7-';4p~)opendocs.cookcountyil.gov/procurement/.../1555-14475-gc3-(019849.02).pdf · 01.9849.02...
TRANSCRIPT
Cook County
Deps<ment of Planning 8 Policy
69 W Washington
Chicago, IL 60602Oatg:042820< 7
To» Gook County, Purchasing
$ 18 N. Ozark Rm. 1018Chicago, Illinois 60602
From: Cook Couniy Department of Capital Planning & Policy
69 W Washington, Floor 30Chicaqo, IL 60602
Qfork Order Number:
Location:
Contract 0:
Contractor:
DOC - Cook County Jail Complex
Boot Qampchicago, IL 60602
1565-14475-6C3
Paul Borg Construction Company
Qf k Qrder Tl)fe: Fire 8 Life Safety Emergent Upgrades SUpplemental 2
if Revised: D Date:
Your Work Order Proposal has been accepted for the above Work as followers:
Work Order Amount:I
Licensing Fee for The Gordian Group
{5.00%of Construction)
Total Amount:
MVVBE Participatton:
Funding Source(s)
$46,551,55
$2,327.58
$48,879.13
$0.00
Liquidated Damages: Liquidated Daeages wiII not apply
A notice to pr'oceed w'ill be issued which will establish the Work Order Start date and the completion date.
The CCOCPP JOG Coordinator
3 Graham, Project Ntanager
unty Bepartment of
7-';4p~)
~ 5l~ ~ig
g/3/ (/jl
Date Approved By:
;i
Earl Mannirlg, Director.
Cook County Department ofCapitaI Planning 4 Policy
?Date
Shannon E. Andrews, CPOOffice of Chief Procurement Officer
~I, gj)) l
Notice of Proposal Acceptance Page) of 1
4/28/20'i 7
Cook County
Department of Planning 8 Policy69 W Washington
Chicago, IL 60602
Job Qrder Number:
Job Order Name;
Job Order Lecation:
Approved Proposal:
ContracbN:
01.9849.02
Fire 8 Life Safety Emergent Upgrades Suppleeental 2
DOC - Cook County Jail Caeplex, Chicaga, IL 60602
$46,661.66
Paul Borg Construction Company
Construction Duration: 2 Months
g Notice of Proposal Acceptance {NOpA)r
Cook County Board Approve Documentation If Applicable
, g, County JustificationiEstlmate (provided by pM)
g Contractor Evaluation - Project Development
g Contractor's Job Order Proposal Package {seeBelow}
Detailed Scope of Work with Project Duration {signed by contractor)
Drawings {Ifapplicable)
Project Picture(s) Documenting Existing Conditions
Detailed Construction Schedule (IfApplicable)
Approved Price Proposal Summary & Detail (algnsd by contractor)
MAVBE Subcontractor Estimate, Disclosure of Retained Parties (signed ty carltraetc r)
UtiliZatiOn Plan (Sigrjed by Contractor)
For Each WfNf/OISBE Subcontractar:
Lettol'f Intent {signed by sub{:ontrsctor)
Cvrrent Certffleatlon Lsttor
Identification of Sub-contractorlSub-Consultant Form{ISF Form)
COUPE Signatory Form 8 Backup
Non Pre-PricediReimbursable Back Up (If Applicable)
Special Insurance (lf Applicable)
)/ is Project Within Bond Capacity - YiN
Reviewed by aordiaa PM:
Purchase Order Pa(.kage Checklist Pag81 of 1
4/28/2017
e i@%0 eggL'
NOIQ I-
slAEI skiaiOI
~gasp ~
~ames=
i gga
DEPARTJVIENT OF CAPITAL PLANING & POLICY
EARL MANNING
EMRECTOR
69 W. 0/ASHINGTON SUITE 3000 ~ CHiCAGO, ILLINOIS 60602 ~ (312)603-0331
'rONI pRECKlNINKEE
PRESIDENT
~ Cook County Soard
of Commissioners
RICHARD R. BQYQN
1st DistriCt
<OVERT STEKLE
2nd District
jERRY BUTLER
3rd District
STANLEY MOORE
4th District
DEBORAH BRIMS
5th District
May 2, 2017
Mr. Earl Manning, Director
Cook County Department of Capital Planning R. Policy
69 W Washington Street, 30'" Floor
Chicago, iL 60602
Re: Justification for the Fire 5 Life Safety Emergent Upgrades Project
Work Order Number-019B49.02 jSupplemental
Dear Mr. Earl Manning:
The Boot Camp is located on the Department of Corrections Campus, in Chicago, illinois. The Complex
is made up of 10 separate one story Army style dormitories and constructed in the late 1990's.
