incorporated herein as a material and necessary part of the contract.

A. The Contractor shall also include with his bid any necessary literature, samples, etc., as required within the Invitation to Bid, Instruction to Bidders and specifications.

1. The Contractor has examined the Contractor Disclosure section of the Instruction to Bidders, and has included or provided a notarized document listing all

cumulative campaign contributions made within the past twelve months, to any current or countywide elected officer, and ownership interest in entity greater than five percent.

B. For purposes of this offer, the terms Offerer, Bidder, Contractor, and Vendor are used interchangeably.

II. In submitting this Offer, the Contractor acknowledges:

A. All bid documents have been examined: Instructions to Bidder, Scope of Work, Specifications and Drawings, including the following addenda:

No. \ , No. :J- , No., ___ ,, No. ___ , (Contractor to acknowledge addenda here.)

B. To be prepared to execute a contract with the County within ten (10) calendar day after acceptance of the bid by the County

C. The site and locality have been examined where the service is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as Contractor deems necessary.

D. The County of Kane reserves the right at any time and for any reason to cancel this Invitation for Bids, accept or reject any or all bids or any portion thereof, or accept an alternate bid. The County reserves the right to waive and immaterial defect in any bid. Unless otherwise specified by the bidder or the County, the County has ninety (90) days to accept. The County may seek clarification from any bidder at any time and failure to respond promptly is cause for rejection.

Ill. BASE BID

The Contractor agrees to furnish all labor, materials, equipment, insurance, etc. necessary to perform the Work as specified in the drawings and specifications.

BASE BID AMOUNT: $ 3 3~, It} (j_ o OO

AS WRITTEN:--\b("'Q hund (~d_t/a~ -k -thilu.&J;x&tJ.t/1'..- hUJJCimd ?=~ h o ~ , 110, '/ex:/>

The undersigned understands that this proposal is or the work fully descr~~ tht j · specifications and individual Bid Package scope of work thereafter for which the proposal is intended.

IV. SCHEDULE OF ALTERNATES

The selected alternates will be used to determine the lowest qualified Bid for this Bid Package. The undersigned Bidder proposes the amount below be added to or deducted from the Base Bid if particular alternates are accepted by Owner. Amounts listed for each alternate include costs of related coordination, modification, or adjustment and all alternates shall be inclusive of contractor overhead and profit regardless of whether additive or deductive. Owner reserves the

2

right to accept or reject any alternate, in any order, and to award or amend the Contract accordingly within 90 days of the Notice of Award unless otherwise indicated in the Contract Documents. Bidder is required to note if alternate is additive, deductive, or no change from base bid amount. If the alternate does not affect the Contract Sum, the Bidder shall indicate "NO CHANGE." If the alternate does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE." The Bidder shall be responsible for determining from the Contract Documents the affects of each alternate on the Contract Time and the Contract Sum. Acceptance or non-acceptance of any alternates by the Owner shall have no affect on the Contract Time unless the "Schedule of Alternates" Article below provides a formatted space for the adjustment of the Contract Time.

Alternate #1 Structural steel to be painted in lieu of galvanized $ 5, o::llc .. cD Add/Deduct/No Change

V. VOLUNTARY ALTERNATES

The Contractor is encouraged to provide Voluntary Alternates. If Contractor elects to do so, it must be a modification to the Base Bid and shall not be included in the Base Bid. The selected alternates will be used to determine the lowest qualified Bid for this Bid Package. Any alternates not specifically outlined on the Bid Proposal Form shall be submitted in the form outlined below. Failure to do so may result in the rejection of the bid. A separate sheet can be included with the bid form, if required.

Voluntary Alternate #01

Voluntary Alternate #02

VI. SCHEDULE OF VALUES

Add/Deduct/No Change

!dd~!tNo Change

The following quantities are to be furnished for comparison purposes only, to help with the evaluation of the base bid prices:

!I5M DOLLAR AMOUNT

Labor ~ &o, 35:J .. oo Material ~ 30, '--\~1.. DO

J

Equipment $ I~S". &51, O(J I

Ji Z,d.s~ .. 00 Performance Bond

~U.\?:> GoN~CT --{t 73, Bo 8, oO 3

General Conditions I OH & Profit

Total Base Bid Amount

VII. PERSONNEL I SCHEDULE

Average Size of Crew Anticipated

Staff h.)eLn&QS j 1-WPC. Ktl.f j PM

Identify Lead Time of Major Equipment after Shop Drawing Approval

List Major Equipment

--~&:!:,_ ___ Weeks

If the Bidder is not in agreement with the Project Schedule in the specifications, attach a schedule indicating the subcontractors proposed timeline for discussion purposes. The schedule compliance shall be factored into the qualification for award of the contract.

