97
County of Kane Office of County Board Kane County Government Center . ! KANE COUN1¥ BOARb Karen McConnaughay Chairman 630-232-5930 DOCUMENT VET SHEET for Karen McConnaughay Chairman, Kane County Board 719 Batavia Avenue Geneva, lllinois 60134 Fax 630-232-9188 Name of Document: Offer to Contract for Third Street Courthouse New Elevator Bid 37-012 3id Street Courthouse New Elevator Submitted by: Date Submitted: Examined by: Poston Web: Comments: Tim Keovongsak I Purchasing Dm>t. October 23, 2012 JOs&lf !.uL v-'2S No Atty. Contract for 3rd Street Courthouse new elevator, Res#l2-276, are awarded to multiple vendoiS per trades (total of six). Attached are six Offers to Contracts to vet and require Chairman's signature of approval to proceed with contract execution. · Performance and labor and material bonds are being requests from vendors by WCM and will be deliver to the County by this Thursday. Please notify Purchasing when Offers to Contracts are ready for pick up or require additional information. Attachment: Offer to Contract of following vendors: L.J. Morse, Rehm. Electric, Eagle Concrete, Jensen Plumbing & Heating, Schindler Elevator, and Robinette Demo. Res #12-276 Chairman signed: Document returned to: Rev. 3/11

I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Office of County Board

Kane County Government Center

I~ :G~ 2~:0~ ~~1

. ! KANE COUN1¥ BOARb

Karen McConnaughay Chairman

630-232-5930

DOCUMENT VET SHEET for

Karen McConnaughay Chairman, Kane County Board

719 Batavia Avenue Geneva, lllinois 60134

Fax 630-232-9188

Name of Document: Offer to Contract for Third Street Courthouse New Elevator Bid 37-012 3id Street Courthouse New Elevator

Submitted by: Date Submitted:

Examined by:

Poston Web:

Comments:

Tim Keovongsak I Purchasing Dm>t. October 23, 2012

JOs&lf !.uL v-'2S

No Atty. lniti~ Contract for 3rd Street Courthouse new elevator, Res#l2-276, are awarded to multiple vendoiS per trades (total of six). Attached are six Offers to Contracts to vet and require Chairman's signature of approval to proceed with contract execution. ·

Performance and labor and material bonds are being requests from vendors by WCM and will be deliver to the County by this Thursday.

Please notify Purchasing when Offers to Contracts are ready for pick up or require additional information.

Attachment: Offer to Contract of following vendors: L.J. Morse, Rehm. Electric, Eagle Concrete, Jensen Plumbing & Heating, Schindler Elevator, and Robinette Demo. Res #12-276

Chairman signed:

Document returned to: Rev. 3/11

Page 2: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 - 276

AUTHORIZING THE CONSTRUCTION OF AN ELEVATOR AT THE 3RD STREET COURTHOUSE

WHEREAS, there is a need for an additional elevator at the 3rd street courthouse; and

WHEREAS, bids have been solicited and received to complete this elevator construction. The cost to construct this project is $850,000; and

WHEREAS, adequate funds have not been budgeted in the FY12 and FY13 budget for this expenditure, but adequate funds are available to fund this expenditure in Fund 500, Capital Projects.

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman is hereby authorized to execute contracts for the construction of an elevator at the 3rd Street Courthouse, and expenditures for said elevator construction shall not exceed Eight Hundred and Fifty Thousand Dollars ($850,000). Contract funds to be paid from line 500.800.805.72010 Building Improvements.

BE IT FURTHER RESOLVED by the Kane County Board that the FY12 Budget is amended as follows:

Line Item

500.800.805.72010

500.800.005.72010 Building Improvements $850,000 500.800.000.39900 Cash on Hand $850,000

Line Item Description Was Are funds currently personnel/item/service available for this

approved In original personnel/Item/service In budget or a subsequent the specific line Item?

budget revision? Building Improvements No Yes

Passed by the Kane County Board on September 11, 2012.

John A. Cunningham Clerk, County Board Kane County, Illinois

Vote: Yes No Voice Abstentions 9Eievator

Karen McConnaughey Chairman, County Board Kane County, Illinois

If funds are not currently available In

the specified line Item, where are the funds

available?

Page 3: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

··-... UAA.oo AGENDA ITEM EXECUTIVE SUMMARY

. _jA~<:~~_a_ltern # b 2 -276 .. ''·1 ···~··· - . --- ••""-'$-CJO(JJi."••. -----•• •• "'~ ........... '1'~ •• •• I~ .. ····· ·•· ······ ~ ••

[81 Resolution Name AUTHORIZING THE CONSTRUaiON OF AN ELEVATOR AT THE 3RD STREET

~ [( ~ l oi\GANIZEo \ i )j~ COURTHOUSE ~: ; ................... ; ·~ ~ \ ~ \, "4N, I6,1B'!.I'> j ~~ O Ordinance

··.(Jl\· •••• ••• .... ···~.: ·~· ......... ·o"'• . ~ ~ ..

"••. li'o•JL\.1: •"" I Tim Harbaugh , Executive Director I ····e;;;;····· Presenter/Sponsor: ·~ ...

Budget Information: Was this item budgeted? DYes [81No ON/A I Appropriation Amount: I I If not budgeted, Capital Projects (Fund 500) has adequate funds for this expenditure. explain funding source

SUMMARY: There is a need for an additional elevator at the 3rd Street Courthouse.

Bids have been solicited and received to complete this renovation construction, with a construction cost of $850,000.

Funds have not been budgeted in the FY12 and FY13 budget for this expenditure, but adequate funds are available to fund this expenditure in Fund 500, Capital Projects.

Attachments:

Detailed information available from: I Staff Name: I Tim Harbaugh II Phone: 1630.208.5173 I Resolution/Ordinance Tracking:

Assigned Committee: I Finance/Budget Ill P~ssed I Sent to: !Executive II on: 108/29/2012 II If Other, specify: I . Committee Remarks: '

Next Committee: !Executive Ill Passed I Sent to: !County Board II on: 109/05/2012 II If Other, specify: I Committee Remarks:

NextCommittee: !County Board Ill I SenttQ: I II on: I ----~-- II Committee Remarks:

County Board Date: 109/11/2012 II

Page 4: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

· County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

SECTION "8"

OFFER TO CONTRACT

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

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

Submitted By: <..._) r

Address l~os 5. R,~('_r Sh

Telephone

Email

Contact Name

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.

The Contractor has examined the Contractor Disclosure section of the Instruction to Bidders, and has included or provided a document listing all cumulative campaign contributions made within the past twelve months, to any current or county-wide elected officer, and ownership interest in entity greater than five percent.

In submitting this offer, the Contractor acknowledges:

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

Addenda No_..;___; No d ; No "3. ; (Contractor to acknowledge addenda here)

22

Page 5: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

· County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

B. 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.

C. To be prepared to execute a contract with the Owner within ten (10) calendar days after acceptance of the bid by the Owner.

D. The Contractor understands that a separate bid amount for Part I New Elevator Work and Part II Courtroom Improvements Work is to be submitted. Submitting a bid for only Part I or Part II will disqualify the bidder.

E. 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 any 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.

Bid Package No. ___,3""'·-o.-Jt~--Scope of Work __ C........:o:...:.~.::::;_,;:_+ _ _l., ...:....n_.__---!...P...:..I....:.e;_ee...::;.,_ _ ___;:C=o~. ;;_:l>"'l'~c...:.._re,.,-=:::.....:k~: ~------

In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each package separately.

BASE BID AMOUNT:

The Contractor agrees to furnish all labor, materials and equipment necessary to perform the work as described in the documents (including allowances) for the Third Street Courthouse I New Elevator & Courtroom Improvements prepared by Williams Construction Management 300 Cardinal Drive, Suite 160 St. Charles, Illinois 60175 and their consultants.

Base bid amount is to include all allowances per scope of work.

PART I NEW ELEVATOR WORK: Work includes the demolition of existing stairs, landings, handrails, walls, and concrete floors. New work consist of concrete foundations & concrete slabs, structural steel, metal stairs & railings, millwork, passenger elevator, interior finishes, mechanical, electrical systems.

Dollars $~Lff-"'3'+~-=5-=()::;....;C)=--'

23

Page 6: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

PART II COURTROOM IMPROVEMENTS WORK: Work includes the demolition of acoustical ceilings, drywall partitions, flooring, cooling equipment, condensing units, ductwork, lighting fixtures, conduit & wire. New work consist of courtroom millwork, wood platforms, painting restoration, roof penetrations, roofing, interior finishes, mechanical, electrical & communication systems.

For the Sum of _ _._N_.:.:..u'l,....L""-=-~+-"-=J..J'<-$4"'-"~dl=.:.-___._1-.:.h.:....:.(e(..=--..:...:Hv'---"-'ill.c;:;_r).:.-~....:.c·"l_· _Dollars $ Cf1 35 0 Q.~-.~ "-1iiY

TOTAL AMOUNT PART I & II

For the Sum of 'f. P.J,1 Tw.., T£..,ov$e. ...,) ft~ Vi~ tf.C,J; Dollars$ 5~, f$6 C) •

OPTION NUMBER 1: PULL DOWN ALUMINUM STAIRS : Provide a cost to furnish and install a pull down aluminum stairs in the ceiling of Room 402

a. (Bid Package #2A Demolition). Demolish and remove plaster ceiling. b. (Bid Package #6A General Trades). Provide framing of opening, plaster repair, and pull down stairs.

Add I Deduct ....................................................................................................... $ ______ _

OPTION NUMBER 2: ACOUSTICAL ATTENUATION PANELS: Provide a cost to furnish and install acoustical wall panels in Courtroom 300

a. Bid Package #6A General Trades). Provide acoustical wall panels as indicated on drawings.

Add I Deduct ....................................................................................................... $ ______ _

OPTION NUMBER 3: FLAT TV SCREEN CABINETS: Provide a cost to cutout, demolish, and remove masonry for new recessed flat screen cabinets in Courtroom 300.

a. (Bid Package #2A Demolition Work). Cutout, demolish, and remove masonry for flat screen cabinets.

b. Bid Package #6A General Trades)- Furnish and install lintels above cabinet openings. c. Bid Package #26A Electrical Work). Provide duplex receptacles, low voltage junction boxes and

conduit for TV's

Add I Deduct ....................................................................................................... $ ______ _

24

Page 7: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

VOLUNTARY ALTERNATES:

The Contractor is encouraged to provide Voluntary Alternates. If he elects to do so, it must be a modification to the Base Bid and shall not be included in the Base Bid. 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.

PROJECT:

·-----Contractor's Trade Name -----------------------

Subcontractor's Trade Name (if applicable) ____ --.... _____________ _

Voluntary Alternate Add I Deduct I No Change $ ___ ---____ _

Description of Alternate Proposed (State any change in time required also):

25

Page 8: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

SCHEDULE OF VALUES

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

Labor

Material

Equipment

Performance Bond

General Conditions I OH & Profit

Total Base Bid Amount

PERSONNEL/SCHEDULE

Average Size of Crew Anticipated

Staff

Identify Lead time of Major Equipment after Shop Drawing Approval

Major Equipment

DOLLAR AMOUNT

$\'11 7SCJ $ 7'3~.5

$ 7(;)t;

$at~" ~a.> .. $ 50l

1 as (l)

'-I I ;;l Weeks --=---

If the Bidder is not in agreement with the Williams CM Preliminary Schedule, attach a Schedule indicating the subcontractors proposed time line.

26

Page 9: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

CRAFT HOURLY BILLING RATES

Hourly billing rates shall be used when necessary to make adjustments to the cost of the work due to changes. All hourly craft rates shall include base rate, union fringe benefits, vacation time, dues, payroll taxes, worker's compensation, overhead and profit, performance bond. The hourly rates are based on journeymen workers and shall remain in effect for the duration of the contract.

TRADE

BRICK MASON

CARPENTER

CEMENT MASON

CERAMIC TILE FINISHER

ELECTRICIAN

ELEVATOR CONSTRUCTOR

FENCE ERECTOR

GLAZER

IRONWORKER

LABORER

LATHER

OPERATING ENGINEER

PAINTER

PIPEFITTER

PLASTERER

PLUMBER

ROOFER

SHEETMET AL WORKER

SPRINKLER FITTER

STEEL ERECTOR

STRAIGHT TIME OVERTIME DOUBLE TIME -..,.,.,.,,.

·~""~ ...... -:.--..

' \30

-,_........ .. _

~--

27

Page 10: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

STONE MASON

TILE MASON

TRUCK DRIVER

FOREMAN-ADD

UNIT COSTS

Unit prices shall be used, at the Construction Manager's option, to make adjustments to the cost of the work due to changes. All unit prices shall be complete in place prices and include all costs for labor, material, equipment, overhead, profit, performance bond, and other incidental costs related to the completion of the work. The unit prices will remain in effect for the duration of the contract. Unit prices will be used for additive and deductive work. Deduct unit prices will be taken at 95% of the additive unit price.

Description

Bid Package #SA General Trades Unit Costs

Furnish, Install, and Remove Plywood Barricades tv /A /SF

Bid Package #23A HVAC

Furnish and Install 5' Linear Diffusers & 20' of Flex Duct I LF

Bid Package #26A Electrical, Safety and Security

Furnish and install Low Voltage Junction Box and 20' Conduit Stub /VIA /EA

Furnish and install Duplex Receptacle with 50' of Conduit & Wire .!VIA I EA

!VIA I EA j

Furnish and install Single Pole Switch with 50' of Conduit & Wire

Furnish and install Three-Way Switch with 50' of Conduit & Wire NJA I EA

Furnish and install Fixture Type A and 20" of Conduit & Wire ;/)A I EA

28

Page 11: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

PROJECT TIMEFRAME

The undersigned attests that he is able to perform the Work of the Contract within parameters of the following construction timeframe, and further agrees to adhere to that schedule as provision of the Contract agreement

a. Work shall commence not later than _5_ calendar days after written notice of Bid Acceptance, provided the contract Agreement is executed, and the Work shall be Substantially Completed (i.e. ready for Consultant's Final Review), within __ Calendar days thereafter. See Preliminary Project Schedule for specific scope schedule.

b. Number of Calendar days after Contract Award to provide pre-construction submittals: _14 __ days

c. Number of Calendar days after review of submittals to deliver Materials: __ days. See Preliminary Project Schedule for specific scope schedule.

The undersigned agrees to the following conditions:

1) In submitting this proposal, the undersigned declares that the only persons or parties interested in the proposal as principals are those named herein; and that the proposal is made without collusion with any other person, firm, or corporation.

2) Declares that he has carefully examined the proposal, plans, specifications, form of contract and contract bond, and special provisions, and that he has inspected in detail the site of the proposed work, and that he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of construction, and understands that in making this proposal he waives all right to plead any misunderstanding regarding the same.

3) Understands and agrees that if this proposal is accepted he is to furnish and provide all necessary machinery, tools, apparatus, and other means of construction, and to do all of the work, and to furnish all the materials and/or equipment specified in the contract, except such materials as are to be furnished by the Owner in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth.

4) To furnish unit prices and detailed breakdowns to the Owner/Architect/Construction Manager for use in computing the values of extras and deductions.

5) That if the Owner decides to extend or shorten the improvements, or otherwise alter it by extras or deductions, including the elimination of any one or more of the items, he shall perform the work as altered, increased or decreased.

6) That the Owner/Architect/Construction Manager may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto and that all such work and materials shall be performed as extra work, and that he will accept as full compensation

29

Page 12: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

therefore the actual cost plus overhead and profit as outlined in the General Conditions, the actual cost to be determined as provided in the General Conditions.

7) Bids shall be valid for a period of sixty (90) days from the date of the bid opening. Bid Bonds will be returned by the Owner upon signing of the Contract, and receipt of a performance bond by the successful Bidder.

8) That he has reviewed all of the documents listed in the "Index of Documents".

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 33-E-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 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 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 ENTITY RESPONDING TO THE BID AND THE RESPONSE.

30

Page 13: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

IF AN INDIVIDUAL:

Signature of Bidder

Business Address

IF A CO-PARTNERSHIP:

Firm Name

Signed by

Business Address

Names and Address of Members of Firm

Federaii.D. #

IF A CORPORATION:

Corporate Name

Signed By

Business Address

Names of Officers

CORPORATE SEAL

ATTEST

BIDDER'S SIGNATURE SHEET

(President)

(Secretary)

12o-v¢.... N Crt v ()\ rrcJ ~(Treasurer)

(Secretary)

31

Page 14: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

The Offer is hereby accepted for:

ACCEPTANCE

Part I New Elevator Work

- Part II Cettrtroou• lmj:~reYefiltouts ••

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

This contract shall henceforth be referred to as Contract Number 37-012. The Contractor has been cautioned not to commence any billable work or to provide any supplies or services until said contractor receives a purchase order and or notice to proceed.

Date

\, \

32

Page 15: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

LIST OF SUBCONTRACTORS & VENDORS

The sub-contractors and suppliers listed below will be involved in this contract work in the assignments listed. We understand that any deviation from this list must be requested and approved in writing five (5) days before the start of the work that is involved.

Failure to complete this list may result in rejection of bid.

Legal name, current telephone number and address of all subcontractors must be included.

SUB-SUBCONTRACTORS SCOPE OF WORK

!VIA

VENDORS MATERIAL TO SUPPLY

33

Page 16: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

STATE OF COUNTY OF

INDEMNITY & HOLD HARMLESS AGREEMENT

£o11 c...- o..-, C.tt:.. -1-=e. ... ;c;,. c. (print company name) agrees to indemnify, hold harmle sand defend the Owner,' its consultants for this Project, agents, servants and employees, Williams Construction Management (Architects), and its sub-consultants, Williams Construction Management (Construction Manager), and each of them against and hold them harmless from any and all liability,. loss, cost, damages and claims, cause of action, demands, rights, costs loss of service expenses, compensation, and expense (including reasonable attorney's fees and court costs) which the undersigned or which may hereafter accrue, directly or indirectly, for or on account of any and all known and unknown, foreseen and unforeseen, resulting from, arising out of, or incurred by reason of claims, actions, or suits based upon or alleging bodily injury, including death, or property damages arising out of, or resulting from the Contractor's operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. ~

DATE: f!J-~-1;)_ BY:fr = -~" TITLE: jc-otecJ- v1/1~\'n~ ~-

'-" ""

STATE OF COUNTY OF

I, the undersigned, a notary public in and for the State and County aforesaid, hereby certify that

G..aAtG \v\eP-:ll~ appeared before me this day in person and, being first (Name of Signatory)

duly sworn on oath, acknowledged that he/she executed the foregoing certification as his/her free act and deed.

