PROJECT - Cook County,...

159
PROFESSIONAL SERVICES AGREEMENT CONTRACT NO: 1514-14588 BROADBAND PRO JECT BETWEEN COOK COUNTY GOVERNMENT BUREAU OF TECHNOLOGY MEADE> INC (Based on State Of Illinois Contract No. CIC260280B)

Transcript of PROJECT - Cook County,...

Page 1: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

PROFESSIONAL SERVICES AGREEMENT

CONTRACT NO: 1514-14588

BROADBAND PRO JECT

BETWEEN

COOK COUNTY GOVERNMENTBUREAU OF TECHNOLOGY

MEADE> INC(Based on State Of Illinois Contract No. CIC260280B)

Page 2: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

AGREEMENT

This Agreement is made and entered into by and between the County ofCook, a public bodycorporate of the State of Illinois, hereinafter referred to as "County" and Meade, Inc, doingbusiness as a corpomtion of the State of Illinois hereinafter referred to as "Contractor".

BACKGROUND

Whereas, the County, pursuant to Section 34-140 (the "Reference Contract Ordinance" ) of theCook County Procurement Code, states: "If a governmental agency has awarded a contractthrough a competitive method for the same or similar supplies, equipment, goods or services asthat sought by the County, the Procurement may be made Irom that vendor at a price or rate atleast as favorable as that obtained by that government agency without utilizing a competitiveprocurement method set forth in this Procurement Code;" and

Whereas, the State Of Illinois solicited a formal Request for Proposal process for BroadbandProject, and the Contractor was identified as the qualified and best value provider for theservices; slid

Whereas, the State Of Illinois entered into a contract on July 01, 2011 for the provision ofservices by the Contractor for the County relative to Broadband Project; and

Whereas, the County wishes to leverage the procurement efforts of the State Of Illinois; and

Whereas, this contract made and entered into by and between the County ofCook, a public bodycorporate of the State of Illinois, herein after the "County" and Meade, Inc, herein aller the"Contractor"; and

Whereas, the County, through the Bureau Of Technology, desires certain similar services of theContractor; and

Whereas, County Offices, Departments, and Agencies may utilize this agreement for specificcontracted procurement efforts; and

Whereas, the Contractor agrees to provide to the County Broadband Project, incorporated asExhibit 1, Scope of Services and Price Proposal; and

Whereas, the Contractor warrants that it is ready, willing and able to deliver these services setforth in Exhibit 1, Scope of Services and Price Proposal, all on pricing and payment termsequivalent to or more favorable to the County than those contained in the State Of IllinoisContract No. CIC260280B as set forth in Exhibit 1, Scope of Services and Price Proposal, andincorporated herein by reference; and

Whereas, this Contract shall be effective June 1,2015 thmugh May 31,2017; with one (I) one(1)year renewal option; and

Page 3: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

Whereas, Payment shall be as follows:

In no case shall such charges exceed the amount of$278,462.00. Invoices in triplicate onCounty Invoice Form 29A shall be submitted by the Contractor to the Using Departmentwhen requesting payment. The County shall have the right to examine the books of theContractor for the purpose of auditing the same with reference to all charges made to theCounty.

In the event the Contractor receives payment under the Contract, reimbursement for whichis later disallowed by the County, the Contractor shall promptly refund the disallowed

'mountto the County on request, or at the County's option, the County may credit theamount disallowed Irom the next payment due or to become due to the Contractor underany contract with the County; and

Whereas, the County and the Contractor agree to the Terms and Conditions as stated in the StateOf Illinois contract, hereto incorporated by reference as Exhibit 2, State Of Illinois Contract No.CIC260280B; all as may be applicable to the County; and

Whereas, the County General Conditions are incorporated and attached, and this Contractincorporates and is subject to the provisions attached hereto as General Conditions, and isincorporated herein by this reference; Notwithstanding such incorporation, none ofthe terms setforth in Exhibit 2 which conflict with the express terms ofthis Contract or its General Condiflonsshall be deemed or construed to supersede the terms ofthis Contract or its General Conditions; and

NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained,the sufflciency of which is acknowledged by each of the Parties, the Contractor and the Countyagree and tbe information set forth is incorporated by reference herein.

INCORPORATION OF BACKGROUND INFORMATION

The Background Information set forth above is incorporated and made a part of this Agreementby reference.

INCORPORATION OF EXHIBITSThe following attached Exhibits are made a part of this Agreement:Exhibit I General ConditionsExhibit 2 Scope of Services and Price ProposalExhibit 3 Evidence of InsuranceExhibit 4 Cook County Board of Commissioners AuthorizationExhibit 5 Prevailing Wage for May 2015Exhibit 6 Proposal Execution FormsExhibit 7 Economic Disclosure Statement (Including MBE/WBE participation plan)

LIST OF ATTACHMENTSAttachment 1 State of Illinois Contract No. CIC260280B

Page 4: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

EXHIBIT I

General Conditions

Page 5: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

GENERAL CONDITIONS BID CONTRACTS INDEX

Section

GC-01

GC-02

GC-03

GC-04

GC-05

GC-06

GC-07

GC-08

GC-09

GC-10

GC-11

GC-12

GC-13

GC-14

GC-15

GC-16

GC-17

GC-18

GC-19

GC-20

GC-21

GC-22

GC-23

GC-24

Suhiect

Subcontracting or Assignment of Contract or Contract Funds

Indemnification

Inspection and Responsibility

Payment

Prepaid Fees

TBxes

Price Reduction

Contractor Credits

Disputes

Contract Amendments

Delault

County's Remedies

Contractor's Remedies

Delays

Insurance Requirements

Patents, Copyrights and Licenses

Compliance with Laws

Delivery

~ MBE/WBE Cook County Ordinance

Material Safety Data Sheet

Conduct of the Contractor

Ac@dent Reports

Use ofPremises

General Notice

GC I

GC-1

GC-I

GC-1/2

GC-2

GC-2

GC-2

GC-2

GC-3

GC-3

GC-3/4

GC-4

GC-4

GC-4

GC-4/6

GC-6

GC-7

GC-7

GC-7/11

GC-12

GC-12

GC-12

GC-12

GC-13

Page 6: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

GENERAL CONDITIONS BID CONTRACTS INDEX

Section

GC-25

GC-26

GC-27

GC-28

GC-29

GC-30

GC-31

GC-32

GC-33

GC-34

GC-35

GC-36

GC-37

GC-38

GC-39

Suhiect

Termination for Convenience

Guarantees and Warranties

Standard of Contract Goods

Confidentiality and Ownership ofDocuments

Quantities

Audit; Examination of Records

Governing Law

Cooperation with Inspector General

Waiver

Entire Agreement

Force Majeure

Governmental Joint Purchasing Agreement

Comparable Government Procurement

Federal Clauses

Contract Interpretation

GC-13

GC-13

GC-13

GC-13

GC-14

GC-14

GC-14

GC-14

GC-14

GC-15

GC 15

GC-15

GC-15

GC-

GC-24

Page 7: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

GC-01 SUBCONTRACTING OR ASSIGNMKNT OF CONTRACT OR CONTRACTFUNDS

Once awarded, this Contract shall not be subcontracted or any part thereof assigned withoutthe express written approval of the County Chief Procurement Officer ("Chief ProcurementOfficer" ). In no case, however, shall such approval relieve the Contractor &om his obligationsor change the terms of the Contract. The Contractor shall not transfer or assign any Contractfunds or claims due or to become due without the advance written approval of the ChiefProcurement Otficer. The unauthorized subcontracting or assignment of the Contract, inwhole or in part, or the unauthorized transfer or assignment of any Contract funds, either inwhole or in part, or any interest therein, which shall be due or are to become due the Contractorshall have no effect on the County and are null and void.

The Contractor shall identify any and all contractors and subcontractors it intends to use inthe performance of the Contract by completing the Identification ofSubcontractor/Supplier/Subconsultant Form ("ISF").All such persons shall be subject to theprior approval of the County. The Contractor will only subcontract with competent andresponsible Subcontractors. The Chief Procurement Officer may require in his or her solediscretion, that the Contractor provide copies ofall contracts with subcontractors.

The Contractor and its employees, contractors, subcontractors, agents and representatives are, forall purposes arising out of this Contract, independent contractors and are not employees of theCounty. It is expressly understood and agreed that the Contractor and its employees,contractors, subcontractors, agents and representatives shall in no event as a result of a contractbe entitled'o any benefit to which County employees are entitled, including, but not limited to,overtime, retirement benefits, worker's compensation benefits and injury leave or other leavebenefits.

GC-02 IN DKMNIFICATION

The Contractor covenants and agrees to indemnify and save harmless the County and itscommissioners, officials, employees, agents and representatives, and their respective heirs,successors and assigns, from and against any and all costs, expenses, attorney's fees, losses,damages and liabilities incurred or suffered directly or indirectly from or attributable to anyclaims arising out of or incident to the performance or nonperformance of the Contract by theContractor, or the acts or omissions of the officers, agents, employees, contractors,subcontractors, licensees or invitees of the Contractor. The Contractor expressly understandsand agrees that any Performance Bond or insurance protection required of the Contractor, orotherwise provided by the Contractor, shall in no way limit the responsibility to indemnifythe County as hereinabove provided.

Page 8: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

GC-03 INSPECTION AND RKSPONSIBII.ITV

The County shall have a right to inspect and.approve any Contract goods, equipment, suppliesor services used in carrying out this Contract and shall approve the quality and standards of allmaterials or completed work furnished under this Contract. Contract goods, equipment, suppliesor services not complying herewith may be rejected by the Chief Procurement Officer and/orthe Director and shall be replaced and/or re-performed by the Contractor at no cost to theCounty. Any Contract goods, equipment or supplies rejected shall be removed within areasonable time Irom the premises of the County at the entire expense of the Contractor, afternotice has been given by the County to the Contractor that such Contract goods, equipment orsupplies have been rejected.

GC-04 PAVMKNT TO CONTRACTORS AND SUBCONTRACTORS

All invoices submitted by the Contractor shall be in accordance with the cost provisionscontained in the Contract Documents and shall contain a detailed description of the Deliverables(i.e., the goods, equipment, supplies or services) including the quantity of the Deliverables, forwhich payment is requested. All invoices for services shall include itemized entries indicating thedate or time period in which the services were provided, the amount of time spent performingthe services, and a detailed description of the services provided during the period of the invoice.All invoices shall reflect the amounts invoiced by and the amounts paid to the Contractor as ofthe date of the invoice. Invoices for new charges shall not include "past due" amounts, if any,which amounts must be set forth on a separate invoice. Contractor shall not be entitled to invoicethe County for any late fees or other penalties.

GC-04 PAYMENT TO CONTRACTORS AND SIJBCONTRACTORS (eon't.I

In accordance with Section 34-177 of the Cook County Pmcurement Code, the County shallhave a right to set off and subtract I'rom any invoice(s) or Contract price, a sum equal to anyfines and penalfies, including interest, for any tax or fee delinquency and any debt or obligationowed by the Contractor to the County.

The Contractor acknowledges its duty to ensure the accuracy of all invoices submitted to theCounty for payment. By submitling the invoices, the Contractor certifies that all itemized entriesset forth in the invoices are true and correct. The Contractor acknowledges that by submitting theinvoices, it certifies that it has delivered the Deliverables, i.e., the goods, supplies or equipmentset forth in the Contract to the Using Agency, or that it has properly performed the services setforth in the Contract. The invoice must also reflect the dates and amount of time expended in theprovision of services under the Contract. The Contractor acknowledges that any inaccuratestatements or negligent or intentional misrepresentations in the invoices shall result in theCounty exercising all remedies available to it in law and equity including, but not limited to, adelay in payment or non-payment to the Contractor, and reporting the matter to the Cook County

Page 9: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

Ofiice of the Independent Inspector General.

When a Conuactor receives any payment from the County for any supplies, equipment,

goods, or service, it has provided to the County pursuant to its Contract, the Contractor mustmake payment to its subcontractors within 15 days afier receipt of payment &om the

County, provided that such subcontractor has satisfactorily provided the supplies, equipment,

goods or services in accordance with the Contract and provided the Contractor with all. of the

documents and information required of the Contractor. The Contractor may delay orpostpone payment to a subcontractor when the subcontractor's supplies, equipment, goods, orservices do not comply with the requirements of the Contract, the Contractor is acting in goodfaith, and not in retaliation for a subcontractor exercising legal or contractual rights.

CW-0S PREPAID FEES

In the event this Contract is terminated by either party, for cause or otherwise, and the Countyhas prepaid for any goods, equipment, supplies or services to be provided pursuant to this

Contract, Contractor shall refund to the County, on a prorated basis to the effective date oftermination, all amounts prepaid for such goods, equipment, supplies or services not actually

provided as a result of the termination. The refund shall be made within fourteen (14) days ofthe effective date oftermination.

GC-06 TAXES

Federal Excise Tax does not apply to materials purchased by the County by virtue of ExemptionCeriificate No. 36-75- 0038K. Illinois Retailers'ccupation Tax, Use Tax and Municipal

Retailers'ccupation Tax do not apply to materials or services purchased by the County byvirtue of statute. The price or prices quoted herein shall include any and all other federal and/or

state, direct and/or indirect taxes which apply to this Contract, The County's State of Illinois

Sales Tax Exemption Identification No. is E-9998-2013-07.

GC-07 PRICE REDUCTION

If at any time after the Contract award, Contractor makes a general price reduction in the price ofany goods, equipment, supplies or services covered by the Contract, the equivalent pricereduction based on similar quantities and/or considerations shall be applied to this Contract forthe term of the Contract. Such price reductions shall be effective at the same time and in the

saine manner as the reduction in the price to customers generally.

GC-0$ CONTRACTOR CREDITS

To the extent the Contractor gives credits toward future purchases &om its financial incentives,

discounts, value points or other benefits based on the purchase of the goods, equipment,

supplies or services provided for under this Contract, such credits belong to the County and not

any specific Using Agency. Contractor shall report any such credits to the Chief Procurement

Page 10: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

GC-09 DISPUTES

Any dispute arising under the Contract between the County and Contractor shall be decided bythe Chief Procurement Officer. The complaining party shall submit a written statement detailingthe dispute and snecifvinu the snecific relevant Contract nrovision(s) to the Chief ProcurementOfficer. Upon request of the Chief Procurement Officer, the party complained against shallrespond to the complaint in writing within five days of such request. The Chief ProcurementOfficer will reduce his decision to writing and mail or otherwise furnish a copy thereof to theContractor and Director. Dispute resolution as provided herein shall be a condition precedent toany other action at law or in equity. Notwithstanding a dispute, Contractor shall continue todischarge all its obligations, duties and responsibilities set forth in the Contract during any disputeresolution proceeding unless otherwise agreed to by the County in writing.

GC-10 CONTRACT AMEIVDMEhITS

The parties may during the term of the Contract make amendments to the Contract but only asprovided in this section. Such amendments shall only be made by mutual agreement in writing.

In the case of Contracts not approved by the Board, the Chief Procurement Officer may amend acontract provided that any such amendment does not extend the Contract by more than one (1)year, and further provided that the total cost of all such amendments does not increase the totalamount of the Contract beyond $150,000. Such action may only be made with the advancewritten approval ofthe Chief Procurement Officer. If the amendment extends the Contractbeyond one (1)year or increases the total award amount beyond $150,000, then Board approvalwill be required.

No Using Agency or employee thereof has authority to make any amendments to the Contract.Any modifications or amendments to the Contract made without the express written approvalof the Chief Procurement Officer is void and unenforceable.

Contractor is hereby notified that, except for amendments which are made in accordancewith this GC-10 Modifications and Amendments, no Using Agency or employee thereofhas authority to make any modification or amendment to the Contract.

CM-11 DEFAULT

Contractor shall be in default hereunder in the event of a material breach by Contractor of anyterm or condition of this Contract where Contractor has failed to cure such breach within ten(10) days after written nofice of breach is given to Contractor by the County, setting forth thenature of such breach.

A material breach of the contract by the Contractor includes but is not

Page 11: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

limited to the following:

Failure to begin performance under the Contract within

the specified time;

2. Failure to perform under the Contract with sufficient personnel, equipment, or materials

to ensure completion of said performance within the specified time or failure to

assign qualified personnel to ensure completion within the specified time;

8. Performance of the Contract in an

unsatisfactory manner;

4. Refusal to perform services deemed to be defectiveor unsuitable;

s. Discontinuance of performance of Contractor's obligations under the Contract orthe impairment or the reasonable pmgress ofperformance;

e. Becoming insolvent, being declared bankrupt or committing any act ofbankruptcy or insolvency;

7. Any assignment of the Contract for thebenefit of creditors;

8. Any cause whatsoever which impairs performance in anacceptable manner; or

9. Any other material breach of any term or conditionof the Contract.

County shall be in default hereunder if any material breach of the Contract by the County occurswhich is not cured by the County within forty-five (45) days after written notice of breach has

been given by Contractor to the County, setting forth the nature of such breach.

GC-12 COUNTY'S REMEDIES

If the Contractor fails to remedy a material breach during the tea (10) day cure period pursuant to

General Condition GC- ll, Default, the County shall have the right to terminate the Contract

provided, however, that the County shall give Contractor prior written notice of its intent toterminate. Following notice of breach to Contractor, the County reserves the right to withhold

payments owed to Contractor until such time as Contractor has cured the breach which is the

subject matter of the notice. In addition, the County shall have the right to pursue all remedies in

law or equity.

GC-13 CONTRACTOR'S REMEDIES

If the County has been notified of breach and fail's to remedy the breach during the forty-five

Page 12: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

(45) day cure period pursuant to General Condition GC 11, Default, the Contractor shall have

the right to terminate this Contract providing, however, that Contractor shall give the County

thirty (30) days prior written notice of termination.

Contractor shall have the right to pursue all remedies available in law or equity. In all cases the

Contractor's damages shall be those provable damages not tc exceed the value of the Contract

as awarded by the Cook County Board of Commissioners or the Chief Procurement Oflicer.

CW-14 DELAYS

Contractor agrees that no charges or claims for damages shall be made by Contractor for any

delays or hindrances Irom any cause whatsoever related to the performance of the Contract.

CW-15 INSURANCE REOUIREMENTS

Waiver of Subronation

All insurance policies shall contain a Waiver of Subrogation Endorsement in favor ofCookCounty.

Insurance Reauirements of the Contractor

No later than the effective date of this Contract, the Contractor, at its cost, shall secure and

maintain at,all times, unless specified otherwise, until completion of the term of this Contract

the insurance specified below.

Nothing contained in these insurance requirements is to be constmed as limiting the extent

of the Contractor's responsibility for payment of damages resulting &om its performance ofthis Contract. The insurance purchased and maintained by the Contractor shall be primary and

not excess or pro rata to any other insurance issued to the County.

Contractor shall require all subcontractors to provide the insurance required in this

Contract, or Contractor may provide the coverages for the subcontractors. All subcontractors

are subject to the same insurance requirements as Contractor except paragraph (d) ExcessLiability or unless specified otherwise. The Cook County Department of Risk Management

maintains the right to modify, delete, alter or change these requirements.

Coveraues

(a) Workers Comnensatlon Insurance

Workers'ompensation shall be in accordance with the laws of the State ofIllinois or any other applicable jurisdiction.

The Workers Compensation policy shall also include the

Page 13: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

following provisions: Employers'iability coverage with a

limit of

$500,000 each Accident

$500,000 each Employee$500,000 Policy Limit for Disease

(b) Commercial General Llahllltv Insurance

The Commercial General Liability shall be on an occurrence form basis tocover bodily injury and property damage including loss ofuse.

The General Liability limits shall not be less than $ 1,000,000per occurrenceand $2,000,000 aggregate combined single limit for bodily injury and propertydamage. The General Liability policy shall include, without limitation thefollowing coverages:

(<) All premises and operations;

(2) Contractual Liability;

(3) Products/Completed Operations;

(4) Severability of interest/separation of insureds clause.

(c) Automobile I.iahllltv Insurance

When any vehicles are used in the performance of the Contract, Contractor shall secureAutomobile Liability Insurance to cover all owned, non-owned and hired automobiles, trucksand trailers. The limits of liability shall not be less than the following:

(<) Liability —All Autos: Bodily Injury & Property Damage - $1,000,000perOccurrence

(2) Uninsured/Motorists: Per Illinois Requirements

(d) I)mhretla/Excess Llahilltv Insurance

In addition to the coverages and limits specified above, Contractor shall secure andmaintain a limit of liability no less than $1,000,000 each occurrence for all liability.

Additional reauirements

(a) Additional Insured

Cook County, its officials, employees and agents shall be named as additional insuredsunder the Commercial General Liability policy and Automobile Liability policy.

Page 14: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

Contractor's insurance shall be primary and non-contnbutory with any insurancemaintained by Cook County. Any insurance or self-insurance maintained by CookCounty shall be excess of the Contractor's insurance aud shall not contribute with it.The full policy limits and scope ofprotection shall apply to Cook County as anadditional insured even if they exceed the minimum insurance limits specified above.

(b) Qualification of Insurers

All insurance companies providing coverage shall be licensed or approved by theDepartment of Insurance, State of Illinois, and shall have a financial rating no lowerthan (A-) VII as listed in A.M. Best's Key Rating Guide, current edition or interimreport. Companies with ratings lower than (A-) VII will be acceptable only uponwritten consent of the Cook County Department ofRisk Management.

(c) Insurance Notices

All policies of insurance which may be required under terms of this Contract shall beendorsed to provide that the insurance company shall notify the Cook County Officeof the Chief Procurement Officer, 118North Clark Street, Room 1018, Chicago,Illinois 60602 at least 30 days prior to the effective date of any cancellation ormodification of such policies. Prior to the date on which Contractor commencesperformance of its part of the work, Contractor shall furnish to the County certificatesof insurance maintained by Contractor.

In no event shall any failure of the County to receive Certificates of Insurance requiredhereof or to demand receipt of such Certificates of Insurance be construed as a waiver ofContractor's obligations to obtain insurance pursuant to these insurance requirements.

CA'=16 PATFNTS. COPVRIGHTS AND LICENSES

Contractor agrees to hold harmless and indemnify the County, its officials, agents, employeesand affiliates &om and defend, as permitted by Illinois law, at its own expense (includingreasonable attorneys', 'accountants'nd consultants'ees), any suit or proceeding brought againstCounty based upon a claim that the ownership snd/or use of equipment, hardware and softwareor any part thereof utilized in performing Contractor's services constitutes an in&ingement of anypatent, copyright or license or any other intellectual property right.

In the event the use of any equipment, hardware or sofiware or any part thereof is enjoined,Contractor with all reasonable speed and due diligence shall provide or otherwise secure forCounty, at the Contractor's election, one of the following: the right to continue use of theequipment, hardware or software; an equivalent system having the Specifications as provided inthis Contract; or to modify the system or its component parts so that it becomes non-infringing while performing in a substantially similar manner to the original system, meetingthe Specifications of this Contract.

Page 15: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

GC-17 COMPLIANCE WITH LAWS

The Contractor shall observe and comply with the laws, ordinances, regulations and codes of the

Federal, State, County and other local government agencies which may in any manner affect the

performance of the Contract, including but not limited to those County Ordinances set forth in

the Certifications, Affidavits or EDS attached hereto and incorporated herein. Assurance ofcompliance with this requirement by the Contractor's employees, agents or subcontractors shall

be the responsibility of the Contractor.

The Contractor shall secure and pay for all federal, state and local licenses, permits and feesrequired in order to perform this Contract.

GC-18 DEI.IVERV

All Contract goods, equipment or supplies shipped to the County shall be shipped F.O.B.,DESTINATION, FREIGHT PREPAID. Arrangements shall be made in advance by theContractor in order that the County may arrange for receipt of the materials.

Truck deliveries will be accepted before 3:00 P.M. on weekdays only. No deliveries will beaccepted on Saturdays, Sundays or County Holidays. The County is not responsible fordelivery delays due to waiting times for loading and unloading at delivery locations.

The quantity of Contract goods, equipment or supplies based on weight that are delivered bytruck will be ascertained &om a weight certificate issued by a duly licensed Public Weight-

Master. In the case of delivery by rail, weight will be ascertained from bill of lading Irom

oriynating line, but the County reserves the right to re-weigh at the nearest available railroad

scale.

The County reserves the right to add new delivery locations or delete previously listed deliverylocations as required during the Contract period. The only restricnon regarding the County's

right to add new delivery locations shall be that any new or additional location shall be within the

geographical boundaries of the County of Cook.

GC-19 MINORITY AND WOMEN BUSINESS ENTERPRPSESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8 SFCTION 34-260to SECTION 34-300

POLICY AND GOALS

It is the policy of the County of Cook to prevent discrimination in the award of orparticipation in County Coniracts and to eliminate arbitrary barriers fo~rarticiIiationin such Contracts by local businesses certified as a Minority Business Enterprise

(MBE) and Women-owned Business Enterprise (WBE) as both prime and sub-

contractors. In furtherance of this policy, the Cook County Board of Commissioners

has adopted a Minority- and Women-owned Business Enterprise Ordinance (the

Page 16: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

"Ordinance" ) which establishes annual goals for MBE and WBE participation as

outlined below:

Contract Tme

Goods and ServicesConstruciion

Professional Services

MBE25%24%

GoalsWBEIPIP%

35% Overall

The County shall set contract-specific goals, based on the availability of MBEsand WBEs that are certified to provide commodities or services specified in thissolicitation document. The MBE/WBE participation goals for each Contract arestated in the Special Conditions. A Bid, Quotation, or Proposal shall be rejected ifthe County determines that it fails to comply with this General Condition in any way,including but not limited to: (i) failing to state an enforceable commitment to achieve

for this contract the identified MBE/WBE Contract goals; or (ii) failing to include aPetition for Reduction/Waiver, which states that the goals for MBE/WBEparticipation are not attainable despite the Bidder or Proposer Good Faith Efforts,and explains why. Ifa Bid, Quotation, or Proposal is rejected, then a new Bid,Quotation, or Proposal may be solicited if the public interest is served thereby.

To the extent that a Bid, Quotation, or Proposal includes a Petition for

Reduction/Waiver that is approved by the Office of Contract Compliance, the Contract

specific MBE and WBE participation goals may be achieved by the proposed Bidderor Proposer's status as an MBE or WBE; by the Bidder or Proposer's enforceable

joint-venture agreement with one or more MBEs and/or WBEs; by the Bidder orProposer entering into one or more enforceable subcontracting agreements with one ormore MBE and WBE; by the Bidder or Proposer establishing and carrying out an

enforceable mentor/protege agreement with one or more MBE and WBE; by the

Bidder or Proposer actively engaging the Indirect Participation of one or more MBEand WBE in other aspects of its business; or by any combination of the foregoing, so

long as the Utilization Plan evidences a commitment to meet the MBE and WBEContract goals set forth in (B) above, as approved by the Office ofContract

Compliance.

A single Person, as defined in the Procurement Code, may not be utilized as both an

MBE and a WBE on the same Contract, whether as a contractor, subcontractor or

supplier.

Unless specifically waived in the Bid or Proposal Documents, this General Condition,

GC-19; the Ordinance; and the policies and procedures promulgated thereunder shall

govern. Ifthere is a conflict between this GC- 19 and the Ordinance or the policies and

procedures, the Ordinance shall control.

Page 17: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

F. A Contractor's failure to carry out its commitment regarding MBE and WBEparticipation in the course of the Contract's performance may constitute a material

breach of the Contract. If such breach is not appropriately cured, it may result in

withholding ofpayments under the Contract, contractual penalties, disqualification and

any other remedy provided for in Division 4 of the Procurement Code at law or in

equity.

REOUIRKD BID OR PROPOSAL SUBMITTALS

A Bidder or Proposer shall document its commitment to meeting the Contract specific MBEand WBE participation goals by submitting a Utilization Plan with the Bid or Proposal, TheUtilization Plan shall include (I) one or more Letter(s) of Intent trom the relevant MBE and

WBE firms; and (2) current Letters of Certification as an MBE or WBE. Alternatively, the

Bidder or Proposer shall submit (1) a written Petition for Reduction/Waiver with the Bid,Quotation or Proposal, which documents its preceding Good Faith Efforts and an explanation

of its inability to meet the goals for MBE and WBE participation. The Utilization Plan shall

be submitted at the time that the bid or proposal is due. Failure to include a Utilization

Plan will render the submission not Responsive and shall be cause for the CPO to rejectthe Bid or Proposal.

A. MBE/WBE Utilization Plan

Each Bid or Proposal shall include a complete Utilization Plan, as set forth on Form 1 ofthe M/WBE Compliance Forms. The Utilization Plan shall include the name(s), mailing

address, email address, and telephone number of the principal contact person of the relevant

MBE and WBE firms. If the Bidder or Proposer submits a Bid or Proposal, and any of their

subcontractors, suppliers or consultants, are certified MBE or WBE firms, they shall beidentified as an MBE or WBE within the Utilization Plan.

Letter(s) ofIntent

Except as set forth below, a Bid or Proposal shall include, as part of the Utilization Plan,

one or more Letter(s) of Intent, as set forth on Form 2 of the M/WBE Compliance Forms,

executed by each MBE and WBE and the Bidder or Proposer. The Letter(s) of Intent will beused to confirm that each MBE and WBE shall perform work as a subcontractor, supplier,

joint venture, or consultant on the Contract. Each Letter of Intent shall indicate whether and the

degree to which the MBE or WBE will provide goods or services directly or indirectly during

the term of the Contract. The box for direct participation shall be marked if the proposed MBEor WBE will provide goods or services directly related to the scope of the Contract. The box forIndirect participation shall be marked if the proposed MBE or WBE will not be directly

involved in the Contract but will be utilized by the Bidder or Proposer for other services not

Page 18: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

related to the Contract. Indirect Participation shall not be counted toward the participation goal.Each Letter of Intent shall accurately detail the work to be performed by the relevant MBE orWBE firm, the agreed dollar amount, the percentage of work, and the. terms ofpayment.

Failure to include Letter(sl of Intent will render the subndssion not Resnonsive andshall be cause for the CPO to reiect the Bid or PronosaL

AH Bids and Proposals must conform to the commitments made in the corresponding Letter(s)of Intent, as may be amended through change orders.

The'ontract Compliance INrector may at any time request supplemental informationregarding Letter(s) of Intent, and such information shall be furnished if the correspondingBid or Proposal is to be deemed responsive.

Letter(s) of Cerfification

Only current Letter(s) of Certification &om one of the following entities may be acceptedas proof of certification for MBE/WBE status, provided that Cook County's requimnents forcertification are met:

~ County of Cook

~ City ofChicago

Persons that are currently certified by the City of Chicago in any area other thanConstruction/Public Works shall also complete and submit a MBE/WBE ReciprocalCertification Affidavit along with a current letter of certification fiom the City of Chicago.This Affidavit form can be downloaded from www.cookcountvil.uov/contractcomnliance.

The Contract Compliance Director may reject the certificafion of any MBE or WBE on theground that it does not meet the requirements of the Ordinance, or the policies and rulespromulgated thereunder.

3. Joint Venture Affidavit

In the event a Bid or Proposal achieves MBE and/or WBE participation through a JointVenture, the Bid or Proposal shaH include the required Joint Venture Affidavit, which can bedownloaded from www.cookcountvil.aov/contractcomufiance. The Joint Venture Affidavitshall be submitted with the Bid or Proposal, along with current Letter(s) of Certification.

B. Petition for Reduction/Waiver

In the event a Bid or Proposal does not meet the Contract specific goals for MBE and WBEparticipation, the Bid or Proposal shall include a Petition for Reduction/Waiver, as set forth

Page 19: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

on Form 3. The Petition for Reduction/Waiver shall be supported by sufficient evidence anddocumentation to demonstrate the Bidder or Proposer's Good Faith Efforts in attempting toachieve the applicable MBE and WBE goals, and its inability to do so despite its Good FaithEfforts,

Failure to include Petition for Reduction/Waiver mill render the submission notResnonsive and shall be cause for the CPO to reiect the Bid or Pronosal.

REDIICTION/WAlVER OF MBE/WBE C'OAI.R

Grantina or Denvina a Reduction/Waiver Reuuest.

The adequacy of the Good Faith Efforts to utilize MBE and WBE firms in aBid or Proposal will be evaluated by the CCD under such conditions as are setforth in the Ordinance, the policies and rules promulgated thereunder, and in the"Petition for Reducfion/Waiver of MBE/WBE Participation Goals" —Form 3 ofthe M/WBE Compliance Forms.

2. With respect to a Petition for Reduction/Waiver, the sufficiency or insufficiency ofa Bidder or Proposer's Good Faith Efforts shall be evaluated by the CCD as of thedate upon which the corresponding Bid or Proposal was due.

