cook county open docs

123
DATE 10/4/201 6 F.O.B.POINT PURCHASE ORDERED ISSUED TO 847733 FH Paschen SN Nielsen Associates L 5515 N. East River Road Chicago IL 60656 OFFICE OF THE CHIEF PROCUREMENT OFFICER COUNTY OF COOK 118 NORTH CLARK ST. ROOM 1018 CHICAGO, ILLINOIS 60602-1375 (312) 603-5370 IIlawlhR',;, PURCHASE ORDER NO. I 96130 - 000- OP REQUISITION NO. 00125084 07 SHIP TO Capital Planning Bt Policy 69 W Washington St 30th Fl Chicago IL 60602-3007 760030110010Page 1 of I COOK COLINTY FEINI 36-6006541 ILLINOIS SALES TAX EXEMPT: 8-9998-2013-04 FEDKRAI. EXCISE TAX EXEMPT CERT: 36-75-DOSSK DELIVERY INSTRUCTIONS CAPITAL PLANNING et POLICY 69 W WASHINGTON - 30TH FL 1.00 JOC CONSTRUCTION SERVICES AS PER CONTRACT 81555-(4475 Dl I AUTHORIZED BY COUNTY ON APRIL 13, 2016 CONTRACT PBUODs JUNE I, 2016 THROUGH MAY 31, 20(8 WITH TWO (2), ONE ( I ), YEAR RENEWAI. OPTIONS. AMOUNT AUTHORIZED: 1 10,000,000.00 WORK ORDER: 042087 PROJECT: DOC CAMPUS DEMOLITION ~ DIVISION nl PROJECT MANACiER: SHEILA ATKINS WORK ORDBt AMOUNT: 2,6 I I,S89.(9 TOTAL PREVIOUSLY ENCUMBERED 1 0.00 AMOUNT ENCUMBERED ON THIS P.O. 1 2,6(1,589.19 TOTAL ENCUMBERED AMOUNT INCLUDING THIS P.oa 5 2,611,589.19 *a *** a *~ ** BALANCE ON THIS P.O. .00 JB .0000 2,611,589.19 760030110030,565140.5 I I l m*** Total Order * ** 2,811,588.18 NOTE: VENDOR AGREES NOT To EXCEED THE QUANTITY OR DOLLAR AMOUNT OF THIS OILDER WITHOUT WRITTEN AUTHORIZATION FROM THE CHIEF PROCUREMENT OFFICER RECEIPT CERTIFICATION (FOR DEPARTMENT USE ONLY) I hereby certify that I have received the goods/services rellecred above and that the items referenced are in full conformity with the purchase order/contract. t hereby «entry erat thh purchase Ss In agreement wnh the requlstnnn Authorised Slgnatutmt Date:

Upload: khangminh22

Post on 28-Mar-2023

1 views

Category:

Documents


0 download

TRANSCRIPT

DATE

10/4/201 6F.O.B.POINT

PURCHASE ORDERED ISSUED TO

847733

FH Paschen SN Nielsen Associates L5515 N. East River RoadChicago IL 60656

OFFICE OF THE CHIEF PROCUREMENT OFFICERCOUNTY OF COOK118NORTH CLARK ST. ROOM 1018CHICAGO, ILLINOIS 60602-1375(312) 603-5370

IIlawlhR',;,

PURCHASE ORDER NO.

I 96130 - 000- OP

REQUISITION NO.

00125084 07

SHIP TO Capital Planning Bt Policy69 W Washington St 30th Fl

Chicago IL 60602-3007 760030110010Page 1 of I

COOK COLINTY FEINI 36-6006541ILLINOIS SALES TAX EXEMPT: 8-9998-2013-04FEDKRAI. EXCISE TAX EXEMPT CERT: 36-75-DOSSK

DELIVERY INSTRUCTIONS

CAPITAL PLANNING et POLICY69 W WASHINGTON - 30TH FL

1.00 JOC CONSTRUCTION SERVICES

AS PER CONTRACT 81555-(4475 Dl IAUTHORIZED BY COUNTY ON APRIL 13, 2016CONTRACT PBUODs JUNE I, 2016 THROUGH MAY 31,20(8WITH TWO (2), ONE ( I ), YEAR RENEWAI. OPTIONS.AMOUNT AUTHORIZED: 1 10,000,000.00

WORK ORDER: 042087PROJECT: DOC CAMPUS DEMOLITION ~ DIVISION nlPROJECT MANACiER: SHEILA ATKINSWORK ORDBt AMOUNT: 2,6 I I,S89.(9

TOTAL PREVIOUSLY ENCUMBERED 1 0.00AMOUNT ENCUMBERED ON THIS P.O. 1 2,6(1,589.19TOTAL ENCUMBERED AMOUNT INCLUDING THIS P.oa 52,611,589.19*a ***a *~ **BALANCE ON THIS P.O.

.00 JB .0000 2,611,589.19 760030110030,565140.5I I l

m*** Total Order * ** 2,811,588.18

NOTE: VENDOR AGREES NOT To EXCEED THE QUANTITY OR DOLLAR AMOUNT OF THIS OILDER WITHOUT WRITTEN AUTHORIZATION FROM THE CHIEF PROCUREMENT OFFICER

RECEIPT CERTIFICATION (FOR DEPARTMENT USE ONLY)I hereby certify that I have received the goods/services rellecred above and that theitems referenced are in full conformity with the purchase order/contract.

t hereby «entry erat thh purchase Ss In agreement wnh the requlstnnn

Authorised Slgnatutmt Date:

Cook County

Department of Planning 5 Policy

69 W WashingtonChicago, IL 60602

Date f09/22/2016

To: Cook County, Purchasing

118 N. Clark Rm. 1018Chicano, illinois 60602

Work Order Number. 042087,00

l.ocatlon: 2650 S. California

Chicago, IL 60808

Work Order Title: DOC Carjtpus Demoggon-Division gi

Fram: Cook County Department of Capital Planning 8 Policy69 W Washington, Floor 30Chicago, IL 60602

If Revised: H Oats:

Your Work Order Proposal has been accepted for the above Work as follows;

Work Order Amount 52,611,589.19

Licensing Fse for The Gordian Group(4.50%of Construction) $117521 51

TotalAmoul1tI'WBE

Participation:

Funding Source(s)

Liquidated Damages:

82,729,110.70

51,348,873.00

Liquidated Damages will not apply

A notice lo proceed will be issued which will establish ihs Work Order Start date and the completion date.

Ths CCOCPP JOC Coordinatorl

Requested By:

+Sheila Atkins, Projsoyj(/tanager

Cook County Department cfKevin J.Taylor, Deputy Director

Cook County Department ofCapital Planning 8 Policy

Date

Approved By

Phil Bocthby, Director

Cook County Department cfCapital Planning & Policy

D'ale Shannon E. Andrews, CPOOfnce of Chief Procurement Ofscer

Date

Notice of Propoeet Accopteoce Pece1 of 1

OI2V2CIS

Cook County

Dspadment of Planning 8 Policy69 W Washington

Chicago, IL 80602, amyl

Job Order Number:

Job Order Name:

Job Order Location:

Approved Proposai:

Contracton

042087.00

DOC Campus Demolition-Division ill

2650 S. California, ChicAgo,)L 60608

82,611,589.19

F.H. Pasohsn, S.N. Nielsen & Associates LLC

Construction Duration: 4 Months

Notice of Proposal Acceptance (ltOPA)9Q Cook County Board Approve Documentation If Appgcable

El County Justification/Estimate (Provided by PM)

gHI Cantractor Evaluation ~ Project Development

. Contractor's Job Order Proposal Package (See Below>

Detailed scope of work with project Duration (sigced by contractor)gg Draadngs (If applicable)

g Project Picture(s) Documenting Existing Conditions

g Detailed Construction Schedule (If Applicable)

Approved Price Proposal Summary & Detail (Signed by Coctractor)

IN/WBE Subcontractor Estimate, Disclosure of Retained Parges (sighed by contractor)

Zl UISIZatlOn Plan (Signed by Contractor)

E For Each IN/W/DIS BE Subcontractor:

Letter of Intent (signed by Scbcohlrectcr)

Current Certification Letter

Identification of Sub-contractor/Sub-Consultant Form(ISF Farm)

COUPE Signatory Form & Backup

g Non Prs.Priced/Reimbursable Back Up (If Appgcsble)

U Special insurance (If Apptkable)

is Project Within Bond Capacity - Y/N

Reviewed by Oordlan PM; J~ MJ rabysf./

f'urchase

Order Package Checklist Page 1 ol l

g/22/2cte

DEPARTMENT OF CAPITAL PLANNING Bt POUCY

PHILUP R. BQOTHBV

IDIRECTOR

69 w. wAsH! NGTQN, sUITE 3000 e cHIcAGQ, ILLINQIs 60602~ (312l 603-0331.

TONE PRECKIRRNKLE

PRESIDENT

Caoh County Board

or Commlsslonoss

September 22, 2016

RICHARD R. BOYKIN

1st Distr'Kt

ROBERT B. STEELE

2iid District

PRONE:

Shannon E. Andrews, CPOOffice of the Chief Procurement Office

Sheila V. Atkins, Project Director,'"'epartmentof Capital Plannin 8 Policy

JERRY BLI7LFR

3rd District

STANI.EV MOORE

Sth Dlstrxt

DEBORAII SIMS

ttl Distort

DOC Campus Demolition —Division III

JOC Budget Justification

JOAN PATRICIA MURPHY

6th District

JESUS G. GARCIA

7th District

LUIS ARROYO,JR

6th District

This memorandum serves as justification for the approval of JOC construction services forthe above project in the amount of $2,611,58g.19.

The cost approval has been reviewed by the Gordian Group and the Department ofCapital Planning 8 Policy. After several revisions, we find the pricing to be fair andreasonable.

PETER N. SILVESTRI

9th Distdict

BFGDGLT GAINER

10th Di, trict

Per the REASP assessment, Division III is one of the oldest detainee housing units on theDOC campus with a cost of 823,814,677 In repairs and $36,299,065 for replacement. Assuch, the Sherift"s Department requested the property be taken out of service anddemolished.

Joi IN P. DALEY

11th Dirtrict

JOHN A FRITCHEY

12th District

LARRY SIJFMI-DIN

13th District

In an effort to begin abatement and perform the demolition of the building in FY 2016, timeis of the essence as the building will no longer be heated nor maintained, we respectfullyrequest processing of this project be expedited.

Should you have additional questions please contact me at (312) 603-0336

GREGE COSUN

Ictli Disiret

TIMOTHY O. SCHNEIDER

IStii District

JEFFREY R. TDBOLSKI

16th District

SEAN M. MORRISON

17th District

tji Fiscal Responsibility g Innovative Leadership INI Transparency Et Accountability Lr Improved Services

Cook County

Department of Planning 8 Policy69 W Washington

Chicago, IL 60602

Job Order Number; 042087.00

Job Order Name: DOC Campus Demolition-Division III

Construction Amount. 32,611,689.19

Contracton F.H. Paschsn, S.N. Nielsen 8 AssociatesLLC

Construction Start Date:

Construction Completion Dater

Contractor Evaluation - Project Development

Rate the Contractor's availability to visit the project Sits with the Owner zYas or No, did the Contractor submit the first Price Proposal on tlms7

3 Rats ths quality of the first Price Proposal IZ l24 Rats the quality timeliness of subsequent Price Proposals

5 Enter the number of Price Proposals submitted for this Proisct

6 Rats ths quafity/timefinsss of the Contractors Final Package 02

7 Rats tha Contractor's overall performance during the Project +1 Q2Development phase

Poor-"1, Average=2 to 4, 5 = Excellent.

Commentir ~rrc ty +4Dar,tit6234y yr'/fyg~ror ~f38rr+i~.ro Ad.t~i+fl~~

A g ''/

lZIZ IZ @53 5

Hs

s

IZ

Project Director: ., ,+n

/'oolraotor

Evatoagoo Ploioot Davoloplllatlt Page t at 1

9/22i201 9

Job Order ContractAPPROVED - Price Proposal 8ttmmary - Category

Ssptmsber 21, 2016

Contract Number. 1555-14447-D

Job Order Number: 042087.00

Job Order ?15m DOC Campus Demalition-Division ill

Contractor. F.H. Psschsn, S.N, Nielsen & Associates i.LC

ProPossl Value: $2,611,559.19proposal Name: DDC Campus Absksmeci & Dmuctsaa-D/uls/cc III nsvaa2

Category - AIE Ssrvlcssb

Category - ACNk

Category - Chicken Coop:

Category - Concreen

Category - Demolition:

Category - ECSC.

Category - Environments! Eng. Services:

Category - Fencing:

Category - HA2MAT:

Category - Lead:

Category - No Category Input

Category - Relocate Generator.

Category - Signsge:

Category - Soil Boring:

Category - Surveying:

C8tsgory - Tres Removal:

Proposal Total

This proposal Icml /sprsssaiu Ihe ccrmku Icisl for the proposal. Any d/screpsccy bstwsuk line tclsls,sub.icicle acd khs proposal tclsi is dkm Ic rounding of Ihs line Icisls sad sub-icialu.

$185,000.00

$965,264.83

$4,971,17

$94,635,89

$1.0S0,091.62

$6,409.79

$20,000.00

$19,259,11

rk18,28L94

$35,287A4

$158,270.20

$3,555.64

$182.8?

$9,533.12

$5,552.06

$5,262.70

$2,811,589.19

The Percent of NPP on this Proposal: 6.06"4

/ Shells Atkins, Project 6itsctcr

Frank Nelson, Project Manager Date

Price Prcpcssl Summa/y Category Psga I sf I9/21/29 Is

Job Order Contract

APPROVED - Price Proposal Detail - Category

pete: Soptembar 21, 2018

Rang CSI Nuiiibw Mod. Uoln

fGatPSOFJ - A/E Services

') 01 22 1800.0002 EA

Lliie Total

Reimbursable Fess Rslmtene bio Fees wgl be paid to the cantrsctor for ecglble

ccats. The base cost of the Rslmtiursable Fes ls 81.00.Insert the appropriate

qusngly to adjust the base cost to the actual Reimbursable Fee (s.g.qusnlily of125 = 3125.00 Raimbumeme Fse). If there are namph Reimbursable Fees, gst

saul one separately and add a comment in the "nots" blasto identify Ihe

Reimbursabla Fae (a.g. sidewalk unsure, road cul, vwious permits, extended

warrantee, oxpuditad shlpplnp costs, atc,), 8 copy of each receipt sh9lf besubmkted with the Prios Prooosafi

Quantity Unit Price Factor Total

Iristabation 185.000.00 x 31.00 x 1.0000 $185,000.00Caw pots: Prowde engineenng snd design service to develop ccntrsm drawlngh spadiicetions, and review of

cciitrsct docuiriaillu

3185,000.00

Contract Number: 1555-14447-D

Job Order Number: 042087.00

Job Order Tfpm DOC Campus Demolition-Division lg

Contrsctoc F.H. Peschsn, S.Nr Nielsen & Associates LLC

Proposal Value: $2,6'f1,589.'I8Proposal Nemm DOC Campus Abatement & Damotitlon-Division III REV002

Adjustment Factor(s) Used: 07310 Othor fhsn Norma) Working Hours, I 0000 No Adjustment, t,(CCD-Nondcfapnced

Subtotal rov Cptsgor)f.- A/E Serv jcee:,ICatgeoiy - AC80

$185,000.00

2 01 22 20 00-0045

Oi 22 23 OO 0018

01 2223 tio-0915

5 01 22 23 00.0924

Usor Nolo

Ussr Nate

Ussr Nota

User Note

NR Invesdgaling Senior Engineer Or Specially ConsullanlFor special invssggathig 328,316.00requirements or services outside required srchiteuurel and engineering

sendces.Quantity Unit Pdice Factoi'otal

Instsgetlon 288.OO x 3128.00 x 0.7310 = $26,316.00Specialty consultant required to provide oversight for abatement work. Division 3 wls have 3 Primary pliasssbroksrl down in 4 Sub.phases,Primary phasing -one (I) for each of ihe hm (2) wings snd cne {1)for tho mein portion at the buildingi

Sub-Phases am broken dawn by sech lker, 4 Floors x 3 Pilmuy phases -" 12 phasesEach phase requires I consultant for duragcn of phase (8 hoursfdsy).

12 phases x 3days par phase 38 days x 8 hours par day = 288 hours

WK 128 Engine Powered, Telescoping Boom Manlilt 320 236 28

Quantity Unit Price I actor

Instslfstlon 6.80 x Ss,at 3.88 0.73108 man gfls far 2 weaks each for sxhxtar asbestos contaminated caulk removal.

WK 2,000 Gallon Water Tnek Wth Fuh-Time Operator 36,20&68

Taint

$20,236.26

Quantity Unit Price Factor Tale l

Iristaliatiori 2 OO x 84,243,97 x 0.7310 $6,204.68Refill an-site water trailer ss required lo supply water to decontamination wash facgliy for workers to wash

each Shy end supp/7 water for weglhg down the AOM tge for sbmement,

MO 500 Tc 800 Gsgan Water Trailer WIth Pump 8848.68

Quantity tinit Pnce Factor Total

Installation 1»OO x 31,160,98 x 0,73 I 0 $848.68On-site water treger for refllling the 3 phase decontamination wash facility each dsy and supplying water for

wetting down the ACM tile each dsy to prevent asbestos fiber from becoming eirbom during sbatemsnt

schvities.

Price Picpoaal Dstsg ~ Category Page I of 259/21/2016

Price Proposal Detail - Category Cont(nues,

Job Order Number. 042087.00Job Order Title: DDC Campus Demo{it(on-Dlvlslon III

Fleas CSI Number

ICategofy - AC88

0 01 31 33 00-0004

7 01 462S 00.0123

8, 01 56 16 00.0014

Mod. UOM Description Line Total

$13435,11

User Note

User Nate

User Nots

EA Mlnlnium Labor Cost, 3 Person Crew Size

Gushily Unit Prlos Factor Total

Instsgstlon 18,00 x $957,32 x 0,7310 $13,435.11This line Item is required speclflcsgy because of ths saouriiy requirements at this Cook County facilty, This

line item I» to account for additiiinal daily security requirements required for working at the Department otCorrections induding entering and laavmg the facility dally, moving tools, equipment and materials from

secured area to working area dally and loci snd material list prcoadures as required. Downtime of 1/2 hour

psr man psr day. Asbestos workers required tc abate esbsshw containing materials (floor lite, floor mastic,

base board, base board mastic, csiflng die, pips insulation, icolng, eto..).23workamx 20 days 460 daysx1/2 hour 230hoummtsk 30'hilt(screw x4houis 1M230hours/12 19 16-19

EA Teslmg For The Presence Of PCSs In Air, Analysis Per Bampls $15,491.18

Quantity Unit Price Factor Total

Instsgation 36.00 x $558.68 x 0,7310 $15,401.18Psr rsgulahons required testing to moriilar air levels during statement once per day. Abatement duration 38dMa 36 teats

BF 3/4" Fire Rated (sheehocko Ultrsccdeb) Gypsum Board on one sids, $I(988tgsTenworsrv wood stud wall, 16"on center

Quantity Unit Price Factor

Instolstion 2,360.09 x $5.21 x 0.7310Item used ss dmmled psr item 02 69 00 00.0003 to account for 2x4 framing of ihs isohlicm barriers

Total

$8,988.08

plywood bsrrter Installed st various locations an each tloor to separate ths abatement smivities in the main

pchion cf Division 3 from the demolieon of Division 3 wings.

Each lour to recshre I barrier the width of the Wings 35( Tlw height of the bairieris 8'sr floor: 35'8'80

SF x 3 Floors = 840 SF per wing,

2 Wings x 640 SF each = 1,660SF

Plywood bamer (with door, see item 01 56 16 00-0040) installed in the tunnel that connems Division 3 toDivision 10 lo prevent contamination cf the tunnel leading to DiVision 10 Tunnel is 12 x 10' 120 SF

Plywood barrier (with door, sea Item 01 83 18 00.0040) Installed st the guard pool mnnectlng Division 17 totile main portion ot Division 3 to prevent contamination of Diviskm 17 during abatement of Division 3, Hallway

is 10' 8' 80 SF

plywood bonier (with door, see line item 01 56 16 00-0040) Inslaled cn each tour in lhe hslwsy ad/scent tothe stair/elsvstom access to prevent unauihoiized people from entering the sbatemenl work zone, Eachhallway opening Is in the main corridor st the elevator/stslnvel access 15'wide) x 8'tsl) 120 SF x 4flocrii 480 SF

0 01 58 16 00-0040

User Note

120 8P + 80 SF+1 680 SF+ 480 SF 2 Sad SF Total

EA Temporary Metal Door And FrsmePaintsd with panic hardware, locksst,

threshold snd smoke seals. Remove after use.Quantity Unit Pnce Factor

Instagstlon 600 x $428.85 x 0.7310Doors fcr twnporwy portitlcns 6 total

{Beeline item 01 50 18 00-00M for addiliensl Information)

$1,880 94

Total

$1,880.94

Pric Proposal Detail - Category Page 2 of 259/21/2016

fortes pnupuaaf Dataii - Cake(fury Continuea..

Job Order Number: 042087.00Job Order Tide: DOC Campus Demolition-Division lli

Rsc¹ Cai Number

ICN20(30>-/kcsg

10 01 86 13 00-0003

Mod. IICkl Cescdptlon Line Total

31,500.68

Total

$I,M0.55

CY Moving Material Via Elevamr, Per CY Dt MalerlalQuantfly equals matwlel

volume. If mare than one elevator ls used, ths qusndly ia factored by themirnbix'f Imnsfsle,

Ouantgy t/n)< Price Factor

Instaflation 405.00 x 35.10 x 0.7310 =

Itandling asbestos leak tight containers fmm third floor via atevafor tc the first floor whwe gwdecoiitsminabon waste unfl wifl be staged lcr storage ot'eabesloa containers prior to loading for haul otf.

Each ticor Ie 21 675 sF x .125"(I/8 ) mlak asbestos tile = 2 735 cubic Feet cf tile / 2T = 102 CY x I 6 (Tileswag factor. Asbestos sbatsmsnt rules snd regulations rsqufrs ACM tflea not bo broken any further afterremoval fram floor to avoid releasing asbestos fibers ttmt are currently treppwi In the aea) 102 0Y x I 5163 Cubic Yards of tile ta be hauled from third (3rd) goer to flrat(lst) Floor.

ceiling Tile fogcws the same formula wnh me only difference being the ceiling tile ls .25'I/4 ) thick, 21,875SF x .25 (I/4 ) = 5 460 /27 = 202 0Y x I 5 (swafl factor) = 303 CY of ceiling tile to be hauled flom the third

(3rd) floor to Ihe bmt (lst) floor.

102 CY (floor flle) + 303 CY (Osfllng uls) 406 CY

Price Prcposaf Cetafl - Category Page 3 ot 250/21/2016

Price Proposal Derail - Ga(sgory Gonlinues..

Job Order Number:

Job Order Title:

042087.00DOC Campus Domo)i(ion-Division III

neer/ CSI Number

)Gbrsgory - AGM

INod. UOM Dsscdptlon Uns Total

11 01 66 19 00-0007

User Note

811,80140CY Handling Materiel For Over 125'er CY Of Matedsl Per 12EFor deirvary,

demolson or mlscaganecus nwving~rg)Lsd i)won(r,Quanfity unit price Factor Total

lrrslefleticn 4,O08.OO 84.03 x 0.7310 $11,801.40Handling asbestos leak-trght containers bum each floor (1st, 2nd, 3rd, 6 twsement) Io the decontaminstmn

waste unit staged on the first (I st) floor for storage of asbestos containers prior to loading for haul off.

{Excludes initial 125'f handling)

Material packsgad in the Division 3 VNngs viill ba brought to the temporary ebatomsnt partition staged at the

end of each wing.

South Wlngi Nfing ls 121'+ distance to hallway from abatement poli tlon le 29' distance to elevator ls 108'

258' 125'in/Sal) 18E of handling beyond Initlal 125'sr ikor to sdd one (I) additional length or125'orth

imng: VNng ls 121' dlstsrtca to hsflway fram sbstemant partition rs 29' distance to elevator is 18'

165' 125'nnab = 41'f handling beyond Initial 125'er floor to sdd one (1)additional length of125'aterial

must Ihsn be handled from elevator to waste deconlsmlnafion unit whwh is additional 133'o add

one (I) addrbonal length of 125'or the matarrai fram the trasement, 2nd, and 3nl flcomv

Totsf additional length (tc elevator) = 2 per floor x 3 floors = 6

Flcor srea for bclh wings is 8470 8F x.125"(I/O) thick asbestos tfle 1059 Cubic Fast of tile/27 40 CY

x 1,5 (Tile ewak faotor. Asbestos abatsmsnt rules end regulations require ACM lfles not be t>ruken arty

further after rwnovsl fram floor to avoid releasing asbestos fibers that are currently trapped in the tiles) 40 x

1.5 8O CYrdfile lo be hauled from wings x 3 floor 180 CY

180 CY x 6 Insences = 1,080 CY fcr ths wings

ceiling Tes forows Ihe same formulas as Ihe floor tfis with the digerenoe being ths sdcknsss of ihe material.

Csiflng tile is,25" (I/4 ) thick. 8 470 SF x.25" (I/4 ) thick tile 2116Cubic Fest of caging tile/27 78 CY xI:5 (swell racks) 117cY of calling Seto be hauled fram wings x 3 floors = 351 cY

351 CY x6 instances = 2 105 CY fcrlhe wings

For main porflon of Division 3 Each lloor gass wings) la 13,175SF x,125" (I/8") Ihick asbestos tile 1,640

Cubic Facto/tile/27 81 Cubic Yards (CY) ofibe tobe hauled fram each floor x 3 floors 183CY x15(Tge swell factor. Asbestos abatement rules end regulations require ACM tiles not bs broken any farther

after removal Irom lion r tc avoid releasing asbestos bbors ihsl sre currently trapped In Iha tfles) 183 CY x1,5 = 274 CY

Total distance beyond initial is 125'(To Storage) = 1 EA (Lengths of 125'eyond iniflst 125') x 274 CY = 274

CY

For main poitkm of Division 3:Caging Tile togows ths sama farmulas as ths floor Sle with ths difterence being

the thickness of the materiel, 18 125 SF x.25" (I/4 ) thick lira = 3 281 Cubic Feet ofosfling tile /27 121 cY

x 1.5 (swsfl factor) = I ti2 CY cf ceiling Ns to be hauled from each Soar x 3 floors .- 546 CY

Total dutanc beyond mitisl le: 125'To Storage) = 1 EA (Lengthen/ 128'eyond inltbl 125) x 546 CY = 548CY

Floor Tile: 1,050 CY 05/lngs) + 274 (Mein Portion of Division s) ~ 1,354 CY

Ceiling TileI'2,106 CY (Wings) + 545 (Main Porflon of Division 3) 2,652 CY

1,354 CY (Fbor Tile) + 2,852 CY (Ceiling Tfls) = 4,006 CY

Price Proposal Detail - Category Page 4 of 259/21/2018

Price Proposal Detail ~ Category Continues..

Job Order Humberf adZOay.OO

Job Order Title: DOC Campus Demolition-Division III

Race Cal Number

IDate(ionF-acM

12 01 74 19 00.0036

User Note

UOM Deaarlpfion

CYM Haugng On Paved Reads, First 15 Milan

Quantity Unit Price

Inatsfiation 41,485.00 x 80/64

4 Uoore lo bs abated.

Factor

0,73'Ie

Line Total

319,400.39

Total

810,400.50

Each Roar b 21 875 SF x,.12M (I/8 ) Ufick asbestcs lite = 2 735 Cubic Fest of tile /27 = 102 Cubic Yards

(CY) of tile to be hauled fram each Roor x 4 floors = 408 CY x 1.5(Tile swell fiictor. Asbestos abatamani

rules snd regulations require AC M tiles not bs broken any further after removal from llaw to avoid releasing

asbestos Rbars that era currently trapped In ths tfiss) 408 CY x Ir5 612 CY

812CYx15miles 9,180CYM

Ceiling Tile: Each ceiling is 21 875 5F x .25" (I/4') thick asbestos oaling tile = 5 468 Cubic Feat of tile / 27 =

202 Cubic Ymds (CY) of cat ~ig tile tobe hauled fram each floor x 4 Iloors = 608 CY x1 5 (swat fador) =

1,212 CY

1,212 CY x15miles = 18150CYM

Volurns of plpa inmiletlon up to 6"diameter to be hauled to designated land fit (3 14 x05u2) x 62 545 LF

49 091 DF/27 1,818CY/2 (removing volume to account for Isa clmle In ths renter of the Insulsfion where

theplpehsdbeen) sasxlfimilas=13,835CYM

Volume of pipe Inst/lotion greater than 8"diameter to be hauled to designated landfill = (3 14 x I'"2) x 540 LF= I 696 CF/27 = 63 CY/2 (removing volume to account for Ihe drde in ths center of the Insulation where the

Plea had been)= M,5 CY x 15 miles = 473 GYM

e,tag CYM+ ia,tfig+ (3,8SU CYM+ 473 CYM = 4(dse CYM

Price Propossl Detail - Category Page 5 cf 259/21/2016

Price Proposal Detail - Gsts(lory Continues..

Job Order Number: 042087.00Job order Tiurn DDC campus Dsmolition-Division III.

Rscs Csl Number

QDatsgor)y - AGUU

Ised. UOM Description Line Total

/3 01 74 19 00-0037 CYM Hauling On Paved Roads, Mlles Over Initial 15 Miles 829,705.84

User Nolsi

QuanUly

InstagaUon 86,758,004 Uoois to tm abated,

Unit Pries Factor Tolsf

x 80.42 x 5,7310 $29,706.64

Hauling beyond inbal 15 miles.

Each floor is 21675 8F x .125"(1/8) Ihiah asbestos tile = 2735 Cubic Feet of tile /27 102 Cublo Yards

(CY) of tgs to be hauled fram each goorx4 goors 406 CY x 1 5 (Tile swag factor, Asbestos abatementrules and rsgulsUons require ACM Utes not bs broken sny fuigier after removal from lkmrle avoid releasingasbestos flbs/s that are currently trapped in the tUss) 408 cYx ta 812 OY

612 0Y x 35 miss (miles beyond initial 15 to get to waste Managements countiyside LandliU irl Grayslake, IL)=21,420 CYM

Each cwling is 21 875 SF x.25" (I/4 ) thick asbestos ceUing lib = 5 469 Cubic Feet of tge /27 = 202 CubicYards (CY) of Unto be hauled fram each goer x 4 floors 808 CY x1,5 (Tgs swell famer. Asliestosabatement rules snd regulagons require ACM Utes not be broken mty lurther after mmoval from floor to avoid

releasing asbestos Ubers gist are owrently trapped In the tgss) 808 CY x 1,5 = 1,212CY1,212 cv x 35 mges (miles beyond inasl 15 to get to vvasts Mmisgsinants countrysba Landfgl In Grsyslske,IL) = 42,420 CYM

Volume of pipe insulation up to 8"diameter lo be hauled to deslgnslsd land 50 = (3.14x 0,5"2) x 62,545 LF =

49 097 CF/27 = 1 818 CY/2 (removing volume to account for the Greta in tha cantor of the insulation where

the pipe had bean) 909 OY x 35 (mges beyond inltiel15 to get to waste Managements countryside Lsndng

In Grsyslske, IL) = 31,818CYM

Volume of pipe msulation greater than 6"Ciamstsr to be hauled to designated land fill = (3.14x I "2)x 640 LF= 1 696 CF/27 = 63 CY/2 (removing volume to account for lhe cirde ln ths center of Ihe Insulation whale the

pipe had been)= 31.5x 35 mlles (miles beyond initial 15 to get to Waste Managements Countryside Landfi3 in

Grayslake, IL) 1,103GYM

21,420 CYM + 42 420 CYM 1 31,815CYM + 1,103CYM u 98758 CYM

Price Proposal OetsU- Category Papa 8 ol 259/21/201il

Price Proposal Oetait - Category Continues.,

Job Order Number: 042067.00Job Order Title: DOC Campus Domo)i(Ion-Oiy(Bion lli

Race CSI Nmnber

tptfor)f -ACllil

14 02 41 19 13-0282

laod. UQM Description Une Total

SF 6" Thmk Concrete Block Wall Cutouts, «24 SF

Quantity Unit Price

Instsgatlon 10,515.00 x $30.1DUser Note: selective culoul end removal of concrete block to access the ueay plpind

sstiestos,

$231,362,80

Factor Total

Di7310 $231,362.60covered weh insulation containing

Cutouts will bs made at Jdil Csa(s) lo muses the ACM pipe insulaaon feeding ths conbinaaon toilet/sinks m

saCk csg, cutout lobe 7'x 3'1 SF sech.180 cells x 21 SFeach 3,780 SF forlee ce5s,

Each floor hss rise'4 for ths utgitles that require cutout(s) to access ais AQM pipe Insulation snd Ihs Hvacducts covered in ACM insulation. I 5 cutouts per aoor, Cutiiullo lie vertical st 10'x 2 20 SF sech. 15cutoutsperaoorx20BF esch"-300SFperfloorx3 Floors=900 SFfortheii ers.

Each existing Bdure receiving water supply wli need to have iys own cutout to access aw ACM pipe

Insulation induding; sink(s), water fountain(s), snd shower(s). Each fixture to receive cutout 4' 5'0 Sl-

por fliitiiie,

Showers:14IFloor 10FA,2nd Fleer=8EA,3rd Floor 8EA; Total 24 showersWashroom Sinks: 1st Floor 14 EA, 2nd Floor 8 EA, 3rd Floor 17 EA; Total 39westuoom sinks

Kitchen Sinks: 1st Floor = 2 EA, Total 2 kitchen slnlm

Combination SnkfrcDets (ce3 units): 1st Floor = 60 EA, 2nd Floor = 80 EA, 3rd Floor = 60 EA; Total = 180combination dnkeoilsls

JanitorclosetUITiay sinks: 1 st Floor =2 EA,2nd Floor =1 EA,3n! Floor= 1 EA; Tmal =4)snitore closet ubaty

sinks

Laundry room washing machines: let Floor 2 EA, 2nd Floor 2 EA, 3rd Floor 2 EA; Total 8 laundry

room washing machines

Total fixtures = 24+ 39+ 2+ 180+4+ 8 ~ 255 Total x 20 SF each 5100 SF,

Additional cutoum will need to be made to access the ACM pipe insulation ior the leterao distributing the

ufility feeds around each floor. Cutouts vra bs (7' 3' 21 SF) spaced between the rixtunw 21 SF x 35cutouts = 735 SF for lslerels

15 02 82 00 00-0004

18 Dt 82 00 00-0004

3780 SF+900SF+610DSF+735SF=10615SFTotsl

Cut out slze delsrmlned by sccesslb8ity requirements for mesne and methods of sbstemsnt contractor,

$415.16

Total

St(S.IS

EA Up To 100 LF, Up To 6"Diameter Pipe fnsulatkm, Asbestos Abatement And 31,383,85oeel

Qusntiiy Unit Price Fsotor Total

Instshetion 1.00 x $1,893.09 x 0,7310 $1,363.65User Note Abate up toe" diameter pips Irlsulstlon containing asbestos The following locations have insulated pips(s)

containing ssbestosi bathroom(s), kitchen(sl, Break room(s), basement, hagway(s), chase walls, laundry

room(s), mechanical room(s), Cs3ing(s), water fountain,'si, etc.,Existing insulalml ualities. hot water, cold water, lo pressure steam, msdiuin presswe steam, high pressuresteam, high pumure condensate, conchnsste pump dischwge, chiaod water, etu

0037 EA For work In Restricted Working Space, Add

Quantity Unit Price Factor

InstaDstlon 1.00 x $587.93 x 0.7310Ussr Nots: Uslitiss aie localedin mechanical rooms, chase walls, and risers constituting 9 conaned spaces

Price Proposal Detail- Category Page 7 of 269/21/2016

Price Proposal Detaii - Category Continues..

