i~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-gc4 … · the contractor shall...

65
Cook County I~ 'I Dopa/tment cf Planning & Potty 69 WWashington Chicago, IL 60602 Datergg/15/2017 To: Cook County, Purchasing 118 N. Clark Rm. 1018 Chicano, illinois 80602 From: Cook County Department of Capital Planning & Policy 69 WWashhgton, Floor 30 Chicano, IL 60602 Location: IL 60808 Contract 81 Contractor: Work Otdsr Tule; 1555-14475-GC4 Old Veteran Construction DOC Removal of underground storage tanks 9 Revised: jj Date: Your Work Order Proposal has been accepted for ths above Work as follows: Work Order Amount: $215,915.12 Licensing Fee for The Gordian Group (5.0004/ of Construction) $1 0,795.76 Total Amount: tctWBE Participation: Funding Source(s) Liquidated Damages: $226,71 0.88 $73,348,00 DOC Removal of underground siorege tank Liquidated Damages will not apply A notice to proceed will be issued which will establish ths Work Order Start date and the completion date. The CCOCPP JOC Coordinator j + Gl ex/J'taWila Atkins, County ProjectWrector Cook County Department of Date Planning and Policy W Wdd/<71 Eric Davis, Deputy Director Cook County Department of Date V Ann Kalayil, Bureau Chief Date (Signature required for Projects Over $1 million) Earl Manning, Director Cook County Department of Capitat Planning & Poacy Date Apptoved By: it Sq)ItgyLM EO(7 Shannon F Andrews, CPO Office of Chief Procurement 08icer Date Navre ar Prapaeel naacp/eeae Pace 1 at 1 0/16/2017

Upload: others

Post on 05-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Cook CountyI~'I Dopa/tment cf Planning & Potty69 WWashingtonChicago, IL 60602

Datergg/15/2017

To: Cook County, Purchasing118 N. Clark Rm. 1018Chicano, illinois 80602

From: Cook County Department of Capital Planning & Policy69 WWashhgton, Floor 30Chicano, IL 60602

Location: IL 60808

Contract 81

Contractor:

Work Otdsr Tule;

1555-14475-GC4

Old Veteran Construction

DOC Removal of underground storage tanks

9Revised: jj Date:

Your Work Order Proposal has been accepted for ths above Work as follows:

Work Order Amount: $215,915.12

Licensing Fee for The Gordian Group(5.0004/ of Construction) $10,795.76

Total Amount:

tctWBE Participation:

Funding Source(s)

Liquidated Damages:

$226,71 0.88

$73,348,00

DOC Removal of underground siorege tank

Liquidated Damages will not apply

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

The CCOCPP JOC Coordinatorj

+ Gl—ex/J'taWila

Atkins, County ProjectWrectorCook County Department of

Date

Planning and Policy

W Wdd/<71

Eric Davis, Deputy DirectorCook County Department of

Date

V Ann Kalayil, Bureau Chief Date(Signature required for Projects Over $1 million)

Earl Manning, DirectorCook County Department ofCapitat Planning & Poacy

DateApptoved By:

it Sq)ItgyLM EO(7Shannon F Andrews, CPOOffice of Chief Procurement 08icer Date

Navre ar Prapaeel naacp/eeae Pace 1 at 1

0/16/2017

Page 2: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Cook County

N

~ Department of Planning & Policy

69 W Washington

s 6

e --,- - un = .. ! " - - 'r l ' c:=.'." ces- -.=-'.='~:8"e

Job Order lilumber:

Job Order Name:

Jab Order Location:

Approved Proposal:

Contractor.

049173.00

DOC Removal of underground storage tanks

2700 6 California Ave, Chicago, IL 60608

6215,915.12

Okl Veteran Congkucgon

Construcgon Duration/ 8 Weeks

g Nogce of Proposal Asceptance (NOPA)

pg Cook Caunty Board Approve Documentation If Applicable

g County Jusggcagon/Esgmate (Pmvided by PM)

Connector Evaluagon - Project Development

Contmctor's Job Order Proposal Package <gee saon)

Drdailed Scope of Work with Project Duragon <grgnedby conaecioriKDrawings (It applicable) +PsPm)act Picture(s) Documenting Existing Condigons

Detaged Construcgon Schedule (IfAppgcable)

H Approved Pr(ce Proposal Summary & Delag (gignedby Conbedori

Kl M/WBE Subcontractor Esthnate, Disctosmu ot Retained PaNes <signed by conbeckni

Utgizagon Plan (signed by Conge/dog

H For Each MIWIDIsBE subcontractor Loner of Intent(signed by suboonbecro///Curmnt

gjCertigcation LetterIdenggcagon of Subnumtractor/Sub&onsultant Form(ISF Form)

g COUPE Signatory Form & Backup

g Non Propdced/Relmbumable Sack Up(lf Applicabls)

Special Insurance (lf Appgca hie) (nI gKl ls Project Witmn Bond Capacity - Y/N

MJ. jt(. 8~ II/y/i/

Purchase Order Package Checklist Page 1 ortS/(2/gcr7

Page 3: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

I IWC~WO Oe SNC SeU! ('I IW&0 0 IWCDO I

ID

slfoo d~ Md

0 W U & M MAW M0

aNIWI

NaWW

I

SL

NW

I d!NlsaaNN

!0

Ol

$de

IladaloIfo

$0

III!

1el»

D

a0!$0IWIW

WCWWN04N

MCW!alai

I0

I!Ceo

0IoloI

sds&w whl&d I De oh

&wdhodc &Math&04 N Ndhh 904~A oe&h 4f

0& 1 h CMO~&W~O&&VAN&Ill»

I&Add% W I&h SW~&W0 IWI

M A4A10loo&fdaedl LWM W 0W

h I 1SS a~OC &Wl» ~

OW PW

hlh

wvef~wc»wIIC &MON 0 Whl~

0D 1 4 ON 0 IMI Ial

WW OIM 0dAN IWIA

lifooaw

II ~ W OW I

WA W.DI d LWPI

ad OIM ~SMsw&&w~ 0 Iwl

CCM~A LosoPWdoe&d

Ct &Wl

aw&W

~ 0&d a wo

M .W

& addM .Ihd H~ lsd&ah .Sole~S& ~

AA II M S 0 N 0 .W&0

M N I 0IA WWM

W M&MANU&WAD&& d 4 h

IM& I I !&et&

IMs 00

Cl lh D

1st ~4 Nao w& ddwwwsw&0&»

fhs&sldoo MNN0

W Ws&0M

aa hf 'A 01 OMOa,

aoo a0 ~IW

DW

a 'MA~OW d

NU» OPUIWM

N awwINNSOII UWWIwaUw

IWV

Qe ND

QMWstwe»

QMA

I NalNLltopoNQavelNSSIWIlt00140Qpel

QWPIUW»0

$WWI

IUUND

QMSPO

110»P»QIWSO

luWWIMWNI!U»lse

4L»10$ , 0

CUWDPQsweD

NMIMlawvwW»Mlaloo

ILN40O~eaM0I OM

Nal4UW

celp»

I

IN CC0QWW

Qas

!USVWSI

!sada!010

aS4101

INIW$

St4WI

~MWWNtaNO~NaWIPedes

I Dt

Q401VW$ QUW

NL vwI ISW

PatNWVWPiaUOI

NMaeWed»NWIW

9

IIIWIWIUW

QSVN1QwNWW

Ihe4WNSUMI W

aaaI~

IN4a

WUW

W4

II

weld

Q W

II»0400

alesCI.WWIalt&4

IND

a8$$SWW$»IW

Nala

I&elWsdd9NVOIIIWWOPNO»

I ld»

!$ W

WI Wtleo!a

I4aa

4

I I9

I MOWIWNW

I

StlIMO1M&0»II,WA4adsl

I\ QD

we

N!$1

~Llela

NNwwl4ewoewats»staves

ls

UN»w

CIIMWQaew

II

INaeofo

atwttoNaia

ls»oleo

!

4I

Ils

IU04»a!Dew

aIa*a$lsI0

»ICW

PSide

N

0Sll

IMWWNiateo

NII

IU IWIlsaloaIa

5UW

!Nfo

IwaI!

AWI Dove

IfIIW

a lala&sod

QaS!Na

ap4wa

I9

date

!!ala»041»NW

4LS»4

ItVW

WW

9I

f5N!I

ISII

awwaaSoda

S4MN!IW

II!Ialo

II

Ia0

so

a

5W

PW

I

I5UOL

II

I ALW5

$UW

0QWWSa

IIt&el

ls

NMNOOIMISW

QI»alee

II!

stavw

!SWIWI

II

4 IW00Qeoao

aIM»ad

W

aw!0

DDAW

loNW4WI5»W

apaces

W

WNI

N0Na!I

II

!aWaN4

I

W

4IlsISaI

!!!I

NIt, WW

a0

DIW

aaa

~C WPlo

4teeeo$0!

$IPA

!I

SLNSOI04loIls

$

D

!II

Ia

NNWIa

$SINI

9NIlo

ICAOIDIWN

II

fsaa49I

lsIaI!0~5

foIW!!Waaa!0!ls!aaW

!W

Ilo

10

aW

QOW

$WW

a!I

awoa4wi!sale»

Page 4: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

/STY i,,

Capital Planning Business CaseSTV/Heep Pyoject Scope Summary For cook County internal use only

DOC f'tgtttoz(aj of Utttjqzg'totittd'Storigtt'T'attks, '.,:,.-:,,=':,;,'',...,...,:.„..'..'::..::...,.::.;,::;,.-",-'-;.:::'.;.—.::.',.':'..-::::::-,"..',:;.-:-,-:.,;,'„','706

S„'.Ciilifomia Atra,'Ctticago, ILAttendees: Sco conference call): Sheila Atkins (Capitsi Planning), Pat Nolan (DPI'), Ryan Pavtik (CapitalPlanning)

Scope: Address the Fuel Storage Tank needs st 4 locations on the DDC Campus (eil product specryrcstionsto be installed/inspected/ verified per manu facivrer instructions by Cer5fied GC)

1. UST at Division Iyz

Existing steel tank is betieved to have a ieak somewhere in the top 2'f the tank. The Contractor shall excavateto a depth where ths breach can be identified and repair can be performed. This tank is also protected by anexisting Cathodic Protection system that is likely at the end of its useful life. Contractor shall include replacement ofCathodic Protection in the scope.Additionally, Cook County DOC utilizes OPW iTouch consoles to monitor tanks; the probe for this tank has arusted-ovt connection that needs to be replaced under this scope of workTank shall be inspected 8 certified aspart of this contract. Disturbed area of work to be restored in kind at this location.See attached quote from Accurate Tank Technologies for additional informsfion.

2. AST at Division Vl:DOC currently renting an above-ground storage tank for this location. The County will purchase a new tank toutilize permenantly at this location as part of this contract. see attached quote from R.w. collins for additionalinformation on this tank.

3. UST at Division ti, Dorm 3:Existing UST shall be excavated and removed in compliance with EPA Regulations. Tank is believed to be 200galen capacity. This tank shall be replaced with a 500 gallon above-ground storage tank {AST).Existing tankconnections lo the shall bs extended/re-routed to the new AST and DOC specified fencing shall be instagedaround the new tank. Disturbed area of work to be restored in kind at this location.

4. UST at Criminal Court Building:

Existing 500 gallon UST is permitted as a steel tank, and the DOC begsves it to be a fibergisss tank. Scope ofwork shall include field verification by the Contractor to confirm the type of tank. If the tank is found to befiberglass, the DOC will amend the exisgng State of illinois paperwork to retlect a fiberglass tank.lf th tank 's f nd to be steel, it shall be replaced with a $00 gallon AST, existing tank connections shall be

allextendedrre-routed to the new tank and DOC approved fencing shall be installed. Tank replacement option shabe reflected on the Contractors proposal as sn Alternate that may be deducted from the scope if not required. Siterestoration shall be induded in this scope as necessary.

5, UST at Cermak Hospital:This scope includes replacement of tank riser pipe, remove and replace concrete spill containment surround, andreplacement of over% valve/drop tube. See attached quote from Accurate Tank Technologies for additionai

information.

Gensrali GC to coordinate sll necessary shut downs, equipment removal, end mobilization w/fh the user~rsvprequireinenfs, GC ro obtain sny required EPA cerfificslfons.

updated 4/zz/2017

Page 5: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Project Restricbons1 Seasonal raslricb one for tank excavation.

2 Security lodslics to be coordinated Axrith Shu2ff'a Qaparlrnent 4 DFSI

80

Business Case Descriptton {surntnarized)Ex/sting coils are past their useful life. DFM must routinelythe coils to /resp tham in operation.

parfom service on ';:,'"..".~„';)gvdrtg{'f{FstPb, ',$3P, 'lt,:

PROdRCTED trt/lgSTONS DATES

PAP~F0 00 IAPP I 00IPPI17

Request for Proposal 07/2/l/1 7Prceosai Rev/eadNegotiatfon 08/01/f 7

Fi I P &Ill Pl I 0 IIPI'17

Purohase Order Issuance .11/14/17

Permit~/i on -Lead Materials Prceess 12/14/17Notion to Proceed ot/1 3/18Pro{sated SC Date 04/28/'is

Bulltfing Assessntent Report {BAR)UST's are not included in the most recent BAR, publbhed in 2frf 3.

Master Plan OutlookData forthcoming.

Approval of C ncurrence to move forward to Procurement Phase:

x +Z~- ~ xsignalize of /tv lao dzad RPFprfenlar/ve for cook ccFa7/y DepaFaa en/ ofcapes / pfann rig SlgnaruFa cffadaaffzad 022padFPPPFd Hsed

PROCESS{TEMSCommenter {Additional work initiated by responses to the questions below, are not included inthe DGPP Budget amount)

None at this time

updated 4/27/2011

Page 6: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

BUREAU OF ASSET MANAGEMENT

EARL MANNIN6

DIRECTOR- DEPARTMENT OF CAPITAL PIANNING AND POUCY

69 W..WASHINGTON SUITE 3000.« CHICAGO,ILLLINOIS 60602 «.(312) 603-0312

September 12, 2017

TONI PRECKWINKLE

PRESIDENT

cook County Board

of Commhslonors

RICHARD R.BOYKIN

1st Olstrlo

VACANT

2nd District

FROtl:

~E—.And~PEOffice of the Chief Procurement Office

Sheila V. Atkins, Project Dire

Department of Capital Plannin & Policy

JERRV BUTLER

3rd District

STANLEY IUIOORE

4th District

OEBORAtf SIMS

5th District

RE: DOC Removal of Underground Storage TanksJOC Budget Justification —Work Order 049173.00

EDWARD M. MOODY

6th District

JESUS G. GAMA

7th District

LUIS ARROYO, JR

8th District

PETER N. SILVESTRI

9th Distrkt

BRIDGET GABSER

10th District

JOHN P. DAISY

11th District

JOHN A FRITCHEY

12th District

lARRY SUFFREDIN

13th District

This memorandum serves as justification for the approval of JOC construction services for

the above project in the amount of $216,916.12

The cost approval has been reviewed by the Gordian Group and the Department of

Capital Planning & Policy, Program Management Team STV/Heery. After several

revisions, we find the pricing to be fair and reasonable. The DCPP Business case is

attached.

This construction is in response to a letter sent in July 2015: the Department of Public

Health delegated by the Office of the State Fire Marshall (OSFM), issued a Notice ofViolation and Compliance Order; condemning and directing the demolition and removal of

Underground Storage Tanks (UST) located in the various locations on the DOC,( seeattachment).

As the County is presently not in compliance, all efforts to expedite this request would begreatly appreciated.

GREGG GOSUN

lrtth DlslrlctIf you have any questions regarding this project, contact me at (312) 603-0336.

TIMOTHY o.SCHNBDER

16th Dialrict

JEFFREY R. TOBOlSKI

16th Dlstriu

SEAN M. MORRISON

17th District

sjs Fiscal Responsibility f Innovative Leadership jijl Transparency SI Accountability @Improved Services

Page 7: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

pKP'AJLTMverT 'ni T rASJJx'~~6CITY Otr 'Ctf)C)tGO

July.31, 2015

'ADMINtSTRATtVE QRDER ~

Via Certilied hilaN-Returri Receiot Rsausstsd

Bilqis Jacobs- EL,.DirectorDepartment of Facilities; Management69 Infest.(Alashtngtan, Suite 300 ..Chicago, lltinois 60602

'E:, Coot( County Criminal Courts Cpm plex .Nctics "ofViolation and Compliance Order

Dear tris..Jacobs-EL: ..

Pursuant to autiiority delegated by the Oflice of the State Flm Marshal (OSFIv(), in acccrdaneas

wdh section t 1+2115 of the chiosgo Municipal code, the City of chicago Department of Public

Health (CDPH) hereby issues this Admthtstragve Order under Secbcn 2 of the Gasoline StorageAct (430 ILCS 15)

Representatives from US EPA;. OSFM snd CBPH inspected the above-referenced property onJune 2FS a'nd 3, 20[5 and conducted s search of the City's and S(aie tanlr datsbass Teqords.Based oh'this revlsew and de\RI)df( evaiuatiorfs, we found opnccmpliancs v'nth'he requ(rsdtesting,.maintenance and Iristwctlptt:ra'quirente'ntsisf forth in;. City;.S)sie'snd Federal UST ruled

end r'egulations:- Tft'eieforsvtha follbwirig taril(shaverbeen'coiidenyeited by coPH arid 'must beremoved

1'. CCAB (2034351) —. Q.T~~~";Li':.A:.. 2., CCB (2044431) —...'4,'N)Tpg'F~(,

3. Old Germs (2044130) '.'.

DIV2, Detm 3(2043024)—5. DIV4 (2044126) . W ./SA w Fry r."~+< '-'am TT''»-

6. DIV, 6 (2044!l27) .

Purst lant to sectioii 11-4 2115of ths Chicago Munici'pal Code, a violatlori of 41 I A C. Part 175 is

also aeviolstibn,of section 1 tW21 15, Addition aNy, USTs roust be installed, maintained, rqPairsd,

nfmovs(t or abandoned In place in accordance with the IINnolS Adminldtrativs Code and thsChicago Muhlclpsl Code

I

'ccordingly, cDPH finds that the above-refdfenced USTS are not in compliance vrith the illinois

eee SOUTH STATE STREET, SUITE ceo, cnrcAoo, rLLfNols Geeo4.