EDIJIrtARD M. MOOOY
6th District
JESUS G. GARCIA
7th DiStriCt
The current fire and life safety system is original to the complex and was'installed over twenty {20)years ago, without any upgrades to the system to date; during the exploratory demolition process it
was discovered the existing conduit runs between the 10-buildings, were either crushed, rusted-out or
filled with water and cannot be re-used, making it necessary to install new conduit in its place.
LUIS ARROYO, )r,
8th District
if you need any more information, please contact me directly.
PETER N. SILVESTM
9th District
BRIDGET GAINER
10th District
Sincerely,i
)Q AIJ
JOHN P. DALEY
11th District
JOHN A.FITCH'2th
District
lARRY SUFFREDIN
3.3th District
Warrick Graham, Sr., AIA
Project Director
GREGG QOSUN
14th District
TIMOTHY 0; SCHNEIDER
15th District
JEFFREY R. TOBOLSKI
16th District
SEAN M. MORR50N
17th District
<j Fiscal Responsibility ()Innovative Leadership Transparency 8, Accountability Qlo~ Improved Services
DEAPRTMCNT OF CAPITAL PLANQING 8. POLICY
FARL MANNING
DIRECTOR
69 W. WASHINGTON, SUITE 3000 e CHICAGO, ILLINOIS 60602 (312)603-0331
TONI PRECNNlNKLE
PRESIDENT
Cook County Soard
of CoNmiss|oners
RICHARD R.BOYKIN
1st District
DATE:
TO:
May 2, 2017
Shannon E. Andrews, Chief Procurement OfficerOffice of the Chief Procurement Officer
ROBERT STEELE
2nd DistrictFROM: Warrick Graham, Sr., AlA
Project Director/Department of Capital Planning & PolicyJERRY BUTLER
3rd District
STANLEY MOORE
4th District
SUBJECT: Fire 8 Life Safety Emergent Upgrades ProjectWork Order Number —019849.02/Supplemental
bESORAH SIMS
5th District
EWARD M. MOODY
6th District
JESUS G. GARCIA
7th District
LUIS ARROYO, Jr.
8th DIstrict
PETER N, SILVESTRI
9th District
The cost proposal as presented has been reviewed by The Gordian Group (theJOC coordinator) and me. The prices are fixed prices and/or direct purchasedprices under the JQC program; the quantities have been reviewed 8, verified by theGordian Group for the pre-established pricing; the final collective package forpricing of Forty Six Thousand, Five Hundred, Fit'ty One Dollars and Fifty Five Cents($46,551.55) is found to be fair and reasonable.
lf you have any questions regarding this issue, you may contact me at 312/603-0311 and/or email: warrick,grahamNcookcountvil.gov.
BRIDGET GAINER
10th District
JOHN P, DALEY
11th District
JOHN A. FRITCHEY
12th District
Sincerely:
~'L ~
„~~ ij ij >i I
K i&>LARRY SUFFREDIN
13th District
GREGG GOSUN
14th District
Warrm graham, Sr., AlA
Project Director
TIMOTHY O. SCHMEIDER
15th District
JEFFREY R. TOBOLSKI
16th District
CC: E. Manning
S. Lloyd
Q, Rernbert, TGG
5EAN M. MORRKON
17th District
J) Fiscal Responsibility f Innovative Leadership Transparency 8, Accountability Qlp Improved Services
F
1
' I
,i% B~b'4f<rmaII ~ Ir I g)P $ JI ~ ~ IIII >, I I I i
Cook County
Department of Planning 8 Policy69 W Washington
Chicago, IL 60602
Job Order Number: 0'f 9849.02
Fire 8 Life Safety Emergent UpgradesSupplemental 2
Consfructlon Amount: $46,551.55 Construction Gornplet|on Date: 03/22/2017
Contractor: Psul Borg Construction Company
oastruetio~ 8>g Dafe: 03/06/201 T
'Contractor Evaluation - Project Development
Yes or No, did the Contractor submit the first Price Proposal on time V
I I I
Rate the Contractor's availability to visit the Project Site with the Owner 1 2
2
Rate the quality of the first Price ProposalI
Rate the quality timeliness of sUbsequent Price Proposals
Enter the number of Price Proposals submitted far this Project
6 Rate the qualityltimeliness of the Contractors Final Package
2 3
2
5
4 .5Rate the Contra otor's overafl performance during the ProjectDevelopment phase
Pool=1, Average=2 to 4, 5 = Exceltent.
