3rd Street Courthouse New Elevator Schindler

advertisement
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
SECTION "B"
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:
Schindler Elevator Corporation
Address
853 North Church Court, Elmhurst, IL 60126-1036
Telephone
630-478-71 07
Email
jeffrey.peterson@us.schindler.com
Contact Name
Jeffrey Peterson
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__
1 __ ; No
2
; No
3
; (Contractor to acknowledge addenda here)
22
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
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. _ _
14_A_ __
Scope of Work Furnish and Install one (1) New Holeless Hydraulic Passenger Elevator
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: W01 k il 1eludes tl 1e del 1,olitio1 1of existil 19 stai1 s, la1 1dil 1gs,
I 1a1 1d1 ails, vvalls, a1 1d co1 1c1 ete floors. Nevv' ·work consist of concrete foundations & concrete siBbs,
structural steel, metal stairs & railings, mill•.vorl<, passenger elevator, i11teli01 fillisl1es, 11 •ecliallical,
electrical systems.
For the Sum of
Eightv-Five Thousand Dollars
Dollars $_8_5...:..,0_0_0_ _ _ __
Our bid is based upon the attached Clarification Letter Dated Aug 28, 2012
23
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
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 NIA
NIA
---------------------------------------Dollars $--------------
TOTAL AMOUNT PART I & II
For the Sum of NIA
NIA
---------------------------------------Dollars$~~-----------
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.......................................................................................................$_N_IA
OPTION NUMBER 2: ACOUSTICAL ATTENUATION PANELS:
Provide a cost to furnish and install acoustical wall panels in Courtroom 300
a. Bid Package #6A General Trades). Provide acoustical wall panels as indicated on drawings.
Add I Deduct.......................................................................................................$_N_IA_ _ _ _ __
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.......................................................................................................$,_,N=IA_,___ _ _ __
24
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
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 Schindler Elevator Corporation
Subcontractor's Trade Name (if applicable)
.uu;;).___ _ _ _ _ _ _ _ _ _ _ _ _ __
Voluntary Alternate
Add I Deduct I No Change $..:. 1!.: :'0. .: :.0.: :.;0.:. : .0.;: . 0_ _ __
Description of Alternate Proposed (State any change in time required also):
To Increase the speed of the elevator from 1OOfpm as specified to 150fpm
25
"I
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
SCHEDULE OF VALUES
The following quantities are to be furnished for comparison purposes only, to help with the evaluation
of the base bid prices:
DOLLAR AMOUNT
Labor
$30,535
Material
$50,825
Equipment
$ N/A
Performance Bond
$ 1'100
General Conditions I OH & Profit
$ 2,540
Total Base Bid Amount
$85,000
PERSONNEL/SCHEDULE
Average Size of Crew Anticipated
2
Staff
6
Identify Lead time of Major Equipment after Shop Drawing Approval
.: . 8_-.. :. 1. : : . 0_ _ _ Weeks
Complete Elevator Package
Major Equipment
If the Bidder is not in agreement with the Williams CM Preliminary Schedule, attach a Schedule
indicating the subcontractors proposed time line.
26
·''
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
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
STRAIGHT TIME
OVERTIME
DOUBLE TIME
BRICK MASON
CARPENTER
CEMENT MASON
CERAMIC TILE FINISHER
ELECTRICIAN
ELEVATOR Team Rate
$278.10 I hr
$460.70 I hr
FENCE ERECTOR
GLAZER
IRONWORKER
LABORER
LATHER
OPERATING ENGINEER
PAINTER
PIPEFITTER
PLASTERER
PLUMBER
ROOFER
SHEETMETAL WORKER
SPRINKLER FITTER
STEEL ERECTOR
27
$460.70 lhr
''
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
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 #6A General Trades
Unit Costs
Furnish, Install, and Remove Plywood Barricades
--'N"""/..:....:A..___/SF
Bid Package #23A HVAC
Furnish and Install 5' Linear Diffusers & 20' of Flex Duct
-~N/~A:....__I LF
Bid Package #26A Electrical, Safety and Security
Furnish and install Low Voltage Junction Box and 20' Conduit Stub
_N:...::/..:...;A:...,__/ EA
Furnish and install Duplex Receptacle with 50' of Conduit & Wire
---~N~/.uA..___/ EA
Furnish and install Single Pole Switch with 50' of Conduit & Wire
__,N'""'/.L...lA_ _ / EA
Furnish and install Three-Way Switch with 50' of Conduit & Wire
__,N'""'/"""'A.___/ EA
Furnish and install Fixture Type A and 20" of Conduit & Wire
_.:..:.N:..:..IA.:.___I EA
28
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
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.
2 Weeks for Approval Drawings + 9 Weeks to deliver equipment after approvals + 3 weeks to Install
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
'
·.'
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
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
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
BIDDER'S SIGNATURE SHEET
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. #
34-127-0056
IF A CORPORATION:
Corporate Name
Schindler Elevator Corporation
Signed By
Jeffrey Peterson - New Installation Sales Representati e
Business Address
_8_5_3_N_ort_h_C_h_u_rc_h_C_o_u_rt_,E_l_m_hu_r_st_,_IL_6_0_1_26_ _ _--h,__,.'------
Names of Officers
Jim Peterlin - District General Manager
(President)
CORPORATE SEAL
(Secretary)
(Treasurer)
ATTEST
(Secretary)
31
thrs/; 27 ()
,I;
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
ACCEPTANCE
The Offer is hereby accepted for:
Part I New Elevator Work
...Part II Cetu t1 oom ha:p:revamaA+s
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 a or notice to proceed.
0~{261 dOL;;lKaren
onnau hay
Chairman, County Board
Kane County, Illinois
Date
32
, I
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.
SCOPE OF WORK
SUB-SUBCONTRACTORS
None
MATERIALTO SUPPLY
VENDORS
None
33
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
STATE OF
COUNTY OF
INDEMNITY & HOLD HARMLESS AGREEMENT
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _,(print company name) agrees to indemnify, hold
harmless and 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: __________________
BY: _____________________________
TITLE:--------------STATE OF
COUNTY OF
I, the undersigned, a notary public in and for the State and County a foresaid, hereby certify that
- - - - - . , . - - - - - - - - , - - - - - - - - - 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: - - - - - - - - - - - Notary Public
(Seal)
41
Schindler Elevator Corporation
853 North Church Court
Elmhurst, IL 60126
(630) 478-7107
Fax: (630) 478-7184
Jeffrey.Peterson@us.schindler.com
August28,2012
Schindl,er
Attn: Dave Stermetz
Williams Construction Management
300 Cardinal Drive Suite 160
Saint Charles, IL 60175
Project: Kane County Courthouse - Elevator Addition Project No. 2012-037
Location: Geneva, IL
Dear Mr. Stermetz:
Schindler Elevator Corporation is pleased to submit our bid proposal to furnish and one (1 ), four
Landing, 40001b Capacity Schindler 330A Dual Jack Above Ground Hydraulic Elevator for the Third
Street Courthouse of Kane County located in Geneva, IL.
Our bid excludes Illinois state Use Tax and is valid for 45 days from the date of this proposal.
Our bid is based upon building plans dated 8/20/2012 as prepared by Williams Construction
Management, Specification Section 142400.1-8, bidders scope of work Section "D", Addenda 1-3 and
this bid clarification letter. This proposal will become part of our agreement with you for this work.
We offer our proposal with the following clarifications:
1. ~-ourbidTs~t>asecfur:>on--mutuaiiy-ag-ree~biecontract
-teims:---Note: scilin(iiei-wiiTnot-wafve--iheTr-il'9ilt--ot)
:_subrogation on their gef1(3ralliabilitypolicy or indemnify or hold harmlesl:j Cif1YOther party.J-- - -- ·
2.
-
'scilindlerwiii--notname--anyoneasaaaitionai insureCi--oiltilei-r:-G"Cins-ura-nce-F>oiic}l.-ouri1Iaiilcfudes)
'providing a separate Owners Protective Liability Policy in lieu of naming anyone as additional insured.
3. For your convenience, we will provide you with an invoice equal to 35% of the above price upon
acceptance of our proposal. Payment of the initial invoice is a condition precedent to production of
materials.
4. Protection of work in place including protection of the existing finished flooring is the
responsibility of owner/construction manager.
5. The finished flooring in the elevator cabs are to be furnished and installed by others. This flooring can
be no more than 3/8" thick. The elevator cab is designed for either Vinyl Tile for Carpet flooring.
6. We have included one final inspection for the elevators plus the allowance of $2,500 for a second
inspection, "if required" per item #14 in Section "D" Bidders Scope of work. If a third re-inspection is
required due to work by other trades, a re-inspection fee of $2,750 will apply.
7. All non-contract work (i.e. running the car for other trades) will be billed at a rate of $300.00 per hour.
8. In reviewing the building plans, Vertical Tube Steel Supports are shown for the attachment points of
both elevator guide rails. In addition to the tube steel supports shown on the drawings, Schindler
requires a second set (Total of 2) vertical tube steel supports extending from the top landing into the
overhead. These tube steel supports are located approximately 18" behind the supports for the guide
rails. These additional supports are required for attachment of the hydraulic synch bracket which holds
the dead-end hitch of the Synchronization Cables for multi-stage hydraulic cylinders. (see attached
detail for a better illustration of the synch bracket). These additional tube steel supports are to be
furnished and installed by others and are not included in our bid proposal.
9. Any cutting or coring of the existing building for the hydraulic oil line and electrical wiring conduit is to
be furnished and installed by others. All fire caulking and patching of the hoistway is by others.
10. Our bid includes "Baked Enamel Primer Paint" finish for all the hall doors and frames as specified on
page 142400-6. The custom "Stencil Painted Doors" as shown on plan page A7.1 is to be painted by
others at the job site after the elevator doors have been installed. Our bid does not include custom
stenciled painted doors, the finish is Baked Enamel Primer Paint only.
11. The Schindler hall fixtures (pushbuttons and Hall Lanterns) are mounted in the entrance jambs in lieu of
the lobby wall as shown on plan page A4.3 detail 1.
12. Our bid does not include any work associated with the existing Otis Traction Elevator. As we
mentioned in the prebid walk through on August 20, 2012, the state of Illinois might require the existing
elevator to be modernized to include Fire Service, before they will inspect and approve the installation
of the New Hydraulic elevator. If the existing elevator needs to be modernized, Schindler would provide
a separate proposal for this work.
13. The IUEC and Schindler will require a written certification that the construction area is clear of all
Asbestos prior to beginning the installation.
We thank you for the opportunity to provide you with a proposal to furnish and install one (1), four
Landing, 40001b Capacity Schindler 330A Dual Jack Above Ground Hydraulic Elevator for the Third
Street Courthouse of Kane County located in Geneva, IL
Please do not hesitate to contact me with any questions.
Respectfully sub ·ted,
CZtLon
Sales Representative
Accepted by:
Name/Date
Schindler Elevator- Bid Proposal Clarifications for Third Street Courthouse Geneva, IL
Page2
PROPOSAL CONDITIONS
This Proposal is made subject to the following conditions:
Quotations are subject to change after 45 days.
A mutually agreeable form of contract (fully executed before a manufacturing date
can be established In our factory) which includes the following provisions:
Our indemnity obligation will be limited to the extent of our negligence.
We will warrant our work hereunder for one year from completion or acceptance for
beneficial use, whichever is earlier. Such express warranty will be in lieu of all other
warranties, express or implied, including any warranties of merchantability or fitness
for a particular purpose, and our sole obligation under the warranty will be to correct
any nonconformance within a reasonable time following notice.
We will not be liable in any event for direct damages in excess of the amount of our
Subcontract, whether in contract or in tort, nor in any event for special, indirect,
consequential or liquidated damages of default or delay.
The purchaser agrees to accept in satisfaction of insurance requirements for the
project a standard Schindler Certificate of Insurance with "per occurrence" limits not
to exceed $2 million. Schindler will not name additional insureds.
