36
Page 1 of 1 CCG (PLI Pr t d Requisitions Aeport Aenort Date: 02-HOV-2MY 12:54 Report Patamete s CCG (I'L) Aequisitzon Nuahe F o : 10000031320 To : 10000031320 Printed Acquisitions Report Aeport Date: Page. 02 NOV-2017 12754 2 of 2 Requisition: 10000031320 Requlsztzon Type: Purchase Requisztion Creatio n D te: 02-NOV-17 0 scription; HpGz 22413 porensic Medicine Tos cology 4 A topsy Modernization No te To Appro ve Hotes: Pr p r r: LLOYD, SEAHEAN H Approver: MMJMING, EARL Currency: DSD - Phase I A topsy Line Ltne Type Item Aev Category Description Snit quantity/Amount unit Price Line Amount Aequester Need By Date Source urgent Type Source I Goods LLOYD, SEAHEJDI M 72120000 JOC No k 0 der DOLL 5 ppll r 6046357.00 10000031320- 0.01 0.01 Diatrihutlonsl .01 Allocated To Account: 11569.1031.17425.560105.00000.00000 3 stification: Note To Appro er: IJotes: Tot 1: 0.01 Provisos Approvals: Seq ence Date Appro Action Note I 02-NOV-17 LLOYD, BRAHMAN H Suh I.t Thar J.s a replacsme t eq sition. Drigznal as app o d h t ancelled oer the PD. Must re-zasue. Approval Action (Circle One(: Approve For ard Re3ect Fo d Tc: Note: Signature; http: //ccgprod.ccounty.corn/OA COI/FNDWRR.exe?temp id=3048473394 11/2/2017

Page of t Aenort Report Patamete Aequisitzon Report Aeportopendocs.cookcountyil.gov/procurement/contracts/1555-14475-GC4... · Report Patamete s CCG (I'L) ... The existing toxicology

Embed Size (px)

Citation preview

Page 1 of 1

CCG (PLI Pr t d Requisitions Aeport Aenort Date: 02-HOV-2MY 12:54

Report Patamete s

CCG (I'L)

Aequisitzon Nuahe F o : 10000031320To : 10000031320

Printed Acquisitions Report Aeport Date:Page.

02 NOV-2017 127542 of 2

Requisition: 10000031320Requlsztzon Type: Purchase Requisztion

Creatio n D te: 02-NOV-170 scription; HpGz 22413 porensic Medicine Tos cology 4 A topsy Modernization

No te To Appro veHotes:

Pr p r r: LLOYD, SEAHEAN H

Approver: MMJMING, EARL

Currency: DSD- Phase I A topsy

Line Ltne Type Item Aev Category Description Snit quantity/Amount unit Price Line Amount

AequesterNeed ByDate

Sourceurgent Type Source

I GoodsLLOYD, SEAHEJDI M

72120000 JOC No k 0 der DOLL

5 ppll r 6046357.0010000031320-

0.01 0.01

Diatrihutlonsl .01 Allocated To Account: 11569.1031.17425.560105.00000.00000

3 stification:Note To Appro er:

IJotes:

Tot 1: 0.01

Provisos Approvals:

Seq ence Date Appro Action Note

I 02-NOV-17 LLOYD, BRAHMAN H Suh I.t Thar J.s a replacsme t eq sition. Drigznal as app o d h t ancelled oerthe PD. Must re-zasue.

Approval Action (Circle One(:

Approve For ard Re3ect

Fo d Tc:

Note:

Signature;

http: //ccgprod.ccounty.corn/OA COI/FNDWRR.exe?temp id=3048473394 11/2/2017

c kc vDepartment of Planning 8 Policy

69 W Washington

Chicago, IL 60602Date109/05/2017

To: Cook County, Purchasing

118N. Clark Rm. 1018Chicago, illinois 60602

Work Order Number: 046357.00

From: Cook County Department of Capital Planning & Policy

69 W Washington, Floor 30Chicaqo, IL 60602

Location: 2121 W Harrison StChicago, IL 60612

Contract ¹: 1555-14475-GC4

Contractor: Old Veteran Construction

Work Order Title: Forensic Medicine Toxicology & Autopsy Modernization-Phase I-Autopsy

-. „,(Ijdit)CD',Df 'Pygjie'8'&I'!Aydeecjtifabuceiiid'Pj~j';- a

If Revised: H Date:

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

Work Order Amount; $315,270.00

Licensing Fee for The Gordian Group

(5.00%of Construction)

Total Amount

MWBE Participation:

Funding Source(s)

Liquidated Damages:

$15,763.50

$331,033.50

$36,386.00

Forensic Medicine Toxicology & Autopsy Modernization

Liquidated Damages will not apply

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

IThe CCOCPP JOC Coordinator

am, Project Director

Department ofPolicy

VEarl Manning, Director

Cook County Department ofCapital Planning & Policy

Date

0(/f /i4j Date

lo - ll- ) 3Date

Eric Davis, Deputy Director

Cook County Department of

Planning and Policy

Ann Kalayil, Bureau Chief

(Signature required for Projects Over $1 million)

Approved By:

Shannon E. Andrews, CPOOffice of Chief Procurement Officer

Date

Date

Date

Notice of Proposal Acceptance Page 1 of 1

g/5/2012

Cook County

Department of Planning & Policy

69 W Washington

Chicago, IL 60602

Job Order Number: 046357.00

Job Order Name: Forensic Medicine Toxicology & Autopsy Modernization-Phase I-Autopsy

Job Order Location: 2121 W Harrison St,Chicago,(L 60612

Approved Proposal: 3315,270.00

Contractor: Old Veteran Construction

Construction Duration: 4 Weeks

Notice of Proposal Acceptance (NOPA)ElCook County Board Approve Documentation If Applicable

County Justification/Estimate (Provided by PM)

2 Contractor Evaluation ~ Project Development

g Contractor's Job Order Proposal Package (see setow)

Detailed Scope of Work with Project Duration (Signed by Contractor)

Drawings (If applicable)

Project Picture(s) Documenting Existing Conditions

El Detailed Construction Schedule (If Applicable)

2 Approved Price Proposal Summary & Detail (Signed by Contractor)

Rl M/WBE Subcontractor Estimate, Disclosure of Retained Parties (Signed by Contractor)

E Utilization Plan (signed by Contractor)

Rl For Each M/W/0/SBE Subcontractor:Letter of intent (signed by Subcontractor)/Current

Certification Letter2 Identification of Sub-contractor/Sub-Consultant Form(ISF Form)

COUPE Signatory Form & Backup

Non Pre-Priced/Reimbursable Back Up (If Applicable)

Special Insurance (If Applicable}

2 ls Project Within Bond Capacity .YIN

Reviewed by Gordian AIN/SANE ~~P=z~(. ~»K—

Purchase Order Package Checklist Page 1 ot 1

g/9/20(r

DEPARTMENT OF CAPITAL PLANNING AND POUCY

EARL MANNING

DIRECTOR

69 W. WASHINGTON, SUITE 3000 o CHICAGO, ILLINOIS 60602 o (312}603-0331

TONI PRECKI/I/INKLE DATE: September 6, 2017PRESIDENT

Cook County Board

of CommissionarsTO: Shannon E. Andrews, Chief Procurement Officer

Office of the Chief Procurement Officer

RICHARD R. BOYKIN

1st Distdict

DENNIS DEER

2nd District

JERRY BUTLER

3rd District

STANLEY MOORE

4th District

DEBORAH SIMS

5th District

FROM: Warrick Graham, Sr., AIA

Project Director/Department of Capital Planning 8 Policy

SUBJECT: Forensic Medicine Toxicology 8 Autopsy Modernization Project/Phase-I

Work Order Number —046357.00

Robert J. Stein Institute of Forensic Medicine, located at 2121 West Harrison Street in Chicago, illinois.