Page 8: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Administrative Code and the Chicago Municipal Co'de: As owner of the UST system, you arshereby ordered to remove the USTs in accordance with sll applicable laws and mgulstlons.

Plebseprovlde> written response to CDPH tetlhin sixty (66) days of ihe date of this tatter, Yourresponse aftgf»nctuae me Ioitowrng:

A contraot, with s contractor registered with OSFM, for.decommissioning the UST

2. A City of Chicago UST permit application to perform USTrsmcvai activities at the subject

sits, and

3, A scope of work and schedule of won< to bs performed by the contractor

If you wish to appeal this Administrative Order, you must submit your written request fcr ahearing within ten (10)days m your receipt of this order:

Should you have any questions or require assistance, please feel free to contact ms at (312)745-3162.

Chief Engines, Section

cc: Dave Graham, CDPHJennifer Hesse, ODPHFred Sohnelle'r, IOSFM:Sha'rry A. Kamt(e, USEPA

Page 9: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

C kc~Department of Planning /t Policy

69 W Washington

Chicago, IL 60602

Job Order Number:

Job Order Name: DOC Removal of underground storage lanka—Constmc tonJtmfmnt.

Contractor. Old Veteran Construct/on

Construcgon Start Dalai 09/11/201?

Consttgction~CmJ//saon Date: 11/01/201?

Contractor Evajuatjon - Project Development

a k V 3 a o ? n 3 1 E

1 'ate gte contractors avsl/ab/llty to visit the Project sita with the owner Qt . Q2 +3 Q DS

Yes or No, did the contractor submit the fiat Price Proposal on time? 9< f- —l ck j l o jst

3 Rate the quality of the first price Proposal Z H-H4 Z W4 Rate the quality timeliness of subsequent Price Proposals c~3 [3 [z @ [z I5 Enter lhe number of Pdce Pnipossls submitted for t/ils Pmject +1 Q2 Q3 (Q$ +5 Q6 Rate the quality/timegness of the Contractors Final Package U2 Ej- [Z Z? Rate the Contractors overall performance during the Project 1 Q Qj Q4 . +5 Q

Development phasePoor 1, Avemgs&to4, 5nExcsllsnt,

Commenter

Contractor Evkafsaon - Project Davatopknant Page1of1Q/1 2/201 7

Page 10: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Cook County

~IIJEI I Deparlfiieni of Planning'tk Policy

69 W Washington

ChiCagO, (L 60602

Cook County Dspsrbnent of Capital Planning 4'Policy

Work Order Number: 049173.00

Contractor: Old Veteran Construction

Date: 07 September 2017

Job Order Contract

Work Order Title: DOC Removal of underground storage tanks

ProJect Scope Ststusr 0 Preliminanr Q Revised jttj Ffnal

05/25/201 7

Followlnc is ss scope of work for the above project Number. All requirements necessary to accomplish the work lanka set forth below chad be

consfdemd part of this scope ofwork

Brief Scope of Work:

Address the Fuel Storage Tank needs at 6 locations on the DOC Campus

Specific Submittals Required:

Sketches and Drawings:

Material Subrnittaltc

Scheduling Requirements:

Price Propossi Due Date:

Esdmaled Construction Start; 09/11/17

Estimated Construction Completicn: 11/01/17

Special Conditions:

Special Instructions:

Comments:

Liquidated Damages will not apply

Estimated Project Duration:

'County Project Dr rector

8 Weeks

Pl(~/i ~old I/eterrm construction

fjij//7Date

*ro lw tinned by contrsoor If Final scope of wbrk

Detailed Scope at Work Pace 1 of f

2/7/2017

Page 11: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

049173.00-DOC Rernovai of Underground Storage Tanks

Oetai(ed Scope of Work

1, ~Re air USTat Division liez.Ctrntractvrshaffpx'cavatettrzdepthwheretltetrreaclrcarrbettleTltlftedandtherepatrcarrtreperformed. Inspect for breach on tank or related piping,

2 The tank is protected by a Cathodic Protection system that is likely at the end of its useful life.

Contractor shall include complete replacement of Cathodic Protection sacrificial piping anode system,

including ampllrrerand diodes.3.OPW iTouch consoles tank monitoring connections are rusted and need to be replaced. County willprovide probe forreplacement,4. ContractorshalIincludelineprecIsionlinetest,precisiontanktestandsacrificialanodesystemtestS. Site Restoration shallbe included in this proposal.6. Snow and Site fence shall be utilized around all soil piles and excavations.

76. Excess clean soil can remain on site for redistribution.8. Contaminated (and unsuitable) soil must be hauled off site and properly disposed at a Subtitle D

facility.9. Provide permitand certificationofthe tank withthe State of Illinois

2. New AST at Division VI:1.Contractor to purchase Tank from R W. Collins and file the ASTform with the city and state.2. Provide permit and certification of the tank with the State of illinois.

3. No additional site work is needed.

3. New USTat Division II, Dorm 3:1.Existing UST shall be excavated and removed in compliance with EPA Regulations. Tank is registered

with the State as 172 gallon capacity.2. Contractor is responsible for removal and disposal of fuel.3. Re place the tank with a 500 gallon above-ground storage

tank�

(AST). Existing connections to tank shall

be extended and rerouted to the new AST. Include a full tank of fuel.4. Ne cv permanent DOC approved fe nci ng shall be installed between buildings, behind the light polewith one man door for access.S. Site Restoration shall be included in this proposal.6. Snow Fence and Site fence shall be utilized around all soil piles and excavations,

7. Excess clean soil can remain on site for redistribution.

8. Contaminated and unsuitable soil must be hauled off site and properly disposed at a Subtitle D

facility.9. Provide permit and certification of the tank with the State of illinois.

4. UST Modifications at Leiahton Criminal Courts Buildinru

1. Excavate and verify if the Existing 500 gallon VST is a steel tank or a fiberglass tank.

2. If the tank is found to be fiberglass provide permit and certification of the tank with the State ofIllinois.

3. If the tank is found to be steel, it shall be replaced with a 500 gallon ASTon a concrete pad.

4. DOC will provide accessthroughthe existingfence.

Page 12: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

5. Existingtankconnectionsshallbe extended andre-routedtothenewtank.6. Ne w pe rmanent DOC approved fe ncing (w ith one man door) shalt be installed around the new tank.

7. Excess clean soil can remain on site for redistribution,

8. Contaminated (and unsuitable) soil must be hauled off site and property disposed to a Subtitle D

facility.9. Provide permit and certification of the tank with the State of illinois.

10. Contractor shall provide a cost proposal for full tank replacement as an Alternate,.T~ g p~« I

5. UST Modifications at Cermak Hosoitah1.Remove andreplacethetankriserpipe.2. Remove and replace the concrete spill containment3. Replace the overfill valve and drop tube.4. Provide permit and certification of the tank withthe State of illinois.

NotesWork being performed on the LiST's must be done by a registered vendor by the ISFM to perform

the work,2. Listed work is to be done along with any additionalrequirements bythe ISFM, EPA or the City of

Chicago Department of Public Health. All permits, boring samples, inspections by City of Chicago

Department of Public Health or ISFM.

Page 13: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

]NM

kl

~t

'I

Page 14: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

fi!>,H1i l I'ii! 8,,'fHl

Srf ri iSSiSIS'slSI)rifi < "i..I'iSISri

,'ij j [;.t

m I I I II IUII!811 8I T'IS

I I 18 I I 5

foal

01 I ISI I I

--4-- i3T8'PI

I

I 8I 8 I I

I 18l81 T

8 TI'

88

8 I

8

8 88 ISI

Tlt Sl

li

';I'8

T I I 8I

' 8SS

i- 'II

S

SI.

I

Kl"

188 I

I'I

---8V---IB

18

18

''----I--

88

I8

8

ISfISISIS S

I

8888 II8

8

'I-'..

N8

88

I

I

I I I

I

I I

I

tt

JTT

TTI

'I If f'I

8 I. I 18 I'8 l illT I

I"I I I 8

I

L

Page 15: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Jeb Order COIT0779Ct

AppRI3vEQ - Prlno Proposal Stlttttnnpp ~ CSI

September 15, 2047

oentrem Numbsn

Jeb Onbir Nnnlbsr:

dob Order Title:~nproposal Vetum

prapoael Nam«

1555-14475-604049173,00OOO Nammml cfundsrgraund storage fanfw

Old Veteran Canslrucgan

$210,9IL12ncc mhsfaman omaha Tanlts

91 - general Nequframontm

92- Eatstlng Colutgtorun

09- Conarola:

4I ~ Equiptnentl

23- Heating, Ventitagng, Ang Almgongigontng (HVACP

32- Eatenor Improuemetne:

Propneai Total

This pnoaaal lalal fapiwents am aairsal falsi for ma prapmmf. Any dlsarapmmy hahsasn fine lauds,

aabtamu and ma piapaaal tant is «n la raundlng stem ena falsie and aub lalals.

0111,040,7&

099420L01

09,003,02

0170410910,94032

093.07!L52

021QI10.12

The Percent of HPP on this Propoeah 7.07%

c6untir Pla/e41 ofrecfor Dote

NllrYisAI, Protect Manager

Tlfsi~ v

Prim Pnnlaasl eummaiy - Cal papal sf 1Sllifnll 7

Page 16: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Job Order ContractAPPROVED - Price Pivbposaj Detail - CSI

Date: September 16, 2017

Contract Number: t555-14475.GC4

Job Order Number: 049173.00

Job order'title: OOO Removal of underground storage tanks

contractor. Old Veteran Construction

Proposal Value: $215,915.12

Proposal Name: DOC Underground Storage Tanks

Adjustment Factoris) Usmk 0.8200-Normal worlung Hours, 1.0000440Adjustment

Mod. UCM QsscdptionRect CSIuumber

151 - Genera I Reuutrenmnbs

I 01 22 20 000013 Equip mant opsratar, LlpM gleet hos, Bobcat)For leaks not induded In Ihe

Construction Task Cstsloae end as dirsmed bv owner aniv.

Quantity Uffft Pffcs Famor

4.00 x 387.93 0.8200

HR

fnstslistlmf

Uamnom 2 CPeratma ter hedging

Category1t New UST si Division li

Dorm 3HR LsbcrerFor tasks not included In Ihs ccnslrucaon Task cslsloge and as

dimcted bv owner only.

Quantity Unit Price Factor

Instsllason 18.00 878 So x 0.8200

used for ssslstlng in tank rsmcvsf, note thew will tm hand digging along the bugdfng

2 01 22 20 000015

User Note:

Category1f Alternate fur USTModifications atLelghton Criminal

Coruts Building

3 01 22 20 00 0015 HR LahorerFor tasks nct fnuuded in the constnfcaon Task catalogb end asdirected by owner only.

Qusnhty Unit Price Factor

Instagalion 21.00 x 376.95 x 0.8200

Ussr Nots; used tor Tfsmc control moving, 309Cfsan uP so docK ls sccsssnls, Contslnmeni demo.

Category1f UST Slodlilcallons stCerfnsk

One Total

3288.41

Total

$288.41

81,009.88

Total

$1,009.58

31,325 08

Total

$1,325.08

4 01 22 20 ocfl015 HR

Instasation

LsborsrFcr tasks nnf indudad in the construction Task cstslogp and ssdiractscf by owner only.

Qusnuty Unit Price Factor

5OO x 875.95 x 0.8200

3504 79

Toml

$504.79

UssrNotm 2latmrsforbadglng

Cmegofy1: New UST et Division II

Dorlff 3

0.8200

5 ot 22 20 000015 HR LaborerFcrtssks not induuad in the Consirudion TasK Cataloge and asdbectsd bv owner univ.

Quanbty Ufllf Price Factor

Installation 30.00 x gye.sg x

Ussr Nctsf ussdforsssisungfnrapslrlng tenk3-10hourdsys

Category1: Repair UBTet Division

IX

31,892.97

Total

$1,892.97

Price PmposslDetat - C8I Page 1 of 219/15I2017

Page 17: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price ProposalDotaii - Ggi Continues..

Job Order Number.

Job Onler Tnim

049173.00DOC Removei of underground storage tanks

Mad. UOM DescriptionRes¹ Cgl Nunlbsf

101 - tgenaret Requirements

8 01 22 20 000046 Investigating Senior Engineer Or Speclaky ConsuNantFor spedel invesagating

requirumenb cr services outside required smhfiectuml snd cnginsmlng

suvlcsll.

Quanfity Factor

Inetefiatkm 8.0D x 0.8200

used for inc pscbon to veril'y lank is fibergless

Unit Price

$126.00 x

User Nol»

Categoryl: UST Modgicstlons atLsighton Criminal

Coons

HR

Unit Price

$126.00 x

7 01 22 20 ODDD46 Inv4sggatlng senior Engneer or speclalty consufianlFor special Invesligsfing

requbemants cr services outside required architectural and engineering

services.

Qusnny Factor

Instsrsdon 32.00 x 0.8200 =

User Note; uSed far inVSSSOatiOn Of finding leek

Catogoryt: Repair USTat Division

IX

Line Total

$82D.OO

Total

$820.00

$3,280.0D

Tctal

$3,280.00

8 01 22 20 ODD045 HR Investigafirw Senior Engineer Or

mquirsmsnts or ssrvtces outside

sent lfos.

Quantity

2.00Instsfisdon

user Notef 1 englneerfurbndging

Categoryt; Nsw UST at Division g

Dorm 9

Spedagy ConsuaantFcr speclal Invesdgafing

required emhilectund snd engines/lno

Unt Price Feclcf

0.8200$125.00

Total

$205.00

$206.00

9 01 22 20 00 0047 HR On Site Material Tssang Technklen $83.48

Quaniky

Instafietlon 2.00

User Note, I testing tech for bsdginp

Ceteganr1I Nsw UST at Division U

Dorm 9

Unit Price Factor

x $57.00 x 0.8200

Total

993.43

10 01 22 20 000047 HR on sm Material Teen/9 Technldan $373.92

Instsfiefion

Qusnfity Unit Price Fscfor

8.00 x 867 DO x 0.8200

Tobe

$373.02

Umr Nels; used tof fflspscfion of soils

Cstegory1: UST Mod gieations stCsrmak

11 61 22 20 OOOD47 HR On Site Materiel Testing Technician $373,02

Qusnfity Urut Pfice

instutetion O,DO x $67.00 x

user Note: used for inspection of excavated soNs around tho tank to I/edfy

Cstegory1: UST Modifications atLelghton Criminal

Coons

Fsctof

0.8200

Total

9373.92

Price Proposal DeteN - CSI Page 2 of 219/1 5/2017

Page 18: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail ~ CSi Continues..

Job Ortlor Mumbert 649173.60Job Urdar Title: DOC Removal of underground storage tanks

Line TolaiNeap CSNl/rllb/Ir'gt

- Geueyat Regufrements

12 01 22 2O DDDD50

Mcd, UOM Descrlppon

HR Fmgperccn For Tragic Control $2,523.96

Quanp+

Inatspepon 40.00

User Nota flapper for irauc con tml

Categonr1r Repair USTat Division

IX

Unit Price

$7626 x

Fetor Total

0.5200 = $2,523.96

13 01 22 20 00006D HR Fmgporrcn For Tramc Conbol $2,850.18

Quanaty

Inrielladorl 42.00 x

user Note: 1 pagpsr for teatine and 40 for lrauc control

Cstepory1: New UST at Division 8Dornl 3

I/nit Puce

$78.95

Fetor

0.8200

Youl

$2,850.16

14 01 22 20 00 0059 HR Flsgperccn For TrsNc Control $504.79

QuanBty Unit Price

Inntapstion 8.00 Bye.as x

user Mots: used for snipe control while unloadlnp and loading of equipment

Cntsgmyt: UST Modifications stLeighton Crinrinal

Courts

Factor

0.8200

Total

$504.79

15 m 22 20 000050 HR Flsgperrcn For Tragic Control $2,523.98

Quenliu UnP Prus

Installation leOD x $78.55 x

usmuom: pagoerfcraaMccontrol

Cetegoty1: UST Modifications atCermek

Qucnab Unit Price

Inatapatlon 40.00 x $76.95

user Note: 1 tlappsr ax snd 4D for traffic cont/ol, nolethla ls a very busy location

Category11 Alternate for UST

Modifications atLeighton Criminal

Coruts Building

16 01 22 20 DDDDSD HR Flagpsrson For Trsfpc Control

Factor

0.8200

Factor

0.5200

Total

$2,523.98

$1,009.68

Total

$1,009.58

17 01 22 23 000177

User Note

Cetegouril UST Modifications atLelghton Cuminsl

Courts

UAY 2,400 LB Capacpy, 72"Wide, BklrFBteer Loader (Bobcat)

Operator

Qtlanpty Unil Price

Inrtepatlcs 1.00 x $987.D7

used fcr excavs5on of mstenalc to verily Tank

yyiih Fvt-Time

Factor'.S200

$809.40

Total

$809.40

P/tos Proposal Oelsp - CBI Pape 3 of 219/15/2D17

Page 19: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Data if ~ Cgi Continues..