Schindler will participate as an insured in an OCIP/CCIP (Owner's I Contractor's
Insurance Program), provided it is at no cost to Schindler, and under such
circumstances we will provide additional insured coverage for offslte operations and
auto liability only.
Partial waivers of lien for payments received by Schindler will be issued on a
mutually agreeable form if the Purchaser so requests In writing. Schindler shall
issue a full waiver of lien on a mutually agreeable form after the receipt of all monies
to which it Is entitled under this Agreement if the Purchaser so requests in writing.
Agreeable terms of payment shall be established in accordance with the following
payment schedule: 35% of the above sum upon presentation of initial invoice; 95%
progress payments based upon work in place and materials delivered and stored on
or off site; balance within 30 days of completion of work hereunder. Payment of the
initial invoice Is a condition precedent to manufacture of materials. Payment of at
least 95% is a condition precedent to equipment turnover.
Work shall be performed by Schindler during regular working hours on regular
working days, and overtime by Schindler will be compensated at Schindler's
standard rates.
We shall not be liable for any loss, damage, detention or delay, due to any cause
beyond our reasonable control or caused by fires, floods, labor troubles, strikes,
lockouts, civil or military authorities or government regulations or restrictions or, in
any event, for consequential damages. Dates for the performance or completion of
work shall be extended to the extent of such delays.
If the work for the above project does not proceed for any reason, we will be paid for
costs incurred plus a reasonable mark-up for overhead and profit.
Any proprietary material, information, data or devices contained in the equipment or
work provided hereunder, or any component or feature thereof, remains our
property. This includes, but is not limited to, any tools, devices, manuals, software
(which is subject to a limited license for use in this building/premises/equipment
only), modems, source/ access/ object codes, passwords and the Schindler Remote
Monitoring feature ("SRM") (if applicable) which we will deactivate and remove if the
Agreement is terminated.
Preparatory Work
You agree to furnish the following In compliance with all local and state regulations in
sufficient time in order not to delay the installation:
It is understood that the hoistways are to be prepared and properly enclosed, wiring
is to be brought to our controller and other conditions, met, as noted In this proposal.
Sufficient data within thirty days after entering into the contract, including guarantee
of the holstway or wellway sizes and current characteristics to permit manufacture of
all parts of the equipment.
A legal holstway or wellway plumb from top to bottom within a variation of one inch
per one hundred feet, and provided with sufficient clearance at the top and bottom of
the shaft for proper installation of machinery, inside edge of door sill supports shall
be parallel, level and plumb from the center line of the holstway, with allowable
variation of one quarter inch.
Suitable machine room, machinery space and/or control space of adequate size for
the equipment, including proper venUiation, concrete floors or metal gratings and
concrete foundations.
A pit of adequate depth provided with the necessary drains and waterproofing.
Adequate supports to carry the load of all equipment, including loads imposed by
machine beams or overhead sheave beams, rail brackets, buffers, etc., as shown on
our drawings.
Suitable connections from the power mains to our controller, plus necessary cutouts,
line switches, lightning arresters, etc., as required to meet your local requirements.
Electric power of the same characteristics as the permanent supply for construction,
testing and adjusting. Ground fault interuption outlets and lighting in the pit and
overhead (MRL or MRS).
In the case of delay in construction, you agree to pay for off-site storage of
equipment and additional handling should on-site storage not be available. Our price
assumes one mobilization. You agree to pay any other increase in cost resulting
from delays In construction.
All cutting, patching and chasing of walls, beams, masonry, plastering work and
painting, together with all repairs made necessary by such work.
If an lnground borehole is required to accommodate the jack unit, our bid shall be
based on the assumption that the hole Is drilled In normal uncontaminated soil, sand
or gravel, using a truck mounted drilling rig. Adequate access will be provided for
this rig. Should latent or concealed conditions be encountered in the performance of
the work below the surface of the ground or should concealed or unknown conditions
in an existing structure be at variance with conditions indicated by the contract
documents, or differ materially from those ordinarily encountered and generally
recognized as inherent in work of the character provided for in this contract be
encountered, we will be compensated for all additional costs for labor and material
to overcome such obstacles. The additional costs shall be the difference between
our estimate for the bid and our actual cost incurred and shall be billed at our
standard billing rate. The time to complete the installation shall be extended to
Include the additional time required to overcome these obstacles while drilling the
hole.
Temporary Use
Satisfactory reference as to credit must be furnished Including bank and bonding
company references.
You agree to pay, as an addition to the price stated herein, the amount of any tax, or
Increase of any tax, based upon the sale, use, ownership or possession of
equipment imposed by any law enacted after the date of this proposal. or Imposed
upon you by any existing law.
Protection to holstway or wellway during time equipment is being installed.
If you require the use of an elevator prior to final completion, you agree to pay for
any and all labor and material required and will sign, and be bound by the terms of,
our Temporary Acceptance Form. You will pay any costs of power and operation
and return the equipment to the same condition.
You also agree that the completion schedule for any such unit will be extended for the
period of time necessary to complete installation and make final adjustments, during
regular working hours, and that we will have uninterrupted use for this purpose and
will be compensated for any work outside regular working hours.
Temporary Work Platform
All traction elevators require a temporary work platform. It is to be constructed at the
top floor of each traction unit. The platform must comply with applicable codes and
regulations and must be securely fastened to the structure. Construction, use,
operation, maintenance or removal of this platform is not included in the proposal
price, and will be the subject of a change notice if not provided by others.
Schindler Elevator- Bid Proposal Clarifications for Third Street Courthouse Geneva, IL
Page3
Schindler Bid Clarifications - Preparatory Work by Others For Hydraulic Elevators.
Negotiation:
Third Street Courthouse - Geneva IL
Date:
August 28, 2012
For delivery and installation dates please look at the specifications summary.
Installation work shall be performed during regular working hours of regular working days after hoistway(s) and machine/control room(s) have
been properly prepared as described in the following items. All items must be performed or furnished at no cost to Schindler Elevator Corporation
("Schindler") by the Owner or General Contractor or their agents in accordance with all governing codes. The price and installation schedule of
Schindler is based on these job-site conditions existing at the beginning and during the installation of the elevator equipment.
All work must be performed per the latest applicable revision of the national (ASME A17.1 or GSA B44) and/or local codes.
1.
Clear, plumb, hoistway with variations not to exceed+/- 25mm (+/- 1") within the first 30.5m (100ft). Tolerance may increase+/- O.Bmm
(1/32") for each additional 3.05m (10ft) up to a maximum of+/- 50mm (2"). Pit floor to be dry, level, free of bumps and debris. Hoistway
enclosure to be fire rated per national code requirements and applicable building codes (rule 2.1.1 in cars following ANSI 2000 or greater or
rule 100.1 for less than ANSI 2000). Hoistway, pit, and overhead dimensions to be as specified on Schindler final layout drawing.
2.
Acceptable material unloading area within 30.5m (100ft) of hoistway with "rollable" access (planked or paved) or uninterrupted use of a
crane or forklift and operator at no cost to Schindler. Dry and enclosed storage area of adequate size for elevator materials near hoistway.
Any warranties provided by Schindler for elevator equipment are null and void if equipment is stored in a manner that does not comply with
the requirements as defined above.
3.
Power for construction adjacent to hoistways and machine/control rooms (110/220 volt, single phase, for welders and hoists) and sufficient
3-phase power to run elevator(s) at the same time. Refer to Schindler Power Supply Data sheet. To meet the date upon which the
elevators are to be turned over, the power for construction and permanent 3-phase power must be installed and available prior to the start
of elevator installation.
4.
All work areas, including hoistway, machine/control room and pit, clear of debris. Maintain minimum temperature of 13°C (55°F). Adequate
work area in front of ground floor entrance required. Proper lighting of work areas.
5.
75° bevel guards on all projections, recesses or setbacks over 1OOmm (4"), except on side used for loading/unloading.
6.
Provide venting of the hoistway per national code requirements and applicable building codes (rule 2.1.4 in cars following ANSI 2000 or
greater or rule 100.4 for less than ANSI 2000).
7.
Dried-in hoistway(s) and machine/control room(s).
8.
Clear, flat, vertical or horizontal surfaces for mounting rail brackets at each floor, in overhead, and intermediate levels (if required) in the
same vertical plane as the clear hoistway line. This includes divider beams between cars for multiple elevators in a common hoistway. Rail
bracket supports shall not intrude into the clear hoistway line. Rail bracket supports and divider beams in the overhead to be located
approximately 610mm (24") below the roof or machine room slab. Supply vertical flat plates on which to mount car rail brackets if gusset
plates obscure beam webs, such as in wind bracing frames. If applicable, intermediate bracket supports between floor(s) and in the
overhead area may be required. Refer to Schindler final layout drawings for maximum bracket spacing and actual support locations.
9.
BlockouVcutout through wall as required, to accommodate hall button boxes, signal fixtures, and hatch duct. Provide for any repairs such as
grouting, patching, painting, or fire proofing. Coordinate blockouVcutout with Schindler Field Supervisor.
10. For non-masonry hoistway construction with floor heights exceeding 4.5m (15ft), structural support at 2.4m (8ft) to 4.5m (15ft) above
finished floor level for entrance strut angle attachment.
11. For masonry hoistway walls at entrances, provide rough opening of 203mm (8") on each side and 203mm (8") on top of clear opening for
installation of doorframes and sills. For drywall hoistway walls at entrances, walls are to be built after doorframes and sills are set in place.
12. Grouting around entrance frames and finished floor and grout to sill line after installation of entrance.
13. Construction barricades (per OSHA requirements) either outside of elevator hoistway(s) or between elevators inside of hoistway(s) as
required. Barricades to be freestanding and removable, located at each hoistway opening at each floor. Barricades shall be erected,
maintained, and removed by others.
14. Dry pit reinforced to sustain vertical forces from rails and impact loads on buffers (rules 2.2.2.4 and 2.2.2.6 in cars following ANSI 2000 or
greater or rules 106.1b(3)&(4) for less than ANSI 2000). Car buffer impact loads as calculated (rule 8.2.3 in cars following ANSI 2000 or
greater or rule 1308 for less than ANSI 2000). If occupied space below pit, supporting structure to withstand five times the stated load.
Refer to Schindler final layout drawings.
15. Adequate sealing and waterproofing of pit. Effective prevention of pit exposure to storm water or ground water.
16. Where there is a difference in level between the floors of adjacent pits, a metal guard shall be installed not less than 2000 mm (79") in cars
following ANSI 2000 or greater or 1829 mm (72") for less than ANSI 2000 above the level of the higher pit floor (rule 2.2.3.1 in cars
following ANSI 2000 or greater or rule 106c(1) for less than ANSI 2000). Where the difference in level is 600 mm (24") or less a standard
railing (rule 2.10.2 in cars following ANSI 2000 or greater) shall be permitted (rule 2.2.3.2 in cars following ANSI 2000 or greater or rule
106.1 c(2) for less than ANSI 2000).
17. Drains & sumps in elevator pits, where provided, shall comply with the applicable plumbing code, and they shall be provided with a positive
means to prevent water, gases and odors from entering the hoistway. Sumps and sump pumps in pits, where provided, shall be covered.
The cover shall be secured and level with the pit floor (rules 2.2.2.4 and 2.2.2.6 in cars following ANSI 2000 or greater or rules
106.1b(3)&(4) for less than ANSI 2000) and should be located to clear elevator equipment (cannot be connected directly to storm drain or
sewer).
18. GFCI convenience outlet and light fixture with guard in pit. (National Electrical Code (NFPA 70 rules 620-85) or (GSA C22.1-02 section 38085)) Minimum lighting to be 100 lux (10fc). (Rule 2.2.5 in cars following ANSI2000 or greater or rule 106.1e for less than ANSI2000)
19.
Pit ladder for each elevator in compliance with rule 2.2.4.2 in cars following ANSI 2000 or greater or rule 106.1d(2) for less than ANSI
2000. Nearest point of the ladder shall be within 975mm (39"), measured horizontally from the means to unlock the egress door from the pit.