The existing toxicology and autopsy laboratory is original to the building and is approximately 35-years

old. The eight (8) existing work stations in the laboratory are made up of sinks, water supply lines and

drainage lines all of which has lasted past their life cycle collectively and are corroding requiring

constant repairs. This affects the clinical process of the staff performing their daily task as well asincreasing the amount of time to finish the task.

EDWARD M. MOODY

6th District

JESUS G. GARCIA

7th District

LUIS ARROYO, Jr.

6th District

PETER N. SILVESTRI

9th District

The cost proposal as presented has been reviewed by The Gordian Group (the JOC coordinator)

and me. All other line items in this proposal are fixed prices and/or direct purchased prices under

the JOC program; the quantities have been reviewed & verified by the Gordian Group for the pre-

established pricing; the final collective package for pricing of Three Hundred Fiffeen Thousand, Two

Seventy Dollars and no cents ($315,270.00) is found to be fair and reasonable.

If you have any questions regarding this issue, you may contact me at 312/603-0311 and/or email:

warrick.araham(Icookcountvil.aov.

BRIDGET GAINER

10th District

JOHN P. DALEY

11th District

JOHN A FRITCHEY

12th District

LARRY SUFFREDIN

13th District

GREGG GOSUN

14th District

llMOTHY O. SCHNFJDER

15th District

~arrick Grahdm, Sr., AIA

Project Director

CC: E Manning

E. Davis

3 Liard

O, Ronnan, TGGM Jadd, TGGJ Washington, FSG/O

JEFFREY R. TOBOLSKI

16th District

SEAN M. MORRISON

17th District

$ Fiscal Responsibility f Innovative Leadership fit Transparency 8L Accountability L) Improved services

Cook County

Department of Planning 8 Policy

69 W Washington

Chicago, IL 60602

Job Order Number. 046357.00

Job Order Name: Forensic Medicine Toxicology & AutopsyModernization-Phase I-Autopsy

Construction Amount: $315,270.00

Contractor: Old Veteran Construction

Construction Start Date: 10/23/2017

Construction Completion Date: 11/18/2017

Contractor Evaluation - Project Development

Rate the Contractor's availability to visit the Project Site with the Owner 1 2 @ 4 5

Yes or No, did the Contractor submit the first Pdice Proposal on time? Ao3 Rate the quality of the first Price Proposal gl 4 5 @4 Rate the quality timeliness of subsequent Price Proposals 2 gf 4 5

5 Enter the number of Price Proposals submitted for this Project 1 2 [g 4 5

6 Rate the quality/timeliness of the Contractors Final Package 1 2 gg- 4 5

7 Rate the Contractor's overall performance during the Project 1 Q2 [g 4 5 @Development phase

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

Comments:

Project Director:

Contractor Evaluation —Project Development Page t of t9/9/20 t 7

A JOINT VENTURE

September 5, 2017

Warrick Graham, Sr., AIA

Project DirectorOffice of Capital Planning gt Policy

69 W. Washington, Suite 3000Chicago, Illinois 60602(312) 603-0311

RE: Forensic Medicine Toxicology gt Autopsy Modernization-Phase I-Autopsy

Job Order Number —046357.00

Mr. Graham,

The Forensic Medicine Autopsy sinks and workstations should be replaced. The equipment is thirty years old, rusting, and

requires frequent repairs. The cost proposal for the above-mentioned project, which includes demolishing - 8 sinks and

workstations and the existing ceiling grid; Installing -8 new sinks and workstations with garbage disposals (per CSI/JEWETT

ffSP19110-30description) and 2x4 ceiling grid with new lighting ( 4 lights over each table —replace 2x4lights with LED), has

been reviewed and recommended for the amount of 5331,033.50.

Sincerely,

P~wAMartina O'Neal, PMP

Project ManagerCook County Offices

69 W. Washington, Ste. 3000Chicago, illinois 60602cell: 312-342-4992nfone~al <cnn~~rehensi veer.corn

I Atl I lf ul 8 CICIUI n;Ill BANE A JOIN I VI Nrltl'ilt COOK COIJNTY Oft Ii fs 59 Wl 5; wAKIIINGTON 5lttf f. Jtttxt, CIIICA(IO, tt !~os02

Cook County

Department of Planning & Policy

69 W Washington

Chicago, IL 60602

Cook County Department of Capital Planning 8 Policy

Work Order Number. 046357.00

Contractor: Old Veteran Construction

Date: 14 August 2017

Job Order Contract

Work Order Title: Forensic Medicine Toxicology & Autopsy Modernization-Phase I-Autopsy

r',-',:„,'~%i~~M

Project Scope Status: 0 Prelirninery P Revised (jan Final

07/14/2C17

Fallow/ng is the scope af work for the abave Project Number. All requirements necessary lo accomplish the work lssks set forth below chelf be

cansldered perl of this seeps of work.

Autopsy Demolish: - 8 sinks and stations - Ceiling grid - lighting Install: - 8 new sinks w/garbage disposals and stations (per

CSI/JEWETT SSP1911030) - 2x4 Ceiling Grid Add new lighting - 4 lights over each table - Replace 2x4 lights with LED

Brief Scope of Work:

Autopsy modernization

Specific Submittals Required:

Sketches and Drawings:

Material Submittals:

Scheduling Requirements;

Price Proposal Due Date: 04/25/2017

Estimated Construction Start: 10/23/17

Estimated Construction Completion: 02/06/18

Special Conditions:

Special Instructions:

Comments:

Liquidated Damages will not apply

oject Dur lo d 14 Weeks

Date:

onlrsclor 4 ansi Scope of stork

Detailed scope of work Psge1 of1S/1 4/201 7

))g$ ~)I.

llllf ill

oi

X

EB

O"J

z~3

E

8

i I

(I(I

~ Ir~

I, I,'I

III

II

4llll

4

~ Vl> ir~ip lIll I ~~ ~,@g g

~ aww II % P w

(,$ ,'

egg

+ ~NWNN~" e ~WWN

fj '

Uii peril

mN

~INN

~,l ~l)

4PiillNNN

Nl

fr

r

q~'jar'., r;,,

I, 4

+ e';—:=iNNi IWNIII%I ~+I I ~+"~81"~~

IY A~'~~

Kj4;;!!

f(B)3

V$ f 8 8 888838KBVBR3'8.'kfi83'

i

8'8 833 2

88888888888 8 8 8 8 8888

k'

Job Order ContractAPPROVED - Price Proposal SMmmary - CSI

Date:

Contract Number:

Job Order Number.