Job Order Number:

Job Order Tide:

049173.00DOC Rorno Ye( of underground storage tanks

Mod, UOM Dmlcrlptlchneed CSI Number

I01 - (general Requlremenfa

18 01 22 23 000177 2 400 LB Capacity, 72" Wide, Said.Steer Loader (Bobcat) inith Fu0-Time

Operator

uuafnlu unn vnce a

Instaiatlon S.00 x MI87.07 x 0.8200

used for removal cf concrete around USTUser Nolo

Category1: UST Modifications atCalrrtak

19 01 22 23 000178 2,400 LB Capacity, 72" thlde, Skid-Steer Loader (Bobcat) In/ith Ful-Time

Ope/etc/

Qliarltnr Unit Prke Fsuor

InstaUeUon 2.09 $438895 x 0,8200

Ussr Note: used for excavalbn cf tank

Categorytl New UST at Division II

Dofrll 3

20 01 22 23 000178 WN 2400 La capacky,'72" wide, skldsteer Loader(gcbcar) vvith FuUTlme

Operator

QusnUty Unit Price Fscmr

lnslsUstion 100 x $4,886.95 x 0.8200

User Nots: used fcr mxmvason cf tank

Categcryt/ Repair USTst Division

IX

Line Total

$2,428.19

$2.428.19

$7,161 80

Total

$7,181.30

$3,580 90

Total

$3,580.90

21 01 22 23 000178

uaer Ncm

Categoqrb Alternate fOr USTModifications atLelghton Crfminal

Corute Building

22 01 22 23 000230

2 400 LB capacity, 72'n5de, skid steer Loader (Bobcat) vrinh Full Thns

Ooefr/tcf

QllahUU Unit Price Factor

Inu ta Ua tlorl 1OO x $4.3SB95 x 0,8200

used for excsvatbn cf tank

DAY f-t/8 To 1-1/4 CY Hydmusc Excavator With FuU-Time Operator

$3,580.90

Total

$3,580.90

$1,278.81

User Note:

Catagoty1: UST Mcdificadona atLslghtcn Criminal

Comts

23 01 22 23 000248

QuanUly Unit Price

InctaUatlcn 1.00 x $1,559.53 xused for enmvalmn cf around lank m Verif TanK

DAY 47o!i-3/4 CY Hydraulkc Excavator With FuU-Tkns Operator

Factor

0.3200

Total

$1.278.81

SS,260.07

Quantity Unit Pdce

Installation 300 x $2,540.38

User Nots; used for removal cf concrete snd rnatsrialx a/bund UST

Categoryt: UST Modlgcatlons atCsmlak

Factor

0.8200

Total

$6,250.07

PrlcoPmpossloetail -CSI Page 4 ot 219/15/20'l7

Page 20: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail ~ CSI Coniinues..

Job Order Number:

Job Order Tltlm

040273.00DOC Removal of underground storage tanks

Rerg CSI Number

l0f - General Requirements

24 01 22 23 000249

Mod. UOM Deeadptlon

WK 4 To BO/4 CY HydrauBo Excavator With Fus-Time Operator

Lfne Total

$12,843.80

QuanBIY

Installation 2.90

User Nmm used for excavation of tank

Categoqrt: New USTat Division il

Dorm 3

Unit Price Fscmr

x $10,880.40 x 0.6200

Total

$17,843.86

25 01 22 23 OD 0240 wK 4 To 63/4 cY Hydraulic Excavator vuth Full Time Operator $8,921 93

Instssatlon

QusnBly Unit Price Femur

1.00 x 8't0,880.40 OJMOO

Total

$8,921.93

User Note: used for excavaBon of tank

Catsgory13 Repair USTat Dhrfshn

IX

26 IH 22 23 000249

User Nots:

Catsgory1: Alternate fOr UBT

Idodiflcatlons atLeighton Criminal

Coruts Building

22 01 22 23 000906

WK 4 To 5 3/4 CY Hydrauun Excavator ruth Full Time Operator

Quanbly Unit Price Factor

Instatallon 1.0D x $10,88040 o.9200

used for excsvstian of tank

DAY 18 CY Rear Dump Tnrckyuth Fua.Tfme Tmck Dmnr

38,921.93

Total

$8,821.93

$2,666.64

InstsBsaon

Ussr Note: used for fence sub

Catagoryt: Repair USTst Division

IX

QuenHty Unit Price

2.00 x $1,026.00

Fscfor

0,8290

Total

$2,666.64

28 01 22 23 000906 DAY 10 CY Rear Dump Truck With FuH-Time Truck Dnver 81,333 32

Quantity

InstaHatlon 1,0D

Ussr Nota: used for removal cf materials

Categotyt: UST Modmcations atCennak

Unit Price

x $1 JMI!.00 x

Factor

0.8200

Total

$1,333.32

29 Ot 22 23 000906 DAY 18 CY Rear Dump Tmck With Full. Time Tinea Ddvsr $2.866.04

inetsBstlon

UscrNots: usedfor(encesub

Cstogmyt: New UST st Divisisn ll

Dorm 3

Quangy

2.0D x

Unit Price

$1,828.00

Factor

0.8200

Total

$2,668.64

30 01 56 26 000006 LF Temporary 8'IOh Clmin Link Fence And Posts, Up To s Months $1,232.05

Qrmnuty

Ibelaliatlon 260.00 x

User Nots Fence In Work Area and eouipement

Category1r No Category Input

Unk Price

Bs.ot x

Factor

0.8200

Total

$1,232.06

Price Proposal DstaH - CSI Page 6 of 210/'I 6/20 fy

Page 21: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail ~ CSI Continues..

Job Urdar slumber.'49'I 73.00Job Order Title; DOC Removai of Underground storage tanks

Res¹ CSIIflmlbsl'gt

- (general Requiremente

3r o1 58 2e 00 0006

Mod. UCM Daserfpgon

LF Temporary 8'igh Chain Link Fence And Posts, Up To 6 Months

Line Total

$739.23

User Vote

Category1I No Category input

Qunrtgtu Unit Price

Insta5slfoa 150.00 x $8.01 x

Tamp Fence and dust sarsen around werk area.

Faclor

0.8200 $730.23

32 01 ml 28 000006 0028

Instesalmn

For >100To 250, Deduct

Quanmy

160.00 x

Unit PaceFactor'-0.30

x 0.0200

-$36.90

Total

$-36.90

Category1: No Category Input

33 01 56 20 00 0000 0033

User Note:

Cetagoryli No Category Input

34 01 58 20 000006

LF For Shads Cloth, Add

Installation

Dust Cornel Screen

Quantity

160.00

Unit Price Famor

$3.80 x 0.8200

LF Temporary 8'illh Chain Liak Fence And Posts, Up To 6 Months

$442.80

Total

$442.80

$1,227.12

Installation

Quangly Unit Price Factor

249 00 x $6.01 x 0.8200

Total

gt JI27.12

User Nate:

Cstagorylr No Category Input

36 01 68 26 000006 0028

Temp Fence with Dust Screen

For >100To 260, Deluel -$61 60

Instegation

Queniily

250.00

Unit Price Facie

x $4.30 x 0.8260

Total

$-61.56

Cetegorytr rdo Category tnput

36 01 56 26 000006 0033 LF ForShsdecloth,Add $736 00

Cstegory1I No Category Input

Installation

Qrmnety

250.00 x

Unil Price

$3.60 x

Factor

0.8200

Total

$738.00

37 01 Ml 28 000158

Ussr Note:

Cetegoryt; No Category blput

30 Ol 56 26 000156

BAG Temporary Chain Link Fence panels (portable) Ssndbaglncludes placement and

fenloval.

Quanmy Unit Price

Instelatlon 30.05 x $5.00 4 0.8200

Send Bagsto Hold fence In plaos. 2psr panel 4 10'panels 30

Factor

SAG Temporsry Chain Link pence Panels (Porlsble) Sandbsglncludss ptscsmentand

mmovsl.

Quarrtity Unit Price Factor

Installation 50.00 x $5.86 x 0.8200

Ussr Note: 2 bags parle'sf fence 50

Cstagory1I No Category Input

$139.45

Total

$13045

$232.08

Total

$232.06

Price PmposslDetstl - CSI Page 8 of 21I!I15/2617

Page 22: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail - GBI Contim! ea..

Job Order Number;

Job Order Tgls:

049179.00DOC Removal of underground storage tanks

Mod. UOM Oeserlptlonnsog CSI Number

191 - General Requirements

39 01 66 19 000007 CY Handling Materiel Far Over 125'sr CY Of hlalerial per 125'For dsgvsry,

demolition or mizcsganeouc moving required by owner.

Uusnuty unlfgncs Factor

Instalhtlon 601.00 x $4.03 x 0.8200

used Ior huncpoitlng mate/tele Fmm Sheet to work ares - 160'vay,User Nots

Cetegory1/ Alternate for USTModitlcationa atLetghton Criminal

Coruts Bugding

40 01 M 10 000007 CY Hsndgng Material For over 126'er GY ot Materiel par 125'For delivery,

denmgtlon or mlvceaaneous movfno maulred bv owner.

Quandty Unit Pdce FactÃ

Inctagalion 285 0D x 8403 x 0 8200

Ussr Note: used for tranaponng materials 200 cY of barrel cones + 75OY of rorma

Calegory1: UST Modifications at

Corm uk

Line Total

31,655 60

i ofsl

$3,855.80

0041.81

TOtal

$941.8t

41 01 06 10 000007

lhmr Note

CY HsndDng Material Far Over 120 Par CY Of

Material

Par

12'For ds0vmy, 84,960.0D

demoggcn or mlscegsneoua moving mauired by owner

Quantity Uigt Price Faeter Total

lnataDsfion 1,500.00 x 04.03 x 0,8200 $4,980.80

used for transporting metensla 260'cf Temp Fence, bases, fabric and stands 1300CY+Geng bcx and

tools 20DCY

Categoryti Repair USTatDivislon

IX

42 01 66 19 DDDD07

User Note

Category1: New UST at Division II

Dorm 3

CY Hsndgng hfaterial For over 120 Psr CY Of Mahrlal Psr 126'For deDvmy. $5,158.40

demcliUon or misosDariaoua movi/ul required by owner.

Quantity Unit Price Fscfiu'otallnctcDsgon 1,601.00 34.03 x 0.8200 $5,158.48

Moving one geng box with tools wfth ma lime from pOST 8 100CY + 160 Temp fence panels, and stands

1000CY+ forms and concrete 400CY.

01 71 13 000003

Ussr Note:

Catsgoryll Alternate for UST

Mbdlticsttons stLslghton Criminal

Go rute Building

Equipmenl Delivery, Pickup, Mcbilizsgon And Dsmobglzatlon Using A Tractor

Touter Vi/ilh Up To 53'sdlncludea delivery of equipment, oif loading an site.

rigging, asmantgng. Ioadhg and trancporihg sway. For equlpmsnl such as

bugdozera, motor scrapere, hydraulic excavstors, gmdaga, road gradma,

losdara/ackhoea, heavtr duly conatructlan hmdsm, hectors, seven, mDsrs.

hid ge fmlshma, straight meat conatrucaon lorhgb, telescoping boom hugh

tens fn con shuctlon forhha, telescoping and awcuh5ng boom msnDlla with

vcg boom lengths, alc.Quantgy Unit Price Factor

Instsbetion 3.00 x $402AS x 0.8200

delivery of aqulpmsnt - Mini Excavator, Bobcat, Plate oompamor

3900.47

Total

$990,47

Price PmposslOstail -CSI Page 7 of 218/16/2017

Page 23: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail ~ CSI Continues.,

Job Order Numben 049173.00Job Order Title: DOC Removal of underground storage lanka

Reef CSI Number

l91 - Sensml RequfiemetNB

44 01 71 13 090003

Mcd. UOM Description

Equipment Oeffvery, pickup, Mobilization And Demobilization Using A Tremor

Tmg sr Yyllh Up To 53'edlndudas deOvery of erpapm ant, off loading an Mite,

rigging, dlsmantitng, lorrolng snd tranepomng away. For equipmsnt such asbulklozera, motor amapem. hydrsuffc excavatore, gradage, road otsdem,

loader-backhoss, heavy duly construmlon loaders tmolcra, psvsrs, mffara,

bridge ffnlshsre, strafght rmmt construction fortdOn, telescoping boom rmmh

terrain constniclion faddes, telescopmg snd adfcutsllng boom msnlilm wgh

nag boom lentlths. elc.Quenely Unit Price Factor

0.8200InslaOation 3.00 x S4024O

User Note: degvsry ofmlufpment Mini Excavstw, Bobcat snd plate compactor.

Categotyf: Repair USTst Division

IX

Vne Total

$990 47

Total

9990.47

45 01 71 13 OD0003 Equipment Delivery, Pickup, Mobilization And Dsmobiffzahon Using A Tractor

Trailer Wrth Up To 53'edlndudse delrveqr of equipment, oif loading on sile,

egging, dismanaing, loading and tranepordne away, Fcr equipment such as

buimozers, motor scrapers, hydrsulfo excswdws, eradaDs, road gradem,

loader backhoes, heavy duly ccnslructlon loadem, tractors, psvsrs, rogers,

bruga ilnlshers, straight mast construction fwkofn, t«lascoplng boom rough

mrrsin constmctlcn forkNls, telescoping end erdculsffng boom msnlffts whh

Wg boom lengths, etc.Quantity Unit Price Fscfof

0 8200Inetsgatlon 3.00 x $402.63 x

Uaw gum degVery OfequlPment. BObCat+ mini EXCaVator+ Plate COmPamcr

Categoryl: New VST at Dlvlalon 0

Dorm 3

$99D.47

Total

$990zty

46 01 71 13 0000D3 EA

IneteDetlon

Equipment Delivery. Pickup, Mobilization And Oemobglzstlon Using A Tractor

Trailer lldlh Up Tc 53'sdlndudes dslivwy of equipment, off loading an sile,

egging, disnlentlfng. loading and trsnsporffng swsy For equipment arch esbulldozers, motor swapws, hydraulic excsvalors, gradsffs, road graders,

loader-bsckhoes, heavy duly oonstrucdon loaders, tmclors. psvem. mOers,

budge flnishem, straeht mast ccnstructlonturMifls, telescoping boommugh

tanain constmctlon forlddls, telescoping and anieuieting boom msnlns win

vdc'oorrr fermfhs, etc.Quantity Unit Pdcs Factor

?.OD $402.63 0.8200

m!60.31

Total

$680.31

user Note: deOvsry of equipment

Categoryl: VST Nlodlgcatlons stCermsk

47 01 74 19 000036 GYM Hauling On Paved Roads, First 15 Mgss $472.32

Qusnthy Unit Price

Installation 900.00 $D.64 x

ussr Note, used for hauOng of meledsls to landgg Pirsl 15 miles x 60CY = MIOCYM

Categixy1 Repair USTBt Division

IX

Factor

0.8200

Total

$412.32

Price Pmpossl Oets5 CSI Page 8 of 219/I 5/2017

Page 24: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Dstelf - CSI Continuee..

Job Order Number:

Job Order Title:

049'l73.00DOC Removal of underground storage tanks

Recg CSINumber

I01 - General Requirements

48 01 74 19 00 OD36

Mcd. UOIR Deacrlpdon

CYIu Hauting On paved Roads, Frost 16 Maes

Line Total

$472.32

Qusntltr Unit Prim

Instapa!ion UDO.OD lr Uoac x

Usm nets; used for haulinp of maternle to lsnd08 Ffrst15mpsa x OOCY 9000YM

Catagoryt: Alternate tor USTfgodlffcstlons atLet 9Irton Cnrtrlnal

Coruts Building

49 01 74 19 000036 CYM Hsupnp On Paved Ronde, First 16 MUss

Quantity Unit Price

Installation IND.DD $004 x

UserNote; ueedfOrhauOngafmaterialetOlandgIFiret t5mleSX80CY 980CYM

Categoqr1r t4ew UST at Division 8

Doflrl 3

Factw

0.8200

Factor

0.8200

Tclnl

$472.32

$472.32

Total

$472.32

60 01 74 10 000037 CYM HauOng On Paved Roads, Mlles Over lnltlsf 15 sPies $887.i!9

QuenUIY Unit Price Faster Total

Installation 2,520.00 x $042 x 0,8280 $867,89

Ussr Nots used Icr hsuOnp cf metefisls to lsndgl42 mifee per 20CY Truck, 3 trucks to haul 60 CY. 128 Miles x 60C72620 CYM.

Category17 Repair USTat Division

IX

51 01 74 10 000037 CYM HauanpOn Paved Reads, Mres Over lmtlsl 15 Mees

Quenghr Unit Price Factm Total

Instapallon 2.51800 x $0A2 x 0.8200 $867.20

used for hauling cf materiafs to lendgl 42 mace per 2DCY Tmck, 3 trucks to haul 00 CY. 120 M tee x 00CY =

2520 CYM.

$007.2D

Category1: Alternate tor UST

Modifications atLefgnton Grimiest

Co rute Building

62 0'! 74 10 00 0037 CYM Haupng On Paved Romfs, Mlles Over Initial 15 MOss $867.89

Quanmy Unit Price Factor Total

InstsOetion 2,520.00 fOA2 x 0.8200 $867.89

User Hots; used for haufinp cr materials lc landnl 42 miles per 20CY Tmck, 3 trucks to haul 60 CY. 120 Miles x OOC Y

2520 CYM.

Catsgory1I New UST st Division II

Oorrlr 3

Subtotal for 01 - General Requirements:

102 - Etdettng Conditions

$111,840.78

Price Pmposal oata5 - CSI Pape 9 of 210H 6/2017

Page 25: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposai Detail - CSI Continues..