3. The Contract Compliance Director or his or her duly authorized WaiverCommittee may grant or deny the Petition for Reduction/Waiver based uponfactors including but not limited to: (a) whether sufficient qualified MBE andWBE firms are unavailable despite good faith efforts on the part of the Bidderor Proposer; (b) the degree to which specifications and the reasonable andnecessary requirements for performing the Contract make it impossible oreconomically infeasible to divide the Contract into sufficiently small tasks orquantities so as to enable the Bidder or Proposer to utilize MBE and WBE firmsin accordance with the applicable goals; (c) the degree to which the prices orprices required by any potential MBE or WBE are more that 10% abovecompetitive levels; and (d) such other factors as are determined relevant by theContract Compliance Director or the duly authorized Waiver Committee.

4. If the Contract Compliance Director or the duly authorized Waiver Committeedetermines that the Bidder or Proposer has not demonstrated sufficient Good FaithEfforts to meet the applicable MBE and WBE goals, the Contract ComplianceDirector or the duly authorized Waiver Committee may deny a Petition forReduction/Waiver, declare the Bid or Proposal non-responsive, and recommendrejection of the Bid, Quotation, or Proposal.

Page 20: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

IV CHANCES FN CONTRACTOR'g UTILIZATION PLAN

A Contractor, during its performance of the Contract, may not change the original

MBE or WBE commitments specified in the relevant Utilization Plan, including but

not limited to, terminating a MBE or WBE Contract, reducing the scope of the work

to be performed by a MBE/WBE, or decreasing the price to a MBE/WBE, except as

otherwise provided by the Ordinance and according to the policies and procedures

promulgated thereunder.

Where a Person listed under the Contract was previously considered to be a MBE orWBE but is later found not to be, or work is found not to be creditable toward the

MBE or WBE goals as stated in the Utilization Plan, the Contractor shall seek to

discharge the disqualified enterprise, upon proper written notification to the Contract

Compliance Director, and make evil@ effort to identify and engage a qualified MBE orWBE as its replacement. Failure to obtain an MBE or WBE replacement within 30business days of the Contract Compliance Director's written approval of the

removal of a purported MBE or WBE may result in the termination of the

Contract or the imposition of such remedy authorized by the Ordinance, unless a

written Petition for Reduction/Waiver is granted allowing the Contractor to award the

work to a Person that is not certified as an MBE or WBE.

NON-COMPI,IANCE

lf the CCD determines that the Contractor has failed to comply with its contractual

commitments or any portion of the Ordinance, the policies and procedures promulgated

thereunder, or this GC-19, the Contract Compliance Director shall notify the Contractor ofsuch determination and may take any and all appropriate actions as set forth in the

Ordinance or the policies and procedures promulgated thereunder which includes but is notlimited to disqualification, penalties, withholding of payments or other remedies in law orequity.

Vl. REPORTING/RECORD-KEEPING REOUIREMENTS

The Contractor shall comply with the reporting and record-keeping requirements in the manner

and time established by the Ordinance, the policies and procedure promulgated thereunder,

and the Contract Compliance Director. Failure to comply with such reporting and record-

keeping requirements may result in a declaration of Contract default. Upon award of a Contract,

a Contractor shall acquire and ufilize all Cook County reporting and record-keeping forms and

methods which are made available by the Office of Contract Compliance. MBE and WBE firms

shall be required to verify payments made by and received &om the prime contractor.

Page 21: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

VII. KOUAL EMPLOYMKNT OPPORTUNITY

Compliance with MBE and WBE requirements will not diminish or supplant other legal EqualEmployment Opportunity and Civil Rights requirements that relate to contractor andsubcontractor obligations.

Any questions regarding this section should be directed to:

Contract Compliance DirectorCook County118North Clark Street, Room 1020Chicago, Illinois 60602(312)603-5502

GC-20 MATERIAL DATA SAFETY SHEET

Where required under the Illinois "Toxic Substance Disclosure to Employees Act", IllinoisCotnpiled Statutes, 820 ILCS 255/1, Contractor shall submit with each delivery of Contractgoods, equipment or supplies a Material Safety Data Sheet.

GC-21 CONDUCTOFTBKCONTRACTOR

The Contractor agrees to inform the County on a timely basis of all of the Contractor'sinterests, if any, which are or which the Contractor reasonably believes may be incompatiblewith any interest of the County. The Contractor shall take notice of and comply with the CookCounty Lobbyist Registration Ordinance, Section 2-621 et al., Cook County Code. TheContractor shall not use for personal gain or make other improper use of privilegedinformation which is acquired in connection with the Contract.

GC22 ACCIDKNTREPORTS

The Chief Procurement Officer and Director shall be given written notification withintwenty-four (24) hours of any occurrence, on the site or otherwise, which pertains in any wayto the performance of this Contract and involves the Contractor's personnel, or those of any ofhis subcontractors or others whether said occurrence be in the nature of bodily injury toemployees or third parties or property damage.

The report shall include the name of person(s) injured, name of his employer, date, time andlocation of occurrence, extent of injury and/or damage, name(s) of eyewitnesses, and who treatedthe person(s) for injuries sustained, and such other information as may be relevant. TheContractor shall notify the local police of any occurrence requiring an official police record. Theaccident report should indicate whether the police were notified and, if so, the number of thepolice report.

Page 22: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

GC-23 USK OF PREMISES

Contractor shall confer with the Director to ascertain full knowledge of all rules and regulations

of the County facilities relative to this Contract and shall comply therewith. The Contractor shall

confine the operations of its employees to the limits indicated by laws, ordinances, permits

and/or direction of the Director and shall not encumber the premises with materials or debris.The Contractor shall not load or permit any part of the structure to be loaded with a weight that

will endanger its structural integrity.

The County reserves the right to prohibit any person &om entering any County facility for anyreason. All subcontractors, agents and employees of the Contractor shall be accountable tothe Director while on any County property and shall abide by all security regulations imposed

by the County.

GC-24 GENERAL NOTICE

All notices required pursuant to this Contract shall be in writing and addressed to the

parties at their respective addresses set forth below. All such notices shall be deemed duly

given if hand delivered or if deposited in the United States mail, registered or certified, return

receipt requested. Notice as provided herein does not waive service of summons orpmcess.

TO THE COUNTY:

Chief Procurement Officer

County of Cook

Room 1018County Building

118North Clark Street

Chicago, Illinois 60602(Reference County Contract Number)

TO THE CONTRACTOR:

At address provided in its bid document or as otherwise indicated in writing to County,

GC-25 TERMINATION FOR CONVENIENCE

The County may terminate this Contract, or any portion, at any time by notice in writing

fium the County to the Contractor, Unless otherwise stated in the notice, the effective date ofsuch termination shall be three business days after the date the notice of termination is mailed

by the County. If the County elects to terminal the Contract in full, unless otherwise specified

in the notice of termination, the Contractor shall immediately cease performance and shall

promptly tender to the County all work products, reviews, recommendations, reports, documents

Page 23: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-1458B

and analyses, whether completed or in process. If the County elects to terminate the Contract inpart, unless otherwise specified in the notice of partial termination, the Contractor shallimmediately cease performance of those portions of the Contract which are terminated andshall promptly tender to the County all work products, reviews, recommendations, reports,documents and analyses relating to said portions of the Contract, whether completed or inprocess. Contractor shall re&sin &om incurring any further costs with respect to portions of theContract which are terminated except as specifically approved by'the Chief Procurement Officer.The Contractor shall not invoice the County for any goods, equipment, supplies or servicesprovided after the effective date oftermination.

GC-26 GUARANTEES AND WARRANTIES

Uncs otherwise stated herein, all guarantees and warranties required shall be furnished by theContractor snd shall be delivered to the Director before final payment on the Contract is issued.The Contractor agrees that the Contract goods, equipment, supplies or services to be furnishedshall be covered by the most favorable commercial warranties the Contractor gives to anycustomer for the same or substantially similar Contract goods, equipment, supplies or servicesand that the rights and remedies so provided are in addition to and do not limit any rights affordedto County.

GC-27 STANDARD OF CONTRACT GOODS. EOUIPMENT OR SUPPLIES

Only new, originally manufactured Contract goods, equipment or supplies will be accepted bythe County. The County will not accept any Contract goods, equipment or supplies that havebeen refurbished, rebuilt, restored or renovated in any manner. In addition, experimentalmaterials will not be acceptable. Contract goods, equipment or supplies not produced byregular production methods and/or which have not been offered for sale to the public throughaccepted industry trade channels for a reasonable period of thne prior to the offering of theproposal, will be considered experimental.

GC-28 CONFIDENTIAI,ITY AND OWNERSHIP OF DOCUMENTS

Contractor acknowledges and agrees that information regarding this Contract is confidential andshall not be disclosed, directly, indirectly or by implication, or be used by Contractor in anyway, whether during the term of this Contract or at any time therea&er, except solely as requiredin the course of Contractor's performance of the Contract. Contractor shall comply with theapplicable privacy laws and regulations affecting the County and will not disclose any ofCounty's records, materials, or other data to any third party. Contractor shall not have the right tocompile and distribute statistical analyses and reports utilizing data derived &om informationor data obtained &om County without the prior written approval of County. In the event suchapproval is given, any such reports published and distributed by Contractor shall be furnished toCounty without charge.

Page 24: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

All documents, data, studies, reports, work product or product created as a result of theperformance of this Contract shall be the property of the County of Cook. It shall be a breach ofthis Contract for the Contractor to reproduce or use, any documents, data, studies, report, workproduct or product obtained &om the County ofCook or created hereby for its own purposes or tobe copied and used by any third party. During the performance of the services herein providedfor, the Contractor shall be responsible of any loss or damage to the County's documents whilethey are in the Contractor's possession, and any such document lost or damaged shall be restoredat the expense ofthe Contractor.

GC-29 OUANTITIES

The quantities of materials required for the performance of the Contract are estimates for thepurpose of determining an approximate total Contract amount and may not be the actualquantities required during the term of the Contract. The County reserves the right to increase ordecrease the quantities at the Contract price, to correspond to the actual needs of the County. TheCounty will be obligated to order and pay for only such quantities as are &om time to timeordered, delivered, and accepted on purchase orders issued by the Chief Procurement Officer.

GC-30 AUDIT EXAMINATION OF RECORDS

The Contractor agrees that the Cook County Auditor or any of its duly authorized representativesshall, until expiration of three (3) years after the final payment under the Contract, have accessand the right to examine any books, documents, papers, canceled checks, bank statements,purveyor's and other invoices, and records of the Contractor related to the Contract, or toContractor's compliance with any term, condition or provision thereof. The Contractor shall beresponsible for establishing and maintaining records sufficient to document the costs associatedwith performance under the terms of this Contract.

The Contractor further agrees that it shall include in all of its subcontracts hereunder aprovision to the effect that the subcontractor agrees that the Cook County Auditor or any of itsduly authorized representatives shall, until expiration of three (3) years aller final payment underthe subcontract, have access and the right to examine any books, documents, papers, canceledchecks, bank statements, purveyor's and other invoices and records of such subcontractorinvolving transactions relating to the subcontract, or to such subcontractor's compliance withany term, condition or provision thereunder or under the Contract.

In the event the Contractor receives payment under the Contract, reimbursement for which islater disallowed by the County, the Contractor shall promptly refund the disallowed amount tothe County on request, or at the County's option, the County may credit the amount disallowed&om the next payment due or to become due to the Contractor under any contract with theCounty.

Page 25: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

This Contract shall be governed by and construed under the laws of the State of Illinois. TheContractor irrevocably agrees that, subject to the County's sole and absolute election, any actionor proceeding in any way, manner or respect arising out of the Contract, or arising &om anydispute or contmversy in connection with or related to the Contract, shall be litigated only incourts within the Circuit Court of Cook County, State of Illinois, and the Contractor consentsand submits to the jurisdiction thereof. In accordance with these provisions, Contractor waivesany right it may have to transfer or change the venue of any litigation brought against it by theCounty pursuant to this Contract.

CA"-32 COOPKR ATION WITH INSPECTOR GENERAL

Contractors, subcontractors, licensees, grantees or persons or businesses who have a Countycontract, grant, license, or certification of eligibility for County contracts shall abide by all ofthe applicable pmvisions of the Office of the Independent Inspector General Ordinance(Section 2-281 et. seq. of the Cook County Code of Ordinances). Failure to cooperate asrequired may result in monetary and/or other penalties.

GC-33 WAIVER

No term or provision of this Contract shall be deemed waived and no breach consented tounless such waiver or consent shall be in writing and signed by the party claimed to havewaived or consented. The waiver of any such provision shall be strictly limited to the identifiedterm or provision.

GC-34 ENTIRE CONTRACT

It is expressly agreed that the provisions set forth in this Contract constitute all theunderstandings and agreements between the parties. Any prior agreements, promises,negotiations, or representations not expressly set forth in this Contract are ofno force and effect.

GC-35 PORC'K MAJEIJRE

Neither Contractor nor County shall be liable for failing to fulfill any obligation under thisContract if such failure is caused by an event beyond such party's reasonable control and whichis not caused by such party's fault or negligence. Such events shall be limited to acts of God, actsofwar, fires, lightning, floods, epidemics, or riots.

GC-311 GOVERNMENTAL JOINT PURCHASING AGREEMENT

Pursuant to Section 4 of the Illinois Governmental Joint Purchasing Act (30 ILCS 525)and the Joint Purchase Agreement approved by the Cook County Board of Commissioners

Page 26: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

(April 9, 1965), other units of government may purchase goods, supplies, equipment orservices under this Contract.

In the event that other agencies participate in a joint procurement, the County reserves theright to renegotiate the price to accommodate the larger volume.

GC-37 COMPARABI.E GOVERNMENT PROCUREMENT

As permitted by the County of Cook, other government entities, if authorized by law, maywish to also purchase the goods, supplies, services or equipment under the same terms andconditions contained in this Contract (i.e., comparable government procurement). Each entitywishing to reference this Connuct must have prior authorization from the County of Cookand the Contractor. If such participation is authorized, aH purchase orders will be issueddirectly &om and shipped directly to the entity requiring the goods, supplies, equipment orservices. The County shall not be held responsible for any orders placed, deliveries made orpayment for the goods, supplies, equipment or'ervices ordered by these entities. Eachentity reserves the right to determine the amount of goods, supplies, equipment or services itwishes to purchase under this Contract.

CC-38 FEDERAL CLAUSES

The following provisions apply to all Contracts which are funded in whole or in part with federalfunds.

Interest ofMembers of or Delegates to the United States Conaress

In accordance with 41 U.S.C. g 22, the Contractor agrees that it will not admit any member of ordelegate to the United States Congress to any share or part of the Contract or any benefit derivedthere &om.

False or Fraudulent Statements and Claims

(a) The Contractor recognizes that the requirements of the Pmgram Fraud CivilRemedies Act of 1986, as amended, 49 U.S.C. $f 3081 et seq and U.S. DOTregulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to itsacfions pertaining to the Contract. Accordingly, by signing the Contract, theContractor certifies or affirms the uuthfulness and accuracy of any statement ithas made, it makes, or it may make pertaining to the Contract, includingwithout limitation any invoice for its services. In addition to other penaltiesthat may be applicable, the Contractor also acknowledges that if it makes afalse, fictitious, or &audulent claim, statement, submission, or certification,the Federal Government reserves the right to impose the penalties of theProgram Fraud Civil Remedies Act of 1986, as amended, on the Contractor to

Page 27: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

the extent the Federal Government deems appropriate.

(b) The Contractor also acknowledges that if it makes a false, fictitious, or&audulent claim, statement, submission, or certification to the County orFederal Government in connection with an urbanized area formula projectfinanced with Federal assistance authorized by 49 U.S.C. (j 5307, theGovernment reserves the right to impose on the Contractor the penalties of 18U.S.C. (j 1001 and 49 U.S.C. (j 5307(n)(1), to the extent the FederalGovernment deems appropriate.

Federal Interest in Patents

(a) General. If any invention, improvement, or discovery of the Contractor isconceived or first actually reduced to practice in the course of or under theContract, and that invention, improvement, or discovery is patentable underthe laws of the Unites States of America or any foreign country, the Contractoragrees to notify County immediately and provide a detailed report.

(b) Federal Rights. Unless the Federal Government later makes a contrarydetermination in writing, the rights and responsibilities of the County,Contractor, and the Federal Government pertaining to that invention,improvement, or discovery will be determined in accordance with applicableFederal laws and regulations, including any waiver thereof, Unless the FederalGovernment later makes a contrary determination in writing, the Contractoragrees that, irrespective of its status or the status of any subcontractor at anytier (e.g., a large business, small business, non-profit organization, institutionof higher education, individual), the Contractor agrees it will transmit tothe Federal Government those rights due the Federal Government in anyinvention resulting &om the contract.

Federal Interest in Data and Convriahts

(a) Definition. The term "subject data" used in this section means recordedinformation, whether or not copyrighted, that is delivered or specified to bedelivered under the Contract. Examples include, but are not limited, to:computer software, engineering drawings and associated lists, specifications,standards, process sheets, manuals, technical reports, catalog itemidentifications, and related information. The term "subject data" does notinclude financial reports, cost analyses, and similar information incidental toContract administration.

(b) Federal Restrictions. The following restrictions apply to all subject data

Page 28: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

first produced in the performance of the Contract. Except as provided in theContract and except for its own internal use, the Contractor may not publish orpublicly reproduce subject data in whole or in part, or in any manner or form,nor may the Contractor authorize others to do so, without the written consentof the County and the Federal Government, until such time as the FederalGovernment may have either released or approved the release of such data tothe public.

(c) Federal Rights in Data and Copyrights. In accordance with subparts 34 and36 of the Common Rule, the County and the Federal Government reserve aroyalty-&ee, non-exclusive and irrevocable license to reproduce, publish, orotherwise use, and to authorize others to use, for County or FederalGovernment purposes, the types of subject data described below. Without thecopyright owner's consent, the County and Federal Government may notextend their license to other parties.

(t) Any subject data developed under the contract or subagreementfinanced by a federal Grant Agreement or Cooperative Agreement,whether or not a copyright has been obtained; and

(2) Any rights of copyright which the Contractor purchases ownershipwith Federal assistance.

(d) Special Federal Rights for Planning Research and Development Projects.When the Federal Government provides financial assistance for a planning,research, development, or demonstration project, its general intention is toincrease public knowledge, rather than limit the benefits of the project toparticipants in the project, Therefore, unless the Federal Governmentdetermines otherwise, the Contractor on a planning, research, development, ordemonstration project agrees that, in addition to the rights in data andcopyrights set forth above, the County or Federal Government may makeavailable to any third party either a license in the copyright to the subject dataor a copy of the subject data. If the project is not completed for any reasonwhatsoever, all data developed under the project will become subject data andwill be delivered as the County or Federal Government may direct. Thissubsection, however, does not apply to adaptions of automatic data processingequipment or previously existing software programs for the County's use whosecosts are financed with Federal transportation funds for capital projects.

(e) Hold Harmless. Unless prohibited by state law, upon request by theCounty or the Federal Government, the Contractor agrees to indemnify,

Page 29: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

save, and hold harmless the County and the Federal Government and their

officers, agents, and employees acting within the scope of their official

duties against any liability, including costs and expenses, resulting (rom

any willful or intentional violation by the Contractor ofproprietary rights,

copyrights, or right ofprivacy, arising out of the publication, translation,

reproduction, delivery, use, or disposition of any data furnished under the

Contract. The Contractor will not be required to indemnify the County orFederal Government for any such liability arising out of the wrongful acts ofemployees or agents of the County or Fedend Government.

(f) Restrictions on Access to Patent Rights. Nothing contained in this section on

rights in data will imply a license to the County or Federal Government under

any patent or be construed as affecting the scope of any license or other rightotherwise granted to the County or Federal Government under any patent.

(g) Application on Materials Incorporated into Project. The requirements ofSubsections 2, 3, and 4 of this Section do not apply to material furnished by the

County snd incorporated into the work.

s. Records and Audits

Contractor will deliver or cause to be delivered all documents (including but not limited to

all Deliverables and supporting data, records, graphs, charts and notes) prepared by or for the

County under the terms of this Agreement to the County promptly in accordance with the time

limits prescribed in this Contract, and if no time limit is specified, then upon reasonable

demand therefor or upon termination or completion of the Services hereunder. In the event ofthe failure by the Contractor to make such delivery, then and in that event, the Contractor will

pay to County reasonable damages the County may sustain by reason thereof.

The County and the Federal Government will have the right to audit all payments made tothe Contractor under this Agreement. Any payments to the Contractor which exceed theamount to which the Contractor is entitled under the terms of this Agreement will be subject toset-off.

The Contractor will keep and retain records relating to this Agreement and will make such

records available to representatives of the County and the Federal Government, including

without limitation the sponsoring federal agency, other participating agencies, and the

Comptroller General of the United States, at reasonable times during the performance of this

Agreement and for at least five years after termination of this Agreement for purposes of audit,

inspection, copying, transcribing and abstracting.

No provision in this Agreement granting the County or the Federal Government a right of

Page 30: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

access to records is intended to impair, limit or affect any right of access to such recordswhich the County or the Federal Government would have had in the absence of suchprovisions.

e. Environmental Reauirements

The Contractor recognizes that many Federal and state laws imposing environmental andresource conservation requirements may apply to the Contract, Some, but not all, of themajor Federal Laws that may affect the Contract include: the National Environmental PolicyAct of 1969, as amended, 42 U.S.C. ()(j 4321 et seq.; the Clean Air Act, as amended, 42 U.S.C.l)(j 7401 et seq. and scattered sections of 29 U.S.C4 the Clean Water Act, as amended,scattered sections of 33 U.S.C. and 12 U.S.C.; the Resource Conservation and Recovery Act,as amended, 42 U.S.C. 1)II 6901 et seqd and the Comprehensive Environmental Response,Compensation, and Liability acct, as amended, 42 U.S.C. l)() 9601 et seq. The Contractor alsorecognizes that U.S. EPA, U.S. DOT and other agencies of the Federal Government haveissued and are expected in the future to issue regulations, guidelines, standards, orders,directives, or other requirements that may affect the Contract. Thus, the Contractor agrees toadhere to, and impose on its subcontractors, any such Federal requirements as the FederalGovernment may now or in the future promulgate. Listed below are requirements ofparticular concern.

The Contractor acknowledges that this list does not constitute the Contractor's entireobligation to meet all Federal environmental and resource conservation requirements. TheContractor will include these provisions in all subcontracts.

(a) Environmental Protection. The Connactor agrees to comply with the applicablerequirements of the National Environmental Policy Act of 1969, as amended,

42 U.S.C. Il() 4321 et seq. in accordance with Executive Order No, 12898,"Federal Actions to Address Environmental Justice in Minority Populationsand Low-Income Populations," 59 Fed. Reg. 7629, Feb. 16, 1994; U.S. DOTstatutory requirements on environmental matters at 49 U.S.C. () 5324(b);Council on Environmental Quality regulations on compliance with theNational Environmental Policy Act of 1969, as amended, 40C.F.R. Part 1500 et seq.; and U.S. DOT regulations, "Environmental Impactand Related Procedures," 23 C.F.R.Part 771 and 49 C.F.R.Part 622.

(b) Air Quality. The Contractor agrees to comply with all applicable standards,

orders, or regulations issued pursuant to the Clean Air Act, as amended, 42U.S.C. ()() 7401 et seq. Specifically, the Contractor agrees to comply with

applicable requirements of U.S. EPA regulations, "Conformity to State ofFederal Implementation Plans of Transportation Plans, Programs, and Projects

Page 31: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

Developed, Funded or Approved Under Title 23 U.S.C.or the Federal TransitAct,'* 40 C.F.R.Part 51, Subpart T; and "Determining Conformity of FederalActions to State or Federal Implementation Plans," 40C.F.R. Part 93. The Contractor further agrees to report and require eachsubcontractor at any tier to report any violation of these requirements resulting&om any Contract implementation activity to the County and the appropriateU.S. EPA Regional Office.

(c) Clean Water, The Contractor agrees to comply with all applicable standards,orders, or regulations issued pursuant to the Federal Water Pollution ControlAct, as amended, 33 U.S.C.8 1251 et seq. The Contractor further agrees toreport and require each subcontractor at any tier to report any violation ofthese requirements resulting &om any Contract implementation activity to theCounty and the appropriate U.S. EPA Regional Office.

(d) List of Violating Facilities. The Contractor agrees that any facility to be usedin the performance of the Contract or to benefit from the Contract will not belisted on the U.S. EPA List of Violating Facilities ("List"), and theContractor will promptly notify the County if the Contractor receives anycommunication &om the U.S. EPA that such a facility is under considerationfor inclusion on the List.

(e) Preference for Recycled Products. To the extent practicable and economicallyfeasible and to the extent that it does not reduce or impair the quality of thework, the Contractor agrees to use recycled products in performance of theContract pursuant to U.S. Environment Protection Agency(U.S. EPA) guidelines at 40 C.F.R.Parts 247-253, which implement section6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. l)

6962.

No Exclusionarv or Discriminatorv Snecifications

Apart &om inconsistent requirements imposed by Federal statute or regulations, the Contractoragrees that it will comply with the requirements of 49 U.S.C. () 5323(h)(2) by re&sining fromusing any Federal assistance to support subcontracts procured using exclusionary ordiscriminatory specifications.

8. Cariro Preference - Use ofUnited States Flau Vessels

The Contractor agrees to comply with U.S. Maritime Administration regulations, "Cargo-Preference —U.S. Flag Vessels," 49 C.F.R. Part 381, and to include the clauses required bythose regulations, modified as necessary to identify the affected parties, in each subcontract or

Page 32: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

subagreement involving equipment, materials, or commodifies suitable for transport by oceanvessel.

e. Flv America

Section 14.c of the Master Agreement states that if the contract or subcontracts may involve

the international transportation of goods, equipment, or personnel by air, the contract must

require Contractors and subcontractors at every tier to use U.S.-flag air carriers, to the

extent service by these carriers is available. 49 U.S.C.40118 and 4 C.F.R.Part 52.

<o. No Federal Government Obliuations to Third Parties

The Contractor agrees that, absent the Federal Government's express written consent, theFederal Government will not be subject to any obligations or liabilities to any contractor orany other person not a party to the Grant Agreement or Cooperative Agreement between the

County and the Federal Government which is a source of funds for this Contract.

Notwithstanding any concurrence provided by the Federal Government in or approval of anysolicitation, agreement, or contract, the Federal Government continues to have no obligations orliabilities to any party, including the Contractor.

Allowable Costs

Notwithstanding any compensation provision to the contrary, the Contractor's

compensation under this Contract will be limited to those amounts which are allowable and

allocable to the Contract in accordance

with OMB Circular A-87 and the regulations in 49 C.F.R.Part 18. To the extent that an audit

reveals that the Contractor has received payment in excess of such amounts, the County mayoffset such excess payments against any future payments due to the Contractor and, if nofuture payments are due or if future payments are less than such excess, the Contractor will

promptly refund the amount of the excess payments to the County.

12. Trade Restrictions

Contractor certifies that neither it nor any Subcontractor:

(a) is owned or contmlled by one or more citizens of a foreign country included

in the list of countries that discriminate against U.S. firms published by the

Office of the United States Trade Representative (USTR);

(b) has knowingly entered into any contract or subcontract with a person that is acitizen or national of a foreign country on said list, nor is owned or controlled

directly or indirectly by one or more citizens or nationals of a foreign country

on said list;

Page 33: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

(c) will procure, subcontract for, or recommend any product that is produced in aforeign country on said list.

Unless the restrictions of this clause are waived by the Secretary of Transportation inaccordance with 49 CFR 30.17, no Notice-to-Proceed will be issued to an entity who isunable to certify to the above. If Contractor knowingly procures or subcontracts for thesupply of any product or service of a foreign country on said list for use on the project, theUSDOT may direct, through the County, cancellation of the Contract at no cost to theGovernment.

Further, Contractor agrees that it will incorporate this provision for certification withoutmodification in each subcontract. Contractor may rely on the certification of a prospectiveSubcontractor unless it has knowledge that the certification is erroneous. Contractor willprovide immediate written notice to the County if it learns that its certification or that of aSubcontractor was erroneous when submitted or has become erroneous by reason of changedcircumstances. Each Subcontractor must agree to provide written notice to Contractor if at anytime it learns that its certification was erroneous by reason of changed circumstances.Nothing contained in the foregoing will be construed to require establishment of a system ofrecords in order to render, in good faith, the certification required by this provision.

The knowledge and information of the Contractor is not required to exceed that which isnormally possessed by a prudent person in the ordinary course of business dealings,

This cer(ification concerns a matter within the jurisdiction of an agency of the United States ofAmerica and the making of a false, fictitious, or fraudulent certification may render the makersubject to prosecution under Title 18, United States Code, Section 100.

13. Contract Work Hours and Safetv Standards Act

If applicable according to their terms, the Contractor agrees to comply and assures compliancewith sections 102 and 107 of the Contract Work Hours and Safety Standards Act, as amended,40 U.S.C. (j(j 327 through 333, and implementing U.S. DOL regulations, "Labor StandardsProvisions Applicable to Contracts Governing Federally Financed and Assisted Construction(also Labor Standards Provisions Applicable to Nonconstraction Contracts Subject to theContract Work Hours and Safety Standards Act)," 29 C.F.R. Part 5; and U.S. DOLregulations, "Safety and Health Regulations for Construction," 29 C.F.R. Part 1926. Inaddition to other requirements that may apply:

(a) In accordance with section of the Contract Work Hours and Safety StandardsAct, as amended, 40U.S.C. (j(j 327 through 332, the Contractor agrees and assures that, for theContract, the wages of every mechanic and laborer will be computed on the

Page 34: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

basis of a standard work week of 40 hours, and that each worker will becompensated for work exceeding the standard work week at a rate of not lessthan 1.5 times the basic rate of pay for all hours worked in excess of 40 hoursin the work week. The Contractor agrees that determinations pertaining to theserequirements will be made in accordance with applicable U.S. DOLregulations, "Labor Standards Provisions Applicable to Contracts GoverningFederally Financed and Assisted Construction (also Labor StandardsProvisions Applicable to Nonconstruction Contracts Subject to the ContractWork Hours and Safety Standards Act)," 29 C,F.R.Part 5.

(b) In accordance with section 107 of the Contract Work Hours and SafetyStandards Act, as amended, 40 U.S.C. tj 333, the contractor agrees and assuresthat no laborer or mechanic working on a construction contract will be requiredto work in surroundings or under working conditions that are unsanitary,hazardous, or dangerous to his or her health and safety, as determined inaccordance with U.S. DOL regulations, "Safety and Health Regulations forConstruction," 29 C.F.R.Part 1926.

14. Veteran's Preference

In the etnployment of labor (except in executive, administrative, and supervisory positions),preference will be given to Vietnam-era veterans and disabled veterans. However, thispreference may be given only where individuals are available and qualified to perform thework to which employment relates.

< s. Convriuht Ownershin

Consultant and the County intend that, to the extent permitted by law, the Deliverables to beproduced by Consultant at the County's instance and expense pursuant to this Agreementare conclusively deemed "works made for hire" within the meaning and purview of Section101 of the United States Copyright Act, 17U.S.C. $ 101 et seq. (the "Copyright Act"), and that the County will be the copyright owner ofthe Deliverablesand ofall aspects, elements and components of them in which copyright cansubsist.

To the extent that any Deliverable does not qualify as a "work made for hire," Consultantirrevocably grants, conveys, bargains, sells, assigns, transfers and delivers to the County, itssuccessors and assigns, all right, title and interest in and to the copyrights and all U.S. andforeign copyright registrations, copyright applications and copyright renewals for them, andother intangible, intellectual property embodied in or pertaining to the Deliverables preparedfor the County under this Agreement, fiee and clear of any liens, claims or otherencumbrances, to the fullest extent permitted by law. Consultant ahull execute all documentsand perform all acts that the County may reasonably request in order to assist the County inperfecting its rights in and to the copyrights relating to the Deliverables, at the sole expense of

Page 35: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

the County.

Consultant warrants to County, its successors and assigns, that on the date of transfer

Consultant is the lawful owner of good and marketable title in and to the copyrights for theDeliverables and has the legal rights to fully assign them. Consultant fiuther warrants that ithas not assigned any copyrights nor granted any licenses, exclusive or nonexclusive, to anyother party, and that it is not a party to any other agreements or subject to any other restrictions

with respect to the Deliverables. Consultant warrants and represents that the Deliverables are

complete and comprehensive, and the Deliverables are a work oforiginal authorship.

18. Accessibilitv Comnliance

If this Agreement involves design for construction, the Consultant warrants that all design

documents produced or utilized under this Agreement and all construction or alterations

undertaken under this Agreement will comply with all federal, state and local laws and

regulations regarding accessibility standards for persons with disabilities or enviromnentally

limited persons including, but not limited to, the following: the Americans with Disabilities Actof 1990, 42 U.S.C. $ 12101 et seq. and the Americans with Disabilities Act Accessibility

Guidelines for Buildings and Facilities ("ADAAG"); the Architectural Barriers Act, Pub. L. 90-480 (1968), and the Uniform Federal Accessibility Standards ("UFAS"); and the Illinois

Environmental Barriers Act, 410 ILCS 25/I et seq., aud all regulations promulgated

thereunder, see Illinois Administrative Code, Title 71, Chapter I> Section 400.110. If the

above standards are inconsistent, the Consultant must comply with the standard providing the

greatest accessibility. Also, the Consultant must, prior to construction,

review the plans and specifications to insure compliance with the above referenced

standards. If the Consultant fails to comply with the foregoing standards, the Consultant must

perform again, at no expense, all services required to be re-performed as a direct or indirect

result of such failure.