Dated: _ ___;'1:::....·_;_2-..;;;;.g......:'\......:Z-______ _

(Seal)

LOR/ SFIClAL SEAL" ........... , N ALETRI-PARKIN Myo~ary Pu~/ic, State of Illinois t.. omm1ss1on expires 03102115

~- "OF

41

Page 17: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

Section "A"

Construction Manager's Instruction to Bidders

1. BID PACKAGES

Bid Package #2A Selective Demolition Bid Package #3A Cast-in-Place Concrete Bid Package #6A General Trades Bid Package #14A Hydraulic Passenger Elevator Bid Package #21A Plumbing & HVAC Bid Package #26A Electrical & Communication

2. SUBMISSION OF BIDS

Bids must be made in accordance with the following instructions and format provided in the Bid Proposal Form, and must be fully completed.

The Bid proposals must be received at the noted address by the time and date stipulated. Faxed bids are not acceptable. Late bids will be returned to the bidder unopened.

It is neither the intent nor the purpose of these specifications to prohibit a reliable bidder from bidding or securing a contract for the proposed goods I services. However, the documents do outline the requirements for the goods I services best suited to the needs of the Owner. Exceptions to these specifications will be considered only as voluntary alternates. Each bidder whose proposed specifications cannot conform to these specifications shall list in detail all exceptions or alternates to the attached specifications in the voluntary alternates section of the bid form. The acceptance of such exceptions or alternates shall, however, be judged solely within the discretion of the Owner.

It is the intent of the County to award a contract to the lowest responsible bidder meeting specifications. The County reserves the right to determine the lowest responsible bidder on the basis of an individual item, groups of items, or in any way determined to be in the best interests of the County. Awardwill be based on the following factors (where applicable): (a) adherence to all conditions and requirements of the bid specifications; (b) price; (c) qualifications of the bidder, including past performance, financial responsibility, general reputation, experience, service capabilities, and facilities; (d) delivery or completion date; (e) product appearance, workmanship, finish, taste, feel, overall quality, and results of product testing; (f) maintenance costs and warranty provisions; and (g) repurchase or residual value.

7

Page 18: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

... -- ----County-of.Kane-----. ----· Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

3. RESERVED RIGHTS

The County of Kane reserves the right at any time and for any reason to cancel the 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 any immaterial defect in any bid. Unless otherwise specified by the bidder or 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

4. RECEIPT OF CONTRACT DOCUMENTS

Upon receipt of the Bid Package the bidder shall immediately check that all documents listed in the instructions and all Drawings and Specifications listed in the Proposal Form have been received. If any section is missing, contact Williams Construction Management, Ltd. immediately.

5. EXAMINATION OF SITE AND CONTRACT DOCUMENTS

Before submitting a proposal, the bidder is required to carefully examine the Contract Documents, visit the site(s), and note existing facilities, project conditions and limitations affecting the work to be performed under this Contract. Include all costs related to your work affected by these conditions.

By submitting a proposal, the bidder agrees he has examined the Contract Documents, has visited the site( s ), noted all project conditions and limitations affecting the work and fully understands the nature of the work, general and local conditions, and accepts the contract as the form of the Contract Agreement between the Subcontractor and the Contractor. By submitting a bid, the successful bidder consents to this assignment, agrees that he will not make any claim for damages or additional compensation because of lack of information, or because of any misunderstanding, or because of any misinterpretation of the requirements of the Contract.

The Contract Documents include the following: 1. Invitation to Bid 2. Section "A" Construction Managers Instructions to Bidders 3. Section "B" Bid Proposal Form 4. Section "C" General Requirements of Contract 5. Section "D" Bid Packages and Scope of Work 6. Section "E" Drawings and Specifications Listings 7. Preliminary Construction Schedule 8. Site Logistics Plan 9. Barricade Plan 10. General Conditions of the Contract- AlA - A232- 2009

----1"'1.·Prime·6ontract--·Agreement-between-Kane-6o;·& W6M;·dated6/04/-1-2-·-12. Sample Contract Agreement- Kane County Agreement 13. Sample Performance/Labor and Material Bonds 14. Insurance Requirements 15. Subcontractor Safety Program

8

Page 19: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

6. PRE-BID CONFERENCE

Refer to the Invitation to Bid of the Proposal Form for time and place of the Pre-Bid Conference. Agenda items include review of the conditions of contract, bidding procedures, proposal format, schedule, scope of work, questions, and answers.

7. INTERPRETATION OR CORRECTION OF BID DOCUMENTS

Bidder shall, before submitting its Bid, carefully study and compare the components of the Bid documents and shall examine the Project site, the conditions under which the Work is to be performed, and the local conditions; and shall report to Williams Construction Management errors, omissions, inconsistencies, and or ambiguities if discovered. Request for clarifications or interpretation of the Bid Documents shall be addressed, in writing via facsimile or e-mail, to:

Williams Construction Management Attn: Dave Stermetz 300 Cardinal Drive, Suite 160 St. Charles, IL 60175 630. 221.0118 fax [email protected]

Clarifications, interpretations, and changes to the Bid Documents will be made by Addenda. No inquiries shall be reviewed or accepted two (2) days /48 hours prior to bid opening.

8. ADDENDA

Addenda, if issued, will be issued only in electronic format. Addenda will be issued such that Bidders should receive them no later than ( 1) full business day I 24 hours prior to the Bid Deadline. Each Bidder shall be responsible for ascertaining, prior to submitting a Bid, that they have received all issued Addenda.

9. PREPARATION OF BIDS

Proposal Forms, in duplicate, shall be complete without alternations, erasures, or corrections. Bids containing conditions, omissions, alterations, items not called for, or irregularities of any kind, may be rejected.

Include the full business address of the bidder. Signature shall be either in longhand or typed, be signed in ink by a person or persons legally authorized to bind the bidder to a contract. Name of person signing should be typed or printed below the signature. (Typed signature is unacceptable.). Partnerships must sign the proposal. In case of a proposal submitted by a Corporation, the Proposal shall be signed by an officer duly authorized to sign on behalf of the Corporation. The Owner reserves the right to permit corrections of any obvious and apparent errors in bidding and reserves the right to reject any and all bids.

The Owner reserves the right to award a contract to the lowest responsive bidder meeting specifications. The County reserves the right to determine the lowest responsive responsible

9

Page 20: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

- · Gounty-of-Kane·-·------­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

··m·wlttiAMs--CONSTRUCTION MANAGEMENT

bidder on the basis of an individual item, groups of items, or in any way determined to be in the best interest of the County. Award will be based on the following factors (where applicable): (a) adherence to all conditions and requirements of the bid specifications; (b) price; (c) qualifications of the bidder, including past performance, financial responsibility, general reputation, experience, service capabilities, and facilities; (d) delivery or completion date; (e) product appearance, workmanship, finish, taste, feel, overall quality, and results of product testing; (f) maintenance costs and warranty provisions; and (g) repurchase or residual value.

10. NO BOYCOTT

The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the United States Export Administration Act of 1979 or the regulations of the United States Department of Commerce promulgated under that Act.

11. PRODUCT SUBSTITUTIONS

No substitutions and or voluntary alternate will be considered prior to the conclusion of the bid phase. Base Bid price assumed to be inclusive of all products I methods specified in the bid documents. The bid forms allow for voluntary alternate consideration at a later date.

12. BID BOND

Each proposal must be accompanied by a Bid Bond, issued by a surety acceptable to the Construction Manager and the County of Kane, in an amount equal to ten percent (10%) of the bid amount or a Bank Cashier's Check, Bank Draft or Certified Check for not less than 10% of the amount of the Bid.

13. PERFORMANCE BONDS

After the successful bidder has been awarded the contract for the bid package, the successful trade contractor shall furnish a Performance Bond in the amount of one hundred percent (1 00%) of the contract price, and a Labor and Material Payment Bond in the amount of one hundred percent (1 00%) of the contract price. Williams Construction Management and County of Kane shall be named as dual obligees on all such bonds.

14. FAILURE TO FURNISH BONDS

In the event that the contractor fails to furnish the above mentioned bond within ten (1 0) calendar days after acceptance of the bid by the Owner, then the bid deposit of the bidder shall be retained by the Owner as liquidated damages, it being now agreed that sum is a fair estime~te Qf tile Clll19lJnt of damages that said Owner will $Uste~in clu.e to th~ Bidder's failure to furnish saidi:)Qnds. -

10

Page 21: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

15. ALLOWANCES

Allowance shall include cost to Contractor of specified products, materials, and scope of work ordered by Owner or selected by Construction Manager and shall include material, taxes, freight, delivery, and installation. Unless otherwise indicated, contractor's cost for receiving and handling at Project site, overhead and profit, and similar cost related to products, materials; and scope of work authorized by Construction Manager shall be included as part of the Base Bid amount and not part of the allowance. At Project closeout, credit unused amounts remaining to Owner by Change Order.

16. PAYMENT

The County of Kane request all payments being made to contractors be done as direct deposits through an Automated Clearing House (ACH). All contractors being awarded a contract shall complete an authorization agreement form prior to award. The ACH form and information on this program can be located on the County's Web site under Vendor Information on the Finance Department page.

17. TAXES

Bidder understands and acknowledges that the Owner is a public body and that this project and the equipment and materials to be incorporated into the work are exempt from all sales, consumer, use and other similar taxes. County of Kane Tax Exempt number is E9996-0850-06

18. CERTIFICATE OF INSURANCE

Certificates of Insurance shall be required by each subcontractor. It shall list the Owner (County of Kane), its officers, agents, and employees, Architect (Williams Construction Management and their consultants), and Construction Manager {Williams Construction Management) as additional insured on all liability insurance on a primary, non-contributory basis. A waiver of subrogation applies for General Liability, Auto Liability and Workers Compensation.

19. LICENSE

All bidders must be properly licensed and registered by the appropriate governing body before award. The Owner reserves the right to accept or reject any and all bids. It is agree that this bid may not be withdrawn for a period of sixty (60) days from the submittal thereof.

20. DRUG FREE WORK PLACE

By submitting a bid, bidders and all subcontractors they employ, certify that each of them shall provide and maintain a drug free work place and drug free work place program as described in Section 3 of the Drug Free Workplace Act, 30 ILCS 580/1.

11

Page 22: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

.... -County-of-Kane--. ------···· ··-··-· Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

21. SCHEDULE

WlttiAMs-coNsTRUCTION MANAGEMENT

See the attached Construction Schedule. It is an aggressive schedule to obtain substantial completion and a timely project completion. Each subcontractor is required to maintain his portion of the schedule. If a subcontractor is determined to be impeding the progress of the overall Project Schedule, the work delaying such progress will be passed over in the normal course of business, and the subcontractor impeding the progress shall be responsible for installing the work under another means and paying for any additional cost remedial work, or damages resulting from such action.

In the event that services are not completed by the time allocated in the project scheduled, the Owner reserves the right without liability, to terminate the contract by notice effective when received by Contractor, as to services not yet rendered and to purchase services elsewhere and charge the Contractor with any and all losses incurred.

22. SUB-SUBCONTRACTORS I SUPPLIERS

Each Bidder shall list on the Bid Form all second-tier Sub-Subcontractors/Suppliers that will perform work, labor or render such services as defined on the Bid Form. The Bidder shall list the following information when listing Sub-Subcontractors: (1) portion of the Work; (2) name of Subcontractor; (3) Sub-Subcontractor's business location. The failure to list, on the Bid Form, any one of the items set forth may result in disqualification. Sub-Subcontractors listed in the Bid Form may only be substituted after the Bid deadline with the written consent of Williams Construction Management.

23. REJECTION OF BIDS

The right is reserved to accept any bid or any part or parts therefore or to reject any and all bids.

24. EEO COMPLIANCE

(Res.No.82-90, 6-10-80: Res. No 81-79,6-9-81: Res. No. 82-90,6-8-82:05-303, 09-23-05) State law references-Fair Employment Practices Act, Ill Rev Stat Ch. 48, Sec, Sec.851 et seq.: requirements for public contracts, Ill. Rev. Stat. Ch. 48, Sec. 854

The equal employment opportunity clause required by the Illinois Fair Employment Practices Commission is hereby incorporated by reference in all contract made by the county of and in all bid specifications therefore furnished by the county to all bidders, contractors and subcontractors.

The County of Kane, State of Illinois, represents that it and employing agencies responsible to it, conform to the following:

We do not discriminate against any employee or applicant for employment because of race, creed, color, age, disability, religion, sex, national origin/ancestry, sexual orientation, marital status, veteran status, political affliction, or any other legally protected status. We will take whatever action is necessary to ensure that applicants and employees are treated

12

Page 23: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator& Courtroom Improvements Project No. 2012-037

appropriately regarding all terms and conditions of employment. We will post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

We will, in all solicitations or advertisements for employees placed by or on behalf of the employing agencies, state that all qualified applicants will receive consideration for employment without regard to race, creed, , age, disability, religion, sex, national origin/ancestry, sexual orientation, marital status, veteran status, political affliction, or any other legally protected status (Res.No.82-90, 6-10-80: Res. No 81-79,6-9-81: Res. No. 82-90, 6-8-82: 05-303, 09-23..:05) State law references-Fair Employment Practices Act, Ill Rev Stat Ch. 48, Sec, Sec.851 et seq.: requirements for public contracts, Ill. Rev. Stat. Ch. 48, Sec. 854

25. INTEREST OF MEMBERS OF CONGRESS

No member of or delegate to the Illinois General Assembly (or the Congress of the United States) shall be admitted to any share or part of this contract or to any benefit arising therefrom.

26. PROHIBITED INTEREST

No member, or officer, or employee of County of Kane or a local public body with financial interest or control in this contract during their tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof.

27. CONTRACT CHANGES

Any proposed change in this contract shall be submitted to the County of Kane for its prior approval.

28. SUBCONTRACTS

The {third party: agency, carrier, contractor) shall not enter into any sub-contracts or agreements, or start any work by the work forces of (the third party) or use any materials from the stores, of (the third party), with respect to this contract, without the prior concurrence of Williams Construction Management.

29. ASSIGNMENT

Assignment of any portion of the work by Subcontractor must be approved in advance by County of Kane.

30. PRIME CONTRACTOR PARTICIPATION

The prime contractor shall perform on the site, with his own staff, work equivalent to at least 10 percent of the total amount of construction work at the site. Only pay items of the construction contract will be used in computing the total amount of construction at the work site.

13

Page 24: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

- Gountycof Kane-Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

31. WARRANTY OF CONSTRUCTION

For a period of one year from the date of completion, as evidenced by the date of final acceptance of the work, the Contractor warrants that work performed under this contract confirms to the contract requirements and is free of any defect of equipment, material or workmanship performed by the contractor or any of his subcontractors or suppliers.

32. CERTIFIED PAYROLLS

County of Kane shall obtain from the contractor and each subcontractor a certified copy of each weekly payroll within seven days after the regular payroll date. Following a review by County of Kane for compliance with state and federal labor laws, the payroll copy shall be retained at the project site for later review by the authorized representatives of the State of Illinois.

33. LABOR STANDARDS- THE PREVAILING WAGE ACT

The Prevailing Wage Act requires that wages not less than the general prevailing rate of hourly wages, including the general prevailing premiums for overtime and legal holidays, shall be paid to all laborers, workmen and mechanics employed on the project for work of similar character in the locality in which the work is performed.

1. Definition and Determination: The term "Prevailing rate of wages", as defined by the Act, means the hourly cash wages plus fringe benefits for health and welfare, insurance, vacations and pensions paid generally, in the locality in which the work is being performed, to employees engaged in work of similar character on public works.

2. Hourly Rates: Attached following these Instructions to Bidders is a listing of Prevailing Wages for Kane County, Illinois effective August 2012. It is the bidder's responsibility to include increases in the Prevailing Wages, as applicable, for the duration of the project.