Job Order Number. 042067.00gob Cider Tale: DOC Campus Demolition-Division iil

Race 08t Number

/Category -ACM

17 02 82 00 00-0000

Nod. UDM thumdptlcn Llris Total

Ussr trots

364,797.95LI- »2,500 LF, Up To 6" Diameter Pipe Insuiation, Asbestos Aoatement And

fasposa i

Quantity Unit Prlre Factor Total

Installation 7,024,DD x 812,52 x 0.731D $64,797.95Abate asbestos pipe fnsulaticn for pipes connected tc the fclkmlng fixtures; showem, washroom sinks,

kitchen sinks, combination sink/toilets (calf units), janitor NosstulTidy sink, laundry room washing machines,

atc,): Each nxture hss ppe connections (hot water, cold water, and return) with 3 fittings per connection to

branch pipe run, Each fiwng = 1 LF (per item nate): Hot snd void water pipes x 3 fltNngs each = S LF offltUngs to be abated per fixture,

showers: 1st Floor 10 EA, 2nd Floor = 8 EA, 3rd Floor 8 EA; Total 24 showers

Washroom 6lnks: 1st Floor = 14 EA, 2nd Boor = 6 EA, 3rd Boor 17 EA; Total = 39 washroom sinks

Idtchen Sinks: 1st Floor = 2 EA; Total = 2 knchen sinks

combination sinklyoUete (cali units): 1st Floor 50 EA, 2nd Roor ec EA, 3rd Floor eD EA; Total 180combination sink/toilets

Janitor cfoset Utilay sinks. 1st Floor = PEA, 2nd Floor = 1 EA, 3rd Floor = I EA; Total = 4 janitors closet usity

sinks

Laundry room washing machines: 1st Floor = 2 EA, 2nd Fioor 2 EA, 3rd Floor = 2 EA; Totsi = 8 laundry

room wasiiing ma/dunes

Tolsl Nxtures 24+ 39+ 2+ 180 f 4+ 6 255 Totsl x S 765 LF

Division 3 branch pipe runs and risers la feed the 1st, 2nd, and 3rd floors snd distribute the pipe runs to ttie

fixtures = 6,359 LF

18 02 820D 00.00D8

19 02 82 00 00-0010

20 02 62 DD 00-0010

0037

user Note

0037

765 LF (Fixtures) + 6,369 I.F (Srsncli plpinp) = 7,124 LF - 100 LF 7,024 I,F

I.F For Work In Restricted Working Space, Add 819,459.02

Quantity Unit Price*

Factor Total

Instsllstirin 7,024.0D M 8379 x 0.7310 = $19,459.92

Piping and N6ngs covered with asbeske contaminated pipe Nsuhtion aro located within the wage and in

narrow/dilficult lo access locations. The walls must be selecUvely dernoed to access pipes and fitilnrds

which then requires abatement workers to remove the material within Ihe wall. The area's behind the walls

end In narrow comdors are s restricted working specs.

EA Up To 75 LF, >0'iameter Pipe In suiatlon, Asbestos Abatsmsnt And Disposal 81,478.11

Quantity Unit Price Factor Total

Installation 1.00 x 32,019.30 x 0.7310 = $1,476.11Insulated utiay pipe fissrs and main branch pipes in Uis basement in need of ebatemenk (Existing Insulated

utilibes: high pressure steam, high pressure oondensste, condensate pump ducharge, chaed water, etr,.)

EA For Work In Restdotsd Workinp Space, Add 8442i 83

Quantity j/nit Price Factor Tati/i

Installation 1.00 x 8606 79 x 0.7310 $442.83Piping and gangs rxwered with asbestos contaminated pipe insutaUcn ere located within the walls and in

nerrow/dlfficuit lo access locations: The wall must be selecthely damned to access pipes and fittings

which then requires abatemsnt workers lo remove the rneledal within the wall, The area's behind the wuslls

snd in narrow corndors are a resfncted wodcng space.

Price Proposal Detail - Category Page 8 ot 259/21/2016

Price Propoaai Detail - Cata((OCI Continues..

Job Order Numben

Job Order Titie.

042087.00DDC Campus Dsmolition-Divis)on ill

22 02 82 00 00.0012

02 8200 00-D053

24 02 82 00 00-0058

25 02 82 OD 00-0086

Rsca Csl Number

[Cstegor)i - ACS5

21 02 82 00 00-0012

User Note

Ussr Note

Ussr Nots

User Nnts

User Nots

UOM Oeseription Lfns Total

$29,148;61

$8,748L43

EA Up To S SF, Single Layer Or First Of Multiple Layers, Non-Friable, Floor tge Or

Lhofmrm, Asbestos Abatement And Disposal

Quantity Unit Prim Factor

tnstabsticn 1.OO x $315.52 x 0.7310Abate floor tile containing asbestos, Inldsl 3 SF, (Ses Item 02 82 00 00 DOSS Ibr sddNcnal Infarmatlon)

BF»10000 SF, Single Layer or Firat Of Multiple Layers, Non Prleble, Floor Tile Or

Unoleum, Asbsstcs Abslsnwnt And Diana al

Quantity Unit PriceFactor'netssstion

73,857.00 x $252 x 0,7310 =

Abate asbestos contaminated floor lite an 1st, 2nd, and 3rd Iloars and basement.

Bouth Wing: 125' SN 4,375 SFNorth yung.'2N x 35' 4,S76 SFMein Building: 175'x 75'3,126 SFTotst 4,375 + 4,375 + 13,175= 21,875 SFThree {3)Floors x 21 875 SF Each = 65 625 SF + 7 736 BF (Basement) = 73 3S0 SF Minus initial 3 SF (SeItem 02 82 00 IX>0058) = 73,357 SF

EA Up Ta1D LF, Wall Base And Mastic, Asbestos Abatement And Disposal

Quantity Unit Price Factor

Instagatlon 1 J)0 $31552 x II,7010Abate wali bene containing asbestos. (See Item 02 82 00 0$0070 for additional information)

$230.65

Total

$230.65

$135,132i40

Total

$135.132.40

$230,65

Total

$230.55

LF «250 To 600 LF, >5"To 12"Diameter Pipe Insulation, Asbestos Abatement And

O)sooeel

Quansty Unit Price Factor'otalfnstallstlon 2,026,00 x $10,69 x 0.7310 $29,(4S.SIUtgitiss pipe atdngs, runs and connacaons in tha bassmeni induding the main utility runs (high pressure

steam, high pressure condensate, condensate pump discharge, chilled water, etc.) = 2,100 LF - 75 LF (saeitem 02 fl2 00 00-0010) = 2,026 LF Tafal

LF For Wom ir, Restricted Wwkhg Space, Add

Qusnsty Unit Pace Factor

Installation 202600 x SS,91 x 0,7310 =

Uuitiss in ths basement and wale are locaiad in restricted woddng space(s)

28 02 S2 00 00-0070

user Nots

LF

y

installation 16,932.00 xAbets asbestos conlnrmnated tloor cove base:

$1.27 x 0,73'IO

>2,500 LI-, Wall Bass And Mastic, Asbestos Abetemsnt And Disposal

Quantlt Unit Price Factor

$15,719.16

Total

$15,7(9.10

Cell units fn wings: Each cell unit has 43 LF of cove bass lo abate, Inure are 80 uiiits per Occri 43 LF x 60units x 3 Noors 7,740 LF at cove tuse In oss units to be ebeled.

Outside of each set of cell units there is a viewing window area Ihsl allows guards to check on inmates,

this ai ee lies 12 LF of cove base to be abated, 80 cegs with I viewing area per 2 cell unas = SD viewing

arses per floor x 12 LF x 3 Scars = I 080 LF of cove bass to be abated in viewing areas,

1st floor pnrtltlan walls (nct including the eel units) 2,887 LF

2nd floor perblion walls (not including the cell units) = 2,43D LF

3rd floor paratian wafle (not induding the cell units) = 3,015 LF

7740LF+1080LF+2687+2430LF+3016LF 16932LFTolai

Price Propassl Dstag ~ Cntogcry Page 9 of 259/21/2015

Price Proposal Detail - Catsgor)f Contlnuee..

Job Order Number: 042067.00dob Order Tide: DDC Campus Dsmoiition-Division III

Rect'I CSI

Nut>diat'Catat)or)F-ACM

27 02 82 00 000094

Mod. UOM Descdpgon

Usm «ot

EA Up To 110SF, >5"Average Thickness, Built-Up Ter And Felt Roofing, Asbestos

Atmlemen And Dlsoosalo

Quantity Unit Price Psdor

Instsgstlon 1.00 x S74S.17 x 0.7310Abate roofing canlaining asbestos. The square footage of roof le:

First Wing: 125' 35' 4 375 SFSecond Wing: 125' 35' 4 375 SFMain Building: 175x 75' 13,125 SFTotal: 4,375+ 4,175+ 13,125 21,875 SF

Livia Total

8546.91

Total

$546.91

28 02 8200 00-0099

20 02 82 00 00-0145

User Nots

SF >20000 SF, >5" Average Thkkness, BuSt Up Ter And Felt Roofing, Asbestos

Abatement And Disposal

Quantity Unit Price Factor

Installation 21,765,00 $2.72 x 0.7310 =

Abate roofing matsnals containing asbestos The square footage of roof is.

First Wing: 125' 35' 4,375 SFSecond imng: 125'x 35',376 SFMainaulldlns175'x75'8125SFToteh 4,375+ 4,375+ 13,125 21,875 SF mirlue Initial 110SF = 21,758 SF Total

EA >20 EA, 30" To 36" Fire Door, Asbestos Abatement And Disposal

343,275>78

Tats l

$43,275.76

$13,008,25

30 0282000th0185

Sf 02820000-0166

Ussr Note

Ussr Nolo

User Note

Quantity Unit Price Factor Total

Installation 04.00 x $189 31 x 0.7310 $13,008.25

Abatement of existing fire door excluding cell doors 94 doors on the 1st, 2nd, 3nl, and basement levels,

30" to 36" to bs abated

EA Up To 3 6I-) Caging Tile Induding Glue Removal, Asbestos AbstemsntAnd $89(.93

Disposal

Quanrly Unit Price Faotor Total

Installation 1.00 x $946.55 0.7310 = fi691.93

Abate ceiling Sle (irmludlng giuo) containing asbestos. The mmsrs footage of one (1)iker ls:

First Wing: 125' 35',376 SFSecond imng: 125' 35 4,975 SFMein Building: 175'x 75'3,126 SFTotal: 4 37S + 4 37S + 13 125 >- 21 876 SFThree (3) Floors x 21,875 SF Each = 65.625 SF + 7,735 SF = 73,3eg 5F - 3 6F = 73,35'7 sF

SF Over 2500 Sf Ceiling Tile $169,451.74

Quantity Unit price Factor Total

Installation /3,357.00 x $3,18 x 0.7310 $169,451.74

Abele caging tile Secluding glue) containing asbestos. Ths squme footage of one (I) floor ls.

First Wing. 125'x 35',S78 SFSecond Wing: 125' 35' 4,375 SFMain Building: 175' 75' 13,125SFTotal: 4,375+ 4,375+ 13,125= 21,875 SFThree (3) Floors x 21,875 SF Each = e5,825 SF + 7,735 SF (Basement) = 73,360 SF Minus Initial 3 SF =

73,357 SF

32 020200000171

User Nots

EA Up To 3 LF, Non.prisbleAsbestos Or PCB Contaminated Caulking, Asbestos

Atetmnent And Dlkmossl

Cluantity Unit Price Fact>!r

Installation 100 x $946.55 x 0,7310 =

Abate Interior asbestos caulkmg st sech window. 180 cells x 5 LF (per window) = 900 LF.Additional

windows = 521 LF. 720 LF+ 521 LF = 1421 LF total windows.

Doors SI 5 LF

1,421 LF f 315 LF 1,736 LF

Total

$691.33

$891.93

Price Proposal Detail - Category Pago 10 of 259irn2016

Price Proposal Data jl - Category Continues

Job Order Number:

Job Order Title:

042057.00DOC Campus DsmolitionJ9)v(sion III

Nsce CSI

Nieidlai'Catagof)/-AC55

33 02 82 00 00-0173

mod. UCM Description

LF 501 To2500LFAsbastosoaulklng, Non-FriableAsbsstos

Lme Total

311,188,05

Quantity Unit Price Factor Tens l

Insfsgatlon 1,73EBO 88.83 x 0:7310 $11,186.05User Nate: Ahem interior asbestos caulklng st sech window. 180 cells x 5 LF (per window) 900 LF. Additional

windows = 521 LFv 720 LF + 521 LF = 1,421 LF total viindows,

Doors = 315LF

1,421 LF + 315 LF = 1.736LF - 3 LF = 1733 LF

02 82 00 00-0176 EA Up To 3 LF, Non Friable Asbestos Exlaiior csusmg, Aabestoe AbetementAnd

Disposal

Quantity Unit Price Fmlor

InstaBation 1.00 3948,55 x 0.7310

User Nate: Abate exterior asbestos caulking at each window. 130 csBs x 5 LF (per window) = 900 LF. Additional

windows = 521 LF. 720 L F + 521 LF = 1,421 LF total windows

Doors = 315LF

1,421 LF + 315 LF 1,738 LF

3691.93

Total

$691.93

36 ly/8200004)178 LF Cver2500 LF Asbestos Caulklng, Non.Fdoble Asbestos

Quantity UBTIP rice Factor

InstaBatlon 1,733.00 $7.57 3 0.7310

Abets exterior asbestos caulking at each window. 180 cells x 5 LF (per window) 900 LF. AddiTional

windows 521 LF„720 LF+ 521 LF 1,421 LF total windows

Doors = 315 LF

1,421 LF r 315 IF= 1,736 LF-3 LF= 1,733 LF

sg,sse.ss

Total

$9,589.55

02 39 00 00.0003 SF 1/2" Plywood For Solid iwls5an Barrier 34,647.70

Quantity Uiih Price Factor Total

Instaustion 2,300.00 x 3281 x 0,7310 $4,647.70

Plywood harder irwtsged st various focasons on each floor lo separate tiie demolition of division 3 from ths

tunnel connedlng lo division 10, the guard post connecting diviiion 17, and the main pomon of division 3from ths smaller wing portions.

Plywood bsrrfsr InstaBsd at various locations on each Boor tc separate tha abaiemsnt sdivltles In the mein

porson of Dhslon 3 fram ths demolbon of Division 8 wings.

Each floor to recshm I barrier tha wldlh of ihe Vdngs .- 354 The height of the bamer b 8'er floor: 35' 6'

280 SF x 3 Floors = 840 SF per wing.

2 Wings x 840 SF each = 1,630 SF

Plywood barrier (with door, see item 01 56 18 00-0040) Instsfad in the tunnel that connsds Division 3 to

Divlslon 10 ta prmmnt conterninetion ofete tunnel leading to tsvlslon 10 Tunnel is 12'x 1(r 120 SF

Plywood barrier (with door, see Item 01 58 16 00-0040) instsBsd st the guard post connacgng Division 17 to

the mein porbon of Division 3 to prevent contamination of Divison 17 dunng absiemant of Division 3.WBBwsy

is 10' 6' -80 SF

Plyiilood barrier (whh door, see line ilenl 01 56 18 00-0040) itista5ed ori cacti floor iri the hallway adjacent to

lhe stair/elevators access to prevenl unauthorized people from entering ihe sbstemenl work xone. Esi;h

hsBwsy opening is In tha main corridor at Ihe elevator/stalrwe0 access 15'wide) xB'tasl 120 SF x 4

score 480 SF

120 SF + 80 SF + 1 680 SF + 460 SF = 2 360 SF Total

Price Proposaf Detail- Category Page 11 of259/21/2016

Price Proposal Detail - Category Continues..

Job Order Number: 042007.00Job Order Tlue: OOC Campus Dsmoiition-Division III

Roc¹ Csl Number

LOstsgoyy - ACM

37 02890DOD-DOIG

28 02 89 00 DO-0017

29 02 89 00 00.0017

Iaod. UCM Qescdption Line Total

Ussr Hots

SF 6 ISIPlsslic Anti Static And Fire And Flame Retwdsnt Sheeting, App3ed To

Quantity Unit Price Factor

Installation 21,875.00 x $0.53 x 0.7310Apply plastic sheeting to the entire goor ares in the bssomant during abatement of ths pipe Insulation

covering the pipes that run thrcughcut basement The total square footsgo is 21,875 SF.Each wing 129x35' 4 375 SFx 2 wings = 8 750 SF + Main building portion: 175' 75' 13 125 SF5,750 SF + IS,125 SF = 21,875 SF Total

$8,475,03

Total

$8,475.03

SF

SF 6 Mil PlasgcAnti Static And Fire And Flame Retsrdant Sheeting, Applied To

Wage, Hszmst Conlslnmeni Construction

Quantity Uiiit Price Factor

Installation 2,280,00 x 30,88 0.7310Ussr Note: Plastic sheathing placed at plywcod barrier Installed at various locations ori osch floor to separate the

demolitlon ofdhrision 3 from ihs tunnel connecting to division 10, the guard post connecting division 17, and

the main porgon of division 3 from the smaller wing porilons,

$1,13S34

Total

$1,133.34

8 Mil Plostlc Anti Static And Fire And Flalne Retardant Sheeting, Applied To $20,988.82

Walls. Haxmat Contslnmenl Construction

Qusngty Urilt P'rice Factor Total

Instsgation 42,184,00 x $0.88 x 02310 = $20,903.32User Note: Plesho Sheagng applied to ail interior wage for asbestos floodng snd ceiling abatement acgvities. All walls

sre to be covmed to prevent contsmma8on of we gs and utilily chases prior to structure demolition,

Interior wall surfaoss. 5,273LF interior wag x 8'T tsg 42,184 SF of sheeting required to cover walls.

Plastic shee5ng instagad In hallways as e as pe retien

Darner

betnnmn demolltlon Phases.

Barrier placed in ths tunnel lo prevent mmismina8on oi ths tunnel leading to division 10 during abatement of

the pipe insubuon and acorlng in Ihe basement and mechanical room. Tunnel is I2 x 10' 12D sF

Burner placed at guard past to prevent ernie mination of division 17 during abate ment of division 3, Hatvray

is 10' 5' 80 SFBarrier placed between ths wing portions end the main poitlon of division 3 to separate Ihe abatement

occurring in ths main portion of the bugdlng from Ihe demolilkm of Ihe wlngt.

vyings are 95'ide where they connect to the main portion af the building, Height of plywood barrier ls8'sr

floor 35'x 8'80 SF x 3 Floors 840 SF per wing.

2 Wings x 84D SF each = 1,880 SF

Plsstio barrier irwtated an each goor in the tisgwsy adjacent to Ihs stsir/elevators, Each habway opening is

in the main confdor st the elevalorlslalnveg access = 15'wide) x 8'tali) = 120 SF x 4 fkmrs = 480 SF

40 02 89 00 00-0018

41 02 89 00 OIL0020

120 SF + 1,860 SF + 400 SF = 2,280 SF Total

SF 6 Mil PlasticAnti Static And Fke And Flame Retardant Sheeting, Applied To $ 1 3,91 'I AI4

CeiTings, Hszmst Containment Cnnstruction

Queiittiy Unit price 'actor 'otal

Installation 21,875.0D x $0.87 x 0,7310 Sf 3,9(tsdUser Nolo: Apply plastic sheeting to the ceilings in the basementduringdenmlition of the pipe insulation covering ths

utlDties that run from ihe mslrlielllity runs to the mechanical mwn. Total square footage is 21,675

EA ponsble Personnel Decontamination Wash Facigly (3 Btsge)includes ocnnection 31,305.50

to negative sir system.Qusiitlly Unit Price Factor Total

Instagation 3.00 x 3595.21 x 0.7310 = $1,305,30

UssvNate: Provide porsonnel detcntsnninatton wash fscgitles for each phsse of sbalamenL Wash fadlity consists of

olssn morn, shower room and e equipment room,

Division 3 wgl have 3 pheses, 1 for each wing snd I tor the main building portion 3 Wash Fecllitiss Total

Price Proposal Ceiwl .Categom Page 12 of 25gl21/2016

Price Proposal D stall - CategoryContinue

a�..Job Order Number;

Job Order Title:

042067.00DOC Campus Demolition-Division III

Ross 081 Number

LCStegory - ACIi/I

42 02 S9 00 00-0021

Nod. UOIIS Description Line Totsf

EA Panes/e Waste Decontamination Unillncludss connemion to negative air $1,112,87systela.

Quantity Unit Price Factor Tol/a

In ate gation 4,00 x INBO,BO x D.731D $1,112.87User Note: AU waste and equipment exiting ths work area must pass thmugh 8 waste docontemlnaUon system prior to

hsing removed hem Bits. External sui/ones at asbestos waste containom aro wipod dawn prior to storage

and fuiure trans/w Into dumpster snd/or truck for haul off to approved disposal fadsly.

Provide 1 portable waste deccnteminefien snit per Uoor to be abated. Division 3 has 4 flem lo be abated x 1

unit epqh = 4 total

Subtotal for Cststyoty ~ ACBB

~CstbBory- Chicken Coop

43 01 222000-0008

44 tn 22 2S 00-0612

HR carpsntsrFor tasks not included in<he construdlon Task catalogs and as $2,049.G1

Quantity Unit Price Factor Total

Installation a2100 x $8RB2 x 0,7810 $2,049.61

Carpenters to dismantle and prepare and stage chicken ooop for removal from work zone. 2 carpenters for

Sdsys 2x16hr S2hre

DAY 20 To 25 Ton Lift Hydraugc Crane With Full-Time Operator

Ulwr Not/I

$2,121,84

Total

$2,121.64Quantity Un,t Pnce Factor

installation 2.00 x $1,451.33 x 0,731D =

User Note: Crane rsqukud for loading chicken coop onto truck for removal from wom zone,

45 Ot 2223000086

40 01 71 13 00-0005

DAY 8-02 Ton Cspadty, 16'ed, 4 x 2 Flat Bed Truck yi/ilh Fug.Time Truck Driver

Quantity Urdl Pi'ice F8ctor

Installation 1.00 $812 16 z 0.7310User Nots: Truck required for hauling chicken coop wkhin DOC campus Io designated storage anus

FA Up To 20 Ton Lift Move On/0/f Cost, Truck Mouraad Cranelncludss delivery snd

Ilicku0,

SBSS.BO

Total

$593.89

$206,03

Quantlb Onlt Price

InstaUSUon 1.00 $2SI.BB xUser Nota Move on/off rxwll'or crane required to move Ihe chicken coop,

FBctoi'.731DTotal

$206.03

Buhtotal for Cstsgofy - ChickenCoop.'pstaftory- Concrete

47 01 22 23 00-0248

User Nots

WK 3 To S-3/4 CY Hydraulic Excavator With FOU-Time Operator $13,480.89

Quarltlly Unit Price Factor Total

Instsgason 2.0D x $9,220.92 x D.7310 $13,480.99Excavator ratukrd for digging out fhs faotings for the concrete fooungs being installed tor Ihe bulkheads. 5bulkheads x 2 days preparation each = 2 weeks of excavator rental,

48 01 74 19 00-0019 MO Rampless Concrete WashmnBinlncludss dsgvsry.

Quantity Unit Price Factor

Instetallon 1.00 x $8Nl,tla 0 7310

Ussr Nots; Washout bin for concrots to bo placed after damoUUon rif Divbion 3 wlngs.

$292.15

Total

$292.15

49 02 41 19 13-0007 LF sawcul Rod Roinforosd Concrete Slab Up To 4" Depth 1489,74

Quantity Unit Pncs Factol'otal(nstsgation 135.00 x $4.76 x 0731D = $4M,74

User Nots: 5awcut basement reinforced concistedsb for instaUat/nn of the bulkhesil footings. ExlsUng slab is 136 LF

P/ics Proposal Detail- Category Pago 13 or 259/21/201G

Pgice Proposal Detail - Category Continues..

Job Order Number;

Job Order Title:

042087.00DCC Campus Dsmo9(ion 43ivislon lll

Roue CSI Number Skxk UOM Deecdpgon Line Trust

~Cstegnty:- Concrete

50 0241 19 13-0007 0030

Uem Note

For Each Additimial Pass (DepBi To 3"),Add

Quahtiti'nit Price

InstaSation IS6.00 x $1183

AddiBonsl pass to get to 7" slab depth,

$180,59

Fsrtor Total

0,7310 $180.59

5'/ 02 41 19 13-0202

User Note

$8,779.02

Total

$8,779.02

IN TRPDiarratar Drilling In Concrete Par inch Ofoepm

Qiiu/itity Unit Piles Factor

Installation 4,170.00 x $2,83 ir 0.7310Or0ling Into mdsang concrete found aSon walls for lnslsSation of the rsbar.

5 bulkheade wlth 2 sides to receive rsbar = 10 wale st 10'ell each. Rober to bs placed at 10"spacing with

2 Pieces of rebar each of Ihs 10"

12 wall /,83'1 17) = 14 spaces x 2 pieces of rebar each = 28 dml locations x 10 instances = 280 locations

to drill for rebsr. Depth of drli0ng par loca9on = 12 (half of Sw 24'ong rebor)

230 locations x12 each = 3,360 IN

Also need to drsl and provide rsbsr in Ihe footing,135'of footings with rober inutsged every 1'35locatiwis to drill rebar Into footing. Depth of drlling ~ 6" Each x 135 locations 810 IN

52 312514104I013

83 32 01 95 00 0044

user Nots

User Note

3,300 IN + 810 IN 4,170 IN

$926.32

$3,486.99

Total

$3,466.99

SY Enfoimr Double Not Eroskm Control BlanketAs manufactured by American

Excelsior.

Quantity Unit Price Factor Total

instaSstlon 720.00 x $1./8 x 0.7310 $926.32Blsrtket to cover concrete bulkhead ws8s Ior winter curing of the concrete. I 35 LF of wall 12'ell I,B20SF /9 130 SY4 Layers requked to provide enough Insulsuon to maintain hmt to continue heat of hydration and properly

cure concrete =720 SY

LB REINFORCEMENT BARS, EPOXY COATED (CCDOTBH)

Quantity Unit Pnce Factor

InstaSstlon 1,420,00 x $3.34 x 0.7310Reinforcement bars for tie In to existing mnersts foundation walls. 37 rebar (7/5") 2,044 Ibs/ft

136 each 1'ong mlnforcement bars provided for Instsletion into thefootings. 13E x 2.044 lbs/ft 278 LBS280 each 2'ong reinforcement bare provided for Install into me existing walls = 580'x 2044 liix/0 1,144I.BS

84 32 11 23 16.0008

85 3211 23 18-0003

User Nate

0012

278 LBS + 1,144 LBS = 1,420 L68

SF 8"Crushed Aggregate Bess Coursevuuv

Qualdlty Unit Price

IneteSation 381.00 SIN3Stone base for phrrament of concrete bulkheads, 135 LF

footings. 135'gar = 351 SfFar Up To 1,000, Add $105.20

Total

$105.20Qua/ttlty

361.00

Unit PriceFrictoi'netaSatlon

$041 x 0.7310

$388.91

Factor Total

x 0.7310 $366.91of bulkheads to be placed vrilh 2.6'32")wide

56 323213000010Ussr NOlsi

LF 8'igh With Bass, 17."Thick Reinforced 366,588.93

User Mots

Quantity Unit Pries Factor Total

Installation 202,00 x $450 32 x 0.7310 $G6,568.98Provide bulkheads at basement founda0on wall to ccnneol end complete the foundation wail openings:

70'wings)+85'(mechanicairoom) 15912'xisting foundaSon walls will be matched wsh 12'ulkheads, 8' 1.5(factor), 135' 1.5(height

sdlustmerlt) . 202 LP

Price Proposal Detail - Category Page 14 of 259I21/2018

Price Proposal Detail - Cgtalyoryf Continues..

Job Or tier Number:

Job Order Title:

042087.00DOC Campus Damolitlon-Division III

Rseo CSI Number Mod. UOM

Subtotal for Catgtyurr,- Conarets:

[CatsfJolyf - Demolition

57 01 22 20 00.0015 HR

nsscrlptloii Line Tetal

$84,838,88

53 01 2220 00-0015

59 01 22 20 00-0015

user Nots

user Note

Ussr Nate

LaborerFor tasks not inauded in the constructkm Teak cstslogo end ss 313,500,11directed.b owner only.

Quailtity Urilt Price Factar Tatal

Installation 240.00 x Sre.oe 0.7310 = $13,500.11Laborer using hase to spread water for dust control, 60 days x 4 hours per dey = 240 howr

HR Lsborerl-cr tasks nct Inrduded in thc Construckon Task Cstelcga and as $4,50O.O4

directed Iiy owrler o(1I!i,

Quanaly Unit Price Factor

Instabatlon 80'ioo x $78.95 x 0.7310Crete for laborer lo watch/open & close temporary construcgrm gales during haul off cfdemolished

metelfsL

I laborer et temporary ccnstructiorl gale lar x 4 hours per day for haul off x 2ii days of haul off = 80 hours

HR LeborerFor tasks not Includml In the Gonstruogon Task catslogo and asdlrecesd tly OWner Only.

Clusntity Llnit Price Factor Total

Inslsffstion 460.00 x $76.95 x 0.7310 $27,000.22Laborer required for general dean up, upkeep cf fenang and security measures as required for 30 days x 8hours per day = 480 hours

Total

$4,500.04

80 01 22 20 00-0050 HR Flagperson Fcr Traffic Control $40,50Q,32

User Nate

Quaririty unit price Factor Total

Insteretlon rgo.oo Sre.oe Q,7310 = $40,500.32Laborer required for flagging ss required to maintain safe workzons Ibroo days x 8 tours per day 480hours

2 laborers to monitor and clean the perimeter of the work zona snd entrance gates each day. Performed to

ensure no items ere left out and picked up by anybody besides construction workem„2 hours per dey for

00 days = 120 hours x 2 laborers = 240 hours

81 01 2223 004179

User Note

480 hrs + 240 hrs ~ 720 hre,

Mo 2,400 LB capacity, 72" wide. skid.steer Loader (Bobcati with Full-Time

Operalar

Quantity Unit Price Factor

Instalation 2,00 x $17,420.00 x 0.7310I Bobcat required for site clean up on 1st, 2nd, snd 3rd floors.

'823,'479.74

Tourt

$25,470.74

37 01 22 23 00-0182

I Bobcat for general site pick irp and cleaning for the duration of the demolition around the bugdlngs.

2 bobcats total ?months

MO Hydrsurc Hammer Atmchmsnl For Skid-Steer Loaders 31,05813

83 01 22 23 00.0260

new Note

Ussr Nate

Quantity Unit Price Factor Tobri

Installation 1,00 x $1,447.31 x 0.7310 = $1,058.13Hydraulic hammer attachment ter botxwt to break down \he demolished materials far kwd cut and haul off to

Isndag, required for duration ofdsmof leon.

MO 4 To 5-3/4 CY Hydraulc Excavator With Fug-Time operator $82,041.18

Qusnrity Unit Price Fetter Total

Inetaf lotion 3,00 x $37,410.48 x 0.7310 = $82,041.18Excavators requhed for the selective demolition of burdingix 3 excavators required forms duration cfdemolition. 2 standard excsvatora for demolition of ths lower 2 floors snd 1 excavator wah long boom, Lang

boom required lo access the 3rd 5oor in arder to cerefury remove materials and prevent damage to the

bppeme pt suuctura

Price Propasal Detail Category Page 15 of 259/21i2013

Price Proposal Detail - Catsgolt/ Continues..

Job Order Number: 042087.00dob order Title: DOC Campus Dsmolition-Division III

Reca CSINumbor

LCatggorf/- Demolition

fi4 Dl 22 23 00-0253

Nmd. UOM Dsscdptlon

Thumbs Or Grapple Attachment Fcr Hydraulic Excsvatom

Line Tctsl

-II$2,125,10

66 01 22 23 00-0262

User Nob!

User Note

QUSOSI/ Unit Price Factor

lnslagetlon 3,00 x $989.04 x 0l7310

Thumbs/grapple attachment for high reach excavator end 2 standard axcsvstors. Thumbs/grapple

attachments required Iii greb and remove debris from each of ihe top 3 stories ln order lo avoid dropping

material onto ihe existing basement to nmwin.

MO 3,000 Ft-Lb Hydraulic Hammer AttachmentFor Hydraulic Excsvators $4,480.43

Quantity Unit Price Factor Total

Inetsgatlon 1,00 x ss,tggrta x D.7310 $4,480,43Hydraulic hsmme elleohment for I excavator required to break and demotsh existing tmilding fcr haul off

66 01 "223 00-0270

67 01 22 23 00.062S

User Nme

WK 48"CcmpactionyyheslAaachmentFor l-lydraugcExcavatcrs

ausnSty uilit PliCS Factor

Inststelion 2.00 x $1,05343 x 0.7310Compaction wheal required lo compam stone back53 placed st in tlw basements of Divisios 3 wings.

WK 70 To i'5 Ton Lift HydreuDc arena Wgh FOS.Time Operetar

$1,M0.70

Total

$1,540.70

$8,888I92

68 01 22 23 00-0753

60 01 2223 00-0812

7D 01 22 2S 00-0815

71 01 2223 00-0878

72 01 22 23 00-0907

User Note

User Nota

User Note

ussr Nom

QusnSty Unit Price Facto/ Total

Installation I 00 x $9,421.23 x 0.7310 $0,886.92Crane required to lilt hot>cat onta sara Soor to move dcrnoluhsd materials to ths edges of the building. 3floors + roof =4 mans ghs over I month of damn tiion,

MO 132,000 GPH, 6" Discharge,90'aximum Heed, Hydraulic Submersible Pump $3,314,70

Quan5ty Unit Pries Factor Total

Instagstlon 4,00 x $1,133,82 x 0,7310 $3,314.70Water pump for dewstsring to remain on sge for the duration of the demolition work 4 pumps at I month

sech.

MO 4 Inside Diameter, 50'ength, Discharge Hose With Couplings $5,729.17

Quantity Unit Price F8CICI Total

InstaSstion 39.00 x $200.95 x 0.7310 $5,729.17Hoss for distribution of water for dust mnlml, 300'oving In 8 straight gns to ihs furthest point from water

source + 350'o get around building and equipment tc opposite sides of the bugding 650'f hose/50'engths13eachx 3 months = 39 MO.

MO 6" Inskls Diameter, 50'ength, Dischsrg* Hnss With Couplings 317,175.93

Quantity Unit Price Factor Total

Instelladon 72.0O x 3326 34 x 0.7310 = $17,175,93

Discharge hose for discharge pumps, 250'traight 5ns to point of discharge + 200'o run hoses around Ihs

equipment and away from demottion ectmies 460' 4 pumps 1,800'f dischsrgs hase /50'engths 3eCadi x 2 months ol rontal = 72 MO

MO 6,000 Gallon Portsbls Dcuble Wall Fuel 0 I Tank Rental $4,524.89

Quantity unit price Factor Total

InatsDstion SKID x $8 190 00 8 07310 = $4,524.89Portable fuel oif tank required lo hold fuel supply for the temporary specs heaters required to heat the

pesemspt,

WK 18 CY Beer Dump Truck With Fuii-Time Truck Ddver SS,729.31

Qusiltay Unit Price Fnctor Total

insteDetion 1,00 x $5,101,58 x 0.7310 $3,729.31Hsui off stone haul rond es required in me work zona, 463'ong x 20'ide 9260 SFx @4'epth = 3145CF /27 118CY/I 8 CY = 7 loaded bucks.

Price Proposal Detail- Category I ega 15 or 259/21/2016

Price Proposal Dstaii - Category Continues..