Job Order Tede:

Contractor:

Proposal Value:

Proposal Name:

September 05, 2017

1555-14475-GC4

046357.00Forensic Medicine Toxicology 5 Autopsy Modernizafion-Phase I-Autopsy

Old Veteran Construction

$315,270.00Forensic Medicine Toxicology s Autopsy Mod emirshoo

01 - General Requirements:

09 - Finishes:

11 ~ Equipment:

23 - Heating. Ventilating, And Air-Conditioning iHVAC):

26 - Electrical:

Proposal Total

This propossf lotsl represents ihs rowsfs toisl for the proposal. Any discrepancy between fine totals,

sub-toisfs snd the proposal total is due to rounding of ths line totals snd sub.totals

$30,508.22

$19,542.24

$232,356.00

$2,741.66

$30,121.96

$315,270.00

73.70%

Jo Tsdat, Project Manager Date

Pncs Proposal Summary - CSI Psgs f of 1

9/sftof 7

Job Order ContractAPPROYED - Price Proposal Detail - CSI

Date: September 05, 2017

Contract Number: 1555-14475-GC4

Job Order Number; 046357.00

Job Order Title: Forensic Medicine Toxicology & Autopsy Modernization-phase I-Autopsy

Contractor: Old Veteran Construction

Proposal Value: $315,270.00

Proposal Name: Forensic Medicine Toxicology 5 Autopsy Modernization

Adjustment Factoris) Used: 0.8200-Normal Working Hours, 1.0200-Non-Prepriced

Rec¹ 0SI Number

]01 - General Requirements

I 01 22 20 DDDDID

Mod. UOM Description

Insialtation 4000 x $8359 x 0.8200

HR ElectrrcfanFD/ tasks nolincluded in ths Consi/union Task Catalogs andesdirected by owner only.

Quantity Unit Pnce Factor

Line Total

$2,741.75

Total

$2,741.75

User Note: 40 hours for dispossls/ disconnects in Autopsy 8 sinks I hours disumnccl and 1 hours reconnect I 5

hours fo disconnem the dispossf end I 5 hours 5 hours total to reconnect x 8 sinks tolal. = 40 hours

Category 1: No Category Input

2 01 22 20 DD 0016

Installation 40 00 $76 95 0 8200

HR LeborerFor tasks not included in lhs Construction Task Catalogs and asdirected by owner only.

Quantity Unit Price Factor

$2,523.86

Total

$2,523.06

User Note: Job sile Labors/ lo clean up, moving msteriel, Misc 8 hours per day for 5 days to insure deankness in the

work spaces we where county employees vnff shit need access.

Cstegoiyt; No Category Input

3 01 22 20 00 0024

Insialfetron 64DD x $8449 x 0 8200

HR PlumberFor tasks not indudsdin the Construcuon Teak Csl*logS and ssdirected by owner only.

Quantity Unit P/ics Factor

$4A34.04

Total

$4,434.04

Cstegoryt: No Category

User Note: 2 guys for 8 hours each lime they come. They have to come disconnect 4 s/nks, leave weil its the new sinks

ere inslsiled and reconnect them. Then they do il over again for the second Autopsy room So I have 16

hours each time they come x4 tirps is Ihe 64 hours of plumbsni

Input

4 01 54 23 000013

Category 1.'

01 54

Installation 20.00 x

User Note: 2 smffolds per msn for Grid end life

No Category input

$10.15 0 820D

23 DD 0019 Rolling scaffolding Eremon And Dismantling - Height Up To 2frlncludes both

e/ection and dismanaing of scaffold/ng Used to set-up scaffolding and

dnmanee for return, per mffing scaffold per lob

Quantity Unit Pnce Factor

Instayalion

Usm Nota 4 set ups hvo per room.

Categoryl: No Category Input

4.00 x $ee.et x 0.8200

DAY Rolling scatfoiding 14'o 20'complete with wheeb, Raifirlgs, Etc. 15'lame x7'ong

Sectmn)

Quantity Unit Price Factor

$166 46

Tolal

$166.46

$316.88

Total

$316.88

Price Proposal Detail - CSI Parle I of 69/5/2017

Price Propo.al Ootori ~ CSI Coniinues..

Job Order Number: 046357.00Job order Title: Forensic Medicine Toxicology & Autopsy Modernization-Phass i-Autopsy

Recit CSI Number Iuod.

lot - General Requirements

6 01 56 18 000043

UOM Description

SF II2 Plywood For Temporary Floor Protection

Line Total

$2,991.36

Inste0alion

Quantity

2.400.00

unit Pnce Factor Total

x $1.52 x D.820D $2,991 36

User Note: 20D'ram dook to hslhvsy+ feet@'wide» 800 sf+ two sheets per sink e4sf each 256sf+ 144sf from Ihs

doorways to the sinks = 1200sf X 2 for each mob

Category1: No Category Input

7 01 66 19 000007 CY Handlmg Matensl For over 12M per OY of Material per 125'For deliverY,

demolrlion or mrsce5sneous moving rerluirsd by owner.

Quantity unit Price Factor

insls8ation 4,000.0D x $4.03 x 0.8200

$13,21840

Total

$13,218.40

User Note: 2400 SF of Track and Outing tries. New melenal snd demo qty 9600SF + 56 - 2'x4'ghts+ 200'f condurt10'licks

+ 8 sinks

Category1: No Category Input

8 01 71 13 000002 EA

Instsbstion 800 x $201 32 x 0 820D

Equrpmeni Dehvsry, Pickup, Mobrlrzsticn And Demobilization Using A Rollback

Flatbed Trucklrmludes delivery of equipment, off loading on stle, rigging,

drsmanlirng, loading end trsnsporsng sway. For equipment such es trenchers,

skid-steer loaders (bobcats), industrial warehouse forklifls, sweepers, scissor

platform lrfls, telescoping snd arlrculatrng boom msnldls with up to 40'ownlengths stc

Quantity Unit Piles Factor

$1.320.66

Tatal

$1,320.66

Ussr Noler Sink Delivery from OBM

s Shop. Io ME ogice. Csn only send sinks ready for inslsD due lo phasing I sink psr truck

Categoryf: No Category Input

9 01 74 19 000016

Insie0atron 400 x $523.35 x 0 82DD

30 CY Dumpster (4 Ton) Conslrudron Debra" Indudes dekvery of dumpster.

retrial cost, prchup cost, hauling, snd deposal fee. Non-hazardous material.

Quantity Unit Pnce Factor

$1,716.59

Total

$1,716.59

Ussr Notsr debris removal

Cslegory1I No Category Input

ID 01 95 01 000011 EA Final clean Unit - Efccisncy Une $1,078.12

Installation

Quantity

2.00 x

Unit Pnce

$657.39 x

Factor

0.8200

Total

$1,078.12

Ussr Note: Final Clean up afler insts0 - Each room

Category1: No Category Input

Subtotal for 01 - General Requirements: $39,608.22

11 09 51 13 000019 SF 2'x 4'x 5/8" Mineral Frber Acoustical Cerhng Panels $4,D14.72

Insts0ation

Demolrlion

Quantity

2,40D,DD x240000 x

Unit Price

$1.51 x

$053 x

Fsdor

0.8200

0.82DD

Total

$2,971.68$1,043.IM

Category1: Carpentry

User Nom 2400'or the AuloPsy Rooms Each room is 30 X 40 = 12DDSF X 2.

Prxe Proposal Detail - CSI Pace 2 of 8si5I2D17

P ice Proposal Dctsff - CSi Conti»ues..

Job Order Number: 046357.00Job order Title: Forensic Medicine Toxicology & Autopsy Modernization-Phase I-Autopsy

Recif CSI Number

09 - Finishes

12 09 51 13 000019

Mod, UQM Description

Cr '. SF For Vinyl Faced Panels, Add

Line Total

$2,164.80

Category1:

13 08 51

Category 1:

Quantity Unit Prx:e Factor

Installation 240000 x $1,10 x 0.8200

User Note Clean room Tile - Spedal order to match existing Not standard gmlules due lo Clean sudace

Carpentry

13 00 0019 For Vinyl-Coated Afurnnum Foil Surfaced, Add

Quantity Unit Pncs Factor

Installation 2,400.00 x eb39 x 0.8200

Ussr Note: Clean room Tile - Special order to match existino. Not standard grid tiles due to Cfssn surface.