VIII. UNIT PRICES

All unit cost are to include equipment material and labor costs, including bonding, overhead and profit. Bidder must quote on all items called for in their bid package. This form is required to be attached to the Bid Form. The undersigned Bidder proposes the amounts below be added to or deducted from the Contract Sum on performance and measurement of the individual items of Work and for adjustment of the quantity given in the Unit-Price Allowance for the actual measurement of individual items of the Work. If the unit price does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE."

IX. BID SECURITY

Accompanying the proposal is a Bid Bond or (Certified Check) as surety in the amount of not less than 5% of the Base Bid payable to the Owner, which it is agreed will be forfeited if the undersigned fails to execute the Contract in conformity with Specifications and Furnish Performance and Labor and Material Payment Bonds as specified within ten (1 0) days after notification of the award of the Contract to the undersigned.

X. PERFORMANCE I PAYMENT BOND

The undersigned agrees to provide an acceptable Performance and Labor and Material Payment Bonds, in accordance with AlA Document A311, in the amount of 100% of the Base Bid of which the cost of the Bonds are included in the Bid.

By signing this Bid, the Offeror hereby certifies that they are not barred from bidding on this contract as a result of a violation of either Section 33E-3 or 33E-4 of the Illinois Criminal Code of 1961, as amended. The awarding of any contract resulting from this Bid will be based upon the funding available to Kane County, which may award all or part of this project. The terms of the Bid and the response shall be incorporated by this reference as though fully set forth into the Contract not withstanding any language in the contract to the contrary. In the event of any

4

conflict between the terms of the Contract and the terms of the Bid and the response, the terms of the Bid and the response shall govern. Every element or item of the Bid and the response shall be deemed a material and severable item or element of the contract. THIS SECTION MUST BE SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE COMPANY OR NTITY RESPONDING TO THE BID AND THE RESPONSE.

Com pan

Address 2279 YELLOW CREEK ROAD

City/State/Zip FREEPORT IL 61032

Phone# 815-235-1955

Federal I. D./Social Security# 36-3677191

Fax# 815-235-1940

Date SEPTEMBER 23. 2014

ACCEPTANCE

The Offer is hereby accepted for the Kane County Justice Center Cooling Tower Replacement Project.

The Contractor is bound to sell the materials and services listed in the attached contract and based upon the Invitation to Bid, including all terms, conditions, specification, amendments, and the Contractor's offer is accepted by the County of Kane.

This contract shall henceforth be referred to as Contract Number 44-014. The Contractor has been cautioned not to commence any billable work or to provide any materials or services until

this Contrac r rec~ives ~rand or notice to proceed.=-.,----------

Christopher J. Lauzen Date Chairman, County Board Kane County, Illinois

5

RELEVANT EXPERIENCE VERIFICATION FORM

Attach additional sheets as required to complete this form in its entirety. Additionally, Bidder is also required to furnish with their bid the Prequalification Form - AlA A-305.

List of all similar projects (and contract value) contracted with the Bidder that have been completed within the last 5 years.

5ee Q~b

List of all similar projects completed for government institutions over the last 5 years that were contracted with the Bidder.

List of five government institution references where similar work was contracted with and installed by the Bidder. Include organization name, contact name, phone, email, and any pertinent project details if not included w/ the above project experience lists.

What work (be specific - field installation labor, administrative, etc. and % of total contract) is self performed and what is subcontracted under their contract as defined by the scope of work?

??o% is .sel£-perfovrne_o - 2o% 15 6ubtorrfm.d-Po{~ro.ne 1 e \ .ec...-+n ·c.tL\ J c..o n c..v e... 1-e 1 ~ sc...r ~ ) •

6

List staffing (quantities, title, roles) assigned to complete this project in the timeline outlined in Section 003000.