2
3'omments:
Project Director.
Contractor Evatoation - Pro)ect Development Page1 of 3
4/28/2017
' I ISg
ANIL@iiil~( 8
tt j)'It*;": N.I>
~ t ~~gg <V i ~ i ~ p
<Il I 5 iiii-~'%a lie@
Cook CoUrity
department of Planning & Policy
69IWashington
Chicago, IL 606D2Job Order Gontragt
Cook County Deparbnent of Capital Planning 5 Policy
Nork Order Number: 019849.02
Contractor: Paul Borg ConstructionComps'ate:
18 April 2057
Nfork Order Tifle: Fire 8 Life Safety Emergent Upgrades Supplemental 2P~ Qgl oggll& gl + g
a 1 t
hs tall alt INtsIPt
ttpkWI4 ~ tiai t tttt »
g gt Il
Project scope status: CI Preliminary 0 Revised ljtl Final
10/20/gQ $6
i=elloelng Is the scope of work for the above Pro ect Number. AO
considered part of this scope of vrork.
j um er. AH requrrements necessary to aceoepilsh the work tasks set forth bet h ii bIlhfc a e
1,) Due to the capacity fill in the existing conduit, an existing Fiber cable w'll b d t II
'ork:~ Remove existing 6-strand Fiber Optic cable from Buildin 5 b k
equi euse opu intherlewFiberloo . Sco eofp. p
fI ~ ~ ~
ui ing ac to Building S to provide access and a puli line for
uture Fiber Optic installation. ~ Provide and instali (1) new 6-str d F'b 0s ran l er ptic cable from Building 5 back to Buildfrlg 8 torep ace the Fiber cable removed in Item N. 2.) Provide and install (1) 12-strand Fiber 0 tic cable instea
cable to daisy chain through (10) Buildings
Brief Scope Of Nork:
Specific Submiitah Required:
Sketches and Dravrings:
Material Submittals:
Sc;heduhog Requirements:
Price Proposal Due Date:
Estimated Construction Start:
Estimated Construction Completion:
11I0372016
j)B/0nr~~ (pf2j > +03/22/17
Special Corlditions:
Special lostrucfions:
Cornme ts
Estimate on:
Liquidated Damages ~ill not apply
2 Months
roiect I'ger /
'o ba~edby Contractor if Final Scope of Worl(
Sr'rapaul Borg Construction Company
Oetailed Scope Of Work Page 1 of 1
4/1 8/2017
~f ~ 2d"Cp
If}
I 4a-~
J= 1
f+~ v };]r}IJ
II
g
ih5
IJJ
}J
Of J
c.h8 lil
gdfg5.
V Ql
Q.~YQ J»
5(yQIQ ~iCD I-~ t/)
LJIhC
5
Ogl
Q@
VV
Dg iaI l
e Rt&F. lh ' ~.... II
r~c
pg
! U,
fI )5 $f}})$ gf
ii}g}};}f'I" I!'I'
Il}nil}ill}l}a II i. i
II
~l}}fJII~%%}Ol If~ }~1}
atit eatew
W sf iaea
JU Ilf}%0+8 34Ckl 4t MRSBQ Q IgSg~8 If0%58~0lf~
JV>W JJVOJI'J}iJVIJr MWAraNI4JJV}V44}Jifw4IJJVVV4u v Jrrl VVV~Ca "~ }bc 'g VIVO .-~gg
I i( Irl
~r~lftlh~V
rate
V ~ I
a
004
4
0
C I
~ I
Job Order ContractAPPROVED - Price Proposal Summary - Csl
Date: April $ 8, 2017
1555-'f4475-GC3
019849.02Fire 8 Life Safety Emergent Upgrades Supplemental 2
I Borg Construction Company
,551.558 Life Safety Ernergerit Upgrades Supplemental
Contract Number:
Job Order Number:
Job Order Title:
Contractor: Pau
Proposal Value: $46
Proposal Name: Fin
01 - General Requirements:
05 - INetafs:
27 - Communications:
33 - Utilities:
Proposal Total
This proposal total represents the correct total for the proposal. Any discrepancy behveen line totals,
sub-totals and Ne proposal total is due to rounding of the line totals and sahib-totals.
$334.75
$86'f.12
$41,528.78
$3,828.82
$48,SS<.SS
The Pe O.O0%
wiIDate
gV
Scott Bronson, Project Mansger Date
Price Proposal Suminary - CS) Page 1 off4/1 8/2017
Job Order ContractAPPRQVED - Price Proposal Detail - CSI
Date:
Contract Nueber:
Job Order Nueber.