14

Page 25: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

Kane County Prevailing Wage for August 2012

(See explanation of column headings at bottom of wages)

Trade Name RG TYP C Base FRMAN *M-F>8 OSA OSH H/W Pensn Vac Trng

ASBESTOS ABT-GEN ASBESTOS ABT-MEC BOILERMAKER

ALL BLD BLD

BRICK MASON BLD

36.200 36.700 1.5 32.850 0.000 1.5 43.450 47.360 2.0 40.680 44.750 1.5 41.520 43.520 1.5 41.550 43.550 2.0 34.440 0.000 2.0 35.770 37.870 1.5 36.390 38.490 1.5 35.400 48.110 1.5 27.380 48.110 1.5

CARPENTER ALL CEMENT MASON ALL CERAMIC TILE FNSHER BLD COMMUNICATION TECH N BLD COMMUNICATION TECH S BLD ELECTRIC PWR EQMT OP ALL ELECTRIC PWR GRNDMAN ALL ELECTRIC PWR LINEMAN ELECTRIC PWR TRK DRV ELECTRICIAN N ELECTRICIAN S ELEVATOR CONSTRUCTOR FENCE ERECTOR GLAZIER HT/FROST INSULATOR IRON WORKER LABORER LATHER MACHINIST MARBLE FINISHERS MARBLE MASON MATERIAL TESTER I MATERIALS TESTER II MILLWRIGHT OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER ORNAMNTL IRON WORKER PAINTER PAINTER SIGNS PILEDRIVER

ALL 42.390 48.110 1.5 ALL 28.350 48.110 1.5 ALL 43.080 47.380 1.5 BLD 43.560 47.920 1.5 BLD 48.560 54.630 2.0 ALL 44.950 47.200 2.0 BLD 38.500 40.000 1.5 BLD 43.800 46.300 1.5 ALL 44.950 47.200 2.0 ALL 36.200 36.950 1.5 ALL 41.520 43.520 1.5 BLD 43.160 45.160 1.5 ALL 29.700 0.000 1.5 BLD 39.880 43.870 1.5 ALL 26.200 0.000 1.5 ALL 31.200 0.000 1.5 ALL 41.520 43.520 1.5 BLD 1 45.100 49.100 2.0 BLD 2 43.800 49.100 2.0 BLD 3 41.250 49.100 2.0 BLD 4 39.500 49.100 2.0 BLD 5 48.850 49.100 2.0 BLD 6 46.100 49.100 2.0 BLD 7 48.100 49.100 2.0 HWY 1 43.300 47.300 1.5 HWY 2 42.750 47.300 1.5 HWY 3 40.700 47.300 1.5 HWY 4 39.300 47.300 1.5 HWY 5 38.100 47.300 1.5 HWY 6 46.300 47.300 1.5 HWY 7 44.300 47.300 1.5 ALL 44.950 47.200 2.0 ALL 40.880 42.880 1.5 BLD 33.920 38.090 1.5 ALL 41.520 43.520 1.5

15

1.5 2.0 12.78 9.020 0.000 0.500 1.5 2.0 10.82 10.66 0.000 0.720 2.0 2.0 6.970 14.66 0.000 0.350 1.5 2.0 9.550 12.00 0.000 0.970 1.5 2.0 13.19 11.76 0.000 0.530 1.5 2.0 9.500 13.76 0.000 0.500 1.5 2.0 9.700 6.930 0.000 0.610 1.5 2.0 12.07 9.370 0.000 0.450 1.5 2.0 10.02 10.19 0.000 1.090 1.5 2.0 5.000 10.97 0.000 0.270 1.5 2.0 5.000 8.490 0.000 0.210 1.5 2.0 5.000 13.14 0.000 0.320 1.5 2.0 5.000 8.790 0.000 0.220 1.5 2.0 12.06 11.41 0.000 0.540 1.5 2.0 10.02 12.20 0.000 1.310 2.0 2.0 11.03 11.96 2.910 0.000 2.0 2.0 8.890 17.69 0.000 0.400 2.0 2.0 11.49 14.64 0.000 0.840 1.5 2.0 10.82 11.86 0.000 0.720 2.0 2.0 8.890 17.69 0.000 0.400 1.5 2.0 12.52 9.280 0.000 0.500 1.5 2.0 13.19 11.76 0.000 0.530 1.5 2.0 7.980 8.950 0.000 0.000 1.5 2.0 9.550 11.75 0.000 0.620 1.5 2.0 9.550 11.75 0.000 0.730 1.5 2.0 12.52 9.280 0.000 0.500 1.5 2.0 12.52 9.280 0.000 0.500 1.5 2.0 13.19 11.76 0.000 0.530 2.0 2.0 15.70 10.55 1.900 1.250 2.0 2.0 15.70 10.55 1.900 1.250 2.0 2.0 15.70 10.55 1.900 1.250 2.0 2.0 15.70 10.55 1.900 1.250 2.0 2.0 15.70 10.55 1.900 1.250 2.0 2.0 15.70 10.55 1~900 1.250 2.0 2.0 15.70 10.55 1.900 1.250 1.5 2.0 15.70 10.55 1.900 1.250 1.5 2.0 15.70 10.55 1.900 1.250 1.5 2.0 15.70 10.55 1.900 1.250 1.5 2.0 15.70 10.55 1.900 1.250 1.5 2.0 15.70 10.55 1.900 1.250 1.5 2.0 15.70 10.55 1.900 1.250 1.5 2.0 15.70 10.55 1.900 1.250 2.0 2.0 8.890 17.69 0.000 0.400 1.5 1.5 9.650 8.200 0.000 1.250 1.5 1.5 2.600 2.710 0.000 0.000 1.5 2.0 13.19 11.76 0.000 0.530

Page 26: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Gounty-of-Kane-- ---­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

PIPEFITTER BLD 41.000 PLASTERER BLD 39.250 PLUMBER BLD 41.000 ROOFER BLD 38.350 SHEETMETAL WORKER BLD 41.660 SIGN HANGER BLD 26.070 SPRINKLER FITTER BLD 49.200 STEEL ERECTOR ALL 44.950 STONE MASON BLD 40.680 TERRAZZO FINISHER BLD 35.510 TERRAZZO MASON BLD 39.370 TILE MASON BLD 41.430 TRAFFIC SAFETY WRKR HWY 28.250 TRUCK DRIVER ALL 1 32.550 TRUCK DRIVER ALL 2 32.700 TRUCK DRIVER ALL 3 32.900 TRUCK DRIVER ALL 4 33.100 TUCKPOINTER BLD 40.950

Legend:

RG (Region)

43.000 41.610 43.000 41.350 43.660 27.570 51.200 47.200 44.750

0.000 42.370 45.430 29.850 33.100 33.100 33.100 33.100 41.950

TYP (Trade Type- AII,Highway,Building,Fioating,Oil & Chip, Rivers)

C (Class)

Base (Base Wage Rate)

FRMAN (Foreman Rate)

1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 2.0 2.0 1.5 1.5 1.5 1.5 1.5 1.5 2.0 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5

M-F>B (OT required for any hour greater than 8 worked each day, Men through Fri.

OSA (Overtime (OT) is required for every hour worked on Saturday)

OSH (Overtime is required for every hour worked on Sunday and Holidays)

HIVV (Health & Welfare Insurance)

Pensn (Pension)

Vac (Vacation)

Trng (Training)

Explanations KANE COUNTY

2.0 10.75 14.59 0.000 1. 660 2.0 10.60 10.69 0.000 0.550 2.0 10.75 14.59 0.000 1. 660 2.0 8.080 8.220 0.000 0.430 2.0 9.540 11.57 0.000 0.780 2.0 3.800 3.550 0.000 0.000 2.0 10.25 8.200 0.000 0.450 2.0 8.890 17.69 0.000 0.400 2.0 9.550 12.00 0.000 0.970 2.0 9.700 9.320 0.000 0.400 2.0 9.700 10.66 0.000 0.550 2.0 9.700 8.640 0.000 0. 710 2.0 4.896 4.175 0.000 0.000 2.0 6.500 4.350 0.000 0.150 2.0 6.500 4.350 0.000 0.150 2.0 6.500 4.350 0.000 0.150 2.0 6.500 4.350 0.000 0.150 2.0 8.180 10.82 0.000 0.940

ELECTRICIANS AND COMMUNICATIONS TECHNICIAN (NORTH) - Townships of Burlington, Campton, Dundee, Elgin, Hampshire, Plato, Rutland, St. Charles (except the West half of Sec. 26, all of Sees. 27, 33, and 34, South half of Sec. 28, West half of Sec. 35), Virgil and Valley View CCC and Elgin Mental Health Center.

16

Page 27: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date.

ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain.

CERAMIC TILE FINISHER

The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled.

COMMUNICATIONS TECHNICIAN

Construction, installation, maintenance and removal of telecommunication facilities (voice, sound, data and video), telephone, security systems, fire alarm systems that are a component of a multiplex system and share a common cable, and data inside wire, interconnect, terminal equipment, central offices, PABX and equipment, micro waves, V-SAT, bypass, CATV, WAN (wide area network),

17

Page 28: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

-County-of-Kane--------­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

LAN (local area networks), and ISDN (integrated system digital network), pulling of wire in raceways, but not the installation of raceways.

MARBLE FINISHER

Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner.

MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt.

MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures.

OPERATING ENGINEER - BUILDING

Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Brivers and Skid Rig; Post Hole Digge:t:'; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Rota Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Tournapull; Tractor with Boom and Side Boom; Trenching .Machines.

18

Page 29: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators; Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3 11 (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches; Bobcats (up to and including% cu yd.)

Class 4. Bobcats and/or other Skid Steer Loaders (other than bobcats up to and including% cu yd.); Oilers; and Brick Forklift.

Class 5. Assistant Craft Foreman.

Class 6. Gradall.

Class 7. Mechanics.

OPERATING ENGINEERS - HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Crusher, stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dowell Machine with Air Compressor; Dredges; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Backhoes with shear attachments; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Rota Mill Grinder; Slip-Form Paver; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Tractor Drawn Belt Loader (with attached pusher- two engineers); Tractor with Boom; Tractaire with Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft) ; Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO).

Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and

19

Page 30: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Gounty-of-Kane-- ------­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037 mWILtiAMs---

coNsTRUCTION MANAGEMENT

Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro­Blaster; All Locomotives, Dinky; Off-Road Hauling Units (including articulating)/2 ton capacity or more; Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Scoops- Tractor Drawn; Self-Propelled Compactor; Spreader- Chip- Stone, etc.; Scraper; Scraper- Prime Mover in Tandem (Regardless of Size): Tank Car Heater; Tractors, Push, Pulling Sheeps Foot, Disc, Compactor, etc.; Tug Boats.

Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm­Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven.

Class 4. Air Compressor; Combination- Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Hydro- Blaster; Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Tractaire; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.

Class 5. Bobcats (all); Brick Forklifts; Oilers.

Class 6. Field Mechanics and Field Welders

Class 7. Gradall and machines of like nature.

TRAFFIC SAFETY - work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION

Class 1. Two or three Axle Trucks. A-frame. Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, -and portable toilets-on the job--si-toe-. -- --- ---- -----

Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles.

20

Page 31: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over so feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter.

Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front.

TERRAZZO FINISHER

The handling of sand, cement, marble chips, and all pther materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics.

Other Classifications of Work:

For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a taslc to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications.

LANDSCAPING

Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver.

21

Page 32: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

County of Kane Third Street Courthouse

WILLIAMS CONSTRUCTION MANAGEMENT

New Elevator & Courtroom Improvements Project No. 2012-037

SECTION "C"

General Requirements of the Contract

1. During the construction period the Contractor shall have limited use of the premises for construction operations, including use of site. The Contractor's use of the premises is limited by the Owner's need for continuity of facility operations. Limit use of the premises to construction activities in areas indicated: allow for Owner occupancy and use by the public.

2. The Owner will occupy the site and building during the entire construction period. Cooperate with the Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with the Owner's Operation.

3. The Construction Work shall be performed during the second shift Monday to Friday between the hours of 4:00 PM to 12:30 AM. Traditional first shift work can be completed, but cannot interfere with the operation and security of the Courthouse and any noise or disturbance during the first shift is prohibited.

4. Subcontractor includes performing all work in accordance with the contract documents and all local, state, and Federal codes or ordinances including compliance with ADA and OSHA regulations. In the absence of specific regulations of specification requirements, generally accepted industry standards will be the criteria used to judge the performance of the work. Subcontractor agrees to abide by and enforce all work rules and safety requirements stipulated by Williams Construction Management. It is understood that OSHA requirements are a minimum standard and the subcontractor agrees to abide by all Safety requirements stipulated by Williams Construction Management, regardless of whether they are required by OSHA.

5. Subcontractors must have a current safety program and abide by OSHA and Williams Construction Management safety requirements including adoption of a 100% fall protection program for all persons employed by this Subcontractor. Zero accidents is our goal, and it is

42

Page 33: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County· ofKane~···· Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

mandatory that all subcontractors report safety hazards immediately. In the event of an accident, Williams Construction Management requires that injuries are to be reported immediately to the Project Superintendent and provide copies of all accident reports to Williams Construction Management within 24 hours of the reportable injury. Subcontractor shall provide Williams Construction Management with a Site Specific Safety Plan for this project.

6. Subcontractor will participate fully in Williams Construction Management's "Safety Program". Subcontractor will insure their entire workforce (workers and supervision) complete the necessary documentation to insure understanding and compliance with Williams Construction Management's Safety Program. It will be the responsibility of the Subcontractor's Project Manager/Superintendent to have these forms completed prior to commencing work .

. . Subcontractor understands that no worker will be permitted to work on the project without proof (hardhat decal} he understood and agreed to Williams Construction Management's safety rules.

7. Subcontractor is responsible for providing any scaffolding, work platforms and/or man-lift(s) required for the installation of the work. Williams Construction Management requires 1 00% fall protection for any trade person working over 6 feet above any floor or grade condition including personnel utilizing scaffold or lifts.

8. Lewd comments, profanity, obscene gestures, unruly behavior, etc. will not be tolerated. Violators will be permanently removed from project.

9. Tobacco and smoking are not allowed in the building at any time. Eating or drinking will not be allowed in the building after the start of finishes. Individuals who refuse to follow these guidelines will be required to leave the jobsite.

10. All jobsite signage is subject to approval by Williams Construction Management and will be allowed at Williams Construction Management's sole discretion.

11. Any necessary dust control provisions for containing dust, dirt and any other contaminant generated by the work performed under this subcontract is included. If wet cutting of concrete, block or brick is not utilized, it is this Subcontractors responsibility to advise Williams Construction Management prior to dry cutting. Dry cutting of concrete and masonry which releases silica into the air, will require the use of respirators as well as proper training on their use.

12. Subcontractor has visited and examined the site and has familiarized themselves with the surroundings and drawings and has included all required costs. Subcontractor has also determined in advance and made allowances for the methods of installation and connection of the equipment/materials and the means of getting equipment/materials into place. Williams

Co~structionManag~ment do~~ ~~! ~n!icip~t_e_~r()yidin~~~e_m_e()!~~ry _ll~~--()~ ~()i~~------

13. Subcontractor is responsible for securing and for paying for all permits, fees, sales taxes, use taxes and licenses for the work, including, but not limited to the following: highway and street use permits, crane and hoisting permits, City and County business licenses, trade specific permits, etc. Subcontractor is responsible for coordinating with Williams Construction

43

Page 34: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

Management and other trades for permit inspections and making the request for inspection with the applicable governing agency.

14. Subcontractor is responsible for confirmation of code approval of materials and equipment specified. No allowance will be made for any error resulting from failure to conform to existing codes. In case of conflicts with codes, drawings, or specifications, the most stringent criteria shall prevail.

15. Subcontractor understands that their work is being performed in a public area. They must carefully plan the work, take all necessary precautions, and implement the work so as not to affect or disrupt adjacent properties or roadways in any manner. Specifically, including, but not limited to, safety, noise, dirt, dust, personnel interference, and emissions all of which may be disruptive and offensive to Williams Construction Management, the Owner, the community, and local authorities having jurisdiction. The subcontractor includes any necessary shift work to lessen any disruption or interference called to their attention. Subcontractor must maintain and clean all roadways of any debris, dirt, or repair damages to the roadway due to its operations.

16. The Subcontractor at all times shall keep the premises free from waste materials or rubbish caused by its operations. At the completion of every work period (each day or shift), the Subcontractor shall remove all of its waste materials, rubbish and broom clean any areas his work occurred in or through. In addition, all tools, construction equipment, temporary protection, machinery and surplus materials will be properly stored. If the Subcontractor fails to properly perform this duty, Williams Construction Management will perform the required clean up, after notifying the jobsite Foreman for the Subcontractor, and will charge said Subcontractor for costs incurred, including supervision as well as a 15% fee. This subcontractor shall provide portable dumpsters for removal of its own waste material. Large cardboard boxes must be broken down prior to being placed in the dumpster. Subcontractor will be responsible for the proper disposal of items not allowed to be placed in the dumpster. Williams Construction Management will assign an area where employees are to take breaks and eat lunch. The Subcontractor is responsible for control and clean up of these areas including providing trash barrels, which are to be emptied in the centrally located dumpsters.

17. Provide underground utility location and protection as required. Work shall not begin until Subcontractor is satisfied that all-underground utilities have been properly located, and there is no danger of damage to underground utilities. This Subcontractor includes all repairs required to existing underground utilities that result during excavation.

18. Subcontractor shall protect existing finishes from damage, including the use of tarps, plastic, and/or other protection, while working. Subcontractor shall be responsible for all costs associated with repairs of existing finishes from damage, including the use of tarps, plastic, and/or other protection, while working. Subcontractor shall be responsible for all costs associated with repairs of existing finishes if damaged.

19. Subcontractor is responsible for all equipment and material stored onsite. Williams Construction Management assumes no responsibility for the safety of equipment and material stored onsite. Subcontractor is responsible for the security and/or protection of their property, and the property of any other trades working for the Subcontractor. All costs associated with

44

Page 35: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

· · ---·· · ·Gounty-of-Kane---------.... ., Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

··m· wlttiAMs--CONSTRUCTION MANAGEMENT

the replacement of the Subcontractor's equipment and materials are the responsibility of the Subcontractor.

20. Subcontractor is responsible for providing adequate personnel necessary to wash down thoroughly all trucks & equipment, when needed prior to them leaving the site. Williams Construction Management will provide wash down facilities at the entrances to the site.

21. Subcontractor will be responsible for street cleaning, imposed fines and schedule delays associated with municipal enforcement of this requirement.

22. Subcontractor is responsible for all layout and all field measurements of their work. Williams Construction Management will provide one ( 1) elevation benchmark and maintain one ( 1) control grid lines North/South and one ( 1) control grid lines East/West for the project.

23. Multiple move-ins/mobilizations will be required to complete the scope of work covered in this scope.

24. All additional costs associated with not using the basis of design will be borne by the Subcontractor.

25. Subcontractor understands that they must take all necessary precautions and be responsible for all necessary plans and implementation so as not to effect or disrupt adjacent operations and properties in any manner. Specifically including, but not limited to, safety, noise, dirt, dust, and personnel interference.

26. As soon as the progress of the work advances to the point that temporary power can be established on the site the Electrical Contractor will provide a 120-volt temporary power system. All drop cords and/or temporary generators necessary for the completion of this scope of work are the responsibility of this Subcontractor. Special power connections for welders, saws, or other specialty equipment are not included. Intermittent interruption of the temporary power source will occur from time to time. Any intermittent interruptions are not acceptable as an excuse for not pursuing the work.

27. The Subcontractor will provide all task lighting required to complete Subcontractor's work (other than temporary lighting provided by the electrical Subcontractor in accordance with OSHA minimum requirements) for the specified scope of work. Subcontractor shall include extension cords for completion of the specified work.

28. The Subcontractor acknowledges the importance of continuously directing and monitoring its workforce and coordinating its work with Williams Construction Management and other Subcontractors on site. As such, this Subcontractor agrees to provide a full time onsite foreman that is competent and capable to direct this Subcontractor's workforce, coordinate this Subcontractor's work with other trades, and is enabled and. capabl~ to make decisions on behalf of this Subcontractor. If Williams Construction Management determines that this Subcontractor's foreman is not adequately meeting the responsibilities defined above, with forty-eight (48) hours notice, Williams Construction Management may require this Subcontractor to provide a competent and capable replacement. This Subcontractor shall

45

Page 36: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

bear all costs associated with any supplemental supervision that is required to maintain the project schedule during this transition.

29. Before Subcontractor shall move any material or equipment on site, it shall furnish Williams Construction Management with a statement detailing the means and methods by which such materials and equipment will be moved to the site and where the same is anticipated to be stored thereon. All delivery and storage of materials must be scheduled through and coordinated and approved in advance by Williams Construction Management's Superintendent. Materials delivered without advance notification and approval can be rejected by Williams Construction Management and all associated re-delivery costs shall be paid by this Subcontractor. Subcontractor must provide their own personnel and equipment to receive, unload, distribute, sort, hoist, rig, and store delivered materials and provide the necessary means and methods to protect their equipment and/or materials from weather, damage, and vandalism or theft until acceptance by the Owner. This requirement includes materials purchased by Williams Construction Management or the Owner for this Subcontractor's use. Any materials allowed to be staged in the building will be required to be either on pallets or dunnage. Any stored materials may be subject to relocation at Subcontractor's expense if the stored materials conflict with the work being performed.