(1) Controls/Start-Up technician, 2-4 Pip fitter/ fitter welders, 2 tab shop welders,

2 apprentices-assisting with rigging and material mobilization

List of Key Personnel to be involved in this project (include title/responsibilities)

Josh Hett- Project Manager (PM) will attent OAC's and contrail all aspects of project (material, manpower, scheduling & budget).

Gary Proctor- Service Manager will collaborate with PM and provide support as required to the project. His techs will be integrated into the

project for their existing building operational knowledge, CT start-up, and owner training. Maria Dierking- Director of Accounts- Overall Project Oversight

List of Current Workload and Status (projected through the end of the calendar year)

Manageable- See attached current project list

Signature:

Printed Name & Position: GARY STATDFIELO VICE PRESIOENT

Date: 9-22-2014 Firm Name: MECHANICAL INCORPORATED ------------------------Official Address:

2279 E YELLOW CREEK ROAO FREEPORT IL 61032

Phone--~8~1~5~-2~3~5~-1~9~55~------------ Email 815-235-1940

7

Contractor's Qualification Statement

AlA Document A30S -Electronic Format

THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AlA DOCUMENT MAY BE MADE BY USING AlA DOCUMENT 0401.

This fonn is approved and recommended by The American Institute of Architects (AlA) and The Associated General Contractors of American (AGC) for use in evaluating the qualifications of contractors. No endorsement of the submitting party or verification of the infonnation is made by AlA or AGC.

Copyright 1964, 1969, 1979, 1986 by The American Institute of Architects, 1735 New York Avenue N.W, Washington D.C. 20006-5292. Reproduction of the material herein or substantial quotation of its provisions without written pennission of the AlA violates the copyright laws of the United Slates and will be subject to legal prosecution

The Undersigned certifies under oath that the information provided herein IS true and sufficiently complete so as not to be misleading. SUBMITTED TO:

ADDRESS:

SUBMITIED BY:

NAME:

ADDRESS:

PRINCIPAL OFFICE:

Mechanical Incorporated

Gary Statdfield

2279 Yellow Creek Road

Freeport IL 61032

Freeport, IL

NAME OF PROJECT (if applicable):

TYPE OF WORK (file separate form for each Classification ofWork):

General Construction

Plumbing

Corporation

Partnership

Individual

Joint Venture

Other

[X] HVAC

[ J Electrical

[ 1

[X]

[X] Other (please specify) Process Piping, Aquatic Piping, Steel Fabrication

I. ORGANIZATION

1.1 How many years has your organization been in business as a Contractor? 46 Years

1.2 How many years has your organization been in business under its present business name? 46 Years

[X] [ 1 [ 1 [ 1 [ l

AlA DOCUMENT A305 -CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION ·AlA ·COPYRIGHT 1986 ·THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK A VENUE N.W., WASHINGTON D.C .. 20006-5292.W ARNING; Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. This document was electronically produced with pennission of the AlA and can be reproduced without violation until the date of expiration as noted below.

Electronic Format A305-1986 User Document: A305.CON -- 2/23/2000. AlA License Number 113330, which expires on 5/31/2000 -·Page #1

1.2.1 Under what other or former names has your organization operated?

1.3 If your organization is a corporation, answer the following:

Daleo f incorporation: 1-2-90 1.3.1 1.3.2

1.3.3 1.3.4

State ofincorporation: Illinois President's name: Brian Helm Vice-president's name(s): Gary Statdfield

1. 3. 5 Secretary's name:

1.3.6 Treasurer's name: Craig Buikema Craig Buikema

1.4 If your organization is a partnership, answer the following:

1.4.1 Date of organization:

1.4.2 Type ofpartnership (if applicable): 1.4.3 Name(s) ofgeneral partner(s):

1. 5 If your organization is individually owned, answer the following:

1.5.1 Date of organization: 1.5.2 Name of owner:

1.6 If the form ofyour organization is other than those listed above, describe it and name the principals:

2. LICENSING

2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. UA Plumbers, Pipefitters & Sheet Metal Workers

2.2 List jurisdictions in which your organization's partnership or trade name is filed. Continental United States

3. EXPERIENCE

3.1 List the categories o fwork that your organization normally performs with its own forces.

Plumbing, Heating, Sheet Metal, Process Piping Work

3.2 Claims and Suits. (lfthe answer to any of the questions below is yes, please attach details.)

3.2.1 Has your organization ever failed to complete any work awarded to it? NO

3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO

3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years?