Job Order Tit/e:
.Contractor:
Proposal Value:
Propesai Name:
Adjustment Factor(s)
Rec¹ CSI Number
April 18, 201?
1555-14478-GC30'f 9849.02
Fire 8 Life Safety Emergent Upgrades Supplemental 2
Paul Borg Construction Company
$46,551.55Fire 4 Life Safety Emergent Upgrades Supplemental
Used: D.8126-Normal Workir|g Hours
Mod. UOIN Description Line Total
01 - Geoeraf Requirements
01 74 19 00 0013 EA
Installation 1,00 x 44200 x 0.8125
10 CY Ournpster (1 Ton) "Construction Debris"Includes delivery of du>pster,
rental cost, pick-up cost, hauling, and disposg( fee, Nonhazardous material.
Quantity Unit Price Factor Total
$334.?5
$334.75
Cafogory'I: No Category Input
Subtota) for 01 - General Requirements:
05 - Iletals
05 05 1S 00 0203 EA 1/4" x 1-1/4" Tapcon Masonry Screw
$334.75
$1,070.66
Installation
Quantity
144.00 x
Unit Price
$9 f5 x
Factor
0.8125
Total
$1,070,65
User Mote: Drill out extg fiber optic manhole covers security scree, drill 8 retap.
12covers x 12screws~ 144ea .
t afegory): Nlaahole Covers
3 05 05 19 00 0203
Cajegogyg: Manhole Covers
Installation
For >100, Deduct
Quantity
144 Oo x
Unit Price
$-1.79 x
Factor
0.8125
-$209.43
Total
$-209.43
Subfotal for 05 - Metals:
27 - Gommunicatioos
4 27 14 23 130010 EA Single Strand, Fusion Splice Qf Fiber Optic CaNe
$86't.42
-$4,931.SS
Installation
Quantity
240.00 x
Unit Price
$2~.29 x
Factor
0.8125
Total
$<,931.55User Note: 12 in lieu of 6 Strand Fiber Optic Cable-
Sstrand cable x 10bldgs x 2(tie into extg. cable 8 then again into new cabh)= 120ea x 2(at main panel panel
Bldg. 8)= 240ea
Category1; 12 in lieu of 6 strand
fiber optic cable
5 27 14 23 13 0010
Installation 48O.OO $25 29 x
Single Strand, Fusion Splice Of Fiber Optic CabIe
Quantity Unit Price Factor
0.8125
$9,863.10
Total
$9,863.<O
User Note: 12 in lieu of 6 Strand Fiber Optic Cable-
12strand cable x 10bldgs x 2(tie into ext. cable 8 then again into nuit cable)=240ea x 2(at main panel panel
Bldg. 8)= 480ea
Category). 12 in lieu of 6 strand
fiber optic cable
Price Proposal Detail - CSI Page1 of 54/1 8/2017
Price Proposal Data H - Csl Continues..
Job Order Nueber.
Job Order Title:
Reel CSI Number INo5. UOM Description Line Total
2'? - Communications
6 27 14 23 130017
Instatfafion 480.00 x $63.22 x 0.8425
Test 1-Strand Of Fiber Optic Cable Using A Multi-Directional OTDR Test With
Dooueentafion
Quantity Unit Price Factor
$24,655.80
Total
$24,655.80
User Note: 12 in lieu of 6 Strand Fiber Optic Gqbfe-
12strand cable x 10bldgs x 2(tie Into extg. cable & then again into new cable)= 240ea x 2(at main panel
panel Bldg. 8)= 480ea
0018
Category': f2 in lieu of 6 strand
fiber optic cablo
7 27 14 23 13 0017
Installation
For >12 To 48 Strands, Deduct
Quantity
480.00 x
Unit Price
0-<'74 x
Factor
0.8125
-$1,848.60
Total
$-1,848.60
Category): 12 in lieu Df 6 strand
fiber optic cable
8 27 14 23 130017
Unit Price
Test 1-Strand Of Fiber Optic Cable Using A Mufti-Directional OTDR Test With
Documentation
Quantity Factor
-$12,327,9P
Installation 240.00 x $63.22 x 0.8125
User'ote: 12 in lieu of 6 Strand Fiber Optic Cabfe-
Sstrand cable x 10bldgs x 2(tie into extg. cable 8 then again into new cable)= 120ea x 2/at main panel panel
Bldg. 8)= 240ea
Cafegoryl: 12 in lieu of 6 strand
fiber optic cable
9 27 14 23 16 0420
Installation
Factor
-4-34 x $1,540,98 0,8125
8-Fiber, 62.5 Igicron Multimode, Douge Jacket I oose Tube, Outdoor Fiber Optic
Cable, lnstaf led In Conduit
Quantity Unit Price
-$5,433,88
Totaf
$-5,433.88
User Mote: 12 in lieu of 6 Strand Fiber Optic Cabie-
Bidg. 8 to other bldgs;To Bldg, 1=360'o
Bldg. 2=330'o
Bldg. 3=320'o
B/dg.4=360'o
Bldg. 5=930'o
Bldg.6~7M'o
Bldg.? =690'o
Bldg. 9=360'o
Bldg.