Job Order Number: 042087.00Job Order Title: DOC Campus Dsrilciition-Division III

Rscg Call(umber

ICategory - Demolition

73 01 22 23 00-0919

Mod. UOM Description Line Total

MO 3,700 To 4,000 Gallon Water Truck Vl/ith Full-Time Operator $12,71925

Quantity Unit Price Factor Total

Installation 1,00 x 817,388.18 x 0.7310 $12,719.2$User Note Water truck required to supply water for dust control during demolition activities. Demolil'mn activities to last

for I month = I month duration,

at st as co-0004

16 01 31 33 00-0004

76 01 71 13 00-0002

User Nots

user Nate:

Quantity Unit Prlco Pector Total

Inshsllslion 8,00 x seer..sr 0.7310 $5,658.89This line item is required specifically because of ths security requhements at this Coak County facility. This

line item is to account for additiorurl deNy security requirements required fcr working at Ihe Department ofCorrections induding entering end having the facility daily, moving debris, tools, equipment snd materials

fmm inside scarred arse to working eras and out to public roadways daily end inspecgmr procedures esrequired. Downame of I hour psr msn per day. Drivers required to operate the heavy duty dump trucks, thstlat beds for delivery of equipment, materials, eta, 10 Operators x 20 days 200 days x I/2 hour 100hours totaL 3 p!mmn craw x 4 hours 12; 100 total hours /12 = 8.3- 6 EA

$294.33EA Equipment Delivery, Pickup, Mobilization And DemobiTizatlon Using A Rosback

Flatbed Trucklncludas delivery of equipment, oN loading on site, rigging,

dismantling, loading and trsnsponing away, For equipment such ss trenrnera,

sudwtaer loaders (bobcats), industnsl warehouse forklifls, sweepers, scissm

plstmrm lifts, telescoping end snlculstlng boom msnlifls whh up to 40'oomtenglhs, stc,

Quantity

Installation 2,00Mobilize demohTion equipment. 2 bobcats.

wr srUnit Price Factor Total

$201.32 0.7310 = $294.33

EA Mfnlmum Labor Cost, 3 Person Crew Size $2,121.33

Quantity Unit Price Factor Tataf

Installation 300 x $967.32 x 0,7310 $2,121.33This Ifne Item is mqulmd specifically because of the securily requirements at Ibis Cook County fschily. Title

line Item is to amount Ibr additional deify seourity requirements mquhud for working st the Deparhnent of

Corrections indudlng entering and leaving tha fee lity daffy, moving tools, equipment and maten ale from

secured eras to working area daily and tool and materiel list procedures as required. Dovmtime of I/2 hour

per men per day Operators required to aperats ths heavy duly dsmolriron equrpmenL 4 Operators x 20 days= 60 days x I I2 hour = 40 ilours tote(. 3 atxhqtf cmw x 4 hours = 12; 40 hours total /12 =3 33 - 3 FA

EA Minimum Labor Cost, 3 Parson Crew Size $5,656r89

77 01 71 13 00-0{/03 EA Equipment Delivery, Pickup, Mobikzation And Demobilization using A Tnmlor

TrsNer With Up To ea Bedlrmludee delivery of equipment, off loeding an she,

rkasng, dismsntllnll, loading and transporting sway. For equipment such asbutldozers, motor scrapers, hydraulic sxosvators, grsdalfe, road graders,

loads/utarkhoes, heavy duly canstructlon loaders, hectors, psvers, mNers,

brkhpr frnlshers, straight mast construction forulfls, telescoping bocm rough

lerrein construction forklilts, lelsecoprrlg and arNcumfing boon/ manliffs with

>sty brlorlt ierlgals, stc.Quentiiy unit Fries Fact//I

Installation 3,00 x $402.63 x 0.7310Mobilize demolition equipment, 2 standard exnsvalors, one excavator with high reach erm,

Total

$882.97

$662.97

re ot rt ts 00.00os

User Nolo

EA ro To I OO Ton Lift Move On/Off Cast, Truck Mounted Crenelncludss delivety $2,571.26

Quantity Ur/It Pf ce Festal'otalinstallation 4.00 x $679„37 0.7310 = $2,571.28Mobilize snd dmnobilze crone 4 times In order to move bobcat frail tloor to floor (eee Nem 01 22 23 00-01T9for additional fnfomrationi

Prioe Proposal Detail- Category Page t7 ot259/21/2016

Prioe Proposa) Detail - Category Continues,.

Job Order Number: 042057.00gob Order Tiom DOC Campus Dsmoiition-Division III

Rect CSI Number Idod.

ICatagory'- Demoiition

79 OI 71 13 00-0003

User Nots

80 01 74 13 00-0002

Ussr Nots

8f 01 74 18 00-0003

Ussr Nots

82 01 74 19 00-0015

Usw Note

83 01 74 19 00-0026

Description Line Total

EA 70 To 100Ton Lift Move DOIDO cost, Truck Mounted Crenel ndudes deivery $642.82iind pldtup,

Qusnsty Unit Prita Factor Total

InsteOetlon 1.00 x 3879.37 x O,T310 $542.82Mobilize and demobaize crane as required tc access iho Roof lop equipment end remove fcr proper disposalof equipment prior to demoktlon cf msla jktbdjng structure. 1 tnebilizsiionidemobgrzrdork

CSF Chan MisceOanecus Swfeces, Wipe Down With MOd Detergent 36,520.78

Quantity Unit Prloe Factor Total

Instssstion 461roo x 319I36 x 0,7310 $5,520.78Clean all walls and surfaces In bassmenl atter dsmoston acllvses work le complete. I 989'f wall surface xI 0'igh = 19,890SF13,125 SF foolprmt x 2 (flocr and ceiahg) = 26,250 SF19,890 + 26,250 SF = 46,140 SF = 461 CSF,

M SF Sweep Parking Lot, With Skeet Sweeper 379,475,53

Quantity Unit Price Factor Total

InstsOation e,33EOO x $17.18 x 017310 $79,478.53Provide strrmwwesptng to dean up Ow haul route through sts DDC campus ss reilulred Io keep the dobrisfrom sccumumbng on the pavement. Pmvrds slrsetsweeper fcr 30 days.30 Days x 4 heurs x I )IPI I (5280'sr nnle) x 10'idth = 8 336 MSF

EA 20CY Dumpster (3 Ton) 'Construction Dsbridlncktdes delivery of dumpster, $5,092.15rental cost, pick up cast hmdng, and die po eel lbs. Non hszsrdoim rnetedsl.

Quantity Unit Price Factor TOIS I

Instsgstion 15.00 x $46440 x 0,7310 $5,092.tsCsnsraf debris collection and disposal end haul cff, mlsceganeous Items tc be disposed cl beycnd domolition

scope iiema I dumpster per week x15 weeks = 15 dumpsters

CY Diopx)8ConcreteAtRecyding Center 32,183.13

84 01 74 19 00-0028

86 Of 74 19 004I036

Ussr Nota

User Note

Factor

Quantity Unit Price Factor Telal

I nsteOetion 275.00 31O:Oe x 0,7310 $2,183.13Drop off concrete at rooydlng conlsr. 2nd Ooor slab anti 3rd floor slab: Each slab .28 thick x 21,876 SFparflocr 3,718GFK2slabs 7,4$$ CFI27 2?5GY

CY Tradbcnal Building Construcdcn Materials Land00 Dump Fee $44,310.53

Q imiitl ly Unit Price Factor Total

instsOetion 4,192.00 $14.46 x 0.7310 = $44,310.53Drop off tradlaonal construction dobro st lendfifl, Excludes floors slabs to be demooshed. 1,397 cy per floor

x33ccrs 4192CY

CYM Hauting Dn Paved Roads, First 15 MOSS $204,875.32

Quantity Unit Price Total

Instaflsticn 437,490.00 x $0.64 x 0,7310 $204,ST5.323 floors to be demolished

86 0241 16 13-0015 mcOtlcri $184,039,30

Factor Total

0,7310 = $184,039.30

Division 3 footprint 21 075 6F x 38'height 787 600 CF I27 29166 CY x15 mlles=437 400 CYia

CCF By Machine, Mascnty Construction SuOdlng De

Quanflly Unit Price

Installation 7,875.00 $31„97Demolish Dwbian 3 following abatement scope of work,

Division 3 footprint = 21,875 SFDivision 3 Height =

36'beya

$F xoe'-Tar boo cp

Price Proposal Delafl .Category Page 'l8 of 25SI202010

isr)as PrnpOSSI Dstsil - Cstegnr)/ COntinuee.;

Job Order Number: 042087.00dob Order Tttie: DOC Campus Dsfno)iaon-Div)s)on III

Rac¹ CSI Number

,ICNt00or)f -

Demo iiti on

87 024118130015

66 02411613-0020

ISod. UOI/I Description Line Total

001D For Volume Of Arse Within 15'o An Ad/scent 8uilding, Add $6D,732,39

Quantity UriUPrice' "factor

InstafiaUon 7,876.00 x $10.55 x 07310 $60,732.39veer Nota Adlacent to Division 17 which is to remain misct until aoatemsnt scape of work is campleted. Adjacent to

eXlating Maacnry Wea tO remain in PlaCe far SeCurity PurPOSearAbOVS eXiSting baaement IO remain WhiCh

requires vwy careful demolition to avoid dropping large porUons of Ihe existing stnmlura which could fall

through Uie exisUng floors and into Ihe basement/tunnels.

CCF Somng Of Material Dsbrb For Recycang Prior To Hsufing Ofi $23,013 15

Quangty Vna Pica Femur Total

Instagatlon 3,837.0D x $949 x 0.7310 $23,813,15Ussr Nots.'orting of I/2 ail demolished building rnatensfs pnor to hauling snd dispossf. 21 875 SF x 96' 787 500 CF /2

= 383,75D CF

89 0241 1613-0035

Ussr Note

90 0241 1913-0009

User Note

0241 19 13-0009 0030

User Note

Total

$5,685.83

SF 12"Thick Rminforcad Connate Foundation Wafi Demofitlon $12,027.73

Quantity Unit Price Factor Total

InslaUstlon 1 {Os OO x $14.85 x a,7310- $12,027.73Dsmogtfon of Divisian 3 foundations under ths 2 wings. 4 foundatton wafis st 121'ong x 2'elow grade998 SF2 ends of foundation wsas st35'wldex2'bfxow grade = 140 sF969 + 'I 40 = 1,103SF

LF Saw Cut Rod Reinforced Concrete Walls up To 4 Depth $4,819.19

Quantity Unit Price Factor Total

Inslafisfion 554.00 x 911.90 x 0.7310 $4,819.19Sswcut foundation wsfis of Uis win{le form/novel to 2'elow grade. Weas are {21'ong x 4 wells

464'alls

are 35'ide x 2 end walls =70'64'

70' 554'r sewcutting

LF For Eaoh Addi!ional Pass D)epth To 3"),Add $5,68884

Quantity Unit Price Factor

Instaaa5on 1,062,00 x $4,68 x 0,7310Walls srs12" thick-4" (Initial pass) = 8" remaining 3 additional passes,664 x 3 "1,882'nit

Price Feclor

user Note;

Iiisialistioii 554.00 x $-1.IU x 0,7310

0241 1a 13-aaag 0031 LF For>250, Deduct

Quanfity

-$469.77

Talal

$-469.77

93 024119130010 LF Saw Cut In Streets, Concrete And Asphalt Vp To 4" Depth $5,30Z.75

User Note

Quantity Unit Price Factor Total

installation 3,374.00 x $2.15 x 0,7310 $5,302.75Sawcut firsl Uoor slab for the vxngs, 121'ong with sawcul plaoed every 5' 24 sswculs al 39 (widfh ofslat>) = 84035'ide with smvrut pfaced every 5' smvcuts at 121'ength of ~leb)

847'40

LF + 047 LF 1,687 LF X 2 Slaba 3,374 LP

04 02 41 19 13.0010 0031

user Note:

For>250 DadunLF

Quantity

Installation 3,374,00

unit Price Factor

x $-0.19 0.7310

Total

$-468.61

-$46ILBI

Price Proposal Detail - Category Page 19of 259/21/2018

Prius Proposal Detail - Category Continues..

Job Order Number: 042087.00Job Order Tale: DOC Campus Demo)it)on-Division lli

Rec«OSI Number

Category.- Demolition

95 02 41 19 13-0019

96 0241 19 13-0343

97 31 05 16 00-0009

98 31 23 36 00-0051

09 32 11 26 19.0002

User Note

User Nots

US4f Note

User Rote

TON Grads And Compact Beckfgl/ Undercut Fgi (»1 000 Tcn)includes spreading, $11,883.10shaping, rough grsdine, ccmpselcn, md weterfng et Impeded or stockpiled

malarial by machine.

Quantity Unit Price Fsdor

Instagetion 8,787.00 x $1 35 x 0.7310Compact 4 923 CY of bacldill, 1 cubic yards nf compacted baddu = 3 570 Ibs/CY

4923 CY x 3570 Ibs/CY -" 17675110Ibs /2000 Ibs/TN = 8787 Tons to bs compacted.

CY Bituminous 6tsbilized Base CoureeS/4" ASTM 033. m,149.88

Qmntity Unit Price Factor Total

Inslegetlon 'f18.00 x $60,73 x 0.7310 $5,149.56stone hr haul road as required in the wmk zone. 463'ong x 217 wide = 9 260 sF x.34'epth = s 143 OF /

27» 118CY

Total

$11,883.10

UOM Description Une Total

I.F »I" To 1-1/2" Thick, Tech Cut Steel Plate

Quantity Unit Prlos Factor

InstsgsSon 40,00 x $8.42 0.7310 $24S.20Tcrcii cut beams connecting the wing secSons lo the main porlian of the building to prevent damage to themain portion of Ihs building which is to be demolished In the fctmidng phase.1st, 2nd, 3rd, snd roof lies 5 hearne each x 4 instances = 20 beams to be torch cut x 1 faot each = 20 LF x 2wing sections -- 40 LF

CF Elevated Concrete Beemfstab/Steps Removal, Reinforced $59,249.30

Quantity Unit Price Factor 7olsl

Installation 7,4M,00 x $1090 x 0:7310 $59,249.30Demolish exislieu elevated concrete slabs for ihs 2nd nnd 3rd goors. Each slab =,1T thick x 21,375 SF pertioor = 3,713CF x 2 slabs = 7,436 CF

CY «7 Slane Aggregate Fill (1/2'To «4) 397,345.19

Quanfity Unit Price Factor Total

Instagstlon 4,e26.00 $27.0S x 0.7310 $97,345.19Bsckfll basements of the wings that were demolhhed. 121'ong wings x 35'ide each 4 235 SF x 2

wings = S 470 SF x12'epth 101 a40 CF /27 3 764 CY ofbacktg,Using the sGordian back30 CTC calculation for Gravel (Average)i Ccmpeded = 3570, Loose = 27303570/2730 = 1.308CY

3,764 CY x 1.308=4,923 CY Total

8ubtofsl for Category - Demogtlon:

fcatsgoly - ECSC

100 31 25 14 23.0030 EA 10' t5'oncslamerit Fgter Bag

$3,080,09t.52

SSSS.95

101 31 25 14 26-0008

Quantity Unit Price Factor

Installation 4.00 $189.45 x 0.7310User mns: Filter bags for water PumPe PumPing wahr as required, 4 PumPs = 4 begs

LF 3'igh mlt Fence with Stakes st 4'n Center

Totbl

$553.95

$1,418.79

102 31 2514 28-0013

QiwfiSU Unit Prim Factor Total

Instagetlon 83300 x $2.33 x 0'7310 $1,418.79User Nobr. Provide silt fence as required for emslon controi/sedlment controL Install along perimeter st work zone

le lowing the exhfing fence end tempmwy fence = 252'outh+ 145'ast + 265'ona+ 141'est =833'F

Silt Dike Bs mar iniith Stakes $598.84

Quantity Unit Pncs Factor Tohl

Inetagation 320 00 x FESS x 0.731(i $598.84User Note Provide sgt dike barriers ss required hr amnion oonkol/sediment control. Blsteg Install 10'crig silt dike

barriers with stakos at 32 loostlons = 320 LF

Prim, Proposal Detail - Cntegou Page 20 cf 259/21/2016

Price Proposal Detail - Category Continues..

Job Order Number: 042057.00Job Order Tftb: DOC Campus Dsrnolition-Division ill

Rect 081 Number

ICsbsgpry - ECSC

103 31 2514 26-0020

'fde 33 01 30 42-0004

Mod. uOM Dmcriptfor Line Total

User Note

Usor Note

LF 20'ediment Loll $4,085,56

Quantity I)nit Price Factor Telel

Instagagon dec.ag x $12.16 x G,T310 $4,085.56sediment logs pwoed aa mqulred (or erosion conlrolrsedlmenl control to prevent. Inslaa 10'ong sedimentlogs at 23 Irxmgons = 230 LF x 2 instances (m'plgrce'qitoe) = 460

EA Clean Out Debris From Entrance To inlet Structum $1,752,65

Quantity Unit Price Factor Tmal

Inetsgation 12,00 x $198,80 0.7310 $1,752.65Clean out erosion control sm! Imenl control Inlet 8lter begs every two weeks as requlmd to maintain clean

inlets.

Subtotal for Cstsgofy - ECSC:

ICatttgoly- Environmental Eng, Services

105 01 22 19 00-0002 EA

$$;40$,76

$20,000.00

User Note

Reimbursable Fess Reimburse bio Fess will be pau to the contraotor for eaglble

coals. The bass coat oi the Reimbursable Fee Is $1.00;Insert ths applcpriate

quanny to adjust ths base cost to Ihs scwsf Reimbumable Fes (e.g, quentay of125 812500 Rsfmbursabfe Fes). If there ammuafple Relmburssbls Fees, gst

each one separately snd add a comment In the "nole" block to identify the

Relmbursabls Fee (ag, sidewalk closure, road cut, variou perinhs, extended

wan antes, expedited shipping costs, etc ),A raspy of each receipt shag besubmmed with the Price Pmposet

Quantity Unit Price Factor Total

Instsgetion 20,000 00 x $1.00 x 1.0000 ~ $20,000.00Provide environmental engineering swvlces te generate HAZMAT assessment report for abatement scopeof work,

Subtntai for Catbgofy - Environments! Eng. Services

ICategory - Pencibg

108 01 56 25 00-0105

fcy 01 56 26 00-0105

Factor Total

x 0.7310 $65.13Unit Price

x 844,55

Ussr Note:

$20,000.00

EA 4'Wrds, 10'igh, Tsmpomry Chain Link Fence Gets, x12 To 18 Months $465.89

Quantity Unit Price Factor Total

Instaaatlon 2.00 x $318.53 x 0.7310 = $465.69User Nots: One gate plsmd stesch locetion were lamporary fende was installed, one for the west side end one for the

north side,

0053 EA Far Shade Cloth, Add $65.13

Quanuty

Installation 2,00

108 01 56 26 00-0109

fgg 01 562600-0108

User Nate

0057 $182S4

Total

$(62.84Factor

EA 20'ude, 10'iglu Temporary Chain Link Fence Gals, >12 To 18 Months $559,17

Quenlity Unit Price Factor'omlInstaaation 1.00 $77tLB2 x 0.7310 = $569.17Ons vehicle access gate placed al are west temporary fence for haul trucks snd consbudlon equipment

access to work sorts.

EA For Shads Cloth, Add

Quarrfay Unit Price

Instaaahon 1.00 $222.76 x 0.7310

Price Proposal Detail- Category Page21 of259/2112016

Price Proposal Detail - C99egory Continues..

Job Order Number; 042087.00dob Order Tatm DOC Campus Dsmcligon-Division III

Recs Csl Number

Cntegpr)y - Fencing

110 02411913-0142

User Note

UOIB Description

EA Dri82" Diameter Core In UP To 2" Asnhalt

Quantity Unit Pres Factor

Installation 44raa x 8252M x 0.7310Dril cores for inatsgatlcn of fares posts. 320 LF cf fence win posts spaced 8' 40 EA + 4 corner posts =

44 EA

Llae Total

$827.00

Totrtl

$827.90

111 0241 1913-0144

Ussr Note

EA Dn$ 4" Diameter Core In Up To 2" Asphalt $176.84

Qusntitv Unit Price Factor Total

Inrtsgation 6.00 x $40.32 x 0.7310 $176.84Core hole In asphalt for plscsmenlof4" diameter man gatelvehlde gate posts 2 posts per gate 6 holes

112 32 31 13 00-0128

113 3231 1300.0128

114 32 31 1300-0128

User Non

0163

0168

User Ncn

LF 12'alvanized chain Link Fence, 9 Gauge coiled spring Mesh, Top And Boaom

Rails, 21/2" Line Post At 10'n Center, n Comer PretQuantity I)nit Price Fadcr

Installation 320.00 x $3843 x 0,7310Provide fence to be pieced on the west sus and north sids of Divinion 3 to isolate work zme from theargscent bugdings to tha West snd Cermsk Hospital to the North.

230 LF IWsst) + 80 LF INarn) 320 LF

Fore Gauge Fabric, Add

Quantily unit Pace Factor

Installation 633.00 x $648 x 0,7310Fsbrm fcr dust mntrcl, placed on fence provided on fence and existing fence.

For Posts 8'n Centers, Add

Qusntillr Unit Prior Factor

Installation 320.00 x $2.14 0.7310 =

Posts Installed on 8'enters,

Total

$8,989.55

83,945.82

Total

$3,945.82

'8aa.3e'otal

$500.59

I 15 32 31 1300-at!21

User Note

LF so" Diameter, 9"on center Galvanrzad Concertina IRazor) Wire, AtiachTo

Every 3rd Barb On To 1NChaln Link Fence, Per LF Ot FenceQuantity'nit Prim Factor

Instsflstioh 320.00 x $15.20 x 0.7310corlmrlins wire placed atop Ihe fenae isee Item 32 31 13 atx01 28)

$3,665,88

Total

$3,555.58

Subtotal for Catag~e,

igabrgdi)f - HAZMAT

116 02841600-0002

Fencing: $29,gggH1

il

$3,26143EA Remove TscAExempl pcs And NcnpcB Belfast Fram A Demolished Fixture

Far Rscycfrlg

Quant8y Unit Pdce Factor Total

Instagatian 880Ala x se.78 0.7310 $3,261A3Remove and disposal ot fluorescent light bsgasts, 660 total.

117 02843300-0006

user Note

EA Removal And Dispossl of Svxtch, PCB

Qrrantity Umt Pnce

Installstlort I a.aa x $1,645.36 X

Remove snd dispose of mercury switches = 10 EA

Factor

0.7310

$12,027.51

Total

$12,027.51

Subtotal for Cabigoitf

~CafegoDf.xLead

118 02 83 19 13-0082

HAZIIIIAT:

EA Demolish >2'x 4'ight Fixtures, Less Contaminated Material

Quantity Unit Price Factor

Installation 345.00 lr 8S5.98 0.7310 "User Note: Demogsh and renmve existing mntsmlneted 0ght fixtures: Common ares/non.cs0 rooms 120 EA

, bhsltwsys 45 EA + cea aghts 180 EA = 315 Fixtures

$$$,28$.94

$21,678.68

Total

$21,678,68

Price Proposal Detail - Category Page 22 of 259121/2016

Price Proposal Detail ~ Category Continues:.

Job Order Number,

Job Order Title:

Reed CSINumber

jCstegor)f.- Lead

119 02831913-0099

042087.00DDC Campus Demolition-Division III

alod. UOIS Descnptlon

EA Demolish Doois, Lead Contaminated Material

Quantity Unit Price Fiictor

lnstsgatlon boo x $87.54 x O,?31O =

ussr Nate: Demogsh lead contaminated doors, s total (see item 02 8319130100for Frame dsmoason)

Line Total

$394.97

Total

$394.97

120 02 83 '19 13-0100 LF Demolish Door And Window Tnm Or Frames, Lead Contaminated Matwia( $287.72

Quantity Una Pncs Fsctoi'otalInstagstion 192.00 $2,05 x oi7310 = $287.72

ussr Note: Demolsh lead ccnumlnswd door frenie (sea aem 02 83 19 13oogg for door dsmoSlion). Each door frame lsS'ell snd 4'wide 12 LF total sech x 8 doors = I e2 LF

121 028319130107 EA Demolish Hinges, Lead Contaminated Material $132,25.

122 02 8319 134)128 $12,793,79

Total

$12,793.79

Quantity Uliit Price Factor Total

Instaaation 24,00 $7,64 x 0,?310 $132.28User Notm Demolish lead contaminated door hinges, itiras (3) hinges per door x 8 doors = 24 EA (see item 02 63 19

13-0089 for door demoation)

LF Oemo0sh Metal Rs8ing And Posts, Lead Contaminated Materiel

Qusnety Unit Price Factor

Insta9adon 1,933.00 x $927 x 0.7310 =

user Nots; Dernolsh lead contaminated railings located in the stairwells.

Rage Faoh stairwell hss 4 rails at 15'ang per flight of stars. Each aoor has 2 flights of shire each,3 Rails x15' 2 flights x 4 soors = 380 LF perslairweg x 4 stairwells 1,440 LF of rails.

Posts: Each 10ght has 4 posts x N5's0.,Each floor hsa 2 Sights of stairs each. 4 posts x 3,5' 2 flights x 4floors ~ 112 LF x par statrweg x 4 slalrws53 448 LF of postsI 440 LF ra93+ 446 LF posts I 688 LF

Subtotal for Ca(Sgoryt- Lead:

|Cstsgpr)t- No Category input$35,287.44

s tlbtotsl for Catsgot3r .No Cstagory IIIput1

ICNtsgor)f - Relocate Generator$158,278.20

.I

I'nce Propcwal Detail - Category Page 23 of 25gi21/2016

Price Proposal Detail - CSNNjory Continues..

Job Order Number: 042087.00Job Order TBM: DOC Campus Demolition-DivlSlon III

Race CSI Number UOM Description Line Total

Cnt'egory - Relocate GeneratorL126 01 22 20 00.0033

User Note

MR Suuctural steel worlierForhwks not included In the construction Task 81,22D.T2

wvr~.. maltTotal

Inatsgetlon 18.00 x 8105.14 x 0.7310 $'1.229.722 certlSed riggers required for rigging the generator to bs moved from the south side of division 3 within ths

campus. Skuckual steel workers are cm5fied to rig loads that weigh se much ss the ganwntor. 2 riggersrequired to perform rlggiilg for I day at 8 hours each = 18 hours;

'/27 01 2223 DD-0627

User Mots

DAY 70 To 75 Ton Lift Ilydreulic Crena With Full Time Operator

Quantity Unit Price Factor

Inatatsgon 1.00 x N,347.61 x 0.7310 =

Crane required to lift generator tc the south of dwis ion 3 onto tnmk for move and then ta remove thegensmtor et its storage location within ms campus.

81,716,10

Tohtl

$1,716.10

128 01 71 '13 00-0006

User Note

EA 70 To 100 Ton Lift Move OniOII Cost, Truck Mouriteu Crsnelncludev delivery 3642,82end plcliiip.

Quantitv Unit Price Facur Total

Inelagatlon 1.00 x 8879.37 x 0.7310 $642.82Move onfc fr cost for crane required 10 load the generator laceted la ttie south of gte bugding

Subtotal for gate 0~-Relocate Generator:

igsbvgor)f wsjgngge

129 01 58 13 00.0021 EA

Instsgstlon

Demogtion

Quantity

1.001.00

unit Prlos

8226.73 xN4.18 x

Fricioi',7310

0.7310

E24 To 32 SF, Full Color Design, Non Refiectorizad, hlDO Plywood Sign

$3,588.64

3182,67

Tofu(

$165.01817.8e

User Note: provide one sign to display permits, pre)an information, workers rights, EEC inlbrmsgan, and additional

information as required to comply wilb federal and state requirements. Remove sign at completicn of project

Subtotsl for Cntsgc r)r -Slgnngs:

lcBtsgor)f - 805 jEorlng

130 01 45 23 00.0020

$182,67

131 01 45 23 00-0027

'IN D2 32 13 00.0005

User Note

User Note

ussr Note

IEA Consolidation, Soll Borings Laboratory Test 82,S93,36

QuantitV Ulilt Priuv Factor'otalInstsgaticn BOO x 3409.28 x 0.7310 = $2,393.35Test soil borings to determine consoadalion cf the soil. Required tc obtain variable for calculation(s) required

to calculate the weuht of equipmonnnelerial that can bo an the sail adjacent to the buildings duririg

dsmoiiuon adhrldes.

EA Laboratory Psrmeabgily, Soll Borings Laboratory Test N,836.81

Total

$2,836.81

Diusnthy Unit Price Pactor

Instsgation 8.00 x 3485,00 0:73'I0l.eb testing per nuulatons tc assess scg borings nnd detemiins permeebgiiy of the sML

Required to obtain variable for canulagon(s) required to determine the weight of equi pmenymate rial that canbe on the soil adjacent to ths buildings duikig demogtlon ar1lvltlrw anil nct damage Ihe sxis6ng sub structure.

LF 4" Diameter Cased Borings In Earth, Wlgl Samples 84,502ige

Quantity Unit Priice Factor'otalInstagution 150.00 x 336.78 x 0.7310 $4,302.96Obtain soil baring samples adjacent to each building to ensure soil is capable of supporeng the demo

equipment and bucks. Soll borings will be 20'mp cacti x 8 se1 borings =: 1BD LF tohl

Subtotal for Cntsgpftf - Sog goring:

I$bgsgoe- SU86(ej)ig$9,533rt2

Price Proposal Detag- Categcn Page 24 of 250/2 1/201 6

Price Proposal Detail - Cstegmy Continues..

Job Order Number: 042067.00Job Ordor Title: DOC Campus Demolition-Division ill

Recs Csf Number Nod

~Category -. 8ufvey)ng

133 01 71 23 18-0006

Ussr Nots

UDM Desadptton Line Total

3IACR Sunmy Highly Developed Areas, Sidewalks, Elcelera ( 65N Bugdings) $8,>52.08

Quantity Unit Price Factor Total

lnstalletfon 2,00 x $4,481.57 x 0,7310 $6,552.06Survoyor required to psdorm surveykr9 prior to demo litton, snd Rslowing demolition to document elevsfion offirst floor slab and footprint of the building. 2 instances x 1 acres each = 2 acresThis is not Included in the rVE services.

Subtotal for ca)ago'ry *gufdeytngl

'lg(atsgory - Tree Removal

134 01 74 19 00-0029 CY Trees, Stumps And Brush, Lend88 Dump I"ee

;$82)52.06'I

$127,18

user tuuo:

Qtrsnllu Unit Pure

Instsgation 10.00 x $17.40 xLandfill dump fee for drsposal of exlssng tress to bc demolished.

Factor

0.7310 =Taut

$127.16

135 31 13 1300-0006

User Note

Utlll Price

$1,505.91 x

EA»24" To 36" D,B,H„(Diamstm At Breast Haighg Tres Ramovegncludas culgng up

iree. chipping snd loading.

Qusngty Factor

Instagstlon 4,00 x 0.7310Remove exis8ng trees >24" to 36" diometarv

$4,403.28

Total

$4,403.28

f36 31 131300.0028

User Note

EA Slump Grinding >24" To 2T Tree

Qusrttru Unit Price

lnstsgeilon 4.00 x $20888Grind stumps for twas removed >24" to 27" tree.

Factor

0.73rd

$61O.18

Total

$610,18

137 31 13 13 00.0028 0021 For 24" Depth, Add

Qusnthy

Insta8alron 4.00Ussr Note: Remove to lower lhsn 24" dopth.

Unit Pnce

$41.74 x

Factor

0.7310 =Total

$122.05

$1 22r05

Subtotal for Category - Tree Removal;.

Proposal Total

$8,262.70

82,811,688.18

This proposal total rapresonts the correct total for ths propasal. Any discrepancy beuveen line totals,

sub-totals and the proposal total ls due to rounding of the 8ns louis and ub-totalls

The Percent of NPP on this Proposal: 6.06%

Price Propasal Detarl - Category Page 25 of 259/21/2018

Cook County

~yegg g g Department of Planning & Policy

P 69 W Washington

Chicago, IL 60602

Cook County Office of Planning 8 Policy

Work Order Number: 042067.00

Job Order Contract

Contractor: F.H. Psschen, S.N,,Nielsen 8 Assodstes LLC

Dote: 09 September 2016

Work Order Title: DOC Campus Demolffon-Division III

.prsieetscope status". lj presmhmiy CJ Revised jttj Final

08/01/201S

Pollowinp Is Ihe coops of work for Ihs shove Prolsct Numbw. At reqviremsnts nemwssry to sccomptsh the vmrk Iesks set forth below chen beconsidered pert of this scope of work.

This project will be completed in 3 phases, Phase I - Abatement and demolition Phase II - Weatherprooffng Phase III-Tunnel Development Scope of Work —Division III Abatement ~ Provide engineering and architectural seNices required toevaluate existing conditions and create drawings as required to complete demolition and abatement scope of workr ~ Provideenvironmental engineering services as required to provide assessment report for the materials to be abated. ~ ProvideIndependent oversight for abatement scope of work tc ensure compliance with sll applicable guidelines and regulations, ~

Provide selective demolition as required to expose all materials to be abated prior to demolition (pipe insuiabon, caulk, ductinsulation, mastic, etc.). ~ Abate and properly dispose of sll contaminated materials inc/uding; floor tile & mastic, pipeinsulation, pipe insulation elbows/fittings/valves, interior/exterior window caulk/glaze, 1'x1'etal ceiling tile ilit paper aboveceiling, and fire rated doors. ~ Properly remove snd dispose of ths following materials; Suorescent light tubes and high

intensity bulbs, PCB ballasts, PCB electrical transformers/switch gears/oircuit breakers, PCB-Contaminated transformers

(Prior 1979), PGB containing hydraulic fluid equipment (lift elevators/corn psctors), mercury switches/regulators (tirealarms/thermoststs), refrigerant/cFc (refrigerators/freezersfwater coolers) and chimney soot ~ Provide testing sndmonitoring services dtlring abatement activities ss required per code. ~ Provide temporary barriers in the basement/tunnel

during abatement activities to separate work zones. ~ Provide temporary (3 phase} decontamination areas for wash off anddecontamination when entering end leaving the abatement work zone. ~ All work to be completed during regular businesshours (7:00AM thru 3:30PM) Monday thru Ftidsy. Scope of Work —Division III Demolition ~ Provide engineering andarchitectural services required to evaluate existing conditions and create drawings as required to complete demolition andabatement scope of work, ~ Provide gso-technical soll boring analysis to evaluate the existing soll conditions as required tocomplete the demolition scope. ~ Provide for surveying services upon completion of demolition. ~ Acquiring City of ChicagoDemolition Permit. ~ Provide temporary fence as required to separate construction work zone from the pedestrian sndvehicular traffic inside of the department of corrections campus. Temporary fence to be 12'n height, driven into the groundand have dust screen, constantine wire, snd worker/vehicle access gates. ~ Provide rodent control as required by City ofChicago for demolitlon projects. ~ Isolate mechanical, electrical snd plumbing systems between basement area to remain

and upper floors to be demolished. ~ Removal of trees within courtyard of Division III wings. ~ Relocate chicken coop from

outside of Division III to another location on the CCDOC campus. ~ Relocate one (1)generator located to the south ofDivision III. Relocation to be within the Department of Corrections campus and does not include installabon at 0 newlocation. ~ Demolish and remove Division III leaving the first floor concrete slab and basement area intact The "wings" ofDivision III basement will be cut to 2'elow grade and backfilled with stone or crushed concrete. ~ Provide for new conc/etebulkheads at basement "wings . ~ Provide for removal, loading, hauling and legal disposal of all demolition materials. ~

Provide street sweeping services ss necessary. ~ All work to be completed during regular business hours (7:00AM thru

3:30PM) Monday thru Friday.

Brief Scope of Work;

Abate and DemoliTion of Division Ill.

Specific Submittals Required:

Sketches and Drawings:

Material Submittals:

Dsmilsd ampe Ot Work Pope I of 2

8/8/2010

Detailed Scope of work Report Continues

Work Order Number; 042087,00

Work Order Title: DOC Campus Demolition-Dit/igicn III

Scheduling Requirements:

Price Proposal Due Date: 09/1 O/2010

Estimated Construction Stadt Nc Date input

Estimated Construction Completion: No Data Input

Special Conditions:

Special Instructions:

Comments:

Liquidated Damages will not apply

Estimated Protect Duration 4 Months

eject tuerwger / Dere:

*To bs signed by controeor if Finer genes of wrrrk

Detailed scone Of Work Pege 2 of 29/9/26 f6

Cl+'EVNI I N~ F 4 N ~ N FFIW-FVFIN-NFA ANON I FAF

n l 'Ia IR~~~~~ i

T)

Ilj

fll

[ll

O

~ 8 0~i

COOk COUNTY DEPNNAENT OF CORRECTIONSDESIOLTTION OF DIVISIONS Sl S XVII

EFEOKOAUFONNIAAVENUEOIEOAOO. ILLINOIS OMNI

we~eette 0 ~ette tet 0 ~ ~ 0 . t wt"eet I ewtttRIHWeeteetett: tttAelf «0 Rte .Wt tttHHHtI

II

t

i[ ) (II

(I,Ij'l

8 ii l

COOK COUNTY DEPARTMENT OF CORRECTIONSDE88OLITION OF DIVISIONS lit 8 IIYII

N00 8080888RHIA AVRN40 CI088008„IAUNOI8 8$80

~NIILNNA INtNINIINttlttN 'l 1A t 0 'INANIILFI WFN N 'I - 'WNFL AttttttNFAFANttN ttALS AlNAII 'lANN I NN l N

I O I tl :0 m

ll

IJ

II)

jf

I

C

S gill [/IS

COOK COUN1V DEEFSRTNENTOF CORRECTIDNSDEMOLITION OF DIVSIONS III S KVII

00000.CALIFORNIA AIIENU0 CNNNOO. ILLINOIS SSISSl

t@tr)l)N)NNNILN I AAN N IN! A N NCN))N-NN)tl NNLNX N ANN RN)NININNNN Ntt!. r CONN! 0! rt !