NO

3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (Ifthe answer is yes, please attach details.)

NO

3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date.

AlA DOCUMENT 11.305- CONTRACTOR'S QUALIFICATION STATEMENT- i986 EDITION- AlA- COPYRJGHT 1986 •THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON D.C .. 20006-5292. WARNING; Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. This document was electronically produced with permission ofthe AlA and can be reproduced without violation until the date of expiration as noted below.

Electronic Format A305-1986 User Document: A305.CON -- 212312000: AlA License Number 113330, which expires on 513112000- Page #2

3.5

3.4.1 State total worth o fwork in progress and under contract: See Attached

On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces.

See Attached

3.5.1 State average annual amount of construction work performed during the past five years: $125,000,000

3.6 On a separate sheet, list the construction experience and present corrunitments of the key individuals of your organization.

See Attached Resumes

4. REFERENCES

4.1 Trade References: Columbia Pipe & Supply

815-962-3711

Ferguson Enterprises

815-282-3100

Connor Company

815-874-1515 4.2 Bank References

BMO Harris Bank, Janesville WI

Patrick Weberpal- 608-755-4229 4.3 Surety:

4.3 .1 Name o fbonding company: Fidelity & Deposit of Maryland

4.3.2 Name and address ofagent: Williams Manny, 555 S. Perryville, Rockford IL

Steve Johnson - 815-398-6800

5. FINANCING

5.1 Financial Statement.

5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: See attached financial letter- we will submit an audited financial

statement upon request. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses);

Net Fixed Assets;

Other Assets;

Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);

Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings).

5 .1 . 2 Name and address o ffum preparing attached fmancial statement, and date thereof:

5.1 . 3 Is the attached financial statement for the identical organization named on page one?

5 .1.4 If not, explain the relationship and fmancial responsibility o fthe organization whose financial statement is provided (e.g., parent-subsidiary).

5.2 Will the organization whose financial statement is attached act as guarantor o fthe contract for construction?

\lA OOCUMENT A305 • CONrRACTOR'S QUALIFICATION STATEMENT- 1986 EDITION· AlA· COPYlliGHT 1986 ·THE AMERiCAN INSTITUTE OF ,RCHITECTS, 1735 NEW YORK A VENUE N.W., WASHINGTON D.C .. 20006-5292.WARNJNG; Unlicensed photocopying violates U.S. copyright laws and is

subject to legal prosecution. 1bis document was electronically produced with pennission of the AlA and can be reproduced without violation until the date of expiration as noted below.

Electronic Format A305-1986 User Document: A305.CON -- 2/23/2000. AIA License Number 113330, which expires on 5/31/2000·- Page #3

6. SIGNATURE

6.1 Dated

By:

Title: Vice President

6.2

M being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading.

Sob"ribod •nd >WO~ ~ Hi, rJ.-a y -b r Scp I. I ). 1:>/ 'I Notmy Poblio ~.l 9. . d)t...r;:<,..J - - -My Commission Expires:

q - l I - I ( ,., (J OFFICIAL SEAL _ ~ SUSAN J LEITZEN

Notary Public - State of Illinois My Commission Expires Sep 11, 2016

'\lA DOCUMENT A305- CONTRACTOR'S QUALIFICATION STATEMENT- 1986 EDITION- AlA- COPYRIGHT 1986- THE AMERICAN fNSTITUTEOF ARCHITECTS. 1735 NEW YORK A VENUE N. W., WASHfNGTON D.C .. 20006-5292.W ARNfNG; Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. This document was electronically produced with permission of the AlA and can be reproduced without violation until the date of expiration as noted below.

Electronic Format A305-1986 User Document: A305.CON- 212312000. AlA License Number 113330, which expires on 5/3112000-- Page #4

-a AC R CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY) ·~- 10/15/2014

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

PRODUCER 2~~~CT Cottingham & Butler Et)gN~n l'rll• 563-587-5000 1 rffc_ .. ~,. 563-583-7339 John Van Dyke 800 Main St. ~*'n1l~c::c::· Dubuque lA 52001 INSURER(Sl AFFORDING COVERAGE NAIC#

INSURER A: Travelers Prop & Cas Co of Am 25674 INSURED HELGR01 INSURER B: Navioators Insurance Com_Q_any_ 42307