The ladder shall extend not less than 1200mm (48") above the sill of the access door. Rungs or cleats shall be spaced 300mm (12") on
center and 400mm (16") wide (see rule 2.2.4.2 in cars following ANSI 2000 or greater or rule 106.1d(2) for less than ANSI 2000) for
exception when unavoidable obstructions are encountered). Locate per Schindler final layout drawings. All walk-in pits must follow the
requirements of rule 2.2.4.4 in cars following ANSI 2000 or greater and less than ANSI 2007 and rule 2.2.4.5 for ANSI 2007 or greater or
rule 106.1d(4) for less than ANSI2000).
20. Access to the machine/control room and machinery space (rule 2. 7.3 in cars following ANSI 2000 or greater or rule 101.3 for less than ANSI
2000). Door shall be self-closing, self-locking and operable from inside without a key. Minimum door size 750 mm x 2030 mm (30" x 80")
(rule 2.7.3.4 in cars following ANSI2000 or greater or rule 101.3d for less than ANSI2000).
21. Where machine/control room(s) are remote from the hoistway, electrical duct runs or oil lines (where applicable) will be in the
overhead/ceiling area. No provisions are made for underground installation.
22. GFCI convenience outlet and telephone outlet located in machine/control room. (National Electrical Code (NFPA 70 rules 620-85 or (GSA
C22.1-02 section 38-085)). Dedicated analog telephone line capable of outgoing or incoming calls for emergency phone system (rules
rules 2.27.1.1 & 2.27.1.2 in cars following ANSI 2000 or greater or rules 211.1a & 2.11.1b for less than ANSI 2000) or Schindler Remote
Monitoring (SRM).
23. Provide a lockable, fused disconnect switch or circuit breaker suitable for 3-phase power for the elevator control and a separate lockable,
fused disconnect switch for car lighting circuit for each elevator. Locate and mark with appropriate signage. (National Electrical Code (NFPA
70 rules 620-22, and 620-51 to 620-53) or (GSA C22.1-02 sections 38-022, and 38-051 to 38-053)). FOR REMOTE CONFIGURATION
ONLY: Electrical contractor to supply an additional lockable auxiliary (non-fused) disconnect in the hoistway at the location of the drive
(motor controller), along with wiring from the main disconnect to the auxiliary disconnect. The auxiliary disconnect will have the same
signage and same current rating as the main disconnect. An auxiliary contact, rated for 24VDC at 1A, shall be provided in each of the main
and auxiliary disconnects for disabling the battery-powered circuits (NFPA 70 rule 620-91 (C) or GSA C22.1-02 section 38-091 ). The contact
shall open when the disconnect switch is open, be wired in series between disconnects and terminate in the elevator controller. Additional
requirements: If a sprinkler system is located in the hoistway or control room, the disconnects must be NEMA 3 compliant and the building
shall provide a shunt trip activation of the main disconnect triggered by contacts of the fire recall initiating devices (as defined by NFPA).
These devices, located in the hoistway or control room, shall provide independent disconnection of electrical power to both main and
auxiliary circuits prior to sprinkler activation (A17.1-2000 rule 2.8.2.3, A17.1-2007 rule 2.8.3.3.2 and/or local code). See Schindler Power
Supply Data Sheet.
24. Provide suitable feeder and branch wiring circuits from the building service to the controller, including main line switch, for signal systems,
power operated doors, car lighting and convenience outlets. See Schindler Power Supply Data Sheet.
25. Lighting, ventilation, and heating of machine/control room, control space and machinery space (rule 2.7.5 in cars following ANSI 2000 or
greater and less than ANSI 2007 and rule 2. 7.9 for ANSI 2007 or greater or rule 101.5 for less than ANSI 2000). Minimum lighting to be 200
lux (20fc). Machine/control room or control space temperature to be maintained between 13°C (55°F) and 32°C (90°F). Acceptable
humidity levels for jobs shall be maintained at 95% or less non-condensing. See Schindler Power Supply Data Sheet for heat emissions.
26. Hoisting beam(s), trap doors and other means of access to machinery space of adequate size for maintenance and equipment removal
(rules 2.7.3.4 and 2.9.3.3 in cars following ANSI 2000 or greater or rules 101.3d and 105.3c for less than ANSI 2000). Hoisting beam(s) in
each shaft located and load rated per Schindler final layout drawings. Lifting points or beam(s) shall be visibly marked with the safe working
load.
27. Class "ABC" fire extinguishers in electrical machinery and control space. Extinguishers shall be located convenient to access door (rule
8.6.1.6.5 in cars following ANSI 2000 or greater or rule 1206.1 h for less than ANSI 2000).
28. Furnish adequate on-site refuse containers for the proper disposal of elevator packaging material. If adequate containers are not furnished,
disposal of packaging material shall become the responsibility of the owner.
29. Temporary Service: Schindler shall be reimbursed for any labor and material that is not part of the permanent elevator installation and that
is required to provide temporary elevator service. Schindler's temporary acceptance form shall be executed and the elevator inspected
before being placed into temporary service. The costs associated with the power, operation, maintenance, and rehabilitation of the
equipment and any construction permits or fees required by governing authorities shall be paid for by others.
30. In addition to the above, the following work must be completed before elevator(s) are placed into automatic operation. (Prior to code
required municipal authority inspection. Refer to Schindler Acceptance Inspection Standard form).
a.
Finished cab flooring and if applicable, fitting of interior cab walls and/or ceiling.
b.
Machine/control room to comply with code and to suit Schindler standard equipment. Proper machine/control room
dimensions and safety clearances to be provided as indicated on Schindler final layout drawings with recesses and
ducts to be covered as required. Proper stairways or steps and guardrails to be provided. Proper lockable fire rated
door, self-closing and self-locking with label to be provided (rules 2.7.3 & 2.11.14 in cars following ANSI 2000 or
greater or rules 101.3 & 110.14 for less than ANSI 2000).
c.
If applicable, smoke and/or heat detectors with signals to elevator controller(s).
d.
Seal all penetrations through 2-hour (or greater) rated walls with code approved material. Drywall liner behind all wall
mounted hall fixtures.
e.
Cab light circuits and all receptacles installed in machine/control rooms, machinery spaces and pits must have
ground fault circuit interrupter protection (GFCI) (NEG 620).
f.
If applicable, conduit and wiring for fire alarm system to each elevator control in machine/control room.
Schindler Elevator- Bid Proposal Clarifications for Third Street Courthom~e Geneva, IL
PageS
·.•
g.
If applicable, conduit and wire runs for emergency/rescue communications in central alarm & control facility, fire
control room, security desk, etc.
h.
If applicable, conduit and wire runs for remote alarm bell from machine/control room to remote location.
i.
Adequate lighting of building corridors so that illumination at the landing sill is minimum 100 lux (10fc) (rule 2.11.10.2
in cars following ANSI 2000 or greater or rule 110.1 Ob for less than ANSI 2000).
31. Properly designed machine/control room with adequate Sound Transmission Class rating. Consult Schindler 330A Hydraulic Elevator
Installation Checklist for guidelines (CMN-1004).
32. Rule 2.2.2.5 in cars following ANSI 2000 or greater, in elevators provided with firefighters emergency operation, a drain or sump shall be
provided.
Schindler Elevator- Bid Proposal Clarifications for Third Street Courthouse Geneva, IL
Page6
ADDRESS 100 s 3RD ST
JOB NAME New Elevator &
GENEVA IL 60134
NO
o1
Courtroom
CAPACITY ~vf~snts) SPEED 100
FPM
'"'rtlcal Tube steel support for Synch Bracket
pport. At top landing to OH only .
Hoist Beam By Others
.!B.
~
~
'E
~Q)
;
(.)
Travel
I I
..-,
0
CD
41Ft 8 In
Edge of platfonn
/
·--=uc
U)
,
:Distance from hoistwayto
1~ Ft
o:rn..-1 edge of platfonn = 8 In
I
x 7 Ft 0 In
(Please see Schindler shop drawings for exact rough masomy opening position)
'
'
;
CENTER OPENING
Clear Entrance Frame Opening = 4 Ft 0 In
1/
NOT TO SCALE
I
330a_c.rpt
SCHINDLER 330A HYDRAULIC ELEVATO~
Jack Synchronization Support
Tube Steel Support #2 is only located between the Top Landing Served and the bottom of the Overhead.
These supports are required on both sides of the elevator cab at the top landing.
The primary function of the jack synchronization support is to provide a termination point for the jack
synchronization cables.
.--------.
Elevator
Guide Rail
I
I
I
I
I
I
I
I
I
I
I
I
I
1FrontVi~w
I
I
I
I
Duai Jack Synchronization Cable Support
I
--------------
~--------·
Schindler Elevator Corporation
Hydraulic Elevator Specification Summary
Project Information:
Opportunity ID:
New Elevator & Courtroom (Improvements)
100 S 3RD ST
GENEVA, IL 60134
~nit(s) in Estimate:
Units in Bank:
Product Code:
Sales Office:
Installation Office:
Neaotiation #:
Sales Rep Information:
Jeffrey Peterson
853 North Church Court
Elmhurst, IL 60126
Phone: (630) 478-7107
Fax: (630) 478-7184
Jeffrey. Peterson@us.schindler.com
0200022038-A-A
01
01
115
1510
1510
791356-A-A
Schindler 330A (TM)
Product:
Application:
Platform Type:
330A Holeless Dual Jack
General Purpose
Opening Size:
Cab Height:
Cab Type:
Capacity:
4000
Pit Depth:
125-Cab with Hung Panels
4Ft. 10.000 ln.
Speed:
Travel:
100
FPM
41 Ft. 8.000 ln.
Overhead:
Platform Width:
8Ft. 0 ln.
Future Travel:
Stops:
Doors:
None
4 (4 Front I 0 Rear)
Power Supply:
208 Volts
Platform Depth:
Hatch Width:
Hatch Depth:
Seismic Equipment:
Lbs
Single Speed Center Opening
60 Hz 3 Phase
4 Ft. 0.00 ln. X 7 Ft. 0.00 ln.
8Ft. 0 ln.
14Ft. 10.000 ln.
Features:
Cab:
Cab Panels:
Plastic Laminate M999
CabLH Wall:
CabRHWall:
Cab Rear Wall:
Cab Base:
Base, Frieze, Reveal:
Front Return, Transom:
Baked Enamel E999
Baked Enamel E999
Baked Enamel E999
None
None
#4 Stainless Steel
Cab Doors:
Canopy:
#4 Stainless Steel
Gettysburg(13 ga.)
Ceiling:
Cab Thresh hold:
Handrail Type:
SC02 Removable Flat
Aluminum
Muffler
QKS16 Door Operator
Flat ( 1/2" X 2")
Aluminum
9 Pound Rails
Keyed Emergency Stop Switch
Rear
Top Exit Switch
Handrail Finish:
Handrail Location:
Handrail Row Qty:
Platform Recess:
Protective Pads:
Protective Pads Source:
Cab Finished Floor:
0.375
None
None
Vinyl Tile By Others
HT
Finish:
Black Lexan with #4 Stainless Steel
(1) L.E.D. Car Position Indicator
1 Main COP
Locking Service Panel
Certificate Frame
Entrances:
Emergency Escutcheons
Doors:
(4) Baked Enamel E999
Independent Service/HES (Std)
Soft Start
Remote Machine Room (15 Remote)
Sills:
(4) Aluminum
Sill Mounting:
Shutoff Valve Qty: 3
(4) Easy Match
Frames:
(4) Baked Enamel E999
ADA Compliant Phone
Sliding Guide Shoes
Rescue Feature
1 Speed Fan
2 Hoistway Access Switches
Class B Fire Rating For Cab
Larger Tank
Type:
6Ft. 11.000 ln.
N
Follow IBC- 2009
Audible Gong (Std)
Low Oil Bypass (Std}
Infrared Door Protection (Std}
Phase Monitor Relay (Std}
Firefighter's Service Phase 2
Cab Fixtures:
6Ft. 31n.