30. Subcontractor shall coordinate and verify information with project conditions, Williams Construction Management, other Contractors, other Subcontractors, utility companies, and his suppliers to properly integrate his work into the project. Subcontractor will field verify all onsite conditions prior to the fabrication process. This Subcontractor includes rerouting of installations, special fabrication and any extra material required due to any interference that may be encountered from inadequate or improper field verification. If this Subcontractor is unable to field verify conditions (only as necessary for early fabrication prior to the installation of surrounding substrate) it will notify Williams Construction Management of such condition and obtain written direction to proceed per the requirements of the Contract Documents without field verification.

31. The Construction Manger will schedule commissioning meetings (if required), pre-construction meetings, bi-weekly progress meetings, progress/payment meetings, and any special meetings as required throughout the progress of the Work. Representatives of the Subcontractors and suppliers appropriate to the agenda of the meeting shall attend these meetings. The representative shall be qualified and authorized to act on behalf of the entity each represents.

Each Subcontractor shall be responsible for the scheduling and administration of weekly safety "Tool Box" meetings required throughout the progress of the work. The Subcontractor shall prepare the agenda for the meetings, record and distribute both the minutes and attendance to the Construction Manager. The minutes shall include all complaints and suggestions relating to safety. Each Subcontractor shall ensure the attendance of all employees.

Williams Construction Management will conduct weekly Subcontractor meetings. This is a coordination meeting and is mandatory for your Foreman and Project Manager to attend these meetings while working on the job site.

46

Page 37: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

·· · Gounty-of-Kane- -- ------­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

WlttiAMs--coNsTRUCTION MANAGEMENT

Pre-installation/coordination meetings will be held as specified in the contract documents and/or an as needed basis among the appropriate subcontractor personnel. These meetings are essential to reduce potential coordination conflicts in the field. We expect the Subcontractor to actively participate when requested to attend.

32. Subcontractor agrees to maintain an on-site As-Built master set of drawings and to record all changes to the Work as they occur, updated weekly. This Subcontractor's Monthly pay requests may be held until the As-Built information is properly and accurately recorded and reviewed by the appropriate Consultant. Subcontractor is further required to list a line item on their Schedule of Values representative of 3% of the Subcontract sum. Only upon approval of the as-built drawings by Williams Construction Management, the Architect and their consultants (as necessary), and the Owner, will the Subcontractor be permitted to bill 100% of this line item. As-built drawings are to be submitted to Williams Construction Management 1 0 days prior to the confract scheduled date of substantial completion. Failure to do so will result in the withholding of funds by Williams Construction Management. At the end of the project, as a condition of final payment the Subcontractor must provide As-Built information electronically on data media (CD or DVD) and submit it along with Williams Construction Management required number of hard copies prior to subcontract closeout.

33. Subcontractor is required to list a line item on their Schedule of Values representative of 3% of their Subcontract sum associated with Closeout documents (O&M Manuals, Training, etc.) Upon receipt, approval and submission to the Owner, the Subcontractor will be permitted to bill forthis amount. Progress billings based upon initial submission and approval may be permitted. Closeout documents that can be submitted directly after approval of submittals by the Architect should be submitted. Only upon final approval by Williams Construction Management, the Architect and their consultants (as necessary), and the Owner, the Subcontractor will be permitted to bill 100% of this line item. O&M manuals and closeout documents are to be submitted to Williams Construction Management 1 0 days prior to the contract scheduled date of substantial completion. Failure to do so will result in the withholding of funds by Williams Construction Management.

34. Provide attic stock in quantities as specified in the contract documents. Coordinate turnover of attic stock with Williams Construction Management prior to delivery at the job site. Subcontractor must turn over attic stock to a designated Williams Construction Management representative, with a transmittal outlining material and quantities for signature prior to handover.

35. Subcontractors are required to perform their own inspections and punch lists prior to requesting an inspection by the Construction Manager or Architect/Engineer. Reasonable evidence of failure to do so shall make the Subcontractor responsible for all costs incurred by the Construction Manager and Architect/Engineer during inspection.

36. Subcontractors shall submit copies of its pun·ch list upon request of the Construction Manager. It is strongly advised that inspections and punch lists be performed on an ongoing basis.

37. Subcontractors shall diligently execute and complete all work on their punch list. Subcontractors shall make every effort to ensure punch list work is completed within thirty (30)

47

Page 38: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

WILLIAMS CONSTRUCTION MANAGEMENT

calendar days of the date the punch list was issued. Substantial progress and completion of punch list work shall be achieved before retainage is reduced below 5%.

38. Subcontractor is responsible to perform maintenance and service programs, warranty/guarantee follow-ups, and seasonal adjustments or inspections as specified in the contract documents. All warranties shall commence upon Final Completion.

39. Subcontractor will be responsible for providing traffic control, including flagmen, barricades, safety signage, street closure permits, etc. as required. Street cleaning of mud, dirt, and debris will be the responsibility of the Subcontractor when caused by their operation.

40. The Subcontractor will provide an adequate number of fire extinguishers, fully charged and located in the immediate area where any open flame operation is taking place as a part of his work.

41. All proposals for change work are to be submitted with adequate backup information, including itemized material listing with quantities and associated cost. Labor hours by trade and the rate must also be included. If labor fringes are included in the hourly rates, percentages shall be indicated. Equipment cost including rates and associated time utilized must be identified. This information is to be included in all proposals whether they are deductive, additive, or combination of both.

42. Upon notification by Williams Construction Management, Subcontractor has five working days to price changes to the contract document. If pricing or comments are not received by the end of the five day period, the work will be incorporated into the contract documents without any remuneration by Williams Construction Management or the Owner.

43. Subcontractors are not to proceed with extra work without pre-approved pricing and a written directive to proceed. Williams Construction Management may, at its own discretion, direct Subcontractor to perform extra work on a "time and material" basis in accordance with the subcontract agreement. Any extra work tickets, including punch list tickets, shall be verified (and signed) each day by Williams Construction Management's Project Superintendent or Project Manager. Williams Construction Management will not sign backdated tickets. Williams Construction Management will not be responsible for costs associated with tickets that are not signed and verified on the date the work was performed. All pricing related to signed "extra work" tickets must be full itemized (including quantities, unit prices, overhead/profit, etc) and submitted to Williams Construction Management's Project Manager within five (5) business days of performance of the work. Failure to follow all of the above procedures will result in denial of the claim and subcontractor's waiving of said claim.

44. The Subcontractor is to submit his schedule of values adequately detailed and broken down to allow the percentage of work complete to be calculated on a monthly basis for the payment applications. Original and complete applications for payment are due in Williams Construction Management's office by the 20th of each month, or on the next business day. Executed subcontract, current insurance certificates, applicable bonding or subguard requirement, applicable lien waivers must be received in Williams Construction Management's office prior to the release of any progress payments.

48

Page 39: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

· Gounty-of-Kane- -- -----­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

-rn WILLIAMS-coNsTRUCTION MANAGEMENT

45. For changes in the work the subcontractor shall receive a total offive percent (5%) mark-up on change orders for material and labor from a tiered subcontractor.

For changes in the work the subcontractor shall receive a total of ten percent ( 1 0%) mark-up on change orders for material and labor for work performed by subcontractors own forces ..

46. The following items must be submitted to the Construction Manager before the first Payment Application will be processed:

Executed Bid Package Contract Certificate of Insurance Performance and Labor and Material Payment Bonds Subcontractor's Safety Plan, Hazcom Plan including MSDS sheets, and Hazard Analysis Plans Initial submittal of Subcontractor schedule Draft Materials Status report List of all Sub-subcontractors of any tier that will supply labor on site and any major supplier over $10,000.00 Approved Schedule of Values

Applications for payment are to be submitted to the project office or other address directed by the Construction Manager. The project will utilize the "pencil" and "final" copies of the application for payment. The "pencil" copy of the application is a draft copy to be submitted to the Construction Manager for approval. The Construction Manager will review and markup the "pencil" copy and return it to the Trade Contractor for revision. Subcontractors shall revise the application for payment in accordance with the Construction Manager's comments. Deviations from the approved "pencil copy" are not permitted without the approval of the Construction Manager. Pencil and Final copies of the application for payment shall be submitted on the date required by the Construction Manager.

Applications for payment should include work completed through the last day of the month. NOTE: In order to meet the Owner's payment schedule, incomplete or late applications may be held for the next billing period. ·

Applications for payment will consist of the following in duplicate:

• AlA document G702 -Application for Payment • AlA document G703- Schedule of Values • Contractor's Waiver of Lien. On the Affidavit section of this form list all trade

subcontractors and suppliers. • Subcontractor's Waivers are to be totaled cumulatively, i.e., total net amount of

payments received by your firm to date. • Supplier's waivers and Subcontractor's Waivers will be submitted as verification of

payments to those suppliers/trade subcOntractors as listed on tfie Subcontractor's affidavit.

• Waivers of Lien are not required for the initial payment request, but are mandatory as part of all subsequent payment requests. Subsequent progress payments will not be released until waivers for prior payments are received by the Construction Manager.

49

Page 40: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

• The monthly updated Material Status Reports and Subcontractor's schedule. Retainage will only be reduced when the following has occurred:

• Issuance of a Certificate of Substantial Completion by the Architect or Owner • Submittal of all warranties, guarantees, as-builts, and operating/maintenance manuals

or instructions • Instruction of the Owner's personnel

47. PAYMENT PROCEDURES Progress Payments Based upon Applications for Payment submitted to the Construction Manager by the Contractor, and upon certification of the Project Application and Project Certificate for Payment or Application for Payment and Certificate for Payment by the Construction Manager and Architect and issuance by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents.

The period covered by each Application for Payment shall be one calendar month ending on the last day of the month.

Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of ten percent ( 1 0% ). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included as provided in Section 7.3.9 of the General Conditions; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage often percent (10%); .3 Subtract the aggregate of previous payments made by the Owner; and .4 Subtract amounts, if any, for which the Construction Manager or Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of the General Conditions.

Provided that an Application for Payment is received by the Construction Manager not later than the 20th day of a month, the Owner shall make payment of the certified amount in the Application for Payment to the Contractor not later than the last day of the following month. If an Application for Payment is received by the Construction Manager after the application date fixed above, payment shall be made by the Owner not later than Sixty (60) days after the Construction Manager receives the Application for Payment.

The progress payment amount determined shall be further modified under the following circumstances: .1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Architect determines for incomplete Work and unsettled claims; and

50

Page 41: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

-·----·county ofKane ··· Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

.2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section 9.1 0.3 of the General Conditions.

Reduction or limitation of retainage, if any, shall be as follows: Per the determination of the Owner.

Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Section 12.2 of AlA Document A232-2009, and to satisfy other requirements, if any, which extend beyond final payment; .2 the Contractor has submitted a final accounting for the Cost of the Work, pursuant to Exhibit A, Determination of the Cost of the Work when payment is on the basis of the Cost of the Work, with or without a Guaranteed Maximum payment; and .3 a final Certificate for Payment or Project Certificate for Payment has been issued by the Architect; such final payment shall be made by the Owner not more than 30 days after the issuance of the final Certificate for Payment or Project Certificate for Payment.

48. Furnish a Professional Engineer (PE) licensed in the State of Illinois stamp for any calculations and drawings for products specified as "design build" or where calculations and drawings by a Professional Engineer are specified in the construction documents.

49. Provide Williams Construction Management with seven (7) copies of each product data submittal and seven (7) copies of all shop drawings. All submittals for each specification section should be submitted in one package. No partial submittal packages will be reviewed.

50. Any costs of re-testing due to failure of this Subcontractor's work will be complete at this Subcontractor's expense.

51. Subcontractor shall verify the identity and employment eligibility of all persons hired to work on this project as required by Federal Law using "E-Verify".

52. Normal work hours for this project shall be Monday through Friday from 4:00PM to 12:30AM. Every Subcontractor is expected to be present and working during these hours until their scope of work is complete for the project. Subcontractor is responsible for providing enough manpower to maintain the project schedule. Saturdays will be used as make up days should weather cause any portion of operations to be delayed/cancelled. These work hours and Saturday work as make up days are included in this subcontract at no additional cost.

53. All stated allowances noted in the Scope of Work are owned and managed by Williams Construction Management.

54. The Contract Documents consist of this Project Manual, Conditions of the Contract (General, ' Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to

execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part

51

Page 42: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral.

55. The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others.

56. The Contract may be terminated by the Owner for cause, however, the Owner shall then only pay the Contractor an amount calculated as follows: .1 Take the Cost of the Work incurred by the Contractor to the date of termination; .2 Add the Contractor's Fee computed upon the Cost of the Work to the date of

termination and .3 Subtract the aggregate of previous payments made by the Owner.

The Owner shall also pay the Contractor fair compensation, either by purchase or rental at the election of the Owner, for any equipment owned by the Contractor that the Owner elects to retain and that is not otherwise included in the Cost of the Work. To the extent that the Owner elects to take legal assignment of subcontracts and purchase orders (including rental agreements), the Contractor shall, as a condition of receiving the payments, execute and deliver all such papers and take all such steps, including the legal assignment of such subcontracts and other contractual rights of the Contractor, as the Owner may require for the purpose of fully vesting in the Owner the rights and benefits of the Contractor under such subcontracts or purchase orders.

The Work may be suspended by the Owner.

END OF SECTION

52

Page 43: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Gounty-of-Kane-·--------· Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037 mWittiAMs---

coNsTRucTION MANAGEMENT

SECTION "D"

Bidders Scope of Work

BP #2A SELECTIVE DEMOLITION

SCOPE OF WORK

Perform and complete all "Selective Demolition Work" in accordance with the conditions of the contract, drawings, specifications, and specifics listed below. The Scope of Work includes: furnishing all supervision, insurance, fees, permits, bonds, labor, material, equipment, tools, utilities, facilities and services necessary, inherent or incidental to perform the installation of the work as summarized below and in accordance with the drawings, specifications, schedules and other Contract Documents. The Scope of Work Document is being provided for your use as a general guideline. This Document is not all-inclusive; it is the Subcontractor's responsibility to provide a complete scope of work for this bid package. The scope of work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The Subcontractor is to refer to the drawings for specific notes and details.

Refer to the following specification sections for more detailed information:

SPECIFICATION SECTIONS DESCRIPTION 011 000 .................................................................... Summary 012100 .................................................................... Allowances 012200 .................................................................... Unit Prices 012300 .................................................................... Alternates 012500 .................................................................... Substitution Procedures 012600 .................................................................... Contract Modification Procedures 012900 .................................................................... Payment Procedures 013100 .................................................................... Project Management and Coordination 013200 .................................................................... Construction Progress Documentation 013233 .................................................................... Photographic Documentation 013300 .................................................................... Submittal Procedures 013310 .................................................................... Dist. of Architect's Electronic Specs & Drawing Files 013591 .................................................................... Historic Treatment Procedures 014000 .................................................................... Quality Requirements 014200 .................................................................... References _01500Q ........................ , ........................................... Temp()r(3ry Facilities and Controls 016000 .................................................................... Product Requirements 017300 .................................................................... Execution 017419 .................................................................... Construction Waste Management and Disposal 017700 .................................................................... Closeout Procedures 017823 .................................................................... Operation and Maintenance Data

53

Page 44: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

017839 .................................................................... Project Record Documents 017900 .................................................................... Demonstration and Training 024119 .................................................................... Selective Demolition

The specifications and drawings are to govern the extent of the work required for this bid package. Refer to drawings for specific notes. The work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The scope of work shall include the following list of work items but will not necessarily be limited to:

SELECTIVE DEMOLITION WORK:

1. Provide "Selective Demolition Work" as indicated on the Contract Drawings, Architectural Specifications and Construction Manager's Project Manual.

2. Work shall be performed Monday through Friday between the hours of 4:00 PM to 12:30 AM. Traditional first shift work can be completed, but cannot interfere with the operation and security of the Courthouse and any noise or disturbance during the first shift is prohibited.

3. Conform to the Illinois Environmental Protection Agency, the City of Geneva, and ordinances of authorities having jurisdiction.

4. Submit, obtain, and secure all municipal permits, County of Kane permits, IEPA Notification and asbestos inspection fees associated with the demolition work in accordance with applicable local and State laws.

5. Locate and record existing MEP obstructions. 6. Provide installation and maintenance of adequate signs, traffic control devices, and warning

devices to inform and protect the public during all phases of demolition activity. Immediately replace any barricade or restraint damaged or removed.

7. Provide flagmen at all times when equipment is in operation on the site and when entering and exiting project.

8. Provide dust control measures during all demolition activity. Provide protection of existing oonditions to remain.

9. Provide complete physical and record photograph and video-documentation of existing stairway and courtroom conditions prior to demolition work.

1 0. Provide equipment, tools, operators, and laborers for demolition and debris removal. 11. Provide dumpsters to legally dispose of debris off site. 12. Provide layout and saw cutting of floors, ceilings, walls, and stairs. 13. Provide temporary shoring & bracing at concrete floor slabs. 14. Provide an allowance of ten thousand dollars for additional saw cutting, gutting, and disposal.

Part I New Elevator Work 15. Demolish and dispose of basement stairwell 16. Demolish and dispose of basement stairs & masonry walls. 17. Demolish and dispose of steel beams. 18. Demolish and dispose of arched masonry ceiling and concrete floor. 19. Remove and salvage wood raised panel & glass partition walls at Stair 3 all floors. 20. Demolish and remove steel stairs, columns, stringers, landings, handrails & balustrades at

Stair 3. 21. Remove and salvage guardrails at Stair 1. Salvage other removed handrails & balustrades for

reinstallation by others 22. Demolish and remove partitions at Stair 3 I fifth floor 23. Demolish and dispose of ceiling at Stair 1 I third floor.