Carpentry

Total

$2,164.80

$2,735.52

Total

$2,735.52

fr 09 51 13 000019 SF

Inslalfstion

For Ceilings 10'igh, Add

Quantity

2,400 00 x

Unit Price

$0.07 x

Factor

0 8200

$137.76

Total

$137.76

Cstegory1; Carpentry

15 09 53 23 000005 SF 2' 4'Grid, 15/16" T Sar Ceiling Suspension System $6,313.60

Categoryt:

installation

Demolition

User Note: 2400'or the

No Category Input

Quarllih Unit Price

2,400.00 $2 26

2,400.0D x $0.44 x

Autopsy Rooms Each room is 30 X 40 12DDSF X 2

Factor

0 8200

0.8200

Total

$4,447.68

$865.92

16 DO 53 23 000005 0!1 i SF For Chemical Corrosion Resistant, Polyvinyl Chlonde iPVC) Coated, Add $4,920.00

Category1:

f7 09 53

No Category Input

23 00 0005 G is i

Installation

SF

Installation

Quantity

2,400.00 x

For Ceilings >10'sh, Add

Quantity

2,400.0D

Unil Puce

$2 50

Unit Price

$0 13

Factor

0 8200

Factor

0.8200

Total

$4,920.00

$255 84

Total

$255.84

Category1: No Category Input

Subtotal for 09 - Finishes:

l11 - Equipmsnt

18 '110DO 0000'A, Medical Examiners'Sinks

$19,542.24

$232,3$!.00

i*vs 7 rv

Ifisteffatlon

Category1: No Category fnput

Quantriy Unit Pnce

S.OO x $28,475 00 x

Factor

1.0200

Total

$232,356.00

19 23 09 23 000003 HR Ebics sile inspection Qf Exisling Fanatics

Subtotal for 11 - Equipment:

)23 ~ Heating, Ventiiating, And Air-Condigoning (fdVAC)

$232,356.00

I$2,741.56

Categoryti'ua»IllyUnit Price

Inslaifsdon 1600 x $208.96 x

user Notei used for site insaeclion lo evaluate design end devsfoP Plan 2 Meelinos

No Category Input

Factor

0.8200

Total

$2,741.56

Price Proposal Detail - CSI Pane 3 of 6DIGi2017

Price Prof/osal Detail - Csf Continues.,

Job Order Number: 046357.00dob order Tltie: Forensic Medicine Toxicology & Autopsy Modernization-Phase I-Autopsy

Rec¹ CSI Number Mod. UOM Descrlpeon

Subtotal for 23 - Heating, Ventilating, And A(r4:ondit(onfng (HVAC}l

)26 - Electrical

20 26 05 19 130004 EA Splice, 3.Conductor

Line Total

$2,74(.56

32,SI!0.42

Instalfslion

Demolition

Quantify

12D 00120 00

Unit Price

320.69 x3655 x

Factor

0 820D

0.82DD

Total

$2,035.90$644.52

User Note: Used to splice me new llohl fixtures 56 total, and each JB 64 (64 was 4 nxssed qty on Ihe first proposef )

Cstegory1: No Category Input

21 28 05 19 160267 MLF ¹10AWG Cable ~ Type XHHW, 600 Volt Copper. S/nole Solid, Placed In Conduit $920.54

Installation

Demchlmn

Quantify

1001.00

Unil Price

3853.89 x

3268 72 x

Faciol

0 82DO

0.8200

Tolsl

$700.19$220.35

User Mote: 3 wires G,w 8 x 300'f conduit plus whips = IDDD'¹10's chdrled by Electrician, wrrmg item wss used

ollgxlalb)

Category 1: No Category input

22 26 05 29 000081 EA 3/43 One Hole 6teei Condud Strap $74.78

Quantity Unit Pnce

Instellskon 3000 x Ss.os x

User Notel 1 per lo'ofconduil= 300110=71

Categoryl: No Category Input

Fsdor

0 8200

Total

$74.78

23 28 05 29 D00081 0/io For Work In Restricted Wo/krno Space, Add $19.83

Categolyl; No Category input

24 26 05 29 00 0081

cstegoly1: No Category Input

Installation

InsfsDslion

Quanlitr

3000 x

For»5070100, Deduct

Qusnhly

30.00 x

Unit Price

3Ost x

Unli Price

9014 x

Factor

0.8200

Factor

0.8200

Tolsl

$19.93

-$3 44

Total

$.3.44

25 26 05 29 OD0116 EA 3/4" Conduit, Clamp Back Spacer $71 34

Quenbty

Instslfafion 30DD x

Ussr Note; I Per lD'ofcondue 300710 2D

Categoryl: No Category Input

Unit Price

$2 90

Fsclor

0 8200

Total

$71.34

26 26 05 29 00 0116 For Work In Resincled INorkino Space, Add $15.50

Catsgory1: No Category Input

27 28 D5 29 ODD116

Category1: No Category Input

InstaDslion

I lc?

Installation

Quanllh

3000 x

For >50 To I DD, Dmlucl

Quantity

30.00 x

unit Price

30.63

Unit Price

3-D 13 x

Factor

0 8200

Fador

0 820D

Total

$15.50

-$3 20

Tolal

$-3.20

Prim Proposal Dered - CSI Paue4of69/5/2017

Pnci Propo ai fintafi - CSI Continunu..

Job order Number: 046357.00Job order Title: Forensic Medicine Toxicology & Autopsy Modernization-Phase I-Autopsy

Rec¹ CSI Number Mod. UOM Description Line Total

26 - Electrical

28 26 05 29 000128 EA 3/4'onduit Clip

Quantay Unit Price Factor

0.8200fnslallslion 30.00 x

User Note: 1 per 10'of conduit 300'/10=20

Category1: No Category Input

29 26 05 33 13 02D!! EA 3/4" Rigid Galvanized Steel(RGS) Box Connedor With Sel Scrsiv

Total

$82 68

$82.66

$1,669 36

Installation

Cemolillon

Quantity Unit Pnce Factor

118.00 x $13.47 x 0.8200

11S.DD x $4.08 x 0.8200

Total

$1,281.27$388.09

Quantity Unit P/ice Factor

Category1: No Category Input

Installation 116.0D $3.05 x 0.820D

User Nate: 2 per Junotion Box = 58 x2= 11a

Category1: No Category Input

30 26 05 33 13 0209 028 For Work In Restnded Working Space, Add $290 12

Total

$290.12

31 26 05 33 130209 50". For installation Above 14L Add

Quantity Umt Price

Installakon 11600 x $153 x

Cstegoryt; No Category Input

32 26 05 33 130621 LF 3/4" Electrical Metallic Tubins (EMT) Conduit

Factor

0 8200

$145.53

Total

$145.53

$1.480.82

Installation

Demolition

Quantity

300 00 x

300 00 x

Unit Price

$4.48

$1.54

Fador

0 8200

0 8200

Total

$1,102.08$378.84

User Mote: 300LF - 150'er AutoPsy room

Cstsgory1: No Category Input

33 28 DS 33 130821 0078 For Work ln Rest/fund Working Space. Add $285.38

Category1; No Category input

Installation

Quantity

300 00 x

Unit Price

$116Factor

0 8200

Total

$285.36

34 26 05 33 130621 LF For Inslallafion Above 14', Add $142.68

Category1: No Categoty input

Installation

Quanrity

30D.DD

Unit Pncs Factor

x $0.58 0.8200

Total

$142.68

35 26 05 33 130721 EA 3/4 Eleclncal Meta!bc Tubing (EMT) To Flexible Conduit Compression Adapter $1,367.50

installakon

Oemolilion

Quantity

112 0D x112.00 x

Unit Pnce

$1189 x

SS.DD x

Factor

0 820D

D.8200 ~

Total

$1,091.98$275.52

user Note; 2 Psr Light fixture ~ Flexible conduit connections. 58 new kshf fixtures X 2 per liDht = 112Ea.