17. Visual Riuhts Act%'aiver

The Consultant/Contractor waives any and all rights that may be granted or conferred under

Section 106A and Section 113 of the United States Copyright Act, (17 U.S.C. $ 101 et seq.)(the "Copyright Act") in any work of visual art that may be provided pursuant to this

Agreeinent. Also, the Consultant/Contractor represents and warrants that the

Consultant/Contractor has obtained a waiver of Section 106A and Section 113 of the Copyright

Act as necessary Irom any employees and subcontractors, if any.

< s. Eaual Emnlovment Ounortunitv

All contracts shall contain a provision requiring compliance with E.O. 11246, "Equal

Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246

Page 36: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFRpart 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity,Department of Labor."

19. Coneland "Anti-Kickback" Act (18 U.S.C. 874 and 40 U.S.C.276c)

All contracts and subgrants in excess of $2000 for construction or repair awarded byrecipients and subrecipients shall include a provision for compliance with the Copeland"Anti-Kickback" Act (18 U,S.C. 874), as supplemented by Department of Labor regulations(29 CFR part 3, "Contractors and Subcontractors on Public Building or Public WorkFinanced in Whole or in Part by Loans or Grants from the United States" ). The Act providesthat each contractor or subrecipient shall be prohibited Iiom inducing, by any means, anyperson employed in the construction, completion, or repair of public work, to give up anypart of the compensation to which he is otherwise entitled. The recipient shall report all

suspected or reported violations to the Federal awarding agency.

zo. Davis-Bacon Act. as amended (40 U.S.C.276a to a-7)

When required by Federal program legislation, all construction contracts awarded by therecipients and subrecipients of more than $2000 shall include a provision for compliancewith the Davis-Bacon Act (40U.S.C. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFRpart 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed andAssisted Construction" ).

Under this Act, contractors shall be required to pay wages to laborers and mechanics at a ratenot less than the minimum wages specified in a wage determination made by the Secretary ofLabor. In addition, contractors shall be required to pay wages not less than once a week. Therecipient shall place a copy of the current prevailing wage determination issued by theDepartment of Labor in each solicitation snd the award of a contract shall be conditioned uponthe acceptance of the wage determination. The recipient shall report all suspected or reportedviolations to the Federal awarding agency.

21. Contract Work Hours and Safetv Standards Act (40 U.S.C.327-333)

Where applicable, all contracts awarded by recipients in excess of $2000 for constructioncontracts and in excess of $2500 for other contracts that involve the employment ofmechanics or laborers shall include a provision for compliance with Sections 102 and 107 ofthe Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented byDepartment of Labor regulanons (29 CFR part 5). Under Section 102 of the Act, eachcontractor shall be required to compute the wages of every mechanic and laborer on the basisof a standard work week of 40 hours. Work in excess of the standard work week is

Page 37: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

permissible provided that the worker is compensated at a rate of not less than 1 '/~ times thebasic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 ofthe Act is applicable to construction work.and provides that no laborer or mechanic shall berequired to work in surroundings or under working conditions which are unsanitary, hazardous

or dangerous. These requirements do not apply to the purchases of supplies or materials orarticles ordinarily available on the open market, or contracts for transportation ortransmission of intelligence.

Rights to Inventions Made Under a Contract or Ameement

Contracts or agreements for the performance of experimental, developmental, or research work

shall provide for the rights of the Federal Government and the recipient in any resulting

invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit

Organizations and Small Business Firms Under

Government

Grants, Contracts and

Cooperative Agreements," and any implementing regulations issued by the awarding agency.

28. Clean Air Act (42 U.S.C.7401 et sea.) and the Federal Water Pollution Control Act

(33 U.S.C. 1251 et sea.). as amended

Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that

requires the recipient to agree to comply with all applicable standards, orders or regulations

issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution

Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal

awarding agency and the Regional Office of the Environmental Protection Agency (EPA).

24. Bvrd Anti-Lobbvina Amendment (31 U.S.C. 1352)

Contractors who apply or bid for an award of $ 100,000 or more shall file the required

certification. Each tier certifies to the tier above that it will not and has not used Federal

appropriated funds to pay any person or organization for influencing or attempting to

influence an officer or employee of any agency, a member of Congress, officer or employee

of Congress, or an employee of a member of Congress in connection with obtaining any

Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also

disclose any lobbying with non-Federal funds that takes place in connection with obtaining

any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.

25. Debarment and Susuension (E.O.s 12549 and 12689)

No contract shall be made to parties listed on the General Services Administration's List ofParties Excluded &om Federal Procurement or Nonprocurernent Programs in accordance

with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names ofparties debarred, suspended, or otherwise excluded by agencies, and contractors declared

ineligible under statutory or regulatory authority other than

Page 38: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide

the required certification regarding its exclusion status and that of its principal employees.

CW-39 CONTRACT INTERPRETATION

Whenever the singular is used herein, the masculine, feminine and neuter gender shall be deemed

to include the others. The headings of artides, paragraphs and sections in this Contract are

included for convenience only and shall not be considered by either party in construing the

meaning of this Contract. If any provision or clause of this Contract shall be held to be invalid,

such provision or clause shall be deleted &om the Contract and the Contract shall be construed to

give effect to the remaining portions thereof.

This Contract shall be interpreted and construed based upon the following order of precedence

of component parts. Such order ofprecedence shall govern to resolve all cases of conflict,

ambiguity or inconsistency.

Special Conditions

Specifications

3. General Conditions.

END OF SECTION

Page 39: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

EXHIBIT 2

Scope of Services and Pricing Proposal

Page 40: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

fP..TR'K~lPXI-H ..Rl"PWR~ T.lr r:ir.vm' ig r 'W'iP. ~ '~~ rw"w tingt»ll'1 CC3[wzgIII rgtwi4$ Wlaa i~ilhil=ai reI ~ Yi'C% lail l I'7=%i I I» s'il» trtk I ~"liT"II= I-Wlf RNR(gwagrwgriI.'TilV~gi

Submitted by:

Submitted to;

Meade, Inc.

Cook County Government

This Statement of'ork addreses the Fiber Build Construction Requirements fiom the CTA Green Line 35Street Station to the existing 31"Street ICN/CMS hand hole.

Meade, Inc (Meade) will construct a fiber optic lateral and install a fiber optic cable Irom the CTA Green Line35 Street Station communications room to the existing 31"Street ICN/CMS hand hole. This Phase V workwill consist of the following:

Furnish and install 1-1/4 HDPE Figure 8 duct fiom the CTA Green Line 35 Street Station communicationsroom to the existing 31"Street ICN/CMS hand hole located at approximately 10 E. 31"Street,

Furnish and install 1-144 Strand Single Mode fiber optic cable Irom the CTA Green Line 35 Street Stationcommunications room to the existing 31"Street ICN/CMS hand hole located at approximately 10 E. 31"Street.

All splicing, terminating and testing the fiber.

Resurface all street openings per CDOT Restoration Requirements.

All work in CTA ROW Shall follow CTA guidelines, regulations and safety requirements.

Site restoration and protection of existing trees.

This Meade Inc. Phase V project shall include work in the above facilities as well as providing connectivitybetween them as shown in the pmject drawings depicted in Exhibit A, This Project will require a combinationof Inside Plant Construction (CTA Communications Room/Hut) and Outside Plant Construction.

The Contractor will provide all equipment, materials, labor, tools and supervision to provide a Fiber OpticDistribution System including, but not limited to:

so miogz - Rmrmeisea PaeRage -Meage Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 smmmeat arweag Page i

Page 41: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

t. Conduit, conduit supports, pull boxes, fiber troughing and support systems as needed2. Optical fiber, associated hardware and materials, termination panels, splice enclosures and consumables forall inside/outside plant construction per design.3. Fiber Testing and documentation4. As built Documentation, including GPS shape files as detailed in section 13ofthe specification depicted in

Exhibit B.

At the completion of this project, the County should be able to transmit acceptable optical signal between thefiber termination panels located at the connected facilities. Since the complete project will consist ofnew, as wellas existing construction, contractor will be responsible for testing of said sections including end to end testingfiom 69 West Washington to 35 Street CTA Station to 31 Street Hand hole, to Markhsm Courthouse and toOak Forest Hospital.

Any repairs that are necessitated as a result of these tests, shall be handled based on whether they were existing

or project installed segments.

~al!'fg ka - Cook County, Bureau of TechnologyInformation Technologies Solutions & Services

Fitz Miller, Director

'll"f" tk i ; Cook County Broadband Technologies Partnership —MeadePhase U, CTA Green Line 35 Street Station to the existing31"Street ICN/GMS hand hole.

Two years with one (I) one-year option for renewal

'lf'gf 8 )i'l

Beliverables —Mfie Stones

gnmn lileataigia mi s

Fiber Construction -'eade Inc. Phase V, CTA Green L'ine

35 Street Station to the existing 31 Street ICN/CMS hand I

$ 27g 462 00hole.

TOTAL COST $ 278,462.00

SD-037082 - Reqnisition Package - Mande Phase CTA 'tc 31St St Fiber Build SOW - PllSSe V V20150316Statement of Wmk Page 2

Page 42: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

STATEMENT OF WORK

1. WORK TO BK PERFORMED. Meade, Inc. (Meade) will install new Fiber Optic cable for Cook CountyBroadband Technology Opportunities Program (BTOP) CTA Green Line 35 Street Station to the existing31" Street ICN/CMS hand hole (herein referred as the Work) as depicted in Exhibit A. The Work shallcomply with Cook County BTOP Fiber Optic Network Construction Specifications attached as Exhibit Bbased on Labor Rates contained in the State Contract (CIC260280B) attached as Exhibit C. The attachedExhibits shall describe Meade's Work, and Labor Rates applicable to this Work. Meade shall be solelyresponsible for the means, methods, and procedures ofperforming the Work.

It will be the specific responsibility of Meade to provide, at a minimum, the following construction and fiberdeployment services:

~ Installation of fiber/duct per approved route engineering~ Placement ofpull boxes~ Fiber deployment using the latest industry standards to ensure adequate slack points for fast network

restoration and access for future customer tie-ins.~ Building penetrations for termination locations, as required~ Provide fibers splicing and termination services~ Provide continuity and performance fiber testing required certifying the system.~ Provide full system as-built documentation package to include fiber test results.

It will be the specific responsibility ofMeade to provide all materials listed in Exhibits A and B.

2. SCHEDULE OF PERFORMANCE. Meade will commence, and thereafter complete this Work inaccordance with the Project Schedule so as not to cause any delays or interference with the completion of theproject.

3. TIME OF PERFORMANCE. Time is of the essence. Meade's Work snd the Work of its Subcontractorsshall be completed as soon as due diligence and good practice permit.

4. WARRANTY. Meade hereby warrants and guarantees that the Work furnished hereunder shall conform tothe County's specifications, the requirements of this Agreement, approved shop drawings or samples, if any,and, further warrants and guarantees that the Work is fic fiom any and all defects in design, material and

workmanship as described above for the period of one year from the date(s) of execution of Certificate of FinalAcceptance. Meade shall promptly, and at its sole cost and expense, either repair or replace defective Workupon receipt of the County's written notice of a defect.

5. PRICING FOR MATERIAL AND SERVICES. The Contract Price shall represent Meade's full

compensation for performing the Work. In consideration for the delivery of acceptable Material, and theperformance of acceptable Services, The County will pay to MEADE the prices set forth in this Agreement, and

shall not be invoiced at prices higher than those shown hereon.

6. PAYMENT. Unless otherwise provided in this Contract, the County shall pay to MEADE the amount of the

invoice, based on the Progress Payment Schedule.

sD037082 —Requisition Package -Metate Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 statement orwoek Page 3

Page 43: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

7. CHANGES IN SPECIFICATIONS AND DRAWINGS. The County may order changes in the work

consistent with the provisions of the General Conditions and within the general scope of this Agreement,

consisting of additions, deletions or other revisions. If such changes cause a material increase or decrease in the

cost of performing MEADE's Work, or the time of performances, and written notice thereof is given to the

County within ten (10) days after the giving of such notice of change, an equitable adjustment in the Contract

Price and/or the time ofperformance shall be made.

8. CLEANUP. MEADE shall follow the County's clean-up and safety directions, and at all times keep the

building and premises See Irom debris and unsafe conditions resulting 6om MEADE's Work; and broom clean

each work area prior to discontinuing work in that area.

9.CHANGE MANAGEMENT PROCESS

Change Management Process will be based on the current Cook County Change Management Procedures. Nowork on changes to the project scope will be started prior to being so authorized by the Cook County authorized

representative.

10.PROJECT MANAGEMENT

Meade will provide ongoing project management and full coordination of all aspects of the project. The project

management function will provide the primary line of communications between Meade and the County. The

project management function will provide the County with the current status of the project including critical

issues impacting project schedule and task completion.

Upon authorization, Meade will proceed with the development of a Project Plan that addresses and documents

the characteristics and boundaries of the project and its associated products and services, as well as the methods

of acceptance and scope control. The project plan will include:

SD 037082 - Requisition Package - Meade Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 smtemtmt or wotk Page 4

Page 44: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

~ ~ Project objectives, requirements and deliverables

~ Project acceptance criteria

Project boundaries, assumptions and constraints

~ Initial project organization

~ Initial defined risks

a Schedule milestones

~ Initial Work Breakdown Structure

~ Project configuration management requirements

~ Approval requirements

~ project communications

~ Project risk analysis

~ Project issues log

The project scope will be developed from direction provided by the Cook County as noted above. Throughout

this effort, the main objective is to make sure the scope is properly defined, verified and controlled based on

Cook County requirements.

sD037082 -Requisition Package -Mcadc Phase CIA to 31st St Fiber Build SOW - Phase V v20150316skge miorwwt rages

Page 45: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

EXHIBIT A

Project Drawings

CTA Green I.iae 35 Street Station to the existing 31"Street IClei/CMS hand hole.

(GEC document 14005-T04 IDR 15-0223.pdf)

SD 037082 -Requisition Package -Meade Phase CTA to 31st St Fiber Build SOW - Phase V 020150316smteme cot weak Page 6

Page 46: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

EXHIBIT B

Cook County BTOP Fiber Optic Network Construction Specifications

COOK COUNTY FIBERPROJECTPHASE 5CTA GREEN LINE 35TH STREET STATIONCOMMUNICATIONS ROOMTOEXISTING CMS HAND HOLE AT 31STSTREETPHASE 5Cook CountyBroadband TechnologiesPartnershipFiber Optic NetworkConstruction SpecificationsISSUED FOR BID PROPOSAL

Issued for Bid

February 23, 2015

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 1 Issued for Bid Proposal 2-23.15 PHASE 5

SD-0370B2 - Requisition Package - Mande Pllase CTA to 31st St Fiber Build SOW - Phase V V20150316Statement of Work Page 7

Page 47: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

LISTING OF SECTIONS

1.SCOPE

2. PERMITS

3. PROTECTION OF THE WORK

4. SUBMITTAL REQUIREMENTS

5. DAILY PROJECT CLEAN UP REQUIREMENTS

6. TESTING, INSPECTION AND ACCEPTANCE

7. TRAFFIC CONTROL

8. UTILITY LOCATIONS AND SUBSURFACE OBSTRUCTIONS

9.SUPERVISION AND SUPERINTENDENTS

10. PROJECT COMMUNICATIONS

11.DRAWINGS

12. MATERIALS

13.CONSTRUCTION SPECIFICATIONS

13.1TRENCH INSTALLATION

13.2STREETAND ROAD TRENCH INSTALLATION

13.3BORE INSTALLATION

13.4HANDHOLE/MANHOLE INSTALLATION

13.5ROCKSAW INSTALLATION

13.6STREAM CROSSINGS

13.7CABLE MARKERS

13.8FIBER CABLE INSTALLATION

13.9CABLE REPAIRS

13.10DRAIN OR FARM TILE

13.11PLOW INSTALLATION

13.12FIBER OPTIC CABLE SPLICING AND TESTING

13.13 PROTECTION AND RESTORATION OF PROPERTY

13.14RIGHT-OF-WAY PROTECTION AND RESTORATION

13.15WORK WITHIN THE CDOT RIGHT-OF-WAY

13.16ACCESS TO WORK WITHIN ACCESS CONTROLLED CDOT RIGHT-OF-WAY

13.17ADDITIONAL SPECIFICATIONS FOR WORK WITHIN IDOT RIGHT-OF-WAY

13.18COORDINATION OF REQUIREMENTS

13.19AS-BUILT DRAWINGS AND DATA SUBMITTAL

13.20CABLE AND CONDUIT LOCATING

13.21DAILY WORK HOUR RESTRICTIONS

14. QUALITY ASSURANCE

15.WARRANTY

16. DELIVERY, STORAGE AND HANDLING

17.SEQUENCE AND SCHEDULING

18. USE OF THE SITE

19.CONTINUITY OF SERVICES

20. EXECUTION

21. REFERENCES

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 2 Issued for Bid Proposal 2 23-15 PHASE 5

SD-037082 -Requisition Package -Mande PhBSB CTA LO 3151ST Fiber BUlld SOW - Phase V V201503168tatementof Work Page 8

Page 48: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

1.SCOPE'This specigcatlon and the attached drawings comprise the construction documents for Cook County Fiber Project PHASE 5.This project'wgl establish Flber aannectlvity from provident Hospital to the cook county osk Forest Hospital and cook countyMarkhem Courthause and shall be Installed in accardhnce with the canstruction dacuraents issued by the Cook County Bureau oiTechnolagy to construct the fiber optic system for use by Cook County and its deslgaees. Cook County as designated in thisspecification shall come to mean the Cook County Project Manager or Its representative. Locations af installation wiN be;The CTA Green Une-35s 5t. Station -Communications Room

Ths existing IL CMS Hsndhole at Stu Street, .This project shall include work in the above fadgtles as well as providing connectlvlty'between them as shown In the projectdrawings. 1hls Project will require a cambinatkm of Inside Plant construction (cTA Hut) «nd outside Plant construction.All work in CTA ROW Shall fogow CTA guidelines, regulatlans and safety requirements.

The Contractor will provide ag equipment, materials, labor, tools snd supervision to provide a Fiber Optic Distribution SystemInc1udliqg but not Emlted to:1.Conduit, conduit supports, pull boxes, fiber troughing and support systems as needed2. Optical gber, associated hardware and materials, termination panels, spgce endasures and consumables for ag beside/outsideplant canstrucgan par design.

'.

Fiber Testing and documentation

4, As built Dacumentation, indudlng GPS shape flies as detaged in section 13of this specification.At the completion of this project, the dlent should be abls to transmit acceptaMB optical signal between the fiber terminationpanels located at the connected facliltles. since the complete project will consist of new as well as existing construction, contractorwill be rssponslbls for testing of said sections indudlng end to end testing from 69West Washington ta 35fxStreet cfA Station to31aStreet Handhole, to Markham Courthouse and to Oak Forest Hospital. Any repairs that are necessitated as a result of these tests,shall be handled based on whether they were Ing ar proJect installed Segments.2. PERMI't5 N% simp@The Contractar Is responsible to p;=='.= =;."(fsYrfar ag pdrmlts fees related to the instagatlon of this Fiber Network Indudlng butnot limited to contractor's Eexmses, construction bonds, transportatlori, equipment, labor, private property and or other general

permits except for any City af Chicago'Dept. af Transportation permits (Cook County wgl procure). The contractor ls aha responsibleto schedule pre and post construction Inspection with ag required and relevant governruental agendas.3.PROTECTION QF TRE WORK

The Contractor shall be responsible for the safety and protection of the public and of public and prhrate property during the contractoperational period on and araund the construcdon sites. The Contractor shall protect ag Contractor installed materials and providelocate services for such until CQQK COUNTS/'s project acceptance.The Contractor shall repair ag damage to the work area caused as s result of Contractor's work. In the event damage is irreparable,Contractor shag remove and replace such items at no additional cost to COOK COUNTY or the property owner.

COOK COUNty BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 3issued for Bld Proposal 2-23-15 PHASE 5

SoasTass - Resvhghe Protege -Meese PhsSB CTA ta 31StSt Fiber Build SOW - Phsas V v20150516geeemeeuof Week

Page 49: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

1. For initial submlss! pop and for.resubmission.required for approval, submit four (e) copies of each Item or slectronk pdf fllm cookcounty wgl only return two (2) copies. Make reproductions as required for your uss and distribution to subcontractors.ll. Illegible submlttais will not be checked by Cook County.Generak Submit the fofloudng:

I, Bfii of materials, noting long lead time Items. >II&~vpuca> t~caicuiaria . III Iv/ JIL~L

Iil. project schedule including sg ma)or work components that materially affect any other work on the project.Shop Drawings: Submit the fogowlnlp

I, Markups of drawings presented if changes are requested.li. Locations of all pull boxes (existing and new).Product Data: Provide catalog cut sheets and information for the fpflowlng:

I. Fiber optic cable (all types required for installation)

fl. Enclosures and components, fiber connectorsRI, Conduit, pull boxes, fltgngs and support bracketshr. Splice housingsV.vl, Inner duct.project Record Drawings: Submit project record drawings at condusion of the pr'eject snd Include (ref. 13.19):i. Approved shop drawings

R, Labeling and administration documentationIIL Warranty documents for equi pmentiv. bptiral fiber OTDR traces snd power meter/Rght source test results

v. Pictures ofall penetrations fire stopping if anyvi. Locations of ag splices, Hand holes, Manholes and pull boxes with GPS coordinates where avagable,MsDS and installation instructions on the spike method, harchaare and splicing equipment.MBDs for the fiber optic cable, pull boxes, connectors, cable lubricant, duct sealant closures, pull rope, enclosures, identification

tape, fire stopping systems, pipe supports snd mounting hardware,MSDS for the extruded, joint fess Polyethylene'duct or conduit as BPPRcsble Inctutgng reel Iengfixe actual Inside diameter, factory.test reports, pulling strength, and technical data.MSDS for the testing equi pment Including a written test procedure outlining the steps and methods that will be used to test thecable during abd after Instaflauon, including a sample copy of the test form that wgl be used In the test procedure.cable instsgadon procedures for the applicable method of instalhdlon, outlining the construction methods that wgi be used. Identifysteps that wgl be taken to ensure that the cable IS not damaged during the instsgegpn, Also

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIE5 PARTNERSHIP Page 5 Issued for Bid Proposal 2-23-15 PHASE 5

BD43Toas - iupdpxa peeked .sfwse phase CTA to 31st st Fiber f)u)kf sOW - phase v v20150516~t<w~ Peae I I

Page 50: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

ACCeptanCe Of fiber and fiber teSt reSultS iS SpeCified in Fiber OptiC Cable SpliCing gr TeSting. (ref 13.12)The contractor will verify and document that all the inner duct and pipe placed, is clean, has continuity, has proper coupler sealing,and is free of inner obstructions.Upon COOK COUNTY notification by the Contractor of completion of the work, a COOK COUNTY Representative and the Contractor'srepresentative shall jointly perform a "walk through" inspection of the work. The COOK COUN iY Representative will, during thisinspection, prepare a punch list of observed deficiencies. The Contractor shall then correct all deficiencies in a timely manner.Acceptance will not be granted until all deficiencies have been corrected to the satisfaction of COOK COUNTY and in accordance with

the specNcatlons of the governmental agencies having jurisdiction. The completion report shall certify that all deficiencies havebeen corrected. COOK COUNTY will review and approve all red line drawings, fiber test results and GPS data and shape files pdior toacceptance of the work.COOK COUNTY may opt to use the fiber network during the transition period (after construction is complete and prior toacceptance). During this transition period, the Contractor shall provide a support team to provide fiber troubleshooting andcorrective maintenance support to COOK COUNTY Including the installed flber locates.7. TRAFFIC CONTROL

The Contractor shall conform to all traffic controls as required by the City of Chicago Department of Transportation and illinois

Department of Transportation and other agencies having jurisdictional authority. The Contractor shall be responsible for the safetyof the general public and shall always give right of way to all other vehicular traffic. Should traffic control by local law or otherjurisdictional enforcement be required, the Contractor shall coordinate with the appropriate jurisdictional authority and incur all

cost of law enforcement or other jurisdictional personnel. The Contractor shall provide a minimum of five (5) days'otice to COOK

COUNTY for lane or shoulder closures. The Contractor will obtain approval from the jurisdictional agency having authority for theplacement of the traffic control. No additional time will be added to the schedule due to limitations on traffic control as establishedby the authodity having jurisdiction.The Contractor shall furnish all signs, barricades, barriers, cones, drums, warning lights, flag persons or other devices that arerequired and obtain all the necessary approvals. The Contractor shall maintain a log and provide COOK COUNTY on a monthly basiswith a copy of the log containing such obtained approvals.8. UTILITY LOCATIONS AND SUBSURFACE OBSTRUCTIONS

The Contractor shall recognize that utilities shown on drawings are for informational purposes only. COOK COUNTY and participantsassume no responsibility for the accuracy of these utilities shown or utilities that are not shown on the drawings.

The Contractor shall contact the applicable locate company at least forty-eight (48) hours in advance of construction for location ofburied utilities. The Contractor is responsible to locate and avoid all subsurface obstructlons. It is the Contractor's responsibility toverify the locations of subsurface obstructions shown on the drawings as well as any additional obstruction not identified on thedrawings. City of Chicago DIGGER (312.744.7000)& J ULIE (811or 800.892.0123).For Emergency Maintenance Restoration Work all applicable locate companies shall be notified. The state law shall be followed in

regards to excavation after an emergency locate request has been called in.

The Contractor shall be responsible to hand dig (pothole) any pipeline, utility or other buried facility prior to excavation in the area.There will be no additional cost to COOK COUNTY for pothole work.

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 7 Issued for Bid Proposal 2 23 15 PHASE 5

SD 037082 - Requisition Package - Mande phase CTA to 315't SL Fiber BUIIcl SOW - phase V V20150316Stnternenr ofWork Page is

Page 51: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

The Contractor shall maintain clearances required from existing utilities and follow the procedures of said utility as required.

The Contractor shall take all responsibility for damage to other utilities, personal injury, property and other damages resulting from

such damage.The Contractor shall keep a log of all telephone contacts to notify existing utilities of pending excavation. Such log shall include date,

time of day, name of individual contacted, names of company contacted, telephone number, and confirmation number. Such log

shall be made available to the COOK COUNTY representative at any time.

At locations where conduit, cable or inner duct crosses other subsurface utilities or other structures, the conduit, cable or inner duct

shall be installed to provide a minimum of twelve inches (12")of vertical clearance and applicable minimum depth can be

maintained; otherwise the conduit, cable or inner duct will be installed under the existing utility or other structure.

During performance of the Work, if Contractor or any of its subcontractors damages an existing utility line or has reason to believe it

has hit a utility Vine, the Contractor shall immediately call 9-1-land COOK COUNTY phone number to be furnished later, and make

the appropriate notification.9.SUPERVISION AND SUPERINTENDENTS

The Contractor shall furnish to COOK COUNTY, in writing, a telephone escalation list with the names and telephone numbers of the

members of his/her organization and subcontractors'rganizations who can be contacted in the event of off-hours emergency at

the construction site.The Contractor shall attend progress and project coordination meetings with COOK COUNTY representatives, other subcontractors

and persons that COOK COUNTY may from time to time require to have present. The progress meetings shall include job key

personnel, Including the Supervisor and any other persons In charge of various phases of the work.

The Contractor shall supply COOK COUNTY with qualifications of their supervisors that will be working on this project prior tocommencement of work.

Key personnel on the job will have mobile phones.

10. PROJECT COMMUNICATIONS

The Contractor shall designate a project manager to act as the point of contact with COOK COUNTY. All communications from COOK

COUNTY shall be directed to the designated project manager. The Contractor shall only be responsible for direction received from

the COOK COUNTY project manager or their designee.

11.DRAWINGS

Construction drawings provided depict the proposed route. The Contractor is to build the running line to the route identified on the

drawings where possible. The Contractor shall not make any route changes without the written approval of COOK COUNTY. A copy

of the drawings shall be kept with the crew performing construction and be available for review at any time by COOK COUNTY.

The drawings contain a cover page, index, general notes, symbols, typlcals/plan view drawings, and crossing details. Any

clarlflcations needed by the Contractor shall be addressed to COOK COUNTY.

Drawings have a sheet number listed in the format, Tt-XYY-ZZZ. The letter designation is as follows.

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page B Issued for Bid Proposal 2-25-15 PHASE 5

BD-oszogz -geqeieideupeekege -Meeae Phase CTA to 31st St Fiber Build SOW —Phase V v20150316 sierem~i ei'we k Page I4

Page 52: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

T1 - Discipline: Telecommunications Phase 1X - Drawing Type:G —GeneralDrawingYY = 00 (example: T1-GOO-)

P —Plan Drawing

YY —Floor Number (example: Tl-POO-, T1-P01-, T1-P02-):00 —Below Ground Level

01—First Floor02 —Second FloorD —Detail DrawingYY —Detail Type (T1-DEQ-, T1-DFS-, T1-DSP-):EQ- Equipment DetailsFS —Fire Stopping DetailsSP —Splicing DetailsZZZ —sequential drawing number within each "Drawing Type" group of drawings.The Contractor will be supplied by COOK COUNTY with revised construction drawings where applicable along with ConstructionRevision Log. The Contractor will provide written confirmation that they have received the log and understood the revision depictedin the received drawings. The Contractor will be responsible to ensure that all of their crews and subcontractors have the latestrevision of the construction drawings and are performing the Work accordingly.2. MATERIALS

The Contractor shall olbtain COOK COUNTY approval of all materials to be used on this project. The Contractor shall submit MMDS'sto COOK COUNTY for approval prior to ordering and/or installation of the material and/or equipment. The Contractor will determinethe appropriate quantity of materials needed to complete the installation.The minimum specifications on standard material used for construction are as noted below or approved equal:Termination Panel Connector Housing:Bulkhead Connector Housing, 4 rack units, accepting up to 12 Adapter/Splice & Pigtail Cassettes. Mountable in 19"and 23" racks.(Corning part ff PCH-04U).

Adapter/Splice & Pigtail Cassette:Mounted in Termination Panel Connector Housing, pre-loaded and pre-routed for mass fusion splicing of ribbon fiber pigtails. MeetsANSI/TIA/EIA-568A and 606. Splicing protected with heat-shrink. Includes one Fiber Termination Panel with:

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 9 Issued for Bid Proposal 2-23-15 PHASE 5

BD037082 - Requisition Package - Meade Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 smtement or wok Page 15

Page 53: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

a. 12 LC duplex single mode adapters (Corning cassette part ¹CCH-CS24-A9-POORI) orb. 12 LC duplex 50 pm adapters (Corning cassette part ¹CCH-CS24-E4-POOTJ) or c. 12 LC duplex 62.5 pm adapters (Corning cassettepart ¹CCH-CS24-E4-POOTJ) or d. 6 SC duplex single mode adapters (Corning cassette part ¹ CCH-CS12-59-POORI)

Fiber Optic Cable Dome Splice Enclosure:Tyco FOSC 450 Fiber Optic Gel Splice Closure or approved equivalent, Re-enterable with ribbon mass splice trays factory installed, noground lug or wire, no flash test valve.

(TYCO cat. ¹ FOSC 450-BS-6-R1-2-BON).Junction/Pug Boxes & Enclosures:Sizes & Materials:36"Hx36"Wx18"D Junction Box:NEMA 4, galvanized, painted steel, two-door with hinges and latches.24"Hx16"Wx8"D pull box enclosure: NEMA 4, galvanized, painted steel, screw cover.18"Hx18"Wx8"D pull box enclosure: NEMA 4, galvanized, painted steel, screw cover.