Job Order Number: 049't73.00Job Order Title: DOC Removal of underground storage tanks

Reotl CSI Number

lg2 - Exisgng Conditions

53 02 58 13 00 0002

Mod. UOM Desertptlon

LF steel Fence pceL llr on center vv/th 4'mod snow/send Fence

Line Total

$694.95

Installation

Qrnn$ ty

150.00

Umt Pnce

sa.ee x

Femur

0.8200

Total

$694.95

User Nota used for lamp fence

Category11 Alternate for USTModifications atLeigh ton Criminal

Coruts Building

54 02 58 13 000002 LF Stael Fence Post, 10'On Center lmfh 4'Nbod Snow/Sand Fence $894.95

Instsystion

User Note ueed far lemP fenCe

Category1t UST Modiflcagons atCermak

Quantity

160.00 x

Unit Price

$5.66 x

Factor

0.8200

Total

$894.95

55 02 61 13 00 OODT CY Disposal Fess Of Petmleum Contaminated Scs $3,270.82

Quantity Unit Price Factor Total

Inetayation 80.00 x $eeds x 0.8200 fi3,270.32

User Nofe: used for mnovat of sails amund lank. nate this will ba on a8 4 sides and under fhe tank. Area lax15xe

6DCY

Category1: New UST at Division 9Dorm 3

56 02 61 13 OODDOT

User Nota

CY Disposal Fees Of Pebolsum Contaminstsd Sot $3,270 82

Quantlb Unit Price Fador Total

Insla0atlon 8O.DO x $66.48 x 0.8200 $3.270.82

used for removal cf soils amund lank, note this will be on aS 4 sides and under ihe lank. A ms I 8x1 5xs=

80CY

Categoryt: Alternate for UsT

Modifications atLelghton Criminal

Coruts Bugdlng

57 02 81 13 000007 CY Obpossl Fees Ot I'eboleum Contaminated Soil $3,270 82

Cstegoryf: Repair USTst Division

IX

QuanSlv Unit Pnce Factor Toul

lnsteiafion SO OD M6.48 x 0 8200 $3,270.82

used for mmoval of ross around tank, note this will be on ss 4 sides and un der the lank Ama 18x15xo

80CY

55 02 61 13 0000DO SF 30 Mil Ssse Linero.93 SF at sner per 1 ton of peboleum contaminated soll. $1,906.50

Qllallbtlr Unit Pnce

in sic sation 2,500.00 x $0 93

User Note: used for yner to put excavated materials an

Cstegory1: Naw UST st Division 0

Conn 3

Factor

0.8200

Tolef

$1,906.50

Prfce Proposal Detail - CSI PaOe 10 ot 219/16/2D17

Page 26: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Dotal f - CBI Cont(nues..

Job Order Number: 049173.00Job order Title: DOC Removal of undsn}round storage tanks

Sac¹ CIN Number

I02 - ENWing Condrgono

59 02 8'I 13 000009

User Note:

Categorylt Alternate for USTModiflcatlons alLeighton Criminal

Coruts Bugdlng

80 02 81 13 DO 0009

UOM Descrlpdon

Quantity Unit Pnce

Installation 2,500.OO $093 x

used for liner to put excavated mateddc on

Factor

0.5200

sF 30 Mg sess Llner9 93 sF at liner per 1 ton ctpeholeum contaminated ao0.

SF 30 Mg Base Liner9.93 SF sf liner per 1 tcn af potnleum contaminated soil.

Uns Totd

$1,906.50

Total

$1,906.50

$1.908.50

Quantby

InstaOetion 2.500 OD x

Ussr Notsr used fcr Oner lo put excavated mslenou on

Categoryt: Repair USTat Dtvhdon

IX

Unit Pdcs

$0.93

Factor

0.8200

Total

$1.906.50

61 02 85 00 DO 0004 EA CoSec5on Of Pumpabla Liquids Sample $1 1.50

Category1l No Category Input

InctsTslion

Quantity

1.DO x

Unit Price

$14.02 x

Factor

D.8200

Tool

$11.50

62 02 65 00 000004

User Nots:

Catagmy1: A)ternate for USTModifications atLeighton Criminal

Courts Bugdlng

63 02 66 00 0000D4

EA Collection Of Pumpsme Uquldc Sample

Quanmy Unit Price

EA Cotactlon Ot Pumpsbls Liquids Sample

Inslagstlon 1.00 x $14D2 x

Used for Sos Testing

Facmr

D.8200

Total

$1 1.50

$11.50

311 50

Category11 New UST at Dlvtslon 5

Doml 3

Inslabatlon

Qusndty

1.0D x

Unit Pdce

$14.02 x

Fi!clot

0,8200

Total

$11.50

04 02 55 00 OOOD18

Catagory1: No Category Input

65 02 65 00 000015

Categoryf: No Category Input

Installation

EA

lnstaDetlon

Lab test - TCLP (Exlracdon) - Semi-Vofatvo OrgsnlcThe cost is for Ihe in-mh

unl for toxicity cha sclerisocc feschino procsdmes using procedure 1311asdeleted in EPA Syyvtce.

Qesnmy

1.00

Unit Price Foclof

x $112 19 x 0.82DO

lab Test —TC LP (Exhacson) - Semi VclatOe Otgsnfc The cost is for the loess

fest for toxiciiy chareolarisscs teaching procedures «sing procedure 1311asdstssed In EPA Stncoca.

QuanOty Unit Price Fectcf

x $112 to x 0.82001.0D

Tof8I

$92.00

Total

$92.00

$92 00

$92.00

Pdce Proposal Deta0 - CSI Page 11 of 219/15f2017

Page 27: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail - CSt Continues..

Job Order Number:

Job Otzhw Tige:

043'f73.00l3QG Removal of Underground storage tsmks

Nlod. UOM gsscrlPSonNec» CSI Number

102 Exfotfmg Conditions

86 02 86 00 00 0016 EA Leb Test - TCLp (Bdracrion) - Semi-Volatile OmanicThe cost is for the mcsb

test for toxlcky chamcairlslks leaching prorzuhirss using procedure 1311as

rfemileeTO EFA

Quantity Unit Price Factor

X 3112.19 0.8200'I.OOInstagatlon

Used for Soil Tesliri 0Usm Note:

Category1: Alternate for UST

Idodifications atLeighton criminal

Courls Building

tly 02 S6 00 000028 EA She Survey For AEFIUST Location By CeNsed Tank tnsts Terlncludes teseng

Pump output bath tank and dispenser, Calibrale pump dhpsnsar 8 needed.

Check s3 sumps both tank end dispenser. check all flNng connscllons for lesks

and check wlnng connemlon I'or possible nudmncdcn or safely hazard, check

seals on caps kn fill tubs, check overfill performance for safety shutdmim,

check all hoses and pwnp handle, check brmrk-sway couplings, complete

wdtten reoort on eS dafa found.

Qusngy Unit Price Fsmor

Installsgon 1.00 z 8845.31 0.S200

Ske Survey. inspection snd CertilicseonUssr Nots

Cntegmy1: Alternate for UST

Modifications at

Leighton Cdrninsl

Courts Buliding

80 02 65 00 000028 Sile 6urvsy For ASTIUST Location By Cergled Tank Inslagerlndudes tesbng

Pump output both tank snd dispenser, Cegbrsts pump dispenser if needed.

Check sll sumps bogi tank and dispenser, check all titling connemicns for leaks

snd check wiring ccnnecSm for pose ibfs msguncson or safety hsznid, check

seals on caps for Sl lube, check overfill p eriommnce for safety shutdown,

check all hoses and pump handle, check break-away couphngs, compete

wrleen report on ell data kmnd.

Quantity Unit Price Factor

I.OO z 3846.31 z 0,8200InslsSatlon

Category1I No Category Input

Uns Total

$92.00

Total

502,00

8529.16

Total

5529.15

852S15

Total

5520.45

Sli 02 65 00 OOOOZS

Cetegory1r No Category input

Installation

Sile Survey For AS TAIST Location By Csriiyied Tunk Inetellsrlndudes terting

Pump output both tank and dispenser, 0shbrats pump dispenser if newfml,

Checli aO eumps boih lank snd dispenser, check all iltting connections for leaks

and check wiring connection for possible matfuncnon or safety hazard, check

seals on caps for Nl tube, check ovwgll perfonnance hir safety shutdown,

check all hoses and pump handle. check break sway coupgng3, complete

wdlten repoh on all dais tound.

Quantity Unit Price Factor

1.00 k 3645.N z 0 0200

3529.16

Total

3520.15

Price Pmposei Detail - CSI Page 12 of 219/15/2011

Page 28: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposaf Detail - CSI Cont/nues..

Job Order Number

Job Order Titlm

049173.00DOC Removal of underground storage tanks

Roc¹ CSI Nurnlwr

IB2- E/dsgag Conditions

70 02 65 00 OOD030

User Note'.

Catsgoryt: Alternate for USTModificationa atLeighton Criminal

Courts Building

T'I 02 55 00 00 0630

UOM Oescrlptlon

Instaaaaon

Tsnklnspemion

Quanmy

1.DO x $25.15 x 0.8200

EA Check And Report On Monitor pmbssay Cerlyisd Technlclsn

EA ChecK And RepcrlOn Monaor Probesny Cerlged Technidan

Une Total

$20.62

Total

$20.62

$20.62

Cstegory1: Mo Category input

InelalfaliOn

Qusnthy Unk Price Flrclor

1.00 x $25,16 0.II200

Total

$20.52

72 02 65 00 000030 EA Check And Report On Monitor PrcbssBy CerNled Technician $20 62

Categoryf: Mo Category Input

InstaPatlon

Quantify

14M

Unit Price

$2515 x

Factor

0.8200

Total

$20.62

73 02 65 00 00 DOM

User Nots

Cstsgoryt: Alternate for UST

Modifications stLetghton Criminal

Courts Building

74 02 65 00 000031

Category 1: No Category Input

EA

Instssstion

Tank Morutonnp syslem: check system per Manufscfurel"c specyrca$ on By

Cerafied Technician tmlh Wdtlen Rsporllndudhp paso/ia0; paper feed

coeratfonsl paper installed etcc snd status of Insoeallon raoairs needed etc.

Quantsy Unit Price Factor

1.00 x $179.39 x 0.8200

EA Tank Monitorfno Syeleac Check System per Manufacturer's SpsciTmrnm By

Cerlilied Technician Nsh Wraten Reportfndudina pass / fail; paper feed

operational osper fnslellsd atc; and status of innnction repairs needed sic.

Quandty Unit Pace Femur

Insls5atlon 1.DD $179.39 x 0,6200

Wriuan Reportfor Tank. Field Vergcnlhn

$147,10

Total

$147.10

$147.10

Total

8147.10

75 02 65 00 000031

Category1l No Category Input

T6 02 65 00 000032

EA

Installation

EA

Tank Mcnnorin0 syshm: check system per Manufacturers specNca6on By

canned Terhnician wrlh wriaen Reportlndudlng peas / fait paper feed

oos/atlcnal pacer inelaaad atc, and status at Inswcaon repairs needed elu

Quantity Unit Price Factof

1.00 x 8179.39 x 0.8200

Replace Anode On Impressed System

$147.10

Total

$147.10

$55.19

Cstegory1t Repair USTstOlvtsionIX

Installation

Quanaty

1.0D

Unit Price

$67.31Feeler'.8200

Total

$55.19

Price Proposal Detail - CSI Page13 of 219/15/2017

Page 29: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Dots if - Cgi Continues..

Job Order Number:

Job Order Titter

049173.00DOC Removal of undergmund storage tanks

Resp CSI Nmnber

j02 .Eniagng Conditions

77 02 65 00 000034

Mod. UOIN Desmlp6on

EA Replace Ncnilnr Probes

Line Total

$119.90

Quentlh Unit Price

Inelsfistion 1.00 $140.22

Deer Notet County requested nsw probe In scope walk

Cstegory1r Repair USTat Division

IX

Fador

x 0,6200

Total

$110.90

78 02 05 00 00 0037 HR Cerhfied Tank tnetsllsr $469.50

Quen6ly

lnstefistlon 8,00 rr

user Nobn used for repmoement ol tank new pipe

Cstegory1t UST Modiflcagons atCormek

Unft Price

$71.57

Factor

0.8200

Total

$469.50

79 02 05 00 00 0037 HR Certified Tank Ineteler $469.5o

Quantity

In eto 0stion 8.00 x

Ussr Nom Used fnr telrk aolllneee \set

cstegofyt: Repair UsTat Division

IX

Unit Price

Bytsr x

Fecfnr

0.8200

Total

$469.50

00 02 65 00 000037 HR CerlrTred Tank Inelsaer $1,760.62

Quantity Unit Pncs

lnetsfiatinn 30,00 x $71.57 x

User Nolo; used for removal snd instefi exle5no snd nsw lanka -3 10 Hom Days

Catogmy1: New UST at Division II

Dn/rn 3

Fscmr

0.8200

Total

$1.760.62

Bf 02 65 00 000037 HR csrufled Tank lnebaer $1,408.50

Quenbly Unit Price

lnsle6stion 24O0 x $71.57 x

Ussr Nate: used for removal and Install existing and new tanks- Eefimslsd 3 Days

Category1: Alternate for UST

Modifinatlo no atLeighton Criminal

Coruts Suildlng

02 02 65 00 00 0038

Factor

0,8200

Tots l

$1,406.50

$1 760.02

Quentny Unn Pike Factor

Inetsfiatlon 30.00 x $71.57 x 0,8200 ~

User Note: used for the 3rd party person that hae lobe present whife worn is being completed and for teetlno

Category11 Repair USTet Division

IX

Total

$1,700.62

03 02 65 00 000036 HR Cartified GeologoyEnvirnnmenlsliet $489.50

Quantity Unit Price

Inetabstion 6.00 x $71.57 x

Ussr Nnm; Used for cersylng hnk

category1: UsT Modifications at

L el ghto n Criminal

Courts

Factor

0.8200

Total

$469.50

Price Proposal Detsfi - 081 Pape 14 of 219/1 6/2017

Page 30: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail - CSI Continues.,

300 order Number: 049173.00Job Order Title; DOC Removal of underground storage tanks

Rect Cta Number

l02 - Existing Conditions

84 02 65 00 000038

uod. UOIN DesedpNon

HR cer Hred GeologtstrEmironmenlalist

Line Total

3469.50

Qusngty

Instsgatioo 5.00

Ussr Nolm used for mpmt paper work

Categatyl: Naw AST st Dlvsion

Vt

i)nit Price

x 371.67 0,8200

Total

$489.50

65 02 65 00 000038 HR Cersged GeolcgislrEnvironmsnlskst 1939.00

Quantity Unit Price Factor

Inslabation 16.00 x 371 57 0.5200

User Nota used for Ihe 3nl party pmscn that has to be present whfs work ls being completed and for tesdng

Categoty1: UST Idodlficetions atCarmak

Total

$939.00

86 02 85 00 00 0038 HR Cemasd GeclogisllEnvinmmentagst 31,760.62

user Note

Quanfity Unit Price Fscmr

Insta0atlon 30.00 x 571.57 x 0.6200

used for removal at axleang tank, this le for the 3rd party parson that hss to bs present whfe work

completed. 3- 10 Haut days

Tofal

$1,760.62

ls being

Categorytr New UsT at Division 8

Dorm 3

87 02 65 00 00 0036

Usst Note:

Cstegmyt: Alternate for UNT

Moditications atLeighton Cdmlnal

Curule Sugding

88 02 66 00 000039

user Note

Categofy1: UST Ilsodlficstlons atLelghton Criminal

Coltfta

Houdy OMCS Work Fsr Repcru Required For EPA(ndudss gge ssardws, welf

swvsy dais, site drawings. Submgdng preliminary work, sic. Hours not lo be

used in association wkh odter tasks perfomwd.

Qusncty Unit Price Fllctcr

Inslauaticn 24.00 x geo.44 x 0.8200

used for paper work for certryln0 tank

HR

HR CerNled GcologlsuEnvlronmenta0st

Quandly Unit Pncs Factor

Insts0sdon 24.00 x 871.57 x 0.8200

used for removal of axle linp tank, ws ls for the 3rd psny person Ihat has to be pmsent while work

completed- Estimated 3 days

51,408.50

Total

$1,405,50

is being

61,18548

Total

$1,189.46

8P 02 65 00 000039 HR

Instagaacn 24,00

User Holm used for csnlfylng tank

Category1r New AST at Divslon

Vl

360.44 x c,egco

Howly ogice work Fcr Reports Required For EpAlncludss tlue searches, welt

survey date, sits dmwlres, submitkng prebminanr work, etc. Hours not to be

msd in association wah other tasks performert

Quantity Unit Price Factor

31,18940

Total

$1,189.48

Pdce Proposal Detail - CSI Page 15 cf 21Wl 5/2017

Page 31: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail ~ Cgi Gontir<ues..

dcb Order Number: 049173.00Job order Title; DOC Removal of underground storage tanks

UCM Dssmlpgonecd.INNS CSI Number

102 - Exisling Conditions

90 m 85 00 oooo30 Hourly Oers Worti For Reports Required Fcr EPAlncludes tios searches, well

survey dsfs, sits drawfngs, submiitino preliminary work, stc. Hours not fn bs

u~masecoaacn mm mnsr mcus~acrQuan5hr Unk Price Factor

Installation 24,00 x $80.44 x 0.8200

used for filling out reports tor new ASTUser Nots

Catsgory1I Alternate for USTNlodifications atl.elghton Criminal

Coruta Building

9f 02 65 00 000039 HR Hardy cfaas work For Reporls Required For EpAlndudes atle searches, well

miniey dale. she dmwlnos, submieno preOmmmy work, stc. Hours not to be

used in ssscciatlcn wah other tacks psrfcrmmL

Quaney Unit Price Factor

InslaOatlon 24.00 x $SO.a4 x 0.8200

User Mote: u cad for ftfing out reports for new AST

Cslegory1: New VST at Division II

Domi 3

Line Total

$1,189H6

Total

$1.109.46

$1,189.48

Tonl

$1,16946

92 02 65 00 000045 GAL Remove Anu Dispose Cf Ncn Hasardoue Llqukt Fmm Tank $125.53

Instafafion

Ussr Mate: removal of liquids

Categoryf: New UST st Division 6Dorm 3

Quaney Unit Price Fador

172.00 x $0.89 r 0.8200

Total

$125.53

93 02 85 00 000054 EA Remove 1 - 650 Qsf Tank $1,951.78

Instalaaon

Quantity

100 xIncr Note: removal of tank

Category1: ARsmate for USTModiflcstlone atLeighton Criminal

Coruts Building

94 me5 oo oooo54 EA Remove I -550 Oaf Tank

Unit Price

$238019 x

Factor

0.8200

Total

$1.951.76

$1,951.76

Installation

User Rois. removal ot tank

Cstegoiyf; New UST st Division lf

Doriii 3

Quanuiy

1,00

Unit Pnce

$2,380.18 x

Feclor

0.8200

Total

$1,961.76

Subtotal fm 02 ~ Existing Condigons:

103 - Concrsta

88 03 05 00 000010 CY

Instslfaiicn

2% water Reducing and Accelerating (High Earty ersngihk Type E concreio

Admixture

Quaney Unit Price Factor

40,00 x $7.75 x 0.8200 =

$39,200.81

If8254.20

Total

$254.20

UasrNctsi 360SF/9-40CY

Categoryf: No Category Input

Prtcs Proposal Detail CSI Pape 16 of 219/15/2017

Page 32: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail - CSI Continues,.