Categofyt; No Catego/y Input

36 26 05 33 130721

Category1; No Category Input

/f328

Installation

Qvsnblv Unit Price

11200 x $2.26 x

For Work fn Restnclsd Working Space, Add

Factor

0 8200

$209 4D

Total

$209.40

pnce proposal Detail - csl Pace 5 of 89/5/2017

I'rite Proposal Detail - GSI Continuos..

Job Order Number: 046357.00Job order Title: Forensic Medicine Toxicology & Autopsy Modernization-Phase I-Autopsy

Rsc/I Csi number

(26 - Electrical

37 26 05 33 130721

Cstegoryl: No Category Input

Iaod. UQM Description

EA For fnslallaiion Above 14L Add

Quanstv

lnslallaUon 112.00 x

Unit Price

$1.14 x

Factor

O.6200 *

One Total

$104.70

Total

$104.70

38 26 05 33 160D05 EA 3-1/2" Depth, 4"Square Steel Box $2.218.15

Installation

Demolition

Quanbty Unit Price Factor

6200 x $30 98 0.82DD

82.00 x $12.65 x 0.8200

Total

$1,575.02$643 13

User Note: 68 one per fight fixture, plus I per 50 of conduit 300 of conduit 64 Total

Categoryl: Nn Category Input

39 26 05 33 23 0576 EA If55010 Blank Faceplate $242.56

Installation

Dsmolrlfon

Quanbty Unit Pnce Factor

30.09 x $7 55 x 0 820D

30.00 x $2.31 0.8200

Total

$185.73$56.63

InstellsUon

Dsmofltlon

User Note/ 56 in Autocar raamS.

Categoryt: No Category Input

Da og $35845 x

58.00 x $3687 x

0.8200

0.6200

User Note; COVerS fOr JB fOr Puff bOXSS. EVety 20'f Ccnduit Per COde. 3DEA

Cstegory1: No Category Input

40 26 51 13 00 0278 EA 4,100 Lumens, 2' 41 Archatxaural, Lay-In/Troffer LED Future (Ltataluxb

Accord'" 2AC)

Quantity Unit Pnce Factor

$18,107.17

Total

$16,460.02$1,647.15

Subtotal for 26 - Electrical:

Proposal Total

This proposal total represents iha correct total for Ihe proposal. Any discrepancy bebveen line totals,

sub-lolala and me proposal total is due to rounding of the line totats snd sub-totals

$30,t21.06

$315,270.00

The Percent of NPP on this Proposal: 73.70ulo

Price Proposal Detail - CSI Paga6of69/5/2017

Work Order Number: 056357.00Job Order Contract

Contractor: Cook County - Old Veteran

Construction

Work Order Title: Forensic Medicine Toxicology & Autopsy Modernization Date: August 15, 2017

Subcotttractor and IINW/SBE Estimate

Following is the proposed list of minority owned, woman owned and non-minority subcontractors and material suppliers proposed forthe ebon/6 Work Order. This estimate is submitted with our final Work Order Proposal in the amount of $316,066.00.

Contractor

DBM Services inc

JM Polcur

Old 1/stereo Conslrucaon

Trades - S:Subcontractor, M Material SupplierM/WBE'e - M Minn/itin, W. Women; N: Non M/WBE

Duces

Carpentry

Electrical

GC/Csrpenuy

TradeM/W/SBE

Status

N

N

Total 6

6269,660.90

666,366,99

619,940.09

$316,086.00

69.09 9.99%

$36,386.00 11 51%

M/W/SBE 6 % of Pro/ect

60.90 0 99%

$36,366.90 11.51%

Total MBE Subcontractor Participation ScheduledTotal MBE Supplier Participation Scheduled

Total WBE Subcontractor Participation ScheduledTotal WBE Supplier Participation Scheduled

$36,366.00

$0.00

$0.00

$0.00

11.51%0.00%

P PP%

P PP%

$36,386.0011.51%~$0.000.00%

MBE Total

WBE Total

Total SBESubcontractor Participation Scheduled

Total SBE Supplier Participation Scheduled$0,00

$0.000.00% ~ $0,000.00% —I 0.00%

SSE Total

Total M/W/SBE Paracipation Scheduled $36,386.00 11.51%

(Contractor) P ject Manager

Subcontractor and MWSBE Estimate Page 1 of 1

5/15/2017

Cook CountyOffice of Planning & Policy69 W Washington

Chicago, IL 60602Date: August 15, 2017

8ub-Order Total: 8318,088.00

v8w

A gefinitions and Disuosure Raouiremenls

As used herein, Ihe lerm "contractor'eans a person or entrly who has any contract lease with the county of cook.

Pwsant to Executive Order 97-1,every chy contract snd ikmse mustee accompanied by a disclosure statement Providing certain information end eilomeys. Iobbyisls,accountants, consultants. subcmltredors,and other persons

The Conlradar is not required to drscfose employees who are paid solely through ihe Contractor's rag ufar payroll

4 "Lobbyist" means any person (a) who for compensation or on behalf of any person other Ihan lgmself undertakes to inlmence any legislative or admirustralion scion, or (b)any pan or whose duties as an employee of another incfudes undertaking lo rnguence any legisfalive or administrative aaron

B. Certification

Contractor hereby certifies ss follows;

This Disckwurs relates to the folkw ng transaction

2 proledname OSS357 Co ForensmMsdcine Toxicolcgy S Aulopsy Modemizatmn

3 Name ol Contractor. Cook County - Old veteran Construchon

EACH AND EVERY attorney. lobbyist. accountant consultant. subcontractor, or other person retained or anlidpated to be retained by Ihe Contractor with respect ioor in connedmn with Ihe conlrad or lease is lrsled below(attach eddil iona I p age I if necessary)r

Name

BUSINESS

ADDRESS

MBE

yyBE

or Non

ReiationShlp

(attorney,lobbyls4subcontractor,etc.)

FEE(indicate

whether paid

or estlmatedl

JM Palcur

DBM Services Inc

Old Veteran Construcgon

CHECK HERE IF NO SUCH PERSONS HAVE BEEN RETAINED OR ARE ANTICIPATED TO BE RETAINED

MBE

Non

Non

Subcontractor

Subcontractor

Subcontractor

$36,336.00 ESL

$260,660.00 Est.

$19,04000 Est.

4. The Contractor Understands end egress Ihsl the city may rely onlhe infomlslion provided herein end that providrng any false incomplete or maccurence informationshell constants default undw the contract end mey result In termination cf the conlrsd or lease

The Contractor understands end egress that in any case in whwh Ihe contractor n uncerlam whether a duclos urs is required under the Execume order, the coniraclormust eilhw ask ihe oty whether dizckwure n required or make Ihe disclosure.