54

Page 45: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Gounty-of-Kane- -- ----··-­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

·-m-· wlttiAMs--CONSTRUCTION MANAGEMENT

24. Demolish and dispose of concrete floor at Stair 1 I fourth floor. 25. Demolish and dispose of floor finishes and wood substrate Stair 1 I fourth floor. 26. Demolish and remove masonry wall at Room 430 for new door opening. 27. Demolish and remove suspended acoustical ceiling tile and metal grid system in Room 430 28. Demolish and remove carpet in Room 430. 29. Remove and tooth-in pockets for bearing plates & beams in elevator shaft. 30. Demolish and remove concrete floor and metal railing at fifth floor balcony 31. Remove and salvage marble wall and floor tile at stair landings

Part II Courtroom Improvements 32. Demolish and dispose of suspended acoustical ceiling tile and metal grid system. 33. Remove all dispose of tie wire used for suspended ceiling. 34. Demolish and dispose of suspended plywood deck. 35. Demolish and dispose of drywall partitions. 36. Demolition and dispose of drywall soffits and ceilings. 37. Demolish and dispose of court room platforms, judge's benches, jury boxes. 38. Demolish and dispose of courtroom half walls and court recorder cubicles. 39. Demolish and dispose of carpet. 40. Cut-in openings in masonry walls for HVAC ductwork. See HVAC drawings and coordinate

locations and sizes with HVAC Contractor.

WORK BY OTHERS:

1. Asbestos abatement 2. Cutout and removal for ceiling diffuser openings. 3. Cutout and removal for HVAC roof top equipment openings.

OPTIONS:

OPTION NUMBER 1: PULL DOWN ALUMINUM STAIRS: Provide a cost to furnish and install a pull down aluminum stairs in the ceiling of Room 402

a. (Bid Package #2A Demolition). Demolish and remove plaster ceiling. b. (Bid Package #6A General Trades). Provide framing of opening, plaster repair, and pull down stairs.

Add I Deduct ....................................................................................................... $ ______ _

OPTION NUMBER 3: FLAT TV SCREEN CABINETS: Provide a cost to cutout, demolish, and remove masonry for new recessed flat screen cabinets in Courtroom 300.

a. (Bid Package #2A Demolition Work). Cutout, demolish, and remove masonry for flat screen cabinets.

b. Bid Package #6A General Trades)- Furnish and install lintels above cabinet openings. C; Bid Package #26A Electrical Work). Provide duplex receptacles, low voltage junction-boxes and

conduit for TV's

Add I Deduct ....................................................................................................... $ ______ _

55

Page 46: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

SECTION "D"

Bidders Scope of Work

BP #3A CAST -IN-PLACE CONCRETE

SCOPE OF WORK

Perform and complete all "Cast-in-Place Concrete" in accordance with the conditions of the contract, drawings, specifications, and specifics listed below. The Scope of Work includes: furnishing all supervision, insurance, fees, permits, bonds, labor, material, equipment, tools, utilities, facilities and services necessary, inherent or incidental to perform the installation of the work as summarized below and in accordance with the drawings, specifications, schedules and other Contract Documents. The Scope of Work Document is being provided for your use as a general guideline. This Document is not all-inclusive; it is the Subcontractor's responsibility to provide a complete scope of work for this bid package. The scope of work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The Subcontractor is to refer to the drawings for specific notes and details.

Refer to the following specification sections for more detailed information:

SPECIFICATION SECTIONS DESCRIPTION 011 000 .................................................................... Summary 0121 00 .................................................................... Allowances 012200 .................................................................... Unit Prices 012300 .................................................................... Alternates 012500 .................................................................... Substitution Procedures 012600 .................................................................... Contract Modification Procedures 012900 .................................................................... Payment Procedures 013100 .................................................................... Project Management and Coordination 013200 .................................................................... Construction Progress Documentation 013233 .................................................................... Photographic Documentation 013300 .................................................................... Submittal Procedures 013310 .................................................................... Dist. of Architect's Electronic Specs & Drawing Files 013591 .................................................................... Historic Treatment Procedures 014000 .................................................................... Quality Requirements 014200 .................................................................... References 015000 .................................................................... Temporary Facilities and Controls 016000 .... : ............................................................... Product Requirements 017300 .................................................................... Execution 017419 .................................................................... Construction Waste Management and Disposal 017700 .................................................................... Closeout Procedures

56

Page 47: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County ofKane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

... ·mwiLliAMS-· CONSTRUCTION MANAGEMENT

017823 .................................................................... Operation and Maintenance Data 017839 .................................................................... Project Record Documents 017900 .................................................................... Demonstration and Training SEE DRAWINGS FOR CONCRETE SPECS

The specifications and drawings are to govern the extent of the work required for this bid package. Refer to drawings for specific notes. The work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The scope of work shall include the following list of work items but will not necessarily be limited to:

CAST -IN-PLACE CONCRETE:

1. Furnish and install "Cast-in-Place Concrete Work" as indicated on the Contract Drawings, Architectural Specifications and Construction Manager's Project Manual.

2. Work shall be performed Monday through Friday between the hours of 4:00 PM to 12:30 AM. Traditional first shift work can be completed, but cannot interfere with the operation and security of the Courthouse and any noise or disturbance during the first shift is prohibited.

3. Provide conveying, pumping, hoisting, and all equipment necessary to complete the concrete work.

4. Provide layout and co-ordination with other trades. 5. Furnish and install reinforcing bars, wire mesh, and concrete accessories. 6. Furnish and install shoring, form work, framing, and bracing. 7. Furnish and install dowel caps for vertical reinforcing bars as required by OSHA 8. Furnish and install polyethylene vapor barriers, control joints, tooled joints, and expansion

joints, saw cut joints, isolation joints, keyways. 9. Furnish and install block outs for inserts, sleeves, accessories. 10. Set all embedded pipe sleeves, foundation and slab accessories, anchors, and embeds. 11. Furnish and install concrete curing compounds. 12. Fill all voids, air pockets, wall ties, and other imperfections in exposed concrete surfaces. 13. Provide dumpsters for concrete truck wash-out and legally dispose of wash-out off site. 14. Furnish and install sealant at expansion joints, construction joints, and control joints at

exposed interior slab on grades, 15. Furnish and install sealant where exposed concrete slabs are adjacent to dissimilar surfaces.

Part I New Elevator Work 16. Provide an allowance of two thousand dollars for work directed by the Construction Manager 17. Furnish and install stone backfill/sub-base below elevator pit slab. 18. Furnish and install concrete footings. 19. Furnish and install concrete foundation walls. 20. Furnish and install concrete elevator pit slab. 21. Furnish and install concrete encasement of pre-molded sump basin. 22. Furnish and install drilled & epoxy'd foundation dowels. 23. Set anchor bolts & leveling plates for tube columns · 24. Install embedded angles in concrete. 25. Furnish and install concrete fioor fill sfab -oncorrugated metal aecking.

Part II Courtroom Improvements 26. Provide an allowance of eight thousand dollars to grout the electrical floor duct and conduit

feeds located in Courtroom 300.

57

Page 48: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

WORK BY OTHERS:

1. Demolition

OPTIONS:

OPTION NUMBER 1: PULL DOWN ALUMINUM STAIRS: Provide a cost to furnish and install a pull down aluminum stairs in the ceiling of Room 402

a. (Bid Package #2A Demolition). Demolish and remove plaster ceiling. b. (Bid Package #6A General Trades). Provide framing of opening, plaster repair, and pull down stairs.

Add I Deduct ....................................................................................................... $. ______ _

58

Page 49: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

······ countyofKane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

SECTION "D"

Bidders Scope of Work

BP #6A GENERAL TRADES

SCOPE OF WORK

WILLIAMS CONSTRUCTION MANAGEMENT

Perform and complete all "General Trades Work" in accordance with the conditions of the contract, drawings, specifications, and specifics listed below. The Scope of Work includes: furnishing all supervision, insurance, fees, permits, bonds, labor, material, equipment, tools, utilities, facilities and services necessary, inherent or incidental to perform the installation of the work as summarized below and in accordance with the drawings, specifications, schedules and other Contract Documents. The Scope of Work Document is being provided for your use as a general guideline. This Document is not all-inclusive; it is the Subcontractor's responsibility to provide a complete scope of work for this bid package. The scope of work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The Subcontractor is to refer to the drawings for specific notes and details.

Refer to the following specification sections for more detailed information:

SPECIFICATION SECTIONS DESCRIPTION 011 000 .................................................................... Summary 012100 .................................................................... Allowances 012200 .................................................................... Unit Prices 012300 .................................................................... Alternates 012500 .................................................................... Substitution Procedures 012600 .................................................................... Contract Modification Procedures 012900 .................................................................... Payment Procedures 013100 .................................................................... Project Management and Coordination 013200 .................................................................... Construction Progress Documentation 013233 .................................................................... Photographic Documentation 013300 .................................................................... Submittal Procedures 013310 .................................................................... Dist. of Architect's Electronic Specs & Drawing Files 013591 .................................................................... Historic Treatment Procedures 014000 .................................................................... Quality Requirements 014200 .................................................................... References 015000 .................................................................... Temporary Facilities and Controls 016000 .................................................................... Product Requirements

· ·o-173nn··.:. : .. ....... ~ :: .................................................... Execution·· 017419 .................................................................... Construction Waste Management and Disposal 017700 .................................................................... Closeout Procedures 017823 .................................................................... Operation and Maintenance Data 017839 .................................................................... Project Record Documents

59

Page 50: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

017900 .................................................................... Demonstration and Training SEE DRAWINGS FOR MASONRY SPECS SEE DRAWINGS FOR METAL SPECS 057300 .................................................................... Decorative Metal Railings 061000 .................................................................... Rough Carpentry 061053 .................................................................... Miscellaneous Rough Carpentry 061600 .................................................................... Sheathing 062023 .................................................................... Interior Finish Carpentry 064113 .................................................................... Wood Veneer Faced Architectural Cabinets 064116 .................................................................... Plastic-Laminate-Faced Architectural Cabinets 064213 .................................................................... Stile and Rail Wood Paneling 064216 .................................................................... Flush Wood Paneling 064400 .................................................................... Ornamental Woodwork 064600 .................................................................... Wood Trim 064800 .................................................................... Wood Frames 075419 .................................................................... Polyvinyl-Chloride (PVC) Roofing 081113 .................................................................... Hollow Metal Doors and Frames 081433 .................................................................... Stile and Rail Wood Doors 087100 .................................................................... Door Hardware 088000 .................................................................... Glazing 090190 .................................................................... Maintenance of Painting and Coating 092216 .................................................................... Non-Structural Metal Framing 092400 .................................................................... Cement Plastering 092900 .................................................................... Gypsum Board 095113 .................................................................... Acoustical Panel Ceilings 096340 .................................................................... Stone Flooring 096816 .................................................................... Sheet Carpeting 097513 .................................................................... Stone Paneling 098433 .................................................................... Sound-Absorbing Wall Units 099123 .................................................................... Interior Painting 099300 .................................................................... Staining and Transparent Finishing 104413 .................................................................... Fire Extinguishers and Fire Extinguisher Cabinets 122413 .................................................................... Roller Window Shades 123623.13 ................................................................ Plastic Laminate-Clad Countertops 123640 .................................................................... Stone Countertops

The specifications and drawings are to govern the extent of the work required for this bid package. Refer to drawings for specific notes. The work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The scope of work shall include the following list of work items but will not necessarily be limited to:

GENERAL TRADES:

2. Provide "General Trades Work" as indicated on the Contract Drawings, Architectural Specifications and Construction Manager's Project Manual.

2. Work shall be performed Monday to Friday between the hours of 4:00PM to 12:30 AM. Traditional first shift work can be completed, but cannot interfere with the operation and security of the Courthouse and any noise or disturbance during the first shift is prohibited.

60

Page 51: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

-County-of-Kane---- _______ , Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

.. m,--wlttiAMs-.. CONSTRUCTION MANAGEMENT

3. Provide rubbish dumpsters for debris generated from all trade contractors. 4. Provide an allowance of one hundred fifty thousand dollars for Courtroom Millwork. See

Note 15. Allowances in Instruction to Bidders for clarification. 5. Provide an allowance of seventy five thousand dollars for Plaster & Paint Ceiling and Wall

Restoration. See Note 15. Allowances in Instruction to Bidders for clarification.

Part I New Elevator Work 6. Provide an allowance of ten thousand dollars for additional barricades not shown on drawings 7. Furnish only embedded angles. 8. Furnish and install anchor bolts & bearing plates. 9. Furnish and install masonry infill and grout at elevator shaft beam pockets. 10. Furnish and install lintels and masonry in fill at Stair 1 above new doorway opening. 11. Furnish and install steel beams 12. Furnish and install tube columns. 13. Furnish and install ledger angles. 14. Furnish and install c-channels 15. Furnish and install corrugated metal decking. 16. Furnish and install elevator hoist beam. 17. Furnish and install steel beams at fourth floor new stair opening. 18. Furnish and install steel stairs from third to fourth floor. 19. Furnish and install stair balustrades, handrails, and wall rails. Use salvaged material where

possible. . 20. Furnish and install handrail at fifth floor folding stair balcony. Use salvaged material where

possible. 21. Furnish, install, and remove temporary wood barricades. 22. Cutout and frame opening in fifth floor ceiling for elevator shaft. 23. Furnish and install metal studs, sound insulation, and gypsum board partitions for elevator

shaft. 24. Furnish and install metal studs and gypsum board next to shaft wall entrance doors. 25. Furnish and install metal joist and gypsum board ceiling at top of elevator shaft. 26. Furnish and install metal studs and gypsum board partitions at machine room. 27. Furnish and install hollow metal frame, door, and hardware at machine room. 28. Provide a hardware allowance of one thousand dollars per door for material. 29. Furnish and install metal studs and gypsum board partitions in Room 420. 30. Furnish and install metal stud and gypsum board soffit in Room 445 31. Furnish and install acoustical ceiling in Room 445. 32. Furnish and install repair of acoustical ceiling in Room 420 adjacent to new partition. 33. Furnish and install plaster I drywall repair of jambs & head at new opening to Stair 1. 34. Fill voids and make smooth with plaster/drywall existing interior elevator shaft walls. 35. Furnish and install salvaged wood trim & paneling at elevator entrance locations. Provide new

as required. 36. Furnish and install carpet in elevator cab. 37. Furnish and install ceramic tile floor & base in Stair-1 landing at fourth floor. Include an

allowance of-$25.00 SF form<:tteriaL ,, 38. Furnish and install wall base at all new partitions. 39. Repair carpet in Room 420 adjacent to new partition. 40. Install salvaged marble flooring at all elevator floor stops and concrete infills. 41. Install salvaged wall marble and base.

61

Page 52: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

42. Furnish and install paint coatings for elevator jambs. 43. Furnish and install paint coatings for elevator door. 44. Furnish and install paint coatings for hollow metal doors and frames. 45. Furnish and install paint coatings for new partitions, soffits, and ceilings. 46. Furnish and install stain/varnish coatings at wood trim & paneling.

WILLIAMS CONSTRUCTION MANAGEMENT

47. Furnish and install paint coatings for steel stairs, balustrades, handrails, and wall rails Part II Courtroom Improvements

48. Provide an allowance of seven thousand five hundred for floor patching. 49. Provide an allowance of one hundred hours for additional common labor work directed the

Construction Manager. 50. Provide an allowance of five thousand dollars for plaster repair. 51. Furnish and install steel c-channels for truss reinforcement. 52. Furnish and install steel angles for truss reinforcement. 53. Furnish and install steel beams at attic roof trusses for roof top unit. 54. The General Trades Contractor is responsible for cutting, removing, and patching the existing

roof system for the installation of the new HVAC roof curb. The General Trades Contractor shall also cutout and frame the duct openings within the roof curb. Coordinate the sizes and locations with the HVAC Contractor.

55. The General Trades Contractor is responsible infilling the demolished roof equipment openings and patching the roof.

56. Furnish and install wood joist, headers, and metal hangers at new roof top openings 57. All patching and re-roofing work is to be performed by a licensed roofing contractor certified by

"Viridian Systems". Contact the manufacturer at 330-634-0454 for licensed contractors in the State of Illinois·.

58. Provide the manufacturer's standard warranty in which manufacturer agrees to repair or replace materials that fail in materials or workmanship within the current warranty period.

59. Furnish, install, and secure a temporary plywood cover over the entire roof curb. 60. Furnish and install plywood catwalk in attic space. 61. Furnish and install raised platforms and ramps in Courtroom. 62. Furnish and install fixed Yz walls in Courtroom. 63. Furnish and install frames, doors, and hardware. 64. Provide a hardware allowance of one thousand dollars per door for material. 65. Furnish and install metal stud and gypsum board partitions. 66. Furnish and install metal joist and gypsum board ceilings, and soffits. 67. Furnish and install new & salvaged wood paneling and running trim at perimeter walls. 68. Provide wood paneling and running trim patch at perimeter walls. 69. Remove wood paneling at window jambs for conduit runs and reinstall. 70. Furnish and install rubber treads at new stairs. 71. Furnish and install carpet tile. 72. Furnish and install marble flooring repair. 73. Furnish and install vinyl base. 7 4. Furnish and install stain/sealer coatings for wood doors, frames, trim. 75. Furnish and install paint coatings for gypsum board walls, soffits, and ceilings. 76. Furnish and install projection screens. 77. Furnish and install motorized & non-motorized window blinds. 78. Furnish and install disappearing stairway.

62

Page 53: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

~rr.JWILLIAMS--coNsTRucTION MANAGEMENT

WORK BY OTHERS:

1. Painting of plastered Courtroom ceiling 2. Painting of plastered Courtroom walls above wood chair rail

OPTIONS:

OPTION NUMBER 1: PULL DOWN ALUMINUM STAIRS: Provide a cost to furnish and install a pull down aluminum stairs in the ceiling of Room 402

a. (Bid Package #2A Demolition). Demolish and remove plaster ceiling. b. (Bid Package #6A General Trades). Provide framing of opening, plaster repair, and pull down stairs.

Add I Deduct ....................................................................................................... $ ______ _

OPTION NUMBER 2: ACOUSTICAL ATTENUATION PANELS: Provide a cost to furnish and install acoustical wall panels in Courtroom 300

a. Bid Package #6A General Trades). Provide acoustical wall panels as indicated on drawings.