O Ir

T !'j

A/ r:I .:~) (w%t

)t

0(3

N .II I

[

i,

I

r Irrrl')

lli ll)ijr

rjj

~ r Ar

j)INI

f 4I

COOK COUNTY DEPARTIIISNT OF GORREGTICINSDSISOLIT ION OF DIVISIONS Ill S IIVII

ATINIO.CALIFONNIAAVENIRCINCAQO, ILUNOIB NNM

«aaaa aeaaaeaVa~eeea act e e aaaaa.aae.e ~a —aewee

II

I'

I

.',F,eee.e..j...a,-Fe .L ..—.-'-Ta. --j ...'

t

(a>

))(f'I I,

Ij; COOK COUNTY DEPARTMENT OF CORRECITONSDEMOLITION OF DIVSIONS III 4 XVII

e.e

eeeeNcAUFOReweveaUEceIceea, IIUeeeseeeee

NCC NINNWff 0 CCICCNC NCNN 0 I VIV « I 0 I. CNNCC . NILN VNC C - ICN 0NCNI

I IB 0 I

Q

I"e-.

i00-

c T

IIIIIIJII t|l

COOK COLINTV DEPARTMENT OF CORRECTIONSDEMOLITION OF DIUESIONS SI S XVII

0700S EAU BONNIA AvENUE OIBOASO, ILLINOIS IE000

AIAIHHIGHIH HAAHAIIHASAWH t IHAA W F Hl ASAIHAHH HASH - I AOFHAASIa HIFH~ FASH'-S IGIN'N JAI HHAIH

II I

q III89

IIIP!i"I

lf

CQQK COUNTY OEPARTLI ENT QF CORRECTIONSOESSOLITION OF OIVISINS III 8 XVE

ISISSS CALIFORNIA AVSHUS CHICAGO'lOHOIS SCSM

2NAAAAWANNNNIAANI N NANWAANNNIANAN I A A I IA AIIAA.NNI AAIAA - I

O I

Ij

ji

2

j

I[ i COOKCOUNTYDEFARTMENTOFCORRECTIONSDENIOUTION OF DIVISIONS III & XVII

2100 2. CAN FOR NIA AANNUA CIACAOCA RU NO I 2 82222

avasaaaaaaNAIIIINNINI ~laaaA a I a w -vaaaal-aaA NNN - AatataaNIFIFIAAAVFIN aaaaaasaaaa FIFIaa IINI Ala a ~

I n t Cl t

—WIF II

,'I

j

I T I

I''I

I([

I(j

I )

1>

It

f)jiCOOK COUNTY OEPAR'7NIENT OF CORRECTIONS

DEMOLITION OF DMSIONS SI S XVII

SIN tt CAIJF0NNIA AVSNUS OSOSSA IUJ ISAS SONS

foes eoeaeesUIMNoao ae A ~ h u f~«-aaa'gl e» . Iw —a» 'ouse eeoc e toe aeeeoa ol/8 el I I I tack ea

t(t I a> I o

0I) a

glib

COOK COUNTY DEPARTMENT OF CORRECTIONSDEMOLITION OF DIVISIONS III O XVII

~5 a,) )j8"naos. ceurooeo eueaIue eaeoeoo. oueois cause

LL A f. I 'C I"W CWWC N' ~ NN A WAIN IW! Clt IWNWW AA l 'tt'CC IW I«CW I/I W I CC NNC WIN

Ct O Ci'

II

(I

~l

j

NAC I I

jN

R:NIT: NI

)ltii(lliilllil

)iI(lllIII<COOK COUNTY DEPARTNIENT OF CORRECTIONS

DEMOLITION OF DSIISIONS III E XVII

ACCC N. CALIFOANIA ALNNUE CCIIOAGO, ILLINOIS NNCC

II(

II I

~ ~ I

I

Ni'ir'

11II~:I Sl~

' Nl

II h

¹ 111 1115IIII I I I I

f1 ''

]III~

NwP.'I

Nl

~ I I I

III''l l

I

'..Jl

,i5i

hN~'I I m

I

1

"%jan

Work Order Number: 042087.00

Work Order Titter DOC Campus Demolitlon-Division III and Division Xt/II

Job Order Contract

Contractor: Cook County - F.H. Paschen

Date: September 21, 2016

Following (s the proposed list of minority owned, woman owned and non-minority subcontractors and material suppliers proposed forthe above Work Order, This estimate ls submitted with our final Work Order Proposal In the amount of $2,611,589.19.

Contractor

Autumn Construoqon

Srandanburgsr Plumbing Ino

Duttea

Mechanhvn

Plurnblng

Iu/W/SBE

Status

8 II/I/

S M

Total $

$55,200.00

$40,962.00

M/W/SBE 8 % af Project

$65,2QOAN 2,1'l%

$40,982.00 1,57%

CSI 3000

Environmental Design International

inc.

Concrete

Environmental Services

8 M

3 M

$188,500.00

$20,000.00

$168,500.00

$20.000.00

7.22o/o

0.77%

pence Masters, Inc.

Galaxy Environmental

GSG Consultants, tnc.

Harmon Motor Servloss 8,

Construction

Hmlzon Conlmctom, Inc.

KCom Environmental

Mghou s Engineedng and

Cansvucticn, Inc,

psncstg

Abatement

Environmental Oversight

Hsugng and DIsposal

Electrical

tlsrnolillon

A/E Senses

N

N

$40,908.00

$614,056.00

$25,425.00

$160,000.00

$59,700.00

$250,000.00

$185.000.00

$0.00 0.00%

$514,066.00 23.51%

$25,425.00 0.97%

$160,000.00, 6.13%

$59,700.00 . 229%

$0.O0 '0.$0%

$185,000.00 7.08%

Qalworth Undergmund Misc. Heavy Equipment

Trades - 8:Subcontractor; M, Material Suppser

MNI/Bps - M. Mlnmityi w: wamen; N: Non Mni/BE

N $25,000.00 $0.00 0.00o/o

$1,874,782.00 $1,348,873.00 61.66%

Total MBE Subcontractor Participation Scheduled

Total MBE Supplier Participation Scheduled

Total WBE Subcontractor Participation ScheduledTotal WBE Supplier Participation Scheduled

Total M/WBE Participation Scheduled

$1,233,973.00

$0.00

$114,900.00

$0.00

$1,348,873.00

47 25% ~ $1 233 9734IEIEBE Total

0.00o/

4.40% ~$$14v900,'0II

0,00/ '40%'1

S5'/o

(Contractori Project Manager

Subcontractor and MWBE Estimate Page I oi I

9/21/2016

Cook County

Office of Planning 6 Policy69 W Washington

Ch(CSgO, IL 60602

gnb-(yrder Total: 69,611,669.19

, ttettrgetytember gttv2016

A, tieflkligonw andtytsclosurs Rsouirsmmns

As lias 4 herein, ihs larm "I"animator nwsns s person or entky wlm hex sny lmntract icosa wkh Ihs county nf cecil.

pursant to Executive order 97-1 avery diy contract and lease must be accompanied by a dlsdcxvre ktalerosnl providing certain Information and auemeys, lcbbylsts,accmintania, consuksnix, subcontractors,snd other persons

3 I hc conlmctorb nct required lc disdcm wiiployese who are paid sdaly through the ccnlredoni regular psyrco;

"Lobhylsf'eans any person (a) whc (cr compensation or on bshed of any pe mon acier thon himself undsrtskac to Inguence arly legis lakvs or edrrfnlllration cotton, or (b)eny part or whose cuties as an employee df snathei Includ as undenelring to tnfluenca any fcglsladve sr adminlatrsuve acuon.

6, Certification

conlrwmr hereby certifies as follcwd

This Dlsdoxure relates tc the fcacwbg troisactiani

Pro/act name 042O87.0C DOC Campus Demoptlon-Division SI and Division Xvn

Name of Cmtraclan Caok County-F,HcPeaahen

EAOH AND EvkR Y ahomey, lahhyid, soxruntant convvitank subcontractor, cr other person ralwncc cr «ntiripaled tc be rclalncd by the contractor with raxpart tocr In connection with the rcniractcrleese is listed below

(attach addikonal pages if necesswyj:

Milhcusc Engincenng and Construdion,

Inc,

Autumn Construchon

Brandeliburger Plumbing Inc

GSG Consuitsnts, fnc.

Galaxy Environmental

Stslworlh Llnderground

Fence Masters, inc.

KCom Enviromnentsl

Cef 3000

Harmcn Motor Services & Construction

Environmental Design international inc.

fturizcn Contractors, Inc.

BUSEIESSADDRESS

MBE

WBE

or Non

MBE

WBLr

MBF

MBE

Ncn

Non

Non

MBE

WBL.

Relationship

(aeorney,iobbyist,svbcontrsctof,stot

Subcontractor

Subcontractor

Subcontractor

Subcontractor

Subcontractor

Subcxrntractcr

Subcontractor

Subcontractor

Sllbccntrsctor

Subcontractor

Subcontractor

Subcontractor

FEE(indicale

whether paid

or sstllu alod)

$185,000.00 Est.

$55,MI0.00 EsL

$40,982.00 Est,

$25,425.00 Estx

$814.08f!.00 Est.

$25,000,00 Est.

$40.000.00 Est.

$280,000.00 Est

$108,500.00 Est.

$1S0,000,00 Est,

$20,000.00 Eat.

$58,700.00 Ealr

CHECK HERE IF NO SUCH PERSONS HAVE BEEN REI AINED CIR ARE ANTICIPATEO TO BERETAINED

4, The cenlrectar Uriderslands and agrees Ihsl tile oky may relyonike inlormauan provided heroin and that prcvlcing anyfelsa Inaomplete orlnaccurance information

etial consdule default unrlsr the contract end may rosuu In terminals n «f the centracl or lease

The conlrador un derxtencx and agraxx that in any cave In whkh the contractor Is urrcarlain whether a dixcloowe m required under the Exemuve ordo, sia contractormust ssher ask Ihe rity whcthor dlcdasure w required cr make Ihe dlxcloorrc.

Under inc pena itlss of perjury, I certify thai I am authorised tc execute this olsdosurs an behac cf Ihe contractor that the Inlormalmn dlsdoved heroin is hve anccomplete, and that no nleviint fnformalion has bearl wkhlield.

Blgnatul'8 '8la

Disclosure Statemenl Page 1 off0/22/2018

1Name /Type or Prert)

r

WR Wl fn/erreas ~fTitle

Subscribed and swam to before mo

day bf~~C i~

Notary Pubflc Signature

Disotosure Statement Page 2 of2

g/22/2018

MBFA)UBUL()ytL)U'AllON PLB(JUBWION d)

BIDDERrpRDposER HERE8Y STATUB thai ail MBEIRBE firms Included in INs plan ara carlined MBEs/wBEs by at least cne cf the eniiliea listed In theGeneral Comiiiions,

I. BIDDER/PROPOSER MBEIWBE STATUS: {check the apprcpdala Une)

BiddoriPropossr Is a ceruiled MBE or WBE ffrrn, (Ifso, ailach copy of appropriate Latter cf Csrdtcalicn)

Bld~tlnm Jcfnl Vehlfmrsnddddor'mbh'Jokrtvafihnnp'mfhcmnmqwtnnd MBUs rh WBEa, (U do,

adaahecpkm Oi'Latfarb)}OIBarndohUOILmaopycf Jchrt'Vmnuianurenriar(trdfmtydaarh(h(hpfhebdeaitiia MBErWBE dan(S) mrd

iM eimimhlp, Idf~l )n Uui:Jatft venture sml s curn)nded Joim vsdhtnr RU(d@U - svslrdbfs Bpm Ihe office of connectCamptsnce)

Jtldderlpropfsfar la no(nceruhcdMBE or WBE flim; nore Joint venture with MBElwBF pgrlapip, hutvaauutze MBE

and WBEUnne elihsr dkccdf crlndldmyy In

thopstmimcpcea(Urn

coniracl. (Ifan coldpffrtpsdcuonatl and IU),

Il. + Dirsct Partictpafion of MSEIWBE Firms fn afreet Par Uclpadsn of MBFJWBE Firms

Where Scale have not been sohievad lhroudh direct parllcipaUon, Bidder/Proposer shall inatuds documentadan outihr(ng efforts to achieveInrset Participation at Ihe time of Bid/Proposd submission. Indirect PsrdclpsUon wilt only bs considered dter sll efforts Io achieve DirectParllclpstlon have been exhausted. Only shm wr Stan documentsUon of Ihrod Fdth EUcrts la received will indlrect Psdlclpstlon ha considered,

IMBEsrwsds Inst win perform am suhccnlradorsfauppiemiccnsuhann Include ths foltovang

NIWBE N

Address 3fay ~'.U~nmlkm bua . 6( ruu Fr tr. 4avELTL

F,maf: ~Disk«wrammtpmea Ir.dnanI

Coniccl pemcm IN(.c)rz~~@gazVIh phone'~~+ 2

I'8,.a~ocl&.Porcent Amount cf Pmilclpslfcm Z 5-s t

'LeUer of Inlma attached'I Yss No,

'Leher of Cadlaccrton aiiacired? Yss V'o;Address: .drff D. Yn~ thnaa» Q„.DYR.'Ifh8\ t'bunker)fa ~(L

fbotLrA Iaudb Ftrr.Qrvtzsmtvnrc.mrrpt

conbci person: Oc'iIL fytvrnrvn . Fhorun (.BID,"I DtFyr fyo4 U

Dollar Amount Parudpaliorc,s. IK~» f-zED --

Percent Amomn cd Parhcfpnticnc

'Lsiierof Inieni clrachad2'Latter of Cerliflcauon sttachsd2

Ahach addiacnai sheets as needed,

Ysa vF

YssNo,No,

Vtddf (tonally, s!I Letters of latent, Letters of CerlIcailon nnd ifocumentatlon of Good Faith Efforts omtUsd from this bldfpmposal

Utttbt be submitted to the Otflce of Contract Compliance so as to assure receipt by the Contract Compliance Admlntsbntor notlater then three (S) bushsss days after Ure Bfd Opentng dele.

h)N)IN)bUT(LIPJrrTIOUI PEA)dlttUIGTION gi

BIDDER/PROPOSER HEREBY STATES thai at MBFJWBE firms induded in Ibis Plan are cariuied SilngslWBEs by ai least cne cf lhs aniiilas liaiad hr the

Gsneml Conditions.

I. BIOOERrPROPOSER MBEIIYBE STATIIS: (chock lbe spnropdale kne)

Bidderipmpossrla s caniikrd MBF ar wBE firm. Sfso, agech copy of snpropriale Latter of csrtilicauon)

ty~tt sgdg(V(udure mrdcne ormore Johnveiitunrgsnbamarocsrutsdhtggscrwggs.tlfac.agarbncpks cf ('sgsr(s)ofsmslcidbii; a cdpf of Joint VsrsiimAgrsalusrnsh(sdy ihitcilb)d)t gmngiisfdm Mg El)USE mm(e) snd

tm owgsmbb: Internet bi ym.djtst ventum snd a compteradd Jck)'.Iyrnhs'arAIgdsvg ~ hrmfgbhrsum ihe oflice of crmuact

Ccmphance)

'~srla mg BINNf lad M BEcr wBE gim, nore Joint venlure vAlh MBErwgg'pptners, brn wul uslza MBE

wfurgE gmmeiibar rfmm)yor rsdirscliyin thh pedbrmmlcacf the conlmci. (If sc,ccbrttbtasacfona ii and ly).

s, PJ Tfruhtymrsetpsgbnu(MBErwgy Firms ~ tndfrectparNatpegrmotMBEUSBEFJrms

where gods heuaknutgsgb.uohtsued tlusughgtrest partkjt(ration, gidderlpioposm Shag thshrds dccumhntagmbsuglntpg sgcrts gii doh)suul?Irsrd psrgolprgfdp Jdgrh'grnp of tgg) praypwl submtssfon, tndiriet Arpgpstton wtg rpily bsaonsldked agar slt itfbrla'ri urihtaus (grant

petrol pggphtrhunhnrselihalsthd'hityittnr wrgfsn dopMU(ttnbd(snot semi pptg) BTfofts lars()Musd udll Indtrsht pmgolpei(ophe oormtdersd,

MBEsANBEs that wg pmfonn as eubccntraucra/auppuarslccnm@anls Include the fclkwhur.

MBEIWBEFhm:~lu mm ..Ce'hblhhg)LODS ~Address.' JIX kd. ~th 'g'B. D4"amass. hb. IU6ggtht

E.msf: ~rgkerkpdumbr n&Aka.")UBJU4't l..myk,...Ccnlactpemrm:~dsam .P.,'hkkran phmtm„~t~dt 3'rrh rs

idlf I'.I~u'- O'll

Psrcsni Amount of Fsrualppiionr 3,.cN'Leger of inianl sllacned'I'Letter of Cenhlcatlcn eltacbadi

Yea

Yaa

No

Nc

MBEIWBE Finn:. ~ SCOO Xw,r,.

Addraam 3 itchy

g'nlagh CC'ikrtaruigt) daft 4008 SWW

Contact Person:

ooiiar AmcumPmlkipalionrg egg()f.

~6'amentnmountoftrankyp@el>;t .@X.'Lager of Inianl sllschedy Yss, ky

'Leiier ar Cangicagcn artachsdt Yes.

Aitach addilknal abasia as needed.

phone. LB>Q"'"("tt)'r5tg t

No„No,

'Additlonstty, sg Lrdtsre of intent, Letters of Certltloation and documentation of Good Faith Egods omilled from this bid(proposal

Nggt be„eltbmlttmt to Ihw Cfgotrof Cuntysot Cprnpll(gtoe so as lo assure receipt by the contract compganoe Administrator nottnler grhn tgysrr((t) business dsys affer tbn Btd Opgit(s() data

)JBEAII88IFFIL)ZICFIOM PLAN (88OT)O)f 8)

BIDIERPROPOSER WEREBY STATES thai eu MBBWBE firms included In this FIsn are certified MBEeiWBEe bf si lsesi one cf Ine entitles llsladin lhe

General Conditions.

BIDDERIPROPDSER MBEIWBE STAT(uk (check ihe appropriate line}

BldderiPmpoaer ls a csN Cad M BE or WBE finn. (It so, silsch copy of appropriate Loller of Dsrllicafcn)

~rfsa Join!Vanhus saddasormom Johnvanfurspsrlosre ma cmlilied'MBEsor'WBEe pfsu,attacbdiipfsh of Esdega) of ~tlap, a copy ofJolnt Aitme Atiiectnsntcbody'dsfcdbfntjilbnbiuf the ~BEfinn(s) end

Ils owimehlp Ihtamsi In jho Mbt ventvie bnd a cmnffatsd Joliif vantm~ti AIIMerb-imeltahls fmm thc Office of connectCcmpfance)

Ndderipmpcsef (Foot s oeNlisd MBEdt WEE Bun, rmr a Joint Ventum with MBFJWBEbpfjnfpp, but wfi vafze MBE

emf WBBllenrellherdlmollycriadreatly in fhs pmfonnanreof Ihs Contract. (Iisz crdhbhdh Baciicne B snd III).

IL Hj Direct Psrdclpellon of MBErwBE Flrms + Indlrect Pertlclpadon cf MBFJwBE Firma

'if(bare Boats(hays not hmm aahtmrml Efmadb.dirac( 8'hf(lctpiitton, Nder)proposer ebf8 Indpda dncummiiNilen mddnlng aderte to scwemCheat pelliifiidlohat tha dms'of Bldiprajrdiud stjbmteejon fad)rect pardclpn0sn iiill only bs cope(deicd shertb)fiitfartii toJzrbbteus Nbmtpaitbfpatlnikbdedbeaff tbhmfettnb„'4IIF sharunNendpctribeb(at(ujii of8imd pf8ft 88mts Nmefvedadiflndlreat pardotpatlon beoonsld'ared,

MBEs/WBEs Ihal will psrfarm sa svbccrdmdcre/suppllerslconeunents Include Iho follmdng:

MBBWBE Flmc ~~~)nizam)um

Address: h1.teff , kr it t:Ehemub

8 mail:

Conlsctnerecn: tkocbg (L. BrooABA ~md)8'hdnfa (7"lhtr70'rt t888b

Doiivr Amount partkfpaticni 'F %2:ztdtn wccrz

pement Amount of peruelpeycm t *4 l"Lst(er of Intent elieched2'Lrnter of Csrtincstion attached'I

Yes Y No

Yes No

MSEIWBEFimc ~<~u, CorsabrzQIrius .Smcvlm~l'en

Address: t rtzh Eido~Lm~o Lzrn~meL)r

Bdtdlh,:Cu<rum u aadiLAmntjh) mzi4mtnr murpfrnzr 4w «Crom

CcntsctPcfeom~arac lda)temfs ..Phone.8rbGr'8(8'"cLCtt4'ollar

Amounipmdclpaucn: F . S5.hmzz

percent Amount of Peitbbatlom„

'Loller of Inient mlscked2 Yes u No

'Lsitar of Cerlificanon eitscbsd'2 Yss'oAttach additional sheets ss needed.

'Add8lonally, a8 Letters of Intent, Letters of Certification nnd doaumsnlatton of Good Faith Efforts omNsd from this bid(proposal

DIBII( bo subrn8tad to the ONce of Contract Compdsnca so as to aware receipt by ths Contract Compliance Adm(nlstrelor not

later then three (8) bus(nasa days after ths Etd Openlnb dale,

b)BS/IIIINSL(t)SILIPAYTOINPLAIJ tglt)SION i)

BIDI3EH/FRoposER HEREBY sTATEs (bel av MBE/wBE (irma inckrried fn Nh pisn are corliir'ed MBEs(wBEs by al least one ci lno entities I/s(ad in NoOsnsrsi Conditions,

I. BIDDER/PROPOBERMBE/WBESTATI/Bi {checkihospprcpriatollss)

sddsr/Proposer Is a csrililce MBE or WBE firm. {(Ie, sgsca copy of sppropdals Leger of Csrlincsllon)

~apaasr ts a Jnbtveiuw'e and en'ear more Johnvniltu(npnnncr(rmv cilpgsg MBEe m wBNN{lfso.aN(iNNopbg c/ L?a/Im{a) cfchd!Brggcn, e'ccpyv/ Jehu VsslmeA~ cguuN(brcri Irii(g Nierrd¹v lha MBEhvfE grm{a) scriiiv oenN))flin intoami ln lie:@iform, vmI(um snd s coii(tide(t Jri{AI vsigv/N.AINNYN -,svs)hb)e's(vn Ihe 0{{hocf conlrac!Comp bmca)

MBEc/WBEs ihnl will perform as scbconlmdors/suppliers/consvlianis Include ihs follcving

MBE/WBE Finn:~~~iran(zi)zvr 4: inc. ~

Address', ~'lA Akrvrnm 34enu)' N((I4(N. NJ?6'

mss: „b?Nczr»rvn6) Ncd ruxvcdtkul4': cnvv?m

ConlsciPerson:~rrr, Sc?Nave Phcnr»- (O'LXS'PS 5:"4kg? g.

Doiisr Amount Pnddpsiion: 3 9;SSL vt'Xi%

Psrceni Amovni cf Psdidlyngon(

'Lauor of In(ant (Vis»body Yes?/'Le(terof Cedhcadon snschsd'I Y

Adriress; %4 vi/. A{or?~-rr. ri):, gha L(LZ»r

Nmag( Ovrtl>ere» n@(N w(f((ran.ed~Jr.

ConlactPcrson: CL»('wth A< rifi/li?LN?c jrhort(r~ bit g- IM»rd:

Doter A(nccni psrbripsgcn: 3 9.O.ODD

Psrceni Amcvnlof Pjmplpngonr CX, 1,7

8/ Mc//Pnpcsvr is not a ccrlged Mbg or WBNShn,'ci a Joint Vsnluro vrilh M BE/WEE jnrlncra, but wig ulnime MBE

anil WNEunnii cuber'disogy orlndirmilly In Nppsdmmnnco of the contract. {Ifco, comp)ste Sec(lone Bend Ig).

N, j7J CtrectPsrtlolpstlon ofMBFAVBEFlrms Indirect Pmllelpagon af MBE/WBE Firms

where goats hnva not.hmn achtj?Ypd through dtreot PmNNpallonr BNer/P/opddsr shalt Iilctuda dhcnmpntaltml ahglning ngmte.lo lmtgmre

Dbeot Par tlclpsitprrst g(o Erne rd Bid/pra'posit yubintii)an . Indlnrid participation vali opty bn consIdsrsd sftm ag affoitp tp achim)e isidhtperttofpsNon hdvahasnehsuataN iotdy dgerwrtlhm dncum(mtN(en of GnadFvg b'Nffcrfnth raccfvdsv!{If frnlhect poigc)paltohhevnnemaiad,

'Letter of Inieni agschsdf'Loller of Cern»anon atlscllsrif

Aiiach aridiiicnsl shseis as needed.

'/ss VYes

No

No

'Addltlonagy, eg Letters ot Intent, Letters of Certigcation and documentation of Good Faith Efforts omitted fram this bid/propossi

~nba submitted tn lha Ofgoe of Conlraot Cornpltsnce ao as to assure receipt by the Contraot Compganco Admln)stinter not

later then three (3)business days after thn Bid Opening date,

MBKIUII)BUTTL)EAT)ON PLAN fg)EOT)ON O

BIDDEIVFROFDSER HEREBY BTATFS thai aii MBE/WBE firms Included in INs Plan are verified MBEs/WSEv hy at least one of iha antilles livlmi in the

Oeneml Conditions,

BIDDER/FROPOSER MBE/WEE STATUS: {check the appropriate Une}

Bidder/Pmpose r Ia s cerlilled MSE or WEE firm. (It so, suach copy ol epproprials Leger of Cergffcadon)

SlddedPmpocer la s Joint Venture snd one or mors Jomt venture pmmsmammnlBsd MSE" or WBfs. {Iso,agach copies of Leger(s) of cnrdffcaffon, a copy of Joint vaniurengrcsrndnt.chat)y descrihing the role of the Msf/wsf finn/a) end

ils ovmwship interest in Ihe Joint Vsnlwe end a compleled Joint Ventura Aflidsvit - svsffame frwn ihe Office cf Conhsct

Cwnpgance)

Blrider/Proposer ls no in cwUfled MSE or WBE finn, nw a Joint Venlure wgh MSE/WSE psrlnsrs, hul vriff ufffxs M BE

and WBE Arms affhsr rlinmuyorlndirecgy In the psdormsnce of the CcntracL gfso, cnmplelagecllons U and UI).

Direct Parffclpagon of MBP/WBE Firms Indirect Pargdpagon elMBBWBEFlrms

Where goals have not been achieved through direct partlclpalian, Bidder/Pmpossr shag include dcmumsntrritmr ouUlning effwis to achieve

Direct Pwtlclpstion at the Ume of Btd/Proposrd submission, Indirect Pargdpatlon wig onty bs considerwl altar all efforts to achieve tgrecl

Per gclp aden have hssn exhausted, Only after rwllten documentation ol Good Faith Effor ls fs nmelved wgl fndir eel Partlclpaffon be considered.

MBEalWBEs thsi vriff perform as auhormtractom/ruppgers/ccnsugsnts Include the followln'g;

MSE/WSEFimr~dr/L h4AIDC 3A rr/I<4~ C~e~CVr4~Address: Vdp)OCn IA ~ krvd:. ~ 4s''L".

E msii: .lfnrd P ZO & M('~n,~t JUL/r Lmx .,Ldh~

ContaclPsrson; 45O5fL.'Pdv ALf ~yv' ~hmmr' )X tcrU SZK I ..

OoliarAmeunipargdpngonfg+y~, CHEMI,

8&'ercent

Amount of Part)alga)fog;~ t3 M

"Latter of Inlenl rritschsdf Yes No

"tatter of Csriilmaikn clinched'/ Yes No

Address,

E.mng."

Confsct Person:

Dollar Amount Psrgdpatlcrx g

percent Amount ofJxnrgcgmtimc

'Letter of Inlent altached'/

'Latter of CsrtNcegon sffschsd'/

YssYss

No

No

Atlaoh addiiicnalsheets ac needed.

'Additionally. sil Leitws of )n tent, Letters of Cmtlficatlon and documentation of Goad Faith Efforts omitted fram th!s hid/pmposaf

fgftg) be aubmlltsrf to tbe Ofgoe of Contraot Cornpllanos so sa to assure raus)pt by the Contract Comp)lance Admlnisfrator not

later lhan )bras (g) business days after the BM Opsntng date.

COOK COUNTY GOVERNMENT LETTER OE TNTENT (SECTION 2)

MAYBE Nrm: I I)ttt r 'Br Crrlll)tag ggcncyr: PtMwc SENVklAndre c, 7hnIB I .. A)dry), tyuB Certilhag PsnlnulapBntet B/dp/fo/ctryfgtstff/I )NAdtf)t //f.,'. " /rn7B'y~pgw t- RS 'w." I'ALT ral. &4:Phag~"8'i''IWBBT)Ai 4h/

'

. -/ratgoy//ft)Et'Oetgbdgymcna;.'/9)/dnr)nnr A/P)ICnyn)L)ihqsE;/dye)I/EBB:fdb/SABAEIT)Etvzw'tryt'AT)/nd)cqguotrusAgc 7/6" Atb2 .2"f7M

partlVpmlon: I tr) Btrcct I ) ladlrectbygl the htitYBE Erm be snbcontracgng cay of the performance ofthh contrast to ansthbrfnmt

)trtNo ( )Tct-PtmmalteehcspbssBom PrcPosedSubcontrsctert

Thc ua dc rslgatd MAYSE Is prep>red to preside the tel lowlag Cstnntedltlm I Sctclees for the chere asnld pro)cettccntrsct:

ladles tc Iho T)s ger Amount, or pcr«se')age, aml Ihe 1'emns ofpayntcac tor thl ahoteodtscrlbcd contmodB led Eerrtmu

Ofnarc specs Is needed to tbgy dmWibo btAYBB Firm's pro psmd scope ofawk and/or paya ant schedule, cinch additional shccw)

TEE VBTtEttgiGNEBPABTIESACBBEtbsttbis Lcttcrafinlentwilthemuaea binding SnbowmamABe«m«ntmnditioned uPon lhcBiddmcrpropomrs receipt ofe signcd contmcl fram IhcCounly ofCook. The Vndorsigncd parties danke entity test tlrcy Ednat atlir their

M

+i iif 'i 'to thbdssbtbtfipnllt sg sr'css under BmcrlpBoa,,

el

supplysad�)ractcomwere complmcd.

P/hll Nettle '

n 'PriraNaamP/P tuinrM>$ n= a) . PinNsr

0/9'/nYn//s ny/V. 18'cpfddc

Sstacrlbcd cnd enonr ther tu)E)eweIhis~dayof - ..., Ihbt Ttf' ' "TP~Notary public,. '.'t,, '. ' ''Pstdkr

SE tr~~FFICIAL SEA|.,

DAWN LCAPDIIALSNOTARY PUBLIC - STATE OF ILLINOIS

LIY COIBTISSICtfSXPIRESSSIOTII9c eu rasa 'n~rwcrrtrtnrer)r

COOK COUNTY GOVERNMENT LETTER OF INTENT {SECTION 2)

liiAYBE Flrnn eatmyemitomniinlshlm Corti(Flag Ageacyi Cilr D(ehkcan

Address( 25(s H.idi(asitbfhAvciiuc . ccrielcnilnn Explrnllas Date( . Inlv I.2618

Cliylgln(ei ~t Zlpii(... Pe(Ra t~IVS2phone; ~~2- I'nm (22SI422-2962 Cmttact person;~LcgcC('omEtu a Ib (gltm2sarbe(Et(doom, Cantrae( S:

Par(le(pa(leis 2 x I (iirect I I laclreet

xvgl tits hfAVBE Brm bc subcantraeeng ange( iha pcrfornianec ef Bile can(rue( te another Brm2

i xi No I I Ym-Pksce allach exp(anat(os. Propnsed subcontraccon

'I'he unde mlgncd blAVBE Is prepnved to prov(dc the fog owing Cemmedlllm I ger vices far t tie ah me nasal Prefect( Can(roc(i

vnvlrannienlel / Daniel(non Qrvlcec

Inn(sate (be finger Amounh or Per(su(age. aud! he Terinc sf Pnyiaeal lnr the abovcnicscrl tiid Conmiodltieil Scrrtccn

,(Ifmore specs le seeded to tbgy describe 2(AVBB Pins's prop(ucd scope ofwork aadler pslvnent cchcdnie, onsch sddhlonni sheets)

Tee UNSERstcNED PAmf(ss AGREE clat dill Letter of lntcnl will bscomo a bin diag subcontract Agrccatcnt conditioned upon

(he Bldg eis(P'clj

fram Bn(ON Pean(v The Vndele(Dred Paillm dn site Cengy Ihal they did nel

i'ciitiliinl cxfrtptlotf'v((Service .and Pcs/Cattivcre con(pic(cd,

Prlol Nemo

llklJWstri(nm-„,Plrm Name

Septet„' Ql 6

Date

k.~Pal~nag~

FinnNsttyt( +Dote

submtlbodond ((ttvtpfbhfnihnte

this 9th day ol'ghtfmbcr i @16Notary Public~ S~V„, ''wlcltojbeforeme

Notary~.SEAL

a

E

. 1-'l.SEA n '

EESEAfVA EIOSlgttt(t PnbEc Eiofp bf if

igtadae 'e'MaVc

Ca .S15ymm(mfon No

SEAL

JUL I 62013

9EPAItTMRNT 0 P Pttoau»ttht »NT S»RYI 0 asCITY Oi'HICAOO

George SalinasGalaxy Environmental3586 N, Milwaukee AveChicago, IL 60841

Dear Mr.8aÃnes.'e

are pleased 'tb fnfoytn. you that Gilaxy.-Environtfrantef, lno, hae been remittlfed as aMlnffttty t6ustnssg 0'iftbfP'rise (".6I6IE"j'by the,.Cfiy Of Chlcagg" l"C!I'7"). This (llllfghjcertfgcatlon ia vatkf un@duly 1„.gfj16„'tdwever your1ir/n's:cst66»alton mustbe is'vttfld'itsdannually, ln the psst the city fute provfdsd yau wlih an annual l»tier conglmlhg,y»urcertiffaaticn; such letters will no longer bg istfued; As a cturaettuence, wa require you tp beeven more diligent In filing your annual hfo-change Afftdhgit 66, days"befoie'our'wnuafanniversary date,

It ls now your responslblflty to check ihe City's certification directory and vettfy yourcertliicagon status, As a condition of continued certification during the gve-year periodstated.dbt/ve; you must gte.a» annual No-chgitge A@davit. vbur grm's annual No.changeAffidavit Is due by 07/01/gtff4, 07I01/2616; 07/01/2016, 07/66/2617,. Please remember,you.hava ah afgrmatfve:dutydo,gle your No@hangs Affidavit 80 days prfor to the date ofexpll'sftctr. Fgifurb'to file jciurannudiNo.-.Ch»nge Affidavit may result in the suspension orreacleefc 0 of yb ur atffftfl~tton.

Your tirm'a five yi,ar uerghuation will expire on 07/01/2016. You have en agtrmattve duty. tofile for recerttgcatlsn'0 dat/s prior to.ths date of the five year anniversary dgta. Therefore,you must fits for recert tftcatfon by 06101/201 fk

6 ls important to note th»t you »leo have an ongoktg af6rntattve duty to notify the city of anychattges,ln ownership'or: control of your 'firm,:or ady',ether fact affedtleg your grm'st allglblgtyfor cergftcstton within 16 ddye of such eh@Age. Thges changes ntajj lridude but drs notlimited to a change of address, change of business structure, .change. In ownershfp orownersftfp. stfugture, change of builness operations, gross receipts and or personal networth that etre'eed ths pmgram threshold. Failure to provide the City with timely notice ofsuch changes may reshit in the suepenelon or resclgeion of your carggcatton. In addition,you may be gable for civil penaitles under Chapter 1-22, "False Cl»t/ni"', of the;fttttnfclpalCode of Chicago,

Please note —you shall be deemed to have had your certification lapse and wtg be Ineligibleto participate ss a MBIE If you fail to:

1%1 Nouvn chshhha vvRssv, aoohl vv8. cnmhoo, H,luuuls eaocv

Galaxy Environmental Inc,. Page 2 of 2

Fiis your annual No-Change Affidavit within the requfred time period;

Provide financial or other records requested pursuant to an audit wilhh the requiredtime periad;

e Notify the City of any changes affecting your firm's certificstlon within 10 days ofsuch change; arFits your recertlficalion within ths required time period.