Under Ihe Pen res ofpequry, I earthy Ihst I em aulhorized tc execute Ihw Disclosure on behalf of Ihe Contractor that the infwmalmn disclosed herein is Irue andcomplete, e at no relevant irlforma lion hes been withheld

'|)-11()-11Stgnsylre Dafe

4)t)14~ 1)Mn.HName (Type or Print)

Subscribed and sworn to before me

this 11894- dayof 4'01&one

Notary Pug Signature

Title

Oimgosure Statement Page I of I

6/I 5/201 7

Contract S 1555-14475-GC4

IISBE/WBE UTILIZATION PLAN ~ FORM1»n or«r «: o45»7 aa

BIDDER/PROPOSER HEREBY STATES that all MBE/WBE firms included in this Plan are cerliTied MBEs/WBEs by at least one af the entities listed in the General

Conditions —Secfion tg.

BIDDER/PROPOSER MBBWBE STATUS: (check the appropriate line)

Bidder/Proposer is a certified MBE or WBE firm. (If so, attach copy of current Letter of Certification)

Bidder/Proposer is a Joint Venture and one or more Joint Venture partners are certified MBEs or WBEs. (If so, attach copies of Letter(s) of

Certification, a copy of Joint Venture Agreement clearly describing the role of Ihe MBBWBE firm(s) and its ownership interest in the Joint

Venture and a completed Joint Venture Aifidavit —available online at www.cookcountvil.aov/contraclcomaliance)

Bidder/Proposer is not a certified MBE or WBE firm, nor a Joint Venture with MBBWBE partners, but will utilize MBE and WBE firms either

directly or indirectly in the performance of ihe Contract. (If so, complete Sections II below and the Letter(s) of Intent - Form 2).

Direct Participation of MBE/WBE Firms Indirect Participation af MBE/WBE Firms

NOTE: Where goals have not been achieved through direct participation, Bidder/Proposer shall include documentation outlining efforts toachieve Direct Participation at the time of Bid/Proposal submission. Indirect Participation will only be considered after ag efforts toachieve Direct Participation have been exhausted. Only after written documentation of Good Faith Efforts is received will Indirect

Participation be considered.

Phone708 450 1 156

MBEs/WBEs that will perform as subcontractors/suppliers/consultants include the following:

MBE/WBE FirmJM POICUrr, If)C.

Aod w3024 S. 25th Street, E)roadview, IL 60155

[email protected]

Contact Person

Dollar Amount Participation: $

11 51tvPercent Amount of Participation:

'Letter of Intent attached? Yes No

"Current Letter of Certification attached? Yes No

MBE/WBE Firm:

Address.'-mail:

Contact Person:

Dollar Amount Participation: $

Percent Amount of Participation:

Phone:

*Letter of Intent attached? Yes*Current Letter of CertTiication attached? Yes

No

No

Attach additional sheets as needed.

*Letter(s} of Intent and current Letters of Certification must be submitted at the time of bid.

Crrivtractor

M/WBE Utilization Plan - Form 1 Revised: 01/29/2014

MBE/WBE LETTER OF

M/IfBE F' JM Polcurr, inc

Contact person. JOhn MarqueZ

Addm„. 3024 S. 25th Street

city/state. Broadview, ILzip

60155

, 708-450-1156

j oh n@jm pole u rr.

corn

Participation: g Direct Indirect

INTENT-FORM2

Dept of Procofemeoi Services City of ChicagoCertifying Agency:

Certification Expiration Date:

EthnicityHiSPaniC

1555-14475-GC4 / 046357.00Bid/Proposal/Contract ¹:

FEIN ¹ 36-4002266

Will the M/WBE firm be subcontracting any of the goods or services of this contract to another firm?

s/y No Yes - Please attach explanation. Proposed Subcontractor(s):

The undersigned M/WBE is prepared to provide the following Commodities/Services for the above named Project/ Contract: fr/

more spaceis needed lc fully describe M/yyBE Fiah'3 proposed scope o/wort and/or paymanl schedule, affach addilional abasia/

Electrical work

Indicate the Dollar Amount, Percentaae, and the Terms of Pavment for the above-described Commodities/ Services:$36,366.001 11.61%/ N30

THE UNDERSIGNED PARTIES AGREE that this Letter of Intent will become a binding Subcontract Agreement for the above

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

Subcontractor remaining compliant with all relevant credentials, codes, ordinances and statutes required by Contractor, Cook

County, and the State to participate as a MBEAh/BE firm for the above work. The Undersigned Parties do also certify that they

did not

affix

their�signatures

to

thi docume il'all areas under Descriptigo of Service/Supply agd.pee/Cost were completed.

Signature M/BE) +Skjn ure (Prime BiddedProposar)

i 'r I (,f 3 I I I'( 'H L((.-LPrint Name Print Name

3;:-t I?-'L(,L((f'irm

Name

IRlI<r i 7Date

Subscribed and sworn before meh

this~vol ffeyof tltf ~ ~33' 120l

MlrI L)O4e/t.T (~Mid'khAFirm Name

?,l.inDate

Subscribed and sworn before me

this K day of . IIII LAIL tNf,20'.Notary Public C X 635 J~K)(./3

M/WBE Letter of Intent - Form 2 Revised: 1/29/14

I) sPAATMRN'('r Pl(vcvsl:Mssv 5ssvicesAUG -S 2QI4

(H'('Y O I" i',t( I ((A(i 0

John MarquezJM Polcurr, inc.10127W. Roosevelt RdWestchester, IL 60154

Dear John Marquez:

We are pleased to inform you that JM Polcurr, Inc. has been recertified as a Minority-Owned Business Enterprise t"MBE") by the City of Chicago ("City"), This MBEcertification is valid until 8/1/2019; however your firm's certification must be revalidatedannually. In the past the City has provided you with an annual letter confirming yourcertification; such letters will no longer be issued. As e consequence, we require you to beeven more diligent in filing your annual No-Change Af8davlt 60 days before your annualanniversary date.

It is now your responsibility to check the City's certification directory and verify yourcertification status, As a condition of continued certification during the five year periodstated above, you must file an annual No-Change Afgdavit. Your firm's annual No-Change Afgdavit is due by 8/1/2015,~~ 8/1/2017, and 8/1/2018. Pleaseremember, you have an affirmative duty to file your No-Change Affidavit 60 days prior tothe date of expiration. Failure to file your annual No-Change Affidavit may result in thesuspension or rescission of your certification,

Your firm's five year certification will expire on 8/1/2019. You have an affirmative duty tofile for recertiTication 60 days prior to the date of the five year anniversary date. Therefore,you must file for recertiTication by 6/1/2019.

It is important to note that you also have an ongoing affirmative duty to notify the City of anychanges in ownership or control of your firm, or any other fact effecting your firm's eligibility

for certification within 10 days of such change. These changes may include but are notlimited to a change of address, change of business structure, change in ownership orownership structure, change of business operations, gross receipts and or personal networth that exceed the program threshold. Failure to provide the City with timely notice ofsuch changes may result in 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

Code of Chicago.

lei NORTH LASALLE Zl'BEET, ROOM 806, OHICAOO (LL(NOIS 60602

JM Polcurr, Inc. Page 2 of 2

Please note —you shall be deemed to have had your certification lapse and will beineligible to participate as a MBE 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;~ Notify the City of any changes affecting your firm's certification within 10 days of

such change; orFile your recertification within the required time period.

Please be reminded of your contractual obligation to cooperate with the City with respect toany reviews, audits or investigation of its contracts and affirmative action programs. Westrongly encourage you to assist us In maintaining the integrity of our programs by reportinginstances or suspicions of fraud or abuse to the City's Inspector General atchicagoinspectorgeneral.org, or 866-IG-TIPLINE (866-448<754).