Job Order Number. 040173.00Job order ndm OOC Removal of underground storage tanks

Resp C81 Number

(53 - Conctete

9Ir 03 11 13 000003

SkxL UOM Oeamlptlon

SF Conbnuoua Footings Foundation Weed Fommork

Line Total

81,933.56

User Natal

CstegoryI I No Category Input

97 03 11 13 000005

~uanttv Unit Price Factor

InclaSason 360 0O x 36,65 0.8200

20xs x I for one wing wall 4 10xsxl'for other X2 tc create box SSOBF

SF Met Foundation lcbed Formwork

Total

$1,033.55

31,466.16

Installation

User Nota: 20X10 pad onmp

Category1: No Category Input

Subtotal for 03- Concrete:

[11 - Equipment

Quanay

200,00 x

Ural Plfcs

88.94 x

Faclor

O.620O =Total

$4,456 16

$3,653.52

Subtotal for 11 - Equipment:

123 - Hengng, Ventilating, And Air-Conditioning {HVAC>

100 2a 11 23 000008 LF I Conusaled StainlmmStsal Tubing (DSSTN Fieubla Gas Pipe

$17,200.05

I8176.63

Insls5aticn

I/Sar ihfto used lor aauf plplf/0

Category1: New UST at Division II

Dorm 3

Quantity

30.00 x

Unit Price

57.18 x

Factor

0.8200

Total

$176.63

101 23 11 23 000006 LF I"Corrugated Ste/niece Steel Tub/co (CSSTI, Ftexbls Gac Pips 817663

IaataIstloa

Usernota; uradfornsw

Catego/y1I Alternate for UST

Modglcatlons stLeighton Criminal

Coruts Bugding

102 23 13 23 130016 SA

Inctaaascn

Userncfef ncwtank

Categorytr New UST at Division ii

Conn 3

Quac5ty Umt Price Factcf

30.00 x 87.18 x 0.8200

plpklg

600 GaSon Double Wall Steal Osy Tank; Tremonl TRXlnuudea ruat-shibacf

coated lntsdor and oral/ oeinled exlerlor.

Qusn0ty Unit Pdce Facial

1.00 16,455.53 0.8200 =

Total

St 76.63

55,293.63

Total

$5,203.53

Price Proposal Cetst - CSI Page 17 of 219/15/2017

Page 33: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Propossi Ootnif - CSi Continues..

Job Order Number: 049113.00Job Order Tnfe: )DOC Removal of underground storage tanks

Rec¹ Celnumbar Mmt. UDIS Deecrlpoon Line Total

l23 - Heating, Venglating, And Air-Condiiioning (HVAC)

103 23 13 23 130016

Inshelation

User Nota nsw tank

Categoryel Alternate for UST

Modifications atLeig hton Criminal

Caruta Bugdlng

600 Gason Double Vins Steel Day Tank; Tmmonl Tnxlncludac ruct-inhnitar

coated interior and onry painted exterior.

13uuan 0 Unit Price Factor

1.00 x $6 485 53 x O.SSOO

$5,233.53

Total

$5,203.53

Bubtots) )or 23 ~ Hesdng, Yang)sting, And Air&and)tinning (HVAC):

132 - Hater)or imnrnvemsnts

f04 32 15 40 000001 CY Gmvel Surfacing And Spreadlne

Quacan

InctaSnSon 60.00

UaerNotc: ueadfarnewSIAraa lax15dl aocY

Category11 New USTst Division II

Coral 3

Unit Price

$5818 x

Facnl

0,8200

040,040.32

I$2,862.46

Tale l

32,502.45

105 32 IS 40 000001 CY Gravel Surfacino And Spreadino $2,882.48

Quanely

Inclaaatlon SO.OO x

User Nota used for new ell Ares 1ax15xe= aocY

Categaryt: Repair USTat Division

IX

Unit Price

Ssa.la

Factor

0 6200

Total

$2,052.45

'f06 32 15 40 00 000'I DY Gravel Surfacing And Sprwtdino $2,862.46

Unit Price

$58.18 x

SF IP Cast In Place Cannula Sidewalk

Quantity

Inctaeaeaa 80.00

Ussr Note: uced for naw IIII Area18XISx6 SOCY

Cstegory1: Altsrnaie for UST

Modifications stLaighton Criminal

Caruts Building

107 32 16 23 000004

Fadar

0.8200

Total

$2,SS2.40

$533.72

Quellhb

InslaSeticn 72.00

User Note: new AST 8'e'ad. 72SF

Category1: Navr UST at Division II

Corfu 3

Unit Price Facto'

SS.O4 x 0.8200

Toed

3533.72

106 32 16 23 000004 0001

Iuetalation

For Up To 100, Add

Quenlity

72.00 x

Unit Price

$S.83 x

Factor

0.8200

$226 12

Total

$22IL12

Cstegoiyt: New UST st Division ii

Dorlrl 3

Prfce Proposal Deta0 - CSI Pegs 18 al 21O/15I2017

Page 34: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail - Cgi Continusa..

Job Order Number: 040'173.00Job order Titim DDC Removal of underground storage tanks

Race CSINuntber

l32 - Exgerior trnprovemente

100 32 16 23 000004

Nod. UOIII Description

SF 6 Cast In Place Concrete Sidewalk

Line Total

$533.72

User

Cstegory1: Akernste (or UST

Modifications alLeighton Criminal

Corute Bugdlng

110 32 16 23 000004 oost For Up To too, Add

Installation 72.00

Nota; nswAsTB'xe'pad 723F

Unit Price

$0.OC x

Factor

0.0200

Total

$633.72

0228.12

Insta5a0on

Quantity

72.00

Unit Price

83.83

Factor

0.0200

Total

$226.12

Categoryt: Alternate for UST

Modifications atLelghton Criminal

Coruts Building

111 32 31 13 00 001'I VLF 18"Diameter Hole, Auger By Machine Fence Post Hole ln 6o0 $336.30

Qusii5$

Installation 20,0o x

User Note: augudng new Post holes, 6 Posts d deco

Category1t New UST at Division II

Dofm 3

Unit Price

$20.45 xFactor'.8200

Total

$335.38

112 32 31 13 000028 vLF concrete Fili, 10" Diameter Hole $406.10

Quanny

Instaga5on 20 00

User Note: concrete BL 5 posts 4'eep

Category1I New UST et Division II

Dorm 3

Unit Prfce Factor

x $2898 0.8200

Total

$466.10

M 31 13 ooooeg LF tuvg'utside Diameter Galvanized steel post,7'o 10'In Laneth $206.00

Insts0stion

User Note newtaphctmmmgs

Categoryt: New UST at Division II

Dorm 3

Qusngty

50 00

Uhlt Price

88.49 x

Factor

0.8200

Total

$266.09

114 32 31 13 000001 LF 3"outside Diameter Gmvwiizsd steel post, 11'o16'n Length 3828.07

Quantky

Inetegstlcn 75OO x

User Nate: 5 posts lg high 3'n ground = 75LF

Cetegory11 New UST at DWlsion II

Dorm 3

Unk Price

$10.18 x

Factor

0.8200

Total

$826.07

ff5 32 31 13 000165 LF Iir Fuil Height Fahrfe Chsln Link 80 Gaugs, 1.20zCoafing, 2" Mash $364.65

Inslsflation

tfser Hots: new fsbnc

CategOryL NewUSTatDivisiongDorm 3

Qusnmy Unit Price Factor

25.00 $17.30 x 0.5200

Total

$354,66

Price Proposal Deta0 - CSI Page 10 ot 219I16r2017

Page 35: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposal Detail - CSI Continues..

Job Order Number; 049173.00Job Order Tee: DOC Rmnoval of underground storage tanks

Res¹ CSI Number Mod, UOM Description

l32 - Exterior Improvements

Une Total

116 32 31 13 000312 EA 4'ide x 8'igh Single Gets Galvanized Sleet Vethout Barbed Wim $260 35

Quanav IJgjit Pnce

Instsnadon 1.00 $31823 x

Ussrnqtet newgste

Category1i Naw UST at Division 8

Conti 3

Fscfor

O.SMO $250.65

117 32 31 13 000607 LF

InstaSs5on

Galvanized Barbed INlre, Per Sirsndlndudes ckps.

caas I.

Quantity Unit Price

26.00 $o.se

4 paints 12-1/2 Gauge,

Feckx

0.8200

Total

$18.25

$18.25

user Nohx naw wire

Category1l New UST st Division 8

Dorm 3

118 32 31 13 000615 LF

Insta0atlon

18"Diameter, 8" on center Galvanfzed cunceruna tnazor) vl/ire, Atmch To

Evwy 3rd Barb On Top Of Chain Link Fence, per LF Of Fence

Quan6ly Unit Price Factor

26.00 x $5.37 0.8200

$11009

Tcisl

$110.09

Ussr Nots: new wtre

Categoty1: Naw UST st Division 8

Dolrri 3SF Prepare Plant Bsd By Hand, Up To 6'esplndudss loosening cubgnuts,

mmoving stones, sacks. roots, rubbish, snd raking surface, Exdudes soy

wnsndmsnls.

Quantity unk Price Factor

lnstagstion 1,500.00 ii $4.47 x 0.8200

User Nomi used for prepphg dfvturbsd arse behveen buydings 20'ide by 75'long. = 1500SF

Category1: New UST at Divisfon 0

Dorm 3

$5,498.10

Tatal

85,408.10

t20 32 of 13 280006

User Note:

SF Pmpsre Plant Bed By Hand, Up To 8" Deeplndudes loosening subgrade,

nun cvlng stones, sdcks, roots, rubbish, and mklns surface. Exclw!es soS

smsndmenis.

Quanhiy Unit Price Factor

lnstsilation 1,750.00 x $447 x 0.8200

uvsd for prepping disturbed area of 17.5'ide by 100'on$ . This sos includes the Work ares end Ihs

disturbed grass fram trsckino equipment from the road.

$6.414.46

Total

$0.414.45

Categmyrl Aiternete tor UST

Modifications atLeighton Criminal

Coruts Bugdlng

121 32 91 13 260005 $3,065.40SF Prepare Plant Bed By Hand, Up To 8" Deeplndudes loosening subgrade,

removing stones, slake. nxm, rubbish, snd lakmg surface. Excludes sail

amendments

QusnSly unit Puce Factor Total

Insla3stion f,000.00 x $4.47 x 0.8200 83,665.40

user Nate: used for repair of disturbed arses end piepplno lor nmr seed work area of 10'ide by 100'rom Ihe road.

Category1: UST Modifications atLelghton Criminal

Courts

Price ProposalDeteil -CBI Page 20 of 218/15/2017

Page 36: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Price Proposai Detail - CSI Continues..

Job Order Number.

Job Order Title;

0491 /3.09DOC Removal of underground storage tanks

Necg CSINumber Mad. UOM Descrlpson

I32 - Extsrior lmprovemenfa

Line Total

122 32 81 13 280005

User Hots

Categoryf r Repair USTat Ofvtshtn

IX

123 32 92 18 190003

SF Prepare Plant Bsd By Hand, Up To 8" Deeplndudss loosening subgrade.

removing stones, s0chs, nmts, rubbish, and scrim surface. Exdudes so9

smeriamsnts

Quantib Unit Pdce Factor

Insls5ation t,260.OO x 0.8200

used for prepping disturbed area ay vade by 2N lang. = 1250sf

hlSF Tali Fescvs, Push SpmadsrOr tland6.6 LB/MSF spread rein

84,581.75

Total

$4,581.75

$104.44

insts8sgon

User Note aced far Seeding

Catsgorym New UST at Division II

Dorm 3

QuanSty Unit Prioe Factor

1.60 x $84.91 0.8200

Total

$10444

124 32 92 19 190003 MSF Tall Fescue. Push Sprearbror Hand5.5 LBIMSF spread rats. $59.63

Quandty

Insta6stlon 1.00

User Mote: used for nsw seed fcr disturbed areas

Catsgory11 UST IVlodiffcatlonaat

Lelgbton Criminal

CoUrts

Unit Price

$84.91 x

Factor

0.8200

Total

SSSSS

125 32 92 19 19 0003 MSF Tall Fescue, push Spmadsr Or Hsnd5.5 Lgrugp spread rats. $53.56

lnsfsretlcn

ussr Nots: used fcr seedns

Category11 Repair USTst Division

ix

Quantity Unit Price Factor

1.20 x $8401 x 0.8200 ~

Total

$83.85

f20 32 92 19 190003 MSF Tsr Fescue, Push Spreader or Hand5.5 LBIMSF spread rate. $118.30

Insta8ation

User Note: used for seeding

Categmy1: Aiiernate for UST

Modifications atLeighton Criminal

Coruts Building

Subtotal for 32 ~ Exterior Improvemsnbm

Proposal Total

Quantity

170 x

Unk Price

$8401 x

Factor

0.0200

Total

$118.38

$33,070.32

$215,915.12

This proposal total represents the cmrect total for ths pmposal. Any discrepancy between line totals,

sub-totals and the proposal total la due to mundlng of the line totals snd sub.totals.

The Percent of NPP on this Proposal: 7,07%%uo

Price Pmpessl Detsl - CSI Page 21 cf 219/15I201 7

Page 37: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Work Onler Title: DQC Underground Storage Tanks

Work Order Number: 049173.00

Job Order Contract

Cowlrsctor: Cook County - Old VeteranConstruction

Oats: September 15, 2017

8B$39'Oattagtor aad'IHhjjtlSIK%stiiriatp

rosy wr mwreuwwscww, Ilplbb nsnunths above Work Order. This estimate ls submitted with our final Work Q/der Proposal in the amount of $215,916,12.

Coat/acta r

Grsencrsw

Groundcrew

Midwest Fence

old veteran construction

Site work, Clesrlna

Site worl/, Investlcauon, unks

Fencing

GO's, temp

Trades - sr suumntractor, M: Material supplier

ul/wBE's - M: Iulnorily; w: wc/narc tc Non M/wBE

Trade

N

Total 3

325,oao.ac

3132,557.12

310,oca.os

545.343.00

$215,0'I5.12

SNNI SHE 3

Sas,oO0.OO

sc.oa

% or Prelect

11.56%

0.00%

0 ocu

34S,345.CC 22.3u%

$73,348.00 33.07%

Total MBE Subcontractor Paractpatlon Scheduled

Total INBE Supplier Participadon Scheduled

$48,348/10

$0.00

22.30%

0.00c/o

~$48,348.00~22 30cdrMEE Total

Total WBE Subcontractor Participation scheduledTotal WBE Supplier Participation Scheduled

Total BBESubcontractor Participation Scheduled

Total BEESupplier Participation Scheduled

$25,000.00

$0.00

$0.00$0,00

11.58%c ~$25,000.00

0.00%%uc 11.58%

0.00% ~ $0.000.00% ~0.00%

WEE Total

SEE Total

Total iN/WISBE Pardcipatlon Schedulsd $73,348.00 33.07%

(Contrsctorj projsot Manager

Subcontractor and alWS BE Estimate Pule lolle/te/2017

Page 38: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Cook County

Office. of Pfanning & Policy

69 W Washington

Chicago, IL 60602Date: September 11,2017

A. Dslinilions and Disclosure Raouiremenls

As used henun, Ihe term "Conlmdm" means s parson or enNy wtw hss sny mntram Iwws with the County of Cook

pursant to Bwcudvs order gf \ mary dly wmlraat and fmsa must Im eccampanlsd by a dllclosum statement provkpng certain infonnslion and edomsys. Iobbylsla,

accaunfanls. consvkenls. subwmksclonl.end other parsons

The Conhsdor is not requimd to disdose employees who are paid solely through the Canlnwlo/ s regular papa a,

4 "Lobbyist" means any person (at who for compensation w on behalf of any person alherlhan timmlf undertakes lo mausnce any Iegislalive or sawkislraiicn stion, orth)any par or whose duties ss an empmyae of another includes underlskog lo inlh ance sny legislative or admmisualive action.

e.~cob ssdof Iumi lip csitldwl as msowu

This Disc to sure relates to Ihs following Iran sation

Prated name: 043173.00000 Underground Storage Tanks

Name of contractor cook county - old vms ran 0onsuumcn

Nrlrlul

RelaltonSBIP

(aaomeydobbyet,~Ubcontlactorplc.)

MBE

I/I/SE

Of Noh

PEE(indicate

whelhef pafd3 ovesdmatsd>

BUSINESS

ADDREBS

EACH AND El/ERY adomey, lobbyist, accounlaiil oonsuhsnl, suhconlmctor, or other psmon retained or wshipalsd la be mls lnsd by Ihe Contractor whh mspecl lo

or in conneclion whh Ihe canuaet or lease Is gated lurtwv

fsaschaddilionel pages

ifnscsssaryi'lldweat

Fence

Greencrew

Groundcrew

Old Veteran Construction

CHECK HERE IF No SUCH PERSONS HAVE BEEN RETAINED OR ARE ANTICIPATED TO BERETAINED

Non

Non

MBE

Subcontractor

Subconlfsclor

Sulrco nlnlctor

Subcontractor

310,000.00 Est.

825.000.00 EaL

3132,507.12 Est

840,348.00 Eal.