10=340'otal~4,340'uantities
per Oping. FA-100
Categoryl: 12 in lieu qf 6 strand
fiber Optic cable
$0 27 14 23 180420 0074 MLF For Corrugated Coated Ste@Tape Armored Cable, h<d
::::::::::..:,',:. '.:'.:;:::The Uohf isequai to;:,";Each, "tbeiefete titan.uihfitymust beapiiolenumbef,;:,cheese iian'fj and ie,vise asheaded:'nstallation
$151.41 0.8125
Categoryf: $2 in lieu of 6 strand
fiber optic gable
-$533.91
$-533.91
Price Proposal Detak - CSI Page 2of 54'/2017
Pric9 Proposal Detail - Gsl Continues..
Job Order Number:
Job Order Title:
Rect CSI Number
27 - Communications
f1 27 14 23 16 0420
Ilod. UOM Description
MLF
Installation
Demolition
6-Fiber, 62.5 Micron Muitieode, Double Jacket Loose Tube, Outdoor Fiber OpecCable, Installed In Conduit
Quantity Unit Price Factor
o.oa
0.930.8125
0.8125 =$1,540.98 x
~606.80 x
Line Total
$458.59
Total
$0.00$458.59
User Note: 1.Rewove existing 6-strand Rber Optic cable am Building 5 back to Building 8 to provide access and a puli
line for future Fiber Optic installation
2. Provide and install (1) new 12-strand Fiber Optic cable from Building 5 back to Building 8 to replace the
Fiber cable removed in Iterm 41,Bldg, 8 to Bidg.
5=930'ategoyyg:6 to 8
f2 27 14 23 16 0422 MLF 12-Fiber, 62.5 Micron Multirnode, Double Jacket Loose Tube, Outdoor Fiber
Opte Cable, Installed In Conduit
Quantity Vnit Price Factor
$1,419.67
Total
Installation 0.83 $1,878,80 x 0.8125 $1,419.67
User Note: 1.Remove existing 6-strand Fiber Optic cable from Building 5 back to Building 8 to provide access and a puII
line for future Fiber Optic instalfatlon
2. Provide and Install (1)new 12-strand Fiber Optic calle from Building 5 back to Building 8 to replace the
Fiber cable removed in Item t1,Bldg. 8 to Bldg.
5=930'ategory':< to 8
43 27 14 23 16 0422 0074 MLF For Corrugated Coated Steel Tape Armored Cable, Add
Installation 0.93 x $151.41 x 0.8125 = $114.41
Cstegory1: 5 to 8
$114.41
'I4 27 14 23 16 0422 MLF
Installation
Factor
4.34 x $1,878.80 0.8'f25
12-Fiber, 62.5 Micron Mulfirnode, Oouble Jacket Loose Tube, Outdoor Fiber
Optic Gable, installed In Conduit
Quantity Unit Price
$6,625.12
Total
$6,625.12
User Note: 12 in lieu of 6 Strand Fiber Optic Cable-
Bldg. 8 to other bldgs.-
To 8ldg. 1=380'o
Bldg.2=330'o
Bldg. 3=320'o
Bldg. 4=360'o
Bfdg. 6=930-
To Bldg. 6=750'o
Bldg.7=590'o
Bldg. 8=360'o
Bldg.
10=340'otal=4,340'uantities
per Dry. FA-100
Category): 12 in lieu of 8 strand
fiber optic cable
15 27 14 23 16 0422 0074 MLF For Corrugated Coated Steel Tape Armored Cable, Add
Installation 4.34 x 151.41 x 0-8125 "Category1: 12 in lieu of 6 strand
fiber optic cable
$533.91
$633.91
Price Proposai Detail - Csl Page 3of 54/18/2017
Price Proposal Detail - CSl Continues..