9 Ft. 4.000 ln.
Pressure Switch
Pit Ladder Source: GC
Intermediate Support(s): 2
Hall Fixtures:
Hall Fixtures Type:
HT-Jamb Mounted
Hall Fixtures Finish:
(3} Lexan Push Buttons
(1) PB Fixture with FER
(4) Hall Lantern(s) w Face Plate
(2) LED PI
New Product Service:
12 Months, 24 Hours Callback
This bid is subject to change after forty-five (45) days.
08/27/12
5:22PM
Visit Our Website at www.us.schindler.com
2012.4
·--08727712 __ _
Schindler Elevator Corporation
Preliminary Hydraulic Elevator Power Data
Opp 10:0200022038-A-A-01
New Elevator & Courtroom (Improvements)
100 S 3RD ST
GENEVA, IL 60134
Neg#:791356
Unit(s):
01
Product Code: 115
Sales Office: 1510
Installing Office: 151 0
LOCAL,..UIILITY
SUPPLY
CHARACTERISTICS
208 Volts -r.J
U_E'h_&
Balanced Line to Neutral with ground.
l
POWER FEEDERS
CURRENT VALUES
SERVICE SWITCH
PANELBOARD
BREAKER
AUXILIARY FEEDER
CONVENIENCE
FEATURES
~--<"
T
y........__
(I_ 60 Hertz (cycles/second~
;.J
Voltage fluctuation of the building service provided by the local utility shall be within +1 0% to -8% of the specified
supply voltage. Maximum phase to phase fluctuation shall be +3%.
CONTRACTOR- SPECIFICATIONS, RECOMMENDATIONS, AND DATA
Electrical Contractor to supply feeders and ground of copper conductor and circuit protective devices from the
building service to our controller, in compliance with local code requirements, along with Ground Fault Protection
as required per NEC 620-61. Maximum wire size used by electrical contractor in our controller shall be 1/0AWG.
BUILDING SERVICE
PERMISSIBLE
VOLTAGE DROP
MOTOR RATING
Capacity: 4000 lbs
Speed: 100 fpm
Travel: 41 ft. 8 in.
(
Sprinkler System Note: Schindler Elevator does not provide any elevator control-circuitry for ASME A17.1 Rule
102.2(c)(4). When required, independent disconnection of electrical power prior to sprinkler activation is by other
contractors, and must be done in a manner that is acceptable to local jurisdictions. Additionally, one normally
closed auxiliary contact of the heat detector is required.
Not to exceed 3% under any condition in the feeders within the building from the building service provided by the
·
·
,..~,
lnr.a!ntilihl to •"
1,~ J-!orsepower Elevator Type Motor (80 sta
,,;,
·
·
"'
·
'
uu1y cycle. Requirements of the National Electric Code for a 30
and 60 minute motor may be used for sizing conductors provided the permissible line drop in preceding paragraph
is not exceeded. On an intermittent basis 31.2 HP can be developed at full car capacity for 5.3 seconds.
Per Car Per Terminal (typical motor supplier data)
Motor nameplate rated current at rated horsepower 82.0 amps. rms.
Motor locked rotor current for solid state (soft start) starting 246.0 amps. rms.
Single phase control load on main supply is 1.44 amps. rms.
Motor Code Letter "B" for solid state (soft start) starting.
For each car, we recommend a fused disconnect switch. The switch should be three pole 200.0 ampere with
150.0 ampere dual element fuses. For optional anti-entrapmenUbattery-lowering device (when specified) one
normally open auxiliary contact per car is required. Additionally, a dry contact (N.C.) of the GFI would be needed
(both are provided by others). Anti-Poweroutage Entrapment option (A.P.E.) has been selected for this car.
The Electrical Contractor shall be responsible for any inverse time circuit breakers used in place of or between the
service switch and the building service. There should be a motor control type suitable for 80 starts/hour service
and capable of withstanding locked rotor current and any asymmetric switching transients. Refer to local Sales
Office.
One Supply per Car Controller for Car Lights and Fan per NEC 620-22. Also, a lockable disconnect is required
per NEC 620-53.
15 Amps
120 Volts
1 Phase
60 Hertz
Light, light switch and convenience outlet(s) in each elevator pit and/or machine room are to be provided by the
General Contractor. Each 125-volt, single-phase, 15- and 20-ampere receptacle must each be of the ground-fault
circuit-interrupter (GFI) type per NEC 620-85. Note: ANSI A17.1-2000 now requires the lighting in the machine
room to be a minimum of 200 Lux (19 ftc) and the minimum lighting in the pit to be 100 Lux (9.3 ftc). The machine
room and pit lighting are subject to NEC code rules 620-23, 620-24 and local code requirements.
rD
=
Provide dedicated analog telephone line with outlet at each elevator control that is capable of outgoing and
incoming calls for emergency phone system.
HEATING AND
COOLING
UTILIZATION
EQUIPMENT FEEDERS
SMOKE DETECTOR
NOTES
The machine room temperature must be controlled in order to maintain ambient room temperatures of 55 to 90
degrees Fahrenheit. Heating or cooling may be required to maintain the minimum or maximum temperatures.
Acceptable humidity level in the machine room shall be maintained at 95% or less non-condensing. The heat
emission of the pump unit is 7,349 BTU/Hr with normal load cycle conditions.
Additional branch circuits, other than the lighting feed, shall be provided to supply other equipment such as
displays, intercoms, TVs, etc., as required per NEC 620.25 and 620.55.
The Building Smoke Detector system, required for firefighters service A17.1-2000 2.27.3.2(ASME Rule 211.3b),
shall provide a normally closed contact that opens on activation.
By:
Time:
Date:
Visit our website at www.us.schindler.com
2012.4
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
Bid
Bid
Bid
Bid
Bid
Package #2A Selective Demolition
Package #3A Cast-in-Place Concrete
Package #6A General Trades
Package #14A Hydraulic Passenger Elevator
Package #21A Plumbing & HVAC
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. 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.
7
\.
· ·· ········ -·· ···-·-Gounty-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. Gen.eral Conditions of the Contract- AlA - A232- 2009
· ··t1.·Prime-eontract~-Agreement·between·Kane·eo:& WCM,-dated-6/04/12-··· -12. Sample Contract Agreement- Kane County Agreement
13. Sample Performance/Labor and Material Bonds
14. Insurance Requirements
15. Subcontractor Safety Program
8
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
dvstermet:Z@williamscm.com
Clarifications, interpretations, and changes to the Bid Documents will be made by Addenda.
No inquiries shall be reviewed or accepted two (2) days I 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
-m
· ~-~~~eotmty-of-Kane- ~ - - - - Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WI[[IAMScoNsTRucT•oN
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
( 100%) of the contract price, and a Labor and Material Payment Bond in the amount of one
hundred percent ( 100%) 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
estimate of the amount of damages that said Owner will sustain due to the Bidder's failure to
furnish said t>onds.
10
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 E9996-085006
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
-
--Ge~:~nty-ef-Kane--
--------Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WlttiAMs-coNsTRUCTION
MANAGEMENT
21. SCHEDULE
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
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
---eounty of 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
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
ASBESTOS ABT-GEN
ASBESTOS ABT-MEC
BOILERMAKER
BRICK MASON
CARPENTER
CEMENT MASON
CERAMIC TILE FNSHER
COMMUNICATION TECH
N
COMMUNICATION TECH
S
ELECTRIC PWR EQMT OP·
ELECTRIC PWR GRNDMAN
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
BLD
BLD
BLD
ALL
ALL
BLD
BLD
BLD
ALL
ALL
ALL
ALL
ALL
BLD
BLD
ALL
BLD
BLD
ALL
ALL
ALL
BLD
ALL
BLD
ALL
ALL
ALL
BLD
BLD
BLD
BLD
BLD
BLD
BLD
HWY
HWY
HWY
HWY
HWY
HWY
HWY
ALL
ALL
BLD
ALL
1
2
3
4
5
6
7
1
2
3
4
5
6
7
36.200
32.850
43.450
40.680
41.520
41.550
34.440
35.770
36.390
35.400
27.380
42.390
28.350
43.080
43.560
48.560
44.950
38.500
43.800
44.950
36.200
41.520
43.160
29.700
39.880
26.200
31.200
41.520
45.100
43.800
41.250
39.500
48.850
46.100
48.100
43.300
42.750
40.700
39.300
38.100
46.300
44.300
44.950
40.880
33.920
41.520
FRMAN *M-F>8 OSA OSH H/W
36.700
0.000
47.360
44.750
43.520
43.550
0.000
37.870
38.490
48.110
48.110
48.110
48.110
47.380
47.920
54.630
47.200
40.000
46.300
47.200
36.950
43.520
45.160
0.000
43.870
0.000
0.000
43.520
49.100
49.100
49.100
49.100
49.100
49.100
49.100
47.300
47.300
47.300
47.300
47.300
47.300
47.300
47.200
42.880
38.090
43.520
15
1.5
1.5
2.0
1.5
1.5
2.0
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
2.0
1.5
1.5
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
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
2.0
2.0
2.0
1.5
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
1.5
1.5
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
1.5
1.5
2.0
12.78
10.82
6.970
9.550
13.19
9.500
9.700
12.07
10.02
5.000
5.000
5.000
5.000
12.06
10.02
11.03
8.890
11.49
10.82
8.890
12.52
13.19
7.980
9.550
9.550
12.52
12.52
13.19
15.70
15.70
15.70
15.70
15.70
15.70
15.70
15.70
15.70
15.70
15.70
15.70
15.70
15.70
8.890
9.650
2.600
13.19
Pensn
Vac
9.020
10.66
14.66
12.00
11.76
13.76
6.930
9.370
10.19
10.97
8.490
13.14
8.790
11.41
12.20
11.96
17.69
14.64
11.86
17.69
9.280
11.76
8.950
11.75
11.75
9.280
9.280
11.76
10.55
10.55
10.55
10.55
10.55
10.55
10.55
10.55
10.55
10.55
10.55
10.55
10.55
10.55
17.69
8.200
2.710
11.76
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
2.910
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
0.000
0.000
0.000
0.000
Trng
0.500
0.720
0.350
0.970
0.530
0.500
0.610
0.450
1.090
0.270
0.210
0.320
0.220
0.540
1.310
0.000
0.400
0.840
0.720
0.400
0.500
0.530
0.000
0.620
0.730
0.500
0.500
0.530
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
0.400
1.250
0.000
0.530
~---~--countyrot-Kan-e-~-~-~----------------~---­
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
PIPEFITTER
PLASTERER
PLUMBER
ROOFER
SHEETMETAL WORKER
SIGN HANGER
SPRINKLER FITTER
STEEL ERECTOR
STONE MASON
TERRAZZO FINISHER
TERRAZZO MASON
TILE MASON
TRAFFIC SAFETY WRKR
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TUCKPOINTER
BLD
BLD
BLD
BLD
BLD
BLD
BLD
ALL
BLD
BLD
BLD
BLD
HWY
ALL
ALL
ALL
ALL
BLD
1
2
3
4
41.000
39.250
41.000
38.350
41.660
26.070
49.200
44.950
40.680
35.510
39.370
41.430
28.250
32.550
32.700
32.900
33.100
40.950
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
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
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
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
10.75
10.60
10.75
8.080
9.540
3.800
10.25
8.890
9.550
9.700
9.700
9.700
4.896
6.500
6.500
6.500
6.500
8.180
14.59
10.69
14.59
8.220
11.57
3.550
8.200
17.69
12.00
9.320
10.66
8.640
4.175
4.350
4.350
4.350
4.350
10.82
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
1. 660
0.550
1. 660.
0.430
0.780
0.000
0.450
0.400
0.970
0.400
0.550
0. 710
0.000
0.150
0.150
0.150
0.150
0.940
Legend:
RG (Region)
lYP {Trade Type- AII,Highway,Building,Fioating,Oil & Chip, Rivers)
C (Class)
Base (Base Wage Rate)
FRMAN (Foreman Rate)
M-F>B (OT required for any hour greater than 8 worked each day, Mon 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)
H/W (Health & Welfare Insurance)
Pensn (Pension)
Vac (Vacation)
Trng {Training)
Explanations
KANE COUNTY
ELECTRICIANS AND
Campton, Dundee,
half of Sec. 26,
Sec. 35), Virgil
COMMUNICATIONS TECHNICIAN (NORTH) - Townships of Burlington,
Elgin, Hampshire, Plato, Rutland, St. Charles (except the West
all of Sees. 27, 33, and 34, South half of sec. 28, West half of
and Valley View CCC' and Elgin Mental Health Center.