4, The Conlfsator Undemtands snd elyeea Ihsl the city may mly an Iha Infamlagon pnwldsd herein slid thar pmvmke any fshs tnconlplels or inaccursnce infomlslion

shell terat ilute default under Ihe wmu act and may resuh In tenn irwli on sf Ihe vonlrsm ct lease

the conuaclor understands and apmss Ihal in «ny case in whhh tlw contraclar is uncertain whether a disclosure is raquired under the Esewsive o/dar, Ihs conlrador

niisrt sais r ask the city whether dl ado sure Iv required ar make Ihe disclosure

Under lhs penslmwof pequw, I csrtvy Ihst I amwahonrsd lo averse Ibis Dledosura on behalf ofam conlrsclw thai the nfonnadan drsclossd herein issue snd

complete, and Ihsl no relevant Informsson has been wilhhetd.

>I/fl/~Signature Date

)tbsp /AS tti~ Ldw/A

Name (Type or Print)

Subaaribed and swam to before me

this 11~ day of, 3JTL- 20'f I~ullG~Nutso Pubulusfpneture

Tide

OFF!GAL SEAL

JANELL SPRIGGSNOTARY ktjt(L(C - STATE QF ILL(NO(9

llY tfigfi(t(gNN EXPtRE9.09/tfi/19

Disdosurs Statement Page I of I0/ I I/201T

Page 39: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

INBE/I/I/BE UTILIZATION PLAN - FORE( 1

SIDDERIPRDPOSER HEREBY STATES that all MSE/WBE firnw included in Ibis Ran aie cedified MBEs/WBEs by at least one o/ the entities lisfed in Ihe General

Condiiions -Secfon 19.

MDDER/PROPOSER MBEAVBE STATUS: (check ths sppropilate line)

Bidder/proposer is a cerfified hlBE or WBE firm, (If so, aaach copy of cunent Lenm of certilicslion)

Bidder/Proprner is a Joint Ventma end ona or more Joint Venture partnem are csrlilied MSFn or WBEs. (If so, euach ocpies of Letter(s) of

Cerlificalion, a copy of Joint Venture Agreement c/emly describing lhe rale of fite MBE/WBE linn(s) snd ils ownership iruerest in the Joint

YÃtum ano a CnmgiaterrgctarumalSrABdau~abtrrnnllmrui nww.rornrrrnrrnriiunu ritinocmnuituinai

Bidder/Proposer is not s certified MSE or WBE firm, nor e Joint Venture with MSE/WSE partners, but will utilize MBE end WBE firms silher

direcfiy or indimclly in ths performance of the Conlract (Ifso, complete Sscfionr II below snd the Latter(s) of Intent - Form 2).

MBEs/I/YBEs that will perform as subcontractors/suppliersbormullants include Ihe fofiornng:

»'BE/wsEF; . Green Crew, inc.

A«,„u 1408 Hu)I /ckve, Westchester, IL 60154

E,R [email protected]

c I rt p Corrie Garza

Dollar Amount Participation: 9 2 '

Percent Amount cf Padicipstion:11.94

Phone 53 240+95

II. X Direct Peri»patton of MBE/WBE Firms Indirect Pertieipaaon of MBE/WBE Rima

NOTE: Where goals have not been achieved through direct participation, Bidder/Proposer shall include documentation ouglning efforts toachieve Direct Partlctpation at the time of Bidg'mposal submission. Indirect Participation will only be considered after ag efforts toachieve Direct Participation have been exhausted, Only atter written docurnantagon of Good Faith Efforts ls received wgl Indirect

Pargcipagon be cansidered.

'Letter of Intent attached? Yss'Current Laser of Cerfificalion aaached? Yec ~

No

No

MSE/WBE Firm:

Address:

E-mail'onlacl

Pemon

Dollar Amount Participation: 9

Percent Amounl of Psrficipalioni

Phone

'Letter of Intent attached? Yes No

"CurrenlLetlerof Certification agachmp. Yes No

Altsch add/i'ona/ shee/s as needed

*Leger(s) of Intent and current Letters of Ceigffcntion ~mon be submitted at the time of bid.

M/WBE Utilization Plan —Form 1 Revised: 91/29/2D14

Page 40: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

MBE/WBE LETTER OF INTENT ~ FORM 2

. Green Crew, Inc. mtr ef Cheese Dept ef preeuremeni Seemew

MIWBE Firm: Certgying Agency:

contsctperso . Corrie Gar a C rgficafian Ex fsgiin lists. 04/01/2020

«msm 1408 Hull At/e Ethnidt . Caucasian

cit lst te:Westchester, )L z„.60154

Btd/propped/cuir ct M1555-14475-Gcs / fI4gtys.aa

639-249-49~64..47-1093943

I, [email protected]

Partlcipsfion: g Direct Dndirect

llyril the M/WBE finn bs subcontracting any of the goods or smvices of this contmct to another firm/

I// No Yes- Please alisch explanafian, Proposed Subcontractor(s)f

The undersigned M/wBE is prepared to provide the following commodities/Services hr the above named pro}tcl/ contract ffl

mem npsce ir needed fo lolly describe hrfrfiaE Firm'9 proposed scape ofwork end/or payment schedule, eirsch sddilionsr sheslc)

Site work 4 clearing

Indicate the Dollar Amount, Percentaae, and the Terms of Pavment for the above-described Commacaesl Services:

me. 099 99111.9449 I nee

THE UNDERSIGNED pARTIES AGREE that this Latter of Intent will became a binding Subcontract Agreement for Ihe above

work, conditioned upon (1) the Bidder/Proposer's receipt of a signed conlrad from ihe County af Cook; (2) Undersigned

Subcontractor remaining compliant m'th afi relevant credenfiab, codes, ordinances and statutes required by Contractor, Caok

County, and the Slate la participate as a MBE/WBE firm for the above work The Undersigned Paffies da also certiyy that Sfey

did not affix their signatures ta this document until all areas under Descrii f Servks/ Supply and Fee/Cost were completed.

Signature (l}fbtt/KE) 0 Sginature (Prime B/dderfpmpossr}

Corrie Garza John Tisdali

Print Name Print Name

Green Crew, Inc. Old Veteran Construction, Inc,Firm Name Firm Name

1If.lr} 7/12/1 7Date Date

Subscribed and svmm before me

this ~l dsy ofxh)4J, 20&1i ~

Notary P~hl'X 3'K l'n

OFFICIALaBSM",eeattA a. rarLttk

NOTAIIY PIIBUC, NATE OF tLLINDISMy Commhfsion Expires Aug lg, 2525

J

's/WBELetter of intent - Form 2

Subscribed snd sworn before me

thts~dsyof LlVth( «2OQ

hlotary Publi

OFFICdAMELLSPR

MTIAV PLMLIC STATEOF ILLfs@

MV MhnsstON I fixpgtfis:sgfIN1S

nevfsed 1/29/14

Page 41: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

MAR 30 205

DRPARTMRRT CR PsccURRvisi/T SERvtcss

CITY~CHIQAPo

Corrie GarzaGreen Crew, Inc.1408 Hull Avs.Westchester, IL 60154

Dear Corrie Garza:

We are pleased to inform you that Green Grew, inc. has been certified as a Women-OwnedBusiness Enterprise ("WBE")by the City of Chicago ("Citf). This WBE certification is valid

until 4/1/2020; however your firm's certiTication must be revalidated annually. In the past theCity hss provided you with an annual letter confirming your certification: such letters will nolonger be issued. As a consequence, We require you to be even more diligent in filing yourannual No-Change Affidavit 60 days before your annual anniversary date.

It is now your responsibility to check the City's certification directory and verify your certificationstatus. As a condition of continued certification during the five year period stated above, youmust fits an annual No-Change Affidavit, Your firm's annual No.Change Affidavit is due by4/1/2016, 4/1/201 7, 4/1/2018, and 4/1/2019. Please remember, you have an affirmative duly tofile your No-Change Affidavit 60 days prior to the date of expiration. Failure to file your annualNo-Change Affidavit may result in the suspension or rescission of your csrtiTication.

Your firm's five year certification will expire on 4/1/2020. You have an affirmative duty to file forrecertiflcatlon 60 days prior to the date of the five year anniversary date. Therefore, you mustfile for recertiTication by 2/1/2020.

It is important to nots that you also have an ongoing affirmative duty to no8fy the City of anychanges in ownership or control of your firm, or any other fact affecting your firm's eligibility forcertification within 10 days of such change. These ohsnges msy include but are not limited toa change of address, change of business structure, change in ownership or ownershipstructure, change of business operations, gross receipts and or personal net worth that exceedthe program threshold. Failure to provide the City with timely notice of such changes may resultin the suspension or rescission of your certification. In addition, you may be liable for civil

penalties under Chapter 1-22, False Claims", of the Municipal Cods of Chicago.

Please note —you shall be deemed to have had your certification lapse and will be ineligible toparticipate as a WBE if you fail to:

~ File your annual No-Change Affidavit within the required time period;~ Provide financial or other records requested pursuant to an audit within the required time

period;181NORTH LASALLE STREET, ROOM 808, CHICAGO ILLINOIS 80808

Page 42: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

4IIAR 8 (}20}5

Green Crew, Inc. Page 2 of 2

~ Notify the City of any changes affecting your Srm's certification within 10 days of such

change; ore File your recertification within the required time period.

Please be reminded of your contractual obligation to cooperate with the City with respect to any

reviews, audits or investigation of its contracts and sffirma5ve action programs. We strongly

encourage you to assist us in maintaining the integrity of our programs by reporting instances crsuspicions of fraud or abuse to the City's Inspector General at chicagoinspectorgeneral org,

~or Sc->v- r <i ui5ET585=4~764}.

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

contractual fraud or abuse, the City will pursue decertification and debarment. In addition to anyother penalty imposed by law, any person who knowingly obtains, or knowingly assists another

in obtaining a contract with the City by falsely representing the individuai or entity, or theindividual 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 fins of not less than $5,000 and not more than

$10,000 or both.

Your firm's name will be listed in the City's Directory of Minority and Women-Owned BusinessEnterprises in the specialty area(s) of:

MAICS Code(s):661730 - Landscape contractors (except construction}581730 - Landscape installation services561730 - Landscaping services (except planning)581730 - Seed lawns561730 - Sod laying services681730 - Turf(except artificial} installation services235990 ~ Bdck paver (e.g., driveways, patios, sidewalks) installation238990 - Concrete paving, resldentiaf and commercial driveway and parking

area23S990 - Curb and gutter construction, residential and commercial driveway

and parking area, concrete

Your firm's participation on City contracts will be credited only toward Women-OwnedBusiness Enterprise goals in your area(s) specialty, While your participation on City contracts

is not limited to your ares of specialty, credit toward goals will be given oniy 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

(MBE/WBE) Program.

Sincerely,

Kie L. Rheef Procurement Officerdp

Page 43: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Contract lk 1555-14475-GC4Sob¹; 049173...

ocprt OMLY:

Cook County 0/koukliacsthn

ONce of the Chief Procurentant ONcerL,'dentificationof Stfbcontractof/Supp)ter/Subccngultsnt Ponu

The Bidder/Proposer/Respondent ( gm contractor) will fully complete and execute and submit an IdentN cation ofSubcontractodSupplisr/Subconsullant Form ("ISF') with each Bid, Request for Pmposai, and Request for

Qualillcafion. The Contractor must complete the ISF for each Subcontractor, Supplier or Subconsultantwtdch~he used an the 9/l(fat J. In am event thatglem am anv chan n il' n of Su n ractors

Suppliers or Subconsultants, ths Conbuctor must file an updated ISF.

Sid/RFP/RFQ No. 04'9173. 00

Total Bid or Proposal Amount: $215,915.12

Contractor. 'Old Veteran Construcgon, Inc.

Authorized Contact John Tlkdsllfor Contrac}of

Email Addmss [email protected](Contractor):

Company Address t 0942 s. Heisted Street(Contractor).

Chicago, IL 60626Zip (Conuactor):Tslsphcne and rurrka121.2220 F227134214911

Fax (Contmckxk

Complsgon Dates 09/1 1/1 7-11/01/1 7(Contractor):

Data: 09/11/17

Contract Tide: Fencing

Subcontractor/Supplier/Subconauibtmtoba Midwest Pence Cozporationadded or substitute:Authorized Contact forSubcontractor/Supplier/ John sellSubconsultantEmail Address 3bellemwZence.cou

Company Addmks(subcontmmcr),

900 tr Kedkie Avenue

City, State Snd ZIP Chicago, IL 60661(Subcontractor):TetephonesndFax 773-722 —6616(9ubconusctor):Estimated Start sndComplsgon Dates 09/11/17-11/01/17(Subccntractork

Note: Upon request, 9 copy of all written subcontractor sgmemsrds must be provided to ths OCPD.

Fencing

Descrluhon of Services or SuuulissTotal Price of

Subcontract forSenrices or Suuulles

$10,000.00

The subcontract documents will incorfxxsts ag requirements of the Contract awarded to the Contractor as app/icabh.

The subcontract wig in no way hinder the Subcontractor/Supplier/Subconkrdtant from ma(ntainhrg its progress on anyother contract on which it is ei/her a subcontractor/supplier/subconkultant or principal conuador. This dlsclokum is

made with the underslanding that the Contractor is nct under any circumstances relieved of its abilities and

obligations, and is responsible fcr the organization, perfonnance, and quality of work. This form doss not approveany proposed changes, revisions or modifications to ths contract approved ISSE/WSE Utgizatlon Plan, Any

changes to the contract's approved MSE/WEE/Utgizadon Plan must be submitted to the Ofgcs of SrsContract Compbfncs.

Old Veteran CcnktruClicn, inc

Contractor

Devin Dowling

Narrls

Pro)act Manager

Title

Prime Conimctor Signature

09/1 1/1 7

Version 1.0

Page 44: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

contract th 1555-14475-GC4Job¹:049173

Cook CountyONce of the Chief Procurement ONcer

Identification of Subcontractor/Supplier/Subconeultant Form

Cr 77377 Crvrrersts

The Bidder/Proposer/Respondent fute Contractor') will fully ccmpleht snd execute and submit an Idsntlgcstion ofSubcontractor/Supplier/Subconsultant Form ('ISF') with each Bid, Request Nu Proposal, and Request forQualificagon. The Contractor must complete the ISFfor each Subcontractor, Supplier or Subconsultsnt whmh

shag be used on the contmct. In the event that there are anv chances in the utilization of Subcontractors,

Supp liam or Subconsultsnts, ths Conhsctor must fits bn updated ISF.

Bid/RFP/RFQ No;049173.00

Total Bid or Pmpcsai Amount $215.915,12

Contractor: Qid Veteran consirucgcn, inc,

Authodzad Contact John Tisduifor Contractor.

)oim.iovcchicago.corn(Contractork

Company Address 10942 s. Heisted Street(Contractork

Chicago, IL eoezeZip (ContracmrkTelephone and rel 773427-9903 73277342uv!711

Fax (Contra ctorkEstimated Skrrt andCompiegon Dates 09/11/'(7-11/01/17(Contractork

Detu 09/11/17

Contract TiNe: Site work, cleading

Subcontractor/Supplier/Subconsultardtobe Green Crew lncadded or subathutsr.

Authorized Contact forSubccntractcv/Supplier/ Corrie GarzaSubconsuitsnk

(Subcontractorkcorrieagreencrewinc.com

Company Addmss(Subconhactor). 1408 Hull Ave

Westchester, LL 60154(Subcontractor)'siep"one

snd Fax 630-240-4964(Subcontrsctork

09/1 1/1 7-11/01/17Completion Dates(Subcontrsctork

Note: Upon request, a copy of all wrilten subcontractor agreements must be provided to the OCPO.

Descrioaon of Services or Susoliss

Site work and clearing

Tetsl Price ofSubcontmct for

Senrices or Suoslies

$25,000,00

The subcontract documents will incorporate all requiretnents of the Contract awarded to the Contractor as applfcabh.The subcontract vnll in no way hinder the Subcontracto¹Suppiier/Subconsugant from msints(ring its progress on anyother contract on which it Is either a Subcontractor/Suppger/Subconsuiiant or principal conlractor. This discloswu ismade with the understanding that Nm Contractor is not under any drcumstanoss relieved of its abilities andobligations, end is responsible for tim organization, performance, and quality of work This form does not approvesny proposed changes, revisions or modlgcagons to the contract approved MBE/WBB UNlzatlon Plan. Anychanges to the contract'9 approved MBB/WBE/Utilizsdon Plan must be submitted to ihe ONce of theContract Compgsnce,

Qld Veteran Construction, Inc.

Contmctor

Devin Dowiing

Name

Pro/ect Manager

Tige

Prime contractor Signature

09/1 1/1 7

Date

Version 1.0

Page 45: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Contract fh 1555-14475-GC44ob¹:049173.:

ccpu ONLY:

Cook County Disauelificsuui

ONce of the Chief Procurement ONcer ~Ql Check Damaisis

identification of Subcontractor/SM ppiier/Subconeuitant Form

The Bidder/Proposer/Respondent (qhe Contracto¹) will fully complete snd execute and submit an identification ofSubcontractor/Supplier/Subcansullant Form ('ISF"}with each Bid, Request for Proposal, and Request for

Qualiltcation. The Contractor must complete the ISF for each Subconbactar, Sup plier or Subconsultant which

lib d Ih 1 r h ~lh vvSuppllen or Subcoruulbmts, the Contnlctor must file an updated IsF.

Bid/RFP/RFQ Nor 049173.00

Total Bid or Proposal Amount 9215.915.12

Cantractor Old Veteran Construction. Inc,

Authorized Conlact John Tlsiisffar Contractor.

Email Address [email protected](Contractor):

Company Address f0942 6, Heisted guest(Contractor):

City, State and Chicago, IL 60828Zip (Contractor)'.Telephone and rarrcsnuuu r rrsrui muFax (ContradorkEstimated Start andCompletion Dates 09/1 1/1 7-11/01/17(Cones etc r):

Date: 09/11/1 7Contract Tig: Site WOrk, Cteafing

Subccntractoi/Supplier/Subconsutarutobe Ground Crew Incadded or subsutute:Authorized Contact forSubccntrsctor/Supplier/ Jtm AllenSubconsultant

jim.allenngzouudcreuiuc.corn(Subcontradod;

CompanyAddress 2516 W. Van Buren(Subconbudor):

CitY, State arid Zip Belluood, IL 60104(Subcontractor).Telephone and Fex 630-428-1700(Subcontractor):

09/11/17-11/01/17(Subcolltfacto/):

Nota: Upon request, s copy of all written subcontractor agrsemsnts must be provided to the OCPO.