Job Order'umber:
Job Order Title:
Rec¹ Csl Nueber
27 - Communications
f6 2? 16 1S 000016
Mod. UOM
EA
Oescriptjgn
SC To LC Connectors, 1 Meter Length, Singleeode, Duplex Fiber Optic Patch
Cable
Line Total
-$9,929.40
Installation
Quantity
-240-00 x
Unit Price
$50.92
Factor
0.8125
Total
$-9,929.40
User Nots: 12 in lieu of 6 Strand Fiber Optic Cable-
6 per 10bldgs.= 60ea x 2{tie into extg. cable & then again into new cable)=120ea x 2(at main panel panel
Bldg. 8)= 240ea
Category1: 12 in lieu of 6 strand
fiber optic cable
$ 7 27 16 19 000016
Quantities per Dnivg, FA-100.
SC To LC Connectors, 1 Meter Length, Singlernaiie, Duplex Fiber Optic Patch
Cable
$19,858.80
Installation
Quantity
480.00 x
Unit Price
$50.92
Factor
0.8125
Total
$19,858.80
User Note; 12 in lieu of 6 Strand Fiber Optic Gable-
12 per 16bldgs.= 120ea x 2(tie into exfg. cable & then again Into new cable)= 240ea x 2(at main panel panel
Bldg. 8)= 480ea
Category1: 12 in lieu of 8 strand
fiber optic cable
~8 27 16 19 000030
Quantities per Dnvg. FA-100.
Duplex Fiber Optic Cable Pig Tail $28,005.20
Installation
Quand«y
480 00 x
Vnit Price
66.68 x
Factor
0.8126
Total
$26,005.20
User Mote: 12 in lieu of 6 Strand Fiber Optic Cable-
one per patch cable x 12 per10bldgs.= 120ea x 2(tie into extg. cable 8 then again into new cable)=240ea x2(at main panel panel Bldg. 8)= 480ea
Category1: 12 in lieu of 6 strand
fiber optic cable
19 27 16 19 00 0030
Installation
Duplex Fiber Optic Cable Pig Tail
Quantity
-240.00 x
Unit Price
$66.6& x
Factor
0,8125
-$13,002.60
Total
$-13,002.60
User Note: 12 in lieu of 6 Strand Fiber Optic Cabie-
one per patch cable x 6 per 10bldgs.= 60ea x 2I,'tie into extg. cable 8 then again Into new cable)= 120ea x
2(at tnain panel panel Bldg. 8)= 240ea
Category1: 12 in lieu of 6 strandfiber optic cable
Subtotal for 27 - Communications:
33 - Utilities
$41,526.76
20 33 39 13 000144
lnstaHation
Demolition
Quantity Unit Price
12.00 $29<.61 x 0.8125
12.00 x 98.10 x 0.8125
24" Square x 600 LB Regular Cast inn Manhole Cover With Frame, City Type $3,828.92
Total
$2,872.45
$966.48
User Note; Removal B reinstallation of fiber optfc manhole covers.
Category1: Manhole Covers
Subtotal for 33 - Utilities: $3,828.92
Price Proposal Detail —CSI Page 4of 64/1 8/2017
Price Proposal Detail - CSl Continues..
Job Order Number:
Job Order Title:
Proposal Totaf $46,SS<.S6
This proposal total represents the correct total for the proposal. Any discrepancy between line totals,
sub-totals and the proposal total is due to rounding of the line totals and sub-totals.
The Percent of NPP on fhis Proposal: 0 00%
Price Proposal Detag - GSl Page 5of 54/18/2017
Work Order Number: 019849.02
Nork Order Title: Fire & Life Safety Emergent Upgrades Supplemental
Job Order Contract
Contractor: Cook County - Paul Borg Const.
Date: April 25, 2037
Foliowing is the proposed iist of minority owned, woman owned and non-minority subcontractors and material suppliers proposed for
the above Work Order. This estimate is submitted with our finai Work Order Proposal in the amount of $46,551.55.
Contractor
Da Tech Electric
Paul Borg Construction
Trades —$:Subcontractor; IN: Material Supplier
lNIjhIBE's - M: MinotitIIr; W: Women; N; Non M/I/BE
Duties
Electrical
GC
lOAVISBE
Status
$35,000.00
$10,524.86
$45,S24.36
$0.00
$0.00
$0-00
% of Pmjei'.t
0¹k0.00%
0.OO</g
Total IIBE Subcontractor Participation Scheduled
Total MBE Supplier Participation Schedulecl
$0.00
$Q.OQ
0.00Vo
9.00%
$O.OO
0.00VolIIBE Total
Total WBE subcontractor Participation ScheduledTotal NBE Supplier Participation Scheduled
Total IN/NBE Participation Schedu/ed
$0.0Q
$0.00
$0.00
O.OOA
0 poop— O.ONo
0.00'jp
WBE Total
(Contractor) Project Manager
Subcontractor and MNBE Estimate Page 1 of 1
4/25/201 T
1 tLP.