Add I Deduct ....................................................................................................... $ ______ _

OPTION NUMBER 3: FLAT TV SCREEN CABINETS: Provide a cost to cutout, demolish, and remove masonry for new recessed flat screen cabinets in Courtroom 300.

a. (Bid Package #2A Demolition Work). Cutout, demolish, and remove masonry for flat screen cabinets.

b. Bid Package #6A General Trades)- Furnish and install lintels above cabinet openings. c. Bid Package #26A Electrical Work). Provide duplex receptacles, low voltage junction boxes and

conduit for TV's

Add I Deduct ....................................................................................................... $. ______ _

63

Page 54: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

SECTION "D"

Bidders Scope of Work

BP #14A HYDRAULIC PASSENGER ELEVATOR

SCOPE OF WORK

Perform and complete all "Hydraulic Passenger Elevator Work" in accordance with the conditions of the contract, drawings, specifications, and specifics listed below. The Scope of Work includes: furnishing all supervision, insurance, fees, permits, bonds, labor; material, equipment, tools, utilities, facilities and services necessary, inherent or incidental to perform the installation of the work as summarized below and in accordance with the drawings, specifications, schedules and other Contract Documents. The Scope of Work Document is being provided for your use as a general guideline. This Document is not all-inclusive; it is the Subcontractor's responsibility to provide a complete scope of work for this bid package. The scope of work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The Subcontractor is to refer to the drawings for specific notes and details.

Refer to the following specification sections for more detailed information:

SPECIFICATION SECTIONS DESCRIPTION 011 000 .................................................................... Summary 012100 .................................................................... Allowances 012200 .................................................................... Unit Prices 012300 .................................................................... Alternates 012500 .................................................................... Substitution Procedures 012600 .................................................................... Contract Modification Procedures 012900 .................................................................... Payment Procedures 013100 .................................................................... Project Management and Coordination 013200 .................................................................... Construction Progress Documentation 013233 .................................................................... Photographic Documentation 013300 .................................................................... Submittal Procedures 013310 .................................................................... Dist. of Architect's Electronic Specs & Drawing Files 013591 .................................................................... Historic Treatment Procedures 014000 .................................................................... Quality Requirements 014200 .............. : ..................................................... References 015000 .................................................................... Temporary Facilities and Controls 016000 .................................................................... Product Requirements 017300 .................................................................... Execution 017419 .................................................................... Construction Waste Management and Disposal 017700 .................................................................... Closeout Procedures 017823 .................................................................... Operation and Maintenance Data 017839 .................................................................... Project Record Documents

64

Page 55: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Couiify of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

017900 .................................................................... Demonstration and Training 142400 .................................................................... Hydraulic Elevator

The specifications and drawings are to govern the extent of the work required for this bid package. Refer to drawings for specific notes. The work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The scope of work shall include the following list of work items but will not necessarily be limited to:

HYDRAULIC PASSENGER WORK

1. Provide a new "Hydraulic Passenger Elevator" as indicated on the Contract Drawings, Architectural Specifications and Construction Manager's Project Manual.

2. Work shall be performed Monday through Friday between the hours of 4:00PM to 12:30 AM. Traditional first shift work can be completed, but cannot interfere with the operation and security of the Courthouse and any noise or disturbance during the first shift is prohibited.

3. Provide manufacturer's product data, including installation instructions. 4. Provide manufacturer's shop drawings, including plans, elevations, sections, and details,

indicating location of equipment, loads, dimensions, tolerances, materials, components, fabrication, fasteners, hardware, finish, and accessories.

5. Furnish and install elevator equipment and components. 6. Furnish and install pump units, silencers, piping, motors, and controls. 7. Furnish and install platform, guide rails, and brackets 8. Furnish and install elevator car frame, enclosure walls, base, ceiling, transoms, cab doors,

exhaust fan, handrail, and threshold. 9. Furnish and install hoistway doors, frames, and sills. 10. Furnish and install main car operating panel, pushbuttons, emergency buttons, switches, car

lanterns, position indicator, service panel, and telephone. 11. Furnish and install hall fixture push buttons, cover plates. 12. Coordinate installation of backing, sleeves, block-outs and embedded items in shaft walls and

foundations. 13. Provide testing and final inspection and certificate of operation from the State of Illinois. 14. Provide an allowance of two thousand dollars five hundred for additional inspections.

WORK BY OTHERS:

1. Finish floor material in cab

OPTIONS:

Not Applicable

65

Page 56: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

SECTION "D"

Bidders Scope of Work

BP#23AHVAC

SCOPE OF WORK

Perform and complete all "HVAC Work" in accordance with the conditions of the contract, drawings, specifications, and specifics listed below. The Scope of Work includes: furnishing all supervision, insurance, fees, permits, bonds, labor, material, equipment, tools, utilities, facilities and services necessary, inherent or incidental to perform the installation of the work as summarized below and in accordance with the drawings, specifications, schedules and other Contract Documents. The Scope of Work Document is being provided for your use as a general guideline. This Document is not all­inclusive; it is the Subcontractor's responsibility to provide a complete scope of work for this bid package. The scope of work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The Subcontractor is to refer to the drawings for specific notes and details.

Refer to the following specification sections for more detailed information:

SPECIFICATION SECTIONS DESCRIPTION

011000 ................................................................. Summary 012100 ................................................................. Allowances 012200 ................................................................. Unit Prices 012300 ................................................................. Alternates 012500 ................................................................. Substitution Procedures 012600 ................................................................. Contract Modification Procedures 012900 ................................................................. Payment Procedures 013100 ................................................................. Project Management and Coordination 013200 ................................................................. Construction Progress Documentation 013233 ................................................................. Photographic Documentation 013300 ................................................................. Submittal Procedures 013310 ................................................................. Dist. of Architect's Electronic Specs & Drawing Files 013591 ................................................................. Historic Treatment Procedures 014000 ................................................................. Quality Requirements 014200 ................................................................. References 015000 ................................................................. Temporary Facilities and Controls 016000 ................................................................. Product Requirements 017300 ................................................................. Execution 017419 ................................................................. Construction Waste Management and Disposal 017700 ................................................................. Closeout Procedures 017823 ................................................................. Operation and Maintenance Data

66

Page 57: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

-County-of-Kane---·----· .. _ Third Street Courthouse -m--wltLIAMs----New Elevator & Courtroom Improvements Project No. 2012-037

coNsTRucTION MANAGEMENT

017839 ................................................................. Project Record Documents 017900 ................................................................. Demonstration and Training 230593 ................................................................. Testing, Adjusting and Balancing for HVAC 230700 ................................................................. HVAC Insulation 232300 ................................................................. Refrigerant Piping 233113 ................................................................. Metal Ducts 233300 ................................................................. Air Duct Accessories 233713 ................................................................. Diffusers, Registers, Grills 236200 ................................................................. Packaged Compressor and Condenser Units 237 413 ................................................................. Packaged, Outdoor, Central-Station Air-Handling

Units

The specifications and drawings are to govern the extent of the work required for this bid package. Refer to drawings for specific notes. The work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The scope of work shall include the following list of work items but will not necessarily be limited to:

HVACWORK:

1.

2.

3.

4. 5. 6. 7. 8. 9. 10.

11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24.

Provide "HVAC Work" as indicated on the Contract Drawings, Architectural Specifications and the Construction Manager's Project Manual. Work shall be performed Monday through Friday between the hours of 4:00PM to 12:30 AM. Traditional first shift work can be completed, but cannot interfere with the operation and security of the Courthouse and any noise or disturbance during the first shift is prohibited. Provide manufactures data, shop drawings for equipment, fixtures, and piping. Part I New Elevator Work Provide an allowance of one thousand five hundred dollars for additional pipe re-routing. Furnish and install floor drain at elevator pit. Furnish and install waste & vents. Relocate exhaust fan and thermostat in basement equipment room. Furnish and install duct work for exhaust. Furnish and install wall cap and gravity louver. Provide coring, patching, and firesafing through walls and ceilings. Part II Courtroom Improvements Provide an allowance of five thousand dollars to relocate additional ductwork. Demolish and dispose of condensing units mounted on roof. Demolish and dispose of refrigerant lines. Demolish and dispose of indoor air handling unit mounted above ceiling. Demolish and remove controls, piping and low voltage wiring. Demolish and remove ceiling diffusers. Demolish and remove ductwork and supports. Demolish and remove outside air intake, gooseneck, and curb Demolish, cap, and remove ductwork in attic. Demolish and remove vent:stack; -- - - --Relocate supply ducts. Furnish and install roof top unit. Furnish and install roof curb. Coordinate location with General Trades Contractor. Furnish and install temporary metal cap over entire roof curb.

67

Page 58: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

25. Provide cutting of holes in plastered ceiling for diffusers. 26. Provide cutting and coring at walls, floors, and ceilings for ductwork, piping, and accessories. 27. The main duct roof opening and roof repair will be by the General Trades Contractor. 28. Furnish and install sheet metal supply ducts. 29. Furnish and install sheet metal return ducts. 30. Furnish and install sheet metal fabricated plenums. 31. Furnish and install sheet metal transfer air ductwork. 32. Furnish and install flexible duct work. 33. Furnish and install flexible duct connections. 34. Furnish and install ductwork insulation and sheet metal duct lining. 35. Furnish and install duct smoke detectors. 36. Furnish and install fire dampers. 37. Furnish and install registers, louvers, and grilles. 38. Disconnect, relocate, and re-pipe perimeter radiators. 39. Furnish and install controls, sensors, and thermostats. 40. Furnish and install low voltage wiring, instrumentation and controls for HVAC equipment. 41. Furnish and install sleeves for penetrations in walls, ceilings, and floors. 42. Furnish and install fire caulking sealants and firesafing material in walls, ceilings, and floors. 43. Provide adjusting, balancing, commissioning, and start-up services of HVAC systems. 44. Provide instructions and training to the Owner on the operation and maintenance of the HVAC

System.

WORK BY OTHERS:

1. Roof repair at new roof top unit curb

OPTIONS:

Not Applicable

68

Page 59: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

~- eounty-of-Kane-----­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

"" ~rr.J~WICLIAMS-coNsTRucTION MANAGEMENT

SECTION "D"

Bidders Scope of Work

BP #26A ELECTRICAL & COMMUNICATION

SCOPE OF WORK

Perform and complete all "Electrical Work" in accordance with the conditions of the contract, drawings, specifications, and specifics listed below. The Scope of Work includes: furnishing all supervision, insurance, fees, permits, bonds, labor, material, equipment, tools, utilities, facilities and services necessary, inherent or incidental to perform the installation of the work as summarized below and in accordance with the drawings, specifications, schedules and other Contract Documents. The Scope of Work Document is being provided for your use as a general guideline. This Document is not all-inclusive; it is the Subcontractor's responsibility to provide a complete scope of work for this bid package. The scope of work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The Subcontractor is to refer to the drawings for specific notes and details.

Refer to the following specification sections for more detailed information:

SPECIFICATION SECTIONS DESCRIPTION

011000 .................................................................... Summary 012100 .................................................................... Allowances 012200 .................................................................... Unit Prices 012300 .................................................................... Alternates 012500 .................................................................... Substitution Procedures 012600 .................................................................... Contract Modification Procedures 012900 .................................................................... Payment Procedures 013100 .................................................................... Project Management and Coordination 013200 .................................................................... Construction Progress Documentation 013233 .................................................................... Photographic Documentation 013300 .................................................................... Submittal Procedures 013310 .................................................................... Dist. of Architect's Electronic Specs & Drawing Files 013591 .................................................................... Historic Treatment Procedures 014000 .................................................................... Quality Requirements 014200 .................................................................... References 015000 .................................................................... Temporary Facilities and Controls 016000 .................................................................... Product Requirements 017300 .................................................................... Execution 017419 .................................................................... Construction Waste Management and Disposal 017700 .................................................................... Closeout Procedures 017823 .................................................................... Operation and Maintenance Data

69

Page 60: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

017839 .................................................................... Project Record Documents 017900 .................................................................... Demonstration and Training 260500 .................................................................... Common Work Results for Electrical 260519 .................................................................... Low-Voltage Electrical Power Conductors & Cables 260526 .................................................................... Grounding and Bonding for Electrical Systems 260529 .................................................................... Hangers and Supports for Electrical Systems 260533 .................................................................... Raceway and Boxes for Electrical Systems 260553 .................................................................... Identification for Electrical Systems 262416 .................................................................... Panel boards 262726 .................................................................... Wiring Devices 262813 .................................................................... Fuses 262816 .................................................................... Enclosed Switches and Circuit Breakers 262913 .................................................................... Enclosed Controllers 265100 .................................................................... Interior Lighting

The specifications and drawings are to govern the extent of the work required for this bid package. Refer to drawings for specific notes. The work items are intended for clarification and convenience only and are not intended to limit any portion of the scope of this bid package. The scope of work shall include the following list of work items but will not necessarily be limited to:

ELECTRICAL WORK:

1. Furnish and install "Electrical Work" as indicated in the Architectural Drawings, and per the Architectural Specifications and Construction Manager's Project Manual

2. Work shall be performed Monday to Friday between the hours of 4:00 PM to 12:30 AM. Traditional first shift work can be completed, but cannot interfere with the operation and security of the Courthouse and any noise or disturbance during the first shift is prohibited

3. Provide manufactures data and shop drawings for fixtures, equipment, and piping. 4. Provide electrical permits and comply with all applicable codes. 5. Provide an allowance of ten thousand dollars for additional work directed by the Construction

Manager. 6. Furnish and install electrical embedded items and pipe sleeves. 7. Provide all cutting, coring, and patching to install conduit. 8. Furnish and install fire caulking and firesafing material for all conduit penetrations through

rated floors and partitions. 9. Furnish and install access panels for concealed junction boxes. 10. Furnish and install fuses and circuit breakers. 11. Furnish and install motor starters. 12. Furnish and install all receptacle types. 13. Furnish and install junction boxes. 14. Furnish and install all switch types 15. Furnish and install data system outlets and stubs 16. Furnish and install TV junction boxes and stubs 17. Furnish and install speaker boxes and stubs 18. Furnish and install combination telephone & communication junction boxes and conduit. 19. Furnish and install grounding and bonding for electrical systems. 20. Furnish and install raceways, fittings, boxes, enclosures, and cabinets.

70

Page 61: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

CoTH1ty of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

21. Provide start-up services and Owner training to adjust, operate, and maintain electrical system. Part I New Elevator Work

22. Provide an allowance of five thousand dollars for work directed by the Construction Manager. 23. Furnish and install feeder conduit and wire from main switch board to elevator machine room 24. Furnish and install disconnect switch in machine room. 25. Furnish and install shunt trip in machine room 26. Furnish and install lighting fixtures. 27. Furnish and install devices and branch circuits. 28. Furnish and install power wiring to relocated exhaust fan.

Part II Courtroom Improvements 29. Provide an allowance of ten thousand dollars for work directed by the Construction Manager 30. Disconnect and remove all devices, lighting fixtures, and branch circuits. 31. Disconnect and remove power wiring to roof top condenser units. 32. Disconnect and remove power wiring to indoor air handling unit. 33. Disconnect and remove electrical panel in Courtroom 34. Disconnect and remove electrical fixtures on plastered ceiling in Courtrooms. 35. Disconnect and remove devices and branch circuits at Judge's bench. 36. Furnish and install power wiring to roof top unit. 37. Furnish and install ornamental pendant fixtures. 38. Furnish and install fluorescent wrap around fixtures. 39. Furnish and install exit and emergency fixtures. 40. Furnish and install feeder conduit and wire from main switchboard to Courtroom panel 41. Furnish and install in-floor electrical and data duct raceway. 42. Furnish and install power and data floor devices. 43. Provide saw cutting, demolition and removal of existing floor for floor ducts. 44. Provide saw cutting, demolition and removal of existing floor for floor branch circuits. 45. Install only low voltage control stations for window shades 46. Install only and power wire window shade motor controller. 47. Furnish and install receptacles for window shade motors.

WORK BY OTHERS:

1. Low voltage wiring

OPTION NUMBER 3: FLAT TV SCREEN CABINETS: Provide a cost to cutout, demolish, and remove masonry for new recessed flat screen cabinets in Courtroom 300.

a. (Bid Package #2A Demolition Work). Cutout,demolish, and remove masonry for flat screen cabinets.

b. Bid Package #6A General Trades)- Furnish and install lintels above cabinet openings. c. Bid Package #26A Electrical Work). Provide du~eX~9-~r:>~aci~~L!9'!Y_V9J!~g~ j_!:!_Q_c!i_on_~92<es ~-cl

conduit for TV's

Add I Deduct ....................................................................................................... $ ______ _

71

Page 62: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

SECTION "E"

Williams Construction Management

Specifications and Drawing List

SPECIFICATIONS

DIVISION 01 -GENERAL REQUIREMENTS

011000 .... Summary 012100 .... Allowances 012200 .... Unit Prices 012300 .... Alternates 012500 .... Substitution Procedures 012600 .... Contract Modification Procedures 012900 .... Payment Procedures 013100 .... Project Management and Coordination 013200 .... Construction Progress Documentation 013233 .... Photographic Documentation 013300 .... Submittal Procedures 013310 .... Distribution of Architects Electronic Specifications and Drawing Files 013591 .... Historic Treatment Procedures 014000 .... Quality Requirements 014200 .... References 015000 .... Temporary Facilities and Controls 016000 .... Product Requirements 017300 .... Execution 017 419 .... Construction Waste Management and Disposal 017700 .... Closeout Procedures 017823 .... Operation and Maintenance Data 017839 .... Project Record Documents 017900 .... Demonstration and Training

DIVISION 02 -EXISTING CONDITIONS 024119 .... Selective Demolition

DIVISION 03 - CONCRETE

SEE DRAWINGS

72

Page 63: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Gounty-of-Kane-·-··- -------····· Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

DIVISION 04 • MASONRY

SEE DRAWINGS

DIVISION 05 ·METALS

SEE DRAWINGS 057300 .... Decorative Metal Railings

DIVISION 06- WOOD, PLASTICS AND COMPOSITES

061000 .... Rough Carpentry 061053 .... Miscellaneous Rough Carpentry 061600 .... Sheathing 062023 .... Interior Finish Carpentry 064113 .... Wood Veneer Faced Architectural Cabinets 064116 .... Plastic-Laminate-Faced Architectural Cabinets 064213 .... Stile and Rail Wood Paneling 064216 .... Flush Wood Paneling 064400 .... Ornamental Woodwork 064600 .... Wood Trim 064800 .... Wood Frames

DIVISION 07 • THERMAL AND MOISTURE PROTECTION

SEE APPENDIX A FOR MORE INFORMATION 075419 .... Polyvinyl-Chloride (PVC) Roofing

DIVISION 08 • OPENINGS

081113 .... Hollow Metal Doors and Frames 081433 .... Stile and Rail Wood Doors 0871 00 .... Door Hardware 088000 .... Glazing

DIVISION 09 • FINISHES

090190 .... Maintenance of Painting and Coating 092216 .... Non-Structural Metal Framing 092400 .... Cement Plastering 092900 .... Gypsum Board 095113 .... Acoustical Panel Ceilings 096340 .... Stone Flooring 096816 .... Sheet Carpeting 097513 .... Stone Paneling 098433 .... Sound-Absorbing Wall Units 099123 .... Interior Painting 099300 .... Staining and Transparent Finishing

73

Page 64: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

DIVISION 10- SPECIALTIES

1 04413 .... Fire Extinguishers and Fire Extinguisher Cabinets

DIVISION 12- FURNISHINGS

122413 .... Roller Window Shades 123623.13 Plastic Laminate-Clad Countertops 123640 .... Stone Countertops

DIVISION 14- CONVEYING EQUIPMENT

142400 .... Hydraulic Elevator

DIVISION 22 - PLUMBING

SEE PLUMBING PLANS FOR COMPLETE SPECIFICATIONS

DIVISION 23- HEATING VENTILATING AND AIR CONDITIONING

230593 .... Testing, Adjusting and Balancing for HVAC 230700 .... HVAC Insulation 232300 .... Refrigerant Piping 233113 .... Metal Ducts 233300 .... Air Duct Accessories 233713 .... Diffusers, Registers, Grills 236200 .... Packaged Compressor and Condenser Units 237 413 .... Packaged, Outdoor, Central-Station Air-Handling Units

DIVISION 26- ELECTRICAL

260500 .... Common Work Results for Electrical 260519 .... Low-Voltage Electrical Power Conductors and Cables 260526 .... Grounding and Bonding for Electrical Systems 260529 .... Hangers and Supports for Electrical Systems 260533 .... Raceway and Boxes for Electrical Systems 260553 .... Identification for Electrical Systems 262416 .... Panelboards 262726 .... Wiring Devices 262813 .... Fuses 262816 .... Enclosed Switches and Circuit Breakers 262913 .... Enclosed Controllers 265100 .... Interior Lighting

74

Page 65: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Countyof·Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

··mwiLLIAMs·--CONSTRUCTION MANAGEMENT

INDEX TO DRAWINGS

The drawings shall consist of the following General, Structural, Architectural, Mechanical, Electrical and Plumbing Plans prepared by Williams Construction Management, & their consultants dated August 3, 2012.