Be advised that if you or your firm is found to be involved in certification, bidding and/orcontractual fraud or abuse, the City will pursue decertification and debarment. In additionto any other penalty imposed by law, any person who knowingly obtains, or knowinglyassists another in obtaining a contract with the City by falsely representing the individual orentify, or the individual or entity assisted is guilty of a misdemeanor, punishable byincarceration in the county jail for a period not to exceed six months, or a fine of not lessthan $5,000 and not more than $10,000 or both.

Your firm's name wiil be listed in the City's Directory of Minority and Women-OwnedBusiness Enterprises in the specialty area(s) of;

NAICS Code(e}:288210 - Electrical Contractors

Your firm's participation on City contracts will be credited only toward Minority-OwnedBusiness Enterprise goats in your area(s) specialty. While your participation on Citycontracts is not limited to your area of specialty, credit toward goals will be given only forwork that is self-performed and providing a commercially useful function that is done in theapproved specialty category.

Thank you for your interest in the City's Minority and Women-Owned Business Enterprise(MBE/WBE) Program.

Sincerely,

Officer

Co u t¹ 1555-14475-GU4

Jab Order 8: 046357.00

OCPO ONLY

Cook County Disaualificatian

Office of the Chief Procurement Officer LI Onset r.'amaisis

Identification of Subcontractor/Supplier/Subconaultant Form

The Bidder/Proposer/Respondent ("the Contractor") will fully complete and execute and submit an Identification ofSubcontractor/Supplier/Subconsultant Form ("ISF")with each Bid, Request for Proposal, and Request forQualification. The Contractor must complete the ISF for each Subcontractor, Supplier or Subconsultsnt whichshall be used on the Contract. In the event that there are any changes in the utilization of Subcontractors,Suppliers or Subconsultants, the Contractor must file an updated ISF.

Bid/RFP/RFQ Nor046357.00

5316,086.00Total Bid or Proposal Amount:

Contractor Old Veteran Construction, Inc.

AuthOriZed Cantaot John Tlsdsfifor Contractor:

Email Address [email protected](Contractor):

Date:

Contract Title:

Subcontractor/Supplier/Subconsultant to bs DBM services Inaadded or substitute;Authorized Contact forSubcontractor/Supplier/ Nick Kavaur isSubcansultant:Email Address aickedbmservieesiaa. corn

(Subcontractor):

Company Address 10942 S. Heisted Street(Contractor):

City, State and Chicago, IL 60626Zip (Contractor):Telephone and T917794269990 Fax 123821-9911Fax (Contractor):Esgmated Start andCompletion Dates 10/23/17 - 2/6/18(Contractor):

Company Address9850 N 190th Street Unit A

City, State and Zip Makeas, IL 60448(9 x~Telephone and Fax 708 995 1473(Subcontractor):Esbmated Start andCompletion Dates(Subcontractor):

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

carpentry

Descriotion of Services or SuooliesTotal Price of

Subcontract forServices or Suoollas

6260,660.00

The subcontract documents will incorporate all requirements of the Contract awarded to the Contractor as applicable.The subcontract will in no way hinder the Subcontractor/Supplier/Subconsultant from maintaining its progress on anyother contract on which it is either a Subcontractor/Supplier/Subconsultant or principal contractor. This disclosure ismade with ths understanding that the Contractor is not under any circumstances relieved of its abilities andobligations, and is responsible for the organization, performance, and quality of work. This form doss not approveany proposed changes, revisions or modifications to the contract approved IIIIBE/WBE Utilizatlon Plan. Anychanges to the contract's approved NIBE/WBEIUtilization Plan must be submitted to the Office of theContract Compliance.

Old Veteran Construction, Inc.

Contractor

John Tisdalf

Name

Vice President <~Title

Prime Congtt'('Jr(r Signature

8/15/17

Date

Version 1.0

la. 1555-14475-GC4

Job Order ¹: 046357.00

OCPO ONLVr

Cook County Dioaus¹¹oaaan

Office of the Chief Procurement Officer L I Check Comolele

Identification of Subcontractor/Supp(ter/Subconeultant Form

The Bidder/Proposer/Respondent ("the Contractor" ) will fully complete and execute and submit an Identification ofSubcontractor/Supplier/Subconsultant Form {"ISF")with each Bid, Request for Proposal, and Request forQualification. The Contractor must complete the ISF for each Subcontractor, Supplier or Subcansultant whichshall be used on the Contract. In the event that there are any changes in the utilization of Subcontractors,Suppliers or Subconsultants, the Contractor must file an updated ISF,

046357.00Sid/RFP/RFQ Nol

Total Bid or Proposal Amount: $316,086.00

Contractor Old Veteran Construction, inc

Authorized Contact John Tisdsllfor Contractor:

Email Address iahn.toovcchicago.corn(Contractor):

Date.

Contract Title: zlectricolSubcontractor/Supplier/Subconsultant tobe OM polcurr, Zncadded or substitute.Authorized Contact forSubcontractor/Supplier/ Bill NowatakiSubconsultantEmailAddress billejmpolcurr.corn(Subcontractor):

Company Address 10942 S. Heisted Streel(Contractor):

City, State and Chicago, IL 00028Zip (Contractor)

'elephOneand roi773076OOOO Forrm+Z600rrFax {Cantractor):Estimated Start andCompletion Dates 10/»/» - 1/6/»(Contractor):

CompanYAddress 3024 S. 25th Street(Subcontractor):

City, State snd ZiP Broadview, ZL 6Pl55(Subcontractor):Telephone and Fax 709 45p zz56(Subcontractor):Estimated Start andCompletian Dates 10/»/17 - 1/6/10(Subcontractor):

Note: Upon request, a copy of afi written subcontractor agreements must be prow'ded to the OCPO.

Electrical

Descriation of Services or SuaalissTotal Price of

Subcontract forServices or Suoaliss

536,386.00

The subcontract documents will incorporate all requirements of the Contract awarded to the Contractor as applicable.The subcontract will in no way hinder the Subcontractor/Supplier/Subconsultant from maintaining ils progress on anyolher contract on which it is either a Subcontractor/Supplier/Subconsultant or principal contractor. This disclosure ismade with the understanding that the Contractor is not under any circumstances relieved ol its abilities andobligalions, and is responsible for the organization, performance, and quality of work. This form does not approveany proposed changes, revisions or modifications to the contract approved fi¹BE/WBE Utillzatlon Plan. Anychanges ta the contract's approved NIBE/WBE/Utilization Plan must be submitted to the Office of thsContract Compfiance.

Old Veteran Construction, Inc.

Contractor

John Tisda¹

Name

Vice President

Title /'/ /Prime ContracjttiSk/nature

8/15/17

Date

Version 1.0

Job Order COntraCt

Noft Pre-Priced Workshsst

Date:

Contract Number.

Job Order Number:

Job Order Title:

Contractor:

September 05, 2017

1555-14475-GC4

046357.00Forensic Medicine Toxicofogy ft Autopsy Modernization-Phase I-Autopsy

Old Veteran Construction

CSI Number UOM DESCRIPTION

11000 0000 EA Medical Examiners Sinks

Factor: 1.0200 Unit Price:

Quantity: 6.00 Line Item Total:

Proposal Total: $315,270.00 % of Job Order Total:

NON PRE-PRICED WORKSHEET

$232,356,00

$232,356.00

73.70%

A.