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 10 Issued for Bid Proposal 2-23-15 PHASE 5

SD037032 -Requisition Package -Meede Phase CTA to 31S't 5't Fiber Build SOW - Phase V v20150316 Ststementof Work Page id

Page 54: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Mariufacturers:Subject to compliance with requirements, provide products by the following:a. Cooper Technologies Company; Cooper Crouse-Hinds,b. Hoffman; a Pentair company,c. O-Z/Gedney; a brand of EGS Electrical Group,d. Approved equal.Conduits & Fittings: Listing and Labeling:Conduits, inner ducts and fittings shall be listed and labeled as defined In NFPA 70 by a qualified testing agencyintended location and application.Sizes & Materials:2" Electrical Metallic Tubing (EMT),2" PVC Flexible Inner duct,1 Yaa PVC Flexible Inner duct.Manufacturers:Subject to compliance with requirements, provide products by the following:a. Allied Tube & Conduit; a Tyco International Ltd. Co.b. O-Z/Gedney; a brand of EGS Electrical Group,c. Wheatland Tube Company; a division of John Maneely Company,d. Approved equal.Support, Anchoring and Attachment Components:Conduit 8 Inner duct Support Devices:Steel hangers, clamps and assodated fittings, designed for types and sizes of raceway to be supported include:a. 1 5/8" x 12"Unistrut channelb. 2" Unistrut Conduit Clamp (for 2" EMT or PVC Flexible Inner duct),c. 2" Flush Mount Pipe Strap (for 2" EMT or PVC Flexible Inner duct),d. 2" J-Hanger (foi 2" EMT or PVC Flexible Inner duct),e. Beam Clamp with U-Bolt (for 2" EMT),f. 3/8" x 6"Toggle Bolts,g. 3/8" x 4" Expansion Anchors,h. Be Threaded Steel Hanger Rods.Powder-Actuated Fasteners:

and marked for

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 11Issued for Bid Proposal 2 23-15 PHASE 5

BD 037082 - Requisition Package - Mande Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 son~eat of wack Page 17

Page 55: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Threaded-steel stud, for use in hardened Portland cement concrete, steel or wood, with tension, shear, and pullout capacitiesappropriate for supported loads and building materials where used.Manufacturers:Subject to compliance with requirements, provide products by one of the following:a. Hilti inc.,b. ITW Ramset/Red Head; a division of illinois Tool Works, Inc.,c. MKT FasteninB, LLC.

Mechanical-Expansion Anchors:Insert-wedge-type, zinc-coated steel, for use in hardened portland cement concrete with tension, shear, and pullout capacitiesappropriate for supported loads and building materials in which used.Manufacturers:Subject to compliance with requirements, provide products by one of the following:d. Hilti Inc.,e. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.,f. MKT Fastening, LLC.

Fiber Optic CaBle:Fiber Optic Cable shall be provided in accordance with the minimum requirements shown in table below. The cable vendor shallstamp on the outside jacket, at a minimum, manufacturing date, name of manufacturer, fiber count, cable owner (COOK COUNTY)and the owner's phone number to call [to be provided after Notice-to-Proceed(. With mechanical and transmission performancespecifications that meet or exceed ANSI/TIA/EIA-S68-C.3.

144 CT SINGLE MODE (052] RIBBON FIBER OPTIC CABLE:

Corning Part Number 144ECF-14101-20or approved equivalentMechanical Characteristics:Cable Type: All Dielectric, Non Armor, Gel Filled CableFiber Core Diameter: 8.2 ItmWater Blocking: Gel RiledTensile Strength (short term/long term): 2700 N or More/600 N or moreFree of Hazardous Substances as Defined by RoHS 2002/95/EGFiber Configuration:12 Ribbons with Telcordla Color Code and12 Fibers Per Ribbon with Telcordia Color/Number CodeInside Riser and Horizontal Cabling rated, Black UV and Microbe Resistant, Flame Retardant Polyethylene Jacket, Marked withFootage Length Marks, Double Sinus, Fiber Count, Manufacturer Name and Product Code, and Year, Cook County IT.

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 12 Issued for Bid Proposal 223-15 PHASE 5

sD 037082 - Requisition Package -Meade Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 statement of work Page IS

Page 56: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Fiber Characteristics:Fiber Type: E9/125 SMF28E+ (052), Minimum Attenuation 1285-1625 nm or EquivalentMeets Telcordia Gr20Meets ITU-T G.652 Categories A, 8, C and D

Meets IEA/EIA 492-CAABMeets ISO/IEC 11801051/052Mode Field Diameter II 1310nm 9.2 um +/C.4 umAttenuation At 1310nm 0.4 dB / km or LessAttenuation At 1383 nm 0.3dB/ km or LessAttenuation At 1550 nm 0.4dB/ km or LessTemperatures:Storage: -40 C to +70 C (-40 F to 158 F)Installation: -10 C to +60 C (-14 F to 140 F)Operation: -40 C to+70 C (-40 F to 158 F)Ground Rod:10'ength with 5/8" diameter. Rod will be copper bonded steel with 13 mil. Plating thickness. Will have an averagetensile strength of 80,000 psi and a straightness tolerance of .01IY'er linear foot. The rod will meet or exceedthe requirements of ANSI/UL 467-1984, CSA, and ANSI/NEMA GR-1.Ground Wire:¹6 AWG stranded green Insulated type XHHW ground wire.Locate wire:¹12 AWG stranded green insulated type XHHW locate wire (Only in the buried portion of the conduit)Cad Weld:Will need to make a permanent exothermic connection to the ground rod. Cad Weld will be NEC compliant and RuralUtilities Service (RUS) accepted. Will need to fit a 5/8" ground rod and ¹6 Stranded tracer wire.Hand hole:Will be open based and made of a polymer concrete construction. The size shall be 24"x36"x36"with a solid lid.Hand holes must have stainless steel inserts with 3/8" stainless steel 16NC Hex Bolts. Lids will have a skid resistantsurface and be rated to 20,800 lbs. A nameplate will be provided on the lid with "Cook County" and a contact number.Warning Tape:Will have a thickness of 6 Mil with a 3"width. It will have a tensile strength of 80 lbs. and elongation of 750+%. Dart

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 13 Issued for Bid Proposal 2 23-15 PHASE 5

so-037082 - Requisition Package - Meade Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 snnemenr of wmk Page 19

Page 57: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

impact will be 70 grams per Mil. Warning tape will be bi-colored. It will be orange with black lettering. Refer to Typical

"Warning Markers and Locate Post".Pipe/Duct:Will be 1.25"HDPE SDR 11.Ducts will be smooth wall on the outside and wave ribbed in the inside. Duct shall bemanufactured in accordance with ASTM F2160.The Contractor shall take extreme care to determine appropriate reel lengths. Splice points have been designated on the drawings

and the Contractor shall obtain an appropriate length of continuous fiber to reach the splice points. Reel lengths shall contain

enough fiber cable for the slack coils and waste. No additional splice points shall be added due to short reel lengths without written

approval from COOK COUNTY.

The materials are the responsibility of the Contractors until COOK COUNTY has accepted the Work as described in the "Testing,

Inspection and Acceptance" section. Losses due to damage to or theft of any materials shall be the responsibility of the Contractor

until acceptance has been granted by COOK COUNTY. COOK COUNTY shall be notified within one (1) day of any damage to or theft

of materials which will be replaced at no additional cost to COOK COUNTY.

Fiber Troughing:Fiber troughing will be plastic and yellow per industry standards. Downspouts will be fluted to minimize friction and scraping. The

troughing will have covers and be supported with steel supports that will allow cover removal and attachment.

13.CONSTRUCTION SPECIFICATIONS

All materials and equipment shall be applied, installed, connected, erected, utilized, cleaned and conditioned in accordance with the

instructions of the applicable manufacturer, fabricator or processor, except as otherwise provided In the contract documents. The

Contractor's installation and construction shall comply with the Contract Documents and other practices, standards and

specifications as required by the agencies having jurisdictional authority.

All OSHA standards and J.U.LI.E.requirements shall be followed during this construction. The Contractor shall keep a log of all

J.U.LI.E.tickets called in. The obtaining of all locates involved when performing digging, below grade, or earth penetration work is

the sole responsibility of the Contractor. The Contractor shall notify COOK COUNTY within two (2) hours of any utilities damaged by

the Contractor or representative of the Contractor. A damage report with pictures shall be submitted to COOK COUNTY within 48.hours of the damage occurrence.The Contractor is responsible for the means and methods related to the work on this project. Acceptable practices to complete theinstallation are listed below:13.1TRENCH INSTALLATION

The Contractor shall provide any necessary traffic control measures to meet requirements of jurisdictional agencies. Trenching shall

be done where the construction drawings and specifications dictate and where plowing or bodIng is not feasible. The Contractor

shall excavate as required (i.e. machine trench, backhoe, hand, etc.) to install a 5"HOPE/PVC Schedule 40 Pipe, with (3) 1.25"inner

ducts (or as depicted in the plans), a minimum of thirty inches (30")of cover below finished grade (Minimum depth of installation

within an IDOT access controlled ROW shall be forty eight inches 48").The duct shall be encased in concrete and structurally

supported where required. The installation shall be completed including the removal and disposal of excess excavated materials or

materials not suitable for backfill and the installation of the conduit/cable. The work also Includes shoring, bracing, dewaterlng,

manhole entrances, road bore connections, and all other operations necessary to complete the installation. Surface

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 14 Issued for Bid Proposal 2 23-15 PHASE 5

SD-037082 -Requisition Package -Meade Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 statemeurof wmk Page 20

Page 58: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

conditions shall be restored with necessary top soll and grass seed as required by authority having jurisdiction. In areas in the vicinity

of wetlands, the Contractor shall place necessary fencing to contain excavated material from entering wetland areas.Trenches shall be kept as straight as practical. The bottom of the trench shall be smooth and free from any sharp edges. The trenchshall be kept clear of debris and loose rock. All changes in trench grade shall be gradual. All trench sections must be closed at theend of each working day. Conduits / cables shall be placed in the center of the excavation and as straight as practicable. Excessivewaving of the conduits / cables within the trench will not be allowed. Where conduits cross existing sub-surface utilities, thecondults shall be placed to maintain a minimum of twelve inches (12o) clearance from the object or as required by the utility owneras described in the General Notes Section and approved by the COOK COUNTY representative.Warning tape shall be installed twelve inches (12")above the duct/cable.For sections with conduits or inner ducts, the preferred method of cable installation is to blow in the fiber cable. The conduitContractor shall have the full responsibility to assure all of the inner duct and conduit joints provide an air tight seal to facilitate thisinstallation process.All trenching shall be performed in accordance with the requirements of the permitting authorities (Chicago Dept of Transportation),and with prior notice to COOK COUNTY. All existing utilities through the open cut trench shall be supported at all times. Therestoration shall conform to the requirements of the permitting authorities and the pavement shall be restored to a condition equalto or better than the pre-existing condition.13.2STREET AND ROAD TRENCH INSTALLATION

This work includes coordination with COOK COUNTY prior to the start of work. The Contractor shall arrange for and adhere to all

necessary traffic control requirements in accordance with jurisdictional authority. The Contractor shall excavate as necessary toinstall the conduit/cable system with a minimum of thirty inches (30a) of cover below finished grade or as shown on the constructiondrawings. Adherence to permit requirements is required. The installation shall be complete with saw cutting the roadway surfaces,removal and disposal of excavated roadway surface and excess excavated material and the installation of the conduit. Restorationshall be made in accordance with jurisdictional authorities. Temporary asphalt restoration will be required when vehicular traffic will

be present prior to final asphalt restoration. Temporary asphalt restoration will include placing cold patch in the trench, andcompaction to ffnlshed grade.Final roadway surface restoration shall conform to jurisdictional authority specifications as applicable to the trenching location.Trenches shall be kept as straight as practical. The bottom of the trench shall be smooth and free from any sharp edges. The trenchshall be kept clear of debris and loose rock. All changes in trench grade shall be gradual. All trench sections must be closed at theend of each working day or covered with steel plates. Conduits shall be placed in the center of the excavation and as straight aspracticable. Excessive waving of the conduits within the trench will not be allowed.Warning tape shall be installed twelve inches (12"Jabove the duct.When open cuts or road crossings are permitted by trenching, 4" PVC pipe with (3) 1.25"inner ducts shall be used and shall maintaina minimum depth of thirty inches (30")below the surface of the road.Driveways, lanes, or roadways, which are open cut, shall be opened just prior to the conduit placing. In no case shall the driveway,lane, or roadway be left impassable at the end of the day. The general public safety is paramount and appropriate steps shall be

—taken-to-ensuresafety-at-all-times.-Where-a-drive-or-roadway-must-be-left-open-for-traffic,

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 15 Issued for Bid Proposal2-23-15 PHASE 5

SD-037082 - Requisition Package - Meade Phaae CTA tO 31St St Fiber Build SOW - PhaSe V V20150316Stammene or Weak Page 2i

Page 59: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

the Contractor must provide the material and method required to allow for movement of trafgc. Permitting requirements shall beadhered to.Trenches shall be promptly backfilled with earth and suitable means tamped so that the earth is restored to original grade to assureno hazard to vehicular, animal or pedestrian traffic. Unattended trenches shall not be left open overnight without the approval ofthe COOK COUNTY Project Manager. All open trenches will be properly guarded or barricaded to prevent damage or injury.In general, the select backfill shall consist of unfrozen material free of rock and other debris. Material previously removed from thetrench will qualify as select backfill, providing it is consistent with jurisdictional authority specifications. Compaction of backfill shall

be to the satisfaction of COOK COUNTY and in accorda nde with the requirements of the Jurisdictional authority.When pipe or conduit is placed by trenched construction beneath a roadway or a driveway or within five feet of the edge of an

existing or proposed pavement or base course, the backfill within the roadway shall be placed and compacted in accordance with

the requirements of the authority having jurisdiction.In areas inaccessible to tamping type rollers where compaction is required, a mechanical tamper of a size suitable for the work

involved shall be used. Pneumatic tampers shall be operated at pressures no less than those recommended by the manufacturer.13.3BORE INSTALLATION

This work includes coordination with COOK COUNTY prior to the start of work. The Contractor shall arrange for and adhere to all

'ecessary traffic control requirements in accordance with the jurisdictional authority. The work involves trenchless conduit/innerduct installation for the placement of HDPE casing and the inner ducts under railroads, paved roads, asphalt roads, exit ramps,driveways, where shown on the drawings or wherever else Contractor elects this method of installation. Boring shall be completewith the excavation of bore launching and receiving pits, any required shoring, any required rock removal, and the Installation of theconduit at a depth no less than forty-two inches (42o) below finished grade (BFG). Minimum depth of installation within the IDOT

access controlled ROW shall be forty eight inches (48").The minimum ground cover shall be (60")when boring under State, County or City roads without written approval from COOK

COUNTY Project Manager and the jurisdictional authority. The minimum cover is ten feet (10') when boring under illinois State Toll

Highway Authority roads, ramps or shoulders. The Contractor shall adhere to permitting requirements.Under no circumstances will the Contractor be allowed to cut or disturb pavement, asphalt or excavate within the relative limits ofany roadway surface to retrieve any lost boring apparatuses.Bore pits shall not be excavated within ten feet (10') from the edge of a state road or within five feet (5') from the edge of a

driveway without written permission from the Owner of the roadway.It is the Contractor's responsibility to allow for proper slope at both ends of the bore to stay within the manufacturers bend radius

for conduit and cable. In most cases, the construction drawings indicate the section of conduit that Is to be bored but does notinclude footage to account for slope. This is the Contractor's responsibility to determine and include in pricing.In no areas shall the conduit be installed with less than thirty inches (30")of cover without the written permission of COOK COUNTY.

All conduits shall be capped, sealed, and watertight and shall be well marked to accommodate locating. All bore pits shall bebackfilled and tamped to meet jurisdictional agency requirements. Surfaces shall be restored to original or better condition.

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 16 Issued for Bid Proposal2-23-15 PHASE 5

sD-ossosz - Req '~ion r eekege - Ittmse Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 statement ofwork Page 22

Page 60: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

The Contractor shall have the full responsibility to assure the inner duct and conduit joints provide an air tight seal to facilitate thefuture installation of fiber optic cable by a blowing or Jetting process.Installation of conduit/inner duct by directional boring across stream crossings or wetlands shall be performed in accordance with

the illinois Department of Natural Resources or the Army Corps of Engineers, requirements.Steel plates must be used where inner duct/cable pass under guardrail.13.4 HANDHOLE / MANHOLE INSTALLATION

The Contractor shall install hand holes at locations as shown on the drawings and as approved by COOK COUNTY, but at intervals nogreater than 5,000 feet.The hand holes shall be set on a base of clean, pea gravel or crushed stone with a minimum thickness of six inches (6").The ductsshall enter and leave hand holes exactly opposite each other and shall be trimmed neatly and capped within the hand hole tofacilitate the cable coils and or splice closures. In all cases, inner duct shall be installed around cable under the hand hole to providecrush protection.The Contractor shall have the full responsibility to assure the inner duct and conduit Joints provide an airtight seal.The inner duct/cable shall have a gradual sweep into the hand holes. The hand holes shall not be installed on steep banks or slopeswhere the cover cannot be leveled within a tolerance of one inch (1e) of drop to twelve inches (12")of grade. If a hand hole cannotbe placed leveled due to grade and cannot be moved to a suitable location, the grade shall be brought up around the hand hole forthe hand hole to be leveled within a tolerance of one inch (1")of drop to twelve inches (12")of grade.All hand holes shall be installed and grounded in accordance with the typical drawings and the manufacturer's specifications.13.5ROCKSAW INSTALLATION

Soil conditions shall be defined and documented as solid rock when field conditions at the site show the existence of rock at a depthpreventing the placement of conduit with standard trenching equipment, such as excavators or backhoes, at forty-two inches (42")of depth and where one of the following conditions exist:a. When visible ledge rock is exposed and witnessed by the COOK COUNTY Field Representative.

b. When specialized rock-cutting machines such as rock wheels are required to excavate a ditch as agreed to by the COOK COUNTY

representative.

The equipment used during rock excavation shall be designed or suitable for digging in rock.In rock, the inner duct shall be placed in GRS pipe (or an alternative conduit as approved by the COOK COUNTY designee) to provide

a minimum of twelve inches (12")of cover depth below the surface of solid rock, or provide a minimum of forty-two inches (42") oftotal cover, whichever requires the least amount of rock excavation.The Contractor shall backfill using select fill compacted in eight inch (Be) lifts. All restoration shall be conforming to permitrequirements or other existing conditions.13.6STREAM CROSSINGS

Not Used

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 17 Issued for Bid Proposal 2-23-15 PHASE 5

SD-037082 - Requisition Package —Monde phase CTA 'to 31st St Fiber'uild SOW - phase V v20150316 Statement of Work Page 23

Page 61: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

13.7CABLE MARKERS

Marker post signs and splice point locate marker posts shall be installed as noted on typical drawing. Locate marker posts shall beconnected to the fiber splice cases and the armored cable with a ¹6 ground wire in inner duct as shown in the typical drawings. Fiber

cable tags shall be placed in hand holes on both sides of a slack coil and on both sides of a splice case. The cable tag shall be orangewith black lettering and list the segment, direction the cable is traveling outwardly from the slack coil/ splice case, fiber count and

owner.13.8FIBER CABLE INSTALLATION

The Contractor shall follow all manufacturer guidelines and recommendations for the Installation of fiber cable.After cable installation in hand holes/pullboxes, the Contractor shall neatly coil the cable and/or inner duct to prevent damagecaused by others using hand holes/pullboxes. All fiber cables shall be tagged with an orange fiber cable tags. The cable tag shall list

the destination the cable is traveling outwardly from the slack coil/splice case/fiber termination panel, fiber count, and owner-

COOK COUNTY, and owner telephone number (to be provided after Notice-to-Proceed J.Bends of small radii and twists that may damage the fiber optic cable shall be avoided. During cable placement, cable shall not bebent in a radius less than 20 times the outside diameter of the cable. Pulleys, sheaves or radius wheels shall be used to meet this

requirement.Cable shall not be pulled with more than the maximum allowable tension as specified by the cable manufacturer. Safeguards, such

as a break-away swivel, and adjustable slip clutch capstan winch, or pulling dynometer shall be used.

At a minimum, a one hundred foot (100') slack loop will be placed in every handhole or as specified on the drawings.

Each slack coil shall be tagged and labeled with route designation.13.9CABLE REPAIRS

Minor damage to the outer jacket of the cable observed prior to or occurring during construction shall be repaired in accordancewith manufacturer's instructions with agreement from an authorized COOK COUNTY representative. Cable damage in excess ofminor damage to the outer jacket, which is observed prior to, during or after installation, shall be corrected. For underground cableinstallations, the damaged section of cable shall be enclosed in 1) a buried housing located as specified by COOK COUNTY or in 2) aburied cable splice enclosure if approved by COOK COUNTY, buried to the same depth as that specified for the cable. If the shield

has been broken, the cable shall be restored to the equivalent of new condition. This may require cutting out the damaged sectionof cable if required by COOK COUNTY. It may also require the replacement of an entire section between two existing handholes orpossibly replacing the entire reel of cable. Determination of the method of correction will be at COOK COUNTY'ole discretion.13.10DRAIN OR FARM TILE

If underground drainage tile is encountered as the cable Is buried, the cable will be buried deep enough to pass under the tile line

with a one j1) foot separation between the cable and the bottom of the tile line. The cable may be placed above the tile line

provided that the minimum depth of top cover is not compromised. Refer to typicals for repairs and avoidance.

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 18 Issued for Bid Proposal2-23-15 PHASE 5

SDOSTOS2 - Reawsfdea Pae age -Meade PhaSe CTA tO 31St St Fiber Build SOW - Phaae V V20150316Stare eai orWork Page 24

Page 62: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

All damaged drainage tile shall be repaired by the Contractor consistent with the pre-construction conditions and materials. In caseof a dispute regarding the proper repair of damaged tile lines, the tile repair specifications of the county Soil and WaterConservation District or COOK COUNTY shall be followed.The Contractor shall be responsible for repair of tile lines damaged by this construction for the duration of the Contractor's warrantypei'iod.

Repairs made to damaged tile line must enable the tile lines to operate, as well after the repairs are completed as before they weredamaged.Any tile lines known to be damaged shall be immediately and temporarily repaired by'the Contractor until such time permanentrepairs can be made. Permanent tile line repairs shall be made within fourteen (24) days of the date the damage occurred, weatherand landowner permitting.Where a tile is damaged, the Contractor must provide GPS coordinates and Station of the location and indicate the location on thered line drawing.prior to backfilling, a cooK coUNTY representative, the property owner and public entitles having jurisdiction must approve thefinal tile repair in writing.13.11PLOW INSTALLATION

Not Used13.12FIBER OPTIC CABLE SPLICING AND TESTING

SplicingAll fibers are to be spliced according to the splice assignment sheet provided by COOK COUNTY. Midsheath/Ring Cut Splicingapplications shall be used whenever possible to minimize loss and splice costs. Fiber Optic Fusion Splicers must be calibrated, at acertified test lab, within six (6) months of splicing. Certification of calibration must be with the fusion splicer at all times and beavailable for inspection by COOK COUNTY representative. Single Fusion Fiber Splicers must be Core alignment splicing while ribbonsplicing shall be profile alignment splicing. All spliced fibers shall be enclosed in a heat shrink sleeve that will protect the splice in thefiber tray. Fiber splicing shall conform to manufacturers recommended splicing practices and shall not exceed splice loss of 0.03dbfor single fusion splices and 0.1db average loss for mass fusion splices.All fiber cables shall enter the fiber optic splice enclosures neatly and in an organized fashion. Cables must be taped together andlabeled at the enclosure with the direction and lateral /segment number. Buffer/transportation tubes and ribbons shall be neatlyorganized in the enclosure and labeled at the splice tray with lateral/segment number and buffer/ribbon number. All armored fibercables shall be grounded to the splice enclosures using factory specified procedures. All splice enclosures shall be bonded to aground rod using a ¹6 ground wire which will be taped with the fiber cables. Enclosures vvill also be bonded to locate post wire whenapplicable. All splice enclosures will be labeled with 3"orange lettering/numbering identifying owner (COOK COUNTY) and splicenumber. Splice enclosures shall conform to Section 12 Materials.No additional splice locations shall be added without the written approval of COOK COUNTY.

TestingEnd to End Bi-Directional OTDR and Power testing of each fiber shall be performed using, at minimum, an EXFO FTB-200 Platform(OTDR) or equivalent and an EXFO FOT 920 (Power Meter) Platform or equivalent. The Meters must be calibrated, at a certified testlab, within six (6) months of testing. Certification of calibration must be with

COOK COUN7Y BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 19 Issued for Bid Proposal 2 23 15 PHASE 5

sD-037082 - Requisition Package - Meade Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 siaieme i or work Page 29

Page 63: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

the Meters at all times and be available for inspection by COOK COUNTY. Testing procedures shall conform to manufacturers

recommended testing practices and parameters. End to End average loss must not exceed manufactures rated attenuation for thefiber type, wavelength, splices plus connectors. 25 Meter Launch jumpers shall be used if taking OTDR readings through bulkheads

and connectors. Final test results will be submitted in EXPO format, Bellcore format or equivalent, in both soft and hardcopy. The

documents will be organized in a binder with a cover and index. The digital test results will be copied onto CDs, labeled and included

in the bjnder. Acceptance shall be at the discretion of COOK COUNTY after review and qualification of the test data

All Fiber used on the project shall have a manufactures pretest data sheet. A copy of said sheet shall be presented to Cook County.

Initially test optical cable with a light source and power meter utilizing procedures as stated in ANSI/TIA/EIA-526-14A: OFSTP-14A

Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant and ANSI/TIA/EIA-526-7 Measurement of Optical Power

Loss of Installed Single mode Fiber Cable Plant. Measured results shall be plus/minus 1 dB of submitted loss budget calculations. If

loss figures are outside this range, test cable with optical time domain reflectometer to determine cause of variation. Correct

improper splices and replace damaged cables at no charge to the Owner.

Cables shall be tested at 850 and 1300 nm for multimode optical fiber cables. Cables shall be tested at 1310and 1550 nm for single

mode optical fibers.Testing procedures shall utilize "Method B"—One jumper reference.Bi-directional testing of optical fibers is required.Perform optical time domain reflectometer (OTDR) testing on each fiber optic conductor. Measured results shall be plus/minus 1dB

of submitted loss budget calculations.Submit electronic media with test results and program to view results.Submit printout for each cable tested.Where any portion of system does not meet the specifications, correct deviation and repeat applicable testing at no additional cost

to the Owner.

COOK COUNTY, or representative, reserves the right to inspect and test fibers.13.13PROTECTION AND RESTORATION OF PROPERTY

If public, corporate or private property Interferes with the work, the Contractor shall notify, in writing, the owners of such property,

advising them of the nature of the interference and shall arrange to cooperate with them for the protection or disposition of such

property. The Contractor shall furnish COOK COUNTY with copies of such notifications and with copies of any agreements between

the Contractor and the property owners concerning such protection or disposition.

The Contractor shall take all necessary precautions for the protection of public, corporate or private property, such as walls and

foundations of buildings, vaults, underground structures of public utilities, underground drainage facilities, overhead structures ofpublic utilities, trees, shrubbery, crops and fences contiguous to the work, for which the contract does not provide for removal or

specify precautions. The Contactor shall protect and carefully preserve all official survey monuments, property marks, section'arkers and Geological Survey Monuments, or other similar monuments, until the owner, or an authorized surveyor or agent has

witnessed or otherwise referenced their location or relocation. The Contractor shall notify COOK COUNTY of the presence of any

such survey or property monuments as soon as they are discovered.The Contractor shall be responsible for the damage or destruction of property of any character resulting from neglect, misconduct,

or omission in Contractor's manner or method of execution or non execution of the work, or caused by defective work or the use ofunsatisfactory materials, and such responsibility shall not be released until

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 20 Issued for Bid Proposal 2-23-15 PHASE 5

sD 0370B2 -Requisition Package -Mande Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 suaemeniorwmk Page 26

Page 64: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

the 'work shall have been completed and accepted and the requirements of the Contract Documents complied with.Whenever public, corporate or private property is so damaged or destroyed, the Contractor shall, at no additional cost to COOK

COUNTY, restore such property to a condition equal to that existing before such damage or injury was done by repairing, rebuilding,

or replacing it as may be directed, or the Contractor shall otherwise make good such damage or destruction in an acceptablemanner. If the Contractor fails to do so, COOK COUNTY may, after the expiration of a period of 48 hours after giving the Contractornotice in writing, proceed to repair, rebuild, or otherwise restore such property as may be deemed necessary, and the cost thereofwill be deducted from any compensation due, or which may become due, the Contractor under this or any other contract betweenCOOK COUNTY and the Contractor.13.14RIGHT-OF-WAY PROTECTION AND RESTORATION

The Contractor shall protect the right-of-way and minimize damage from the construction operations.Depending on the location of the work, other agencies may stipulate construction practices and crew behavior requirements in oraround environmentally sensitive areas and cultural resource sites. The Contractor shall adhere to any such stipulated constructionpractices and crew behavior requirements.The Contractor shall keep the premises where work is being performed in a neat, clean, and orderly condition, and on completion ofthe work, the Contractor shall remove all of its tools and equipment from the premises and any debris shall be removed and

disposed of by the Contractor. All materials removed shall become the property of the Contractor.The right-of-way shall be restored to its original or better condition within twenty-four (24) hours or as soon as practicable, in COOK

COUNTY's opinion, following conduit/innerduct/cable-placing operations.In areas where open trench methods were used and backfill mounded over the trench, grading or filling will be required for final

restoration of the right-of-way to return the trench elevation to existing ground elevations.All remaining rock and debris brought to the surface during construction operations shall be removed from the Right-of-Way anddisposed of in accordance with all Federal, State and Local Laws.

All terraces that were removed or damaged shall be replaced to original or better condition as soon as feasible, in COOK COUNTYs

opinion, following the placing operations.Improved landscape, lawns, scrubs, and hedge removed or damaged on the rightwf-way shall be replaced. Lawns shall be repairedby sodding with like-grass and watered until the sod take root. into the ground (cannot be pulled up).The Contractor shall promptly repair or replace any property damaged during construction. Any damages shall be provided to COOK

COUNTY in a report with picture documentation showing the damage and the subsequent repairs.Waste and excess materials shall be removed from the construction areas and disposed of by the Contractor. Waste materialsremoved from the construction areas shall be dumped at an approved dumpsite. It shall be the responsibility of the Contractor tomake any necessary arrangements with private parties and with county offldals pertinent to locations and regulations of suchdumping. Any fees or charges required to be paid for dumping of materials shall be included in Contractor's lump sum price.If the Contractor encounters hazardous waste materials, the Contractor shall stop work immediately and notify COOK COUNTY.

13.15WORK WITHIN THE CDOT RIGHT-OF-WAY

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 21 Issued for Bid Proposal 2-23-15 PHASE 5

soo37osz —getaaaiuea Package -Meaue Phase CTA to 31st St Fiber Build SOW - Phase V v20150316saae mt erik Page 27

Page 65: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Work within the Chicago Department of Transportation (CDOT) Rights of way shall be performed in accordance with therequirements of CDOT or relevant jurisdictional authority, whether or not referenced In this specification, All UG work shall becoordinated and Permitted through the Chicago Office of Underground Coordination (OUC).All street installation shall be open cut trench installation with a 30" min depth from top of pipe and all street and asphaltrestoration shall meet all CDOT requirements.All material excavated within the access controlled ROW shall be used as back fill. Excavated materials in excess of fill volume shall

be smoothly graded on-site or otherwise located as directed by the COOK COUNTY representative.13.16NOTIFICATION OF WORK WITHIN ACCESS CONTROLLED BUILDINGS AND CDOT RIGHT-OF-WAY

A 48 hour notice shall be given to residents or offices within the scheduled work area prior to starting work. This can be via a doortag or flyer stating at minimum the scope of the project, Cook County Broadband Partnership, Contractor and contact number forquestions.13.17ADDITIONAL SPECIFICATIONS FOR WORK WITHIN IDOT RIGHT-OF-WAY

Not Used13.18COORDINATION OF REQUIREMENTS

In the case of a conflict(s) within, by, between or among the specifications and/or drawings, the most stringent requirement shall

apl Iy

13.19AS-BUILT DRAWINGS AND DATA SUBMITTAL

Contractor shall produce and submit to COOK COUNTY Record Construction Drawings for both Inside and Outside Plant constructionwithin 30 days of contract completion that describe In detail the as-built condition of the work. Additionally, an Electronic DataLocation File, and Geographical information System Point and ESRI Shape Files will be required for all Outside Plant Asbuilts asspecified in subsections b., c. and d. of this section. COOK COUNTY will utilize these subrnittals as records for the Fiber Optic system.a. Record Construction DrawingsThe Record Construction Drawings (RCD's) shall represent the full set of Construction Drawings that have been "red-lined" by thecontractor to show the actual construction performed. The location of the installed conduit, conduit type & size, fiber optic cabletype and count and all handholes and junction/pull boxes shall be indicated on the RCD's noting the distance of the fiber optic cableand conduit from and referenced to permanent landmarks that include such lines or points as fences, edges of pavement, bridges,underpasses, pedestals, sidewalks, doorways, hallways and limits of rights-of-way, among others.The Contractor shall measure and record the offsets (the distance from the cable or conduit to a physical reference point) on a line

perpendicular to the fiber's or conduit's longitudinal axis (i.e. the running line) points along the fiber or conduit of one hundred feet(100ft) or less to the physical reference points and wherever changes In the offset distance and direction of the running line haveoccuri ed.The Contractor shall indicate on the RCD's the depth of the installation as at finished grade (e.g. 0") or below finished grade (e.g.-48"), changes from the proposed construction and notes referencing any special construction such as steel plating, insulationbarriers, concrete encasement, and an irregular depth of installation, among others. The Contractor shall record on the RCD's, thefiber cable's "sequentials" at each splice point and handhole wall.