ARCHITECTURAL T 1.1 TITLE SHEET AC 1.1 CODE DATA (NOT INCLUDED) AD 1.1 FLOOR PLANS, EXISTING CONDITIONS AND DEMOLITION AD 1.2 3R° FLOOR PLAN, EXISTING CONDITIONS AND DEMOLITION AD 1.3 4TH FLOOR PLAN, EXISTING CONDITIONS AND DEMOLITION AD 1.4 ATTIC & ROOF PLANS, EXISTING CONDITIONS AND DEMOLITION A 2.1 FLOOR PLANS & ENLARGED PLAN DETAILS A 2.1 3Ro FLOOR PLAN A 2.3 4TH FLOOR PLAN A 2.4 (PARTIAL) ATTIC & ROOF PLAN A 4.1 INTERIOR SECTIONS & ELEVATIONS A 4.2 INTERIOR SECTIONS, ELEVATIONS & ENLARGED PLAN DETAILS A 4.3 INTERIOR ENLARGED WALL SECTION DETAILS A 6.1 SCHEDULES & DETAILS A 7.1 INTERIOR ELEVATIONS, ELEVATOR ENTRANCE A 7.2 INTERIOR ELEVATIONS, COURTROOM A7.4 INTERIOR ELEVATIONS, MILLWORK A 9.1 REFLECTED CEILING PLANS

STRUCTURAL D 1.0 DEMOLITION PLANS S 1.0 FOUNDATION PLAN & SECTIONS S 2.0 FRAMING PLANS & SECTIONS S 3.0 STAIRWELL ADDITION S 4.0 ROOF FRAMING PLANS S 5.0 STRUCTURAL NOTES

MECHANICAL MD 1.1 MD 1.2 MD 1.3 MD1.4 M 1.1 M 1.2 M 1.3 M1.4 M 2.1 M2.2

3Ro FLOOR MECHANICAL DEMOLITION PLAN 4TH FLOOR MECHANICAL DEMOLITION PLAN ATTIC MECHANICAL DEMOLITION PLAN ROOF MECHANICAL DEMOLITION PLAN 3Ro FLOOR MECHANICAL PLAN 4TH FLOOR MECHANICAL PLAN ATTIC MECHANICAL PLAN ROOF MECHANICAL PLAN . MECHANICAL SCHEDULE MECHANICAL DETAILS

75

Page 66: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

ELECTRICAL ED 1.1 DEMOLITION PLANS E 1.1 3RD FLOOR POWER PLAN E 1.2 ROOF POWER PLAN E 1.3 BASEMENT POWER PLAN E 2.1 LIGHTING PLAN E 3.1 SCHEDULES AND SYMBOLS

PLUMBING P 1.0 BASEMENT PLUMBING PLAN

END OF SECTION

76

Page 67: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

····eountyof-Kane---Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

·m·WI[LIAMS __ _ CONSTRUCTION MANAGEMENT

County of Kane Third Street Courthouse

New Elevator & Courtroom Improvements Project No. 2012-037

Preliminary Construction Schedule

The Preliminary Construction Schedule, prepared by Williams Construction Management, is hereby incorporated into the Construction Documents. Copies of this schedule will be issued along with the Construction Manager's Project Manual, Architect's Specifications and General, Architectural, Structural, Mechanical, Electrical and Plumbing plans to all bidders of record. Should an additional copy of the Preliminary Construction Schedule be required, please contact Williams Construction Management [630-221-0671].

77

Page 68: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Prepare Bid Scopes I Manual

Project Out to Bid

Pr&Bid Meeting

Projer:t Bid Opening

Review I Qualify Bids

Recommendations to Board I Board Approval

Barricade New Opening

Barricade 1st12nd/3rd Firs & Erect Scaffolding

Remove Scaffolding

Field Measure for stair I Shop Drwgs I Fabdcete

/ns1all 4th Floor Stairs and Railings

/ns1a// Gyp Board on Partition (s1airway side)

Tape I Coat Gyp Board Joints

stain & Paint Wall Surfaces

Install & Repair Flooring

Remove I Salvage Wood Paneling

-Frame & Pour Elevator Pit Footings

Frame & Pour Elevator Pit Foundation Walls

Backfill Elevator Pit

Frame & Pour Elevator Pit Floor

Start date Finish date Data date Run date

30JUL12 05APR13 30JUL12 27JUL12

Page number 1A ©Primavera Systems, Inc.

30JUL12 01AUG12

02AUG12 02AUG12

09AUG12 09AUG12

21AUG12 21AUG12

22AUG12 27AUG12

28AUG12 28AUG12

05SEP12 05SEP12

10SEP12

11SEP12 11SEP12

14SEP12 20SEP12

26SEP12 26SEP12

27SEP12 240CT12

250CT12 310CT12

01NOV12 01NOV12

02NOV12 06NOV12

07NOV12 09NOV12

12NOV12 13NOV12

11DEC12 11DEC12

18DEC12 1BDEC12

:~s=-: =-· -20J~~_>;,~..;.";~:_ ·. :~~:, '\_'·. DEC. J.vi ."· FEB = APR MAY

oa _1!C.ZL:::zt . 15 -12 · 1a· .21 · OJ - 'IO 17 24 31 · ar 14 21 :ra oc u 18 :a 04 11 18 a 01 os 15 22 21 oa 1:s :zo 71

fd 1d 02AUG12 02AUG12

1d 1d 09AUG12 09AUG12 1 Pn>-llld Meeting

fd 1d 21AUG12 21AUG12 1 Project Bid Opening

4d 4d 22AUG12 27AUG12 1111 Review I Qualify Bids

fd 1d 28AUG12 28AUG12 1 Recommendations to Board /Board Approval

1d 1d 05SEP12 05SEP12 I Notice to Proceed

I Award Contracts to Subcontractors

1 Saw-cut New Opening

D Saw-cut & Demolish 4th Roor Slab

fd 1d 10SEP12 10SEP12 I Frame & Board Part!Uon (one side)

fd 1d 11SEP12 11SEP12 I Barricade New Opening

Sd Sd 14SEP12 20SEP12 .. Barricade 1 st/2ndl3rd Ars & Erect Scaffolding

fd fd 26SEP12 26SEP12 1 Remove Scaffolding

20d 20d 27SEP12 240CT12 Aeld Measure for Stair I Shop Drwgs/ Fabricate

Sd Sd 250CT12 310CT12 11Binslall41h Aoor Stalm and Railings

1d 1d 01NOV12 01NOV12 !Install Gyp Board on Part!Uon (stairway side)

3d 3d 02NOV12 OGNOV12 11!1 Tape I Coat Gyp Board Jolnfll

3d 3d 07NOV12 09NOV12 II Stain & Paint Wall Surfaces

2d 2d 12NOV12 13NOV12 I Install & Repair Rooring

I Remove Barricades

-Remove Stairs and landings

• Remove I Salvage Wood Paneling

I Frame & Pour Elevator Pit Footings

fd 1!i 11DEC12 11DEC12

lllll Frame & Pour Bevator Pit Foundation Walls

!Backfill Elevator Pit

1d 1d 1BDE~_12 18D!:_C!2____~ ___ -------------

Third Street Courthouse New Elevator & Courtroom Renovation

Williams Construction Management Preliminary Construction Schedul

I Frame & Pour Elevator Pit Floor

~Early bar _.Progress bar lll!lllll Critical bar --Summary bar + Start milestone point + Finish milestone point

Page 69: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Drawings

Remove Roof Condensors!Refr. Unes

Demolish Platforms

Demolish Judges I Jury Benches

· Saw-cut floor and Channel for Electric

Remove Rxtures @PiasterCe}~ll9 __ _

Start date Finish date Data date

30JUL12 05APR13 30JUL12

Run date 2Z···'JiUL12 Page number 2A

©Primavera Systems, Inc. I

27DEC12 03JAN13 Sd

04JAN13 OBJAN13 3d

11JAN13 24JAN13 10d

25JAN13 29JAN13 3d

06FEB13 11FEB13 4d

12FEB13 21FEB13 Bd

22FEB13 05MAR13 Bd

06MAR13 12MAR13 Sd

13MAR13 14MAR13 2d

15MAR13 1BMAR13 2d

11SEP12 24SEP12 10d

25SEP12 25SEP12 fd

07DEC12 07DEC12 1d

10DEC12 14DEC12 5d

17DEC12 21DEC12 Sd

24DEC12 2BDEC12 4d

2d

1BSEP12 1BSEP12 1d

19SEP12 21SEP12 3d

24SEP12 25SEP12 2d

26SEP12 27SEP12 2d

28SEP12 28SEP12 1d

010CT12 020CT12 2d

030CT12 OBOCT12 4d

14NOV12 14NOV12 1d

Sd 27DEC12

3d 04JAN13 OBJAN13

10d 11JAN13 24JAN13

3d 25JAN13 29JAN13

4d 06FEB13 11FEB13

Bd 12FEB13 21FEB13

Bd 22FEB13 05MAR13

Sd 06MAR13 12MAR13

2d 13MAR13 14MAR13

2d

10d 11SEP12 24SEP12

fd 25SEP12 . 25SEP12

1d 07DEC12 07DEC12

5d 10DEC12 14DEC12

5d 17DEC12 21DEC12

4d 24DEC12 2BDEC12

1d 17SEP12 17SEP12

3d 1BSEP12 20SEP12

2d 21SEP12 24SEP12

. 2d 25SEP12 28SEP12

1d 27SEP12 27SEP12

2d 2BSEP12 010CT12

4d 020CT12 050CT12

1d 13NOV12 13NOV12

-~~~?. ;_;·:~-;~~<~··· tiEc~ .!AN FEB = ·APR UAY ~~~~~~a~~:~: 1~ a a 10 v ~ ~ M ~ ~ a·~ u 1D ~ ~ 11 1a ~ 01 ~~~a~ 13 ~ ~

1 Pour Concrete Roor lnfill i

IIIII Barricade Shaft Openings

Dmmii!lil Prepare J Review Elevator Shop Drawings

1 Order Elevator

111111 Cut In Elevator Beam Pockets

IIIII Set Elevator Support Beams

ID Set Floor Beams

-Frame & Board Elevator Shaft Walls

• Frame In & Board Elevator Jambs

1111 Frame & Board Hallway Partitions

... Re-install Panefing & Trim

-stain & Paint Wall Surfaces

Blllnstall & Repair Flooring

I Install Pull Down Stairs

• Remove Banicades

1 Receive Elevator

mtnstall Guide Rslls

I Disconnect Ught Rxtures

1 Demolish Suspended Cerung

1 Disconnect & Remove HVAC Unit

a Oemonsh and Remove Duct Work

B Install Elevator Aoor & Cab

Bl Set 8evator Door Jambs

II!B Complete Elevator Installation

Dlllnstall Sump & Sanitary Sewer

~Install Power to Elecbical Room

m1 Disconnect. Remove Roof Condensoru!Refr. Unea

a Demolish PsrUtlons

1 Demolish Platforms

m Demolish Judges J Jury Benches

m Saw-cut floor and Channel for Electrtc

1 Remove Ftxtures @ Plaster Ceiling

I

Third Street Courthouse IRiiil Early bar -Progress bar llilll Critical bar New Elevator & Courtroom Renovation

Williams Construction Management Preliminary Construction Schedul

--Summary bar i

+ Start milestone point + Finish milestone point

I

Page 70: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Install Attic Decking

Frame Platfonn and Half Walls

Frame and Boarrl Door Opening

Patch Plaster Cel/lng and Walls

Paint Plaster Ceiling and Walls

Repair Wood Ceiling Beams Install/ Repair Paneling & Trim

Install Judge I Jury Millwork

Install Doors

Palnllng I Staining

Install carpet

rribing & HVAC ,, , ,: Set Roof Cutb

Patch and Flash In Roof Cutb

Set RoofTop Unit

Set HvAC Diffusers

lectrica/ '

1750 Substantial Completion

1760 Punchl/st Walk-Thru

-" "-"'"" ,, i

1770 Punch/1st Period I Project Close-out

Start date Finish date Data date Run date

30JUL12 05APR13 30JUL12 27JUL12

Page number 3A ©Primavera Systems, Inc.

,_,

090CT12 090CT12 1d 1d 080CT12 080CT12

160CT12 170CT12 2d 2d 150CT12 160CT12

180CT12 230CT12 4d 4d 170CT12 220CT12

240CT12 250CT12 2d 2d 230CT12 240CT12

09NOV12 13NOV12 3d 3d 08NOV12 12NOV12

15NOV12 21NOV12 Sd 5d 14NOV12 20NOV12

22NOV12 27DEC12 2Sd 25d 21NOV12 26DEC12

28DEC12 04JAN13 5d 5d 27DEC12 03JAN13

07JAN13 09JAN13 3d 3d 04JAN13 08JAN13

01FEB13 14FEB13 10d 10d 31JAN13 13FEB13

15FEB13 19FEB13 3d 3d 14FEB13 1BFEB13

20FEB13 22FEB13 3d 3d 19FEB13 21FEB13

25FEB13 27FEB13 3d 3d 22FEB13 26FEB13

A~:-~{.-:-- ·:-,:/(?~· ::·:~.:~=:~f~~~~~;:.- , .. :: ... -__ HrJv · ::;; ;·_.·:-'.!?EO- JAN FEB = APR" - MAY

13 .20~'%1: D3 ·1o: .. 11. :24 of.( os~::11t .22 a.os:12 .. 1D· 2D 03 10. 11 :u 31 01 14 21 :a GC 11 1a 25 04 11 ta 21 ot oa 1& 22 a 01 13 20 'D

1 Barricade Entrance

1 Cut & Frame Roof for HVAC Unit

ulnslall Allie Decking

aJ Frame Platform and Half Walls

1 Frame and Board Door Opening

r:::;r;~PatchRoor

em Patch Plaster Ceiling and Walls

Paint Plaster Cetling and Walls

~ Repair Wood Ceiling f3eams

s Install I Repair Paneling & Trim

~ Install Judge I Jury Millwork

Eiil Install Doors

a PalnUng 1 Staining

m Install carpet

~/< r::_ .,.,,;:z - ""' ~ :c~ "_ ~· ~ ;, ,:''"''11'"1

c L

100CT12 100CT12 1d 1d 090CT12 090CT12

110CT12 110CT12 1d 1d 100CT12 100CT12

120CT12 150CT12 2d 2d 110CT12 120CT12

10JAN13 10JAN13

"U ~ ~;."' "";\",1J.l,""--

260CT12 08NOV12

20MAR13 20MAR13 1d 1d 20MAR13 20MAR13

21MAR13 21MAR13 1d 1d 21MAR13 21MAR13

22MAR13 22MAR13 1d 1d 22MAR13 22MAR13

2SMAR13 05APR13 10d 10d 25MAR13 OSAPR13 ----··· -----·-----

I Set Roof Cum

1 Patch and Flash In Roar Curb

I Set RoofTop Unit

S!5BIIIZIIiil Rough..Jn Electric

Third Street Courthouse New Elevator & Courtroom Renovation

Williams Construction Management Preliminary Construction Schedul

I Set HVAC Diffusers

~ Install Efectrlcal Fixtures & Devices

1 Final Cleaning

1 Sevator Start ..up

1 SubstanUal CompleUon

1 Punchllst Walk-Thru

_.Punch list Period I Project Close

~Early bar -Progress bar ._ Critical bar --Summary bar + Start milestone point + Finish milestone point

Page 71: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

········ countYofKane· Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

County of Kane Third Street Courthouse

New Elevator & Courtroom Improvements Project No. 2012-037

Site logistics Plan

The Site Logistics Plan, prepared by Williams Construction Management, is hereby incorporated into the Construction Documents. Copies of this plan will be issued along with the Construction Manager's Project Manual, Architect's Specifications and General, Architectural, Structural, Mechanical, Electrical and Plumbing plans to all bidders of record. Should an additional copy be required, please contact Williams Construction Management [630-221-0671].

78

Page 72: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

z ~ ~ :::ln.J g n

t~ ~ 0~

Gtj ·~Jl ~~ t.b £ ~:z: z ll1Z :::t :::1~ tn~ E~ :z:-

~0 8 8su ~~ zr- ~ oz lLl~ u~ UlW.~

NVld SJilSlLJOl dliS

Page 73: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each
Page 74: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

,--1 I I I I I I

l;l;ill e:£:)1

I I I I

: I \ __ _

-------------1 I I I I I

~~ le:£:1 I I I I I I I )

Page 75: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

~I N I liiill

; iJ

) ~

z <( _J

0.. w Cl () 0:: 0:: <( r:a 0::

II 0 0 _J l1..