16
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
·-------Gounty-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 inspectio~ 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 ~nd 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 Drivers and Skid Rig; Post Hole Digger;
Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type
Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder;
Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Tournapull; Tractor
with Boom and Side Boom; Trenching Machines.
18
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" (1 to 3 not to exceed a total
of 300ft.); 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; Conc~ete 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; Roto 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
···--m· wlttiAMs-
··· ··-----------Gounty-of-Kane--- - - - Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
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 ()I1the job site.
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
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 other 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 task 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
I,
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
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
-···
-···--~~-·-count}TofKl:;rne··-------···
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 100%
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
____ 9()nstrl!9~io!J.J\Jlanag~rner~.t 9s>~J:i-no!_?_ntl~m.ate ~r.Q'!l9i_n_gJ~rni?O!C!ryJ:l~~Qf!IQ!~t~---- ____ _
13. Subcontr~ctor 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
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
· ·------ eounty ofKane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
····mwiL[IAMS
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 th13 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 capable to make decisions on
behalf of tnis suocontractor. If Williams Construction Management aetermines that tnis ··
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
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
··· · -eounty·of-Kane-- ···
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
.rr.JWI[[IAMS
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 bi11100% of
this line item. As-built drawings are to be submitted to Williams Construction Management 10
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 for this 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 10 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 punch 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
County of Kane
Third Street Courthouse ·
New Elevator & Courtroom Improvements
Project No. 2012-037
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
-· ----eounty-of-Kane-- --- ----------Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WilliAMS
CONSTRUCTION
MANAGEMENT
45. For changes in the work the subcontractor shall receive a total of five 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 ( 10%) 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 tofhose supplfers7trade subcontractors as listed on the 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
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 ( 10% ). 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 of ten 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 ptovided 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
·· ··· ·-
·county of Kane· ·
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WI[[IAMS
CONSTRUCTION
MANAGEMENT
.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 9.10.3 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 qontractor'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
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
----·---m-wlttiAMs
---------Gounty-of-Kane-----------Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
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
011000
0121 00
012200
012300
012500
012600
012900
013100
013200
013233
013300
013310
013591
014000
014200
0150_00
016000
017300
017419
017700
017823
DESCRIPTION
....................................................................Summary
....................................................................Allowances
....................................................................Unit Prices
....................................................................Alternates
....................................................................Substitution Procedures
....................................................................Contract Modification Procedures
....................................................................Payment Procedures
....................................................................Project Management and Coordination
..................................................... , .............. Construction Progress Documentation
....................................................................Photographic Documentation
....................................................................Submittal Procedures
....................................................................Dist. of Architect's Electronic Specs & Drawing Files
....................................................................Historic Treatment Procedures
....................................................................Quality Requirements
....................................................................References
....................................................................Temporary Facilities and Controls
....................................................................Product Requirements
....................................................................Execution
....................................................................Construction Waste Management and Disposal
....................................................................Closeout Procedures
....................................................................Operation and Maintenance Data
53
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WILLIAMS
CONSTRUCTION
MANAGEMENT
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
Provide "Selective Demolition Work" as indicated on the Contract Drawings, Architectural
Specifications and 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.
Conform to the Illinois Environmental Protection Agency, the City of Geneva, and ordinances
of authorities having jurisdiction.
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.
Locate and record existing MEP obstructions.
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.
Provide flagmen at all times when equipment is in operation on the site and when entering
and exiting project.
Provide dust control measures during all demolition activity. Provide protection of existing
oonditions to remain.
Provide complete physical and record photograph and video-documentation of existing
stairway and courtroom conditions prior to demolition work.
Provide equipment, tools, operators, and laborers for demolition and debris removal.
Provide dumpsters to legally dispose of debris off site.
Provide layout and saw cutting of floors, ceilings, walls, and stairs.
Provide temporary shoring & bracing at concrete floor slabs.
Provide an allowance of ten thousand dollars for additional saw cutting, gutting, and disposal.
Part I New Elevator Work
Demolish and dispose of basement stairwell
Demolish and dispose of basement stairs & masonry walls.
Demolish and dispose of steel beams.
Demolish and dispose of arched masonry ceiling and concrete floor.
Remove and salvage wood raised panel & glass partition walls at Stair 3 all floors.
Demolish and remove steel stairs, columns, stringers, landings, handrails & balustrades at
Stair 3.
Remove and salvage guardrails at Stair 1. Salvage other removed handrails & balustrades for
reinstallation by others
Demolish and remove partitions at Stair 3 I fifth floor
Demolish and dispose of ceiling at Stair 1 I third floor.
54
-·
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
----~-eounty-of-K-ane~ ~
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
Demolish and dispose of concrete floor at Stair 1 I fourth floor.
Demolish and dispose of floor finishes and wood substrate Stair 1 I fourth floor.
Demolish and remove masonry wall at Room 430 for new door opening.
Demolish and remove suspended acoustical ceiling tile and metal grid system in Room 430
Demolish and remove carpet in Room 430.
Remove and tooth-in pockets for bearing plates & beams in elevator shaft.
Demolish and remove concrete floor and metal railing at fifth floor balcony
Remove and salvage marble wall and floor tile at stair landings
Part II Courtroom Improvements
Demolish and dispose of suspended acoustical ceiling tile and metal grid system.
Remove all dispose of tie wire used for suspended ceiling.
Demolish and dispose of suspended plywood deck.
Demolish and dispose of drywall partitions.
Demolition and dispose of drywall soffits and ceilings.
Demolish and dispose of court room platforms, judge's benches, jury boxes.
Demolish and dispose of courtroom half walls and court recorder cubicles.
Demolish and dispose of carpet.
Cut-in openings in masonry walls for HVAC ductwork. See HVAC drawings and coordinate
locations and sizes with HVAC Contractor.
WORK BY OTHERS:
1.
2.
3.
Asbestos abatement
Cutout and removal for ceiling diffuser openings.
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 Packc:~ge #6A General Trades)- Furnish and install lintels abovecabinet openings.
-c. Bid Package #26AEiectrical Work). Provide duplex receptacles; low voltage junction boxes and
conduit for TV's
Add I Deduct.......................................................................................................$_ _ _ _ _ __
55
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
011 000
012100
012200
012300
012500
012600
012900
013100
013200
013233
013300
013310
013591
014000
014200
015000
016000
017300
017419
017700
DESCRIPTION
....................................................................Summary
....................................................................Allowances
....................................................................Unit Prices
....................................................................Alternates
....................................................................Substitution Procedures
....................................................................Contract Modification Procedures
.................................................................... Payment Procedures
.................................................................... Project Management and Coordination
....................................................................Construction Progress Documentation
.................................................................... Photographic Documentation
....................................................................Submittal Procedures
.................................................................... Dist. of Architect's Electronic Specs & Drawing Files
....................................................................Historic Treatment Procedures
....................................................................Quality Requirements
....................................................................References
....................................................................Temporary Facilities and Controls
....................................................................Product Requirements
.................................................................... Execution
....................................................................Construction Waste Management and Disposal
....................................................................Closeout Procedures
56
· ··--·-countsrofKan·e-··--··-····-·-····. ···-··········-···-·-····-··-·-····· ·· ············ . -···-····-··
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
Furnish and install "Cast-in-Place Concrete Work" as indicated on the Contract Drawings,
Architectural Specifications and 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 conveying, pumping, hoisting, and all equipment necessary to complete the concrete
work.
Provide layout and co-ordination with other trades.
Furnish and install reinforcing bars, wire mesh, and concrete accessories.
Furnish and install shoring, form work, framing, and bracing.
Furnish and install dowel caps for vertical reinforcing bars as required by OSHA.
Furnish and install polyethylene vapor barriers, control joints, tooled joints, and expansion
joints, saw cut joints, isolation joints, keyways.
Furnish and install block outs for inserts, sleeves, accessories.
Set all embedded pipe sleeves, foundation and slab accessories, anchors, and embeds.
Furnish and install concrete curing compounds.
Fill all voids, air pockets, wall ties, and other imperfections in exposed concrete surfaces.
Provide dumpsters for concrete truck wash-out and legally dispose of wash-out off site.
Furnish and install sealant at expansion joints, construction joints, and control joints at
exposed interior slab on grades,
Furnish and install sealant where exposed concrete slabs are adjacent to dissimilar surfaces.
Part I New Elevator Work
Provide an allowance of two thousand dollars for work directed by the Construction Manager
Furnish and install stone backfill/sub-base below elevator pit slab.
Furnish and install concrete footings.
Furnish and install concrete foundation walls.
Furnish and install concrete elevator pit slab.
Furnish and install concrete encasement of pre-molded sump basin.
Furnish and install drilled & epoxy'd foundation dowels.
Set anchor bolts & leveling plates for tube columns
Install embedded angles in concrete.
Furllish
install concrete ffoortiH sT€16 on corrugated metal decking.
Part II Courtroom Improvements
Provide an allowance of eight thousand dollars to grout the electrical floor duct and conduit
feeds located in Courtroom 300.
and
57
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
---coun"fY-of-Ka_n_e_____
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
SECTION "D"
Bidders Scope of Work
BP #6A GENERAL TRADES
SCOPE OF WORK
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
01-t300 .................................... :............................... Executi(in017419 .................................................................... Construction Waste Management and Disposal
017700 .................................................................... Closeout Procedures
017823 .................................................................... Operation and Maintenance Data
017839 .................................................................... Project Record Documents
59
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.
2.
Provide "General Trades Work" as indicated on the Contract Drawings, Architectural
Specifications and Construction Manager's Project Manual.
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.
60
"-~
--Geunty-ef-Kane- Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
Provide rubbish dumpsters for debris generated from all trade contractors.
.
Provide an allowance of one hundred fifty thousand dollars for Courtroom Millwork. See
Note 15. Allowances in Instruction to Bidders for clarification.
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
Provide an allowance of ten thousand dollars for additional barricades not shown on drawings
Furnish only embedded angles.
Furnish and install anchor bolts & bearing plates.
Furnish and install masonry infill and grout at elevator shaft beam pockets.
Furnish and install lintels and masonry in fill at Stair 1 above new doorway opening.
Furnish and install steel beams
Furnish and install tube columns.
Furnish and install ledger angles.
Furnish and install c-channels
Furnish and install corrugated metal decking.
Furnish and install elevator hoist beam.
Furnish and install steel beams at fourth floor new stair opening.
Furnish and install steel stairs from third to fourth floor.
Furnish and install stair balustrades, handrails, and wall rails. Use salvaged material where
possible.
Furnish and install handrail at fifth floor folding stair balcony. Use salvaged material where
possible.
Furnish, install, and remove temporary wood barricades.
Cutout and frame opening in fifth floor ceiling for elevator shaft.
Furnish and install metal studs, sound insulation, and gypsum board partitions for elevator
shaft.
Furnish and install metal studs and gypsum board next to shaft wall entrance doors.
Furnish and install metal joist and gypsum board ceiling at top of elevator shaft.
Furnish and install metal studs and gypsum board partitions at machine room.
Furnish and install hollow metal frame, door, and hardware at machine room.
Provide a hardware allowance of one thousand dollars per door for material.
Furnish and install metal studs and gypsum board partitions in Room 420.
Furnish and install metal stud and gypsum board soffit in Room 445
Furnish and install acoustical ceiling in Room 445.
Furnish and install repair of acoustical ceiling in Room 420 adjacent to new partition.
Furnish and install plaster I drywall repair of jambs & head at new opening to Stair 1.
Fill voids and make smooth with plaster/drywall existing interior elevator shaft walls.
Furnish and install salvaged wood trim & paneling at elevator entrance locations. Provide new
as required.