COOK COUNTY BROADBAND FIBER OPTIC NETWORK TECHNOLOGIES PARTNERSHIP Page 22 Issued for Bid Proposal 2-23-15 PHASE 5

BD 037082 - Requisition Package - Meade Phase CTA to 31st St Fiber Build SOW - Phase V v20150316 statetnent of work Page 28

Page 66: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

b. Electronic Data Routing and Location FileThe Electronic Data Routing and Col. E: Elevation - IL SPC E/WLocation File shall contain a Col. F: Date of Datacomprehensive set of GPS data Col. G: Time of Datalocation points and recorded in a Col. Fb 000 or Lat gGPS data table identified byconstruction package number.The text In the header of thetable shall be odiented verticallyand shall contain the following13 columns: Cot Fc Point No.Col. 0: Point CodeCol. C: Northing- IL SPC E/WCol. D: Easting-ILSPCE/W

Col. I: Means of ConstructionCol. J:Depth of Install

Col. ID Latitude

Col. L: Longitude

Col. M: GPS File Name

SD 037082 - Requisition Package - Mande Phase CTA to 31st St Fiber Build SOW - phase V v20150316 siaiemcni orwosk Page 29

Page 67: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

MENSEStoats, Inn

0550 'iy, 50 g(sw> iiui>r Atgiril,iniaii. >!It!5

'I>leih>mrs(TIS) 558.24(lfiPs>sic Jk C iyou) 5SS.>5>>1

Slsgl> Ccwk (:c.iwty TTI'>)P

Phuso 053y'Sr. (htux I be giudm Cuum>mkiilios ltcx>u> iCTA', >c 3 I

c St,

teer s 13, 20>l<

.V>mde 'I'ci pin paied out 15 platted tc nuh>rit iin Ticker review md rppm >it l >h; s >onpr nf wnrk md pricing fn>

3>i allure xib!sil pm}m>

Tim cu>i fur iho wurk d"tcr.brd hei(ra it 5>2»kdi(2.00.

lyse>od>c>rsinlasmgulromwxtoi'ih CIA for vurldogunllw r pop i 2, I lculculll'mvo>o >t f parfum>

5>sire]utltyuftl>C eius on >hlipruitu> gl'Pro>do>lic>IOO(X l(rvnrkWlier We'I 1m Solo>i>lmlira.

Tiiis pm>pcs>l h> lwsud on Iilmir tnr s rcciticctknn> tiwri (ilnhotrollws du>ed 2!23'.5.

Plcrv note thc foguwisg assmnpiium! >uciusiorw,

A>1 CD(» Pmniuh> Teer iwr cad>a>ed.2. A contisgonsynfh 40 000.(S3:sincluded lur CTA Ssggw! iosi!>mnr iiws is Included.

3; i,syoitt le included.4. t'!nst nfhni>di> iscIudod.5. (Innrdiastimiwlti, md spp cvul fvmr. If> is excluded.S 7 sfficmmwm snd Pmtccticn it ir"'.udcd.

(31cnr nw nt >r: a'cni of'wnrk is rwc>n>ed.

S. I'urxiihisg and:nt(silk>g I I!I-l!5"Hl)PR T'gore qt >3>x> gnm> gie 35"SfCTA swtii>e io 31'r,0, uu»dshm>d:ns>cr (i'id" I RRcnnduitrnormtl Sl10. Purithhmxl install I>) I, i>D >'l>n>0>roc st 51"'.ex> o>nncct to >Iw exhdug Ctdg lb>ndliolr.

11. I'urnlsh mid imudI 0}'>" PVCv>n>dolt li'ui>i Ii c fTA 5>nicn re r >uric Ihe rew CDDTIlandimle12. Pu>ntshm>d instul):.Idd g>r>ml Igielert!c sl er cnic cthlo 0»rt the 35'"si cim tlsiioo

(.'nm:nunlwuinn nir>n u> Ihc >nns ttm>ohuie «i 31'>.!13. Si>rainy.. tcmiinsti ig snd sming iho liiwr is indu Jcd mix>uiioil.

Spol m>sn>wl mid disposal h hmtcdcd.>5. Sits imtmrs itw s >8 p>ntc"'lan sf osis>ing comit Iuclak>l.Id. Ovrniirc is noi Include:1.

Igs>ulil you ho o iny iismedin>c 0>dulong nr ceno"ns >chum>odour prcixwsl, pierce gwi f>cc 0> cnnte ..ms.

ssmf a iooks I>c> warl k wor'(Ing with yor o i d>ls pm}cct.

Sixcsmh,

EIUS'~P'8)PM~Dcn>'inick C, h'I-I-rmw

>>trade, iac.708-"43-4B45

EXHIB1T C

SD 037082 —Requisition Package —Mesde PhaSe CTA tO 31St St Fiber Build SOW - PhaSe V V20150316Ste(ament of Wmk Page 30

Page 68: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

lee

';H$i ,!I.'I''.

SHISH 6 I

ODS IQ

5; I'.I

oo66 Y g

IDWLS

QD,

3',I'...,, ',::.!.'ffg:-4iemES ' ' " ' 3361

''Swat sl " . 'waa61. 8 DISH

6 C»L I 3

fI)l

s I'alt sp aat st' al

I

ggil IL

5O 0z00

ZZ F'055

~g5W

io P-WIZ NgtaR0 IL00 Dl

0Z D.00IU I-

tD g

8 ISzo0 ILQ OIL00

! Sl'0 33SD SDI

CK 1gg aso 33as DDI~1 Ã 6'Do g 1pgat'Dele soo ~taostsi'oo6 '10033'one eoo ~sroate eoo 0 ~~taoatesoog+~

sites l Dseae la Deoeeetes gge'0 Iz 3663eotm ~™uIsot eatoel gteega1z cate emm I

Page 69: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

8N

o.Z

rrt 8

g

a

ii: 0 5 8NZ0o 0 0~

' 0

( 8l»

3

I

0 O.tLOl0 3

L+RK

N0~z

!'.INOUILO ~< 0

Q Q I

BL Yi8 8

p~5)ttm p,

3

N N III

0 I- I

Y< 8g IU IU

IU IU OI N N

—NRN

g oaf

CI

0 8"80RXXUUUUZ 8

IL tL IL ILts to to tsZZZZI- I- I- I-

(000

8 88IL 8 IL O.44448oo0

ZZZI000NNN———8NZkkkt-00ppppg+(

1)45k

~048I- I- I- I- I- I-m

8

N

~QQ 3 oo'D U1B Boo 9 Iar Bl'o Uls ssn ~ss Dele Uoo DI DUIB I DU

rq"„.1'eateso sos rsroa r nnostoste t'oa ~sooste soo 0 ~aoonesoo Dotstsrsnerose tz mr etren) enm N DUUreottnr mam rzmrtertoo ~msopetrenIrreNrmmreaen

Page 70: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

IU

5 I Q.

i': lli

<55:.'..I

gs:I- SIzog o —zwwog Op 5

Rgg 15/pa

i" ii'i

Ilp

o

e

)II)mg)R)vl

I-*Ii@5$ >h

55ggghf,j

III~~I,I~;.;$5)~=llg„-j

0ZWO-0- p

geltgfo)

xI0

0 oF

IPI)

05 0 I.»

z0 w a

fl.„5IgkI 454

'eiiI;:i

yfge 5 00550

f)).15I5

II".IiII

I 22 N

0

5

Iapg 2a 5Zg« Ygs55

ogSh s:S

[irl Ii

i'ii"'

ONr oOZ o

we IIi

Oure, YI-8 5

ii)

Z

UlZ8

02

20 0

w$Yogo

0 00 025 5"s 8

Im15

leg

02 agx-aw z02«IU o»gS

k> 5 ~)5I(

0 0 0

ijiii.'-

owzg»zoo woNPZIU aK00 0

tii i

aP0 0 pg12 op

=kg

(pN5

4<5

yRI

*z 2 lu

05z«z

0Zowo -ww

0 —z<QI-'i

Iii/I)I

0200-„PFZZ

elllrj[QIQ'arloRggHS

W2«

IgPg

ii .Rf

«. 00jz 3

.Ne „.-=

agzgao

00

Iii0 Ui

g

5Z0

s0

ag00

ho-

3 ol g

Igm

go

5~)ozgNgzZao

(mifI(

» 5 I- » 00«pzao —I 0

)ig~l

0 5 z 5 SI

eiill

SoINNg2 0

I iios( b'Ig

NN2

II,8» 5

IU

ZNO«agY-a I

i,,'igo z0a<0 IU

g

soo aw sos essooII gpp zvo Ine coo e gpp Ql 0 YIO coo ~w0 YIO 200 ososo Ioo

0'I'r'pp so'OAQQD 200 see'00 r 'ppel'0 YIQ Isa ~szollse QOD 00 'spp 00000QUDD 00'Isle IODsreses I mr rsrrrs sszez rsI mrarlos QIeer rsrooreosos Q~I rzmreelesl~s~rsoloel

Page 71: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

EB3333US JSCC '3

ZOa FP 00

ZQZ CI

Rg

0-03

CU PCL Y

2ck-

333+S HOOD a

000

yKC

hJ

5m

ero 3300 eol,leloo ~3000300 e'00 g 3'l'001e 0'00 ~ecolneloo oc oYe 000

jlt 3 OCOA3lo Nal Ceolxl 0 3p3CI 0 Die 000 ~oe'0010 e'00Co .3003 000000 3'00 Oalme Iaa

elddo lo 3NNI E!303[ eldldo l1l 3NDI DOIDD 33K IAI 3NNN e0303 THIS ce 300I00303133 ~eoltcz

IU

g 03

o

Page 72: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

300-00d-Sgl J33553 333 0e+3 5553 3tetl ttpiete li

I

1$6g)5

IiIII

OIC 2z 0

jsa~yg se3$

03 z—oa

z QottJ dl IL 0ttt L

QI holes a. 2

III

M

50

WOSL

O035og

$0

I

I

0 tees sot tstoo g 1ppsoo ste roo g 1ppst octo soo ~stoetet'00 otoreroo5'gp'1I)3 seo tetlo sot sst'00 / '1''I'0 sts 0'00 ~sso 018 soo ~sos'08'let'00 ooltoe I'00

Yleese Je stoJ stepJ stsets se ssot 80500 38803" et Jete el!too 358% Je eeossel!JJI

I ————.0X

Page 73: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

QJOO-Ogd&OJ J33NS 33S LOOOI VJS 3Nll NOIIN

IJJ laQQQQ

croQI- 33o33

(g(sjr~5

I- ZNo

0 2IYLO I- QI IYOO.

~S- elQ 2

2 C30III OS

33 0IL Y

gg o)

k~)$(

JJJa

MJ

52g

JM

5,Bf iil

5 Ie)

eJI(I3 ( JJ) g

3"ee

09HN:

3

Sa

UJ

'JIg

5E

Ma

100-003WOJ J3313 33S 9L+3 VJS 3NIl RNINI

! ero Jaa»aa a«oo[ g Nppeoo MIO e'oo 9 lpp OIOMIO roo ~oraIO»oo~«OOIO I'»;gZip> aro Jeeo aoe raroo L OOOOIOMIe coo ~aroma roo SS-Ippoa'oalaroo ~ ooIMIO I'et

agrJ mmI eoNO IM eaaraeoaoo eoeae JJJJNrJNroo km IeagrJmnnleaaarNQmm

V.lc

Page 74: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Io

b

)56.g)S

II(((,H

000-Ogd&OJ J33HS 330 SS+JI VJS 3IN HOLSH

I 4[1—~r 0, 'ell JleslgN

f I'

sell II eeese 0

seto INlllg Ie

is(e(

[Pili,'

~s-oo8

(3/NI- Z

peg I- zI ro <30.

g vPo SL'Is

z C30Itsy 03 p

DI p

Its L 2Jo

JO

to

)30

omI—I

Ol

300-Ogd-Sgl 133HS 330 lg+01 VJS 3HII IQSH

toto

*o

ooo ere e'oo 0 qggetoete eoo ~seoOO»'oog@oo»el000r'0'3 l05 oso Aseo eot 10000 / IQQ II'0!t10 I'00 ~seo sle 0'00 0 Itot 00'0010 0'00 os Isle I'tel

Hem Selm ~m fromm ISSSH- re mr Seam IJOSSOV Sereot Srml~~ ~ormtm

Page 75: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

g

85

DS*'(im(

lIN)H ..0t= zz~ O~n i=I

OIN Oz

5o

<m OZZ QDDtat 0t 03 pt

IL Y

IP0. 2

8))a

I3 ao

e IS

0

3

p

0

000-00d-tpl I33HS 330 00+st VIS 3NII ISNNI

sso tsso eosassoa ~gp so'Dele saa)g pppstolne soo ~sta»s tao

cgi tpp so'o»ascot tseoo c 1ppno»e roo ~sn sso»e soo ~c Os'allis SOD OD'leae I'DD

ITIISS la ~Nl Doll% l Ildae DI eogtplllol tasse IM IIIS NITD ~

ID

it

DD

m

i

3

DI

aaQ

Page 76: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

8

LLNI";)I

) ,,m.lHI

:II I '~-Illa')Ill-l4 I

00V g

OI Ola

j„-I

'Ijl'I

-II"!

QT

I-'iII I;I(.l-rag

g; Ij Ij lji'Jlg

l /

r

IIII IIIIIII i14%%%%%%%%%%%ix+

>5=-4)l

! ooo~g

"Ig 00'0 fl10 0'00 g ~el'oele 000 ~el oe1e too UC Oloe 1 00

rgr-jag oro Ieeo eoo cor,oa I 1003eio eie ro» ~Iia„eraiae roa 'rra oracle ooa aoiioe voarleier Ir eeai eaiaa carer Ir eereaiaa gioeo ail eeai ealaa ~ er eer ealaaj aleeaa Ir err eann

ooX

Page 77: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

ROKO

e oo~ g

ese-L's

oo8:ko8IL Y

ee:-ee

g8

fs)

et I-

~I In««nn«

«XXI «XXI

«rss«I««nr«II

«IOSI« I«SO«l«

~ ~««MS«I «I«S«s

Oj IEi . 0000e's4

j5e««

8

to

g

4

h

I

O

o~4SY OOO

lo se gs: ~ o. ~hZ VipPP OY

FIg5

RpoIO «I IS

I

IF5g

0000 i~i II~

eoo Iles sol re«os ~sos loe coo g gpss ere«os soo O«««1« l M

ccz,og «loose sor cero) z gppslosle soo ~jg>so«roe oooii;

~oooo«e sos ool««sloesiecle SS seer IVIOO SSII«o IIS eeeleeIO5 s«ewe SS)ISIImles SBNK SS~«lpepislldR Jeieeeleelee

IU*0

O g

Page 78: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

LU

i(jI

NSR

(NNNNeN )

kg

~i)i

IPa

aa ZO

Zc-'.

Ir~ bJ

Qri-

ca

o—a.I o~ Q.Q Z

p

IZj g

co oKo gQO coaa.a g ~

>8 ~~

cn oc

) g'a

w cs

t.-=„SL

Ili,'co

5

Pllo1

8

sa) Jj]

lk

UJ

co

co 9

SO'O eel e'OO g qpgecoane soo ~SCO>neo'OO OCOSa assrczqpp sooaso aor rsroo L qpppoale ooo ~pocoase ooo co ~oso>no ron oocae coo

ereara rac asar canoe mm ae mraosoo aawR as%I!cornea 4Ãmmraolool~aacaornor

Page 79: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

,Z

Cs ZIIIg8@)zcaacs

oQEgg

ccc

OZIJ! 0.cj! $ 2)0 gc rUiL-e+50

~Cg. C!p cc!

R05

iZ

cog

QO U 8ILY gi8 g;Oo

0I

N)

5 p

ccIU

g8

5 818)~

NgglZ

Z ZZIK co Z cs

I iN

Bk.-:I

a a CU Z

Og

0(05

I8Lcc

I

IU

O

!. Iro Ieso eoccscoo ~qsroece roo g 1Mscosce soo ~scocnevoo ococoeroo

cgglgg sco Jeso eos Nroo e Zggccome roo ~srosce soo 0 1lnoroece roe oosze Iooeceea Z eeeC mcm~ ~ Z mmmm Iccez Zeeesmcm gIZgg1gssoceecm!IIUIUc ZeeCemcm

IU

Z

Page 80: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

iiJPto/;c.h

g f s4K

xoJ

C<i

. oro moo ooiieioo ~corsets roo g gppetoote roo ~trooteroo ocooorooegg spg eroieoo cot tiros L 1ppsto etc roo ~eroote roo ~rz goes>neroo ooios iso

ttettoro ot Mi store tester eti ttettsoteel sesttsg'ttttottstsrJ ~xrmz~ol~etessttoel

Page 81: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

h~gR

ifj

oe

III-

H

9g z

HHH g

Q h 5~z<

o 8Q Y g~ 8

!Z0IJJUPI

pe

UP fll

Ii'

~l I IEI

I-z

IP lieP4'('J 5

g

A

0

aoo Jfeo eoa ™0(~Q 00'0 foa 000)9 gpss el'0 ale Hoo (~0'"'0 f 00

rea'happ w 0 aea aol faa'00 a appal 0 Nfe ca ~c~ era Nfe I oo g ~ oa ofne roa eel+a I 00Hleele fo TNNll Hofae [ HHHIIH le eeff Heloe! ~mm Ie HNNf Hoefo Ieleeae IHHHHHHOHIIIHOKK HRWKEllfa

Page 82: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CIIC

IUZ

IU O

IL

4

XO O

Q 2 Z[IUZOgP UOU

01~ SZO- ''S.OI.Males 2

(I, eOlo

—O2

omee8

1

~~»~ t~,

sm

z oosesM e

————.pR

» Fu5 s

O

M

8

2IU O

Zg

Iso ow soo leooo ~1 sos»se soo)g 10'l'0»le coo ~o»OINO Zoo ololosrooI 5'10 > K'0 oso sol lsroo I 100II 0»ls I os ~ceo»ls soo ~~ply os 0>no Iso os I»le I'00

»~ld IM INOI »~010 I sselR'M Isos eolosl OIZIOO IM IN¹ Bool YIZIIO¹ esol »MOOIIIUUZ Zes aao

Page 83: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

I-e 0

f.so)

w 9032 I"200 kZow 2

o oI

5 52EONwooo

2 0

I'.

iii'--

F- 8:5

l0I

I9

-0lt

0

2 080o

),q'„l"IIlllIIIllIIIle 2 O o

wzp z gP

313$(91

jirIIIII.,'Il2-0-OQ 30QZ$ 92 I'acocK>0

8 XI- 0C p

I(Ii(,'55

V Q20*2

I58

186I558PZ&

oOl

9 8"

z 5 e3 8 o

jil',Ill8.*">h(I.*

Ze 3350

llIIe l)

85 $ ,8

2029 wzz

IIleel(IIIz zoe38o

awkg)k

2 a.

0 'C 2(I o

0 e

iim

2 )

Owc7f 9N

ol

4Z

Z Cz5 5

e

I8

Q 2Cp 90KO ot

I[ le58 II'I Yz

K2295

Sea020pgO

()p

5IR

55$

.05o8 a

528

0 Q

9 2 IL

002

5N

sI

Cl N0

Cp 0

ltillI-.9;029 Iv.

55859

>8, II2 2 O.ez 0Iwpzpo

ee Z

0 Zc8c 95N<42

I~IIIij,'-

'0)iII l'I0 8 5 pgp

'I'III 9

9$ II)P)88

';llilIIIIOI

c0 8

Ie

9 20 0

0>9 e82Oe(5P. I

wo88z% 08pwo za.2 I 3 2

058 5

8

2 98

2

eI 2

5 8

5 8

8 05 C

003

0

0

j8

ogKO

og

990*8.«Zo

00 IC

2 z

sll j8c38209

84

551zzag899)8

ll (ll

890 > 2 5 tl

'i518

O Z C le 2c8wez

8

9

w t-

0cp

I Z08 508

9 02 —0

CZC

81g

to08

3(5

to

oo'0 Ceca !toe

4 33 105 oco oeo eot01BOIOO

tee ooi~00'0 toe oooi5 555 2 o ate 0 to ~oeotoe t'00 otoelo 000ooooo i 555eloeoe Ioo ~oooete eoo 0 grnoooeteooo aa'twe looeoloo I ~ tz eoaeotool ciao Ieeetaeotool~c 305toteotool5ceeeozeonn

Page 84: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

I1iJII8 8 8 8

U~g IIILLZOo1 CI

5,'piI

oa

r~me~eDOT

DAYS SDSDIDN CICPOPCHICAGO

/gus cole ~~444HAS

DAYS 1 HHHI 1SSAMI YY

UIUID 1 A.DIA ~oar

R" ~tCDOT

IDVSIDN COY OP CHICACO

sas1 PUPPY 1 ISUSMI

SIUI 1 Aolc I cw )8

Ng

ZIIU P

p)'0~

;-'I gLL

"-'D80UI

0PI 8

/p/81'

0 y

"$ 18 I() ~

+oO

ID

e i.l:OOO 0

j8

fo

e" P

WD ++0

X I A+

5INUH

I:I

dli I-0 Z

DODD

o

41

N

sII,B (.I

0

ll 'I"ilI

'IDA

NU% „—H)ej Q 8I

Ue

»'881

IIyl

Ie

II

5)g8

i!8

IU

8

)O 4ggIU OUI

i

.I8

sca oao soc Yscoo ~qeoo UIS e'oo 8 .egg SIDPYS s'oo ~ac oloe4'oo olooecoopgglOpH'ooao Pal cairn e 1pgclo ale coo ~sc'SPYS poa ~gg SPDUIecoo 48lmeiao

PI888 IU PUoi a~a~ 1 ~ ee DIDC 88881 PI888 IU eeaseDYSOI PCDISK Ie 888eDYODI~ DSC eaYSD

Page 85: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Q 5Co

g IL„eoa

<g".,ce,';g: ')LL, IL

III y

V

SB

pe

)R 18ii4B

XO~EJ p

g Z gl-'iilte

Ias Y

go

Pu~ I

~S

0

!i'd%.R 1t" Isr

fIt1

-~pm gj(

agii I

Ili

SPIO

g

~

«

IOCI

is

5gi o———I I

ged

stD toto «oclscoo ~seo Ioa s'Do g ipp sl'cela Ivoo ~stolne coo oct«sec'oo

iieppp stocsso «ol cstco 5 "lpptioÃe too ~tootle eoo 'ggtoeocoac'DD oet«Is@os

Page 86: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

KO 6%0+ IU

%8gg z

————.ON

Qi sO5 IUIU

'g(+90'0 I0$ IV00 9 pe UI'0010 0'00 ~000008 U00 000I00 0'00

}gZ'qO~ 0000000 000 00000 C gogn00 000 C00 ~C~>000000 U00 UU-UU 000000 000 UO<UIU 000~U 00 TUU 00m0 00emr 3r ~~ Uaa~:t ~ IU 0000 Umm I Vgag "00 0000 00000100010~0 maUI0000

IU

CI

g

Page 87: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

EXHIBIT 3

Evidence of Insurance

Page 88: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

ACQPA CERTIFICATE OF LIABILITY INSURANCE 5/12/2015PRODUCER

ROBERT B MCMANUS IBC111 TT Uackeon Blvd . 81134Chicago, IL 60604(312)786-9090

INsURED Meadkb Inc9550 ET. 55th St., Suite AMOCook, IL 60525

INSURERS AFFORDING COVERAGE

wsuBBRN UBE Insurance Coro.wsuRBR Gr Charter Oak LPire Znc. CoINSURBRC American Guarantee 8 Italo, Znn.

INSURER T& BSEetY National Casua1tY Oo&F.

wsuRSR a rfrrevelrnra

NAID8

3921725615262471510525674

THIS CERllFICATE IS ISSUED AS A MATTER OF INFOREIATIONONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THE CERTIFICATE DOES NOT AIEEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.

8 2,000,000

06/25/14

COVERAGESTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PDUDY PERIOD INDICATED. NolWITHSTANDINGANY REQUIREMENT, TERM OR CONOITEW OF ANY CONTRACT OR OTHER DDCUSIENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED ORMAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICKS DESCRIBED HERSBI IS SUBJECTlll ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCHPOLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED SYPAID DEANS.

Lrn INere YYFSUFINSUBANOE PCLfCY NIIMBER RYKNB)ET)I ~ck@YI&IRINN ENBB

GENERAL UASIUTY BANE OGCUARENCB 8 2.000.000~ CCMSMRCIALQENBRAL LIANUTY FABMMSS"IE& oo'owemnl 8 100.000

GLNIEB MADE X occUR MSGBKPumronenaeonl 8 5.000A Y CGA 0960193 06/25/14 06/25/15 FNMONALsncvlmtuBY 8 2 000 000

XCU Coverage GBeen&L AGGBBGAYB s 4 .000 .000GSN'L AGGRSGATB LIMIT APPLIES PSR PRocucfs-GGMFIOPAGG 8 4.000.000

IPOLNY X J%8 Loc

AUTOMCNLB LMSILRYOOSNINEO SINGES UMIT

X ANYnlrlo anneoM&nS

X ALLOWNEDAUTOS SOGILYINJURY

X SCHEDULED AUTOS IP&r Freeonl

B Y ~ HIRBGAUTUB CAP-5807B924 06/25/15 BOEGLYINJURY

NONOWBGDAUTOS IPer&omdens 8

GARAGE UABILffY

g ANYNIIO

SXOBS~LIABILITY

Q OCCUR CLAlblSMIOB

C Y Q OBGUOTNLB

I BSYBBYION 8

AUC-5964478 06/25/14 06/25/15

PRGPBRTY DAMAQSSrernooldens

AUTO ONLY - &n Acclnnlof

ORNRTNANAtffOONLY'.

EACH OCOURK&NOB

AQQBSQATB

8

8

825.000.000825.000.000

8

x IwosTAYU-

iiorrr-

01/01/14 01/01/16 FLBAGHAcolcSNT

B.LOISSASB BA SMPEOYBI

EL DNBAS8- POUOY UMIT

s 1.000.0001.000.000

8 1.000.000

WOAKBRS COMPS N SATION ANDEMPLOYERS'SWUIYANY &nope&f0~In&a AGC4047777

U ceno&Mome&& etoulo&nr IL 1sT TTI Self IneSIGNAL PRO%SONS below

OTN8FI

E Property & CT6308758M006-TI 06/25/14 06/25/15 All Rick ValueEquipment

DESCRIPTION OFOPSBATKBNILOOATIONSIVNSOLSS/BXOLUSIONSAUUBU BYENDORSBMBNTISPSCIALPRGVISIONS

Re: Cook County Btop Phase 04, 35th St. Green Line Station Cammunication Room(CTA) ta 31St St. Conttact No. 1514-14588. *See Attacher3*

CERTIFICATE HOLDER

Cack Caunty118.)T. Clark Street, Rm 1018Chicago, Il 60602

ACORD28(2001/08)

CANCELLATION

GHOUL c ANY QF ries ASOV& OS& OR IS SO POUO ISS 88 CANC SLESU SSF ORB TN 8 SXFIRATION

DATB THSBBOF, YNB NsulBG NsuBSR BSEL~OMNI 30 DAYS WBITISN

NOYIOB Tc TKP CBRTBIOAYG HOLO&R Nnel&n TO THE LEFT. Suf FAILURE TO cc SO SHALL

IMPOSE NO OBIJGANGB OR LIABILBY OF ANY KIND UPON THE BISISIBR, ITS AGENTS OR

RBPKBS&NTATIVSB. JHt 1AUTHORIZED FJJPRBSBMATll/8 ~JNIS+ilf

eADO RD CORPORATION 1088

Page 89: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Insured:

Attachment to Certificate of Insurance

Meade, Inc.

Certificate Holder: Cook County, illinois

~Pro ect: Cook Count STOP Phase, 04

35'"St. Green Line Station Communication Room to 31"St.

Contract No. 1514-14588

Pollution uabilitto Ironshore Insurance Co.

Policy No. 01LV0918001

NAIC ¹25445

09/12/14-16

Each Qaim - $20,000,000

Aggregate - $30,000,000

Retention - $50,000

Additional Insured under General, Auto, and Excess/Umbrella Liability Policies

~ The County of Cook, Illinois

~ Elected OfAcials of Cook County

~ Employees of Cook County

Authorized Representative

Page 90: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

POLICY NUMBER: CGA 0980183 002IMERCIAL GENBRAI. LIABILITYCG 2010 0418

THIS ENDORSEIIIIENT CHANGES THE POLICY, PLEASE READ IT CAREFULlY.

ADDITIONAL INSURED —OWNERS, LESSEES ORCONTRACTORS -SCKEDULED PERSON OR

ORGANIZATION

Tms endorsement mcdBes Insurance provided under the following;

COMMERCIAL GENERAL LIABILITY COVERAGE PART

SCHEDULE

Name Of Additional tneured Person(s)Or Organlzagonfsl

ANY OWNER, LESSEEOR CONTRACTOR

THAT YOU ARE REQUatED BYA WRITTEN

CONTRACT OR WRITTEN AGREEMENT TOINCLUDE AS AH ADOIBONAL INSURED

Location(a) Of Covered OperationsALL LOCATIONS

Information reaulred to camalete this Sohedule. If not shown above, wig be shown In the Dsckrratione.

A. Secgan Il - Wha ls An Insured la amended toInclude as an addlgonel Insured the person(s) ororganization(s) shcwn In the Schedule, but onlywith respect to liability for "bodily Injury", "properlydamage" or "personal and advertising Injury"

caused, tn whats or ln pari, by:

1. Your nots orcenlsslons; ar

2. Ths acts ar omissions af those acting on yourbehalf;

In lhe performance of yaur angolng operations forthe additional Insured(s) at the locatlan(s)designated above.

However:

1, The Insurance afforded to such additionalInsured only appges to ths extmtt pennllted byiavr, and

fh If coverage provided to the addlgonal insured le

required by a contract or agreement, theInsurance allarded to euah additional insuredwgl not be broader than that which you arerequired by ths contract or agreement toprovms for such addldonel insured,

B. With respect to the Insurance sffardsd to theseaddlttonel Insureds, the fog owing addBoMIexcluslans apply:

This Insurance doss not apply to "bodily Itijury" or

"property damage" occurring after.

1. All work, including materials, pads arequipment furnished In connection with suchwork, on the project (other than servtce,malnhmacce or repairs) to be performed by oron behalf of the addglonal Insured(s) at thelocagon of the covered operations has beencampkrtedt ar

2. That portion af "yaur wek" out of wtdch theInjuqr or damage arises has been put to geintended uee by any person or orgardzagonother than another cordracdar or subcontractorengaged In performing operations for aprlncdpat av a part of the same project.

CG 20'la 04 13 Insurance Services ONce, Inc., 2012 Pags1 of 2

Page 91: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

C. With respect Io the insurance afforded to theseadditional insureds, the following ls added toSection III —Umlts Of insurance;

If coverage provided to lhs additional insured lsrequired by a contract or agreement, the most wewill pey on behalf of the addlgonat insured ls theamount of insurance;

t. Required by the oontract or agreement; or

2. Avagsbte under lhs applicable Limits ofInsurance shown ln the Dsclarallons;

whlcheverls less,

This endorsement shall not Increase thsapplicable Umtts of insurance shown in IheDeobsatlons.

Page 2 of 2 0r Insurance Servkes ONce. Inn, 20I2 C820foests

Page 92: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

POLICY NUMBER; CGA ass01es COBIMERCIAL GENERAL LIABIUTYCG 20 3104 13

TMIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.

ADDITIONAL INSURED -OWNERS, LESSEESORCONTRACTORS —COINPLETED OPERATIONS

Thh endorsement modltiee Insurance provided under the following:

COMMERCIAL GENERAL LIABILITY COVERAGE PARTPRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART

SCHEDULE

Name Of AddlSonal insured Person(s)Or Orcanlzationfs)

ANY OWNER, LESSEEOR CONTRACTOR

THAT YCU ARB REQUIRED BYA WRITTBN

CONTRACT TC WRITTEN AGREEMENT TO INCLUDE

AS AN ADDITIONAL INSURED

Location And Descrl»gon Of Com»lated onemgonsALL LOCATIONS

Information recuhad to corn»lets this Schedule. If nat shown above. will bs ehcwn tn the Declarations.

A. Sectton II -Who Is An Insured Is amended to BInolude as an sddglonal insured tHe person(e} arorganization(s) shown In ihe Schedule bul onlywith respect lo llsbllhy for "badly Injury" or"property damage" caused, In whohr or ln part, by

ur work't the Iocatlan designated andscribed In the Schedule of Sde endorsement

erformed for that addlgonel Insured sndnaludsd In the "products.completed opsrathnshazard",

However:

1. The Insurance afforded to such additianatInsured only applies tc ths extent perrnltledby law; end

2, If coverage provided to the additional Insuredls required by a conlract or agreemsnt, thsInsurance afforded to such addBonal Insuredwig not be bmader than that which yau arerequired by the contract or agreement toprovide for such addlifonal Insured,

IIVIlh respect ta the Insumnce afforded to theseaddlgonal Insureds, ths fallowing ls added toSection III- Limits Of Insurance:If coverage provided to the addBonal Insured isrequired by a contract or agreement, the most wewig pay on bchcg of the eddBonal Insured ls theamount oflnecrancrz

1. Required by the confract or agreement; orIL Availame under the applicabls Limbs of

Insurance shown in ihe Dsdaratlcns;

whichever le less,

This endorsement shall not increase the appgcabfeLimits of Insurance shown In the Declarations.