Mechanical, Inc. 2279 Yellow Creek Road

INSURER c ,Columbia Casualty_ Co. 31127

Freeport IL 61032 INSURERD:

INSURERE:

INSURERF:

COVERAGES CERTIFICATE NUMBER· 1487967487 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

INSR TYPE OF INSURANCE ADDL IS~BR lc~g)i\g~ li~g~t,g~ LIMITS LTR INSD WVD POLICY NUMBER

A ~ COMMERCIAL GENERAL LIABILITY /vT JEXGL132J2474 0/1/2014 10/1/2015 EACH OCCURRENCE $2000000

f--tJ CLAIMS-MADE W OCCUR ~~~~~~?E~~:i~encel $300,000

~ QQoliSl~l!.!al MED EXP (Any one person) $

f.-- Liabilillt PERSONAL & ADY INJURY $2000000

8LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4000000 0PRO- D PRODUCTS- COMP/OP AGG $4000000 POLICY JECT LOC

OTHER: Includes SIR Self Insured $100,000 A AUTOMOBILE LIABILITY VTC2JCAP132J2486 10/1/2014 10/1/2015 LJE~~~~~~~ti'INGLE LIMIT $1,000,000 f---

X ANY AUTO BODILY INJURY (Per person) $ f--- ALL OWNED .--- SCHEDULED

AUTOS AUTOS BODILY INJURY (Per accident) $ f-- f.-- NON-OWNED

I rp~?~;c~;';,;;gAMAGE X HIRED AUTOS X AUTOS $ f-- f.--

X Deductible Deductible $100,000

B X UMBRELLA UAB ··~OCCUR CH14UMB1728711V 0/1/2014 10/1/2015 EACH OCCURRENCE $5,000,000 f---

EXCESSLIAB CLAIMS-MADE AGGREGATE $5,000,000

OED I X I RETENTIONs 1 0 000 $

A WORKERS COMPENSATION jvrwxJUB1C030050 (IL) 0/1/2014 10/1/2015 JPER J I OTH- $350,000 SIR IL X~TE ER AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE G NIA E.l. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under

E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below A WC All Other States ~JUB1C99742A 0/1/2014 10/1/2015 EL Limits 1,000,000 c Pollution CSB288394664 0/1/2014 10/1/2015 Limit 2,000,000 c Professional CE0288277599 10/1/2014 10/1/2015 Limit 2,000,000

DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)

Re: JJC Cooling Tower Replacement Project Kane County; Cordogan Clark & Associates, Inc.; and Cordogan Clark Consulting Services are additional insured on the General Liability policy subject to all terms and conditions of the policy forms. The Umbrella follows form.

CERTIFICATE HOLDER CANCELLATION I

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN

Kane County Government Center ACCORDANCE WITH THE POLICY PROVISIONS. 719 S. Batavia Ave. Geneva IL 60134 AUTHORIZE.D REPRESEN~k

l~v.:' .····· .......... ~ ... · .. ····· . ..

I .

© 1988-2014 ACORD CORPORATION. All nghts reserved.

ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD

. ~

TRAVELERSJ

BLANKET ADDITIONAL INSURED (CONTRACTORS)

This endorsement modifies insurance provided under the following: SELF-INSURED EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE FORM

1. WHO IS AN INSURED - (Section II) Is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part However, the person or organization is only an additional insured with respect to liability for "bodily injury", "property damage" or "personal injury" and as described In Paragraph a), b) or e) below, whichever applies:

a} If the "written contract requiring insurance" specifically requires you to provide additional insured coverage to that person or organization by the use of: 1. The Additional Insured - Owners, lessees or Contractors - (Form B) endorsement

11 85; or 11. The Addltior"1 lnouratf- f"lwn<>rs, Lessees or Contractors- Scheduled Person Or Organization

endorsemer 1nd the Additional Insured - Owners, Lessees or Contractors -Completed Operations enaorsement

the person or organization Is an additional insured only if the injury or damage arises out of "your work»to which the •written contract requiring Insurance" appUes.

b) If the ''written contract requiring insurance" speciftcally requires you to provide additional Insured coverage to that person or organization by the use of: I. The Additiont=~lln!>llrl'!d - Owners, Lessees or Contractors - Scheduled Person or Organization

endorsement and the Additional Insured - Owners, Lessees or Contractors -Completed Operations endorsement CG 20 37 07 04; or t

11. The Additional Insured- Owners, Lessees or Contractors- Scheduled Person Or Organization endorsement CG 20 10 and the Additional Insured - Owners, Lessees or Contractors -Completed Operations endorsement CG 20 37, without an edition of such endorsements specified;

the person or organization is an additional Insured only if the injury or damage is caused, in whole or In part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring Insurance" applies.

c) If neither Paragraph a) nor b) above applies: I. The person or organization Is an addiUonal insured only If, and to the extent that, the injury or

damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the nwritten contract requiring insurance" applies; and

11. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization.