Furnish and install carpet in elevator cab.
Furnish and install ceramic tile floor & base in Stair-1 landing at fourth floor. Include an
allowance of $25.00 SF for material.
Furnish and install wall base at all new partitions.
Repair carpet in Room 420 adjacent to new partition.
Install salvaged marble flooring at all elevator floor stops and concrete infills.
Install salvaged wall marble and base.
61
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
42.
43.
44.
45.
46.
47.
Furnish
Furnish
Furnish
Furnish
Furnish
Furnish
and
and
and
and
and
and
install
install
install
install
install
install
paint coatings for elevator jambs.
paint coatings for elevator door.
paint coatings for hollow metal doors and frames.
paint coatings for new partitions, soffits, and ceilings.
stain/varnish coatings at wood trim & paneling.
paint coatings for steel stairs, balustrades, handrails, and wall rails
Part II Courtroom Improvements
48.
49.
50.
51.
52.
53.
54.
55.
56.
57.
58.
59.
60.
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
74.
75.
76.
77.
78.
Provide an allowance of seven thousand five hundred for floor patching.
Provide an allowance of one hundred hours for additional common labor work directed the
Construction Manager.
Provide an allowance of five thousand dollars for plaster repair.
Furnish and install steel c-channels for truss reinforcement.
Furnish and install steel angles for truss reinforcement.
Furnish and install steel beams at attic roof trusses for roof top unit.
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.
The General Trades Contractor is responsible infilling the demolished roof equipment
openings and patching the roof.
Furnish and install wood joist, headers, and metal hangers at new roof top openings
All patching and re-roofing work is to be performed by a licensed roofing contractor certified by
"Vi rid ian Systems". Contact the manufacturer at 330-634-0454 for licensed contractors in the
State of Illinois-.
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.
Furnish, install, and secure a temporary plywood cover over the entire roof curb.
Furnish and install plywood catwalk in attic space.
Furnish and install raised platforms and ramps in Courtroom.
Furnish and install fixed % walls in Courtroom.
Furnish and install frames, doors, and hardware.
Provide a hardware allowance of one thousand dollars per door for material.
Furnish and install metal stud and gypsum board partitions.
Furnish and install metal joist and gypsum board ceilings, and soffits.
Furnish and install new & salvaged wood paneling and running trim at perimeter walls.
Provide wood paneling and running trim patch at perimeter walls.
Remove wood paneling at window jambs for conduit runs and reinstall.
Furnish and install rubber treads at new stairs.
Furnish and install carpet tile.
Furnish and install marble flooring repair.
Furnish and install vinyl base.
Furnish and install stain/sealer coatings for wood doors, frames, trim.
Furnish and install paint coatings for gypsum board walls, soffits, and ceilings.
Furnish and install projection screens.
Furnish and install motorized & non-motorized window blinds.
Furnish and install disappearing stairway.
62
··
--·---·-·cauntyofKanef·----~---···--
·--- ··-· · --- ---
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
WORK BY OTHERS:
1.
2.
Painting of plastered Courtroom ceiling
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
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
---~---coLinty--or-Ra-n-e-·-~---~----~--
_ _. ,_ _ _ _
~
,__·--~-----~------------
·---~--~------~ --~-----------------
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Provide a new "Hydraulic Passenger Elevator" as indicated on the Contract Drawings,
Architectural Specifications and 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 manufacturer's product data, including installation instructions.
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.
Furnish and install elevator equipment and components.
Furnish and install pump units, silencers, piping, motors, and controls.
Furnish and install platform, guide rails, and brackets
Furnish and install elevator car frame, enclosure walls, base, ceiling, transoms, cab doors,
exhaust fan, handrail, and threshold.
Furnish and install hoistway doors, frames, and sills.
Furnish and install main car operating panel, pushbuttons, emergency buttons, switches, car
lanterns, position indicator, service panel, and telephone.
Furnish and install hall fixture push buttons, cover plates.
Coordinate installation of backing, sleeves, block-outs and embedded items in shaft walls and
foundations.
Provide testing and final inspection and certificate of operation from the State of Illinois.
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
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
0~ 2200 ................................................................. 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
--·--····--m-wlttiAMs··
··· ·· ------ Gounty-of-Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
017839
017900
230593
230700
232300
233113
233300
233713
236200
237413
CONSTRUCTION
MANAGEMENT
................................................................. Project Record Documents
................................................................. Demonstration and Training
.................................................................Testing, Adjusting and Balancing for HVAC
................................................................. HVAC Insulation
................................................................. Refrigerant Piping
................................................................. Metal Ducts
.................................................................Air Duct Accessories
................................................................. Diffusers, Registers, Grills
................................................................. Packaged Compressor and Condenser Units
................................................................. 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 4:00 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.
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, am:l remove ductworkin attic.
Demolish and·removevent·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
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
Provide cutting of holes in plastered ceiling for diffusers.
Provide cutting and coring at walls, floors, and ceilings for ductwork, piping, and accessories.
The mairi duct roof opening and roof repair will be by the General Trades Contractor.
Furnish and install sheet metal supply ducts.
Furnish and install sheet metal return ducts.
Furnish and install sheet metal fabricated plenums.
Furnish and install sheet metal transfer air ductwork.
Furnish and install flexible duct work.
Furnish and install flexible duct connections.
Furnish and install ductwork insulation and sheet metal duct lining.
Furnish and install duct smoke detectors.
Furnish and install fire dampers.
Furnish and install registers, louvers, and grilles.
Disconnect, relocate, and re-pipe perimeter radiators.
Furnish and install controls, sensors, and thermostats.
Furnish and install low voltage wiring, instrumentation and controls for HVAC equipment.
Furnish and install sleeves for penetrations in walls, ceilings, and floors.
Furnish and install fire caulking sealants and firesafing material in walls, ceilings, and floors.
Provide adjusting, balancing, commissioning, and start-up services of HVAC systems.
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
····· -
-- ··county-ot-Kan·e
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
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
011000
012100
012200
012300
012500
012600
012900
013100
013200
013233
013300
013310
013591
014000
014200
015000
016000
017300
017419
017700
017823
DESCRIPTION
....................................................................Summary
....................................................................Allowances
....................................................................Unit Prices
....................................................................Alternates
....................................................................Substitution Procedures
....................................................................Contract Modification Procedures
....................................................................Payment Procedures
....................................................................Project Management and Coordination
....................................................................Construction Progress Documentation
....................................................................Photographic Documentation
....................................................................Submittal Procedures
....................................................................Dist. of Architect's Electronic Specs & Drawing Files
....................................................................Historic Treatment Procedures
....................................................................Quality Requirements
....................................................................References
....................................................................Temporary Facilities and Controls
..................................... :.............................. Product Requirements··
....................................................................Execution
....................................................................Construction Waste Management and Disposal
....................................................................Closeout Procedures
....................................................................Operation and Maintenance Data
69
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
017839
017900
260500
260519
260526
260529
260533
260553
262416
262726
262813
262816
262913
265100
....................................................................Project Record Documents
....................................................................Demonstration and Training
....................................................................Common Work Results for Electrical
....................................................................Low-Voltage Electrical Power Conductors & Cables
....................................................................Grounding and Bonding for Electrical Systems
....................................................................Hangers and Supports for Electrical Systems
....................................................................Raceway and Boxes for Electrical Systems
....................................................................Identification for Electrical Systems
.................................................................... Panelboards
....................................................................Wiring Devices
....................................................................Fuses
....................................................................Enclosed Switches and Circuit Breakers
....................................................................Enclosed Controllers
.................................................................... 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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
Furnish and install "Electrical Work" as indicated in the Architectural Drawings, and per the
Architectural Specifications and Construction Manager's Project Manual
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
Provide manufactures data and shop drawings for fixtures, equipment, and piping.
Provide electrical permits and comply with all applicable codes.
Provide an allowance of ten thousand dollars for additional work directed by the Construction
Manager.
Furnish and install electrical embedded items and pipe sleeves.
Provide all cutting, coring, and patching to install conduit.
Furnish and install fire caulking and firesafing material for all conduit penetrations through
rated floors and partitions.
Furnish and install access panels for concealed junction boxes.
Furnish and install fuses and circuit breakers.
Furnish and install motor starters.
Furnish and install all receptacle types.
Furnish and install junction boxes.
Furnish and install all switch types
Furnish and install data system outlets and stubs
Furnish and install TV junction boxes and stubs
Furnish and install speaker boxes and stubs
Furnish and install combination telephone & communication junction boxes and conduit.
Furnish and install grounding and bonding for electrical systems.
Furnish and install raceways, fittings, boxes, enclosures, and cabinets.
70
-county of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
WILLIAMS
CONSTRUCTION
MANAGEMENT
Provide start-up services and Owner training to adjust, operate, and maintain electrical
system.
Part I New Elevator Work
Provide an allowance of five thousand dollars for work directed by the Construction Manager.
Furnish and install feeder conduit and wire from main switch board to elevator machine room
Furnish and install disconnect switch in machine room.
Furnish and install shunt trip in machine room
Furnish and install lighting fixtures.
Furnish and install devices and branch circuits.
Furnish and install power wiring to relocated exhaust fan.
Part II Courtroom Improvements
Provide an allowance of ten thousand dollars for work directed by the Construction Manager
Disconnect and remove all devices, lighting fixtures, and branch circuits.
Disconnect and remove power wiring to roof top condenser units.
Disconnect and remove power wiring to indoor air handling unit.
Disconnect and remove electrical panel in Courtroom ·
Disconnect and remove electrical fixtures on plastered ceiling in Courtrooms.
Disconnect and remove devices and branch circuits at Judge's bench.
Furnish and install power wiring to roof top unit.
Furnish and install ornamental pendant fixtures.
Furnish and install fluorescent wrap around fixtures.
Furnish and install exit and emergency fixtures.
Furnish and install feeder conduit and wire from main switchboard to Courtroom panel
Furnish and install in-floor electrical and data duct raceway.
Furnish and install power and data floor devices.
Provide saw cutting, demolition and removal of existing floor for floor ducts.
Provide saw cutting, demolition and removal of existing floor for floor branch circuits.
Install only low voltage control stations for window shades
Install only and power wire window shade motor controller.
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.