CG 23 3?04 13 e Insurance Services Oltlce, lna., 2»t2 Page I of1

Page 93: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

EXHIBIT 4

Board of Commissioners Authorization

Page 94: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

EXHIBIT 5

PrevaIIiag Wage for May 2015

Page 95: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Cook County Prevaihng Wage for May 2015(See explansdon of column headtngs at bottom of wages)

Trade Name

ASBESTOS ABT-GENASBESTOS ABT-MECBOILERMAKERBRZCK MASON

CARPENTERCEMENT MASON

CERAMIC TILE FNSHERCOMM. ELECT.ELECTRIC PWR EQMT OPELECTRIC PWR GRNDMANELECTRIC PWR LINEMANELECTRICIANELEVATOR CONSTRUCTORFENCE ERECTORGLAZIERHT/FROST INSULATORIRON WORKERLABORERLATHERMACHINISTMARBLE FZNISHERSMARBLE MASON

MATERIAL TESTER IMATERIALS TESTER IIMILLWRIGHTOPERATING ENGINEEROPERATING ENGINEEROPERAT1NG ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERAT1NG BNG1NEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEEROPERATING ENGINEERORNAMNTL IRON WORKERPAZNTERPAINTER SIGNS

RG TYP C Base

ALL 38.200BLD 35.100BLD 45.650BLD 42.580ALL 43.350ALL 43.100BLD 35.810BLD 39.000ALL 46.100ALL 35.960ALL 46.100ALL 44.000BLD 50.800ALL 35.840BLD 40.000BLD 48.450ALL 43.000ALL 38.000ALL 43.350BLD 44.350ALL 31.400BLD 41.780ALL 28.000ALL 33.000ALL 43.350BLD 1 47.100BLD 2 45.800BLD 3 43.250BLD 4 41.500BLD 5 50.850BLD 6 48.1.00BLD 7 50.100FLT 1 52.450FLT 2 50.950FLT 3 45.350FLT 4 37.700FLT 5 53.950FLT 6 35.000HWY 1 45.300HWY 2 44.750HWY 3 42.700HWY 4 41.300HWY 5 40.100HWY 6 48.300HWY 7 46.300ALL 43.900ALL 40.750BLD 33.920

FRMAN M-F>8 OSA OSH

38.70037.60049.76046.84045.35045.1000.000

41.80051.10051.10051.10047.00057.15037.84041.50050.95045.00038.75045.35046.85032.97045.9600.0000.000

45.35051.10051.10051.10051.10051.10051.10051.10052.45052.45052.45052.45052.45035.00049.30049.30049.30049.30049.30049.30049.30046.40045.50038.090

1.51.52.01.51.52.01.51.51.51.51.51.52.01.51.51.52.01.51.51.51.51.51.51.51.52.02.02.02.02.02.02.01.51.51.51.51.51.51.51.51.51.51.51.51.52.01.51.5

1.5 2.01.5 2.02.0 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.02.0 2.01 5 2.02.0 2.01.5 2.02.0 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.02.0 2.02,0 2.02.0 2.02.0 2.02.0 2.02.0 2.02.0 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.02.0 2.01.5 1.51.5 1,5

H/W Pensn

13.78 10.1211.17 10.766.970 17.819.850 13.6013.29 13.7512.70 13.2410.55 8.4408.420 11.9810.76 14.878.390 11.6010.76 14.8713.33 14.7713.57 14.2113.01 1.1.5112.49 15.9911.47 12.1613.45 20.6513.78 10.1213.29 13.756.760 8.9509.850 13.109.850 13.4213.78 10.1213.78 10.1213.29 13.7517.10 11.8017.10 11.8017.10 11.8017.10 11.8017.10 11.8017.10 11.8017.10 11.8016.60 11.0516.60 11.0516.60 11.0516.60 1.1.0516.60 11.0516.60 11.0517.10 11.8017.10 11.8017.10 11.8017.10 11.8017.10 11.8017.10 11.8017.10 11.8013.36 17.2410.75 11.102,600 2.710

Vac Trng

0.000 0.5000.000 0.7200.000 0.4000.000 1.0300.000 0.6300.000 0.4500.000 0.7101.100 0.7000.000 0.4600.000 0.3600.000 0.4600.000 0.7504.060 0.6000.000 0.3000.000 0.9400.000 0.7200.000 0.3500.000 0.5000.000 0.6301.850 0.0000.000 0.6000.000 0.7600.000 0.5000.000 0.5000.000 0.6301.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2501.900 1.2500.000 0.6500.000 0.7700,000 0,000

Page 96: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

PILEDRIVERPIPEFITTERPLASTERERPLUMBERROOFERSHEETMETAL WORKERSIGN HANGER

SPRINKLER FITTERSTEEL ERECTORSTONE MASON

SURVEY WORKER0.000 0.500TERRAZZO FINISHERTERRAZZO MASON

TILE MASON

TRAFFIC SAFETY WRKR

TRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTRUCK DRXVERTRUCK DRXVERTRUCK DRIVERTRUCK DRXVERTRUCK DRXVERTUCKPOINTER

BLDBLDBLDHWY

E ALL 1E ALL 2E ALL 3E ALL 4W ALL 1W ALL 2W ALL 3W ALL 4

BLD

37.04040.88042.84032.75033.85034.10034.30034.50032.55032.70032.90033.10042.800

ALL 43.350BLD 46.000BLD 42.250BLD 46.650BLD 40.100BLD 41.530BLD 31.310BLD 49.200ALL 42.070BLD 42.580

NOT IN EFFECT

45.35049.00044.79048.65043.10044.85033.81051.20044.07046.840

ALL

0.00043.88046.84034.35034.50034.50034.50034.50033.10033.10033.10033.10043.800

1.51.51.51.51.51.51.51.52.01.537.00

1.51.51.51.51.51.51.51.51.51.51.51.51.5

1.5 2.0 13.291.5 2.0 9.0001.5 2.0 11.401.5 2.0 13.181.5 2.0 8.2801.5 2.0 10.481.5 2.0 4.8501.5 2.0 11.752.0 2.0 13.451.5 2.0 9.8500 37.750 1.51.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.01.5 2.0

10.5510.5510.556.5508.1508.1508.1508.1506.5006.5006.5006.5008.180

13.75 0.00015.85 0.00012.19 0.00011.46 0.00010.54 0.00020.06 0.0003.280 0.0009.650 0.00019.59 0.00013.60 0.0001.5 2.0 12

10.32 0.00011.63 0.00010.42 0.0006.450 0.0008.500 0.0008.500 0.0008.500 0.0008.500 0.0004.350 0.0004.350 0.0004.350 0.0004.350 0.00012.66 0.000

0.6301.7800.6500.8800.5300.6900.0000.5500.3501.03097 9.930

0.6200.8200.9200.5000.1500.1500.1500.1500.0000.0000.0000.0000.650

Legend:

RG (Region)

TYP (Trade Type - AII,Highway, Building, Floating,Oil & Chip,Rives)

C (Class)

Base (Base Wage Rate)

FRMAN (Foreman Rate)

M-Fsg (OT rcquircd for any hour greater than S worked each day, Moo through Fri.

OSA (Overdme (OT) is required for every hour worked on Saturday)

OSH (Overttme is required for every hour worlusl on Sunday and Holidays)

H/W (Heahh tk Welgtm insurance)

Page 97: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Pease (Pension)

Vac (Vacation)

Trna (Training)

Explanations

COOK COUNTY

The following list is considered as those days for which holiday ratesof wages for work performed apply: New Years Day, Memorial Day,Fourth of July, Labor Day, Thanksgiving Day, Christmas Day andVeterans Day in some classifications/counties. Generally, any ofthese holidays which fall on a Sunday is celebrated on the followingMonday. This then makes work performed on that Monday payable at theappropriate overtime rate for holiday pay. Common practice in a givenlocal may alter certain days of celebration. If in doubt, pleasecheck with IDOL.

TRUCK DRIVERS (WEST) — That part of the county West of BarringtonRoad.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardousmaterials from any place in a building, including mechanical systemswhere those mechanical systems are to be removed. This includes theremoval of asbestos materials/mold and hazardous materials fromductwork or pipes in a building when the building is to be demolishedat the time or at some close future date..ASBESTOS - MECHANICAL - removal of asbestos material from mechanicalsystems, such as pipes, ducts, and boilers, where the mechanicalsystems are to remain.

CERAMIC TILE FINISHER

The grouting, cleaning, and polishing of all classes of tile, whetherfor interior or exterior purposes, all burned, glazed or unglazedproducts; all composition materials, granite tiles, warning detectabletiles, cement tiles, epoxy composite materials, pavers, glass,mosaics, fiberglass, and all substitute materials, for tile made intile-like units; all mixtures in tile like form of cement, metals, andother taaterials that are for and intended for use as a finished floorsurface, stair treads, promenade roofs, walks, walls, ceilings,swimming pools, and all other places where tile is to form a finishedinterior or exterior. The mixing of all setting mortars including butnot limited to thin-set mortars, epoxies, wall mud, and any othersand and cement mixtures or adhesives when used in the preparation,installation, repair, or maintenance of tile and/or similar materials.The handling and unloading of all sand, cement, lime, tile,fixtures, equipment, adhesives, or any other materials to be used in

Page 98: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

the preparation, installation, repair, or maintenance of tile and/orsimilar materials. Ceramic Tile Finishers shall fill all joints andvoids regardless of method on all tile work, particularly andespecially after installation of said tile work. Application of anyand all protective coverings to all types of tile installationsincluding, but not be limited to, all soap compounds, paper products,tapes, and all polyethylene coverings, plywood, masonite, cardboard,and any new type of products that may be used to protect tileinstallations, Blastrac equipment, and all floor scarifying equipmentused in preparing floors to receive tile. The clean up and removal ofall waste and materials. All demolition of existing tile floors andwalls to be re-tiled.

COMMUNICATIONS ELECTRICIAN

Installation, operation, inspection, maintenance, repair and serviceof radio, television, recording, voice sound vision production andreproduction, telephone and telephone interconnect, facsimile, dataapparatus, coaxial, fibre optic and wireless equipment, appliances andsystems used for the transmission and reception of signals of anynature, business, domestic, commercial, education, entertainment, andresidential purposes, including but not limited to, communication andtelephone, electronic and sound equipment, fibre optic and datacommunication systems, and the performance of any task directlyrelated to such installation or service whether at new or existingsites, such tasks to include the placing of wire and cable andelectrical power conduit or other raceway work within the equipmentroom and pulling wire and/or cable through conduit and theinstallation of any incidental conduit, such that the employeescovered hereby can complete any job in full.MARBLE FINISHER

Loading and unloading trucks, distribution of all materials (allstone, sand, etc.), stocking of floors with material, performing allrigging for heavy work, the handling of all material that may beneeded for the installation of such materials, building ofscaffolding, polishing if needed, patching, waxing of material ifdamaged, pointing up, caulking, grouting and cleaning of marble,holding water on diamond or Carborundum blade or saw for setterscutting, use of tub saw or any other saw needed for preparation ofmaterial, drilling of holes for wires that anchor material set bysetters, mixing up of molding plaster for installation of material,mixing up thin set for the installation of material, mixing up of sandto cement for the installation of material and such other work as maybe required in helping a Marble Setter in the handling of allmaterial in the erection or installation of interior marble, slate,travertine, art marble, serpentine, alberene stone, blue stone,granite and other stones (meaning as to stone any foreign or domesticmaterials as are specified and used in building interiors andexteriors and customarily known as stone in the trade), carrara,sanionyx, vitrolite and similar opaque glass and the laying of allmarble tile, terrazzo tile, slate tile and precast tile, steps, riserstreads, base, or any other materials that may be used as substitutesfor any of the aforementioned materials and which are used on interior

Page 99: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

and exterior which are installed in a similar manner.

MATERIAL TESTER I: Hand coring and drilling for testing of materials;field inspection of uncured concrete and asphalt.

MATERIAL TESTER II: Field inspection of welds, structural steel,fireproofing, masonry, soil, facade, reinforcing steel, formwork,cured concrete, and concrete and asphalt batch plants; adjustingproportions of bituminous mixtures.

OPERATING ENGINEER — BUILDING

Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes withCaisson Attachment; Batch Plant; Benoto (requires Two Engineers);Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant;Combination Back Hoe Front End-loader Machine; Compressor and ThrottleValve; Concrete Breaker (Truck Mounted); Concrete Conveyor; ConcreteConveyor (Truck Mounted); Concrete Paver Ovex'7E cu. ft; ConcretePaver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom;Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes,Hammerhead; Cranes, (GCI and similar Type); Creter Crane; SpiderCr'ane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling;Formless Curb and Gutter Machine; Grader, Elevating; GrantingMachines; Heavy Duty Self-Propelled Transporter or Prime Mover;Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists,Elevators, outside type rack and pinion and similar machines; Hoists,One, Two and Three Drum; Hoists, Two Tugger One Floor; HydraulicBackhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment);Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators;Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; PumpCretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; GypsumBulker and Pump; Raised and Blind Hole Drill; Rota Mill Grinder;Scoops — Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operationof Tie Back Machine; Tournapull; Tractor with Boom and Side Boom;Trenching Machines.

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; ConcreteMixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks;Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists,Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine;Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled);Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors,All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment Operator;Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodelingor renovation work); Hydraulic Power Units (Pile Driving, Extracting,and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5);Winches, 4 Small Electric Drill Winches.

Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and BrickForklift.

Page 100: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Class 5. Assistant Craft Foreman.

Class 6. Gradal1 .

Class 7. Mechanics; Welders.

OPERATING ENGINEERS — HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; AsphaltHeater Scarfire; Asphalt Spreader; Autograder/GONACO or other similaztype machines: ABG Paver; Backhoes with Caisson Attachment; BallastRegulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-NixPlant; Combination Backhoe Front Endloader Nachine, (1 cu. yd. BackhoeBucket or over or with attachments); Concrete Breaker (TruckMounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; ConcretePlacer; Concrete Tube Float; Cranes, all attachments; Cranes, TowerCranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.;Derricks, All; Derrick Boats; Derricks, Traveling; Dredges;Elevators, Outside type Rack & Pinion and Similar Nachines; FormlessCurb and Gutter Machine; Grader, Elevating; Grader, Motor Grader,Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; GuardRail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; HeavyDuty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes;Backhoes with shear attachments up to 40'f boom reach; LubricationTechnician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig;Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill — Crawler or SkidRig; Rock Drill — Truck Mounted; Rock/Track Tamper; Roto MillGrinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (TruckMounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel);Operation of Tieback Machine; Tractor Drawn Belt Loader; TractorDrawn Belt Loader (with attached pusher — two engineers); Tractor withBoom; Tractaire with Attachments; Traffic Barrier Transfer Machine;Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind HoleDrills (Tunnel Shaft); Underground Boring and/or Mining Machines 5ft. in diameter and over tunnel, etc; Underground Boring and/or MiningMachines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO).

Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve;Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe FrontEndloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or withattachments); Compressor and Throttle Valve; Compressor, CommonReceiver (3); Concrete Breaker or Hydro Hammer; Concrete GrindingMachine; Concrete Mixer or Paver 7S Series to and including 27 cu.ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine,Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor MuckCars (Haglund or Similar Type); Drills, All; Finishing MachineConcrete; Highlift Shovels or Front Endloader; Hoist - Sewer DraggingMachine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; HydroExcavating (excluding hose work); Laser Screed; All Locomotives,Dinky; Off-Road Hauling Units (including articulating) NonSelf-Loading E3ection Dump; Pump Cretes: Squeeze Cretes — Screw TypePumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows;Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor;Spreader - Chip - Stone, etc,; Scraper - Single/Twin Engine/Push and

Page 101: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Pull; Scraper — Prime Mover in Tandem (Regardless of Size); Tractorspulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats.

Class 3. Boiler's; Brooms, All Power Propelled; Cement Supply Tender;Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over);Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, AllElevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; PipeJacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven;Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; SteamGenerators; Stump Machine; Winch Trucks with "A" Frame; Work Boats;Tamper-Form-Motor Driven.

Class 4. Air Compressor; Combination — Small Equipment Operator;Directional Boring Machine; Generators; Heaters, Mechanical; HydraulicPower Unit (Pile Driving, Extracting, oz Drilling); Light Plants, All(1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); WeldingMachines (2 through 5); Winches, 4 Small Electric Drill Winches.

Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers.

Class 6. Field Mechanics and Field Welders

Class 7. Dowell Machine with Air Compressor; Gradall and machines oflike nature.

OPERATING ENGINEER - FLOATING

Class 1. Craft Foreman; Master Mechanic; Diver/Wet Tender; Engineer;Engineer (Hydraulic Dredge).

Class 2. Crane/Backhoe Operator; Boat Operator with towingendorsement; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge)Levezman (Hydraulic Dredge); Diver Tender.

Class 3. Deck Equipment Operator, Machineryman, Maintenance of Crane(over 50 ton capacity) or Backhoe (115,000 lbs. or more); Tug/LaunchOperator; Loader/Dozer and like equipment on Barge, Breakwater Wall,Slip/Dock, or Scow, Deck Machinery, etc.

Class 4. Deck Equipment Operator, Machineryman/Fireman (4 EquipmentUnits or Nore); Off Road Trucks; Deck Hand, Tug Engineer, CraneMaintenance (50 Ton Capacity and Under) or Backhoe Weighing (115,000pounds or less); Assistant Tug Operator.

Class 5. Friction or Lattice Boom Cranes.

Class 6 ROV Pilot, ROV Tender

SURVEY WORKER — Operated survey equipment including data collectors,G.P.S. and robotic instruments, as well as conventional levels andtransits.

TERRAZZO FINISHER

Page 102: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

The handling of sand, cement, marble chips, and all other materialsthat may be used by the Mosaic Terrazzo Mechanic, and the mixing,grinding, grouting, cleaning and sealing of all Marble, Mosaic, andTerrazzo work, floors, base, stairs, and wainscoting by hand ormachine, and in addition, assisting and aiding Marble, Masonic, andTerrazzo Mechanics.

TRAFFIC SAFETY

Work associated with barricades, horses and drums used to reduce laneusage on highway work, the installation and removal of temporary lanemarkings, and the installation and removal of temporary road signs.

TRUCK DRIVER — BUILDING, HEAVY AND HIGHWAY CONSTRUCTION — EAST a WEST

Class 1. Two or three Axle Trucks. A-frame Truck when used fortransportation purposes; Air Compressors and Welding Machines,including those pulled by cars; pick-up trucks and tractors;Ambulances; Batch Gate Lockers; Batch Hopperman; Car and TruckWashers; Carry-alls; Fork Lifts and Hoisters; Helpers; MechanicsHelpers and Greasers; Oil Distributors 2-man operationi PavementBreakers; Pole Trailer, up to 40 feet; Power Mower Tractors;Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation;Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; UnskilledDumpman; and Truck Drivers hauling warning lights, barricades, andportable toilets on the job site.Class 2. Four axle trucks; Dump Crete and Adgetors under 7 yards;Dumpsters, Traok Trucks, Euclids, Hug Bottom Dump Turnapulls orTurnatrailers when pulling other than self-loading equipment orsimilar equipment under 16 cubic yards; Mixer Trucks under 7 yards;Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles.

Class 3. Five axle trucks; Dump Crete and Adgetors 7 yards and over;Dumpsters, Track Trucks, Nuclide, Hug Bottom Dump Turnatrailers orturnapulls when pulling other than self-loading equipment or similarequipment over 16 cubic yards; Explosives and/or Fission MaterialTrucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit;Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Poleand Expandable Trailers hauling material over 50 feet long; Slurrytrucks, 1-man operation; Winch trucks, 3 axles or more;Mechanic--Truck Welder and Truck Painter.

Class 4. Six axle trucks; Dual-purpose vehicles, such as mountedcrane trucks with hoist and accessories; Foreman; Nester Mechanic;Self-loading equipment like P.B. and trucks with scoops on the front.

Other Classifications of Work:

For definitions of classifications not otherwise set out, theDepartment generally has on file such definitions which areavailable. lf a task to be performed is not subject tc one of theclassifications of pay set out, the Department will upon beingcontacted state which neighboring county has such a classification and

Page 103: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

provide such rate, such rate heing deemed to exist by reference inthis document. If no neighboring county rate applies to the task,the Department shall undertake a special determination, such specialdetermination being then deemed to have existed under thisdetermination. If a project requires these, or any classification notlisted, please contact IDOL at 217-782-1710 for wage rates orclarifications.

LANDSCAPING

Landscaping work falls under the existing classifications for laborer,operating engineer and truck driver. The work performed bylandscape plantsman and landscape laborer is covered by the existingclassification of laborer. The work performed by landscape operators(regardless of equipment used or its size) is covered by theclassifications of operating engineer. The work performed bylandscape truck drivers (regardless of size of truck driven) iscovered by the classifications of truck driver.

MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND IINotwithstanding the difference in the classification title, theclassification entitled "Material Tester I" involves the same jobduties as the classification entitled "Material Tester/Inspector I".Likewise, the classification entitled "Material Tester II" involvesthe same job duties as the classification entitled "MaterialTester/Inspector II".

Page 104: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

EXHIBIT 6

Proposal Execution Forms

Page 105: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Stmd 8929616671

PERFORMANCE AHD PAYMENT BOND TG THE COUNTY OF COOIC

weaoe, Ino. 9556 9.66tlw 8t. Socook,rL 66536

sd prlndpai, 636otinental casualtY comgenY

333 6. Wabash, Chicago, ZL 606D4as surety, srs held and

firmly bound unto Vhs County o'f Cook In the penal sumol'wo

Sundred Sewdnty siglit Thousand Sour fluodred 6irty Two.—-—--Dcllsrs ($

398.483,08

lawful money of Ihe United states or America, for gw payment of which sum of money well and Iruly lo be

made, ws bind owsslves, our respective hairs, cxsoub3rs, admlnlskatom, successors snd assigns, gnnly,

by these presents.

Signed sealed, snd dsllvemd this "'" dsy of8'y 2O 15I

THE CONDITION OF THE ABOVE OBLISATION IS SUCH. That whereas, the abbve bounden

principal entered Into s oerlaln contract with Ths County of cook, Bearing dias the '4th

Ssri l cook county sTDS Shase es, 35th Street creen Line Stationdsy or , gtf6, for

commualoation soon to 31st street, cont1ntt so. 1514-14588

20443

ByASSISTANT STATE'S ATTORNEY

It ls hsmby expressly undsmtood snd agreed, Slnd made a condition hereof, that any Judgementwxlemd lo favor of sny person not a parly to saki conlreol against Ths counly of cock In «ny su'll arisingcul of sold oontrad or Bs perfonnance, when reasonable nothe of the pendency of such suit shall h'avsbeen given to said principal and to sold surely, shell be conclusive agslnSt said prindpsl snd said swety si668iiii6as Io bollb Iiabllgy 8axl amount.

In Witness Whereof, seal parties hereto have caused this bond to bs executed and delivers +IlkP0+ ';6

Chicago, IBnols. sg on the day and year first above wrlgen. ;(P a ew

B ! SEAL !cQ~.P~

c'ontinantal cadualty coteeny

SURETY SEALI Cc89cndrs

6 ~d Irwwww( FSURETY/ATTORNEY-IN. FACT AMB¹ NAIC¹ 63 SEALfATTACH POWER OF ATTORNEY)Sary Snn yowell tsgt

Approved as to form;

Page 106: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

STATE OF ILUNOIS

COUNTY OF GOOK

On this l84. of.. ~ 20d5 .b'ifore me came iffsrv Ann pioVieff

who executed the preceding instrument, to me personally known, and being by me duly

swo; said that she is the therein descnbed and authorised A'ITORNEY-IN-FACT

of ..' ~4 4~. thatthe seal aflixed to said instrument

ls the Corporate Seal of saidCddtpany,'N

TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal

this day and year first writhe above.

(Seal)Susan K. Landreth Notary Public

Page 107: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

I'OWER OP AVH)RNEY APPOINTING INDIVIDUAL ATTORNEY PACT

Kaow All hfen Sy 'Ihese precenm, That Contlncaod Cmuslty Company, an Illinois incmsnce company National pire losursnce Company ofIirstford, ac igiardc inmrsuce eemPShyr and Amcriecn Ciisu'iilty Comymgr ofReading, Pemaylvsnia, s Pennrylvsais htsmmca eomyiay (herein called"SsCNA Compiinlci"J, are duly orgcgiced sWl erdstlng insumnoe eoaamiies having their principal ofllces in thc City af Chicago, snd Sate oflginoic,and ther they do by

virtue

oSe signatures and seals herein sfgxed hereby nuke, constitute and oppoiat

lgnryunu Powoll, Individually

of Chicago, IL their true snd lswlblAnomcy(s) in pactwlth foll power sod authority berebycoafened to sign, seal snd execute forand on their behalf bonds, uadertakldgs snd other obggstcry huummsnts of 'slmgar nature

- In Unlimited Amounto-

Surety Bond Numhep 929614671Princtpah Meade, inc,

Obligem County ofCook

and to bind them thmeby as tbtly and to the cwno wdect as ifsuch~were s'lgaad bye duly suthcdced ofltaer oftheb insumaec 'companies sndall the cote ofsaid Athnucy, pmsuant to the authority hereby given is hereby ratifled snd cosgrmcsl.

'1hh Power ofAttorney is made snd rxemted pnrsusct to and by sutherity ofthe Bp Law and Resclcgcns printed co the revere hsmof dulyadopmd. ss indicated, by the Boards ofDirectors ofthe insure noe companies.

In Wtmess Whereof, dw CNA Cempsnies have osussd there pmmnts to bs signed by ttcrir VIoe President sod their corpmatc mah to hc heretoalSxod on this 16th day oPMay, 2112.

Ceniininital Casualty CorapsnyNationsI Igre Insurance Company ofHmtfonlAmerican Css slty Company'of Reading, Pennsyivauia

State ofSouth Dakota, Csuahrof Mnneb she, ss:On this 16th dsy ofMey 21112,before me pemmsgy came Paul T Brugat to mc kaown. who, bciag by me duly sworn, did depose nod say: that he

resides ia tbe City ol'Sioux pngs, Stato ofSmuh IMmls; that he is a Vhsi prcsldcnt of oabncntsl Casualty Compsay, aa Illinois bsnnaacc oompany,National Firn Insurance Compsay ofItsrtSrd, cn Ilgsois insumnca company, snd American Csmalty Company ofBeading, Pmntndvsaia, aPenmrylvaaia lnsumnco company described In and whioh exeoetcd the shove instmment; that ho kaeuc the mals oFssid iasuranm companies; that theseals signed to dm mid Insuunwnt sra'such empomte seals; that they wrac so aflixod pmamnt to suthnrhy g!van by dte Bosnh ofDhectrm ofash!insunmos oompsnim end dmt ho signed his acme thcrem pursuant to Stm authority, sod aekmovdcilgcr same to be Se cct end deed ofsold lnscrsncecompanion

My Commfsslon Rxphus June 23, 201$ '.5dohr Noteqr Puwid

I, D.Bull, Assistant Secrebay ofContinectslCtncelty Company, se lginois insurance eempsny National Pne imurcnce Ccmpsay afRcrtfmd, snlgincis iasursdce eomixuty,'ail Amertcan Cssnslty Company cfRmding'Pomtsyivonih s'palnsylvtmia irtsmnacii comptcry do hereby ccfli(f that thoPown ofAtm>nay hemittisbovo sob Srm is suit in farce, tmdrgnthcrcarfliy thaj'the 'ly Lsw sad Rwalutieo ofSeBoard of Dhestori df dmideumceedoth psalm priii(eg on!he rovbrSLhplo'irf ik sgli in force 'Ja tbbSmhriy wind cbfI bnyit b~to mbsribad nty niime and tdRxtd ih'e lest ofthe

chid'trcursacecumpdaim this 1st" day oF

Contuumtal Casualty CompanyNational Phe insurance Company ofHartfordAmericas Casualty Co fR d P nia

Farm F6853-4/2012D. Bult Assistant Secmmry

Page 108: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Anth BTIRI'ng 8)f-Laws and Rflsolnfltsns

ADOFfsD BYTng BOARD CFDIRECNRS Op CONTIN BNTAL CAgUALTY COMPANYI

Tide poww ofAt(orncy is made end exccntwl psmusnt to and by authority ofths fonoering resolutloo duly adopt»I by the Board ofDirectors oftheCompaayat a meeting heldaaMsy 12; 1995t

~Lvnnt 'ibet aay Senior or Group Vme pmsident msy auth»me an oiticer to alga speciflc documents, ssreemenw and insuwnwm on behalf ofthe Company pmvncd that the name ofsuoh stdhmtxed offlcer and a description ofthe domrmtmu, ssrccmenh or lasuuments that such rdnesr msy sigawnl be pmvned in wriliag by the fleelor or Group Vleo Pms ident to Sto Bcmctery of the Comptmypdcr to such eseoatlon becoming eflhcflve,"

Thds Power ef Attomoy is signed by Paul T. Bruflat, Vk» President, who has been awhorised peru»at to the shove ru»lotion Io smuu» paper ofsttameys on behalf ofConfluudel Casualty Company.

This Pi'ower ofAgcmey is signed and sealed, by Stdileilc under snd by S» actliority af the osawing Retoluflen edephxl by the Board af Dhac»rs of theComps'ay gy uusriimoui written cmuent dated the 25a day ofApril,2012

"Whwcss, the byiaws ofao Corcgelny or epccifle rcselutlon of tha Bawd of Dlreotms hae eeawlmd various oinoas (the eAulborlsul Onioeufr) touteeute vsduns pogoles, bonds, undertakings and oner obligatory ~oflike natam'I and

Whemss, Bom time to thus, tbo signshue ofg» Authorised Calcem, in wkstlon ta beiog provided in original, heal copy format, may be puwided viaIhcshage or ofl»rw isa is sn rdectmnic tbnnst(r»gmflvety, "Slecuome Shp»roice"); Now there!bra be it resolved: that the Electronic Skp»tera ofanyAuth»trad Oihoer siren be vein sod binding ea lhe Company."

ADOPIBD BYTBSBOARD OP DIRECTORS OF NATKNAL PIRB INSISANCB COMPANY OFBARTFORDr

Thw Power of Attorney is made snd executed pmsusnt to snd by eutbmlty af Ihe 49louhtg rcmlcnon duly sdopurd by ths Eemd of Duecuus cf thoCompany by uusdimous wit team»teat dated May 10, 1995:

"RBBDLvBD: Tbst any scniar rv Group vd» praiideat msy sutbodm an onieer to sign specific dorum mrs, agsecmmm snd inc trumenls cu behalf afIhoCumpsny provided dut tke name ofsuch authorised oniccr sade rhuedptton ofthe dhcummm, sgresmentr or iaelmmenie that such rdnem msy signwnl be provided in wriliag by the senior or Group vice president to ae sematmy of the company piicr to such emmnhm b scorn'mg a%cane"

TMs Power af Attomoy is sigaed by Paul T. Brunel, Vice President, who hss been cuthccmed pnmsant Io Ihe shove nnolutlon to ex»ate power olatlorcoys os behalf of Naflonat fue Insmenee Comptmy ofHsrltbrd,

This pnwet df Atlomay is s)seed and scales by far»still uhder and'by Ihe suamity ofthc fegowing Rmolufloa sddptcd by the Board of Dbeetors oftheCampdnpay unanimous

wriiiea

cemen dotal lhe 25"ay atApril,201 n

"Whereas,'the hylews ofthe Company or specige lesnlution af the Bawd ofXhreemrs bss sinhwixcd various omcsw {flte "Authorimd Onieers") toureeule various policies, bands, undertakings eud other obligshuy instruments oflike nsturm and

Whwess, Sum time to lime, the signature off» Asthorlsed Onlcws, io eddkion to belag pmvldcd ht original, bard copy fern»L msy be pnwlded vlag»simae or otherwise ines etcctgmlc ihrmst (coflecflwdyi 4Elsotrcnic Igastutes"), ¹w theregmbe it resolvnk tbst tha Eimircnic Signstme of any

utbcrkmd Olncer chsa be vssd end binding an g» Company."