Please bs reminded of your contractual obligation to cooperate with the City with respect toany reviewer.gudlls or investigation df its contracts snd:atflhnattve action: pmgramfs WSstrongty. encourage you to assist uk In matntdfnlng the'Intsttr}ty of our:programs by rsparknsinstances or suspicions of .fratxt. er abuse ta,thn City'e Iiiapadfar (general 84chlcagolnspectorgsneraLorg, ar 888/IG.TIPIJNR (8884484TS4).

Bs advised that if you or your firm is found to be involved in certification, bidding and/or

contractual fraud or abuse, the City wik pursue decertlficstion and debarment. In addition to

any other penalty imposed tqr.tkw, sny person who kqov/Ingty abtelns, oi, knswhgly assists.another tn obtaining, a contrsot With the City by Siisel}r rspfssimtinj the ihdlvtdus(cr: entity,,

ar the indlvlduat or entity assisted, ls guilty of 8 mls(fsmsanor; fiuntshabls by Inparceritlbh

in the county Jail for s period not ta exceed six months or s fine of not Isss than 86,000 sndnat more than 810,000 or both.

Your firm's name wkl be Ihted in the Clttfs Directory of Minority and Women-Owned

Suslness Enterprises in the specialty area(s} of:

NAICS Cods-88281 0- Remsdiatlon ServicesNAICS Code-238810- Site Preparation ContractorsNAICS Code -238880 -Atf Other 8peclsity Trade CoiitractorsNAICS Code- 682111 —Solfd Waste ColtsctianNAICS Code-681730- Landscaping Services

Your ftfm's psrtlclpatkm on city ccnttfiels will be ctadiled only towayd Mlnodty BusinessBriterttrise goals in yntir arse(4) specialty;. while your parlfclpatloh on City confracls is not

fiinkdd ta year siren of specialty, cradk toward. goals wkl be given only fcr work that. is self-

perfanned and providfng a:enmmerohliy useful function that is dane tn the approved

specialty category.

Thank ycu for your interest in the City's Minority snd Women-Owned Business Enterprise

(MBE/WBE} Program,

JLR/Jea

t Officer

Certlffcetlott; View

osns«siss ur Rossiw R ion. unbar Emiwnus nisi, Inu on 7menmi 6

PfBTB~SHIIH ~ soot!Oft

L~& Itmww~J ~~"!iliialauy Envlionmsntal, Inc.

2008MTD

Seordo 9sEnos

HlspsnlciLatlno

Male

A&%,"«*„:,"".:",«*,',':-"-":.Wgf~~TQIITof Chl000o;;I~"*„,';,i, -*, .'TTP««',.„'-:!:.,",l~««F-'."«,"3«i3«MBE - Minority Business Bntornrlou

LmahTBSBTIISSIIEit!Bf

tvwiR~gqfi Kpoflr-.~+:':~~~;gikiiat tuOlmwfrottaof,oohy

iniumotdyetr'P~)ft:0 "B""""'mr«:;.!:,';BhNp:ftwww,gatsuyenvfronmsntni.corn

@TtBITMBBMs

Ishydo~fddmsfk.,;;;:;,„««5, »

MBI(iig~viojjo'-'.I '.-=««5L

, non «w, 2888 N. ISNwaukus Ave

',*i',";;««O'-,,:,AYTNi QEOROE SALINAS

~"„l«+-;j+Ghlcseo, IL eoe41.1023

B ~hhh'$ud'fo!-'„"."p~.:~:;,««il«.«~p,,NAicslhyfTBO.LS»ddoaiilnswoiufoea: "NAICSS82111 SolfdWasta+rBscBen

,,« ":;,'« i ', NA!cd 882910Reinsdlatlen aorvicoii';..'.",«'. '-;<NAfCS '23SOf0 Site PMPmsNon ContrMitom

".!I '.,',:",",".',",.'; '!72yr'!iNAtcs 2388SOA«lf fly'0'r Spa MMty'rade cofitraetore;,: «"I!:5!ENAICS, 881380l,ocd Seaplhh Sosyfiieu

;;-,;;,,NA!CO 228280 Oilier BuBdhis tfrfulpiwent Cohtreeyora."-. «;:"-;.'..':,.:,',!«BAICS-SOOSOO.Epeafsf Trade Conlmutom

. '-, * ..!*.;; «NAICB283418 Addwunr AINWrfilc'n«add ftbdoyaBnn«MutBlfnmEy BuiidISS, Bhnemf', I'.- ".':-'i",::;~Cenwdotum

«'7 .,"':.,:.-:.I ««'"IliAISS BOSA 28 AO EMu'nr AhiTiaSO'n'edd Rjneyhtfun Ba»eral COntmaIOrenCemni era!el and

'«.;"«;lfOatftuiiong BilfldlhE

Full ooamlnl!Dent csPsbflillesipmhI!iifti,'I NAIcs 881'I30 Lan do oaPln9 services„NAICS ee21 11SoNd Waste CoileeNon,'AIC8 882010 RuniadlaNon services",NA!cs 238810 sits preparation coniractomNAICS 238S!}0All Other Spmdafty Trode Gcnlrarturs

NAICS OMT30 Landocnplne services...NAIGS 23a280 Other BuSdlne EqulPnient Contractors

, INAICS 23SSBD Speolal Trade Contractors

; ", NAICS 283448 AddlNon, Alterntlon aad Renovation, MuchfaniNy BuhdlnS, BeseralContractors

Pses I of 2 ltoosl 570 003maall+01007300052m rsli

ceaerated ay nor aha nror, oraaar naurrvruaut Ica on Irarvtc te

',NAIcs 238228 Addition, Altmat}on and Renovation General contractors, commercial snd-;;;"-'(;;jii i}}3;,r;,I;,',»0-,'„;;.3!;,;I';,'(! Institutional Building

'ori}}n)pt}}y'rpdd(}a'...v,,'. 'r,',,t t 1NAIcs 238008 Addklon, alteration and renovskon, multltsmlly building, generalcontmctorc (Id&id)

NAIcs 288220 Addition, alteration snd nmcvstlon general contractors,commercial end tnatltutlonal building (Bgta)

. r NAICS 238018 Site proparatlon Cantractora (5gts)'-'.*'r; l: NAlcs 238088 All other Specially Trade contractors ()tstn)

,,~j,,'r, !'NAICS 881720 LandacePIng SerVIOea (esoent Planning) (Bitte)..."'",,'tri:":*,"-,';;;"!.;,:.':,'»:;-"~-;*:.}'NAIC&882111 solid Waste Coueotion (Bntn),»f Pi,".: ''-„."~.-,:.,"..".'»,,",',...'-,',,',NAIG&882818 Rernedlatlcn asrvlsea,environmental(2)gts)

; Bi}iAiKdrour}avi'CI. l;:;Br:-:: Pm "","'i )Ilspantclhatlno

»» "1()BgitgBP'}oBiahp-.':,';.,;:„'-:,'„.;,*».: .,'IklapsnlcAreadcan

[Coun+.-0" i;-'":i'gt,.y'j'q:><>"gjest)PS»t nl",)Cgnh tth)

Cveiumer 0}ugBB((ccpvrlgia c 2018 828now, Au riohte reserved,

)!I02 I }}2}gI Print Trde'a(h 8 I Pdrit 1'a PCP

Pace 3vi 1 Ircceilro 000mma+0100120085260008

COOK COUNTY GOVERNMENT 1TITTER 01f1NTENT (EECT1ON 2)

NIUIOUSE ENGINEERIHS B01AVBE ytrmr CONSTRUCTION INC .,Ccrtttybrgggcncyt,CITY OP CHICAGO

Addrctm +ILvANBttNBspBTBBBB 0'fiL aEttf cerstkagon Explmson Datct 0N10lan la

cityN tater ctecnco. s. Etpt aonan pEINS r aeAtnnngs

Phouct+2fEanvntaee Pnx: fftfBESIEEDEI Cen(sctpcmox:~DIVANSEmaN, CDIVANIEISIIBLNO~US NBlbON Contract R

Psrtlclpstlonr [KK) Direst f f lnnlrcel

YYSI the MAYBE Erm be sub contra cling any af iha psrfarmm ca aflak contre ct nr naollru Srm1

2O1Na f t Ym-Ptmco ntlsch explsnsdoa, Proposed guhcentractnrt

The undersigned hNWDB ls pre parol le pnwldc the following Commas trite ISwvlcce for the abave ssnrd prnfccyCenu'act:

ENGINEERING 0, coNETRUOYICN QANAGBNENY EBtftscEB

indicate iho Doltnr Autonnt, av Pmconlcgc, snd inn Te me ofPaymeul far ths nbovodmedhcd CommodElcsi Scrvtccu

005,000,00 ~ CtcehSderege 00 STRUCTURAL

+l&ifetMIMlC:Btlrrnurnuu Am~I TOTAL 'EEEE ftM;M

~SIMl~NUHISATISL'45

000 00 -CONBfRUCTION NANAGBNSN T

(Ifmoro spam ls nccdcd to letty dmcribe LDWBBNmN proposed scctmof work anBbr psymcntsctwdulo, at is dr addltioncl cheom)

TBP UNDERBIGtlED pAll Tlgs AGREE Swithin Lcttcr ol fnlont wls bccomo s blndkg ssbsanlnwt Ayeemcnl comEllmmd upon tho

Biddcreipra pmefc receipt ol's signed cmmaot Itom dm county of cook. Yhe Underslgnul Psdits do also rersb that tlwy dN nul atsx their

rig nniures to llrle docuntesl urrts sE arena unde DcscrlpEon ofsemrke/Buypty nnd pccfceet were cmn pie lcd.

siyttD'na~rnbEI4dcitprd" . I

unutnm~mmwcytandtmnnntnPrint Nssro PdmIEPSe

IBILNCUBSCCNBTIIUDTIONBBNGINEEIENG,INC, P, k.

Dale

Subscribed end ssum lmfors rno

this~days'ownrynh

' f: SLvem ...

SEAL

Date

Subscribed eml stvombefom me

INS~Wef -, . '

„20 LxSNoimy PsbBo

SEAL wrncWcrwtnrcrl )

n

INflCIAL SEAL

ANNI K DIVANS

NONr 1 pubes slate ot Elintds

Ny Cnhltmcston lrn re Yie 21.2015

DEFARTMKNT OF PROCURKEIENT SERVICES

CITY OF CHICAGOMAY 21

20'IIburC. Mflhauas, III.

MAhouse Engineering and Construction, inc.80 East Van Buren Btrest, Bulte 1501Chicago, IL 60505

l3ear Mr. MShause;

We ars pleased ta Inform you that Mllhouse Englnssrlng and Construction, Inc. haa beenreaerOffsd aa s Mlnorgy @ustness Enterprise ("MBB"jby lhs City of Chicago ("City"), This NBBcertlflcatlon ls vaffd until OOI15I2010; however your firm's csdilkudlbn:must'bs rsvdlldated annuafly.In the past the city has provided yau with an annual letter eunffrfnlng your aerllsffatlon, such letterer

will no longer ba issued. As a consequence, we require yau lo bs ivan more dlflgenl In fling yourannuat Na-Change Afffdavft 00 days before your annual anniversary date.

It ls now your Isaponslbfllty to check the City's csrAflcatlon dlrsatory and verg'y your certlScatlonstatus, As a condition of continued certlScatlon during ths tive year period stated above, you mustole an annual No-Change Affldavlt, Yaul:firm's annual No Change Affidavit le dus by 08/10I2015,OSI1512015, osi15I10, ON15ffy,.and SOI15/2010. Ffpas» rettumflhaf, you have an affirmative dutyto file your Ahuchange AfBdavlt 80'ws prior to the Bate of sxpittdtcn, Faffure to fAe your annualNo-Change A%livit miy result In lhe suipenslon or resolaslon of yodr cerOflcalkm.

Your firm'8 five year certification wlfl expire on QSIf 5/201 0, You have an affirmasve duly Io fits forrecsrtlflcatlon 80 days prior to ths date of ths Sve yedr anniversary dale. Therefore, you must filefor rscertlffoaScn by QSI1SI2010.

It ls important to nots that you also have an ongoing affirmative duty to notify the City of anychanges In ownership or control of your firm, or any alber fact affecting your Arm's sflglblffty forceitiflcaticn within 10 days of such change. These changes may include but ars not limited to achange of address, ahange of business struoture, ohangs In ownership or ownership structure,change of business opsratlona, gross receipts and or personal net worlh that exceed the programthreshold. FRSure ta provide the Cgy vAih timely notice of such changes may result ln the

suspension or rescission cf yaur cerOflcatlan. In addition, you may bs Sable for chil I penaltlss underChapter 1-22, "False Claims", of the hilunictpat Cods af Chicago.

Please note —yau shall bs deemed to have had your csrIBcatlon lapse and wfll be ineligible toparticipate as a IBBE If you fall to'I

Rle yaur annual No-Change Affldavlt wIOdn ths required time period;8 Provide Ananclal or ether records requested pursuant ta an audit wflhln the mqulred time

period;8 Notify the City cf any changes affecllng your Arm's cerSflcatlon within 10 days of such

change; or

181 NORTIf LAEAL!.E 8TREET, ROOM 806, CII ICAOO„II.I INOIS 688In

Mllhouse Engineering and Construction, Inc.

~ Ffls your recsrtlflcatlon within Ihs required time period.

Page2of2

Please be reminded of your contractual obfigatlon to cooperate with the City with respect ta snyreviews, audfis or Investlgafion af its contracts and affirmative action pragrams. We stronglyencourage you to assist us In maintaining the Integrity of our prc(trams by rsporllng Instances orsuspicions of fraud or abuse to the City's Inspector t8enerat at altfbigalnspsotorgsnerat,org, or888 ItS.TIPLINE ($884484764).

Be «dvlsed that If you or your firm ls found to be Involved In csrfiflcafion, bidding and/or contractualfraud or abuse, ths City wfil pursue decertlflcafion and debarmsnt, In addition to any other penallyImposed by law, any person who knowingly obhilris, or l0)'awingly assists another In obftfiffing acontract with the city by fat«sty repfefientlng thi:,Itlidlyk)uat or:a)It(ty, or the lndivitlusl or dnfityassisted ls gufity of a mlsdsmeanar, punishable by Ihcttfceratloh In th'8 counly)ati far a'period not toexceed six months, or a fine of not less than 65,000 and not mors than 810,000or bath,

Your firm's name wlfi bs fisted In the City's Directory of Nllnorlty «nd Women-Owned BusinessEnterprises ln the spsalatly area(s) of:

NAICS Code(s):236220 ~ Commercial Building Construcfion238220- Commercial Bugdlng Construction General Contractors2S6220 - Construction filansgement, Commercial and Insgtutlonsl Bugdlng237110 - Sewage Cogscllon and Disposal Uns Construction237110 - Ugllty Line (I.e.,sower, water), Construction237810 - Construotlan fitanegement, Highway, Road, Street and Bridge288S20 - Painting (except roof) Contractors238350- phdsh Carpentry6418tig- Architectural (except landscape) Services641310- Bugdlng Architectural Design Services841880 - Clvg Engineering Senricss641380.Eleotrlosl Engineering Ssrvloes841880 - Engineering Consulting Services841830 - Mechanical Engineering Services641830 - Trafgc Engineering Consulting Services641850 - Building Inspection Services641512- computervsfded Design (cAD) system» Integration Design services841820- Emrlrottmentaf consulting seiv(ceo

Your firm's par(lcfpatipn an clly 68dtmsts vdfi tia credited dnfy toward Istrfbrfty BusinessEnhrrprfasgrmbr Ih your sraa(s) specialty, while yap) parfirJpat)an an city omtfacta is nat Ifmlfsd

to yaur arse ofi specialty;credfi towwl Spate will be given anty fer work that f4 trelfqretfermad sndproviding a oommsrdally usaftil funcfian'that hldansbr the appmvad specialty category,

Thank you for your Interest In ths City's Minority and Wamen.Owned Business Enterprise(MBE/WSE) Program,

Sincerely,

JLR/sl

COOK COVNTT GOVERNMENT I ETTER OE INTENT {SECTION 2}

str'IV/la Firnu fkAWDC IBP 'Tr6C drPIEr I gstttfrfag Agcncy: 4 FTwf t+Cy~ IPJFCC 'rB~DAddrami btl .FCdyttiW ~» ..., Certlhealton Sttgfp]IIa ptet~d f ECttyfAVnfbifiHIgfgfICf ..I V rgtgtc friyff .Jhmf',FBINF I E4:tF0g E .9-S~

d.,Lv're iu,,'.;sr,.rs! eNB .-;,'..'~Am m ovr~vh ~ ymcrots 'coot rmrrdw

I'artkilmtion: I gtf Direct I f fsdireet

\VBI ihe h IAVB B gun he subcontracting aay af the pe rye mt ance oflhlc wmtrnci lo nn other gun V

t1f I No I i Vcr-Pirsw altneh sxplanullun. Proposed subeonlrselow

Vite underslgncti hfAVBB h prcparcd lo provme Ihe Bgoslng Cenunwlglet/Scrvlrcs fsr the ahem twmd profcrtr Cmrlrach

Trdrrg-GTrCeC rg~ fvdlyff IC-

Isdlcnle Ift~ ttsgat Anrr ani or I'ercentnge tmd Ihc Vtrml of I'ayment for lite above delrrlhcd Cotnmodlilesf gwvtrew

X Sf, VINO dO

itf moro apnea fs needed le Ibliy describe MAYBE Finn's proposed seeps ofwwk andior payment tchedtde, uilscle additional theole)

1st I', IINIyygglGNBB PAIVIN gg ACBSg gem Ihh Leger of in tun wgl bewwle o bfn ding Subcwmset Agresmcttl «ondilioawl ugm gto

Bide cmrpro poser'a receipt ofa sianul contract frow lhe Cent ay ofCook. Vlmifndcwigncd psnics do slee certil'y gmt they dN not sgis dmir

~Ignst urer la gris dmamwtf angl all areas under Description ofScrvhe ISupply and FeriCost were completed,

plrmgtllllg

Dolt E Dale

Subtwlhtffdodau ". are

gtts~vflsysf . 'kffNelwy Publir

gubggthtd end twornhefere ala

ibis af~Notary PrtNto~

BFI

gACY5I MipftlfIIIffggg 'IfIAVS,QF S.UNDE

@4Ye mg

Ifii'/ Mtgf

DEPARTMENT ol'RocuREMENT SKRvtcas

CITY OF CHICAGO

Ms. Christine Chung-HurleyHorizon Contractors, Inc.7'l2 West Root StreetChicago, II.00809

Dear MS. Chung+urley:

We're Pteaaed lO in(<ann;yeu thgt,f<forlZPR Den(Tao}ere:,:fnes has bjien reolfliffed BS:aINIIIO<rftjj Btfefneee Biitby(}ties ("W8I5PI'j:attd yyetnen Bt}alneee Bri(sr(id<as ("thfBB<".}'ByztiieCity bf Bhioagd ("City'). 7hte IIIIBBI0IIBE:C6088oettcn.!aV~alld uritil 1itf20IIS",'hc<WeVSr yOur'<ll'rIIYE

.csrggcfdtori mtiat be revaltdated ahhualiy, In'ths (Iast the;city has p<rovMetf you with an,annabelletter confirming your certification; such letters will no tonger bs Issued. As s consequenoe;.00srequire you to be even more diligent In filing your annual No-Change Affidavit 80 d'ays bet(ore

your annual anniversary date.

It ls now your responsibility tc cheek the City's ceitlficatlon directory and verify your certificationstatus, As a condition of continued celtlfioatton during the five year perled stated above, youmust file an annual Nc-Change Affidavit. Your grm'0 annual No<hangs A<fffdavlt is due by1I1I2015, 1ifi2018, snd 1I1I2017. Please remember, ycu have sn affirmative duly to file yourNo-Change Affidavit 80 days prior to the date of expiration. Failure to file your annual No-Change Affidavit may result in the suspension or rescission of your certification,

Your firm's five year certification will expire on 1I1I2018, You hilve an affirmative duty to file forrecertificatlon 80 days prior to the date of the five year anniversary date, Therefore, you mustfge for recertlfication by 11I112017.

It Is httportiht to note thgt ydu also have an ongoing sfgrmstlve duty to notify the city of anychang'as,in bwnsrshlp dy control of your 8im, or any ether fact affedlhg ydtir'firm YI eliglgli}Q (otr

certiffcatlbn aylthln 10 dhys 'of such sheriffs, These changes may lllaldds but are nsl Ilhtite'd<tb

a change of address, change of business dttuctttrs, dhange In cwnerstdp or Ownershipstructure, change ol business operations, gross R00eipts ahd er-:personal net wolth that exceed.the prcgram1hreA)ld. patttae to ilrovlde the city wlgi tintdty.negce of such changes may result.fn the euspansfo<n oi re<scibslpn of Ydu'r ceitlfidrdfdn. In addition;.ycu msy ba liable for divi!penalties under Chaptsf 1-2i2,<Falsb Clelms", of the Municipal Code of Chicago,

Please note —you shall be deemed to have had your certification lapse and wgl be Ineligible toparticipate as s BIBENIIBE if you fail tc:

~ File your annual No-Change Afgdavit within the required time period;e Provide financial or other records requested pursuant to an audit within the required time

period,'

2 I NoltTI I LASALLE STREET< ItOOM 006<'CHICAGO< ILLINOIS 60602

Horizon Contractors, Ino. Page 2 of 2

Notify the City of any changes affecting your firm's certtgcstion within 50 days of suchchange; orFits your receigfication within the required time period.

Please be reminded of your contractual obligation to cooperate with the City with respect to anyreviews, audits or Investigation of Its contracts and affirmative action programs. We stronglyencourage you to assist us in maintaining the integrity of our programs by reporting Instances orsuspicions of fraud or abuse lo the City's Inspector General at chlcagoinspectorgsnsral.org,or 888-IG-TIPUNE {866.448%764).

Be advised that if you or your firm is found to be involved In certification, bidding and/orcontractual fraud or abuse, the Ciiy will pursue decertlfloation and debarmsnt. In addlilon to snyother penalty imposed by law, any person who knowingly obtains, or knowingly assists anotherin obtaining a contract with the City by falsely representing ths individual or entity, or theIndlvlduai or entity assisted is guilty of a misdemeanor, punishable by incarceration In the county.

Jail for a period not to exceed six months, or a fine of not less than 86,000 and not mors than810,000 cr both.

Your firm's name will be listed in Ihe City's Directory of Minority and Women-Owned BusinessEnterprises in the specialty area(s)

of,'AICS

Cods(s}:236210 —Elsctdcal Contractors

Your firm's participation on City contracts will bs credited only toward lllllnority BusinessEnterprise and Women Business Enterprise goals In your area(s) spedslty. While yourparticipation on City contracts is not limited to ycur area of spedalty, credit toward goals will begiven only for work that ls self-performed and providing s commerclagy useful function that Is

done in the approved specialty category,

Thank you for your Interest In the City's Minority and Women-Owned Business Enterprise(MBE/WBE) Program.

Sncerely,

t Officer

COOK COUNTY GOVERNMENT LETTER OE INTENT (SECTIOPI 2)

bfDV(<E Mrmt + +,Cvrdfytag Agency;

Address<~~~8tdmhn<c< .yhlDd(- Cmc(gcntlongsplrngaupetc< DS(ymr y y7Cl@ISIABII, 'f- @em<sun. Wul .Etp< Fed<6(cu", PEINgt i4 1 dyt yk .'Mtdrphasm-'Efvb dpp(p ~p<m<'Bf<popStp~ Cm«uet pmson t~ E t<o<hf"ci<

En<uU: M fvhcymc" m .~peBmmm4B'M cuntvaci p<

Purticipuiten< Q'D(rect I I InMrec(

IVI!I <hc b!AVI<B llrm he cubes ntrucgng uny sf the performance of Ihb contract le one<her lirnd

[rYI No I I Ym ~ Please it<loch espiuaatlot<. Prapn<mlSubeaa(rach<m

The unde v<igned ht(IVllE Is prepared!a prov im< the fail onlag Commodl <le< (Scrviccs far the aho<u numd proitct( Contrast

h<dlcole <he Dugsr Amount, ur Pcrcenlncc, end the Ternm af Paya<cut Far tha obuvectcscrlhcd Can< madhicsl Scrvlcm<

Bfmora space ls necdml to lblly describe WNBB F(m fr propo«d scope ot'nark sntpor psymeni sehnlule, agncli a<hilt(anni sheets)

THE UNDERSIGNED PARTtBB AD<RES dmt this Lcitcr of Intcat <vig bmome a binding Sabconiract *greemcen condhloned up<

Bidden(Proposer's eccelpl oF a signed con<rem liam Iho Cauaty af Cask. 'I'ha Undersigned Psalm da eisa certify the< <hey did uo< nf(

signator<a to this deems en< un <B all armm anger

Dc<ado�(ion

nf

Service�

(Supply and Pee(Cmt ne<'a curn plated

S(gnagtogh(AVE+g~

Sgr df dy i'I (".

Firm Name

Dote

nv<bpll S~ Subjpibydund< wbm bi(bmma

dd~wkyaf wbn< 420~.Nmary Public

SEAL

<u~nvVMh)AEUI

0(getslinis(y Pabge-

My Catn<tilcsltin Ekp

SEAL

JUL 98 20I5

DRPARTMRN'1 0P PRCOURRNRNR SRRvrcs8

cnrY ov cHIGAo0

Reymundo Rivers, JuniorCSI 3000, Inc.3466 South Archer Ave,Chicago, IL 60608

Dear Reymundo Rivers, Junior,

We are pleased to inform you that CSI 3QQQ, inc, has been recertified as a ltlifnority-Owned Suslnsss Enterprise ("MEE"l by the City of Chicago ("C(ty"). This IIIIEEcertification is vaild until 8/1/2021I however ycur firm'6'ert//Ication musf km revalidatedannuaily. In the past the City has provided you with an arinual letter confirming yourcsrtlfloa8on,'uch letters wiil no longer, be issued, As a conssciuencs, we require you tobe even more diligent in filing your annual No-Change Affidavit BQ days before yourannual anniversary date.

lt is nQw your responsibility to check the City's certiffsathn directory and verify yourcortifipathon status; As 0 condition of continued csrtiflc'atloh during. the f(ys year periodstated above, you must file an annual No<hangs Affklavit, Your firm'6 annual No-Change Affidavit is due by 8/1/2017, 8/1/2018, 8/1/2019, and 8/1/2020. Pleaseremember, you have an affirmative duty to file your No<hange Affidavit 80 days priorto the date of expiration. Faifure to file your annual No-Change Affidavit may result in

the suspension or rescission of your certtffcatton.

Your firm'6 five year certlffcaticn will expire on 8/1/2021. You have an affirmativ duty tofile for recertification 80 days prior to the dale of the five year anniversary date.Therefore, you must file for recsrtification by 8/1/2021.

lt is important to note that you a/so have an ongoing Bf(I/mattve duty te'notify the city ofany cha'ng'ss ih ownership or control of your firm, or any other fact, affe'cting your firm's

ellglbi(lty, fOr certification within 10 days of such change. These changes may includebut 'are:not (lm(tsf( to a change of address, change of business structure, change inownership or ownership structure, change of business operations,.gross rs jerf pts:enderpersonal net worth that exceed the program threshold, Failure to.preV(de"the City'Wffb

timely notice of such changes may result in the suspension or 'rescission of yciiir

certification, In addl8on, you may be liabie for civil penalties undei Chapter 1-22, "FalseClaims", of the Municipal Code of Chicago.

1R1 NORTFI I ASALLR STREET, ROOM 606, CHICAGO ILLINOIS 60606

CSI 3000, inc. 'JV}. Sf}NI5 Page 2 of 3

Pfesae note - you shall bs deemed to have had your certification lapse snd will beineligible tc pgtgclpste as a INBE if ycu fail ttx

Fife your annual No-Change Afffdavft within the required time period;~ Provide financial or other records requested pursuant to an audit within the

rsquIAKI time per}crt)~ Notify the City 'of ariy. changes affecting your firm's certification within 10 days of

such change; or~ File your rscertificstion within the required time period,

Please bs reminded of your contractual obligation to cooperate with ths City withrespect to ariy reviews, audits or invseggsticn of Its contracts and affirmative acgonprograms; 'Vlfe strbngly encourage. you to- assist us in maintaining lhe Integrity of ourprograms by reps/ting Inst''ces oi'usplskfns of fraud or abuse to the city's inspectorGeneral at chfcagotnspsctorgensral.org, or 866-IG-TIFLINE (8684484764}.

Be advised that if you or your firm is found to be Involved In certification, bidding and/orcontractual fraud:cr .abuse, the cify will ()ursus dscsrlffkiation and: dsbarmsnt. In

addtgph tc 86'y other penalty Imposed.bye, any perifon'who know'Ingly obhxns, cr}tnowfngfy rtsifats'another'ff obtaining a.csntrect with the:cgy"by false}y feprsssnttngthe individual cr entity, or the: Individual or ehtity assfated is guilty of a misdemeanor,punishable by Incarceration in the county Jail for a period not to exceed six months, or afine of not less than $6,000 and not shore,than $10,000 or bath,

Your firm's name will be listed in the City*a Directory of Minority and I/I/cmsn-OwnedBusiness Enterprises in the specialty area(s) of;

NAICS Cods(s):237310-Asphalt paving (i.e., highway, road, street, public sidewalk)237310- Concrete paving (i.e„highway, road, street, public sidewalk)237310- Curbs and street gutters, highway, road and street construction237310- Grading, highway, road, street and airport runway237310- Painting lines on highways, streets snd bridges237310- Road construction238110- Concrete finishing238110-Concrete repair238110- Concrete resurfacing238110-Footing and foundation concrete contractors238190- Concrete form contractors238910 - Excavating, earthmoving or land clearing contractors238910- Grading construction sites238120 - Concrete reinforcement placement238120 - Iron work, structural, contractors238120 - Rebar contractors238990 - Asphalting, residential and commercial driveway and parking area2M990 - Parking lct paving.and sealing2M990 - paving residential and commercial driveway and parking lot238990 - Sidewalk construction, residential and.cbmmsrcial2M130 - Carpentry, framing2381M - Foundation, building, wood, contractors

JUL Sf) 2())6CSl 3000, Inc. Page3of3

561730 - Landscape installation services661730 - Snow plowing services combined with landscaping services (i.e., seasonal

property maintenance services)484220 - Dump trucking (e.g., gravel, sand, top soil)238390- Caulking {i,e„waterproofing) contractors238380- Dampproofing contractors238390- Foundation dampproofing (including Installing rigid foam Insulation)

238350- Cabinetry work performed at the construction site238350 - Finish carpenby

Your firm's participation on City contracts will be credited only toward INtnority.Owned

Business Enterprise goals in your area(s) specialty. While your participation on City

contracts is not limited to your area of specialty, credit toward goals will be given only

for work that is self-performed and providing a commercially useful function that is done

in the approved specialty category.

Thank you for your interest in the City's Minority and Women-Owned Business

Enterprise (MBEIWBE) Program,

Sincerely,

First Deputy Procurement OfficerRBlmh

COOK COIINTY GOVERNMENT hETTER OII'NTENT (SECTION 2)

~Id'a d/AGEM/WBB Mrm: 'fctiret/5/rd fn '5'r'y 4 Ccrgfylub Agencyt@y Ef f M 68aC/AWAddrcm/9MA ''Bi! Sld ~f Crrrigcadea fgratl, Dater X/D'/rux/ydrcftyfgttdei'/2II/S/rs; Wi ., @UI.I D'fo5 O',, BBBDI+ '< Pl'dN S".9:Phescif"@dIIW P3A,I/tm S)TEI-BISsContemp<nous Idittpfgkf IE Sitk@Sad 5u/ASMBmsgt , Canlmmgt

Psrgclpsgon: f)IIDlreci I ]iadlrectYt/Bt the MDYBK Bren be aubcontr sating sayer the pmfmmaacc of tide coo tract to eaalher fnmt

Ixtti tie I 1 1/m-Pleats nltnch exptsasrierx Prspoced Subcontractor/

fhc uudemlgned Mllv Bg h prepared io prorhk ibe fagowlug Conuno@dm / Servlcm for tbc shove as md Pro]ect/Contract/

PLY//riu8tAC- ~~.~za~yhveyddAtX

ladkatO Ihe DOllar An/Ouatr Or Percentage, Sad thO Ternte Of Paymeat IOr the abOVe deeerihsd Csmntsdltlte/BemiCCII

V /II4, gl:ayhPO~ gc~frrH ~UP ednEI, yymcs

9

(ifmoro specs lc neelot coolly describe ht/Y/BB phm's p/opmod scape ofvmrk snd/or peynumt cchedulo, anaoh edditlonel shmie)

fotter Itedgbeeomo s binding gubcmdreetAgmement mmdkioned upon the

Id/tyof cbok. Uhe vudcmityted pmlies do slco eedlty thst Ihaydld nato/du their

emrl ptlen ofServhu/Supply sad Pee/Cost tverc completed.

Sfgmdb/a~Iitddcr/Pm~

5 ttsme - print'

'I/Mh/IJSPaIBISyt P4~%wG>~4 - A- ty~~t @ha~

(dngpigtp/drsridt 1.Edfc4 alt/SbrDate Veto

SBAV

bombed and cnom befme mcof~tyyubgo Cemn m

OA@f;OUI;.f/flak%

i'/df'/ fdyfAIS NtdYC/OBSSSUtDBSNPUI@cyiigf/8'

DEPARTMENT OF PROCUREMENT SERVICES

CITY QF CHICACO

Kelth BrandenburgerBrandenburger Plumbing inc,3245 W. 111sSt.Chicago li 60655

Dear Keith Brandenburger:

We ars pleased to inform you that Brandenburgsr Plumbing lno,, has been recertified asa 8ltlnorlty-Owned Business Enterprise f"ItZBE"), by the City of Chicago ("City"). This8IIBE certification ls valid until 12I01I201$; however your firm'0 certification must berevalidated annually. !n the psst the City has provided you with sn annual letter confirming

your certificagon; such letters will no longer be issued. As a consequence, we require youto bs even more diligent in Ning your annual No-Change Affidavit 80 days before yourannual anniversary date.

it is now your responsibility to check the City's certlffcatlon directory and verify yourcertification status. As s condition of continued certification during the five year periodstated above, you must file an annual No-Change Affidavit. Your firm's annual No-

Change Affidavit is due by 12I01/2016, 12I01/2016,12lgfl2017, and12I01I2018, Pleaseremember, you have an affirmative duty to Nle your No4hangs Affidavit 80 days prior tothe date cf expiration, Failure to file your annual No-Change Affidavit may result in thesuspension or rescission of your certification.

Your firm's five year certification will expire on 12I01I20'lg. You have an affirmativ duty tofile for recertlfication 80 days prior to the date of the five year anniversary date. Therefore,you must file for recertlfication by 10IO'l/2018.

it ls important to note that you also have an ongoing affirmative duty to notify the City of snychanges in ownership or control of your firm, or any other fact affecting your firm"s eligibility

for certification within 10 days of such change. These changes may include but sre notiimited to a change of address, change of business structure, change in ownership orownership structure, change of business operations, gross receipts and or personal nstworth that exceed ths program threshold. Failure to provide the City with timely notice ofsuch changes may result in the suspension or rescission of your ceitificafion. In addigon,

you may be liable for civil penalties under Chapter 1-22, "False Claims", of the Municipal

Code of Chicago.

12I NORTII LASAI.LB STRBBT, ROOM 806, CISICAOO ILLINOIS 60602

Brandenburger Plumbing Inc, Page 2 of 2

Please note - you shall be deemed to have had your certification lapse and will beineligible to psrgcipate as a MSE If you fall to:

File your annual Nc-Change Affidavtt within the required time period;Provide financial or other records requested pursuant to an audit within the requiredtime period,

e Notify the City of any changes affecting your firm's certification within 10 days ofsuch change; or

s File your recertlficatlon within the required time period.

Please be reminded of your contraotual obligation to cooperate with the City with respect toany reviews, audits or investigation of Its contracts and affirmative action programs, Westrongly encourage you to assist us in maintaining the integrity of our programs by reporgnginstances or suspicions of fraud or abuse to the City's Inspector General atchlcagoilnspsctorgeneral.org, or 888-IG-TIPLINE (888-448%754).