I I I I
'll; z g ~ g ',~ I
'
" ",.'.-'. '!~lgi.41~ l(:-..'
Ii I i
/ $ > ~;,
Cook CpontyOffice of Planning 8 Policy
69 W'Washington
Chicago, IL 60602Date: Aprif 25, 2017
Subrder Total: $46,551.55
A. Definitions and Disclosure Reauirements
As used herein, the terN "Contractor'eans a person or entity who has any corItract lease with the County af Cook.
Pursant to Executive Or der 97-1 eve ry city contract and lease must be accompanied by a dsclosure statement Providing certain information and attame a Iobb 's
accountants, consultants, subcontractors,and other persons
e in in ormation an attorneys Iobbyists
3 The Contractor Is not required to dlsdoss employees who are paid solely through the Contractor's regular payrofl.
II'l obbyist" means any person (a) who'for compensation or on behalf of any person other than himself u dert k t 'lse n e a es o in uenceany legis)ativeoradministration action, or b
any part or whose duties as an employee of another Incfudes undettakirtg to influence any legislative or administrative acbon.
B. Cerbfication
Contractor hereby certifies as follows:
This Disciosure relates to the foliovrlng trsnsaction:
Project nalne'019849.02 Fire & Life Safety Emergent Upgrades Supplemental
Name of Contractor: Cook County - Paul Borg Const,
EACH ANO EVERY attorney, lobb ist accountay', nt,consultant, subcontractor, or other person retained or anticipatedto be retained b the Contractorsor in connection with the contract or Lease is listed betow
inc y e on orwith respectto
(attach additional pages if necessary):
BUSINESS
AQGRE88
Da Tech Electric
Paul Borg Construction
CHECK HERE IF NO SUCH PERSONS HAVE BEEN RETAINED OR ARE ANTICIPATED TO BE RETAINED
MBE
NBEor Non
ReiatlonShlp
{attorney,iohbylst,
subcontractor,ett:.)
SUbcontractor
'Subcontractor
FEE(indhatewhether paid
or esleated)
$35,00O.OO Est.
$50,624,36 Est.
4. The Contractor Understands and agrees that the city may rely on the information provided h'
th t
shall constitute default under tIe contract and may result in termination of the contract or lease
'erein an a providing arly falee inComplete or inaCCuranCe information
The Contractor understands and agress that in any case In which the Contractor is uncert n h th d'Ii unce ainw e er adhsclosureis required underthe Executive order t e Co
must either ask the city whether disclosure is required or make the disclosure.
d cI ', h Contractor
Under the Penattles ofp, I
complete, and thatn van n
e this Disclosure on behalf of the Contractor that the i erein is true and
Signature Date
Name (Type or Print)
Subscribed aAd scorn to before me
its 3> dlyof ++~Al~ <I.
Nota'ublic Signature
Title
W~ W ~~~~.~~~~OFFICIAL S~L
DONNA MMgygNOTAN'~USLIC-87A~ OF g Jggs«COMMISfNlfXPJQP$ ;O)gyg
I~W~ m ~mm ~~~~ ~.i
Disclosure Statement Page1 of 1
4/25/2017
Ol 9849.02- Division XVI SWO ¹2
~,-~——y@MI y ~a>sm.~~ fs%prt-~)
N~NN laikaisaaaassss
: xI waeswvm i, WtI.NeIAtM
,'ee@~IIIN~Wfsmf'~TICN"~~
%et~gr MIKPsdl~@mSh SINaaaaa N INK~
Nm~~g~:gg,amm%14%eRR~UI'@"
ISNI N ha Is~si hs a SNII ss I, ssahsNs .ssaswlN~aaaaa SNNsNsisa a ssaa,. ssi Ns sssaN alllii~ li k>@sASkef& "0--'nshlsr~~Sisa45dee~mt|mf.
ttl i~<~~~~ekeWSSa~efyqNss4syehoremme~PJ~~~(h(NI 'IN" iaaslsssssssshahaaNNsssai- ishas
— Nasa~Var~ —Nh>~tO INSANE w(h(iea t5 ame4geligiww SINAI ~NN NNf ~fI.=.=~MSlh
~~
=-e 5"-.-=.:--.4
',; g ~p)cs&kt(g~LihlINN. yNrilLNLNewtoN~(e~eethe~™~Ãof~hssls(assIg~'~ l5~~5NIOfggh 'IIAf Wlg N ha(ahlNNI¹(wig la-===—4 INIO ~s(lh(-~ .. -hss~N' 'Niii 'ss iNNNaassaNSNSENINwaa (s:-,-saha(lh
(4} +yN(N 1((((NNSN +&Imt wNSNN@8kfNQ Rfsl"= Noh@'OSOHQ@J~tOLiIIRO'SE Sl(f.