Dsscrlation of Services or Suuallss

Site work, investigation, tanks

Tofal Price ofSubcontractfor

Services orSuauges

$132,567.12

The subcontract documents will incorporate all requirements of the Contract awarded to lhe Contractor as applicable.The subcontract will in no way hinder the. Subcontrsdor/Supplier/Subconsuhant from maintaining its progress on anyother contract on which it Is either a Subcontractor/Suppter/Subocnsuitant or principal contractor. This disclosum ismade with the understanding that ths Contiuctor is not under any circumstances relieved of ks abilities andobligations, and is responsible far the organization, perfonnance, and quality of wadi. This form does not approveany proposed changes, revisions or modigcatlons to the contract approved MBE/WBE Uullzstlon Plan. Anychanges to ths contmct's approved MBE/WBE/Uutlzadon Plan must bs submitted to ths office of theContract Compgsncm

Old Veteran Cansuucrrcn, Inc.

Contmctor

Devin Dowlinu

Name

Project Manager

Title

prirne contractor Signature

09/1 1/1 7

Version 1.0

Page 46: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

PETITION FOR REDUCTION/WAIVER OF M BE/IN BE PARTICIPATION - FORM 3

A.BIDDERIPROPOSER HEREBYREQUESTS:

FULL MBE 'WAIVER FULL WBE WAIVER

REDUCTION (PARTIAL MBE and/or WBE PARTICIPATION)

ss M of Redudion for MBE Participation

tttff

B. REASON FOR FULL/REDUCTION WAIVER REQUgSS:

Bidder/Proposer shall check each item applicabfe to its reason for a waiver request. Additionally, supportingdocumentation shag be submitted wgh this request.

(I) Lack of sufficient qualiTied MBEs and/or WBEs capable of providing the goods or services required

by the contract. (Please explain)

(2) The specifications and necessary requirements for performing the contract make it impassible or

economically infeasible to divide the contract to enable the contractor to utilize MBEs and/or WBEs in

accordance with the applicable participation. (Please explain)

(3) Price(s) quoted by potential MBEs and/or WBEs are above competitive levels and increase cost ol

doing business and would make acceptance of such M BE and/or WBE bid economically impracticable,

taking into consideration Ihe percentage of total contract price represented by such MBE and/or WBEbid. Please expfsin)

(4}There are other relevant factors making it impossible or economically infeasible to uNize MBE and/oi

WBE firms. (Please explain)

C, GOOD FAITH EFFORTS TO OBTAIN MBE/WBE PARTICIPATION

(1) Made timely written solicitation to ident@ed MBEs and WBEs for utilization of goods and/or services;

and provided MBEs and WBEs with a limely opportunity to review and obtain relevant specifications,

terms and conditions of ihe proposal to enable MBEs and WBEs to prepare an informed response tosolicitation. {Attach of copy written solicitations made)

{2) Used the services and assistance of the Office of Contract Compliance staff. {Please explain)

(3) Timely nogited and used Ihe services and assistance of community, minority and women business

organizations. (Attach of copy written sollcitafions made)

(4) Followed up on initial solicitation of MBEs and wBEs to determine if firms are interested in doing

business. (Attach supporting docuinentation)

(5) Engaged MBEs S WBEs for direct/indirect participation. (Please explain)

D. OTHER RELEVANT INFORMATION

Attach any other documentation relative to Good Faith Efforts in complying with MBEP/TBE participation.

M/ivaz Reduction/vveiver Request - Form 3 Revised: 01/29/14

Page 47: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Old Veteran Construction, 4Ic.10942 S. Halsted-Street- Clticago, 1L 60628

Office: 773-821-9900Fax: 773-821-9911

UST Petition for Reduction/Waver of MBE/WBE Participation —Form 3

REASON FOR FULL/REDUCTION WAIVER REQUEST

There are other relevant factors making it impossible or economically infeasible to utitize MBE and/orWBE firms. (Please exylain)

Explanation:A certified taiik installer badged for Cook County Jail has to be used for the UST work. Ground crew is badgedfor Cook County and is certified with the State of Illinois as a tank hauler and installer. Ground crew also hasretained and Engineer for tank certification with the State, city and county.

GOOD FAITH EFFORTS TO OBTAIN MBK/WBK PARTICIPATION

Engaged MBEs tk WBEs for direct/indirect participation. (Please explain)

KxplanatieniOVC reached out to Green crew Inc. to perform the site work and fencing to increase are WBE participation to82% of our 10%goal.

Page 48: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

PETITION FOR REDUCTION/WAIVER OF MBE/WBE PARTICIPATION- FORIN 3

A. BIDDER/PROPOSER HEREBY REQUESTS:

FULL Ii/IBE WAIVER FULL WBE WAIVER

X REDUCTION (PARTIAL MBE and/or WBE PARTICIPATION)

ze % of Reducgon for MBE Participationo % of Reduction for WBE Participation

B.REASON FOR FULL/REDUCTION WAIVER REQUEST

Bidder/Proposer shall check each item applicable to its reason for a waiver request. Additionally, suppmting

documentation shall be submitted udlh this request.

(1) Lack of sufficient qualified MBEs and/or WBEs capable of providing the goods or services required

by the contract, (Please explain)

(2) The specifications and necessary requirements for performing the contract make it impossible or

economically infeasible to divkle the contract to enable the contractor to utilize MBEs and/or WBEs in

accordance with the applicable participation. (Please exphtin)

(3) Price(s) quoted by potential MBEs and/qr WBEs are above competitive levels and incmase cost of

doing business and would make acceptance of such MBE and/or WBE bid economically impracficable,

taking Mto consideration the percentage of total contract price represented by such MBE and/or WBE

bid. (Please explain)

X (4) There are other relevant factors making it impossible or economically infeasible to utilize MBE and/or

WBE grms. (Please explain)

C. GOOD FAITH EFFORTS TO OBTAIN MBE/WBE PARTICIPATION

(1) Made timely written solicitation to identiged MBEs and WBEs for utilizafion of goods and/or services;

and provided MBEs and WBEs with a limely opportunity to review and obtain relevant specificafions,

tenne and conditions of the proposal to enab(e MBEs and WBEs to prepare an informed response to

solicitation. (Attach of copy written sollcitations made)

{2) Used the services and assistance of the Ofke of Contract Compliance staff. Please explain)

(3) Timely notified and used the services and assistance of community, minority and women business

organizations. {Attach of copy written solidtations made)

(4) Followed up on initial sokitation of MBEs and WBEs to determine if firms are interested in doing

busktess. (Atta'ch supporting documentagon)

X (5) Engaged MBEs & WBEs for direct/indirect participation. (Please explain)

D. OTHER RELEVANT INFORIIIIATION

Attach any other documentaiion reiative to Good Faith Efforts in complying with MBE/WBE participation.

M/W8E Reducuon/VVaiver Request - Form 3 Revised: Ot/Z9/34

Page 49: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Old Veteran Coastrttetion, ftle.!09="2 S. Heisted Street= Chicago, if 60/~28

Ofrtce: 773-821-9900Fax: 773-821-9911

0M 1/ttNan Qtttstnsfion, itic.

UST Petition for Reduction/Waver of MBE/%BE Participation —Form 3

REASON FOR FULL/REDUCTION WAIVER REQUEST

There are other relevant factors making it impossible or economically infeasible to utilize MBE and/orWBE firms. (Please explain)

Explanation:A certified tank installer hedged for Cook County Jail has to be used for the UST work. Ground crew is badged

for Cook County and is certified wdh the State ofIllinois as a tank hauler and installer. Ground crew also has

retained and Engineer for tank certification with the State, city and county.

GOOD FAITH EFFORTS TO OBTAIN MBE/WBE PARTICIPATION

Engaged 54BEs k. WBEs for direct/indirect participation. (Please explain)

KxplanationiScope of work limited to (I) one suhcontmctor, which limits our ability to utilize other subcontractors on

project, i.e. MBEs.

Page 50: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Job Order ContrectNen Pre-Priced Worttsheat

Dale:

Conhaot number:

Job Order Hmahao,

wotoeofooyebiOantraoloo.

September 16, 2017

1005-14470-004049173.00nrco n aauududundmgrouudatou

Old Veteran Oonaeuclion

CSI Number UONI DESCttIPTION

11000 0000 EA AST for Division Vl

Fsotor:

Qua ntlbf:

1.0000

1.00

Unit Prloe:

Line Item Totsk

$$,500.00

$5,500.00

Proposal Totsk $215,915.12 %c of Job Order Total:

NON PRE-PRICED WORKSNEET

3.94'yc

Direct Labor Costs (Up ihrough iha foremen lsusi and including fringe

benefiis)

Direct Matmial Casts (Suppoitedby Quotes)

C.

D.

Dirsot Equipment Costs (suppaimd by equipment smoriixsilan date)

Subaanlraotar Caate (Supporledhy Quatoo)

Allowable Over Heed Costs = Ax 55%

Allowable Prollt = (A + 8 + C) x 10%

Subcontractor Allowance = D x 105

Total Cast of Non Pre&iced Task o A + 8 + C + D + E + F + G

"A, 8, C, E and F only apply to work self-perlarmed by the Contractor.

* D and G only apply to work sog-performed by the Subontractor.

Quotes(Asach auciao from listed mooiiaraiaubcoabauaro A JuciiTicoiiaa toS»r muci be attached i(3 ouoioc are aai fumichad }

Ooflc md 9 $).5obp

2, Uioo 7orfoorSuoo t(,Std

3. 4 fooucc& Iu,cero

Haa Proaricau Woriohaai Pena 1 aft0/iol2077

Page 51: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

SOIL REMEDIATION Sr EXCAVATION

7225 West 66tlt Street, Cucsgc, tltiacis 5C636

PROPOSAL

.".&;Patrick-Iqolen-Cook County Dept. ofFacilities Management2650 S, California Ave.Chicago, IL 60608

April 24, 2017

Jeb Locations: Division ViThe undersinned nronoses to uerform the followina worla

Tank Pricine Breakdown

Purchase of tank. g8,500.00 LUMP SUM

Temporary Tank pricing does not indudei-Aay permits (assumed not required).-Famish, deliver or erect tempmury or permanent fenctug (by others).-Feel delivery, removal or pumping when complete (by others).

Note: Price quoted is valid for 45 days fict date ofthis proposal,

Respectfully submitted,

gg ~Joshua B.Bemat forR. W. Collins Company

tr 7CR e58.6866 F 7osa58,55/C rueerrtee.cern

Page 52: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

TERMS AND CONDITIONS

f k lai . 'Ilb 4

and above the sum stated in this contract. After execution of this contract, verbal authorization for R. W.Collins Co. to alter or deviate &om the specified work may be given by Client, or by Client's authorized

representative. With the sole exception of the additional charge for the alteration or deviation ordered by

Client, afi other mrms and condifions of this contract shall remain in fufi force and effect unless another written

agreement is executed by each of the parties hereto.

TIds contact is based upon the understanding that normal subsurface conditions surround the tank(s) (i.e. dry

sand, dirt, and clay or backiifi matmial), and that the tank(s) contain petroleum or petroleum contaminated

media. Ifnon-normal subsurface conditions are encountered at the Property of a natural or man-msde nature

(for example, but not by way of limitation, non-petroleum contaminated media, high water table, frost, mck

santa, unstable subgrade, subsurface concrete, foundations and/or structures) additional labor, matefials and

equipment beyond those specified can be considenxI as extra unless otherwise expressly stated in this contract.

R. W. Collins Co. will contact JULIB/DIGGER prior to excavating. Client agrees to forever release, hold

harmless, defend and inderimlfy R. W. Collins Co. and its owners, shareholders, employees and assignees

(hereinafier the "R. W. Collins Releases" ) against any and aB claims, actions, demands, costs, liabiifiitie,

obligations, expenses (including but not limited to attorney fees and comt costs) or losses arising out of or

resulting &om unknown, unmarked or inaccurately marked utilities or non-normal subsurface conditions at the

Property. If repairing, removing, mrouting or replacing any underground and/or overhead utilities or

obstructions is necessary or advisable to perform the work specified in this contract, the cost of doing so shall

be Client's responsibility.

Client assumes responsibility for accurately detenmning the size, location and number of afi tank(s) at the

Property. Client understands and acknowledges that there is a potential risk for a tank's contents to be released

into the soil snd/or gmundwater due to the tank'(s) age and condition and the nature of the removal/drifiing

process. Releases can occur &om both tank(s) which are known to exist and from nmk(s) which were not

known to exists prior to initiating the removaVdtfiling process. Client agrees to forever release, hold harmless,

defend and indemnify the R. W, Collins Releases against any and sfi claims, actions, demands, costs, liabBities„

obfigations, expenses (including but not limited to attorney fees and court costs) or losses arising out of or

resulting &om the release of the contents ofany tank(s) at the Property into the soil and/or gmundwater.

Client understands and aclmowledges that R. W. Collins Co. does not provide environmental consulting and or

lab testing services. Client/owner is obligated to return a firm which does provide environmental consulting

services to, among other matters, respond to any releases &om the tank(s) which msy occur during the

removal/drilling process or which may have occurred during the operational life of the tank(s), and to further

provide advice regarding compliance with environmental laws and reimbursement &om the Illinois Leaking

Underground Storage Tank Fund ("LUST Fund" ). Client understands and acknowledges that some or sfi of R.

W. Collins Co. tank removal and/or drilling and/or remediation services may not be reimbursable fmm the

LUST Fund.

Client understands, acknowledges and consents to R.W. Collins use of heavy equipment which may cause

damage to the surfircing, gmding and/or landscaping at the property. Client understands and acknowledges

that even a&or backfifiing, settling may occur in and around the area where the tanks/excavation were formerly

located and that the area may not be suitable for building purposes. Client accepts afi responsibility for

maintenance, repair and safety ofsite following excavation/drilling, Client realizes the importance of retaining

Page 53: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

a structural or architectural engineering firm to, among other matters; ensure the specified work conforms toClient's intended use of the Property.

R. W. Collins'ole duty, liabiTity and obligation under this contract is strictly limited to the performance of thespecified work regarding the scope ofwork listed in the contract/proposaL

Client agrees to forever release, hold harmless, defend and indemnify R. W. Collins Co. and its assigneesagainst eny and all claims, actions, demands, costs, liabilities, obligations, expenses (including but not limitedto attorney fees and court costs) or losses of every kind and nature arising out of or resulting &om theperfonnance ofany work under the contract.

Payment for work is due within thirty (30) days of the invoioe date. Invoices not paid within thirty (30) daysare subject to interest at the rate of I 59'o per month (1$'/o per annum), but not to exceed the maximum mterestallowed by law. In the event R. W. Collins Co. places Client's account for collection, Client agrees to pay allR. W. Collins Co. fees and expenses (including court costs, witnesses'nd attorneys'ees). Client's duty to

pay R, W. Collins Co. is not condhioned upon Client's reimbursement from the LUST Fund.

R.W. Collins Co. agrees to carry Workmen's Compensation, Public Liability and UnempioymentCompensation insurance upon material, equipment and labor furnished under this contract, as required by theState of Illinois. Ifrequired by contmct, R. W. Cofiins Co. will include Owner and others as additional insured

with respect to general liability. Client is advised to have Pubhc Liability insurance insuring the Client and

Property.

Client represents and warrants that Client is either the owner of the Property or has the written consent of the

owner of the Property for R. W Collins Co. to perform the work specified in this contract. Client represents

and warrants that Client has the authority to make this contract legally binding on behalf of the Client and

ovmer of the Pmperty. In the event Client or the owner of the Property defaults on its performance, the

signatory of this contract who signs on behalf of the client personally guarantees performance. This contract

may be executed and sent via facsimile machine. A signature on a facsimile of the contract shaH be deemed an

original signature for all purposes and intents. This proposal is voidable by RWC if not executed and

delivered to R. W. Collins Co. within forty-five (45) calendar days of the date stated on page I of this contract.

Any notices to adjacent property owners as may be required by law will be the responsibility of Owner and/or

Client; and, Owner and/or Client agree that in no event, with regard to such uotifications, shall R. W. Collins

Co. be considered the possessor ofthe land.

R. W. COLLINS CO, IS HEREBY AUTHORIZED TO FURNISH ALL MATERIALS, EQUIPMENT AND

LABOR REQUIRED TO COMPLETE THE WORK lvlENTIONED IN THE ABOVE PROPOSAL, FORWHICH THE UNDERSIGNED AGREES TO PAY THE AMOUNT MENTIONED IN SAID PROPOSAL,

AND ACCORDING TO THE TERMS THEREOF.

AGREEDr

Date: By:

Page 54: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

+Sourategriiy. Service. uinovaiian

Jim,

On behave of Blu Petroleum I would to propose the following for your Tank

project.

One double wall UL listed tank, capacity of 1000 gallons. Blu will furnish

A4 necessary venting and explosion proof caps. Cost of tank is $9,885.

Delivery and set up wi4 be $1,500

Upon acceptance please send check to o8ice for 50%.