Be advised that if you or your Arm is found to be involved in certification, bidding and/orcontractual fraud or abuse, the City will pursue decertification and debarment. In additionto any other penalty imposed by law, any person who knowingly obtains, or knowinglyassists another ln obtaining a contract with the City by falsely representing the Individual orentity, or the individual or entity assisted is guilty of a misdemeanor, punishable byincarceration in the county jail for a period not to exceed six months, or a fine of not lessthan $5,000 and not more than $10,000 or both.

Your firm's name will bs listed in the City's Directory of Minority and Women-OwnedBusiness Enterprises in the specialty area(s) of:

NAICS Cods(s}:228210- Pfumblng Contractors

Your firm's participation on City contracts will be credited only toward Nllnorlty-OwnedBusiness Enterprise, goals in your area(s) specially. While your participation on Citycontracts is not limited to your area of specialty, credit toward goals will be given only forwork that ls self-performed and providing a commercially useful function that is done in theapproved specialty category,

Thank you for your Interest in the City's Minority and Women-Owned Business Enterprise(MBEAVBE) Program,

erely

le L. Ftheeief Procurement Officer

/whm

COOK COUNTY GOVERNMENT LETTER OF INTENT (SECTION 2)

ht/>VBK Plrau Aututhn Cenetfubt(O>PSS>VICae;bio Certitytng AgcscD City Of ChiCa&O

Address> 449 Bttauhcwor Luna South Corlilkedoa Esplrntlon Dnte> 10/dg/3017.

City/Slnle> Lombard. IL zip> 6014S VEIN& >36-4035883

Phoae 689>588.9585 Pnm SBB-&t>gct>BBB Contact Person> Susan Nshoh

Ka>ntt:~n.notens>me>u>n»evoneivnm>ne >v>o> Contract//>

Pcrtldpntloe; i X (Direct ( t indhuet

tvltI ii>e hf/>YBE srm bc sub co at reeling sny of tl>c perfo>mense of >hi> cosirnct lo m>other ilrmr

( (No gf Yee *Pteeeo nltsel> esplnnntlos Prsposel &ubeoalrnctom '4hCA'Pfv>@kdv( /MA49". 4A

Thc a adcmlgsed &IAVBE le p repnred to pmvl de t ho relieving Caen>odltlcs / Scrvlees for ihc name nnuul Project/ Conirnch

Mechanical work

Ingle nm the Dollar A>noun>, sr Pe>ventage, and tl>o Tot>ns of Paya>est lbr lhc n bove described Co>maedlt lee/ Sew'lees>

4,:b u.~ (,tan/>IS >(e&s>i>>

(If mom cpnce is needed to fully describe M/WBB Pl mt'e proposed scope of work end/or payment ached ulo, o>tech additional shee>s)

TIIE UNDERSIGN PD PARTIES AGREE that this Le>te of Intent >vgl b ceo>ao o binding Sn been lrnct Agreement cm>ditioaed uyo

Bidders/prop over'e receipt ofn sigaed cm>tract ttom thrcbun>y of cook. Tbe Lhadorelgned perlics do also certity thai they did not nit

slgantares lo tl>le dccun>eat aaill nil nreae uader Description ofSemlco /Supply and Pedamt >reve co>nplete>l.

Signature�(M/>YBB)

guano NabonPrlat Nemo

Autumn Construction Services. Inc,

Pim> Nenm

~09ja& Za(6Date

'-"'N'ANW"~;PrintNuae

r-.u. P. ~4Pion Nsee

~ j&ubeelbed ead evom be fore >no

uds 8th dnyu+fgb t~anibg -"~SBAL

Subsctg>ed aud sworn before wc

tbts&Ybey Of~ IC >t>/b

Note>y Peblic .'~v

&BAL

OQIL

IBOIS>t>kE

ttt8(h" '7/tb

DEPARTMENT 00'ROCUREMENT SERVICES

CPPY OF CHICAGO

JAN f 26(4

Susan NelsonAutumn Construction Services, Inc,1400 E. Touhy Avenue, Suite 417Des Ptalnes, (L 80018

Dear Ms. Nelson:

We are pleased to Inform you that Autumn Construction Services, Inc. has been recertifiedas a Ifl/omen Business Enterprise ("WBE") by the City of Chicago ("City"}, This EBSceittflcatlon is valid untl! 10/15/201y; however your flrnA certlflcatlcn must bs revalldatsdsnnuagy, In the past the Cfly has provided you with an annual letter conflrmlng yourcertification; such letters wfll no longer be issued. As a consequence, ws require ycu to beeven more dllgent In filing your annual No4:hangs Affidavit 80 days before your annualanniversary date.

it ls now your responslbllfly to check the Clly's csrtlflcatlon directory and vergy your certlflcaflonstatus. As a condition of continued csrtlflcaflcn during ths flve year period stated above, youmust ffle an annual No-Change Affldsvit. Your firm's annuaf No-Change Affidavit ls due by10/1 5/2014, 10/16/2015, and 10/16/2016. Please remember, you hsvs an atflrmatlve duty toflic your No-Change Affldavit 60 days pdcr to the date of expiration. Failure to file yourannual No-Chang» Affidavit may result In the suspension or rescission cf your cerllflcatlcn.

Your firm'0 ihre year certlflcatlon wll expire on 08/15/201 y. You have sn afflrmatlve duly tc tflsfor recedlflcstlon 80 days prior to the date of the five year anniversary dais. Therefore, youmust file for recertlficailon by 10/15/2017.

It Is Important to note that you also have an ongoing amrmatlve duty to notl/y the City of anychanges in ownership or control of your firm, or any other fact affecting your fir's eflglblllty flrrcsrflflcation with(010 days of such change. These changes may Include but «re not limited toa change of address, change of business structure, change in ownership or ownershipstructure, charee of business operations, gross receipts and or personal net worlh that sxcssdthe program threshold. Faflure to provide the City with timely notice of such changes mayresult in the suspension or rescission of your cerlBcatlon. In addition, you may ba liable for civilpsnaltiss under Chapter 1-22, "False Claims", of the Municipal Code of Chicago,

Ph2ass nots -you shall bs deemed to have had your csrtlflcaflon lapse snd wE be Ineligible toparticipate as a WBE If you fall

to.'2

I NORTH LASALLE STREET, ROOM 006, CurCAOO.1LLINorfl 60602

Autumn Construction Services, Inc. Page 2 of 2

e File your annual No*Change Affldavit within the required time period;o Provide financial or other records requested pursuant to an audit within the required

Sme pedod;o Notlly the City of sny changes sffecflng your firm's cergflcation within 10 days of such

change; orv Flic your recsiflflcatlcn within the required time period,

Please be reminded of your contractual obligation to cooperate with the City with respect to anyreviews, audits or investigsflon of Its contre'cts snd afllrmaflve action programs, We stronglyencourage you to assist us tn maintaining the integrky of our programs by reporting instancesor suspicions of fraud or abuse to the City's Inspsotor Qensmt atchloagolnspsctorgensral.org, or 888.IQ-TIPI.INE {888~<784),

Be advised that if you or your firm is found to bs Involved in csrflflcation, bidding snd/orcontractual fraud or abuse, the City will pursue dscertlflcaflon and debarment. In addition toany other penalty imposed by Isw, any person who knowingly obtains, or knowingly assistsanother In obtaining a contract with the City by falser/ representing the Individual or entity, orths Individual or entity assisted Is guilty of a mhtdemsanor, punishable by Incarceration in thecounty jail for a period not to exceed six months, or s fine of not less than $5,000 snd not morethan $10,000or both.

Your firm's name will be listed ln the Citjj's Directory of Minority snd Women-Owned BusinessEnterprises In the specialty ares{a) of:

NAICB Code(s):238220 - Construction Management, Cornmerclsl snd Institutional Bugdtng238220 - Mschsntcat Contractors844330 - Engineering Design Services541820 - Environmental Consulting Services

Your firm's participation on Cfly contracts wig bs credited only toward Women BusinessEnterprise goals In your area(s) specialty. While your psrgcipsflon on City contracts ls not

flmited to your ares of specialty, credit toward goals will be given only for work that is selt-performed and providing a commercially useful function that is done in ths approved specialtyostegory.

Thank you fcr your interest In the City's Minority and Women-Owned Business Enterprise{MBE/WBE) Program.

Sincerely,

JI.R/sl

COOK COVNTY GOU<<ERNMENT LETIER OII INTENT (SECTION 2)

ht/<USE p<im<.f)88 Cbngbtbt~)d .Inc.hddre<w SSEUU. AdnntSStrant. Sultn

268'ttf/statm,Qhlcnco.IL sly< Rnnofphono< /s12I 788 8282 yhs< /812bpsssst2smng< ~SSUmgUEB<I<aaotm

Cert</fmg hgencm ~OIL Of C)t)USUO

Ctr Ugeethm Ssplrsnoa Dato< Jggg/2O18pglnp< 88 ngdddp)b

Contact youse < Atlu<m Swann

Con<met<a OO COO Cgntn Cbr S)sic)i/<t

pargclpsnem I x ]Direct ( ) Indirect

UPIU the fdp//SU snn ha subcantracilng er<p ef the porformsuee sf tbgcccnirsct tc snelber Smut

Ix) No I ) Ycc-atm<ca<tee<< cap<anat<ms preyoscdsubcoshnctor<

'fhouadmelgued hi/et<Us Is pieynred lo ymelde the foitowlngcommodgbr /services Ibr ths above namdpa<)cct/ coslrncb

~Envl ants)AS<SSIDUR~SS~)~nrn ht 6 AIr Stunt<1/nn

indicate lhe DoUsr hmeunt, sr pcreanl age, m<d <ha Terms et paymene for the above described Cems<odllle</ germcm<

~26,426 )SSS)

of<now specs Ie nowled <o gib decor

Urn/A/<UBU'plnuh

pmposed oeoys ofnark sod/a< ysrmest schedule, susen addhleael du»<s)

TBU IU/Dn<stcdcnn phlpftpd< hongs Um tbb geger oflatontwmbcmww s blad lng gulmmbsm hg<cemn<t o<wdldescd upon <ho

Bidders/P<' at 'on<mm Samtbc Coun<f ofCookTho unde<a<aced Pmgesdoabo many<bet <hepdbt sot etna <heir

signs<sr<etc nmuntn UareasuaderDcmrlpnsnafgendca/supylrm<dPee/coclwerecomplcted.

Slgo stem(MRUSB)

naPdatnenw

~66 'o ul/gn)g. Ing.

Pbm Nemo

J)ESS/PitdhDate

Uubtoribcd cml swmabe/ammo

tbb2IU dnjn/EE<~gdggNote<US@I/o'4<

gghb

Nms<f putdb

OFFICIAL SEALDAWN L CAPONALE

/tOfARV PUBLIC-BPAIEOPIILIUOIBBY COMI IBBIOUEXPIRES06/0//lg

Slgas<moE<hcaSliMcdyrdposbO')s *

:Ma. 9 ~'-o/v,/rz

CITY OV CIIICAOO

Cpptcj, oe Coups,r~weH

March 28, 2011

Guil tenno GarciaGSG Consultants, inc.855 W. Adams - STB200Chicago, IL 60607-3019

Annual Cer tiTicate Bxpires: March I,2016

Dear Guillermo Garcia:

We are pleAsed to inform you that GSG Consultants, Inc. has been recertified as a Mhiority

Business Enterprise (MBE) by the City of Chicago. This certification is valid until March I,2016; however your firm must be rc-validated annually.

As a condition ofcontinued ccrtificatlon durhig this five year period, you must file an annual

No-Change Atfidavit. Your firm's No Chmige Affidavit is due by March I,2012. Please

remember, you have an ASirmative duty to file your No-Change AAidavit 60 days prior to the

date ofexpiration. Therefore, you must file your No-Change Affldavit by January 1,201?.

It is important to note that you also have an ongoing affirmative duty to notify the City ofChicago of auy changes in ownership or control of your firm, or any other fact affecting your

firm's eligibility for certification within 10 days of such change, These changes may include but

are not ilmited to a change of address, change of business stmoture, change in ownership or

ownership structur, change of business operations, and/or tpuss receipts that exceed the

program threshold.

Please note —you shall be deemed to have had your certification lapse and will be ineligible to

participate as a MBB/WBH/BBPD ifvou fail to;

file your No Change Affidavit within the required time period;

provide financial or other records requested pursuant to an audit within the required time

period; ornotify the City of any changes affecting your firm's certification within 10 days of such

change.

Further, ifyoii or your jlrvn is found to be involved in certljlcation, bidding and/or contractual

fiant/'0t'ttbuea, ihe Ctiy alii pursue daaey@ketton ond (/tlbatvnent. Anti tn addit(on to atgt 0/her

/renalj<'b'nPOSed by, tate) ahy Permian 4(O'tnelng5 dbttt(ner Or bnaiybtg(y qeetets tinct/ier ln

obtairiing, a contract with the.cl(y, byfalsety rttttresentthg thin,thb:fltdtvtdnal or" bttttty, oi.'helndlvidadl or entity assisted, is a minority-oivnetfbtetnere:.or a wotnan-oI Vned bt'tsttteeg ts:tfutlty

333 S. Siuie Sc,, Suite $40, Chicago, II, 60604 ~ (312) 747 7778

www.cityofchic ago. org/compliance

DEPARTMENT Ol'ROCUREMENT BERViCES

CITY OF CIIICAGO

August 22, 2016

Guillsrmo GarciaGSG Consultants, inc.S56 West Adams Street, Suite 200Chicago„ ll 60807-8019Em el(:,d~rlarclttttttftstt.ttonsultants,corn

Dear Gulliermo Garcia:

This letter ls to inform you that the City of Chicago has extended your status as aNllnority- Owned Business Bntsrprlss (I}BB}until September 22, 201B. We areproviding this extension to allow enough time for you to provide any additionaldocumentation that your applicatlcn msy be missing sndfor for our office to completeour review of all of the submitted documents.

This extension doss not guarantee sgggsltfty ln lhs program but will act as a courlssyextension untli processing has been completed.

1'tease present this lsusr and a copy of your last csrliTication isttsr as evidence ofyour certification with bid document submlttals as needed.

lf you have any questions, please feel free to contact our office at f322}744-4900,

Sincerely,

George Coleman Jr,Deputy Procursmsnt Officer

GC/vlw

Eu NORTH l ASALus STREET, ROOM 006, CHlCACO, ll 1 INdlS 6060?

Page 2 of2

ofa tnlsdetneanor, punishable by incarceration ln tire countyfail for a period not to exceed sixtnonths or afine afnot less than 35,000,00 and not more than $)0,000, or both.

Your firm's name will be listed in the City's Directory of Minority Business Bnterprises aadWomen Business Enterprises in the spechdty area(s) of:

NAICS-236220t CONSTRUCTION MANAGEMENT, COMMERCIAL ANDINSTITUTIONAL BUR DING

NAICS-238910; SOIL TESTDRILLINGNAICS-541330l CIVIL ENGINEERING SERVICES

NAICS441380; GEOTECHNICAL TESTING LABORATORIES OR SERVICESNAICS441620: ENVIRONMENTAL CONSULTING SERVICES

NAICS-541620: SANITATION CONSULTING SERVICESNIGP-91813: ASBESTOS CONSULTING

NIGP-94849: HYGIENE SERVICES, INDUSTRIAINIGP-96148t LABORATORY AND FIELD TESTING SERVICES (NOT OTHERWISE

CLASSIFIED)

Your flrm's participation on City contracts will he credited only toward MBE goals in yourarea(s) of specialty. While yow participation on City contracts is not limited to your specialty,credit toward goals will be given only for work done in thc specialty category,

Thank you for your continued interest in the City's Supplier Diversity Program.

Sincerely,

!B]GQH GININyy(I(ytf(]]BN~(IEI(gl]gy](QQ]((]If@

MASSE Rnm Enrrmnlnrndsfoeatgnintemagodmhm.

@@m, 33 VV.Monroe SL,Sta.1626

CBNSwi . Chicano, ILyt

Ocean

ph~ S'l28431aoe y „, 312 3460MO

Enud; cvdefritn'cgyerndoabt

psmdpagan: (X ]Otrod ] ] lndtwl

Cerghbrg Atpnctc Cgyof Chicago

cerggcaeon Exptrsgon orna: sr«rxo«

FEIN B; 333263113

Clelro M. Wll tameContact Person; .

NH Iho MIWSE gnn lw aabccrdmcting any ot Ihs perfonnance of gde aonlmat to another Brmf

( ]No (X]Yaa-Plesaeogech oxplanagon. Pmpnxid Subccnlractan Utybtntetrmgcnhtrvrbeaioe Veegng Lobriretortob

The under clgrwd MIVIBE k propamd lo protero ihe fcgowlng CommodgleeSwvkss kr tha above named Prciedi Conlrach

Envlronnwntal have rrtoue materiate, naboaloa, teadernaed paint and mme eunreva el DMalon 3bundles prior to )te rmmoeuan,

brdtcrdo !ho~or~,snd gm]SOBBE(ygtgttgg] fcr Bm sbcvedcecntod CommedgiaalSorvlcea.'20,000.

elfin dove Imm receipt or pnvrrwnl be owmrr

gf rnom epxrw lc ncedod fo itrtty rbrcribe BIANE Fgmb prcyoesd eocye rdnalh andre payment ecbadurn egmh cdrilgbnd sbsek]

'Prime~Apl+

PrbSNgme

'""K P'~seJFinn Ntme

9kb(.

Io M, Vggame

pibn Nemo

Enancnmenlal Deelcn inlamegonal InOr

Finn gama

INE UN DERE IQ RED pANFIEB ACRES that thta Ieger of Intent wgl toccnm e bing ag subccnlrsel Agreemenl ccnxfgcnod upon Ihe Bldderl prcpoooya

ofn signed contract fmm Ow Cauniy of Cook vhe Undereltyel Pmgso do alas corNy Bmt Bwy rgd not amx their elpadwse to Ne dwumenl uns

under Ooccrlpllonafgowkol SupplysndFeelCoetwwn completed,

mmmtursgltyWE]

Subawtbod and belore ms Subacdbed and sworn bafme ms

Bda vmday optprcbrx ' n Ihh~r,n('

SL . Sggb

ANBS(AEIyiNADNS' A~ioiivo@K „@I I

'DPFICI,. A'L .StASECF]tk!IINote+rAIMfig4fegf Irlnrele NBA~<'bgrigteffpitig((g(IN"tg 'f

.My ornirl de uMn xpNrm Mw(8](hg

Mey Os,;gets

Dnnnnvarnxv cn Pnccvnn3rnxv Snnvrcns

CITY Ov CHICAGO

SEP 38 00M

Deborsh SawyerEnvironmental Design International, Inc.33 IA/sst Monroe Street, Suits 1626Chicago, IL 60603

Dear Dsborah Sawyer;

we are pleased to inform you that Enviaomnental Benign tttterndtfontd, Ino. hat: b0enrecertified as a lllllnortty~sd SustnsW 8ntsrg@sg pN88"j,and Women.~etBusiness Sntsrprtse ("WBE")by the Cliy of Chicago fCi~. This MSE/W88 csrggcstlcnis valid until 9/15/2019; however your firm's certification must be revalidatsd annually. In

the psst. the City has pevided you with,an.annuil let!0r, oonllimlng your oaNSiatipn,'uchletters w'ill.no longei'e lsaoed. As a aon99'ttuende, v'fa'rsttutre.yoo tb 60 even,moiitr dill(antirr 8IIW yours'nnual No.Change Afftdavlt 00 days bsfom yodr aontef ann!vermtydite.

it ls now your responsibility to check the City'e cart/gcagon directory and verify yourcertification status. As a condition cf continued certNcaBon during the five year periodstated above, you must file an annual Mo-Change ANdavlt. Your firm's annual No-ChangeAffldavlt ls due by 9/15/2016, 9/16/2010„0/18/201T, and 9/18/2018. Please remember,you have an affirmative duty to,flls your N~hangs Afgdavtt 00 days prhr to ths date ofexpiration. Fagure to flic your aftnuaf No.Change Affidavit may result in the suspension orrescission of your certl6catlon.

Your firm's gve year certNcation will expire on 9/15/201S, You have an aNrmstive duty tofile for recertlgcatlon 80 days prior to ths date of ths five year anniversary date. Therefore,you must flic for recsrtlflcatlon by y/18/2019.

It ls important to note tha'I;-you'also have an ongoing aN~ duty to notify the city of anychanges In ownership. orconfml of your flrtn tg any other fist%sating your grm's eligibilityfor cerl)fehgcnwtthtn'0 days of such;Ohi@gs. These changes may Include but are notlimited to a change of address, chango of business structure change In ownership orownership stecture, ch0ngs of busIness operations, gross receipts and or personal networth that exceed the program threshold. Failure to provide the City with timely notice ofsuch changes gpty molt ln the sunpenefpn sr rescission of tmur certification. In addgion,you msy be llsHi for civil penalties un@jr Chapter 'l-22, "False claims", of ths MunicipalCods of Chicago.

191MOIITH LASALLS BTIRET, IIOOM sos, CHICAGO ILLINOIS 69809

Enlvronmental Design International, Inc.

Page 2 of 2

Please nots —you shall be deemed to have had your certification lapse and will be Ineligibleto participate as a MBE/WBE If ycu fall

tc.'lic

your annual No-.Change Afffdavit within the required time period:Provide financial or other records requested pursuant to an audit within ths requiredtime

period,'e

Notify the City of any changes affecting your Arm's csr6ffcaticn within 10 days ofsuch change; orFile your recertglcaticn within ths required time period.

Please be reminded of your contractuai obilgatlcn to cooperate with the City wllh mspsct toany reviews, audits or Investigation of Its contracts and afflrmatlvs action programs, Westrongly encourage you to assist us in mstntakrlng the integrity of cur programs by reportinginstances or suspicions of fraud cr abuse tc the City's Inspector General atchlcagolnspectorgsns rat,org, or 688-IG-TtPLINE (888M6<764).

Be advised that if you or your Arm is found to be Involved in certlffcstion, bidding and/orcontractual fraud or abuse, the City wl6 pursue decsrtlffcstlon and debarment, in addlAon toany cthe'r penalty Imposed by law', any psrsori who knowingly obtains, or knowingly assistsanother In obtaining a contract with ths City by falsely representing the individual or entity,or the Individual or entRy assisted is gu6ty of a misdemeanor, punishable by incarceration in

the county )ag for a period not to exceed six months, or a Ane of not less than $5,000 andnot more than $10,000 or both.

Your firm's nsms will be Astsd in the City's Directory of Minority snd Women-OwnedBusiness Enterpdsss in the specialty arse(s) of:

NAIC6 Code(s):581210 - Facility support services882910 - Remsdlatlon services841SS0 ~ Engineering services541350 - Bugding inspection services541370 - Surveying and mapping (except geophysical services)641620 - Environmental consulting services

Your firm's partidpation on City contracts wgl be credited only toward Minority OwnedBusiness Enterprise and Women.Owned Business Enterprise goals in your ares(s)specialty. While your participation cn City contracts ls not Amited to your area of specialty,credit toward goals will be given oniy for work that is selfysrfcnnsd and providing acomrnerclagy useful function that Is dans In the approved specialty category.

Thank you for your interest in the City's Minority and Wcmsn&wned Business Enterprise(MBE/WBE) Program,

Chief Procurement QfffcerJLR/dp

Ph'rlTtQNFORWAIVEft/OF MBEIWKSPANlEIPATI54/SESTIONBI'.

SIOOER/PROPOSER HERESYSEQUESTS:

FULLMSEWAIVER Q FULLWBEWAIVER

RECUCTION (PARTIAL MSE snd/or WEE PARTICIPATION)

N of Reduction for MBE Padiclpation

S of Reducilon for WBE Pargctpatton

B. REASO'N FOR IMLNREQUOTIONIMAIVER REQUEST.

Bidder/proposer shall check each item applicable to Its reason for a waiver request, Addhloneifm mroumdbo'du/xrnuhnistton ahull ba

trubmgred vdlh BiM'teauast: If auobraupueignu documaalagun cannot h's subud)terr v/tlh bM/moaasdf/ttuothgan. 'suah do(qirM/alhlldn shall

baaubmttfaddfdrdliv to lhs CNoa uf'Sontmct comngance nb idler San Ihais Ql deva frimi fhe dahr dfstamiasiob diiIu..'

(1} Lack of su/rident qualiTied MBEs and/or WBEs capable ot providing Se grxxtv or services requ/rel by ihe contmct.

(Please explain)

(2} Ths specacatlons and necessary requirements for pmfonnlng the contract make it Impossible or economically

Infeasible to divide the contract to enable the contractor to utilize MBEs snd/or WBEs In accordance with Ihe

applicable partiupsilon. (please explain)

C3 (3) Prke(s) quoted by potential MBEs and/or WBEs are above competitive leech snd increase rxr st of doing business

and would make acceptance of such MBE and/cr WBE bid economically impracticable, taking Intocrmsldsration

the percentage of total contract price represenled by such MBE and/or WBE bkl. (Planes explain)

,v'4) There are other relevant factors making II Impossible oreconornlcsgy infeasible lo utilize MBE and/or

wBE firms. (Please explain)

C. ~FAITN'EFR)RTSTOOS'rASFMBEgn/BEFARTIIBFATION

(I) Made gmely wdt ton soiicitalion to idenli(ied MBEs and WBEa for utilization of goods and/or servkxuz

and provided MBEs and WBEs vdlh s timely opportunky to review and obtain relevant apecillcagons,

terms and conditions of the pmposal to enable MBEs snd WBEs to prepare en Informed response to

solidilation.(Please tdtach)

(2) Followedup iniiial solicitation of MBEs and Wsgs to determine if firms areintmested in doing

business. (Please attach}

(3) Advertised in a timely manner M one or more dally newspapers and/or tmdo publication ior MBEs snd

WBEs for supply of goods and services. (Please atlaoh)+ (4) Used the services and asaistance of the Gibes of Conhact Compliance staff. (Please explain)

C3 (5) Engaged MBEs 3 wBEs for lndimct participation. (Please explain)

D, g+RRELBIANT INF'ONMRTION

Attach any otherdocumentation rtdative to Good Faith Blorts in complyhg with MBE/WBE pwtidpalion.

This request for proposal and/or scope of work does not require that WBE participation goals be met

for this individual task order. Oue to the project phasing and expedited schedule for this particular project,

F,H, Paschen is requesting a partial waiver of WBE partioipatlon, F,H. Paschen is aware of the WBE

participation goals for the contract and will meet or exceed these goals on future work orders where possible.

4.

~

4,"

l~

.Hj),:

4'j)-

j I

1

I

!

Il

i 3Z

S

8'8Q R

55PP>

~

ill

Job Order ContractNon Pre-Priced Worksheet

Date:

Contract Number:

Jab Order Nl/mtisl:

Job Order Title:

Contractor:

September 21, 2015

1555-14447-0042087.00

OOC Campus DemaliTion-Division lit

F0L Paschen, S.N, Nielsen tt Assaclates LLC

CSI Number

16 00 00 000020

Factor:

Quantity:

U0 M DESCRIPTION

1.1000

0.00

Isolate Existing Electrics( System

Unit Price:

LJne Item Total:

$52,470.00

$52,470.00

Proposal Tatah $2,611,569.19

NON PRE-PRICED WORKSHEET

% of Job Order Total: 2.01%

A. Direct Labor Costs (Up thraugh the foreman level and including fringe

benefits)

B. Direct Material Casts (Supported by Quotes)

C.

@ 4da,age>D,

Direct Equipment Costs (Supported by equipment amortization date)

Subcontractor Casts (Supported by Quotes)

Allowable Over Head Costs = A x 55%

F. Allowable ProSt = (A+ 8 + C) x 10%

~,aaoG. Subcantrsctor Agowancs u D x 10%

Total Cost of Non Pre Priced Task = A + B + C + D + E+ F + G

* A, B, C, E snd F only apply to work self-performed by the Contractor.

* D and G only apply to work self-performed by the Subontractor.

Quotes(Atlsch quotes fram listed supplers/cubccctmcmm. A Justification Letter must be attcchcd if 2 qivxcc crc cci fumichcc.)

1. (tuner/c ELECTfbtc coccpzvcaq Xcsc

2., Ltocbts.ola -dyi~rattbg. Y.vsq.

s. (r tvraqur&tbcq I/r AksvtprfcaclA'crr 2".rsc.~

$ , i li loca

$ igni;>ocr

$ I I,(LSD

Nc/i Pmp/iced Wc/kchcct Page 2 cfc2/21/2016

+WBof"'<.Ef CW

A@ddcoMPANY, INC

Scott CharletfF.H. Paschen5515 N. East River RoadChtcago, IL 60656

ELECTRICAL CONTRACTORS 8 DESIGNERS

September 8, 2016

Re: Cook County Jail- Demolition Budget

Dear Scott,

We are pleased to submit our electrical proposal for the job reverenced above. Our proposal Is basedupon drawings by Ihe following scope of work.

1. Electtical demolttion to be made safe; removal by others.

2. We will make sure power and lighting remains In the basement of each building,

3. Remove existing generator from site to a siorage facility.

4. The following is not fncluded ln'our proposal;Overtfme or shift laborEnglneering fees

~ Generator Storage feesPermitfees.

Price for dlvlsfon 3 building S47,700JXI

Price to remove existing gerterator $15,500.00

If you have any questions please contact me,

Thank you,

Michael BlockProject ManagerBlock Electric Company

ESTABLISHED 1920

7107 NORTH MILWAUKEE A VENUE e NILES, ILLINOIS 6071~87ePHONE; 6476474030 St FAX: 847 647 6980www,blockelect6c.corn

EOEiZ@ii712 W. Root StreetChloago, IL 80009Phone: (812) 850-3010Fax: (312) 950-3499

September 8, 2026

Ryan Schlosser

F.H. Paschen, S.N. Nielsen

5525 North River Road

Chicago, IL 60656

RE; Cook County Department of Corrections Division 3 Demolltlon

Via, rsahhftseraafhoas~

We are submitting a price to perform the following work at the CCDOC Division 8 building:

2) Disconnect and make safe all electrical to the upper floors,

2) Disconnect and relocate or prov(de new FA system and devices to keep buildings within the

governing building codes.

8) All service to both buildings to remain.

4) All equipment in the basements to remain energized or in pmsent electrical condition.

5) There are certain mechanical items that work in con)unction with items on the roof, AHU's, fans,

elevators, etc, Please be aware that they will no longer be operable.

All work to be done during normal working hours, overtime is not Included In this proposal.

Horbon is responsible to disconnect and make safe only, all removal of conduit, boxes, dlsconnects,

panels, )unction boxes, or any other electrical apparatus Is by others or at the option of Horizon.

Our price for this Proposah $58,700 00

NOTE: it will be at the discretion of Horizon whether we relocate the FA panels to a location ln the

basement or we furnish and install a new system to cover tits lower leveL Our proposal ls inclusive ofeither way.

please feel free to call of email with any questions

Horizon Contractors,

Norman Dong, Pr%ct manager

Email horme,hoztgunsbantaILcem —cell 708-722-7002

CAOCCAIVIODAAODCDOVOCCDIVIOOA . VOACOIOMAVAmOAWDIAICIVIOCCOOCDIVIIIVIIOOAOCOCl

Bid Pro ottal

WMX'ectriical 8 CommwicatlooCONSTRUCTiON

September 6, 20f 67o: F,H. FaschenAttn: Frank NelsonItE: BQC Been Biv 8

Bandwidth Nlanagement, inc. will provide labor and materials to perform the following.

~Sc e

isoiafe electrical into existing basement to remain.~ Cap all electrical leaving basement into building to be dsmogshsd.

Bise.Bidt 877.880.00

Please eee following pages for breakout of specific equipnnfntas rsgtregftld.Pri!ces are for furnishfnj items only, no installation or delivery is included.

'fhsnk you for ifte epportunityto bid on this project. If you have any questions orconcerns, feel free to contact me to discuss them,

Sincerely,kfike GrandoifoBandwidth llllanagement, Inc.847-290-0098

Job Order ContractNon Pre-Priced Worksheet

Contract Number:

Job Order Number:

Job Order Title:

Contractor:

September 21, 2015

'1555-14447-D

042087.00DOC Campus Demolition-Division lil

F.H. Psschen, S.N. Nielsen I)Associates LLC

CSI Number UOgg DESCRIPTION

15 50 00 000020 LS Isolate Existing Plumbing System

Factor:

Quantity;

1.1000

0.00

Unit Price:

Line Item Totsb

545,080.20

$45,050.20

Proposal Total: 52,0111,569.19 % of Job Order Totah 1.73%

NON PRE-PRIGED WORKSHEET

8,

C,

Lt 0,98 "4/

D,

Direct Labor Costs (Up through the foreman level and including fringe

benefits)

Direct liAaterial Costa (Supported by Quotes)

Direct Equipment costs (supported by equipment amortization dale)

Subcontractor Costs (Supported by Quotes)

. Allowable Over Head Costs = A x 55%

F, Allowable Progt = (A+ 8+ C) x 10%

G.5 4,(DRtg .ZC3

Subcontractor Agowance -"Dx 10%

Total Cost of Non Pre-Priced Task = A + 8 + C + D + E + F + G

* A, 8, C, E and F only apply to work self-performed by the Contractor.

* D and G only apply to work self-performed by the Subontractor.

Quotes(/dtsch quotos from listed suppiers/subcontrsctoeeA Justificstion Letter must be ettsched if 3 quotes sre not furnished.)

1:tr/ages~cthe~ athtiehelhhtsr X'Shb

2 Lp/Lhvotmt .-.pWShstesr,. XIII/

Jhkbthlcrvvtsb d sq'tr-'cv" ebd tcrst v sehparrsir

6 4C .4) $2.8 4 I . 2.foR

hr2. I Socs

Non prep&no Worhsh et Psgei of33/2 I/2 0I 3

BRANDENBURGER PLUMBING INC3505 W. I.ilmgtrhei Ccrlificil IvIIIE/ISBE

Cliicsgo, II. 60655Oflice(773i779-8350Fax (7731779-535 1

, )stsl'Rbrnttticn(70tttdfibhiiitiilnnxxcm

September 8, 2016

ATTN; Fdh Pascheu /SN Nielsen, Inc,Matt CoseszaSS15N. East River Rd,C1iicsgo, II 60656

RH: Cook County Dcparanent of CorrectionsDemolish Division I II Building Plumbing Proposal

we are pleased to submit our plinnblng pvditbsal for the above name pro)cot, Tide proposal isbassd on our

understanding of the following seeps opwdrk according to scope ofwork provided by P,Hdrescksa.

Inside genugPr'ov(de labor, equipment and materials to disconnect risers fram existing mains and cut/cap/drop

in place.

NO'I" BiAil ICRA pretecticas are the responsibility of the GC,

c BPI Binplcyee Backgrouad Checks, Physicnls and Badging ts NOT included ln Base Bid.s. Prmalam Time i shor Is not Includcd feranyworli,

GC to coordinate requested shutdoivns with facilities.

No exterior ivork ar excavation is Included,

No reroutes througii tunnel systems arc included,

Pipe preezlng Services if required are net included,~ AB Gas Piping work is by Mechnnlcsl Tmde,

vtgb Byoumia f0 rtbrfortrt thu nbm/a stnted worfcfor tke sum o' 0/bvtv) phousntttbpftun

Hundred Bgdhtv Tvro'Dnihra'unit. 00/Ifig fgggdigg.'ggk

Alternate 01 -ADD Perforniance and Pnymsnt Bonds- I.ggbb of Contract Value.

~CInt lgeaticna undvgxctusionst.- Anyjstcfgngnf wdllsxpaigngniilkors nccpssitaaxl by this trades wotk wiII'bephrforinedby OC.- Nnf meluthg)'tn.itin proposst nse any repairs or instorstion to any omsgng pktmbing,piphhh fixtures,

faucets or corrections to sny existing plumbing code violations.- Permits, fees, time spent and bonds.- All work is figured to bo performed during working hours on normal working days, No premium labor

rates (overtime) are figurcd In this proposal price except If specified abave,- No asbestos abatement.- BPI Standard Insurance Appgcs.- Debris removal from iobsite. (To general contractors provided dumpster)- Damage to existing utilities not previously located (unforescen conditions) due to saw cutting, isck

hammering, excavation or coring.- No pipe covering Installation except If spscifisd above,

Cook County Correctional —Division III Domo

- Not responsible for the removal and restoration of existing, walls„selling, etc. needed to facdlltste the

demolition or installation of plumbing pipe.- Protecting farniture, equipment, ceilings, Boors snd walls Is by others when working ln occupied spaces.- Not responsible for escalation Ibr materials beyond December 31,2016.- Not responsible for escalation for labor beyond hday 31,2017

e The word "proposal" ls degned as all terms included in tltis document including but not lhnlted to terms

listed under "scope ofwork" arrd "exclusiom. e" Scope ofwork" includes all "exclusions" listed irer sin.