Cl z C"J

'b I

'11)

Page 76: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

z <( .....J a.. w 0 (} 0:: a::: <( co a::: 0 0 .....J LL

0 a::: C')

Page 77: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

----------~-----------, I I I I I I I I

~~ ~I I I I I I I I I I I I

0 I

it:> .,..

. .,..

Page 78: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

0

~~---------------------,

I I I I I I I I I I I I I I I I I I I I I \ _______________________ !

. c I

i.o -. -z <( ...J 0.. UJ 0 <( (.)

0::: 0:: <( en u.. 0 0 0::

0:: 0 0 ...J u.. ::r: 1-It)

Page 79: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each
Page 80: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

County of Kane Third Street Courthouse

New Elevator & Courtroom Improvements Project No. 2012-037

Asbestos Report

The Asbestos Report prepared by Hygieneering, Inc. is hereby made a part of the Contract Documents. Copies of this report will be issued along with the Construction Manager's Project Manual, Architect's Specifications and General, Architectural, Structural, Mechanical, Electrical and Plumbing plans to all bidders of record. Should an additional copy be required, please contact Williams Construction Management [630-221-0671].

80

Page 81: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each
Page 82: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

HYGIENEERING, INC. 7575 Plaza Court Willowbrook, II. 60527 (630) 654-2550

PROJECT# 2003-5251-E KANE COUNTY

ACM Location Drawing 2 of 10

THERMAL SYSTEM INSULATION

I LEGEND I ~IJ.>cll'tlon of Asbestos-Containing. Thermal ~Pipe length & fitting Insulation.

NOTE: Drawing revised per Relnspectlon --performed on 04-10-03

/'2)\ ·~

ACM LOCATION DRAWING BASEMENT - COURTHOUSE

Page 83: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

HYGIENEERING, INC. 7575 Plaza Court Willowbrook, II. 60527 (630) 554-2550

I . i

PROJECT # 2003-5251-E KANE C<DUNTY

ACM Location Drawing 3 of 10

MISCELLANEOUS MATERIALS

I LEGEND .]

P'727J. Location of Asbestos-Containing tL2:LJ Mastic (only).

~ Location of Asbestos-Containing ~. Flooring (only).

~· Location of Asbestos-Containing ~· Flooring & Mastlc.

- Location of Asbestos-Containing Mastic (only) on Wall Base.

~ Location of Asbestos-Containing ~ Transite Panel Door.

NOTE: Drawing revised per Relnspection -- performed on 04-10-03

~ ACM LOCATION DRAWING I

BASEMENT- COURTHOUSE I

Page 84: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

HYGIENEERING, INC. 7575 Plaza Court Willowbrook, II. 60527 {63::1; 654-1550

~ 1· ~ · '_1- -~rn • -- ~1 ! = 1 J:::i :::,~:::ca"";,,..· --""• -~-~-...,. i

.l it!!'t;U t~. ...:~. fii

ru !5i li li'l

PROJECT# 2003-5251-E KANE COUNTY

~-.:i'

0

1,.,.--l

e [:1 ==:::'1' ;r"- -~---~- -- . ~-- .,n:i~n.: -~

.1.!9:

,:.r•

[· ... -.·~

~'-=. .- -~ \~~ -· ~ - -- r~~ 1=;;:f;.i ...,~ r~ ~.~Jr

~~ J!± tf i', !}·

_~1.CM Location Dr2wi1

MISCELLANEOUS MATEF

f LEGEND

-102 Location of Asbestos-Con - · __ Mastic (only),

~ Location of Asbestos-Cor ~ Flooring (only).

-!(5(5(} Location of Asb~tos-Cor ~- Flooring & Mast1c.

= Location of Asbestos-Con ~ Woven Flex Connector .

I Location of Asbestos-Con Transite Panel (on door),

NOTE: Drawing revised per Reinspe• -- - · perFormed on 04-10-03

ACM LOCATION ORA FIRST FLOOR - COURT!-

Page 85: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

HYGIENEERING, INC. 7575 Plaza Court Willowbrook, II. 60527 (630) 654-2550

.ill

:J.Sv

PROJECT# 2003-5251-E KANE COUNTY

D.

- ~ ,11~ -· .· ·.t ~ .

!""' ...... ·=· .. ,.. ... .·~

.

220 ~-

ACM Location Drawing 6 of 10

MISCELLANEOUS MATERIALS

I LEGEN.D] V'?:J. Location of Asbestos-Containing ~ Mastic (only).

~· Location of Asbestos-Containing ~ Flooring (only).

~· Location of Asbestos-Containing ~· Flooring & Mastic .

~ Location of Asbestos-Containing Woven Flex Connector.

NOTE: Drawing revised per Relnspectlon -- performed on 04-10-03

~ ACM LOCATION DRAWING

SECOND FLOOR - COURTHOUSE

Page 86: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

---~-----------------"-------,--~~--------

UNG, INC. t 60527

-# 2003-5251-E UNTY

ACM Location Drawing 7 of iO

THERMAL SYSTEM INSULATION

[LEGEND I !!iii Locat:an of Asbestos-Containing Thermal 1!11 Pipe length (in wall sleeve).

NOTE: Some Miscellaneous Pipe Sleeves -- were Inaccessible due to Metal

Covers. Prior to any Maintenance work, Covers shall be removed to verify the presence of ACM Insulation.

NOTE: Drawing revised per Reinspection -- performed an 04-10-03

~~ I'-;/' \t!~

AC[Vi LOCATIOi\i DRAWING THIRD FLOOR - COURTHOUSE -------------------------------------------------------------

Page 87: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

HYGIENEERING, INC. 7575 Plaza Court Willowbrook, II. 60527 (630) 654-2550

PROJECT# 2003-5251-E KANE COUrNTY

DJOl "'o:f:

.,, M

·~ --- - -·-.·-··;

A.CM Location Draw

FLOO

L LEGEND_j

~ Location of Asbestos-Co ~ Flooring (only).

~ Location of Asbestos-Co ~ Flooring & Mastic.

NOTE: Drawing revised per Reinspe ·- · · performed on 0<1-10-03

ACM LOCATION ORA THIRD FLOOR - COURT~

Page 88: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

I HYGIENEERING, INC. 7575 Plaza Court Willowbrook, II. 60527 (630) 654·2550

I

l

£0 T>,.·· - . - ·.· - • r-

~~==j) - • _·

~

PROJECT # 2003-5251-E KANE COUNTY

ACM Location Drawing 9 of 10

THERMAL SYSTEM INSULATION and

FLOORING

I LEGEND I P.//71 Location of Asbestos-Containing rLLL:A Mastic (only).

~ Location of Asbestos-Containing ~ Flooring (only). a. Location of Asbestos-Containing ··. · · · _ Floorin9 &. Mastic.

Location of Asbestos-Containing Thermal Duct Insulation.

NOTE: Drawing revised per Reinspectlon --performed on 04-10-03

®).· ACM LOCATION DRAWING

4th FLOOR - COURTHOUSE

Page 89: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

~county -ofKane-·-··­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

County of Kane Third Street Courthouse

-wiLLIAMS .... -~

CONSTRUCTION MANAGEMENT

New Elevator & Courtroom Improvements Project No. 2012-037

General Conditions of the Contract

GENERAL CONDITIONS: "General Conditions of the Contract for Construction- Construction Manager- Advisor Edition", American Institute of Architects Standard Form AlA A232- 2009 Electronic Format Edition, is hereby made part of the Construction Documents. Copies of the General Conditions are available upon request at the offices of the Williams Construction Management.

81

Page 90: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

County of Kane Third Street Courthouse

WILLIAMS CONSTRUCTION MANAGEMENT

New Elevator & Courtroom Improvements Project No. 2012-037

General Conditions of the Contract

GENERAL CONDITIONS: "General Conditions of the Contract for Construction- Construction Manager- Advisor Edition", American Institute of Architects Standard Form AlA A232 - 2009 Electronic Format Edition, is hereby made part of the Construction Documents. Copies of the General Conditions are availabl'e upon request at the offices of the Williams Construction Management.

81

Page 91: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

······Gounty-of-Kane---------···· · Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

··· ·····-·······-m· · ·wlttiAMs-CONSTRUCTION MANAGEMENT

County of Kane Third Street Courthouse

New Elevator & Courtroom Improvements Project No. 2012-037

Prime Contract

PRIME CONTRACT: Agreement between County of Kane and Williams Construction Management, dated June 4, 1012. Copies of the Prime Contract are available at the offices of the Williams Construction Management.

82

Page 92: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

Insurance Specifications:

County of Kane Third Street Courthouse

New Elevator & Courtroom Improvements Project No. 2012-037

Insurance requirements are listed per Schedule "A", inserted within this manual.

County of Kane -Third Street Courthouse New Elevator & Court Room Improvements Project No. 2012-037

The County of Kane (Owner), Williams Construction Management, Ltd. d/b/a Williams Construction Management (Construction Manager) and Williams Construction Management and their Consultants (Architect) and are added as:

Primary I non-contributory additional insureds, including completed operations, as respects General Liability, and Auto Liability. A copy of the endorsement must be attached for review and acceptability. General Liability: A per project Aggregate is required. A waiver of subrogation applies to the General Liability, Workers' Compensation and Auto Liability. Copies of the endorsements must be attached for review and acceptability.

~i~~tgs~~~n~f.~!~!~t~~~~g~~~?!t~I6~J-Rt9J~QE~-~m~zer9J~9.rN·~-oo:~~r~n~:~JJI!~:m§J~ah~!r:~9tJQ6:

85

Page 93: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Gounty-of-Kane--- ---­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

Schedule A

-------m· -WlttiAMs-coNsTRucTION MANAGEMENT

Insurance Requirements

Contractor shall obtain insurance of the types and in the amounts described below. The insurance shall be written by insurance companies with an AM Best Rating of A VIII or higher and utilize standardized ISO forms where applicable. Any insurance companies not meeting this eligibility must be approved by Williams Development.

1. Commercial General Liability:

Contractor shall maintain commercial general liability (CGL) with a limit of not less than $1,000,000 each occurrence and a $2,000,000 aggregate. The CGL policy shall contain a per project aggregate endorsement.

1.1 CGL Insurance shall be written on ISO occurrence form CG 00 01 10 93 (or a more recent substitute form providing similar coverage) and shall cover liability arising from premises, operations, products-completed operations, contractual liability for insured contracts, and personal and advertising injury.

1.2 Williams Development Ltd. d/b/a Williams Construction Management, and its consultants, and the County of Kane, it officers, officials, employees, volunteers, and agents shall be included as an insured under CGL, using ISO Additional Insured Endorsement CG 20 10 11 85 or a substitute providing equivalent coverage. The CGL policy shall be endorsed to provide Williams Development Ltd. d/b/a Williams Construction Management, and its consultants and the County of Kane, its officers, officials, employees, volunteers, and agents with coverage on a primary and non contributory basis. Copies of all additional insured endorsements must be provided with the certificate of insurance and will be subject to approval by Williams Development Ltd.

1.3 There shall be no endorsement or modification of the CGL limiting the scope of coverage for liability arising from explosion, collapse or underground property damage.

1.4 Contractor's commercial general liability policy shall provide a waiver of subrogation in favor Williams Development, Ltd, d/b/a Williams Construction Management, and its consultants, and the County of Kane, its officers, officials, employees, volunteers, and agents.

1.5 Continuing CGL Coverage. Contractor shall maintain commercial general liability (CGL) with a limit of not less than $1,000,000 each occurrence for at least a one (1) year period following substantial completion of the Work.

1.5.1 Continuing CGL insurance shall be written on ISO occurrence form CG 00 01 10 93 (or a more recent form providing equivalent coverage) and shall cover liability arising from products-completed operations and liability assumed under an insured contract. Contractor shall name Williams Development Ltd. d/b/a Williams Construction Management, and its coo§ult_g_nJ§, 91JQ tbe Co_t.mty of Kane, its OffiQers, Q.fficj(31s, f3rnploye~~. \f()lynt€)~~. a_!!Q agent!) as additional insureds with primary and non contributory coverage for each CGL policy covering the one (1) year period following substantial completion. Contractor shall provide a waiver of subrogation in favor of Williams Development Ltd. d/b/a Williams Construction Management, and its consultants, and the County of Kane, it officers, officials, employees,

86

Page 94: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

volunteers, and agents for each CGL policy covering the one (1) year period following substantial completion.

1.5.2 Continuing CGL insurance shall have a products-completed operations aggregate of at least two times its each occurrence limit.

2. Commercial Umbrella Liability Insurance:

Contractor shall maintain commercial umbrella insurance with a limit of not less than $5,000,000 per occurrence.

2.1 The Contractor's commercial umbrella liability policy shall be a "following form" policy and any additional insured under any policy of "underlying insurance" will automatically be an insured under this umbrella form. .

2.2 The Contractor's commercial umbrella policy shall provide coverage limits in excess of all primary underlying coverage limits including the Commercial General Liability Policy (CGL}; the Business Auto Policy; and the Employers Liability Section of the Workers Compensation Policy.

2.3 Continuing Commercial Umbrella Policy Coverage: The Contractor shall maintain commercial umbrella policy with a limit of not less than $5,000,000 each occurrence for a period of at least one (1) year following substantial completion of the Work. This policy shall provide "following form" coverage for products-completed operations and liability assumed under an insured contract.

3. Business Auto Insurance

Contractor shall maintain business auto liability insurance with a primary limit of not less than $1,000,000 each accident.

3.1 Such insurance shall cover liability arising out of any auto (including owned, hired, and non­owned autos).

3.2 Business Auto coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00 12, CA 00 20, or a more recent substitute form providing similar coverage.

3.3 Contractor shall have the Business Auto policy endorsed to provide a waiver of subrogation in favor of the Williams Development Ltd. d/b/a Williams Construction Management, and its consultants and the County of Kane, it officers, officials, employees, volunteers, and agents.

3.4 The Contractors Commercial Umbrella Policy shall specify the Business Auto liability limits as underlying limits of coverage and provide excess limits of liability pursuant to Schedule B Section 2.2 above.

4. Workers Compensation Insurance

Contractor shall maintain workers compensation and employers liability insurance in the State of Illinois.

4.1 The employers liability limits shall not be less than $500,000 each accident for bodily injury by accident or $500,000 each employee for bodily injury by disease.

4.2 The Contractors Commercial Umbrella Policy shall specify the employer liability limits as underlying limits of coverage and provide excess limits of liability pursuant to Schedule B Section 2.2 above.

87

Page 95: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

Gounty-of-Kane- - -----·­Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

·m··wltLIAMs---CONSTRUCTION MANAGEMENT

4.3 Contractor shall provide a waiver of subrogation on its workers compensation policy in favor of Williams Development Ltd. d/b/a Williams Construction Management, and its consultants and the County of Kane, it officers, officials, employees, volunteers, and agents.

5. Professional Liability Insurance

5"1 ~~~~~~---·•i~~~~{~~s.~r~&~~~rt~~~~~J~~~~~~w~tJ.~~wt~·~·,~~t~'trfr~r~~~w~~~~f~~~~J~~QP.Q

each 6iaim;;•rHe:f:efr8active>.aateanhef:covera · E:fmGstbe.· ··.dar to the•date.woik istitst Q~mm~!i~ftcl:gmiJ!i~~p_[(jJ~~r~~Y&~H!l~9tcirl:-c.-····-···-g __ .. ···- - · .. ·· P ... ·· _, ___ ... · ·· · ·-~ · · · · · · ----- ··

5.2 Professional liability coverage must be maintained with continuity throughout the 3 year period following substantial completion of the work with limits and retro dated as specified in Item 5.1 above.

6. Evidence of Insurance

Contractor shall furnish Williams Development Ltd with a certificate of insurance, executed by a duly authorized representative of each insurer, setting out compliance with the insurance requirements set forth.

6.1 All certificates shall provide for 30 days written notice to Williams Development Ltd. prior to cancellation or material change of any insurance referred herein.

6.2 The words "endeavor to" shall be deleted from the cancellation provision of all certificates provided by the Contractor.

6.3 Failure of Williams Development Ltd. to demand such certificate or other evidence of full compliance with these insurance requirements or failure of Williams Development to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance.

6.4 Williams Development Ltd. shall have the right, but not the obligation, to prohibit Contractor or any subcontractor from entering the project site until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by Williams Development Ltd.

6.5 Failure to maintain the insurance required in this schedule shall constitute an event of default under this agreement and shall allow Williams Development Ltd. to immediately terminate this agreement at Williams Development Ltd.'s option. If Contractor fails to maintain the insurance as set forth herein, Williams Development Ltd. shall have the right, but not the obligation, to purchase said insurance at Contractor's expense.

6.6 With respect to insurance maintained after final payment in compliance with a requirement above, an additional certificate evidencing such coverage shall be promptly provided to Williams Development Ltd. when requested.

6. 7 Contractor shall provide certified copies of all insurance policies required above within 1 0 days of Williams Development Ltd.'s written request for said copies.

7. General insurance Provisions

7.1 No Representation of Coverage Adequacy- By requiring the insurance as set out in this schedule, Williams Development Ltd. does not represent that coverage and limits will necessarily be adequate to protect Contractor, and such coverage and limits will necessarily

88

Page 96: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each

County of Kane Third Street Courthouse New Elevator & Courtroom Improvements Project No. 2012-037

be adequate to protect Contractor, and such coverage and limits shall not be deemed as a limitation on Contractor's liability under the indemnities provided to Williams Development Ltd. in this Agreement, or any other provision of the Contract Documents.

7.2 Cross Liability -If Contractor's liability policy does not contain the standard ISO separation of insureds provision, or a substantially similar clause, they shall be endorsed to provide cross­liability coverage.

7.3 The insurance requirements set out in this Schedule are independent from all other obligations of Contractor under this Agreement and apply whether or not required by any other provision of this Agreement.

7.4 Subcontractors Insurance- Contractor shall cause each subcontractor employed by Contractor to purchase and maintain insurance of the type specified in this Schedule. When requested by Williams Development Ltd., Contractor shall furnish to Williams Development Ltd. copies of certificates of insurance evidencing coverage for each subcontractor.

89

Page 97: I~ :G~ 2~:0~€¦ · In the event that a subcontractor is bidding on more than one bid package, the subcontractor must submit each bid package and the required information for each