Thank you

Patrick Murphy

Blu Petroleum

815 791 6929

pmurphy@blu petroleum.corn

8lu Petroleum services, Inc, 21402 West lllrnols Route 60, Nundelein, illinois 60060 947.5I>6.5536411 Desraate Road, New Lenox, Illinois 60451 815.485.2178

Page 55: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

eroune Crew auoovoaon ooe aemoiiaoo2516 w. Veo suiehBellwood, iL 80104Phone f880) 428-1700FAX i708) 401-1701

Tuesday, September 05, 2017

Old veteran Construe!ion10942 South Halsted

agofl 6A62A

Rs: OOC Fuel Storage Tanks

~~. ~i' ]l I ~it,j=ty<~ j'I ]KxoAVAnort oroiounON

Mr. John Tisdall

Under the terms and conditions of this Agreement by and between Ground Crew Inc. and Old Veteran

Construction, Ground Crew will provide all labor, materiel, equipment and supeivtiion necessary tocomplete the work described herein:

1. Project OeSCrlption:

1,1 Site Owner

Cook County Department of Coneciions

1,2 Site Location

2700 S California Avenue, Chicago IL

1.3 Plans provided: none

1.4 Spec. Book provided: no

1,5 Soll Borings Provided: I46

1.6 Other bid documents: Scope of Work Sheet

2. Work by Ground Crew:

2 1.1 ASTst Division Vi (Nerv tank)

2.1.1.1 Provide State permit for division Vl

2.1.1.2 Purchase tank

2.1,1.3 Installation of new Tank

2.1.1.3.1 Total for divkrion Vl

2.1.1,4

2.2 Upon completion Ground Crew will leave the site in a neat, orderly condiTion.

575.00

10,775.00

$13,400.00

3. Regulations and Insurance

3.1 Ground Crew will maintain Workers Compensation, General Liability, Environmental

Impairment and Automobile Liability Insurance.

Page 56: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Oreund Crew aneavadan and Cement(en2616 W. Vrn BurenBef reload, IL 60104 .Prune (630) 426-1700FAX (706) 401-1701

3.2 Ground Craw will remove, load, transpori and dispose of only those materials snd substancesspecifically captioned in this Agreement. Ground Crew will not be responsible for theidengftcation, removal, transportation or disposal of any other substance that is control(ed orreguhted by any law, statute, ordinance or regulation or any substance designated as ahazardous waste or hazardous substance under the Resource Conservation and Recovery Act('RCRA') or the Comprehensive Environmental Response, Compensation and Liability Act("CERCLA") or both.

4. Work by Customer:

Customer agrees to perform the follow(ng in a timely manner so as not to impede the progress ofGround CrevA work described herein:

4.1 Unless otherwise provided herein, identify, remove and dispose of any substance that iscontrolled or regulated by any law, statute, ordinance or regulation or any substancedesignated as a hazardous waste or hazardous substance under the Resource Conservationand Recovery Act (RCRA) or ths Comprehensive Environmental Response, Compensation

end Liability Act (CERCLA) or both.

4.2 Arrange snd pay for the disconnection, air-gapping, and rs-routing of uN(ties.

4.3 ldenNy any controlled or regulated substances located within the work arse. Provide Ground

Crew with Material Safety Data Sheets as required by all appiicsble laws, statutes, ordinancesand regulations.

4.4 Secure and psy for all necessary licenses, authorizations and permits necessary to completethe work described in thL6 Agreemsnt.

4.5 Authorize Ground Crew to operate heavy equipment and trucks throughout the work area

4.6 Provide convenient access for the enby of heavy equipment and trucks into the wo(k area.

4.7 Unless otherwise provided, erect, maintain and upon completion remove any sheeting,

shoring. bracing or other support structures or devices ne(assary to support or maintain thestability of structures that are designated to remain. The determination of the necessity of such

strudures or devices shall be the Customer's exclusive responsibili(y.

4.8 Perform all pumping and/or water removal necessary to complete the proposed work.

4.9 Perform all layout work necessary to complete the proposed work. Provide lines, grades and

locations necessary to complete the proposed work.

4.10 Unless otherwise provided herein, erect, maintain and later remove all bamcades, traffic

control devices, hand railings, toe boards, safety devices, safety measures and security

measures necessary for the protection of all persons and property,

4.11 Unless otherwiss provided herein, erect and maintain all safety measures, equipment, material

and devices necessary to assure the safety of the work area prior to, during, and upon the

complegon of the work.

4.12 Install all tree protection around existing trees prior to Ground Crew arriving on site.

-2-

Page 57: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Oreuna Crew aneevetten nnd Denreatlen2616 W. Ven BuienBelleood, IL 60104Phone (630)426-1700FAX (708) 401-1701

4.13 Customer shall be responsible for ell third-party testing during ths course of the removal work.

4.14 Customer shall be responsible for providing street sweeping during the course of the removal

work.

5. Contract Conditions and Limitations:

The Customer and Ground Crew agree that

5.1 Ground Crew shall ooxrpy their entire work area exclusively upon the commencement ofGround Crew's work. Ground Crew shall not be responsible for the safety of any person who

enters the work ares unless such person has been speciTicaily authorized by Ground Crew toenter the work area.

5.2 The Customer warrants that there are no hazardous or toxic substances located within thework area.

5.3 Customer shall at all bmes be exclusively responsible for damage to or has of any property,

which is not owned by Ground Clew. Customer shall be exclusively responsible for damage to

or loss of any salvage that is to become the property of Ground Crew until the commencement

of work. Atter the commencement of work, Ground Crew shall bs exclusively responsible for

any damage to or loss of tools, equipment, salvage or property, which is owned by Ground

Crew.

5,4 Ground Crew will schedule work Monday through Friday between the hours of 7:00a.m. Bnd

5:00 p.m. on e single shift basis, 8-10 hours per day, 5 days sech week, and on Saturdays asdeemed necessary by Ground Crew,

5.5 Customer will identify the utility lines, pipes, wires, cables or other stmctures that are located

within the excavation or demolition area that are designated to remain. The location and extent

of each of these improvements will be accurately determined and clearly marked by the

Customer pl(or to the commencement of work under this Agreemsnt. Ground crew will

perform all work in a careful manner so es to preserve each structure designated, Ground

Crew shall not be responsible for damage to or destruction of any structure located in or near

the work area, which is not designated, accurately located and clearly marked,

5.5 Ground Crew*s proposal includes the cost for one (1)mobilization to the site to perform the

excavation work.

5.7 Unless otherwise provided herein, Ground Crews bid does not Include construction fence or

erosion control.

5,8 Unless otherwise pnwided herein, Ground Crews bid does not include the cost of any over

excavation due to poor or wet soil conditions.

5.8 Unless otherwise provided herein, Ground Crews bid does not include sny street or parkway

restoration

5.10 Ground Crew*0 proposal does not include dewatering of any kind.

5.11 Ground Crew's proposal does not include the cost fora performance and payment bond.

Page 58: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

amund Cmw ananvntien nnd Bemenaen2516 W. Van BorenBeltwood, II.60104-Phone (630)426-1700FAX (706) 401-1701

6. Payment:

6.1 Ground Crew will perform the work described in this agreement for and in consideration ofreceiving from Customer rights, title, and interest to all salvage and payment in the totalamount of:

6,1.1 AST division Vl Cost: 013,400.00

6,2 Payment for all work completed in any calendar month shall be made to Ground Crew prior tothe 30th day of the following calendar month without exception or retention whether or notCustomer has received payment from any other party.

Acceptance:

This Agreement shall remain an ofter for acceptance by Customer for a period of thirty days snd suchoffer shall bs terminated thereafter.

The undersigned principals warrant that they are the owners or duly authorized agents thereof andthat pursuant thereto they have the authority to contract as herein provided.

PROPOSED:

Ground Crew Eorcavatlon L Demolition

ACCEPTED:

Otd Veteran Construction

Name Name

Title Title

Date Date

Page 59: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Job Order CotttraciNerf Pre-Priced Werksheet

Contreot Number:

Job enterNumber.'ob

Order Titter

C Irlreetot:

September 16, 2017

1666 14476-GC4

046173.00OOC Removal of undefgmund starage tanks

Old Vetemn Canslrucgan

CSI Number UONI DESCRIPTION

11000 0000 LUMP Tank Mongors snd Risers

Factor:

Quantity: 1.00

Proposal TotaL $215,015.12

NON PRE-PRICED WORKSNEET

Unit prima

Littd Ifolfl Tateb

% of Job Order Toteb

$6,700.00

$6,700.00

Direct Labor Costs {Up lhmugh Ihe foremen level and Indudlng fringe

ben egb)

Direct Material Costs (Suppofbdby Quotes>

C.

9:td)cp.cooI3.

Direct Equipmsnt Costs (supported by snulpment emortlxetloe date)

Subcontractor Costs (Suppmlodby Quotes)

Agowable Over idesd Costs "-A x 65%

Altowable Profit = (A + 8 + C}x 10r/

Subcanbector Afiowance = D x 10%

Total Cost of Nan Pre-Priced Task = A+ 8 + C + D + E + F + G

', 8, C, E and F anly apply to work selfdtsrfonned by lhs Contractar.

D and G only apply to work seff-performed by the Subontractor.

Ioaerh uuotss from Ibtsd suoorsrsfsusmutrsstom. 4 Justslsotlon Laser must bs etlsshsd o 3quons ere not furnished.)

1. r$~ f rerrn- vurrtrrofotv2'.

IILtr Fdfii@rrerf

2. 4~f~th CO

E Trra

)I,E™$ 1$r rde

Non Pnerissd Wotlfshssl Pseexof2Sflef2ct7

Page 60: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

FST~MATe I

DATE: April 14, 2017

264-Poplar-Race=-Mort~'AME

Patrick Nolan

Cook County Corrections

PkeFax:e-marl:

", t6-Pk-.-886-644666I-Fax—eeli996+2+7 ""[email protected]

Estimated By: Vigil lvicCorkleStart Date:

Location: New Cermak St Div 9TERMS Net 30

Fac. I.D./ll jOB DESCRIPTION

Div. 9; Quote to replace tank monitormg probe/floats with unit from Div 4 tank.

Estimated price based on probe being re used is in good condition and no additional parts needed,

Netrrr Cermak; Quote to replace tank riser pipe, spill containment, overfill valve/drop tube.

Remove/replace concrete surround of spill containment. All debris will be removed from premises

ITEMIZED ESTIMATE

As described above: $ 3200

New Cermak $ 5500

TOTAL ESTIMATED JOB $ 8700

Page 61: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Integritr. Service. Innnvstion

Ground Crew Excavating and Demolition

2516 Vanburen St

Beliwood IL.

Jim,

On behave of Blu Petroleum I would to propose the following for your Tank

project.

One Tank and Monitor probe with floats for Division IX. Blu will furnish for Ssl500.

Replacement of Tank Riser Pip and Overfill Valve/Drop tube and Removal andreplacement of concrete surround. Blu will perform this work for $7000

Upon acceptance please send check to office for 50%.

Thank you

Patrick Murphy

Blu Petroleum

615 791 6929

pmurphyebtu petroleum.corn

Alu petroleum Services, inn 21402 west lninois noute 60, Nundelein, inlnois 600iio 84'/.566,5536411 Denroeie nosrl, New Lends, llllnol*. 60451 815.485.2178

Page 62: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

around Crew excavation snd Bemeatlen2516 W. Ven BuinnBeltwood, IL 60104Phone (660) 426-1700FAX (706) 4014 201

Wednesday, September 06, 2017

Oid Veteran Construction10942 Soutn Heisted—Chicago JI 60623

Rs: DOC Fuel Storage Tanks

'I

I'>T/w I'HEttonvXV lon n easel.t'1 lcrt

INr. John Tisdall

Under the terms and conditions of this Agreement by and between Ground Crew Inc. snd Old Veteran

Construction, Ground Crew will provide sll labor, material, equipment and supervision necessary to

complete the work described herein:

1. Project Description:

1,1 Site Owner

Cook County Departmenf of Corrections

1.2 Site Location

2700 S California Avenue, Chicago fL

1.3 Plans provided: none

1.4 Spec. Book provided: no

1.5 Soil Bodngs Provided: No

1.6 Other bid documents: Scope of Work Sheet

2. Work by Ground Crew:

2. f.f AS7si Division IX

2.1.1.1 Replace tank monitoring probe and floats with unit from division IV

(cost based on the assumption that equipment from division IV is in

good condition and no additional parts are needed). $3,800,00

2.1.2 New Csnnsk

2.1.2.1 Remove and replace spill containment concrete

2.1.2.2 Replace tank riser pipe

2,1.2.3 Replace overfill drop tube

2.2 Upon completion Ground Craw will leave the site in s neat, orderly condition.

$9,850.00

Page 63: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Oroune Crow anosvotfon ane aomolltion2616 W. van BoronBnlhvond, IL 60104Phono (630) 426-1700FAX (706) 40f-f701

3. Regulations snd insurance

3.1 Gmund Crew will maintain Workers Compensation, General Liability, Environmentai

Impairment and Automobile Liability Insurance.

3.2 Ground Crew will remove, load, transport and dispose of only those materials and substances

p 5 t~l!'u di Ihi Ap ~WG C All tb p n f lt

Identification, removal, transpoitaticn or disposal of any other substance that is controged orregulated by any law, statute, ordinance or regulation or any substance designated as 6hazardous waste or hazardous substance under the Resource Conservation and Recovery Act("RCRA') or the Comprehensive Environmentai Response, Compensation and Liability Act("CERCLA") or both.

4. Work by Customer;

Customer agrees to perform the following in a timely manner so as not to impede the progress ofGround Crew's work described herein:

4.1 Unless otherwise provided herein, identify, remove and dispose of any substance that is

ccntroNed or mguiatsd by any law, statute, ordinance or regulation or any substancedesignated as a hazardous waste or hazardous substance under the Resource Conservation

and Recovery Act (RCRA) or the Comprehensive Environmental Response, Compensation

and Liability Act (CERCLA) or both.

4.2

4.3

Arrange and pay for the disconnection, air~apping, and re-routing of utilities.

Identify sny controlled or regulated substances located wkhln the work ares. Provide Ground

Crew with Material Safety Data Sheets as required by aN applicable laws. statutes, ordinances

and regulations.

4.4 Secure and pay for ag necessary licenses, authorizations and permits necessary to complete

ths work described in this Agreemsnt

4.5 Authorize Ground Crew to operate heavy equipment and trucks throughout ths work area.

4.8 Provide convenient access for the entry of heavy equipment snd trucks into the work area.

4.7 Unless otherwise provided, erect, maintain and upon completion remove any sheeting,

shoring, bracing or other support structures or devices necessary to support or maintain the

stabiTlty of structures that are designated to remain. The determination of the necessity of such

structures or devices shall be the Customer's exc!usive responsibility.

4.8 Perform ag pumping andlor water removal necessary to complete the proposed work.

4.9 Perform ag layout work necessary to complete ths proposed work, Pmvide lines, grades and

locations necessary to complete the proposed work.

4.10 Unless otherwise provided herein, erect, maintain and later remove ag barricades, traffic

control devices, hand railings, toe boards, safety devices, safety measures and security

measures necessary for the protection of ag persons and property.

Page 64: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

Omens Cmw Exeevetlon and Oemeauen2616 W. Ven Bnren

.Behnnod, IL60104Phone (630) 426-1700FAX (706) 401-1701

4.11 Unless othsrwiss provided herein, erect snd maintain all safety measures, equipment, material

and devices necessary to assure the safety of the work ares prior to, during, and upon thecompletion of the work.

4.12 Install all tree protection around existing trees prior to Gmund Crew amving on site.

413 C t h lit z l~lhlep nt und I zth nn I h.

4.14 Customer shall be responsible for providing street sweeping during the course of ths removal

work.

5. Contract Conditions and Limitations:

Ths Customer and Ground Crew agree that:

5.1 Ground Crew shall occupy their entire work area exclusively upon the commencement ofGround Crew's work. Ground Crew shall not be responsible for the safety of any person who

enters the work area unless such person has been spe:ilically authorized by Ground Crew to

enter the work area.

5.2 Ths Customer warrants that there are no hazardous or toxic substances located within thework area.

5.3 Customer shall at all Nmes be exclusively responsible for damage to or loss of any property,

which is not owned by Ground Crew. Customer shall be exclusively responsible for damage to

or loss of any salvage that is to become the property of Ground Crew until ths commencement

of work. After the commencement of work, Ground Crew shall bs exclusively responsible for

any damage to or loss of tools, equipment, salvage or property, which is owned by Ground

Crew.

5.4 Ground Crew will schedule work Monday through Friday between the hours of 7:00a.m. and

5:00p.m. on a single shiit basis, 8-10 hours per day, 5 days each week, and on Saturdays asdeemed necessary by Ground Crew.

5.5 Customer will identify the utility lines, pipes, wires, cables or other structures that are located

within the excavation or demolition area that are designated to remain. The location and extent

of each of these improvements will be accurately determined and clearly marked by the

Customer prior to the commencement of work under this Agreement. Ground Crew will

perform all work in s careful manner so as to preserve each structure designated. Ground

Crew shall not be responsible for damage to or destruction of any structure located in or near

the work area, which is not designated, accurately located snd clearly marked.

5.8 Ground Crew's proposal includes the cost for one (1)mobilization to the site to perform the

excavagon work,

5.7 Unless otherwise provided herein, Ground Crews bid does not Include construction fence or

erosion control.

5.8 Unless otherwise provided herein, Ground Crews bid does not include the cost of any over

excavation dus to poor or wet soil condNions.

-3-

Page 65: I~opendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4 … · The Contractor shall excavate to a depth where ths breach can be identified and repair can be performed. This

around Crew axeuvutlen uud nemeatren2616 W. Von Bun:nBellwood, IL 60104Phone (630)426-1700FAX (706) 401-1701

5.9 Unless otherwise provided herein, Ground Crews bid does not Include any street or parkway

restoration

5.10 Ground Crew's proposal does not include dewatering of any kind.

5.11 Ground Crew's proposal does not include the cost for a performance and payment bond.

6. Payment:

6.1 Ground Crew will perform the work described in this agreement for and in consideration ofreceiving from Customer rights, title, and interest to all salvage and payment in the total

amount of:

8.1.1 ABT division 9 Cost:

6.1.2 New Cermak Cost:

$3,800.00

$9,880.00

6.2 Payment for all work completed in any calendar month shall be made to Ground Crew prior to

the 30th day of the following calendar month without exception or retention whether or not

Customer has received payment from any other party.

Acceptance:

This Agreement shall remain an offer for acceptance by Customer for a period of thirty days and such

offer shall be terminated thereat'ter.

The undersigned principals warrant that they are the owners or duly authorized agents thereof and

that pursuant thereto they have the authority to contract as herein provided,

PROPOSED:

Ground Crew Excavation @ Demolition

ACCEPTED:

Old Veteran Construction

Name Name

Title

Date