Ail materials snd the above work as speciticd will be guaranteed for one year from completion. "The work

will be performed snd completed in s mtbstantial worinnanllke mmmer. "Customer shall be liable for all

attorney's fees and court costs if any dispute over payment arises ertd Brandcnburger Plumbing, Inc. is

<learned

the prevailing party, *Any altorat ion or deviation flem above speci fioat!one involving extra costs

will bc executed only ss a written chango order and will become an exes charge over snd above the

propos ah eThe price quoted and materials In this proposal trill be valid for 30 days. *We require gmt the

tienersl Connector agrees to a monthly application for payment based on labor snd materials provided,

spinal payment ls due 30 days from date of invoice. Ifyou have any questions regarding this proposal, feei

free to cclttact rile.

,Resp col Iblly submitted,

NJu~i Al'fX gC~t kvi.

Daniel R. BoylanProject Manager

Cook County Correctional-Division HI Demo

CALDWELL PLUMBING C0:,, t.NC.hyf'CJfftny cfear.wgdky@4ittiA~bg@+N'2$ 'dM'pg Jhfrhg atty@4>A'2

rlnektii'at+is'spkfytM,'eptember

2, 2012

Pro]ech Gook County Jag.Riser Caps

Caldwell Plumbing Co., Inc. Is pleased to submit our proposal to furnish plumbing

labor and msterlol for the above mfersnced proJect in ihe amount of 842yggg.gg

INCLUSIONSt~ buticsp rlsem at the base~ bugdlng shutdown

EXCLUSIONS:'utting or patching of sxlsgng floors, walls, roof

demolmon~ dumpsisrs~ M884IRE participation or local hiring~ premium time~ removal or replacement of cefllng tiles~ sawcuttlng er patching~ television/camera of plumbing systmn

rodding~ temporary facflltlss~ temporary water or sanitary~ ropalrof existing plamblng system

Nohvlthstsnding any provision ln this agreement to the contrary, aubconhactor'sproposal dated Segtelhbbsg.ggtg and all the terms snd provisions thereof,shag be and ls hereby made a part of this subconhactagnmmant.

Sincerely,

Mike Ysnsrslfltrice PresidentCaldwell Plumbing Co., Inc.

Kevin PowersEstimatorCaldwell Plumbing Co., Inc.

Accepted by:

Print Narnet

8lgnature:

1 cf2

September 2, 2018

Job No, 18-040rl

scharietlefbpaschen,corn

Phone 778-444-8474

Scott Charlett

P.H. Pasohen, S.N. ¹elsen

5515 N. East: River Road

Clucago, Ii 80858

Re".Cook County Corrections Division 8 Building Cut tk Cap Plumbing

Dear Scott'.

Attached is our. proposal for the project known as Cook CountyCorrections Division 8 Building Cut tk Cap Plumbing.

Ifyou have any questions or need additional information, please do nothesitate to call. Thank you for giving us the opportunity to bid on this projeckWe hope to be working with you on this jcb.

Very truly yours,

84efofys Q~Hsrrlostcl) gtte gcrvlms Company

i//

li

18

li

)Ll'ti

f

I~s

September 2, 2016

Job No. 16-940r1

[email protected] 776 444 6474

Scott ChnrlettF.H. Paschen, S.N. Nielsenli516 N. Fast Kiver itoadChicago, IL 60666

PROPOSAL

We hereby submit specifications and estimates for ths pro)sot known as, Cook CountyCorrections Division 6 Building Cut db Cap Plumbing as follows;

PLUMBING

We propose to cut 8r, cap plumbiug risers at tunnel level to enable the demolition of the rest of thebuilding.

TOTAI PROPOSED 648,500.00

aRxcluded in this proposal, as follows:

~ No saw cutting, removal of streets and oa driveways~ No landscaping

No pLacing of rip rap in retention ponds~ Not responsible for settling of sewer trenohesv No spoil removal, unless otherwise noted abovev No dewateslng, engineeriug, dust control or excavating beyond design grades~ No removal of underground obstacles (I.e.footings, storage tanlis)~ No pgsmlts and fans'iunluded

Not responslbls ftrr weather conditions~ No frost removal

Vtre propose hereby to furnish material and labor ~ complete in accordance with the above spsciftcattons, tortho sum oi'orty %vo Thousand Itive Bundrsd Dollars and 00/1000)48,600.00),

payment'to ba made as follows'i within 30 (thirty) days of invoice date. Invoice sant monthiy, Balance duc by due date.paynrsnts not icccivcd by due data are subject to interest at the rate of 1.3%par month compounded monthly, la tbc event

Harrington Site Services Company must file suit for payment the atiornoy fees and court costs ivill be charged to p H,Panchen, S,N. Nielsen.

go

All materia( is gtaranteed tc be as spcciitcd. Alf work to be completed In a workmanlike manner acconllng to standardpracticea Any alteration or deviation Prom above specifications Involving extra coact will be executed oaly upon writtenorders, and will become an extra charge over and above the estimates. All agreements are contingent upon strikes, accidentsor delays beyond our control. Owner is to ctury Are, tornado aad other nccessmy insurance.

Authorised Bignaturer ~644 k~Note: This proposal may be withdrawn by ue if not accepted within thirty (BO) days.

Acceptance of Px'opoaal - The above prices, speciftcations and conditions are satisfactory andare hetxsby accepted. You are authorised to do the worlt as spscifted. Payment will be made asoutlined above.

Signature;

F.H, Panchen, B.N, ¹elsen

Slgrintut'e:

Harrington Bito Services

Date cfAcceptance:

Job Order ContractNon P~rlced Workshsst

Contract Number:

Job Order Number:

Job Order Ties:

Contractor.

September 21, 2016

1555-14447-D

042087.00

DOC Campus Demolition-Division ill

F.H. Paschen, S.N, Nielsen 5 Associates LLC

CSI Number

15 00 00 000020

Factor:

Quangty:

LIOM DESCI(IPTION

1,1000

0,00

Isolate Existing Mechanical System

Unit Price:

Line Item Total:

$60,720,00

$60,720.00

Proposal Total: $2,611,589.'f9

NON PRE-PRICED WORKSHEET

% of Job Order Total: 2.33%

A. Direct Labor Costs (Up through the foreman level snd including Minge

benefits)

B, Direct Matedal Costs (Supportedby Quotes)

G,

0 SS,Z.C2CPD.

Direct Equipment Costs (Supported by equipment amortization date)

Subcontractor Costs (Supported by Quotes)

Allowable Over Head Costs = Ax 55%

F. Allowable Profit = (A + B + C) x 10%

fgtt S,.S2 C

Subcontractor Agowancs = D x 10%a

Total Cost of Non Pre Priced Task = A+ B+ C + D+ E+ F + 6* A, 6, C, E and F only apply to work self-performed by the Contractor.

* D and fg only apply to work self-performed by the Subontractor.

Quotes(Attach quotes from listed auppreraraubccntractcrs,A Juatiscatinn Laser must be attauied rf 3 quctaa are net fnmiahed.)

1. Iruvtrirgfg .cevssqsovnttdaa ",~mrxtfufrmg. as)c2 rs?t nfbn'm aa~dinssc *I ia uttfsr)aaami

J)i t C. mw autre rcb Awsms.ax S,

$ S@,2cpcp

( df. TOO

Ncn prepnced Wcrliabeet Page 3 of 33/2f/2gf6

AUrUMw@CONSTRUCTION SHHVICB8, INC%

September 8, 2016

Ryan Schlosser

Project Engineer

FH Paschen, SN Nielsen

5515 N. East River

Chicago, IL 60656

RE: Cook County Department of Corrections

Demoiltion of Division fli

Dear Ryan,

We are pleased to present the fogowlng budgetary pricing to complete mechanical demolitlon work for

the above-referenced project In accordance with the plans, specifications as prepared by Miihouse inc.,

dated 09/01/2016, and as cladfled below for the sure of:

Bfty Five Thousand Two Hundred Dollars ($55,200.00)

Our scope of work is as follows

Demo existing 1n floor piping and cut/cap (2) 6" chgled water, (2) 6" high pressure steam, and

(1)4" condensate line, Pipe will ba demolished to make room for a slip.on flange and a steel

blind Range. All piping after the flanges will be removed by others,

Demo piping on first floor and not in basement as shown on MD-101. This plan was discussed

on a phone call with Ryan Schlosser on September 7, 2016.For demo work Autumn will provide up to 40 man days of pipefitter labor.

Demo sheet metal on the first floor. Sheet metal contractor will provide up to 20 msn days of

sheet metal workers, Sheet metal work will need to be Identifled before the commencement of

the job,Our proposal assumes existing valves wgl hold. We have not included replacing existing valves.

Our proposal Is valid through Ivlay 31,20Q.Our Rrm is WBE certified

al'xdustons.

Furnishing or Instaglng of new high pressure steam supply/return and condensate lines as

shdwn on MD.101,Furnishing or instal! Ing a new pressure reducing station as stated on MD-101 note flg

Systems shutdown by others.

Demo of any existing equipment.

Removal of underground fuel tank,

Abatement work of sny kind,

Insulation work of any kind

Providing a dumpster or material removal of any kind

Temperature controls of any kind

Plumbing or fire protection work of any kind

Temporary heat or ventilation of any kind

449 Bisenhewar Iane South, Leinberd, ifllaoia 60I400

Oflice: 630-508-c)585 [Fex. 630-588-9586

ApryMp.kWarranty of existing systemAny concrete, masonry, or other general trades work

e structural steel work of any kind

~ Painting work of any kind

~ Patching or resurfacing work of any kind

~ Premium time

Pe™s,fees,bonds, orsaies tax.

Thank you for the opportunity to present this proposal. Please contact Susan Nelson at 680 207 007? orDan Krekel at 630-588-SSSS If you have any questions. We look forward to working with you on this

project,

Regards,AUTUMN CONSTRUCTION SERVICES, INC,

Susan Nelson

President

449 Eisenhower I,anesoulh, lofnbaf4 Rllnola 60148

office: 630-588-9686 [Faro 630.589-9SBG ~~y.'aorufgncanhfruculofccora

Stete Mechertcel Services

636 exchange Court Aurore, itilnoto 06664 Phone; 630.723.0600~ Fax 630.723.60ts

Scott GharlsttP:H. Panchen5515 East River Road'Chica'cto. IL.