9. Bid Packagf:) #26A Electrical Work). Provide duplex receptac!~§.J9\IY YQ!i~g~ jtJm:~tiQJ}.Qoxes aJJg _
conduit for TV's
Add I Deduct.......................................................................................................$_ _ _ _ _ __
71
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
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 .... 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
017419 .... 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
DIVISION 04 - MASONRY
SEE DRAWINGS
DIVISION 05- METALS
SEE DRAWINGS
057300 .... Decorative Metal Railings
DIVISION 06- WOOD, PLASTICS AND COMPOSITES
061000
061053
061600
062023
064113
064116
064213
064216
064400
064600
064800
.... Rough Carpentry
.... Miscellaneous Rough Carpentry
.... Sheathing
.... Interior Finish Carpentry
.... Wood Veneer Faced Architectural Cabinets
.... Plastic-Laminate-Faced Architectural Cabinets
.... Stile and Rail Wood Paneling
.... Flush Wood Paneling
.... Ornamental Woodwork
.... Wood Trim
.... Wood Frames
DIVISION 07 - THERMAL AND MOISTURE PROTECTION
SEE APPENDIX A FOR MORE INFORMATION
075419 .... Polyvinyl-Chloride (PVC) Roofing
DIVISION 08 - OPENINGS
081113
081433
0871 00
088000
.... Hollow Metal Doors and Frames
.... Stile and Rail Wood Doors
.... Door Hardware
.... Glazing
DIVISION 09 - FINISHES
090190
092216
092400
092900
095113
096340
096816
097513
098433
· 099123
099300
.... Maintenance of Painting and Coating
.... Non-Structural Metal Framing
.... Cement Plastering
.... Gypsum Board
.... Acoustical Panel Ceilings
.... Stone Flooring
.... SheetCarpetin~g
.... Stone Paneling
.... Sound-Absorbing Wall Units
.... Interior Painting
.... Staining and Transparent Finishing
73
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
DIVISION 10 • SPECIALTIES
104413 .... 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
230700
232300
233113
233300
233713
236200
237413
.... Testing, Adjusting and Balancing for HVAC
.... HVAC Insulation
.... Refrigerant Piping
.... Metal Ducts
.... Air Duct Accessories
.... Diffusers, Registers, Grills
.... Packaged Compressor and Condenser Units
.... Packaged, Outdoor, Central-Station Air-Handling Units
DIVISION 26 - ELECTRICAL
260500
260519
260526
260529
260533
260553
262416
262726
262813
262816
262913
265100
.... Common Work Results for Electrical
.... Low-Voltage Electrical Power Conductors and Cables
.... Grounding and Bonding for Electrical Systems
.... Hangers and Supports for Electrical Systems
.... Raceway and Boxes for Electrical Systems
.... Identification for Electrical Systems
.... Panel boards
.... Wiring Devices
.... Fuses
.... Enclosed Switches and Circuit Breakers
.... Enclosed Controllers
.... Interior Lighting
74
··----·cauntyofKane--····· ---·-··--··--·····---··-····-····-Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
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
3RD 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
3RD 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
INTERIOR ELEVATIONS, COURTROOM
A 7.2
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
3Ro FLOOR MECHANICAL DEMOLITION PLAN
MD 1.1
4TH FLOOR MECHANICAL DEMOLITION PLAN
MD 1.2
MD 1.3
ATTIC MECHANICAL DEMOLITION PLAN
MD1.4
ROOF MECHANICAL DEMOLITION PLAN
3Ro FLOOR MECHANICAL PLAN
M 1.1
4TH FLOOR MECHANICAL PLAN
M 1.2
M 1.3
ATTIC MECHANICAL PLAN
ROOF MECHANICAL PLAN
M1.4
MECHANICAL SCHEDULE
M 2.1
MECHANICAL DETAILS
M2.2
75
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
LIGHTING PLAN
E 2.1
SCHEDULES AND SYMBOLS
E 3.1
PLUMBING
P 1.0
BASEMENT PLUMBING PLAN
END OF SECTION
76
· ·· ~
· - - - - - · · ----···--·--···--·-··
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
--~-eounty-of-Kane
·-~rr.J-WI[[IAMScoNsTRUCTION
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
---2011"::;·.,::_ .·.:..:...
·--
·~-
.. :·_ ··- .·
.
:
. oa·~521.1~ ..-os _,~~v~~· :~,:··~s'- 1~~ u 31 en ~ a1 :m
.
Prepare Bid Scopes I Manual
30JUL12
01AUG12
3d
3d 30JUL12
Project Out to Bid
02AUG12 02AUG12
fd
1d 02AUG12 02AUG12
Pre-Bid Meeting
09AUG12 09AUG12
1d
1d 09AUG12 09AUG12
21AUG12 21AUG12
1d
1d 21AUG12 21AUG12
1Project Bid Opening
Review I Qualify Bids
22AUG12 27AUG12
4d
4d 22AUG12 27AUG12
1111 Review I Qualify Bids
Recommendations to Board I Board Approval
28AUG12 28AUG12
1d
1d 28AUG12 28AUG12
Notice to Proceed
05SEP12 05SEP12
1d
1d 05SEP12 05SEP12
Award Contracts to Subcontrncton;;
06SEP12
2d
2d. 06SEP12 07SEP12
07SEP12
2012
0(
,r;s1s a o.
1Ga
a
ot
os ~ 22 21 oa ,:v2fl n
I Pre-Bid Meeting
I Recommendations to Boani/Board Approval
I Notice to Proceed
I
Award Contracts to Subcontractors
'"~~~~"~'''J!f·?·~·o&~~'or"'''1\lill\if"'""i\l"
~
~
~~-~1:t~~~
,~..,~.
>o/l~h;
~ThtiR-'"~tJf li:~!\,•"'~"'&"!il
ro:rV.:'I ~
6
:.t•il:u.
• •
-DemolitiOn
-
·
~
~
;
~--:--;:-"P'<!,
'
" ~
··-
- - t . . . - 'I' p, ..i-ll - j".}
\lS
~
El
c,.,•.
1 Saw-cut New Opening
Ill Saw-cut & Demolish 4th Aoor Slab
10SEP12 10SEP12
1d
1d 10SEP12 10SEP12
I Frame & Board Partition (one slde)
Banicade New Opening
11SEP12 11SEP12
1d
1d 11SEP12 11SEP12
IBarricade New Opening
Banicade 1st/2nd/3rd Rn;; & Erect Scaffolding
14SEP12 20SEP12
5d
5d 14SEP12 26SEP12
Remove Scaffolding
26SEP12 26SEP12
fd
1d 26SEP12 26SEP12
Field Measute for StairI Shop Drwgs I Fabricate
27SEP12 240CT12
20d
20d 27SEP12 240CT12
Instal/4th Floor Stairs and Railings
250CT12 310CT12
5d
5d 250CT12 310CT12
IIID Barricade 1sl/2nd/3rd Ars & Ere<:! Scaffolding
I Remove Scaffolding
Aeld Measure for Stair I Shop Drwgs/ Fabricate
111Dinsla1141h Aoor Stairs and Railings
Install Gyp Board on Partition (stairway side)
01NOV12 01NOV12
1d
fd 01NOV12 01NOV12
I install Gyp Board on Partition {stai!WBY side)
Tape I Coat Gyp Board Joints
02NOV12 06NOV12
3d
3d 02NOV12 06NOV12
DITape I Coat Gyp Board Joints
Stain & Paint Wall Surfaces
07NOV12 09NOV12
3d
3d 07NOV12 09NOV12
Iii Stain & Paint Wall Surfaces
Install & Repair Flooring
12NOV12 13NOV12
2d
2d 12NOV12 13NOV12
I Install & Repair Rooring
I Remove Barricades
ua Remove Stairs and Landings
liB Remove I Salvage Wood Paneling
04DEC12
-Frome&
osoEc1zu
Backfill Elevator Pit
11DEC12 11DEC12
1d
fd 11DEC12 11DEC12
Frome & Pour Elevator Pit Floor
18DEC12 18DEC12
1d
1d ·1.8DEC12 18~C~
Start date
30JUL12
Finish date
05APR13
30JUL12
Data date
27JUL12
Run date
Page number 1A
©Primavera Systems, Inc.
1Frame & Pour Elevator Pit Footing•
Ill Frame & Pour Elevator Pit FoundaUon Walls
10DEC12
Frome & Pour Elevator Pit Foundation Walls
I Backfill Elevator Pit
____
Third Street Courthouse
New Elevator & Courtroom Renovation
Williams Construction Management
Preliminary Construction Schedul
I Frame & Pour Elavator Pit Aoor
lil!llil!l Early bar
IIIII Progress bar
11!11111 Critical bar
--Summary bar
+ Start milestone point
+ Finish milestone point
·· ~i:[t:::.::~.-~~?~~~~~---~?··::t.:--~~-~r:
.<17:
- .13 ·~20.~21. :.03~"'"10
24·=::o.1 .ou.·, 1&:\2%; a
~-~}'~~--.
·o!J: 12- 111 a
DE~-
~--
.
FEB
:::
ta 2& 04 11 111 a
I Pour Concrete Roar lnfill
03 10 11 · 24 31 or 14 · 21 21 oc 11
·APR
01 os 15 22 2D oa
2D 71
Ia Barricade Shaft Openings
1111111 Cut 1n Elevator Beam Pockets
5d
27DEC12 03JAN13
5d
5d 27DEC12 03JAN13
Set Floor Beams
04JAN13 08JAN13
3d
3d 04JAN13 08JAN13
Frame & Board Elevator Shaft Walls
11JAN13 24JAN13
10d
10d 11JAN13 24JAN13
,...Fmme & Board Elevator Shaft Wells
Frame In & Board Elevator Jambs
25JAN13 29JAN13
3d
3d 25JAN13 29JAN13
• Frame In & Board Elevator Jambs
Frame & Board Hal/Way Partitions
06FEB13 11FEB13
4d
4d 06FEB13
Re-Install Paneling &Tj1m
12FEB13 21FEB13
Bd
Bd 12FEB13 21FEB13
stain & Paint Wall Surf<!ces
22FEB13 05MAR13
Bd
Bd 22FEB13 05MAR13
I!!IIIIIBIII Stain & Palnt Wall Surfaces
06MAR13 12MAR13
5d
5d 06MAR13 12MAR13
-Install & Repair Flooring
lillll Set-Elevator Support Beams
111 Set Floor Beams
11FEB13
Ell Frame & Board Hallway Partltions
-Re-Install Paneling & Trim
13MAR13 14MAR13
I install Pull Down Stairs
15MAR13 18MAR13
• Remove Barricades
~Prepare I
11SEP12 24SEP12
25SEP12 25SEP12
1d
07DEC12 07DEC12
1d
1d 07DEC12 07DEC12
10DEC12 14DEC12
5d
5d 10DEC12 14DEC12
17DEC12 21DEC12
5d
5d 17DEC12 21DEC12
24DEC12 28DEC12
4d
4d 24DEC12 2BDEC12
Review Elevator Shop Drawings
1Order Elevator
1d 25SEP12
I Receive
Elevator
m Install Guide Ralls
E Install Elevator Floor & Cab
SJ Set Elevator Door Jambs
11!11 Complete Elevator Installation
lllllnstall Sump & SanllaJY Sewer
""""" Install Power to Electrical Room
1 Disconnect Ught Fixtures
Disconnect Ught Fixtures
. i
Demolish Suspended c;e111ng
I
14SEP12 17SEP12
1Demolish Suspended Cerung
2d 13SEP12
1Disconnect &
Remove HVAC Unit
Disconnect & Remove HVAC Unit
18SEP12 18SEP12
1d
1d 17SEP12 17SEP12
Demolish and RemoV..Iouct Work
19SEP12 21SEP12
3d
3d 18SEP12 20SEP12
Disconnect, Remove Roof CondensonJ/Refr. Unes
24SEP12 25SEP12
2d
2d 21SEP12 24SEP12
Demolish Partitions. 1
Demolish Platforms
26SEP12 27SEP12
2d
2d 25SEP12 26SEP12
2BSEP12 28SEP12
1d
1d 27SEP12 27SEP12
1Demolish Platforms
Demolish Judges I Jury Benches
010CT12 020CT12
2d
2d 28SEP12 010CT12
m Oemo!lsh Judges I Jury Benches
Saw-cut floor and Channel for Electric
030CT12 080CT12
4d
4d 020CT12 050CT12
Remove Fixtures @J. Plaster Ceiling
14NOV12 14NOV12
1d
1d 13NOV12 13NOV12
Start date
Finish date
Data date
Run date
Page number
©Primavera
30J,UL12
05APR13
3QJ,UL12
27o•. :.JIUL12
2A
Sy~~ems, Inc.
a Demolish and Remove Duct Work
Eil Disconnect.
D Demolish
Remove Roof Condensors/Refr. Unes
Partitions
m saw-cut floor and Channel for Electric
---
I Remove Fll!lures
--~~-
---------··~---
--~·-
Third Street Courthouse
New Elevator & Courtroom Renovation
Williams Construction Management
Preliminary Construction Schedul
-
-
@ Plaster Ceiling
~Early bar
-Progress bar
ll!l!lllll Critical bar
--Summary bar
.
+ Start milestone point
+ Finish milestone point
AUa~~- ·.. ·.. : :_f~-:~~::.~~}[t~~;-~f;:>~': ;; :<:~ov., ""~~_;-.i"-":. ~
- -t:s_-.2~f.~·21::o3 ·1a::_17.;:~24. oFOs:~:1a. 22
. .