ADCSPBB BYTHE BOARD QFIRRBCTORa OF AMERICAN CxslJALTY COMPANY OF RFADBIG, PSNNBYLVAtcbat

Ttds Power ofAgoruay is made sad executed puumsnt to end by suthmgy ofthe fogowmg rssoluuoa duly adopted by the Board of Directe» oftbcComps»5 by unsniruous wrtscn consent dated May 10, 1995k

"RESOLVED: That say Senior or Group Vko Praddent n»y authoris ea olncar to sign speolgc documstxc, agree»cats end !est»meme on behalf ofsm company pmvid wig»t tbe acme ofsuch uutborlmd olncer mtd a dssedptlon of Ihe doeamsnls, sgriismentc or insumnents that such osner may signwill bo provided ln wdtlngby the senior or Gmup viropmident to as semetary of the campsay plier to tush emuutioa bmomktg elfecdv'a,"

This power of Asamsy hr signed by paul T. Braset, vice president, wbo bss been suthodned pursesnt to the sham resolution to execu» pcvrer ofetton»ys en behalf ofA»slot»Casualty Company ofEesdiag, petmsyimnin

This Iknver of Alton»5 is signed snd waled by E»simile angst 'snd by g» authatlh of the gdlowlng Eototuflon adopted by Ihe Bosnl of Direcbus af tboGp)hyahy by uuahhnons Wrtsec cmmmt dplgd tire 25 dsy ofAP!11,2012:

"Whereas, the bylews nf tl» Campsny or speeNc resolution of Ihe Bawd of Dhectots hes authcdaed various cnfcere (tbe eAuthortml Onlesrc") toexecute various policies, heads, undertsldngs snd og»r obbgetory isskuments oflike sensa: end

whmess, Som time to thus, the signature ofthe Auth»iced olgcms, ia addition to bdng pnwided in angina, hwd espy fonast, mey be pmvided viafswdmno ar otherwise ia en electronio fiumat (cosectnely, "Electreaio Bhp»tumed Now su»gus bs It resolved; that the Elceuunic sigeshue af soyAuthorised Olncsr shag be valid end binding an Ibe Company."

Page 109: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO; 1514-14588

EXHIBIT 7

Economic Disclosure Economic Disclosure Statement (Including MBE/WBE participationplan)

Page 110: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

COOK COUNTYECONOMIC DISCEOSURE STATEMENT

AND EXECUTION DOCUMENTINDEX

Section Description Pages

Instructions for Completion of EDS EDSi: il

Certifications

Economic and Other Dhclosuras, Affidavit of ChildSupport Obligafions and Disclosure cf Ownership

Interest

Contract snd EDS Execution Page

Cook County Sgnatura Page

EDS 1-2

EDS 3 —12

EDS 13-15

EDS 16

Page 111: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges
Page 112: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SECTION 1INSTRUCTIONS FOR COMPLETION OF

ECONOMIC DISCLOSURE STATEMENT AND EXECUTION DOCUMENT

This Economic Disclosure Statement and Execution Document ("EDS") la to be completed and executedby every Bidder on s County contract, every Proposer responding to a Request for Proposals, and everyRespondent responding to a Request for Qualifications, and others as required by the Chief ProcurementOfficer. The execution of the EDS shall serve as the execution of a contract awarded by the County. TheChief Procurement Officer reserves the right to request that the Bidder or PnXroser, or Respondentprovide an updated EDS on an annual basis.

Definitions. Terms used in this EDS and not otherwise defined herein shell have the meanings given tosuch terms in the Instructions to Bidders, General Conditions, Request for Proposals, Request forQualifications, as applicable.

Affifiafe means a person that directly or indirectly through one or more intermediaries, Controls isControlled by, or is under common Control with the Person specified.

Applicant means e person who executes this EDS.Bidder means any person who submits a Bid.

Cods means the Code of Ordinances, Cook County, illinois available on municode.corn.

Contract shall include any wiitten document to make Procurements by or on behalf ofCook County.

Contmcior or Contracting Party means a person that enters Into a Contract with theCounty.

Control means the unfettered authority to directly or indirectly manage governance,administralon, work, and all other aspects of a business.

EDS means this complete Economic Disclosure Statement snd Execution Document,including sll sections listed in the Index and any attachments.

Joint Venture means an association of Iwo or more Persons proposing to perform a for-profit business enterprise. Joint Ventures must have an agreement in writing specifyingthe terms and conditions of the relationship between the partners snd their relationshipand respscgve responsibility for the Contract

Lobby or lobbying means to, for compensation, attempt to influence a County official orCounty employee with respect to sny County matter.

Lobbyist means any person who lobbies.

Person or Persons means any individual, corporation, partnership, Joint Venture, trust,associabon, Limited Liabilty Company, sole proprietorship or other legal entity.

Prohibited Acts means any of ths actions or occurrences which form the basis for .disqualification under the Code, or under the Certificstions hereinafter set forth.

Propoesi means s response to an RFP.

Proposer means a person submitting a Proposal.

Response means response to an RFQ.

Respondent mesne a person responding to sn RFQ.

RFP means a Request for Proposals issued pursuant to this Procurement Code.

RFQ means s Request for Qualifications issued to obtain the qualifications of interested parties.

EDW 3r2015

Page 113: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

INSTRUCTIONS FOR COMPLETION OFECONOMIC DISCLOSURE STATEMENT AND EXECUTION DOCUMENT

Section 1:Instructions. Section 1 sets forth ths instructions for completing and executing this EDS.Section 2: CertNlcations. Section 2 sets forth cergfications that are required for contracting parties underthe Code and other applicabls laws. Execution of this EDS constitutes s warranty that all the statementsand certifications contained, and ag the facts stated, in the Csrtificaticns are true, correct and complete asof the date of execution.

Section 5: Economic and Other Disclosures Statement. Secgon 3 ls Ihe Count//s required Economicand Other Disclosures Statement form. Execution of this EDS constitutes a warranty that ag theinformation provided in the EDS is true, correct and complete as of the date of execution, and binds theApplicant to the warranties, representations, agreements and acknowledgements contained therein.

Required Updates. The Applicant'ls required to keep all information provided in this EDS current andaccurate. In the event of any change in the informa5on provided, including but not limited to any changewhich would render inaccurate or incomplete sny certification or statement made in this EDS, IhsApplicant shall supplement this EDS up to the time the County takes scfon, by filing an amended EDS orsuch other documentation as is required.

Additional Information. The County's Governmental Ethics and Campaign Financing Ordinancesimpose certain duties and obligations on persons or entities seeking County contmcts, work, business, ortransactions, snd the Applicant is expected to comply fully with these ordinances. For further Informationplease contact the Director of Ethics at (312) 503-4504 (68 W. Washington St. Suite 3040, Chicago, IL50502) or visit the web-site at cookcountyz.gov/ethics-board-of.

Authorized Signers of Contract snd EDS Execution Page. If the Applicant is a corporation, thePresident and Secretary must execute the EDS. In the event that this EDS is executed by someone otherthan the President, attach hereto a certified copy of that section of the Corporate By-Laws or otherauthorization by the Corporation, satisfactory to ths County that permits ths person to execute EDS forsaid corporation. If the corporation is not registered in the State of illinois, s copy of the Csrtgicste ofGood Standing from the state of incorporation must be submitted with this Signature Page.If the Applicant is a partnership or joint venture, all partners or joint venturers must execute the EDS,unless one partner or joint venture has been authorized to sign for the partnership or joint venture, inwhich case, the partnership agreement, resolution or evidence of such authority satisfactory to the Officeof the Chief Procurement Officer must be submitted with this Signature Page.

If the Appgcsnt is s member-managed LLC ag members must execute the EDS, unless othsrwlssprovided In the operating agreement, resolution or other corporate documents. If the Applicant is amanager-managed LLC, the manager(s) must execute the EDS. The Applicant must attach either acerfified copy of the operating agreement, resolution or other authorization, sadst'actory to the County,demonstrating such person has the authority to execute the EDS on behalf of the LLC. If the LLC is notregistered in the State of lginois, a copy of a current Certificate of Good Standing from the stats ofIncorporation must be submitted wilh this Signature Page.

If the Applicant is s Sole Proprietorship, the sole proprietor must execute the EDS.

A "Partnership" "Joint Venture" or "Sole Proprietorship" operating under an Assumed Name must beregistered with the Illinois county in which it ie located, as provided in 805 ILCS 405 (2012), anddocumentation evidencing registration must be submitted with the EDS.

EDS-ii 3/2015

Page 114: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SECTION 2

CERTIFICATIONS

THE FOLLOWING CERTIFICATIONS ARE MADE PURSUANT TO STATE LAW AND THE CODE. THE APPLICANT ISCAUTIONED TO CAREFULLY READ THESE CERTIFICATIONS PRIOR TO SIGNING THE SIGNATURE PAGE. SIGNINGTHE SIGNATURE PAGE SHALL CONSTITUTE A WARRANTY BY THE APPLICANT THAT ALL THE STATEMENTS,CERTIFICATIONS AND INFORMATION SET FORTH WITHIN THESE CERTIFICATIONS ARE TRUE, COMPLETE ANDCORRECT AS OF THE DATE THE SIGNATURE PAGE IS SIGNED, THE APPLICANT 16 NOTIFIED THAT IF THE COUNTYLEARNS THAT ANY OF THE FOLLOWING CERTIFICATIONS WERE FALSELY MADE, THAT ANY CONTRACT ENTEREDINTO WITH THE APPUCANT SHALL SE SUBJECT TO TERMINAllON.

A. PERSONS AND ENTITIES SUBJECT TO DISQUALIFICATION

5)

6)

7) Has made an admission of guilt of such conduct as set forth in subsections (1) through (6) above whichadmission ls s matter of record, whether or not such person or business entity was subject to prosecution forths ogsnse ar offense admitted to; or

8) Has entered a plea of nolo contendere ta charge of bribery, price-fixing, bid-rigging, or fraud, as set forth insub+aragraphs (1)through (6) above.

In the case of bribery or attempting to bribe, a business entity may not be awarded a contract if an oflicial, agent oremployee of such business entity committed the Prohibited Act on behalf of the business entity snd pursuant to thedirection or suthorization of an officer, director or other rssponslbhr offidsl of the business entity, and such ProhibitedAct occurred wfihin three years prior to ths award of the contract. In addition, a business entity shall bs disqusfitled If anowner, partner or shareholder controlling, directly or indirectly, 20% or more of the business entity, or an oflicer of thebusiness entity has performed sny Prohibited Act within five years prior to the award of the Contract.

THE APPLICANT HEREBY CERTIFIES THAT The Applicant has read the provisions of Section A, Persons sndEntities Subject to Disqualification, that the Applicant has not comrnmed any Prohibited Act set forth in Section A, andthat award af the Contract to the Applicant would not violate the provisions of such Section or af the Code.

No person or business entity shall be swarded a contract or sub-conhact, for s period of tive (5) years from the date ofconviction or entry of a plea or admission of guilt, civil or criminal, if that person or business entity:

1) Has been convicted of an act committed, within the State of glinoit, of bribery or attempting to bribe sn officeror employee- of a unit of state, federal or local government or schoal district in the Stats of glinols in thatoffioer's or employee's oSclal capacity;

2) Has been convicted by federal, state or local government of an ad of bid-rigging ar attempting to rig bids asdefined in the Sherman Anti Trust Act and Clayton Act. AcL 15 0 S C. Section 1 st ssqri

Has been convicted of bid-rigging or attempting to rig bids under the laws of federal, slate or localgovernment;

4) Has been convicted of an act oammltted, within the State, of price-fixing or attempting to fix prices ss definedby the Sherman Anti-Trust Act and the Clayton Act. 15 U,S,C. Section 1, et seq.;Has been convicted of price-fixing or attempting to fix prices under the laws the Slate;

Has been convicted of defrauding or attempting to defraud any unit of state or local government or schooldistrict within the State of glinois;

S. SID-RIGGING OR SID ROTATING

THE APPLICANT HEREBY CERTIFIES THAT: in accordance with 720 iLCS 5r33 E-ff, neither ths Appksnt nar anyAffiliated Entityis barred from sward of this Contract es s result of a convbtion for the vioieh'on of State laws prohibitingbid-rigging or bid rotating.

DRUG FREE WORKPLACE ACT

THE APPLICANT HEREBY CERTIFIES THA7! Ths Applicant wfil provide s drug free workplace, ss required by (30 ILCS580/3).

EDS-I 3/2015

Page 115: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

DELINQUENCY IN PAYINENT OF TAXES

THE APPLICANT HEREBY CERTllqES THAT: The Applicant ls not en owner or a party msponslble for the payment ofany tsx or fee administered by Cook County, by a fecal munlclpsllty, or by the Illinois Depsrlnrent of Revenue, which suchtsx oi fee is deifrmuent, such es bar award ofe contract or subcontract pursuant to lhe Code, Chapter 34, Sedion 34171.

HUINAN RIGHTS ORDINANCE

No person who is s party to a contract with cook counqr ("countY) shall engage in unlawful discrlminagon or sexualharassment against sny Individual in the tenne or conditions of employment, credit, public accommodations, houslrig,, orprovision of County facilities, services or programs (Code Chapter 42, Section 42 30 etssq }.

ILLINOIS HUINAN RIGHTS ACT

THE APPLICANT HEREBY CERTIHES THAT: It is in compliance swah the Illinois Human Rights Acf (775 ITS 5rg 105),end agrees to abide by the raqueements of the Act es pert of lie oonbaolusl obllgsgona

INSPECTOR GENERAL (COOK COUNTY CODE, ClfAPTER 34, SECTION 34vi74 and SecNon 34-250)

The Applicant has not willfully failed to cooperate in an investigation by the Cook County Independent inspector Generalor to report kr Sm Independent Inspector General any and all informagon concerning conduct which they know to involvecorruption, or other criminal acdvtty, by another county employee or oflicial, which concerns his or her office ofemployment or County related transacNon.

The Appliosnt has mported directly and without any UndUe delay eny suspected or known fraudulent acgvity in theCounty's Procurement process to the ONce of tha Cook Ccuniy Inspector General.

CAMPAIGN CONTRIBUTIONS (COOK COUNTY CODE, CHAPTER 2, SECTION 2.585)

THE APPLICANT CERTIFIES THATi It hss read and shall comply with the Cock County's Ordinance concerningcampaign contributions, which is codified at Chapter 2, Division 2, Subdivision 8, Secdon 555, and csn bs read In itsentirety st wvhv.rnunicodslccm,

GIFT BAN( (COOK COUNTY CODE CHAPTER 2~ SECTION 2474)

THE APPLICANT CERTIFIES THAT: It has read and shall comply with the Cook County's Ordinance concerningmceiving and soliciting gihs and favors, which is codiaed at Chapter 2, Division 2, Subdivkdon II, Seolion 574, end can beread in its engrety et www.municode.corn.

LIVING WAGE ORDINANCE PREFERENCE (COOK COUNTY CODE, CHAPTER 34, SECTION 34vt88;

Unless expressly waived by the Cook County Board of Commissioners, ths Code raquims that a living wage must be paidto individuals employed by a Conbactor which has a County Contract and by all subcontractors of such Conkactor under aCounty Contract, throughout the duration of such County Contracf The amount of such living wage is annually by theChief Flnanasl 05icer of the County, snd shall be posted on the Chief Procurement Otlicerswsbsite.

Ths term "Contract" ss used In Secdon 4, I, of this EDS, specifically extdudss contracts with the following;

1) Not-For Profit Organizations (defined as a corporation having tax exempt status under Section 501(C)(3)cf theUnited Slate Internal Revenue Cods and recognized under Nm Illinois State nct for-profit law);

2) Community Development Block Grants;

3) Cook County Works Depsrtment;

4) Shedifs Work Alternative Program; and

5} Department of Correchon inmates.

3/20t5

Page 116: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SECTION 3

REQUIRED DISCLOSURES

1. DISCLOSURE OF LOBBYISTCONTACTS

List all persons that have made lobbying contacts on your behalf udth respect to this contract:

Name

N/A

Address

2. LOCAL BUSINESS PREFERENCE STATEMENT (CODE, CHAPTER 34, SECTION 34-230)

Loca(business means a Person, including a foreign corporation authorized to transact business in glinois, having a bona fideestablishment located within the County at which it is transatfing business on the date when a Bid is submitted to the County,and which employs the majodity of its regula, full-time work force within the County. A Joint Venture shall constitute a LocalBuainaaa if One Or mOre PereOna that qualify aa a "LOCal Buaineaee hald Intereata totaling OVer 50 perCent In the JOlnt Ventura,svenif the Joint Venture does not, at the time of the Bid submittal, have such a bona fide establishment within the County.

a) ls Applicant a "Local Business" as defined above7

Yes: x No

b) If yss, list business addresses within Cook County:0550 w. 55th st suite A, wcccck, IL 605256550 W. 62nd st, Chicago, IL 606385401 W. Herriscn, Chicegc, IL 60644977 w. ceimsk Road, chicegc, IL 6060013255 Scuthwest Highway, Cuit 100, Orlsnd Park, IL 60462

c) Doss Applicant emplay the majority of its regular full-time workforcs within Cook County'i

Yern No:

3. THE CHILD SUPPORT ENFORCEMENT ORDINANCE ICODE, CHAPTER 34, SECTION 34-172)

Every Applksnt for a County Privilege shall bs In full compliance with any child suppart order before such Applicant is entitled toreceive or renew a County Privilege. When delinquent ahild support exists, the County shall not issue or renew any CountyPrivilege, and may revoke any County Pdivilege.

All Appgcants are required to review the Cook Caunty Affldavit of Child Support Obligations attached to this EDS (EDSJI)and complete the Affidavit, based on the Instructions in the Affidavit

I Applicant hss no "substantial owner",

EDS-3 3i2015

Page 117: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

4. REAL ESTATE OWNERSHIP DISCLOSURES.

Ths Applicant must indicate by checking ths appropriate provision below and pmviding all required information that either;

a) The following ls a complete list of all real estele owned by the Appfcant in Cook County.

PEREIANENT INDEX NUEIBER(S). aee attached

(ATTACH SHEET IF NECESSARY TO LIST ADDITIONAL INDEXNUMBERS)

OR:

b) The Applicant owns no real estate in Cook County.

5. EXCEPTIONS TO CERTIFICAllONS OR DISCLOSURES.

If the Applicant is unabls to certify to any of the Certifications or any other statements contained in this EDS snd not explainedelsewhere in this EDS, the Applicant must explain below:

If the ledsra, "NA', the word "None" or "Ho Response" appears above, or if the space is left blank, it will be conclusively pmsumedthat the Applicant certified to all Certigcations and other stetemenls contained in this EDS.

EDS-4 3I2015

Page 118: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Istic,

N184I81, 5585,

asi08OI

40ql045tt

40 404%

'17

4404looo

'pN tig 885':40-10SOI4S14OO

to tl@

1040551~

504+144WS000

PaapeSPA45Nae

5440 wttenhan Sheet

Nss watenhaa seaat

asst Wthnhan Saeat

5550 Wltenhaa Sheet

5825 W Ihasaan Stnna

shts W Hanhan Silent

sea1 wtspthan sseet

IS1'0W thethaa Seaet

58OO Wttenhan Saeat

841TWNwhan Stnns

5401 W lhmhan Saaet

4800Wptaataas'east

4850 Naanaaassaeal

585T.Wlhathan Seeet

4858 Wsewnntt Sheet

Page 119: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Cook county goaIEshthr Tex Lott

Prayers Haratrar 'aaperttrrrrtreee

10-104014554NO 5418 WHanlaOn Street

14-1040tet7aNO 5888 WHarrhan Scant

141$4OWN94ON 5811WHsnhan'Street

1MSSIHQ194NO 5828 WHanhan Saner

19.144014RNNNS W W Hrarhan Stnret

10404014RHlNO 58N WHsahafr Staaat

19404014tt84900

104tt451 WWmo

N18 WHtarhon Street

5418WHrathan Street

15404014IIWOoo

'1IHll401<NSON

1$OOWPannnay Street

1888W Ptasraro Stnret

StNTW Haahoa Stnnrt

15404tlt4tt54NQ 1850w tannnatt starer

19-18-303-003400019-18-303-006400019-18-303407-0000

COhtlvION ADDRESS: 6830 W. 63n4 STRIFf, CIIICAQO IL 60638

Page 120: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

COOK COUNTY DISCLOSURE OF OWNERSHIP INTEREST STATEMENT

The Cook County Code of Ordinances (([2410 ei seq.) requires that any Applicant for any County Action must dlsdose Information0'OnCerning Ownership Interests in ths Applicant. This Disdosuis of Ownership Interest Statement must be completed with ailinformation current as of the data this Statement is signed. Furthermore, this Statement must be kept current, by Sling an amendedStatement, until such time as 'the County Board or County Agency shall take action on the application. The information contained in

this Statement will be maintained in a database and made availabie for public viewing.

If you are asked to list names, but there are no applicable names to list, you must state NONE. An. incomplete Statement will bereturned and any action regarding this contract will be delayed. A failure to fully comply with the ordinance may result in the actiontaken by the County Board or County Agency being voided.

"Applicsnl" means any EnNy or person maldng sn application to the County for sny County Action.

"County Action" means any action by a County Agency, a County Department or the County Board regarding an ordinance orordinance amendmsnt, a County Board appioval, or other County agency approval, with respect to contracts, leases, or sale orpurchase of reel estate.

"Person" "Entity" or "Legs/ Ent/ty" means a sole proprietorship, corporation, partnership, association, business trust, estate, two ormore persons having a joint or common interest, trustee of a land trust, other commercial or legal entity or any beneficiary orbenefichrrtes thereof.

This Disdosure of Ownership Interest Statement must be submitted by:

1.An Applicant for County Ac(ion and

2. A Person that holds stock or a beneficial interest in the Applicant Sat[ is listed on the Applicant's Statement (0 "Holdw") must tile eStatement and complete ¹I only under Ownership Interest Declaration,

please print or type responses dearly and legibly. Add additional pages If needed, being careful to identify each pordon of ths form towhich each additional page refers.

ThisStatementisbeingmadebythe[ x ]Applicant or [ ]Stock/Beneficial Interest Holder

This Statement Is afa

Identifying Infownationt

Name Iteade, zuc.

[ x ]Original Statement or [ ] Amended Statement

D/8/A.'tmetAddreaa: 9550 W. 55th Street, Suite 5FEIN NO/SSN (LAST FOUR DIGITS): 22-4060765.

City'i Jsccock

phone No" '/05-558-2500Stats:

Fsk Number: ./05-505-2501Zip Cods; 60525

Emak dumamesdelcc.corn

corporsciou

6762-295-2

)'artnership[ x] Corporation

Cook County Business Registration Number.(Sole Proprietor, Joint Venture Partnership)

Corporate File Number (if applicable

Form of Legal Entity:

[ ] Sole Proprietor [ ] [ ] Trustee of Land Trust

[ ] Business Trust [ ] Estate [ ] Association [ ] Joint Venture

[ ] Other (describe)

EDS-5 3/2015

Page 121: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Ownership Interest Declaration:

1. List the nams(s), address, and percent ownership of each Person having a legal or beneficial interest (indudingownership) of more than five percent (8%) in the Applicant/Holder.

Name

L 5 a Co., Inc,

Address

2215 Iork Rd, Ste 304, Oakhrook, IL 60521

Percentage Interest in

Applicant/Holder

1000

2. If the interest of any Person listedin (1) above is held ss an agent or agents, or a nominee or nominees, listfire nameand address of the principal on whose behalf the interest is held.

Name of Agent/Nominee Name of Prindpal Prindpafs Address

Is the Applicant construcfively controlled by another person or Legal Enfity? [ [ Yes [ x [ No

If yes, state the name, address and percentage of beneficial Interest of such person, and ths relationship under whichsuch control ls being or may bs exerdsed.

Name Address Percentage ofBeneficial Interest

Relafionship

Corponrte Officers, Members and Partners Information:

For afi corpo'ration'sr list the names, address'esc and terms for afi corporate ofiicers, For all limited Ifability compfinies, lhit thsnameS, addreaeea fOr afi mernbera. Fcr.all praitnerahlpa and jOint Ventured, liat the names, addreSSeS; far eaqh partner Cr Jaintverdure.

Name Address Title (specify fille ofOffice, or whether manageror partner/joint venture)

Term of Office

Frank Z. Lizzadro 9550 W 55th St Suite A, Mooook, IL 60525 CSP N/A

Frank A. Liuradre 9550 w 55th st suite A. Mccook. IL 60525 preeideut N/A

Michael K. Knutzon 9550 w 55th sr suite A, wccook. IL 60525 vice president N/A

Declarafiion (check the applicable box):

[x j I stats under oath that the Appficant has withheld no disclosure as to owmsrshlp Interest inlhe A'pplibant nor reservedany Information, data or plan ss to the Intended uss or purpose for which the Applicant seeks County Board or other

County Agency acfion.

[ ] I state under oath that the Holder has withheld no disdosure as to ownership interest nor reserved any information

required to be disclosed.

EDS-7 3/2015

Page 122: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Michaei K. KnutsonName of Authorized tl . older

Signature

mkkemeadezcc.corn "slslaINNan'-mailaddress

eeesllmlllnlnslr

Repretlnta)ve g@~inQr. Iypa)

--" '-.g 'Aigqii.s:" I..4

Vice PresidentTitle

4 /24/2 8 150ste

708-588-2594Phone Number

Subscribed to and sworn before methis 24th day of~It ril 2015

My' ~sees=----"OtltrfCZAL SSA5P

4'oam T.MnaatttMeme ssmu amlo or Ianne

Notary Public Signature Notary Seal

EDS-8 3/2015

Page 123: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

COOK COUNTY BOARD OF ETHICS69 W. WASHINGTON STREET, SUITE 3040

CHICAGO, ILLINOIS 60602312/603-4304 Oifice 312/603-9988 Fax

FAMILIAL RELATIONSHIP DISCLOSURE PROVISION

Nenotism Disclosure Reauirementi

Doing a significant amount of business with the County requires that you disclose to the Board of Ethics the existence of anyfamilial relationships with any County employee or any person holding elective office in the State of illinois, the County, or inany municipality within the County. The Ethics Ordinance defines a significant amount of business for the purpose of thisdisclosure requirement as more than $25,000 in aggregate County leases, contracts, purchases or sales in any calendar year.

If you are unsure of whether the business you do with the County or a County agency will cross this threshold, err on the sideof caution by completing the attached fiunilial disclosure form because, among other potential penalties, any person foundguilty of fidling to make s required disclosure or knowingly filing a false, misleading, or incomplete disclosure will, beprohibited from doing any business with the County for a period of three years. The required disclosure should be filed withthe Bomd of Ethics by Ianuary I of each calendar year in which you are doing business with tbe County and again with eachbid/proposal/quotation to do business with Cook County. The Board of Ethics msy assess a late filing fee of $ 100 per day afteran initial 30-day grace period.

The person that is doing business with the County must disclose his or her familial relationships. If thc person on the Countylease or contract or purchasing fiom or selling to the County is a business entity, then the business entity must disclose thefamilial relationships of the individuals who are and, during the year prior to doing business with the County, were:

~ its board of directors,a its officers,~ its employees or independent contractors responsible for the general administration oftbe entity,~ its agents authorized to execute documents on behalf of the entity, and~ its employees who directly engage or engaged in doing work with the County on behalf of the entity.

Do not hesitate to contact the Board of Ethics at (312) 603-4304 for assistance in determining the scope of any requiredfamilial relationship disclosure.

Additional Definitions:

"Fare///a/ re la//unship" means a person who is a spouse, domestic partner or civil union partner ofa County employee or State,County or municipal official, or any person wbo is related to such an employee or oificial, whether by blood, marriage oradopfion, as a:

parentChild

C Brother13 Sister:J Aunt:UncleC Niece:Nepbeiv

Grandparent:.'randchildC Father-in-law': Mother-In-law:Son-in-law;:Daughter-in-law

Brother-in-law:Sister-in-law

:Stepfather"'tepmother., Stepson:Stepdaughter:Stepbrother": Stepsister:Half-brother:Half-sister

EDS-9 3/2015

Page 124: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

COOK COUNTY BOARD OF ETHICSFAMILIAL REI ATIONSHIP DISCLOSURE FORM

A. PERSON DOINC OR SEEKINO TO DO'BUSINESS Wl'f H THK COUlqTY

Naule ofPersonDonlg Busnless udth the Cotmty. Business entitY inf»metion Provided telos

Address ofPerson Doing Business with the County. us ness entity inforeetil n pravided helow

PhonenumberofPersonDoingBusinesswithtbeCounty, Business entitY infomeetion provided below

EmalladdressofPersonDoingBusinesswiththeCotmty; Business entitY information provided helaw

IfPerson Doing Business with the County is a Business Entity, provide the name, title and contact information for theindividual completing this disclosure on behalf ofthe Person Doing Business with the County:

Needs, Inc. uiaheel.x. Rnuteon, Vice President 9550 8 55th et suite A, ucCook, Ih 60525708-588-2594 mkkemesdelcc.com

,DESCRIPTION'OF Bl)SINESS-'WITH THE COUNTYAppend additional pages as needed and for each County lease, contract, purchase or sale sought andlorobtained during the calendar yrar ofthis disclosure (cr the proceeding calendar year(fdtsclcsure is madeon January I), ident+»

The lease number, contract number, purchase order number, request for propossl number 2nd/or request forqualification number assooiated with the business you are doing or seeking to do with the County:

ReqS 118211

Ths aggregate dollar value ofthe business you are doing or seeking to do with the County: 3 278 462.oo

The name, title and contact information for the County officia(s) or employee(s) involved in negotiating tbe businessyou are doingor seeking to do withthe County: Boug cour lend, pnp praiect ueneger, cook county

government, office 312-603-1498, e-meil douge.couplsndscookaountyil.gov

The name, title and contact information for the County official(s) or employee(s) involved in managing the businessyou are doing orseekipg,t'o do with the County: Adrisen Jelke-Brown contract negotistor cask counryoffice of the'.chi'ef procumbent officer'18 north clerk 8treet, Room 1018 chicago, IA 60602

Telephone: 312-603-3951 8-msil: Adrieen,Jelks-nrownecookcountyil.gov

C. DISCLOSURE OF FAMILIAL REL'ATIONSHIPS WITH COUNTY EMPLOYEES OR STATE. COUNTYOR SIVNTCH AL ELECTED OFFICIA'L'K

Chech the bcx thar applies andprovide relatedinforrnation where needed

0 The Person Doing Business with the County is an individual and there is nc familial mlatisnship between thisindividual and any Cook County employee or any person holding elective office in the State of Illinois, Cook County,or any municipality within Cook County.

ig The Person Doing Business with the County ls a business entity and there is no familial relationship between anymember of this business entity's board ofdirectors, olticers, persons responsible for general administration ofthebusiness entity, agents authorized to execute documents on behalf ofthe business entity or employees direotlyengaged in contractual work with the County on behalf of the business entity, and any Cook County employee or anyperson holding elective ofilce in ths State of Illinois, Cook County, or any municipality within Cook Cowuy.

EDS-10 3I2015

Page 125: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

COOK COUNTY BOARD OP ETHICSFAMILIAL RELATIONSHIP DISCLOSURE FORM

't3 The Person Doing Business with the County is sn individual and there is s familial relationship between thisindividual and at least one Cook County employee and/or a person or persons holding elective otBce ln the State ofiginols, Cook County, and/or any municipality within Cook County. The familial relationships are as follows:

Name ofIndividual DoingBusmess with the County

Name of Related County Title snd Position ofRelatedEmployee or State, County or County Employee or State, CountyMunicipal Elected Official or Municipal Elected Officisl

Nature ofFamilialRelationship

Ifmore space is needed, attach on addi/tous/ sheet following the above format.

The Person Doing Business with the County is a business entity and there is a familial relationship between at leastone member of this business entity's board ofdirectors, officers, persons responsible for general administration of thebusiness entity, agents authorized to execute documents on behalf ofthe business entity and/or employees directlyengaged in contractual work with the County on behalf of the business entity, on the one hand, and at least one CookCounty employee and/or a person holding elective ottlce in the State of illinois, Cook County, and/or anymunicipality within Cook County, on the other. The familial relationships are as fogows:

Name of Member of BoardofDirector for BusinessEntity Doing Business withthe County

Name ofRelated County Tate and Position ofRelatedEmployee or State, County or County Employee or State, CountyMunicipal Elected Official or Municipal Elected Otffcist

Nature of FamilialRelationship

Name ofOfficer for Business Name ofRelated County Title acd Position of RelatedEntity Doing Business with Employee or State, County or County Employee or State, Countythe County Municipal Elected Oiffcisl or Municipal Elected Official

Nature ofPsmilielRelationship

EDS-1 1 3/2015

Page 126: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Name ofPerson Responsiblefor the GeneralAdndnistrstion oftheBusiness Entity DoingBusiness with 'the County

Name ofRehaed County Title and position ofRelatedEmployee or State, County or County Employee or State, CountyMunicipal Elected Ofiicial or Municipal Elected Official

Nature ofFamilialRelationship

Name ofAgent Authorizedto Execute Documents forBusiness Entity DoingBushtcm with the County

Name cfRelated County Title snd Position ol'Related Nature ofFamilialEmployee or State, County or County Employee or State, County

Relationship'unicipal

Elected Ofiicisl or Municipal Elected Otticial

Name ofEmployee ofBusiness Entity DirectlyEngaged ic Doing Businesswith tbe County

Name ofRdsted County Title snd Position ofRelated Nature ofFsicilialEmployee or State, County or County Etnployee or State, County RelationshipMunicipal Elected Official or Municipal Elected Oificial

ifmore space ls needed, anach an additional sheer following the above format.