2. The Insurance provided to the additlonatlnsured by this endorsement Is limited as follows: a) In the event that the limits of Insurance of this Coverage Part shown in the Declarations exceed

the limits of liability required by the "written contract requiring insurance•, the insurance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of Insurance described in Section Ill - Limits Of Insurance.

Symbol No.

PRODUCER

CP-5397 Rev. 3-93

EXG804v,.

COTTINGHAM & BUTLER/HE294

Page 1 of 3

OFFICE DES MOINES/055

~­\

~

TRAVELERSJ Polley Number: VTJ-EXGL-132J2474-TIL·

b) The insurance provided to the additional insured does not apply to "bodily injury", "property damage'' or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including:

I. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and

11. Supervisory, inspection, architectural or engineering activities. c) The Insurance provided to the additional Insured does not apply to "bodily injury" or "property

damage" caused by "your work" and included in the "products-completed operations hazard" unless lhe "written contract requiring Insurance" specifically requires you to provide such coverage for that additional insured during the policy period.

3. Subparagraph (1)(a) of the Pollution exclusion under Paragraph 2., Exclusions of Coverage A Bodily Injury and Property Damage Liability (Section 1- Coverages) does not apply to you If the "bodily injuryn or "property damage" is caused by "your work" performed at any premises, site or location which is owned by, or rented to, the additional insured at the time "your work" Is performed there.

4. The Insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional Insured for a loss we cover under this endorsement. However, if the "written contract requiring Insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance will apply as if other insurance available to the additional insured which covers that person or organization as a named Insured for such loss does not exist, and we will not share with that other Insurance. But the Insurance provided to the additional insured by this endorsement still Is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional Insured when that person or organization Is an additional insured under such other insurance.

5. As a condition of coverage provided to the additional insured by this endorsement

a} The additional insured must give us written nodce as soon as practicable of an "occurrence" or an offense which may result In a claim under this insurance. To the extent possible, such notice should Include: I. How, when and where the "occurrence" or offense took place;

li. The names and addresses of any injured persons and witnesses; and Ill. The nature and location of any injury or damage arising cut of the "occurrence" or offense.

b) If a claim is made or "suit" Is brought against the additional insured which may result in a claim under this insurance, the additional insured must: I. Immediately record the specifics of the claim or "sull" and the date received; and II. Notify us as soon as practicable.

The additional insured must see to It that we receive written notice of the claim or "suit" as soon as practicable.

c) If a claim is made or "suit" is brought against the additional insured which may result in a claim against this insurance, the additional Insured must immediately send us copies of an legal papers received in connection with the claim or "suit", cooperate with us in the Investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions.

d) The additional insured must tender the defense and indemn~y of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However. this condition does not affect whether, as described In Paragraph 4. above, the insurance provided to the additional insured by this endorsement wiU apply as if other

Symbol No. EX G8 04 Page 2 of 3

PRODUCER C01TINGHAM & BUTLERIHE294 OFFICE DES MOINES/055

CP-5397 Rev. 3-93

I I

I l

I I

J '~·i:if

I I

i i I

TRAVELERS'f' Policy Number: VTJ-EXGL-132J2474-TIL

insurance available to the addltlonal insured which covers that person or organizatron as a named insured does not exist.

6. The following definition is added to SECTION V. - DEFINITIONS:

"Written contract requiring insurance'' means that part of any written contract or agreement under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs, and the "personal injury" is caused by an offense committed, during the policy period and:

a. After the signing and execution of the contract oragreement by you; and b. While that part of the contract or agreement is in effect.

Symbol No. EX os 04 Page 3 of 3

PRODUCER COTTINGHAM & BUTLERIHE294 OFFICE DES M01NESIOS5

CP-5397 Rev. 3·93