JAN
::i
FEB
:m o5 -~12- •.19 21 03 10 17. 24 31 rn 14 z1 · 21 04 11 1a s
APR-
··-
~Y
a 01 oa 15 22 a .. oe 1:1 20 xr
04 11 1a
1Barricade Entrance
Cut & Ftame Roof for HVAC Unit
090CT12 090CT12
1d
1d OBOCT12 080CT12
/nml/ Attic Decking
160CT12 170CT12
2d
2d 150CT12 160CT12
1Cut &
Frame Roof for HVAC Unlt
I Install Allie Decking
aa Frame Platform and Half Wails
Frame Platfonn and Half Walls
180CT12 230CT12
4d
4d 170CT12 220CT12
Frame and Board Door Opening
240CT12 250CT12
2d
2d 230CT12 240CT12
1 Frame and Board Door Opening
Patch Floor
09NOV12 13NOV12
3d
3d OBNOV12 12NOV12
l:iliiPatchAoor
Patch Plaster Ceiling end Walls
15NOV12 21NOV12
5d
5d 14NOV12 20NOV12
Paint Plaster Ceiling and Walls
22NOV12 27DEC12
25d
25d 21NOV12 26DEC12
Repair Wood Ceiling Beams
2BDEC12 04JAN13
5d
5d 27DEC12 03JAN13
Install/ Repair Paneling & Trim
07JAN13 09JAN13
3d
3d 04JAN13 OBJAN13
EE:!2 Patch Plaster Ceffing and wans
..,...,...._.,..,.. Paint Plaster Ce~ling and Walls
~
Repair Wood Ceiling Beams
m Install/ Repair Paneling & Trim
lnsf1Jl/ Judge/ Jury Millwork
01FEB13 14FEB13
10d
10d 31JAN13 13FEB13
Install Doors
15FEB13 19FEB13
3d
3d 14FEB13 18FEB13
Painting I Staining
20FEB13 22FEB13
3d
3d 19FEB13 21FEB13
• Painting I Staining
fnst;J/1 Carpet
25FEB13 27FEB13
3d
3d 22FEB13 26FEB13
m Install Carpet
Set Roof Cum
100CT12 100CT12
1d
1d 090CT12 090CT12
rSet Roof Curb
Patch and Flash In Roof CUrb
110CT12 110CT12
1d
1d 100CT12 100CT12
I Palc:h and Flash in Roof Curb
Set RoofTop Unit
120CT12 150CT12
2d
2d 110CT12 120CT12
Set HvAC Diffusers
10JAN13 10JAN13
1d
1d 09JAN13 09JAN13
Rough..fn Electric
260CT12 08NOV12
10d
10d 250CT12 07NOV12
I
"""""" Install Judge I Jury Millwork
m:a Install Doors
I Set Roof Top Unit
I Set HVAC Diffusers
E!!!il!!!!Z!!!i Rough-In Electric
~
Install Electrical Fixtures & Devices
t Anal Cleaning
20MAR13 20MAR13
1d
1d 20MAR13 20MAR13
1Elevator Start-up
Substantial Completion
21MAR13 21MAR13
1d
1d 21MAR13 21MAR13
1Substantial Completion
Punch/1st Wa/k-Thru
22MAR13 22MAR13
1d
1d 22MAR13 22MAR13
t Punchllst Walk·Tiuu
25MAR13 05APR13
10d
10d 25MAR13 05APR13
~nchl~st_Perlod I
Project Close-au.!__
Start date
30JUL12
Finish date
05APR13
30JUL12
Data date
Run date
27JUL12
Page number 3A
@Primavera Systems, Inc.
Third Street Courthouse
New Elevator & Courtroom Renovation
Williams Construction Management
Preliminary Construction Schedul
-Punchlist Period I Project Close
llllm!IEarlybar
-Progress bar
_ . Critical bar
--Summary bar
•
Start milestone point
•
Finish milestone point
·
---~-county ofRane-~----------~-~--~----------------------·
-·
-----····-rn··--
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
-W---l-l-~IAM-~-
1
S------ -
~~~~T~~~lJ~~
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
z
9
~
M :::llU
n
hti
.
~J)
~:z:
z
tni f!_~
Zr- ::E
uz . ~~
UU-1
.
~
lUZ
:z:~
~~
UID
0~
~ ~~
£::t ::12
~ti5 8 81L1
~~
NVld SJ IlSl.LJOl dliS
~---
-----------1
1
I
I
I
I
I
I
~I
ii<::JII
I
I
I
I
I
It __
II
I
I
~~
I
I
I
I
I
I
I
I
.
.,...
ill
I]
z
<(
...J
D...
p
w
Cl
<(
0
11
0::
0::
<(
r::a
~
0::
p
jj
0
0
...J
LL
Cl
zC"J
.
.0
.I
(I)
.,...
I,
.
0
I
b
----------~-----------)
I
I
I
I
I
I
I
I
I
I
I
I
1]:
I
I
I
I
I
I
I
I
I
0
.
.c
I
iD
~----------------------,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I\
I
I
I
I
I
z
_.
I
<(
I
a..
I
I
I
I
I
lU
I
I
I
I
I
I
I
I
_______________________ )I
Cl
<(
(.)
0::
0:::
<(
co
u..
0
0
0:::
0:::
0
0_.
u..
J:
fL(')
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
HYGIENEERING, INC.
7575 Plaza Court
Willowbrook, II. 60527
(630) 654-2550
ACM Location Drawing 2 of 10
THERMAL SYSTEM INSULATION
I LEGEND I
~~i:<~'tlon of Asbestos-Containing. Thermal
~Pipe length & fitting Insulation.
NOTE: Drawing revised per Reinspection
- - performed on 04-10-03
I
I
I
PROJECT# 2003-5251-E
KANE COUNTY
®
ACM LOCATION DRAWING
BASEMENT- COURTHOUSE
ACM Location Drawing 3 of 10
HYGIENEERING, INC.
7575 Plaza Court
Willowbrook, II. 50527
(530} 554-25?0
MISCELLANEOUS MATERIALS
I
I?9WJ
tzQJ
LEGEND-]
Location of Asbestos-Containing
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 Reinspection
- - performed on 04-10-03
PROJECT# 2003-5251-E
KANE C<DUNTY
~
ACM LOCATION DRAWING
BASEMENT - COURTHOUSE
..:..Ct"' L!:lcstion Dr=wil
HYGIENEERING, INC.
7575 Plaza Court
Willowbrook, II. 60527
MISCELLANEOUS MATEF
(63:J; 654-2550
I
LEGEND
Location of Asbestos-Con
. - · .. Mastic: (only).
. ~j
~ Location of Asbestos-Cor
~
Flooring (only).
·k"SSft
Location of Asb:=stos-Cor
~- Aoorlng & Mast1c.
=
~
i~'
.;...-.,:
1
'l lt;~.n ~~-11
-if- -. K-.lJl
ll; !.:1
0
'.)!
=
i'
I
1;o
F""'"~..;
. .
-J
--r
j~t'l·--~----6~~-
. f : ·l ·
t
· ·
1.
ill
.
,._
:
: .
;~.
0
0
!,.~J
Location of Asbestos-Con
Transite Panel (on door).·
1
'·122
·-
l"
,
ill
l:\·Jru )...::c'J"'· 11
1;:: -~·:i!~~7 ;Jt
u;; ~.J
,..;,
f::
C-':
. . . """"""
~·.-·::lffii!lffi
.·...·...-.
,,-_~ ._;_=""".=::::.-"f"'_···.i:
.·
-.-··
·:
:.. ]\
l
Location of Asbestos-Con
Woven Flex Connector.
i,.
~-
lf =-
~
::::i
NOTE: Drawing revised per Rei11spe•
-- · - performed on 04-10-03
PROJECT # 2003-5251-E
KANE COUNTY
ACM LOCATION ORA
FIRST FLOOR - COURT!-
ACM Location Drawing 6 of 10
HYGIENEERING, INC.
7575 Plaza Court ·
Willowbrook, II. 60527
(630) 654-2550
MISCELLANEOUS MATERIALS
I LEGEND I
f7'7:;J. Location of Asbestos-Containing
~ Mastic (only).
~· Location of Asbestos-Containing
~
Flooring (only).
~· Location of Asbestos-Containing
Flooring & Mastic.
IQ2}Cl
25l
~
;J.Sv
.
D
.i'!~
rt
-=': ___f==
.
Location of Asbestos-Containing
Woven Flex Connector.
====~
,'1:::::.
NOTE: Drawing revised per Relnspection
--performed on 04-10-03
PROJECT # 2003-5251-E
KANE COUNTY
~
ACM LOCATION DRAWING
SECOND FLOOR - COURTHOUSE
------------------------------------------~----------~---=--------·---~--------------------------------------ACM Location Drawing 7 of iO
UNG, INC.
t
60527
THERMAL SYSTEM INSULATION
L
LEGEND
li!J
l!lil
Locat;;on of Asbestos-Containing TI1ermal
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
- - performeo on 04-10-03
r£)1
~~
# 2003-5251-E
UNTY
ACf\'1 LOCATIOi\i DRAWING
THIRD FLOOR - COURTHOUSE
II.CM Location Draw
HYGIENEERING, INC.
7575 Plaza Court ·
Willowbroak 1 11. 60527
(630) 654-2550
FLOO
l LEGENDj
~ Location of Asbestos-Co
~
Flooring (only).
Location of Asbestos-Co
Flooring & Mastic.
·Ol·····.·~··-·
... ,.
_
..
··o_·
'-
·~
.--
-
-.-·--:
NOTE': Drawing revised per Reinspe
·- · · performed on 04-10-03
PROJECT# 2003-5251-E
KANE COUNJTY
ACM LOCATION ORA
THIRD FLOOR- COURT!-
ACM Location Drawing 9 of 10
HYGIENEERING, INC.
7575 Plaza Court
Willowbrook, II. 60527
(630) 654-2550
THERMAL SYSTEM INSULATION
and
FLOORING
l
LEGEND
I
~ Location of Asbestos-Containing
~ Mastic (only).
~ Location of Asbestos-Containing
~
Flooring (only).
Location of Asbestos-Containing
Mastic.
Floorin~ &
Location of Asbestos-Containing Thermal
Duct Insulation.
NOTE: Drawing revised per Relnspectlon
--performed on 04-10-03
PROJECT # 2003-5251-E
KANE COUNTY
®
ACM LOCATION DRAWING
4th FLOOR - COURTHOUSE
rn
-county-of·Kane·
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
.WilliAMS
CONSTRUCTION
MANAGEMENT
County of Kane
Third Street Courthouse
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
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
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
-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
Constructic:;m Management.
82
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.
~~~~nil~~~~t~~!~g~~~~~:rJ~!i~}f~l~i.t6~~~[[6J~Cl.E~§m~~~:eB?mQt]1frti~~I:~na:;~rru~m~!:9g>n~tr~g~qn
85
-~~--Gounty-of-Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
Schedule A
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
limifof 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
consultants,_aodJbJ3C_ounty of Kane, iis__pfficers, officJals,§_mployee~. y_Qit.JntE;~ers, anq §geD!EI _ _
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
County of Kane
Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
1.5.2
volunteers, and agents for each CGL policy covering the one (1) year period following
substantial completion.
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
3.2
3.3
3.4
Such insurance shall cover liability arising out of any auto (including owned, hired, and nonowned autos).
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.
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.
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
···-
--Gounty-of-Kane- -- -------Third Street Courthouse
New Elevator & Courtroom Improvements
Project No. 2012-037
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
51
.
~~~~&~~~f41~l~f~~~~~1t~~~~~Ju~:r~o~1~,~~t.J~~)~@~f~1~:~~r~~,~~~~~~,:%~~~~~J8~oo9
each claim'T':rHe'retro~t:tivedaf&.of:the;'covera e:_rrn.ist.ba·· ·ri& tOthedatework,isfirst
,~Q:rnrnen_Q.E!..:
,:·,··'·'··'·~---''':· ·a ··:"·il'l·":'.··:;.:·_;,.::·::f6·'•'''<;'cy, .. ,:r.u······--".....g_....~·-·--- "·····--. P...... _____ ...... , . . '··---·--~···· ..... ··--~--..QDL ..J~-~PIQJ~g~:~..Y QQ!1B!2..Qfi.
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 10 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
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
i
I
Download