SSSSINlll ~l(lalal SNSSNISSINl,haaaahakllaa
(rj NhdemoaIf<e~eN~We~ MIKSaid ~IOr~=-'=.14NOO(tS I~~hh(halNI 0='='alla(IN(liST SSISSIJN INIISSSI¹—II~
~NNI QNt SNNNalhh((SIR OfNI(fed=~'SsN=~ Wf%%0 pl(IR(N fl(hMhssiNS.SS f(OASO @
'(haaass hiaaaassa=—SNSNre—.NhsiN ==-.NNsNNss<.=":NISSSNSSNE$ ftosffoctlf@ok N((th;~m sew)''
I
(s( (SNNINalasaNNSSNSS(as(NNSI(hs a aaassiiN" ".w assai(
!'S(1;—.:-~SSNSSISNa SNN~(S==NSISS(
em-~tINO~~>S<
~~<$NJollgf 40NsI(i M P~lfo toC~ WO EniN(N ffl0gg@f~%t0l~~88«This supplemental worl order is for additional modÃcations to the fib'pticsat the site Unfort nately o~ elect cal sub has already subcont acted out the fiber opticsunder the original P.O. 019849.00to a non-MBE subcontractor.
J~g . >, 019849.02
~~~ z~~ s'zewzgycsOCPO ONLY:
OisaualificationCheek Comolete
Cook CountyOffice of the Chief Procttremertt Officer
Ideotificafion of Subcontractor/Supplierlsubconsuftant Form
The Bidder/Proposer/Respondent ("the Contractor" ) will fully complete and execute and submit an Identification ofSubcontractor/Supplier/Subconsuitant Form ("ISF")with each Hid, Request for Proposal, and Request forQualification, The Contractor must complete the ISF for each Subcontractor, Supplier or Subconsultant whichshalt ba used on the Contract. ln the event that there are any changes in the utilization of Subcontractors,Suppliers Or SUbconsultants, the Contractor must file an updated lSF.
Bid/RFP/RFQ No
Tatal Bid or Proposal Amount:
Contr~<0<: pauf Borg Construction Company
Authorized Contactfor Contractor:
Email Addressscott@pa ulborgconstruction.corn
2007 South Marshall Blvd.
(Contractor):
City, State andZip (Cont a~r). Chicago, tL 60623
Telephone andFax (Contractor):Estimated Start and
Completion Dates 6/2O/$ 7-8/2O/$ 7(Contractor):
Date: 4/26/"I 7
Contract TIe: Division XVI SWO W
Subcontractor/SUpptier/Subeonsultant to be Datech Electricadded ar substitute:Authorized Contact forSubcontractor)Supplier/ LQrpj DalaiSubconsultant:
t „.I.devicomcast.netEmail Address
$3346 Forest Lane
(Subcontractor):
City, State and Zip
(S b o 0 to ): Lockport, IL60441
TeIephone and Fax7?3-817-6061i,'Svbcontractorl;Estimated Start and
Completion Dates 6/20/)7 S/2g/]7(Subcontractor):
Note: Upon request, a copy of all written subcontractor agreements must be provided to the OCPO.
Descriptioo of Services or Sun@lies
Electrical
Total Price ofSubcontract for
Services or Supplies
35,000
The subcontract documents vw'll incorlmrate all reguirernents of the Contract awarded to the Contractor as applicable.The sUbcontract will in no way hinder the SUbcontraatorJSupplier/Subconsultant from maintaining its progress on anyother contract on which it is either a Subcontractor/Supplier/Subconsultant or principal contractor. This disclosure ismade with the understanding that the Contractor is not under any circumstances relieved of its abilities andobligations, and is tssponsible for the organization, performance, and quality of work. This form does not approveany proposed changes, revisions or modifications to the cootract approved MBENVBE Utilization Plan. Anychasiges .to the contract'3 approved MBE/NBE/Utilizatlon Plan most be submitted to the Office of theContract Compliance.
Paul Borg Construction Company
Contr aator
Scott Bronson
Name
Project Manager ~Title
4j26/17
Prime Contractor'Signature Oate
Version 1.0