8)'i5, Smn

Direct Labor Costs (Up through the foreman level and induding fnngs

benefits)

Direct Material Costs (Supported by Quotes)

Direct Equipment Costs (Supponed by equipmeni amonization date)

Subcontractor Costs (Supportedby Quotes)

Allowable Over Head Costs = A x 55%

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

Subcontractor Allowance = D x 10%

Total Cost of Non Prs Priced Task = A+ 8+ C + D + E+ F + G

', 8, C, E snd F only apply to work self-performed by the Contractor.

' end G only apply to work self-performed by ths Subontractor.

Quotes(Asuch quotes from scicd cuppiicrcicubccniiucicic. A Juuiacuiicn Lcsur must be uiiuchcd if s quotes are nci fumichuu.)

I )'ibm 'JcdLO~ 4.W

2. $ 77Lvfr d

Dtrp F

$ XZq, $F

$ Z6tyrm

$ 3567 Seto

Ncc Prcpreed Wcechcui Page 1 of 1

S/si2017

DHM SERVICES I N C.9850 W. 190th Street, Ste. A Mokena, IL 60448 Ph. 708-995-1473 Fax 708-995.1478

TO:

ATTN.: Devin Dowling

PROPOSALOld Veteran Construction Co. DATE:July 26,2017

EMAIL <[email protected]>

JOB: Examiner Sinks

LOCATION: 2121 W Harrison

SCOPE: Sink Replacements (8)

SCOPE OF WORK

Furnsh & delivery 8 sinks —CSI/JEWETT ¹SP19110-30Discription Attached

LUMP SUM COST PER SINK —DELIVERED TO 2121 W. HARRISON

$24,475.00 EACH X 8 UNITS =$195,800.00

CUTTING BOARDS - ¹SR965-101 18"x 24" x '/s" BLUE COLORADD $50.00 PER —8 SINKS, 2 BOARDS PER= 16 X $50.00 = $800,00

ADDITIONAL DSIGN/ ENGINEERING PER MEETING MINUTES OF JULY 18, 2017

EXCLUSIONS AND OUALIFICATIONS

Delivery — 8 to 10 weeks after approval of submittals

DRAWINGS —- due 2 weeks of meeting date July 18, 2017

LABOR for removel and placement $4,000.00 per (8 UNITS X $4,000.00 = $32,000.00)

Nick KavourisDBM Services, Inc.nickfigdbmscrviccsinc.cool708-995-1473

This material is conadential, intended only for the above named departments or persons. Contents may not be copied, disclosed nor distributed to any one for anylhingother than recipients oven purchasing ofthese services from D.B.M.Services inc. Please notify D.B.M.Services inc, at once if you received Ibis in error.

D(tDrive Construction, Inc.

Plumbing Division734g S Ferdinand Avenue

Bridgexdefv, Illinois 60455Phone:(708) 552-5427

MBE Certified

Proposal: i 7153PProposal Submitted To:

OLD VETERAN CONSTRUCTION

REVISED July 6, 2017

Project Information:Forensic Medicine AutopsySinksiWorkstations

Architect:Plans Date:

Thank You For The Invitation To Bid On This ProjectWe hereby propose to complete the following:

~ Remove and replace (8) sinks Model ¹ SR-1S10-30.~ Note: Each sink is $32,750 Installed.

~ Remove and install sink with new waste and waters is $12,500 each.

FOR THE AIIIIOUNT OF:

We propose hereby to complete in accordance with above specifications, for the sum of:

Total:

All material is guaranteed to be as speafied. Afi work lo be completed in a workmanlike manner according to standard practices. Any

alterations or deviakon from above specifications involving extra costs wifi be executed only upon written orders, and witt become an exira

charge over and above the proposal Afi agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire,

tornado and other necessary insurance Our workers are fully covered by Workman's Compensation Insurance. Oumpsters to be provided by

General Contractor If General Contractor hires another company to perform our work without nofiyying us in advance, we will not be

responsible for any back charges. Note. This proposal may be withdrawn by us if not accepted within 30 days

Authorized SignatureUriel Pinedo

ACCEPTANCE OF PROPOSAL

Date:

The above pnces, speafications and conditions are hereby accepted

You are authonzed to do the work as specified Payment will be made as outlined above.

Authorized Signature: Date:

Old Vetejrnrt Cortstrttction, Inc.] 0942 S. Halsted Street- Chicago, iL 60628

0 frice: 773-821-9900Fax: 773-821-9911

Medical Examiners Sink Proposal

This proposal is for the following:

Furnish, Install and Delivery of 8 sinks —CSI/Jewett PSP19110-30$37,500 per sink

Total Price $300,000

I

/ JE~ETT6910 West Ridge Road, Fairview, PA 16415

'j Phone: 814-474-9353 Fax; 814-4?4-5797www.csf-jewett.corn

Quote Number: 19900

Quote Toi

CountyofCookOnice of the Purchasing Agent11$North Clark SiRoom 1018Chicago IL 60602-1375USA

ovmE

Date: 7/25/2017Expires: 9/30/2017

Reference:

Sales Person: Kenihvorth Medical Inc.

Phone.'12-603-5370

1 SR1910-30 Wall Mounted Double Sided Dissecting BSink,

> Sink top - basin, drain boards,backsplash one-piece 14-gauge Type304 welded and polished stainless steel.> Apron - 18-gauge stainless steel fitted toconceal front and both sides.> Dimensions - width 114";depth 28"; andheight 34" to work surlace & 61"to top ofbacks plash> Drawers - Type 304 polished stainlesssteel, single pan front, ball bearing siides,and safety stop> Shelf - 8" deep specimen shelf with

brackets, one piece construction ofwelded 16 gauge Type 304 polishedstainless steel> Cart Latch - securely holds in placemodel SR1520 mobile cart {Can beconfigured for other CSIIJewett ModelCarts)

Plumbing> Hydro-aspirator, water powered vacuumgenerator water service control, coldwater valve, 60" of aspirator hose> Sink Faucet: hot and cold mixing faucetwith wrist blades, swivel gooseneckspout, chrome plated brass.> Table Flushing System: End mountedspray tubes {2),valve control and vacuumbreaker> Polished stainless steel spray hose, coldwater control valve, 8 foot flex hossstainless steel nozzle with hand control

> Receptacle - {2)duplex with ground faultinterrupter, waterproof cover 120/80/1,15wmp> Dissecting trays - 16 gauge Type 304polished stainless steel 1/2" diameter

/ JE~EVV6910West Ridge Rond, Fsirview, PA 16415Phone: 814-474-9353 Fax: 814-474-5797

t-J It. *

Quote Number: 19900

Quote Tot

CountyofCookOffice of the Purchasing Agent118 North Clark StRoom 1018Chicago IL 60602-1375USA

OUOTE

Date: 7/25/2017Expires: 9/30/2017

Reference:

Sales Person: Kenilworth M«dical Inc.

Page: 3

Phone: 312-603-5370

Added Options

perforations on 3"centers

Listed to Ul, Standard 81010

Approximate Shipping weight 735lbs

l //P Disposer2 Additional Electrical receptacles —back splash mountedDual FaucetsScale Sheffwith swing anns increased can notch depth for raised sink lei'sit includes app>npriata >no un>i ng brackets.

I Line Patt Number2 SR985-101

Deecrlctlon RevisionCUTTING BOARD, THERMOPLASTIC, ERO> 1/2" thick> 18"X 24"> blue color

Drewlnn I