Sales Quotatiott

Ch

~

~

~~~ ~~~ !~~~~

~

~~ ~ ~~~~~~~~~r

Cook County - Department of Corrections

Chicago, IL

Telephone: (773) 444-3474Fax;

e-mail:

Transmitted Via: 0-mail

Aroileet:Engineer:Dmwlr>gs:Speclllcsllons:Addsndtrrns:

Dear Scott,

Phase accept our proposal for the H.V.A.C. work at the shove referenced proJect, Our proposal Is basedon furnishing and lnetalling the following:

Cut 3 Cap all high pressure steam lines, condensats lines, chilled water lines In the basement to the

upper floors to make safe for building demoiltlon.

~ Cut & Cap sli existing sheet metal ductwork leading from the basement to the upper ttoors.

~ 1 year warranty on ali material and labor.

Total Cost I~~Exclusions:Power wiring

Repairs of existing equipmentPremium limePayment & performance bondsPermits or fessRooflngAdditional labor and material due to unforeseen conditions

Ceiling removal or re-Installation

Coring, cutting, or patchingSealing or leak testing of existing ductwork

MBE or hrtiBE pargcipationPainting of any kind including gss piping.DumpstsrsUtility charges

Thank you for the opportunity to quote this project. Ws look forward to working with you.

Sincerely,

Stats itfscfranlcai Services, LLC

Kevin FssnsyProject ExecutivekfsenevNretatern'aehservicea.corn

1

8sptefrlgjr, 8, 2038...

Chlefdto; IL'8(85)I,

'Rs.,COpk Cpednttf,'DdI94J1flslon 3, '- .Detd'otttttst dtdeteftoh

t

4sntternaf4

wp 'etsf jbjsedrto cpnflreijltr'p'top'ttettt te'pfoyfdesIttetdIye)entttilddrtieiftt @'ttte ejtqtfe„*...:ieAire'fttfftg 'we'et cttl'ttdttPe 4 sfgrk ltIetudes itttdnff 0j4 oePPlntt df'eftfsllhtf>hestttIdttII

'..,W@w'orrk snttsIesm tinea;lh'the bdssfftint '-Tptal coal of this:work amounts to „,$ 6/;000,00-

Tttenk trpu for@5 opf'fortuhlty to pretfent this prop'osal, please sall if you haysstny questions. OrIf we nisfIi tie of.eny.ftirtfiltf esststenoe.

8thoerefy;.:.;.'-, yak'DedTgit Systems, tno: V

I

I'

t t

fi

I

1ZOtt 91ST $TkEET""VlilLLO'vV

A~f]eI,HousF

June 28, 2016

Mr. Frank NelsonF.H. Paschen5515 N. east River RoadChicago, IL 60656

CIVIL

MIECHANICAL-ELECTRICAL

PLUfvlBINGIFIRE PROTECTION

CONSTRLICTION MANAGEMENT

PROGRAM MANAGEMENT

RETRO COMMISSIONING

COMMISSIONING

ENVIRONMENTAL

STRUCTURAL

ARCHITECTLIRE

RE; Cook County DOC Demolition of Divisions HI & XVII —Revisiou I

Dear Mr. Nelson:

In accordance with your request, Miihouse engineering & Construction, Inc. (MEC) is pleased to provide a proposal forthe Cook County DOC Demolition of Divisions III and XVII in the amount of Three Hundred Seventv-Eieht Thousand dr00/I 00 ——$37&000.00,

The following breakdown is for accounting purposes only:

Division IIIDivision XVII

$ 185,000.00$193,000.00

The following notes and ciarifications are an integral part of our proposaL

Genera i Work1. MEC has included badging for all ofour employees.2. MEC anticipates providing 50%, P(P/a and 100%of DD's.3. MEC wi11 require ail existing record documentation to be available for review.4. MEC has included time to provide logistics plans including coordination that will be required with the Sheriff's

operations.5. MEC iias anticipated an expedited design schedule will be required, We will need minimal turnaround on ail

reviews.6, MEC has included design of minimal required temporary for guard booths.

Civil Work1. MEC will attend initial site visit of the property assess existing conditions.2. MEC will prepare site development plans for the restomtion after demolition. Restoration to include backfilling

site with CA-6 to existing grade.3. MEC will prepare storm water detention calculations and design.4. MEC ivill prepare wet utility (storm sewer, sanitary, and domestic watermain) relocations plans after demolition.5. MEC will prepare tecimicai specifications for civil improveinents (inciuding earthwork, utilities, sub-surface

drainage, aggregate base course, PCC & HMA pavement, etc.).6. MEC wig perform construction administration services, including shop drawing reviews, responses to contractor

RFI's, intermittent construction observations / inspections and providing project close-out documents.T. Execution —No environmental studies are considered.

60E. VAN BURENI

SUITE 1501 I CHICAGO, IL 60605 i PHONE: 312.987.00611FAX:312.987.0071 i WWW,MILHOUSEINC.CQM

Page 2Cook County DOC Demolition of Divisions III 4k XVII —Revision I

8. Execution —Permit review fees and required OUC fees shall be paid by Owner.9. Execu/ion —Storm water review fee is not included.10. Exception —A current topography and boundary survey in a CAD foimat to be provided by others.11. Execu/iori —Geotechnical reports/seivices to be provided by others.12, Excennori —Landscape design is not considered in this proposal.13. Excenri on —Environmental services including wetland miti gation and contaminated soils testing/remediation is

not considered.14. Excennon —No application for rezoning of the property is considere<L15. Except/on —Planning services for future site use is not considere<i.16. E~ce /' —Permit expediting shall be done by others.

Structural Work1, MEC will assess the buildings for demolition. This will require a site visit and walk through of the buildings.2. MEC will assess methods to protect existing utilities that are within the buildings during demolition.3. MEC will assess methods to protect existing tunnel ways that are within the buildings to be deinolished.4. MEC will perform design calculations to determine weight limits of equipment on existing slabs,5. MEC will design bulkheads as required.6. MEC will design and detail nerv tunnel, approximately 20'ong, between the adjacent buildings. The new tunnel

will provide continuity with existing tunnel ways and will be similar in cross sectional open area. Design oftemporary emth retention systems, if required, for the construction ofthe new tunnel. Submittals for schematic,design development, and construction documents as required.

7. MEC wiii develop structural specifications necessary for the new tunnel work.8. MEC will provide construction administration services to include review of structural related shop drawing>,

samples, and schedules; respond to RFI's; on site obseivation as required.9. MEC will assist with project close-out and post completion.10. Execution —Structural borings and geotechnical foundation recommendations for the tunnel and teinporary

retention systems to be provided by others.

Architecture1. MEC will design entry<vays at both ends of tumiehc2. MEC will design finishes.3. iviEC will design doors and hardware.4. MEC will design check station.5. MEC will provide construction administration services, including shop drawing reviews, responses to contmctor

RFI's, intermittent construction observations/inspections, and providing project close-out documents.

MEP Worki. MEC will provide detno plans.2. MEC will design lighting.3. MEC will design low voltage.4. MEC will provide steam system design including expansion joints,5. MEC will provide condensate and condensate pumping systein design.6. MEC will design pipe supports, insulation, traps.7. MEC will provide chilled water design.8. MEC will provide shop drawing review.9. MFC will perform 12 site visits.10, MEC will provide start-up and commissioning services.11. MEC will provide construction administration services, including shop drawing reviews, responses to contractor

RFPs, intermittent construction observations/inspections, and providing project close-out documents.

60 E. vAN BUREN i sUITE 1501I

cHlcAGQ, IL 60605 i PHQNE: 312.967.0061 l FAx: 312.987.0071 i www.MILHousEINc.coM

Page 3Cook County DOC Demolition of Divisions III dk XVII —Revision I

12. MEC wig provide water proofing /mofing of existing tunnel.13, Exceotion —No ventilation system design included. Does not ctsTently exist,

Telecommunications Work1. MEC will attend site visit and walk through of the building.2. MEC will assess methods to protect existing telecommunications and data equipment from demogtion process

and exposure.3. MEC will design and detail new fiber nm from the existing telecoinmunication and data room to the new tunnel.4. MEC will design relation of the vital communications antennas and equipinent on roof of Division 1.5. MEC will coordinate with County hired structured wiring system project design and engineering professionals.6. MEC will coordinate with County agencies to ensure all aspects of agency telecommunications and data services

are met.7. MEC will prepare shop drawing reviews and intermittent construction inspections.8. MEC will assist with project close-out and post completion.FA MEC will provi<ie construction administration services, including shop drawing reviews, response to contractor

RFI's, intermittent construction observations/inspections, and providing project close-out documents.10, Exceoti on —Existing telecominunication and data diagrams and maps to be provided by others.11. Exceotion —No design work to relocate telecommunication mid data room included.

Construction Management1. MEC will provide one (1)person and a vehicle for eight (8) hours a week for a period of fitleen (15) months

during construction for inspections and reporting.2. MEC wig attend a maximum of six (6) meetings prior to construction start.3. MEC will provide construction administration services, including shop drawing reviews, responses to contractor

RFPs, intermittent construction observations/inspections, and providing project closeout documents.4. MEC will review closeout documentation.

We thank you for the opportunity to submit our proposal to you and we me available to discuss this project with you atyour ear!iest convenience.

Sincerely,Milhouse Engineering 8< Constructioii, Inc.

Dan DivaneDirector of Construction

DID/akdFile: MEI-16-124

60E.YAN BUREN I sUITE 1501 I cHlcAGQ, IL 60605 l PHQNE: 312.987.0061i FAx: 312.987,0071 i www.MILHousEINc.coM

EDIEnoironntenml DesignJnternnBonnl ine,

33 W. iMoutoo St., Suite I823Chicago, 111iuoia 60603phone: 312,345,1400/uc 312345.0629a'u uuuuvueslgnl.con June 7, 2016

Mr. Frank NelsonProject ManagerF.iq. Paschen, S.N. Nielsen5515 Notth East River RoadChicago, Illinois 60656

Subject: Proposal for Professional Environmental ServicesDivision 3 Building DemolitionCook Couuty Department of Corrections2700 South California AvenueChicago, Iiliinois

Dear lvlr. Nelson:

Fnvironmental Design International inc. (EDI) is pleased to submit this proposal for professionalenvironmental services associated with the above-reference project for Cook County Departmentof Corrections in Chicago, Illinois.

Understanding «nd Background

F.H. Paschen, S.N. Nielsen (the Client) desires to retain EDI to provide professionalenvironmental services to perform a hazardous material sun ey and sampling prior to demolitionof the above-referenced building. The Client has provided information about the existingstructure and EDI has the following understanding:

The existing structure consists of a 3-story building, built in 1973, and is approximately81,500 square feet,The building will be vacant at the time of the pre-demolition environmental assessmentand sampling,EDI will not be required to malce repairs to the sampling areas, and

Roof sampling will be included in the pre-demolition assessment and sampling.

Scope of Work

Pre-Demolition Assessment, Survey and Sampling

EDI will complete a pre-demolition assessment, survey, and sampling of the existing building toidentify suspect asbestos-containing materials (ACM), lead-based paint (LBP), and otherhazardous material or wastes (HAZMAT) that will require special handling prior to thedemolition activities. EDI perform the following:

Proposal for Professional Environmental ServitanPdk Paseken, S.H. Nielsen

Division 3 But>dms DemolitionCook County Department oF Corrections

Jiine 7,2016Page 2

ACM Assessment and Survey

The presence of ACM will be thoroughly evaluated to confirtn the area and quantity required tobe abated prior to the demolition activities. The ACM survey vviH be performed in accordancewith the U.S. Environmental Protection Agency (EPA) requirements, including miilor selectivedestructive testing and the use of a "borescope" to assess enck>sed spaces if possible. Theselective destructive testing does not include extensive demolition, or cavity access in areas ofthe building that are not accessible without selective demolition, and wiH focus on randomaccess locations that will be impacted by the demolition activities, AH assessment and samplingwiH be performed with the use of hand-tools, and no power driven equipment wiH be used tomake access openings.

AH bulk samples collected as part of the ACM survey wiH be collected by Illinois Department ofPublic Health (IDPH) licensed asbestos inspectors, and analyzed by a National Institute ofStandards and Technology (NIST), National Voluntary Laboratory Accreditation Program(NVLAP) accredited laboratory. EDI has estimated 600 bulk samples of suspect ACM to beanalyzed by polarized light microscopy (PLM). EDI has also included 60 additional samples tobe analyzed by transmission electron microscopy (TEM) for suspect material that may requirefurther analysis to properly identify asbestos content.

In addition, FDI assumed coHection of 45 roof samples as part of this scope of work, Followingroof materials sample collection, EDI will make basic repairs with available silicone-basedcaulks and sealant materials, but extensive roofing repairs are not included in this scope of work.EDI does not warrant repairs to roofing and is not responsible for subsequent leaks due tosampling of roofing materials.

LBP Survey

EDI wiH complete a limited LBP survey, including testing of select surfaces that may beimpacted by the demolition activities. EDI will utilize x-ray iluorescence (XRF) tecluiology fortesting select surfaces throughout the building that will be impacted by the demolition andconstructions activities. The limited LBP survey will utilize modified procedures and XRFtesting consistent with the EPA recommendations and guidelines. LBP testing by XRF is a non-

destructive testing protocol and no paint chip sampling or lead dust wipe will be included in thesurvey. Representative sampling areas (RSAs), consisting of similar components with similar

paint color and application, will be defined and tested. The limited LBP survey wiH focus onmaterials that may require special handling for recycling and disposal as part of the demolitionactivities. For purposes of this proposal, EDI assumes that the demolition material wiH berecycled, if possible. Demohtion material containing LBP not scheduled for recycling will noxlto be handled as construction and demoHtion (CAD) debris, in accordance with federal, state,and local regulations for waste disposaL

Proposal for Professional Environmental ServicesF.H. Pssctten, S.N. Nielsen

Division 3 EutlCtng DemolitionContr County Department of Conections

iune 7 20lcPnae 3

Hazardous Material/Uniiversal Waste Survey (HAZMAT)

EDI will complete a HAZMAT survey throughout the building that will be impacted by thedemolition activities. The HAZMAT survey will be completed by experienced and trainedprofessionals. At a minimum, inspectors completing the HAZMAT survey will haveOccupational Safety and Health Administration (OSHA) Hazardous Waste Operations andEmergency Response Standard (HAZWOPER) initial and subsequent refresher training. TheHAZMAT survey will focus on identifying potential polychlorinated biphenyl (PCB)-containingcomponents, mercury-containing components, chemicals, and other hazardous material/universalwaste that may require special handling and disposal prior to the demolition activities. Wastecharacterization samples will not be coflected and only suspect materials will be inventoried.Waste characterization sampling should be performed by the contractor prior to the demolitionactivities. EDI's Certified Hazardous Materials Managers (CHMM) ivifl oversee and superviseIMZMAT inventory activity,

Pre-Demolition Assessiniuit, Survey and Sainpling Report

EDI wifl compile a report for the facility summarizing results of the ACM, LBP and HAZMATsurvey. The reports will include a summary of the iield observations and estimated quantities,laboratory results, a generai floor plan of the building that will identify the locations of identified

ACM, LBP and Hazardous Materials.

EDI will provide the Client a verbal summary of preliminary findings. An electronic copy of thereport will be provided to the Client approximately teil business days following the completion ofthe field activities.

Compensation and Payment

For the scope of work described above, EDI shaH be compensated a lump sum amount ofTwenty Thousand Dollars ($20,000.00).

Payinent for EDI's services shall be made upon receipt of written report. Balance unpaid at duedate will be assessed a service charge of 1.5%per month on the unpaid portion. The Client wifl

be liable for attorney fees, legal and afl other costs EDI may incur to collect fees.

Additional/Changed Services

If, during the course of EDI's work, it becomes necessary for Client to alter the project work in

any way whatsoever, EDI shaH notify the Client whether such alteration constitutes a departurefrom the agreed Scope of Work. The compensation and time for completion shall be adjusted, ifnecessary, to rellect such change in a manner to be negotiated between the Client and EDI priorto the performance of any changed or additional work by EDI. EDI shafl not provide additional

Proposal for Professioaal Environmental ServicesF.H. Pascken, S N Nielsen

Division 3 Euilding DetnolitionCook County Department of Cnnections

June 7, 20tdPage 4

services for the project unless authorized in writing by the Client.

Responsibilities of Client

Client shall provide full information regarding its requirements for the project.Client shaH designate a representative authorized to act on its behalf with respect to theproject. AH communication and authorization shall be by or through such arepresentative. Client shall examine documents submitted by EDI and shall renderdecisions pertaining thereto prolnptly, to avoid unreasonable delay in the progress ofEDI's services.Client shall furnish aH required information as expeditiously as necessary for the orderlyprogress ofEDI's services.Client shaH provide EDI all existing data pertinent to the project, including reports,mapping and other project-related documents. The service information and reports shallbe furnished at the Client's expense and EDI shall be entitled to rely upon the accuracy ofcompleteness thereof.Client shall provide access to enter upon private and public lands as required for theperformance of the services of EDL

Limitation of Liability

To the maximum extent permitted by law, the Cliettt agrees to limit EDI's liability for theClient's damages, including attorney's fees and costs to the consultant's fee or the amountavailable under EDI's insurance policies, whichever is greater. This limitation shall applyregardless of the cause of action or legal theory pled or asserted.

Indemnification

EDI assumes no responsibility for the discharge of, or exposure to, any hazardous, toxic,infectious materials, or other harmful substances and assmues no responsibility for its existenceor removal. The Client shall be responsible for removal and other services.

The Client shaH indemnify and hold harmless EDI from and against SH judgments, losses,damages, and expenses, including legal costs and attorney's fees, to the extent such judgments,losses, damages, or expenses may arise from any such dischatge or exposure of hazardous, toxicor infectious materials or caused by any negligent act, error or omission of the Client or anyperson or organization for which the Client is legally liable, Upon completion of aH services,obligations, and duties provided for in this agreement, or in the event of termination of thisagreement for any reason, the terms and conditions of this paragraph shall survive.

Jkoposal for Professional Euvirornnental ServicesF.H. Paschen, S.N. Nielsen

Division 3 Bnildiaa DesaoliiiouCook County Department of Conecaons

June 7.2016Page S

Closing

We hope this revised proposal meets with your approval. Please sign and fax a copy of thisagreement as an indication of acceptance and notice to proceed. We appreciate this opportunityand look forward to working with you on this project.

Please feel free lo call Mr. Pelix Moran at (312)345-0467 for any assistance.

Thank you,

Environmental Design International inc.

Senior Project ManagerGary PVice P'resident, Industrial IEygiene

SCO

Accepted: F.H. Paschen, S.N, Nielsen

Signature

Name/Title

Ccnlrcct i/:

noon ninon

Cboh County )riCISOe Of the Chief PrOCiiremeni offleer i.LIJ~

Irlsnttfloatton ofSuhoontraotor/supplier/Suboonsultsnt porm

Yhe ptddal/p/d~spp)tddnt('dwconhsotog'ut& fe)ty., tes»dokoddtbdsddptibtt0'0 I&0~etSchdo)It/&Sod

"Suf)cbnbu&sn)pdctipt&F'Yv)lthondi:IfehudsffpfP ')8& ftbqbb)itfOF

CItrohdcaltoo; Ylu/WiifrabtoFA'iusto'iahplbhrthstSPfcyaht&t.&ubcbh@INOF,"

sip/Suhpshddtbmt whichslmlidhs used oiis» cb'ntmab 'to the iwenl'inst lhcra iisnnybhuhdesth)fial no}Sil)I~Sup pilms cr 0uboonsulisnls, ths Conbactcr must ills an updated l8P,

j}td/BFR/REQ Nau 042087 00 DstsI'September 00, 2010

Tohd Qld or pmrmsstAmcunlr 82.010,288.10 Cohlnlct Tl(lc Doc campus ilsmckilcn. Invisicn ul

&tifhronVuotof/Suhpthrd

, Cciltrsctcn F. H. Psschsn 8& Sulrantb baMahcurc Enclnsrnlrrusrrd

Ccnslrucuon, Inc.

Authodrsd Cent«o! Aplhoilsod,Coniaol for

lor'cantmclarr Frank Nelson sbhoontraotod/supplier/Suboonscllanll sn vsrre

Small AddressCo )r 'cr)'I nch udtrhpsschen,corn r@@ggt~wd ddlvsnsgmiircurolnc.corn

BnellAddraio

Company. Address conrpmi/A&dmso(contractor)I 5810 N, Eusr River Ruse Iscbccnvscrcr}, 00 E Ysn Burcn, Suite 1801

cll ruth)a h)td'

vtttyctssls,)1I)d 'sip

F Ihibhyhc)bth773.444-3474 I 773-714-0957:~. 6 d,, 312 087-0081 I 312-9074wrt

'i&hhrdFibbctork:mated&toiiond. ~od Stailrwd

Comhlelldh'Dales 'Cudrppttfm Deiss.~Cf @arh 36absdrdihotch'..

Nots, Upcn request, a oopy o(au wdWn subcontraotcrshiaolnonhmust be Provided tattle CCRC.

A/E Services

Dssbdhitoli o/sroiv)cos crchrssttasydtsr Rrfc'o av

SrdlseidawtfsvSaoiuuhut~l

813e,oao.oo

Ylis ouzo/lilac) dccurnspiv willi rporotooll requNmbnts of U)o ccntiocrurvnrdbdto ihnho&teoprns sNlooble.Yho oiibqchtduhvsitf0 nb Shy. „ ifai lira siibirlb)vlf}for/fhrpb le/&obadhdu}ijbt ifohitnatntsiffiis})psrdstais op/)'n)r/

4&tlat cehihict on el&oh itis e Iiihdsuhkcrdeiitbi/sdpp)roti&obeah'odltbhtat)nhio)siiluor)IAiotdh'",Yhts ssohsufsisn!sdo vdlh 4}rs usytslptsn&I, tlurt tho'ccntrobto)SY» nct under any'drcurdsho'kus tello)ad~of'Ite'absfos.a'ndCIAa!lo)noah&}O)qrhu)no)b!S fur ihaehihbl@ltchc Per)0/manes uud qaeilbr C/ir/Odb Yfd'S)fauh dab)n ~PPICV 8sdy pi&posed ohsnssi, ra&Island oi tnesslo'stlons to ibs 8'otrtmot a)rpyovbs It&is/vysB Uftttsduorkpbnb Arlyahsnhcs to ths aantmet'e approved htun/k)rusudticssarv ptsrt must bo,ahslu)tfed to sts DNA of tiroCodtrsbt Cont pusncs.

F. H. Psschon

Col&Inc\of

Frock Nelson

tfonro'errlcn1.0

Ccnlrsctri:

Cook Conniy lr —~WCSICe Of the ChlOI PrOOurement Offloor i 4~J~Rttttybfhv

)ldensflontlon of8uboontruo'lorfbuppperl8uboonsulteut Form

'lhs slddop pfdubiwttyiekpobdonbf'Rislc4nbsckrr) will futiyvkiiiiiiiptd dn)I sycbutbsn'ds)ttkhtt bntdayt fig@on otSubconiredtor~uhrdntuNnt Fdenf'ISF"1 vtlb 094)i lb'pbitoqps'sy'fhr~wndltuduest for4tusytcaycn, 'flur coniiaclor mliiit aoinpleio the IBF foro968 Siibbbtitfbeff,'4fjtllsynf@ubyofphdhmtlshlehSlmll he uesd On SW COnlreat, inlheeVenl'Ihat Iitcre ainbbybhhthfe'Sblyitoutlbb Ofbuvbtmnltbbfbftrsspp1iers ar 8ubconsultanlc, Iho conirsclw must etc nnupdsted I0F,'

v

lydrRFP/RFQ Mos 042087.00 Dale neslcmber09,20ta

~TI I ld. i i I i., i tml

'Pubdo)itrdoIOS809PRa'dContrecicn F. H. pscckec Subconsuy)sit tobvu Aulcmn ccnuruclkkr services. Icc.

,sikledoysbbsutule:

Aulhodksd Cohlact 'tilhounddC jlfdctlorfoFCanlrscicr; Frank Nelson !!09tqupifppittky

Subaaiiiiuitsiiipu

tcontfdcthuI. I hcmbrkpcccncn,~ tthdwmt~)t, susm,~ccneculumn~k cucncclnstuns Address

' 'Fshsy tutdiebs

cc iver csCompsny Addhss 65li N 6 440 Elcenkcwcr I.ccs noulh(bubccnlmclor}1

Cklcsyo, IL 60656 @~i~'@<ddt)SS Lombard, Rlinols 60140

~CO Sory73 444.3 74 I 773 714 09 7 fdhtbchjts'cleric 630-588.9585 I 630-588-sstw

'SBIIINRIdd'Sisdskd''

SSNSRSSShktendftulnpttiifdn t70tsu 0Dsiss.

NIOZII 'tractrjibc

Mole: Upon requseL e oopy of oil Yriluen suboontmctornbfeelnenls musibo provided to Nio ccpC,

~llert n98O&lossor~Mechenlcsl

.,Tenet.puce afrl Saolnmst fsf

as bryfbbn@Ites

885,200.00

edtoNSR PRO)OFskeyPRBsbta.mn'iisin "

6 'sson 'nilnlsof lho 80nlmsi htvsrdacsseitol liarleebctmblli

co099)lbht~ttt ilh

Ttis subcontrscidacunrenlstuil.lnestperele OR renulmVhe kdbbdbttnt)VRII fn no Y'Isy„'hlii'drk NW Suh

her uodt I Obutttoh 0 8otlbdy n'8'l 0 cvywtrcblrrtrtc i i!T,new 0088vsd.of Ns ~'bd

sioiic Ttltsrfon vt0eb batnPPmvs

of Itet . uhson ytstad800meta neith the tlhdeSRSRRIRS, timir yISZCenlrpctdr, IS.,nat'0obibhi)oho;;nddtstbRNSRBItNI67810, 'tjpddonns

mbu 39tH,tkcpfinthtukrv'Pbd'800HIy td

oi sppmvsdbtstbyy88 tfttflsnyon Pfsn ..AnRpnd nnret; )W nbbmbbll to I18 DfSOu 'syv tb

csrftttfpf Comptipitosc

F. H. Pcschcc

Cotdrebtar

Frank Nelson

pny prbp~ ehmr~e,rsvlsldnsor~~unttoIIstnth9 sotdmebpnpok to lhb ti@ts'ncA:.approbed

'Nssiyyssitiiiilsaltbn'yellc

Vcrclcn i,o

Contract 0

Cook CountyCtaoe of the Clilof Prucbroment Off losr

ldoalifloatloa ofSubcontrndtorlSupplleriaubooneulient penn

ThbSOluifpfdpagtesppndopt('(IIOLCofdmc@QFvdll

bttly~te sltdmtag ft(bgalf Sitbttdt'faitdpidfphaon otw@efiatg(oiffi~~sitob(yogri p(8, with'natshsr(sfit«~>dcrpt(al'mefdandso8ueatbti-clunlsppdont TstfcdstrsptpyastdfaotaptototlÃftsF(oyoadftd(lbcontfactoy Ilsydydubgotmtsbnttwitlchdhail he used onihe'cot'itmcL lrt ttmimati('Ihstlhom arehgydharddtbirithe. OSDFStibiogtfeiisfthsup piisrs or 6ubconaitaents, Ihs contieclm must ala an updated IEF,

StdrRFpfRFQ lto,r 042067.00

Cf Prorloard Amounh $2 616266 10

Cchtractor. F. H. Psschen

Authorluod cohtsrdfor'Ccntraciar, Franh Nelson

Sin all AddressJQ/fgfdctclL rcslscn@thpsachen,corn

Date: september 00,2O16

GomrscfTnlm DQD campus Dotncttttcn- Division ttt

subccntmctotfpupplladsubcoheu(Ihnttobo StsttvcrthUndergroundadded or

aubtta(ulo'btiufitasd,co@oh( 8'rslthotmimdgdscppyell I4evln Prosasr

,Subconadltunti'6~bbbhht

kprcsaortaa-ug.corn

EmaaAdibmts'Conlrsctorh

. ss vsr5515 N. Essl Rtvsr Rssd(dubotuttr jmudJ,

6516 N. East River Road

%<I g 6, Chtcagc, IL 60656 Cgyi Siattf Sbtf;SIP. Chicago, IL 60660

773.444.3474 I 773-714 0067 . ~ '73.4445400 I 773-7144401

Se dSSttsnd' '~sdStartmut

soifbhdtdn Daiss Onadmtipn Dales.~btdrir «lorb

Nolm Upcnroquoab s ocpyof ail whiten subcontrsolor sbmomonta must be prcvldsd Io ato QGPC,

cebttttnttoii.dfmsr'vhttuLSrdirthiltssr

httsc, Heavy Equtplcent

yoialurlos orSiiIeonhnot fat

,~h or sllbna Its

$26,00ILOO

tm ls" ndt,undm asy cb'athietencas ml4; porfsrolemph 60'd qodfttypf WW ThI(one Iodiht iiiiilbia'et bitp(ttvod blasvvBWIIIIltaettefr plmi must bi-anbml

a'onit'doss SiddfiprovaSE L(89$utieadrithh Al(y,

tfad to ifia Cfaiie. Of thoSadtihgartcuIPtlantnh

F. Il. Psschen

ConpbSOrFrsnlt Nelson

Nsmd

Tile oubtartbsct dccumodta adti(OVNPsrstaoll.The SP'bat(ahgat W'fit(nmi wby filh(tert(re dubcflter iiottltit(at onvddch 8.tdeli tdf S(bthbcbl

vdlh tits otidtdehtnfgns the(ebs cobbecSb(Poacher dhd (atolttttmelbls fpr dragildtahftltgndy'propoacd Obtaditss,"rettistdas:Or nwllllitdohdhsoh fotlho. Odtsthdis dpptovsd,,sstsitty

Slims cogtfdbtorrsgnstdrd 'arrlcn1,0

Cciaicct fk

us/ will(OIIyudmphteenduccgidbshdaubm!

t'subteen

of'('(8 WtthrahdbtfbhnedtlecyFarpl4HNI4,'nadRSNUUatfaileis tba Ispdoi ruudf shbbon(iaobtr sdfrptlar dp subooapw(tant wlilch

that there are ahy Oharu(sa In(he iilllfCSNOU OfaubaoahadlererOfmgotalo enupdsied 18P,

Thos(fdduripfdpoaett(thepondoph('(hudtvgbaNbpcontia!Uorfsu subcbhsldtaid PashTturdidcbgcnr CoidraetcrantdtaalayShall ho ttsdil on dro.dialmbti In (heaven(supplfsnkarsbbconsuhaathlho! Doptrsct

Gook County N nlmiit vers'(t

G(Roe of the Ghlef Plnobremant Off(oar '...'.' IIdentNloatlon ofSuboonlradtor/Suppllertdubuonsultant Form

Sldrnpp/RFQ No. 042057.00

TOIOTiIssllidl cr PmoaodAmconi 82,818 288 10

Contractor, F. H. Pecchcn

Authorised CohlaoiIcl'Con(rooter Frank Nelson

ID "g fnrdccntbihnavchen,cam

Coinpany.Address(conliactcDi 5618 N. East River Read

Dale Sepicmbsroo Raie,

coalinofTigo! DDD campus Demolition-Dtvblan Ul

slbgwud lilfisi!PPÃbd'Niiboaiiiiulib'nt to,be Biandcnburgsr Plumbing, inc.added or.subcatuie!.AuthotIrddgon(tict for

.Nbhcontlaoiolfsunpilalr Daniel Bofis!i:SubcansuilanL.Uhaabnddrabi

bplobrsndcnburgor

pivrnblng.corn

3345W. 111iii Sirosi(Subconuectori:

Ciiicego, IL at!868 Chyi,(Role b+'iktp Chicago, IL 80855

Yafophnns'imd 7734443474 / 773 7140067 f~ lak ", ".7737708350 / 77377041354

Wsgniated Slad end 'Setlnlatcd Start andDompiotldn Dales Codtphntpn Dates.

ioclcik ~...(dubecntructcrk .,*,Nolo; Upon raquesL a oopy oF ON wititen subacnlrsalor'ahfeemonts muslbe provided to liio DDPG.

Plumbing

ital! cadtahdoo~ Tofsl, Puce Ofdlitrdbntnmt far

,sondcea:ossunnhaa

340,052.00

Tlia subocnlrect docwnente wiltfnopiporstaatfthotrydridiNoflhe contrsol awoided to Urai(ba ras epptosbleTho.subbn ttsb} Fnn wa bf @'rata%baba fls~u'pt(orapibcbhtht bifrost ntlit' roscouidhar do(it'rshtoh'vddoh ltfpayl(bf aNIUSvvnhaetblfddpPISI ianbdcnditdth(d NI", pilricipal tp((tree(Sr.,:pS thecfobdro IIIPeru(a 'With die NIUNIPIOP(gait tiurt tin}'Ccfdrnofofvhr'rinf undo( ahy gfia(UIW(el(Sos fafaged 0( (ad(boa:bndebf'(Fdfeh>, alid lii aathohahda%r iba abdrihbeNoh pbifoof!saoevaddrtocfiy'nf arear.='o form doddbo@ipprevebhs Nfdfiaa'es blumdsii, (sttilldua or pb'trNS!htttdae to'the stndteet nppydvod (SUNNUU s'UNN(odon pstor,, Apyohaii os,ilo

"iasads Nppfoddil tNSNIUUSNIUN(}robot} Phiii naidt FN} ao

' dr@the Qdhni: af thdS,.Codtntbt@etplhinep

F. N. Pcvchen

Goht'rob}dr'rankNelson

Item

6'eulcni,o

Ccnlntct rk

rmarl niihvj

Cook County I I niarbttacaiem

Oklue of the Chief Procurement Ofkc r I'M ~".NfffbIdsnilfloatlon of8uboontradtnrfhnppllsrfSuboonoultsnt Form

Tile SkldnrlPt~spcndsnf{'Ihp8batlacbf$ wfll fjikpcamplolednd s ldbnhtfaubmltpnfda~n ofShbcdnfdudpr~4ubhbhsultaiitpogb'{rt8F'718lhoi'iqhhht.fbfhbadtfru'"

';tind¹tiu'es(h'u'biallg0'asolh

TlscbNmbfnfhdtstfhdfffdakbthdist forefrdl{ Suffoohtrdololj @NPrdri8ubgobIINllntwlilcliehnllhailtodoathocontrnct, lnlheouenrthatllierenmdilyNIgut{est'ndlien8 'ilof81fhbontrattoih

Sup Oilers or Subccnsultaola, the Ccnfractor muil Sls sn updated ISF,

jildrnpp/RPQ Noc 042087 99 Date: Saptainbsr 99.20NL

7otaIB!dcrprcucsatA c n! 02610280.10 . Conimct'Tlils: DoccampusDeiccgilcn-Dlvlalcnm

, Cchliactcn F, H.paachcn 8ubcahsblblii tobe GsG consultants, Inc.added or aubsniulei

Aulhorfasd cohlaci 'ylho'Ifred,copfawforfcr.'Contractor, Fmnk Nelscn 'Sbhccnl{80; ',Suppltsrr Jlgai Shah

Sdbcansuh hhi

ICOdtrdctartlnalacnelhp

arch

en�.curnfhubumifbcfdu. Irhahgbgag ccnruhsnlacamkdrsghddreia

' ' ' "BSOSAddfapu

{Conlrocurj: ..as vsr p6515 N. Fast River Rpsa {Subconuactcd;856 iat Adams Sliaal, Srtta 200

SfbtCstttdfcicrhtilChlmgc, IL 60058 CIIPLSNky8fkd 8ip Chicago IL Sgal 1

ttnrhuohtroaiifi:

taictcrb.8'174 I 773-714-0951 7otonhbtfen~hgFsa

fhrbc'or'Itr~;Saginatad Stsdmut Siginaiad StsrtondGomptslidh Dates

,Cdnfhbhipn Dates.

'hubomtmctsl8

Nolo: Upon mquast a copy of all wtlllen aubconsactcrabloamonts must be provklad to tilo CCpO,

~nttobofssivtces'rttnontfon

Envircnmcntcl Ovaialghi

Valli'Iunaii of8tiSuohhnabfa<..~898~8

525,426.90

bnts df.ihe Contiastouardsd tot oDbnkacio

Iaufbr7PA jlatfadbaafa'.ndcundof ddad df Q: td8tfoe

f

'dosb'Shtick'Prov

I{Uhflastfobtphnt Any2 i

8 to Sfa'ffish,btf 'thaCoiilract ComplianceF. N. Paachsn

Contra olor

Frarik Nalccn

NuiidProiahl Ntahqbar,

Pdntii Contiaktcr shstshtnt

Tfis nnhftodtraotdoctintonf08{lf inopiporata ahThe sut'ibobhkstvthNi nogngi'Ittkdor sls sutdffof'00titidht on stfdph II hi diff)St '4'thdnnnd

nredb udth-thbcti{t{htbtehdfndit {hi(I Iabgbstfoharahd ftffgs@onslbfb.{or lbs.ally 87884800,0tnhufaor*tadlaNII8'Or'li

Verrlcn tar

Contract rh

Cboli County Ih .~Office of the Chfof Proolwemsnt Offtaer I L

'—

Identlftontton of8ubonntradtodbuppllsrluuboonaultsnt Form

'fhd stddsr/p~ipo'ndofsf'fgnftbig/sofar)wig futlfy tndrfptgtirbnd skeotgbsbdn~t adlde~n atsoiwpnbscfor/gupigiodg~tgtwufoshifggp')'wtfbntufb:gsb Rogubct forpnbknhd fund fnorgleblbu

nftfonalllldbgcn. Thuuatffrhefg'rtbdet~tathabfyferbuuebpilbsonffdOftff',.Sfgrgitefdg tfubsttffeitibnftnhfah

s all he ilaad on ths conlniob tri the oocnfthat lhsre dfe enyigwtufsabtftiBigbralbin of8ubconfmblohi,Suppliers or Subconaulianlc, Ihe Confmctcr mus1 glo an updated I

SF�

'F)RFO

Nou 042087 00 Daur, Sepfombor 00,2016,

~TO 8 u orpronfnwtnmounf, $2616288, io ContmcITfgu DOC Campus Dcmotaon-Divisional

Supoontm&78uptfgedConlraclor. F. H. Pscufen Subcofieiillaiff to tie 'alaxy Envlronmwual, Inc.

:lidded'oralAICgtglw

Aulhogasdcontam'

fu!Ihtclaag/~I@for'or'Contractor,Frank Nelson Suhoogle&l orr,..'Subcanibgsnb

SmsllAddiase PausttA66555ax h . xsx'hixxl

i'cmnsnr:Addfe

8818 N. Sacf River RoadflyAfdfsac 3$sa N, Milwaukee Afro.

IConlrsctor): {Suboanlrsum)f

Chicago, lk 80888" 'SINr' Cnkwpo. Ififnois80841

Oltv:gttbte.bnd" ' ' "

'ggpgpthbf+

7 34443474r773714-0957 . SS.n d- - '734272080/7734272082fftiibcoil(iactorg

Est mated Slart and Wlnfatsd Start ondGoniplalkinoaies Compldgpn Dates.fconlisotoft: tgobconkaotcrk.

Hole: UPon request. s ooprofall wllltsn suboonlraolorab/samonls niust be Prouhua lo gio COP C,

'Votataktcsot

~uttsnntusnaosonrahrsnttau, Snbdsnlnistfiirttsnfhfssdrgtabtglda,

Domoliifon $814,oau.na

.sbpu p»Ilfppt..., ngptpo o I rafggtggfbgw 8 bp tphviltilh \dl colfbbc ruse csbTho huboppftsct'wtftbf nb wfgf.bl do/ tlio sobf'wiipe(ileiHlygte//gftboo ebshl'benitnstnle tttgfta'tungafhor aorfh@oliwhtch It Ie atlherpghkparisnot4sfsgleCubcbnauftbii gf pjlelpata'otygqtbrf "i 4seostlniadeuagin fhg utidefgfanggfb xit:the'.Oetg/dalOr fe: npt iimtao 8fr/ @rfyfnctafdtak.iblliteg '0f fn tSNilab.4@gttabc, atl(lfbgftanggaibfe IOrgtedgtbfgfotgdb'PgifortngrfdornpdgbabyofW .,'VflfofonKAOSSSIS»llgrowlypfbpossdbftnndes, 1'ofdatdhderfpmdibsbtfofii to/itic pindiaal'slipped ktsttnff/sg Uglbstl ntsmkf Aefianuao 10, iba Ietnfrhdrs a PmrOS'fgSStfnfrtiBluttitnabatrrphuf m at,bouetdhldfta~lutn gtO Ofghu OfpCoriirabl Oompusnco.

F. H. Pasonsn

CoidiaotorFrank Nelson

Namfi'

b I uOCumsnlsuigt'mt al 'f the C' I'g '

ler

unit,Ws

ny'SIO

Pdnbfrcon)fbhletutgnbiure' Obtdi

Vcnlon 1,O

Conltsci ti:

nnsokhuk'vcnoh county .«tccTiTTnsTVTlhi'j

Ofhce of the Chief Proohrsmont OfftoerIdenltffontlon of SuboonlrndlorfhupphsriS«boone«hant Ponn

"

Tha StddedPfapdsedytmtftondsnf('Utq Shnttdolet 8wN fo ty~oandintochtbahdoubhtttant~a otSuboontrnetv~'~atysntyanbyrf8tat Wttbqpoihltyp ttequqst fcr PrnniimiLTand'Ithqdaat far:thhidlhcayon,'y5tNuffhfihtfhdtorhtubtoahiyteblhii thpfcretuthhtthq'ohtraofyr,thqrhtlir'sruubcnqobhontwhtohshall be used on lire conlraot, In lhdewml'lhdt there srtihny'fhhilifss high'attllthattei'inf ssbsodiiasfeTs iBupplists ar Sobccnstatants, the contractor mull lns an«pasted lnF, T

~RFPthpg Ne, 04209r 00

ST CT CO ~AU i

Conltacton F.H. Psschsn

Authodsed Contsmfor'Contractor, Frsntc Nelson

mslsonqdnpsschcn.cernStuait tufdiass

Comps rihnddress(ccnttnctpr) 5515 N. East River Road

ii i:CCT. Ti i '.

tcf~ppttsd; Submmsuhhnl to bo Fence Masters, inc.added orisubsuiuls.

':AuthonrodTCodtict tor

.:,SsbcsnaulletBblSbbconttndt5BSUPPiistt pals, Slams,di

phlsncsrdiicncemssimaccm',fhnddhddlcna

20400 5.Cohens Grovethubco nits story

2@)InPtltrhqbIstp" o, 'suttnhtt 'L chicano tlsiohis nsncis 004

nydctoth«-o 5 idion 'aiif~Fid

~ltoctcth '

Bsyinsted Start mal SNtntsted Simt andSomplsiidn Osles Colnpledhn Balsa.~sctcrh ISubewnracterh

Mole; Upon reqvssl, 0 oopy ofnq wdtlsa subconlraator'hhtssinonls musl hs provtdsd lotlie ccpC,

Temporary Fence

Urssorindsn afasrvlc'ss.or 8snshmcTototprlos Dr

ss ar Busnttda

549,909.00

Chant la sordoVhenhbooftittb fnvhfbt do405y'hbtdbt thy dvbBirolhst o08, 'hvihIcb8:tsutlhobusntdcsdrao

: wqttfsd to 810g'ftmn ain

nl dppthsblo

0

ls SM Col npqUsiidnbco

58tstnth T mdressepnp

c r, tscttschnhrffst ihimfs tuih qhe

tartfoattohnr 088y royoehyoatlyss qe,tlio,hdn

'ttrsbttyompltsnns.

httcieiyydqkl:of'uNttoiv,'s~tqf that lli .:Uofilt ohrr , pyJUIIUU hng

lf 40. Iha C¹e;.of.Itr'0'hethrninm)5 lo 'Ihaoeptrdct aiiplpvsd IISIIIUU

vsd ISBSIWBdtUII ihsiiau-phut tnaot ho atlhmltlosots s prc

F. H. Fsschsn

Conlniclor

Frank Nsiscn

Nemo'qasu

nlr cl'cu s.hdi Rosalia tdnti

'h

tff

W4c slug

Vsrtlcn 1.0

Contract ii:

ocarlnnLmCook Court()r p rnrmmrlindlrlv,

0)800of the Chief ProobrsmentOftioer I Lr"omm

iden(i(lou(ion of Buboonlrhator/Supp)for)8uhooneultant Ponn

ThsufddiefPAF'

'poinfcn(('fha Chgtfrugcyf wfgbifffrmrhdhgt aq'6 effdbbfhdbdsdb@ltah'(~norsubdbhtntcfbrl

". "'cugof(t pa)pi f(dp')uffh,aa8()fbfgteuua)gfdrpfdieA'ALdiid tbcuuaot(ur..itunf(I)c)dtqg, Tutool)fmqihfirfm(fesm()gate(bi('A)pfarb)(qhsifhddfdmetai )AIIIIsioruuAopinmgtantwhlchehnfflia IiearlOritlie'Cohimct. iillheeuimtthaliliera utee)8rq((bbbb) fhtheu 'fgubdch(lb@is,supp)iers cr subconcuganls, Ihs ccnbaArmuallfls an updated Isp,

~FPlRFO Ah 042087.00 Datm Senlcmlier 09, 2015.

TOI8I Bld or prmmsal ~, $2,516,288.10 CrdgmcfTgls: DDD campus Damciiiicn- Dkrlcfcn ul

'lbcopuach)f)80ppgsdConlrsclor, F. H. Fsccnsn :Sffbdahsnghnttobo KCcm Envircnmsnlal

hfdmlorange)lint~Authodrad comsci

ubhccnt)fdb)gguppgsg Domlnick DlsiivicAtqhodreff Ognbfot or

for'Contractor; Frank Nofscn:Subconahterh

'rmlsongggrpasclrsn.cmn

fb)hocntlnntii')F ddlrndmbkccmsnvlrcnsmnlstccm

Company, Address(conuaclcry 5615 N, East Elver Road (thh 'p~~'„'ms E.Fahynn Perkwsy

Chicago, IL60856 gpfy,ptnfob"d'Efp Bslavfa, IL godfo

P @Pun 773,444.3474 I 773,714i0957 .T @M badP 8 630 402 0849I ubtiklfbcfmh

Eslfmalad'Start snd Eftgmatad Afar(andGompls'Ikin Dales Compl8gon Dates.fuoiifmdlior)1 tuubsonlractor)i

)tots; Uponrsquset, a oopyof as wrdsn subcmumclor ntlrssmentc must he provided lo Ate ccpo,

Dsmciiiicn

g)asorlntli'iii otsrsrvfcca or|duordlsa'TalalnrtcaotAp us on treat f47

de of'Siihnllop

$250,000.00

ufi t)lanfrtmrafeegye n(uofgre'n)1K u)vntuhdifothurf 5'fuff('. iy m'

t(ff.'lfeeghceubmtdocwnen(e'0 b willlh

4ewkb)f)Nup(rib!((srlhchfsdbg(gt't(f ib(qb)8 co(i)rootg hg iu

omibhglgr le doluniiof Anbdl"'

supdKdbv)feponniuraP;A)(d q0qffiy'bferh

'lii: d'n

lionu to Tffo 058(ipdg appfovdd ~o

II( TIIiedfeqfcdgre.'lW'roF'As Tahguee and'd005,iteghpprbyp.I'I . ir

Tolrugdsbl(te ogguiydufeyi., 0

5 'o,iqqda)plen8 ',I ''o,.ahg (sTA~ fcf(Ae~

rs etang orm

uqmcl ee:uppgcahlu:fh, ta'es on

'blfgnligfw

ta (AOMcOompiliiiide.,

F.H. Psscnsn

Contrpe)f'fr"

Funk Naieon

Heard

pad,'t'S opprOVcd |)IBA, BE(utffhshety Phi) mngb AS nhlnldnb tb Aio"OlihdrO(:lha

prfnfedfbigfaosr sgnnture

VcrrlcnIAI

Contract//:

Cook CountyCNIOO of ths Chlof Proobrernent t///loor

Ictenffflaotlon of 8ubuontrndtor/supplier/8ubsonsullnnt Ponu

'Nis Sh/doi/Pfdpatnpfttoapcndant('tbs Chnpootor')uNcfulf)rduncan/reaied~4ubcdqautdnf tqNO: I'.Iqpg vilth;snabtb/aittdddan; yhd,,'"'b)tddtar'ntusi'sonly/etohtta/NF'ferdbahutretr/Isuaddolvdie donttsdh tn1heovsnt'that/holes/s8upp)ietanl ~SCtacitmCNtealm/qubfqtb

iiriillgltte8'ernptsleondoxanrdh08jtsdbmftqn

tdonUUeaNm 0/Reqqaatici'i'sjioiaLsi'id Rh/thea//or/ubqentnfate~rlhtrhrhbh/iernudiont tvtdch

qhtitip'ha'ln',It/su'

an:a/Nahdani/sUN)8,'hhl/RPP/Rl(Qttoc

042087 00 Dslo; September na, 2016

~te I I'plaigisstngdiiigi 92018288 10 Canttect Tuim Ooc campus ocmclluan-Chasten iii

-898~tops uppbtdCohtracicn F. H. Paachcn Sub@lnauhbn!Io 50 c913000

ttdi/sdnr cubi@cia/

Aulhodced conlsu /cbptod/ed~A. fact hrOrr'Contmctcc Frank Nelsan Sbheanbdvreeot/ppter/ Roy Rivers

bubconsuhsntgmell Address Ema9/address

icslaan49scmachcn.cornNuhoanl/suic/9

Cam/mny.hd ~6616 N East River Road

Cml/punkdddNss 34669,Archer AvenueiConlmctar) i

aa iver c fflubconl/sc(orb

7/3444 3474/773 714 0957 ~~t..qq,," 312870 8647/312 4/09569

dsttdtsiedutailhhp '88/rnqted'star/rind'teibtchdnipbufdCotpplifh/m Maps.

tea~id/)i ~8~to ~ .,Note; 8pon requash 8 oopy of ab wnacn subaont recta iea/eemerua ntuat be prcvldsd bi Ine ccpc,

VstetPAcssr'cduedditeo otdtirafadserdhenlQia .Snhddnitmda/er.

Scs86660/8tmullee

Concrete 9188,600.00

9//8 sub'aanirecldaaumdnls wilt Inrp/parsteeU r«gut mhnls e/SmNantmN pwcnhd to Slot/onbqc/ar mr dppyaebfa.%he sthcobt/eotvdi fnno vmphihtfe/Ns Subtonic//8)rppgar)sdbattili/iiialhi//am/Nein)el,lied/iodmaaall nayother oarqt//Nt oirqvbtatt life 0/did/8th/buanhsotb'I/ . PPI/biraubcenstdfhtmhbrbilnct96/ toat/UNd/i Pie dlsoloatiN ta/

nrede 'vdthnthe.utbtotNUhdbth tbntrbtbcbcobsch/'r)9:nyq) umter tiny OI/auirta/aiitse to svnd 'of.')tl/'.8998eu sniiobN)et!Oh'in'/is fea@onalbN farthp oNeN/etio/1 pnrfannqiunh sbt/qaailbr 0/9/etta '8th forni'daas hotqp ptnvaOIN 8/I/posed ahgp,revtalqtj9'oremb/lcbpdiiqtd'litem/ritrdct of/88099//9588/9988'1/t/Itantloa'Rw; /jnyahoiiiias to tbe odni/sc'I'a s'irpra'vid 'I888/9988/Ullllds/hhyfr/sn'ttlht hs d)drelthatf 'fo'Ilfe 8/800 af ttioCarltrnbt Ccmplbmas,

F. I.i. Pacchcn

Contra'star

Frank Nelson

Nenie

Ycrclcn 1.0

Conlrsal 8

'Ihahbldeifp eteondsstf'Ilmfdtnthtavopk vrINIItfy.

Oubaabbnoia~r' Snbbafi'SONOPIPOnktvISFOVINItdaahdfftbOusffnbodon,,'ftNNCofttidotdi Inept'~ffra fSP fovogrdnfiaNha'NOONPnfba ttsidtaht; thdufaetnt'uthhf Nmfa atb.

"SMPP)lal» or sabonisidhho I Ilia co'nfdwtafbibhthto ah dftfetnd

oornptolh shd ofciopfbsndsubmh an tdenttepseon otfwhneat@i

picppseL-ond,Badbsal,tbr'boolbrec'tpp~isr ai'SNNtfdiweint whichNhhrdfoathlho~iottnr¹obpbttcfbr

ISPI

Data: Sapisnlboroo,goin

contmcl Ynia DDC Campus Demcnson Svlclcn In

.NnhaoebnNcif8MPPfhetSebapnNMIIbntto,hd'ormen Mutur services cunclrucgcuANION SnabtmtnotoiAldbddxod,Qhttdattpr

'hhoant(oafoPjfisrr lcfaucc Hanilcn

lurmnudihsrmcnmclcrssivrcca.curn

'ddtbbofuuntbibraotctb

45»2 Vrcvi Garron Avenue

CffrcfNNIO'Nnf',Ntp chlcseo, IL 00024ldobdonbsdtNA':.

lhibohitrsatfbbshhphe;.NNI;Fbn rr» 028 8801

~44ISIalbshd~flint Ca!as,Ifn¹nddrastor~u

lor sbraolnoms must bo provided Io tlio OCPO.

J}@BFP7HFQNO O'15087,00

52,618.288,t0

Contractor: F. H. psccnen

Aulhorlrsd containIOFOanlrsoior; Frank Nslicn

tbfsehfbfdlasa,.(Cdhfrduntorb, 'ualaonlnpscchcn.corn

. Company,.AddressfContractcri: aincn.nuvIRN!irrcoml

ONF rnmlabdd,IIV)CShtfabfatt,

Chicago, n. 00555

Nsbftfoih'ihctarb778.444-8474/773-riaooarVstbfahohe end,

Nafmawdstsdtsnt.rfombtoddn'Dsfpa

480nflhotod.'ote.

Upon request, s copy of ah wdiisn sub con(rso

Cboh Cnttnlfr A rnuim~e

cfftonof thpfth1stPFnottthtnept cttloer I l I CHm couf50IN

tdenttffontloh of Sufpddft'tfpdtdtftbtitNIftdfffbuboonauttant Form

. 'auling und Diepusal

Dosbr'liiNohatnmvtaaira'7 ttunntloaNO4ilMOS df

Didioonlniotfnv.~aoh ovdoinbttoi

8460,000.00

ipuINN u u iuff,."r.,li@If nol tnidoi'lip olpNNNIN

;thtltaimbnOhuatht rfhdt,dfbf

Idittn »57 lbam loof lhooontmotsnnnrbdtoi o'c'n dolor'nsa lobfits oubcaiilract dooumonIO,%o subcobbaHWNi Ih no;opisr eprdtd kbn Iofttah It O

05I, „.Ii 0 tr, ppt bto1 ortltd 0 ni I orfhoboon '1 0 oli ' lass'oii

n'soptfpotIf,)NIP d'ordre tlINnoos 'dvs, o -llii ebilNse.soolh fO 'dabb htdjthfravo

mode vdth'.IIIO phdefetenSlnd thtndt"tbp"Cohtrn

'btCadchs,:abuliaAispodatbts focthh.

'.

H. Puschvn

Frank Nolsdp

Nsdro

mt5 PIOPoesd Obelnfoar tsvla lone a~rbtbdf mlttdne to thh'eohtibat nngovad tNIINIwNN ttkkpttod Frpsb. AdfOhenSOa'.to'tbh ~'cups SPP'SVsif fNDNIVDNIUNIttatbrtf't%iit-bni'at bd'~ I OP tNN Olffo'e IN Ntaobdfrftht Qmtdfsifbo.

Vcrricn r.a

Contract f5

xCook County

CNco of the Chief Proourornont Offlearidenllfloauon of 8uboonlradtorfhuppserf8ubamfsaltant Form

Ths Siddsdgf4otuafffdspsndsn((T(uf C(mtfag(08 jafg ful" '

fhuNif angola(funda(his(ten tdp~ olttfdfcohfgatoii~ihc'ongasfnl'Ftslh(T8F'') '8 ah'efhb sgff ISrgtSdl for Pron(fluff and'tt'oquffst lb'r:

"atunSfifa(feri'haghn(dfabfdraiieIaalngatethvik~tgfrfa~raaahS«SSdtftra'Otervv. '(aiut8uhmfiieiillantelilChutmtfhoussdf(u(hbsgiilMdii'(n f(eff(afs8fgfthoresrifji(N(ahpbffaofitlieu ',of8«hcoritnfiadnriSag(SMs of Sahtdxssiiltfsfts. (hod tftfdfoxiftnftrihfosri dtdstod fgp

x

Sld/RFP/RFC Non „042037,oo Calm Sap leiiibar 09, 2010

Totst Bld or I fggmnSAimtuntr 3201828810 colanmi Tatm 000 Gamp«1 Dcmcuimx. Cfvhfcn 8

Contisctcn F. H.paschen tugeensut~ant to bhinternational inc.

Affaoriaadcoht~for'Contmcton Frank Nelson S~~~fgth(+<OS'elix Moran

,(Sd~g@g, fnaixcnuifhpscchcn.corn f(hNM. -(858frip fmmanagcnvdcsfgnl.cmn

(Coillractcf):ompanf Addime

(8ub00alihraud;33W. Monroe Sircol, Suits

(IS

8,'tsxWIsta

lid cecagc, lt, oo555;Clty48M 0'~

I" chicago, tk 50003"Icdnthhtgth ifhfnaantrasMa'!,

773444.3474/773714.0957 T +94~'888 Fak 3 12345-1400 I 312-3454fav29

ss'a'8(iiftaad "'Ssgmstss 8isftmfd,Stabtdsgfgf Caue '(kunpfdtf(rri catchQonprsotorti...tfdfboorit~fo;

Note.'Upon rag«ash s oop7 of all wilton subociilraolcr'alii'ssineniv must be provided to Ilia Ocp 0.

.84'aavtnlls+glalvl alihut Siinnusn

Envlrcnmmscl Acssccmcni

i.uetat tvrtaa at'Suuabritrssttrivtfgess otanauflaa

320,000.00

Tge auboontraia doownsnbi vdf tncpgegdosg rThe mhfktfdmct vilit Si rlourpy It(pdorllio tu89904&ir00ifit(htSOn WbtrS It (S:alliat,:ughrfaentiaetbrnatter ufgt ditd sndsfatsrigf(8f '.Ih'at Ihe"contrafriathsttohsr chain sospgnavbts for(ha

o'CdnUas!offdtvftffdtcgbto.

ortel vdSNi, Iilat shfifuggtf

8 IN((jptiatf (thai Airy„sd,toruto CNoa of ffui

8

8th padoflasnoptfuftl siss(Sf ef vfiNf. 'Ihtfons'goshaaoafidst iipp'(dsbSNltsftfv

MIS, 5 00Npltaiiae,Car ltrnst Ccm

F. H, Pcxchen

Conlrsator

Frank Nalsap

lbiiiisPrelect Msnsg

afiy Prhttosad,chnnttasx rpftalore arftftpdIfoil es lo I 0'. t'sots hppmved Sufuttlfsatlfnp pfad Nitst trs rdffnafu

Vcnfcn 1.0

Contract 4

rrhrio hur td

tprohCOtthftr A urrahamcdlhm

OfffhoeftftafffpfefProt4rthnidhttpfflcer +~hgdrtjt8IdentffleetlOS Of 86ff88tjffl44tOI48ttPPtferl40800neultant trontt

'lfle Sfddeifplppogodtgo'spotrsfont4&cpdhardopjuht 444~sndmracrhh en4mdaptt onldo~n of.808crdttrncto~dskcphsAIISthllpgl"f8+utthslmll .Itertp'mrtforfehtrngfdsehdjtnl'f'olrsldrf..Ifudttdoddon. Yt@giNlledfoi'dthsjoopjyloto the.l88 fotedr484trhodrdhgotor, IAifhniohdi 808'oorundtont whichehnlthethrildOIISIOCOlllmelr tn'dtnetmlfthdjthdrO efsdptllhthmhddtn'tife'utlM™tdp»fthdrhc'gratulate;80PPfdhror thdmmmettanhh thor Cmdmafdlmuhtfheanpg'dated thP.

J@g88frdtptt Non odgost.oo Deter Soptainhoroo,20ls

tltmcn I, 828I0288IO CcmtmCITIIIOI OOCCampcspomclgrcn

'Sutrcohtmc~tp uppgerfCchlraclon F. K paachon Sufmdlla»Iphlttd 80 Hcrlmn Contractors Inc

Bddml drddhfrgtd(ih

shirr rifiitnria h"'nrs*rm'hthdrhedMhhjcl'for

tocconlmolorr Prana Neloon

lnolscnlhpaschen.corn, +r ..:,.hcinonccnlracroragllabcglabal.nal~CO"I'rj: ifNihiikdhtofL;

Obmpenc.nddrmm65th N. Earl River Road

Ararrphnp artdm'88782 W. Rocl Street

Chicago 8,60858 CI8rfddt48fi48itp Chk»80, IL60608

~ it t ISi5 888mated Start end

Gomhtotldhtlales CIPPPN4hn Catso,JQ0Dn'fs etc rl'I ~trrict»4",. i

Note; Upon >ernest, a oopv ol sg NINen edmcn\ramor'a{lresmoma must ho prcntdad to tne ocpo,

Electrical

ttdeerintlhh ofdmnrlodeondrrorrllas'rtnldtprloe at

4ldh'nernnlot trh:Sntdtosasrmlthmtfaa

859,70000

, dppg

4884 Srpep47044lrd anptSti 'AIIptttd:Otdiid df tlm

fnoolpns wh lttdtfdhth'ii Shhpd

h 4 is 04hetirt4 hnoLtrhhlf4.4tnt !8m tdr8 o fo'rthnpfdhtffgh

aprphdhne'otal ~fdotu .atrtn4wdd 8

lho aeheeIIIIIft84t fnothorigf~geh whlo

m!8 ttrdpoosd Bfht040884unjpoo tn 'Iho hdnnh

pekllm

Nllihp'.uphtreet'up prep 7848fw

edttatp Pfeit 4042.88 'apfhh

ptm sphcnnlracfdomrmdn wtlt omtoeltm hlr rdacdNopontrorgeenfod Nr ocpnhhotores sable

8r

F. H. Paocheh

Conlraclor

Fmnh Nelson

mund

d/Pb

Yarrtcn r.o