VERII/ICATION: To the best of my knowledge, the information I have provided on this disclosure form is accurate andcomplete. I acknowledge that an inaccurate or utcompicto disclosutu is punishable by law, including but not limited to finesand deharmcntv

g~,~~4/24l20t 5

Sigllstmu ofRe ipient Date

SUBMIT COMPLETED FORM TO: Cook County Board ofEthics69 West Washington Street, Suite 3040, Chicago, illinois 60602Office (312)603-4304 —Fax (312)[email protected]

Spouse, domestic partner, civil union partner or p'eront, child, sibling, aunt, uncle, niece, nephew, grandparent or grandchild

by blood, marriage (/.e. in laws and step relations) or adoptioa.

EDS-12 3/2015

Page 127: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SECTION 4

CONTRACT AND EDS EXECIJTIDN PACEPLEASE E)fEC//TE THREE DR/tb/HAL8

The Applicant hemby cerligss and warrants: that all'f the statements, oirtlgcegons and representations sst forth in this EDS ambue, complete and comect; that the Applkmnt is in full compliance and will confinue tc be in compliance throughout the term of theContract or County Prhrilags issued to the Applicant with all the policies and requirements set forth in this EDS; and that ag factsand information provided by the Applicant in this EDS are true, complete and correct. The Applicant agrees to inform the ChiefProcurement Officer in wriTing if any of such statements, cergTxwticns, representsgcn~hgcta or information becomes or is found tobs untrue, Incomplete or incorrect during ths term of the Contract or County Privgegs'.

Frank A. Lizzadra

President's Name

708<88-2500Telephone

Secretary Signature

ExecutlonbyC y oration

President's Signature(

falomgsde100.corn(Emag

4/24/2015

Data

~hehlhiniihhe

f:f +e~.'i:,~ ."0/,.c

'~VOlS... h

''ishllliiliiissi

Execution by LLC

Member/Manager (Signatum)" Date

Telephone Email

Execution by Partnership/Joint Venture

Partner/Joint Venturer (Signalure)'ata1elephons Email

Execution by Sole Propdietoiship

Signature Date

Telephone Email

Subscribed and sworn to before me this24th day of Audi, 2015,

c7My commission expires:

Notary Sealo m

"OyfikgAL 8SALFJohhi z evvfatiJ

I/ouiz hhhho. eab or Iliaahur coohoeuoo hxhioo oh/tonsoo Oh/tone

If the operating agreement, partnership agmement or governing documents requiring execution by multiple members,managers, partners, or joint ventuisrs, please complete and execute adfllgonsl Contract and EDS Exeoution Pages.

EDS-13 3/2015

Page 128: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SECTION 4

Sell%u xllurl/ lie

1i:.Frank A. LlzzadroPresident's Name President's gnature w f $Q rrt:

I

fsl@lmead 100.corn708-555-2600

Telephone 'Sir)V 0('o,'. '//e/x ellssm

Email

4/24/2015

DateSec/etary Signature

CONTRACT AND EDS EXECUTION PAGEPLEASE EXECUTE THREE OR/GIHALS

The Applhant hemby certigss and warrants: ihat ell of the slalenents, certWcalkms snd representations set forth in this EDS eretrue, complete and cornKI; that the Applicant is in full compgance and will continue tc be in compliance throughout ge tenn of theOonlract or County Privilege issued to the Applicant with ag the policies and rerpriremenis aet forlh in this EDS; and that ag factsand information provided by the Applicant in this EDS am true, complete and correct. The Appgcent agrees to Inaxm ths ChiefProcumment Officer in writing if any of such statements, cerglications, reprsrmnhrficnx~f or information becomes or is found tobe untrue, Incomplete or incorrect during the term of the Contract or County Privgege~

E. II hvgoMfa

Exeougon by LLC

Member/Manager (Signature)'ateTelephone Email

Eurecugon by Partnemhlp/Joint Venture

Partner/Joint Venturer (Signature)* Date

Telephone Email

Execution by Sole Proprietorship

Signatum Date

Telephone Email

Subscribed and sworn to before me this24th dey of Aon'I, 20 16.

My commission explms;

story Public Signature Notary Seal

If the operating agreement, partnership agreement cr governing doouments requiring execution by multiple members,managem, partners, or Joint venturers, please complete snd execute additional Contract and EDS Execution Pages.

EDS-14 3/2015

Page 129: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SECTION 4

705-588-2500

Telephone

4/24/201 5DateSecretary Signature

ExecuEon by LLC

CONTRACT AND EDS EXECUTION PAGEPLEASE EXEC(/TE THREE ORI/NIHALS

The Applicant hereby cer55es and warrants: that all of the statements, certifestions and rsprsssntasons set forth in thh EDs smtrue, complete and conecl; that the Applicant is in full compliance and will ccn5nue to be in cornpsancs throughout the term of theContract or County Privilege issued to the Applicant with aN the policies and mquirernents set forth in this EDS; and that aN factsand information provided by the Applicant in this EDS are true, complete and correct. The Applicant agrees to inform the ChiefProcurement Oflicer in wriTing if any of such statemente, cerdgcetione, repressntaNcnb.factor information becomes or is found tobe untrue, Incomplete or incorrect during Ihe tenn of the Conbect or Count)i Erivih5(e.

Ovvloll xi!Ifliverr

President's~Signature Q —:«$P~~ ril:I

faigjimeatie100.corn 4 ',op «0/ 0Email ~l—-=-—--

vys 'hf/)/Q(8,. J

oaoullllulxsl

Members/Manager (Signahus)* Date

Telephone Email

Execution by Partnership/Joint Venture

Partner/Joint Venturer (Sgnature)* Date

Telephone EmaN

Execution by Sole Proprietorship

Signatum Date

Telephone Email

SubscNbed and sworn to before me this24th dsy of Aoril, 20 16,

NPo(ry Public Signature

My oommhslon expires

Notary Seal

oDIiyfCIAL SEAL"JOLT. MASNILI

uoue Svrex Sulo or llllooe

ur oovvaeeo Explroo cslisiis

If the operating agreement, parlnsrship agreement or governing documents requiring execution by multiple membersmanagers, partners, or joint ventursrs, please complete snd execute additional Contmct and EDS Execution Pages.

EDS-I5 3/2015

Page 130: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

BISE/WBE UTILIZATION PLAN ~ FORM 1

BIDDER/PROPOSER HEREBY STATES that afi MBE/WBE firms included in this Plan are cerfiiied MBEs/WBEe by at least one of the entiTies listed in ths GeneralConditions -Section 19.

BIDDER/PROPOSER MBE/WBE STATUS: (check ths appropriate line)

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

Bidder/Proposer is a Joint Venture and one or more Joint Venture parlners are certified MSEs.or WBEs. (If so, attach copies of Letter(s) ofCertification, a copy of Joint Venture Agreement dearly describing the role of the MBE/WBE finn(s) and its ownership interest in the JointVenture and a completed Joint Venture Affidavit —available online at www.rzrokccuntvfi,cov/contractcomoliance)

Bidder/Proposer is not a cerfifled MBE or WBE firm, nor a Joint Venture with MBE/WBE partners, but will utilize MBE and WBE firme eitherdirectly or indirscfiy in the performance of ths Contract (If so, complete Sections N below and Ihe Letter(s) of Intent- Form 2).

N. Direct Participation of MBE/WBE Firms Indirect Pmticipetion of 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 all efforts toachieve Direct Participation have been exhausted. Only after written documentation of Good Faith Efforts ls received will IndirectParticipation be considered.

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

MBE/WBE Flair Taylor Electdic Company, Inc.

Addmsm 7811 S. Stony Island, Chicago, IL 80649

kddinkinst6)tayiorelectricco.cornE-maik

Contactperson Kendra D Dinkina

Dollar Amount Participation; $

Percent Amount of Participation:

*Letter of Intent attached? YeeX

*CurrentLetterofCertification attached? Yes X

Phone 773 346 5768

No

No

10 %

MBE/WBE Firm

Address:

E-m sit

Contact Pemon:

Dollar Amount Participation: $

Percent Amount of Participation:

Phone;

*Letter of Intent attached'/ Yes No"Current Letter of Certification attached? Yes No

Afisch addi/iona/ sheets ss needed.

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

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

Page 131: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

COOK COUNTV GOVERSNIENT LETTER OP INTBIT ISECTION 1I

cows E FTaylor Electric Comps ny, Inc.

MIWSE Finn:

Aides«781 I s. Stony island

Cfiy/Stat«Chkmoo. IL Zip 60649

Plena: 773.-3466788 Fuc

snail: kddinkinst5ttevlcrelectrtcco.corn

Pariidpetton: {K{Direct { {Indlnmt

CerfifgrngAgency; City 4Cht Rfc

C«tlficsfion Errplndm Dst«12/1/18

FEIII 8 38-2791629

Kendre D. Dbtkins

~to. 1514-14588

Vfifi Ihe MIWSE firm be subocntracfing any at Sm poriunnence ofSScontract to another Sm?

{Ill No { Iym-Please attach snplenasm Proposal Subconuaooc

The undersigned NrwSE is pmpered Io provhN tie following commodges/senlcm for tlm eleve named Pn8rcv conlrad:

Labor, materials and equipment for underground construction. Labor end material for CTA attachment.

Indhwte ths Dollar Anmunt, or Perasnuure. and the Terms of Pament for Ihe ebovdascridtud Ccmmodiliesl Servheu

$27,845.20

pf mors sauce is needed 4 /ufiy resents Mriosg Finn's prqpoeut curse o/ wort s«fer paymaci rcbedtde, afbrcb addfi/coal I/metd

THE UNDERSIGNED PARTtES AGREE dud thb Letter of Intsnl wll( become e Mnrfiag Subcunhsot Agrsenumt condlfeo«l upon IhsBidder/Pmpuvw's f a signed ccmrws horn the County sf Cosh, The Undersigned Parties do also cegy Ihat Ssy did ncl alfix Sdrsignatures S 'n i ars sr Description of Sew'cs/Supply and F cc ted.

Sfdfiitura (Mri//BEI Sgnalure (Ruoe tbddsuprcp~c

Kendre Dlnkins Mhhse{ K, Knulson

Pdnl Name Pdnl Nemo

Taylor Electric Cm. Inc. Mends. Inc.Fbm Name Firm Name

5/S/15 5/8/15Dole Dele

Subscrbed und swum hetero me

Ihhrgdsyot Mey,20Notary Public~~ <~

RARER DINKINSOFFICIAL SEAL

Nmsnr Public, State et ngnoletdv Commission Euplres

Novsrnboi 'I?, 1SIS

Subscribed and smm bsfcm me

IhisWdayof Msy,20~Notary Pubfic~W9~~~SEAL

~SEAS'oasts.stnssttt

we csannummums omens

Page 132: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

PETITION FOR WAIVER OF INBE/WBE PARTICIPATION - FORNI 3

A. BIDDER/PROPOSER HEREBY REQUESTS:

FULL MBE WAIVER FULL WBE WAIVER

X REDUCTION (PARTIAL MBE and/or WBE PARTICIPATION)

'/0 of Reduction for MBE Participation'/s 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, supportingdocumentation shall be submitted with this request.

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

by the contract. (Please explain) See attached explanation

(2) The specifications and necessary requimments for performing the contract make it impossible oreconomically 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 ofdoing business and would make acceptance of such MBE and/or WBE bid economically impracticable,taking into consideration the percentage of total contract pdce represented by such M BE and/or WBEbid. (Please explain)

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

C. GOOD FAITH EFFORTS TO OBTAIN MBE/WBE PARTICIPATION

(1) Made timely written solicitation to identified MBEs and WBEs for utilization of goods and/or services;and provided MBEs and WBEs with a timely opportunity to review and obtain relevant specifications,terms and conditions of the 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 notified and used the services and assistance of community, minority and women businessorganizations. (Attach of copy written solicitations made)

(4) Followed up on initial solicitation of MBEs and WBEs to determine if firms are interested in doingbusiness. (Attach supporting documentation)

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

D. OTHER RELEVANT INFORMATION

Attach any other documentation relative to Good Faith Efforts in complying with MBE/WBE participation,

M/VVBE Utilization Plan - Form 3 Revised: 01/29/14

Page 133: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SECTION 4

CONTRACT AND EDS EXECUTION PAGEPLEASE EXECUTE THREE ORIGINALS

The Applicant hereby certifies and warrants; that all of the statements, csrtifications and representations set forth in this EDS arstrue, complete and correct; that the Applicant is in full compliance and will continue to be in compliance throughout the term of theContract or County Pdivilege issued to the Applicant with afi the policies and requirements set forth in this EDS; and that all facieand information provided by the Applicant in this EDS are true, complete and correct. The Applicant agrees to inform the ChiefProcurement Officer in writing if any of such statements, cerhfications, representations, facts or information becomes or is found tojbs untrue, incomplete or incorrect during the term of the Contract or County Privilege'.

Frank A. Lizzadro

President's Name

708-588-2500

Telephone

Secretary Signature

Execution by Cgrroration

President's Signature(

fal@meade1 00.corn(

4/24/201 5Date

«ltlellllll fliflillll»

f:su~, '::

0/0 Av

'eoiS..."'eaillfilllllllllelre

Execution by LLC

Member/Manager (Signature)* Date

Telephone Email

Execution by Partnership/Joint Venture

Partner/Joint Venturer (Signature)* Date

Telephone Email

Execution by Sole Proprietomhip

Signature Date

Telephone Email

Subscribed and sworn to before me this24th day of Aoril, 20 15,

My commission expires:

tary Public Signaturep'otary Seal

if the operating agreemsnt, partnership agreement or governing documents requiring execution by multiple members,managers, partners, or joint venturers, please complete and execute additional Contract and EDS Execution Pages.

EDS-13 3/2015

Page 134: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

JAN 9 jf goy

Martha TaylorTaylor Electric Company7611 S. Stony IslandChicago, IL 60649

Dear Ms. Taylor.

DEPARTMENT OE PROCUREMKNT SKRVIICES

CITY OF CHICAGO

We are pleased to inform you that Taylor Electric Company has been recertified as aINlnority Business Enterprise ("INBE")by the City of Chicago ("City"). This INBE certlficatlonis valid until 12/01/2018; however your firm's certification must be revalidated annually. In thepast the City has provided you with an annual letter confirming your certification; such letterswill no longer be issued. As a consequence, we require you to be even more diTigent in filingyour annual No&hange 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 file an annual No-Change Affidavit. Your firm's annual No-Change Affidavit is due by12/01/2014, 12/01/2015, 12/01/2016, and 12/01/2017. Please mmember, you have anafrrrmative duty to file your No-Change Affidavit 60 days prior to the date of expiration.Failure to file your annuai bio-Change Affidavit may result in the suspension or rescission ofyour certification.

Your fiirm's five year certification will expire on 12/01/2018. You have an affirmative duty to filefor recertification 60 days prior to the date of the five year anniversary date. Therefore, youmust file for recertification by 10/01/2018.

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 affecting your firm's eligibility forcertTiication within 10 days of such change. These changes 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 mayresult in the suspension or rescission of your certification. In addition, you may be liable for civilpenalties under Chapter 1-22, "False Claims", of the Municipal Code of Chicago.

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

i2i NORTH LASALLK STREET, ROOM 806, CHICAGO, iLi INOlS 60602

Page 135: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Taylor Electric Company Page 2 of 2

o 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; oro File your recertification within the required time pediod.

Please be reminded of your contractual obligation to cooperate with the City with respect to anyreviews, audits or investigation of its contracts and aflirmative action programs. We stronglyencourage you to assist us in maintaining the integrity of our programs by reporting instancesor suspicions of fraud or abuse to the City's Inspector General atchicagoinspectorgeneral.org, or 866-IG-TIPLINE (8664484154).

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 decertigcation and debarment. In addition toany other penalty imposed by law, any person who knowingly obtains, or knowingly assistsanother in obtaining a contract with the City by falsely representing the individual or entity, orthe individual or entity assisted is guilty of a misdemeanor, punishable by incanx.ration in thecounty jail for a period not to exceed six months, or a 8ne of not less than $5,000 and not morethan $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:

NAICS Code(s):238210 - Electrical Contractors and Other Wifing Installation Contractors

Your grm's participation on City contracts will be credited only toward Minority BusinessEnterprise goals in your area(s) specialty. While your participation on City conttacts is notlimited to your area of specialty, credit toward goals will be given only for work that ls self-performed and providing a commercially useful function that is done in the approved specialtycategory.

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

Sincerely,

JChief Procure e t Officer

JLR/ha

Page 136: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

MEISE——————------'550 w. 55'" Street ~ Suite A ~ ttcCook, IL 80525 (708) 588-2500

March 24, 2015 MI-CC-001

Cook CountyBureau of Technology118 N. Clark, 7'" FloorChicago, IL 60602Attn: Doug Copeiand, PMP

Project Manager

RE: 35'" to 31"Street ConnectionRequest for Reduction of MBE/WBE participation

Dear Mr. Copeland,

Meade provided the County with a proposal for fiber optic constructionbetween 35'" and 31"street along the CTA Green Line. As part of thisproposal Meade has committed to a 10% (ten percent) MBE/WBEparticipation. Due to the scope of work.and requirement for CTA SafetyTrained Personnel, we are unable to commit to the standard 35%participation.

All material will be procured through MBE/WBE suppliers and theunderground construction from the CTA tracks to the CMS handhole will beperformed by a MBE contractor.

If you have any questions or need clarification, please contact me at (708)243-1685.

Sincerely,Neade, Inc

Scott MyersProject Manager

CC: Tony Durante, Meade, Inc.

Page 137: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

CONTRACT NO: 1514-14588

ATTACHMENT l

State of Imnois Contract No. CIC260280B

Page 138: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

STATE OF ILLINOISCONTRACT APPROVAL SHEET

Request IQ: 114I000000000&0- Agency: CM&~nlral Management &ervhss

ltequasten Men Ssrlreml

Masts Conbssh ~f Cggqtdsst fresu&ngCM& lead,

cb/la

tdths~gdk ntastbr

pmlsst lunged bypdclrlg that

As alsmqm,.CMS SCCSwig revtew tbs vsndcr prlolng pier tc exerohdng any ocntrscl nsnssnds to Incurs that Nre agency isscouting Ihe hest possibhr prhlng Nrr the services Net me under conbnra

1NCMS orgeria g and ibThs sbta wss anarded an ARRA Omni to bugd a eatsntds Nber4urgc nstsorh lnoaslrucbua The tsdsral pndect This hrSruadband Sc'chnotogy CpponunNy Pwgram and Nts CPCA SiIss11.&07.

'lliilleihtwNowlviilviiSSjiirii4riii4wltwll::..aohwNslsawt: -, 4ieka,Q&{gtineq

'Srtrilbl&ntge-'

' didhra

abgstsagtegb~ ~gmsly and ssccesslul ocmplegon ortho prrdsrnand to

&isotronic approval {l.s,pscnHrudg mey bs used In Neu cfsignature.Signature Requhed 0 n cr ~ Io ON&&I{..

Print Dslp 'iggrg011

Page 139: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Ief4@NI»"

PPPPPtWlllll

Itlnetnnke bP PNaf ',Ofte~ggCMp 4%01'/AX% ~ tpINpppttlNF

apN pteltepo waaapor te Ipatepneo

Seat IenbNIBib+pteN ptbpptpNleot"

' '

.JgQQp'toloohoaaeeneNK

~ geahoNe eppnnnp IIA. Psote IneN leaf ba peed In eeoof elynehae.~ Npnotuaa AonNtne p > to ~ Io PSNK.

Ptlot tbPo PISN!Ot 1 Papa pofp

Page 140: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Th'e Pargss lo this ormtrnct aro Ihs Stats ot INeolc mdlnp lbrough tlm undersigned Agency {colhud reefy Ihe Stats) aml Iho Vendor. This cosbochoonehltng ot Ihe slgnshso page sml numbemd esdlons ltstedbslow and auy glhdwuN crfcrsnced tn INs coatrack ooncgtutes Ihe engm aonlraNbsammn pm pwsmmmoamlrclbe sub)rua magsr of on ccnlmct eml sopsmadec ag pdm prepmch, ccnlracfa aml undershmdhge behmen gre Fargesmmcemlng Ihe sub)md magw of grs cosbma This contract can be signed ln mugfpfa eomlmpsrls and sgpudsm may bs etecbmdc or digital uponatpesmentnfgm Pmges,

TERN AND TERNINATICN

DSSDIUPT ION OF SUPPINN ARD SERIEDENPIUIENSSTANDARD BUSINESS TURNS AND CONINTICNSNl'ANUASD CERTIRCATION8DISCLOEURES AND CONFUCTS CF INTERNETSUPKBIENTAL PIURIUECNS

In consldsrssm of Ne mused covensnm sml agmcmenlacoatalnedbr tbb mmtmch andhx cgmr good mut vshmbls consldsmtheh the mmdpt endsugtcbncy at whhh amhsreby actumwlsdged, the PaNeo epme tc tho Ianna and oomNhm est forth herein end hove esrmed thtc contract to bemmcutsd by their duly euhorlmd mpresentsttvrm an am dsles abcanbelow.

-IISNDCR STATE OF ELINOIBIVendcrName)'~TNl, — .. Frccudnpngeccy Meum)

Stgmaure &A%MR . CIINalStgnuum

Frauca IouaciwcbacrrLuccrccs . FamcaNcnn

Vrae mcc Frmruccr

acmd rlauemecdctarLccm.

Fmvcomnccrct .

Otgcba Slgnctwe

Fasted Name

CHIEF PROCURENENT OIETSEE

Doalgnmr Sitnauve

Frhlee Iggpt

OW- — 'll ' gp

'auaucnm

EUI8UNL'dcNtgkgggg,prrn

ken

I ggpraeia~mcvcen

Aivrcga rarrescro

Page 141: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

'I, 'MRM ANN TSMMMATIOMI f

t.l TNRM OF TOM CONTRACT; TtHsOosbscl shag commenceupon the dale of Mclsctstgnsturefm alorm<pl(months.

br no event wglme tcbdbrnn of Iho conlnmt brcfudtng ihe iniiialsrm, any mnswsl lcmmmd cny extencbus, mused g yearn.

vbadcrstwllnotconmwnmbllhblewodr crgshwsncc ollhsconbwgprbutogwlexccuttrmrdtoccnlrcct,

1g RMNMITAL gubiect lo the mwdmsmtotal term as tdcntNcd above,the ghdowrenasgrc rtghttoanoeior s tolsl olhsufs)pmmbrcrwofgw fct wtrg abmhcad

e) tbmuuswsdccosdsggwustbemsmrsl~,b) IndlrMwdonoyeornmcrmhuplaaadhdurfcgtheenymrswwslrdormncs,orc) Asy~ofbgorpwhdyemucumdcnpmrmdmdwgcgthecnfmrcncsslchvwnce,

TMcbrg for the renorwd mnn(s), cribs formula for dstwmirrtng prho br shown M Ihe prbdng magen oitbls cocbml

Any mnewal br eub)sct m the same mrms end condNons gc tbs mlghal ccnbsm mwspl assisted bslaw is grb ubcccthm The mmlracl may notrwmw autmsathsily nsr may gm coatcmtmnmr sotmy rg tbs vendors opgon.

TMRMIMATICM poR cfdfgL The sate may terminate ods contract; inudsds or M pari,~upon nogce m the vendor if: is) gwsate delwmlnes Ihcl the aolhns or Inscdons ol me vwrdor, its agents, employees or mbcontracNs hwm cawmd, or recsoncbht omdd cause,)rsgmrdyto health, safety or properly, or tb) lho vendmhes neNed the state Ihst It to wwbh or urmggsg lo pmfmm Ihc crmtrecL

M thmdcr fclh to perhnm lo the Mists's cathgrcthn wry mcmrlsl~ot this crmtml, hs vlobdfon et nmclerlcl provision of Ns bmrtrcm, orIhe sate orlsrmhcs thmgw vender ladm thegnwjdrdresourceo to pmfcrm die conboct he Mists shell pmrdde mgtsn nogwr to gm vwrddr tc curnMw pmblem Identgwf wgMn the period of gum epacNsd fn Ihe satrys wdtmn ncdcrs Itnol cuwd by that dale Ihe sate msy eghec gr) Immediatelyhpmlnale lhs conhecl wNsmt stldgcnal wMennogce or)b) entcme ms tcmw snd corsMhm ollhecoctrsaL

For mrmlnsgon dus to any cl ihs causes cordshcdbr this sscgon, gw sale nujtlns ge dgm to eechmy nvegsbw legal or cqksble mmcdlw mddamages.

TA 'WRNSATION ROM OONVMINMMOMr Ths Sate may, f« its convanlsnse and vllh gb days pdorusNsnndgce lo Vernier,tennimde IMscontmct In whole or Ih perl and whhout payrwmt of sny penagy or bwwlng any bjrthoi cgigcthm to Ihe vendor. The vendor chad be sngilcd tcocmpencalion upon ssbmhclon«f lnvoiom sad prsol ol chlmdorssftjgbm end cewtccs prodded br conpllsncs wbh Ihh conlrwu cpm snd including

Ihe date of termlnalien.

rbrrbirm IuirwSNC

Page 142: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SN NCRIFIICM OF SIIPPLISS ARD SERVICES2.1 NICAI; To utgas Ibe knowledge snd evpedles of Ibe Vendor, that h lacking In the Pmcudng Agency'a stall, lo atdah auppihs and.asrvhea rwcmmry h Mp moot lks stakdory rnsponahNEoe at die Procurhg Agency.

KS SIIFFLINBARguGR BBRvlcgs REIIUIREcr TlwRhohDepndmentotconbdMcnngemenIServfoua fcMN) h eaactdhgan Indegnlte

qmmtgy, agency cpecRu contract for Nbsr aplh conebudion esndctm lo lnstag wr Iher pkni at various hcagms wgbln Ibs shia sflghule. Tbsvendor mNbe rsqubedfo provkh tibw opgc butMfe) ibul wS tnvohw new conelmdhn sndmay Inuiude comblhsgono ofdlreot burlwl cablekwtagatfone, wnlsl cnbhlnatagatlons, umhrgmund palkway and duel phcoment, and cabh phcsmsnl Inundorground pathways. Smvlceo wgl beteqrdrad InmelrspoReu, wban sndruml snvkonaumh, vendor wglmdk dlrwsy tvkhgru NI, chlg'mMtecbrml and Sglnssdag vender fAIE)and Srd pady gber omwm le cmnplete rsquhrd builds and Inhr~tlons. Based an Ibc design orltwh, Ibo packages precsnhdby CMS or theAIE will requlln vendee br pmvtde ag sspash oflks flbor constnwgonreeutyng In dsyvmyel atu'mkey dnrkgbmhbsslructure dmtkac been tos!edamf toady hr halsllshm of cuetameraleafmnhs.

QNS halco wseugqfhdagnye quangly, agencyeperghccnbactwsinddgonalvendors forlwrcncstnuihncorvhea Jiyvonrfow wkllmw lbe opporiuniy Io

pmvlde quobw forrsshrhhandccnsbuc!kmmevkwssc Ike need aihua Mahdrh andesrvlwadrsllbecabasdmtng Se hihwhg pnuuau

L TIN QuohpachqmwlgbomlewwdklsfcNnabncgcnmndcmconbactvsrdlNLb, AhumoelptctlbeQuohfkrrbago,wmdwatmmappnubnahlygmmks fcra Nmepedcdasdsbuulbithe Cuole package) hrsrporfd

wgb pdrfng wxl a pmgmmacbaduhhr Nw Cmsa package TNepdchg wg bc bscad an Ikommcnrd'mbblhhedhhhccntmcLVbndru canredww ihmh,however the rale csnlndbo fncnuuud

u CMSefmfaehctewbeelvshequotsendpmgmmsdwdule,d. CMSplaceaancnfw wihtbumlidedvandarudnga SurhCrdadngkgnnmet, Tke calerngccntrbrtbe CcnahagmPiwkagv.

At CMtfhaoh dhcndkm vendee wbo ereuotfuuhrmhg a~may bedinpwlgedfnunrpcthghr nrkgkvM vcrktmg CMSNwnhmiks vsndwhmsalhg mgryng ccmmhnshta awlcspabh ofpwkumhg eddithnstwakbr ecocrdecs Hgbcfgr erpsccdcna

2 Kf Vendor agama to adhere to the btdmspedthationv Nehdln tke Conetrucgon Packages. To the cehnl that a dovhgonmgmspodgcagonots neceaeary, Vendariust follow ihe procudunw act forttr In the Sanded Cccumerda br Ccndrucgcn for aucbcksngo,

222 vsndorekaNprovtdopostconatmcNon reetorsNonofagomasbnpsoIedbyconsvucNonmdbemcpurudbIoforrestoradontoraper!odol12 monlbs imm 8MB acceptance ollke wmh

KKS Vendor sksgwork vhhgdrd pady%er pnwidsm. CMS and Iba AIEon placemwu of liber in evhb'ng conduit andvauksyshms,

KKa vender abegwmkwkb thirdparty lherprovMara acnecoesmy Io accomplhbgbwiniercnnnocthn neoutllnodby OMsmrdgw AIE.

KKN Vendor etwgbe responsible for~gw lher ucgiCMS fcrnmky accapielko Ihsr aognrmk Onus ihefhvrlofvrnwgyaecaytedbyCMS, Vendor skag pmvldo locagns and mshtaruuweewvlooa Ibm pmhd ot up to g monss an a Nme and maierlal basta CMSis conbwt gmvendor to perhrm I'boas services on sn as needsdbaalu. vender shag provide cMB wltb canuvu tnfcrpwlhn for a R44our msnnadrNrpaich centerbr sequent reahndum andhr hcetes:

2Kb vendor abag wdend emvtceo and pdchgdkecgy to glhoh shts Universgy gsU) a sub recopicRhrlue gynolc Brcadband cppouunltypartnership Eavl cenbal pro)sbL IBU shag pmhave aervlces dhmgy fmm tno vendor.

2 27 Vendor akaNcamply wgb ay Amedcen Recmmy and Rebwasbnent Act gIRRA) requirements yertafnlng fo Nde profaclmgsted In

Atlcwkmanl1 ol Ndaagraanwnt,

228 vendor abagemcutc and pesentvskhRIeenf1N) days of CMSyischg anwder for c conenacson package a cordract perhrmance bond

to cMs, in inc penal aum of Ihe hi amoum of Ibe onhr, gmeanteeing Iks hgkful performance sf gw work in accorduwe nbb the terms

of Ike contmot, vondom shall be responsible hr yurduufng Ibe comhir, Nber and other maleriahnecascmy Io Inahg Ibagbar cpdc cabgng. Ttreiw

mstmhts shall be hctuded In Ihs pmhrmanee bond. Further requbmnenta sm est lortb hgo Standard Ccmrmonts lor Cowwtuwcgcm

22 2 Vendor dmg pmvlda complete nnd accumteas tmlkdoomnantathn tn eleckonfcendhard eopy. Aobuhdocumenkdhnvbegba prcvtdad

upon'corn plegon et a rwndrudhn paskags. As4ulk dcoumenhdon skag Include ate mbdmum conduk and cable bwtegatkm, accruwpokdv, spNce

pofnte, Ingrfo ampMcsgon ages, buydlng anbnnce hrRSw, onvhmmsnhl vauge, nmrkms end RM fnfonnelhn. GIBccrgng aocemcyelwf msut orammed an accuracy clone loot or better. Ag doauments ekugbe ancwsle, clear, andloscalo.

KKfo Vendw shall provide a dad!nanak amble pohl of conlaot as tbe pro)act nuumgsr, Tkh prefect manager she g ovamee ag srpeola of ths

profeot, fmm slartup and mob gaagon lbrougk par)sot claseoul,

Irrohlrn rerr4idcrs

Page 143: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Sxt I 'endor sitsg provide ay mahrieh psr cocstruotlcn speclgckuons, end shall atom caid msuuials per manufacturers'datfono unNRotatkNon, vendor skag maintain r~ fcr tssgng and fnspecgsns ol prujoru rcamrhls piior to lnolaltagou lo avakl any inahgagon cfdamaged goods. Ay mahdel test documsnla5on, faslory li»t mpods, vendor nweHscArio, aml warohoum proof of fkiuraru» documentationebagbe prcrMed lO CMBby Vender, Tke VendOr Shall be respOnalble far inapaO5On, taognf, and damage Olnmhrlah balk» Snd dudng ktetaQ!IarcCMS reserves 5» rfgjrtto canducl oumkob»psc5ono of ika fmmnlmy.

MILESTONES AND DELIVElIANLES; Vendor shall pravids a contract podomancs band fcr Ihe penal cum of Ibe fug mncur» of dracuntmcl onhrwkhin gkasn (15)days of GMB pladng an onlor tm a spsrMospmr,

vender shell work wgh Ike A/E and OMB lo ostsblhh gmogces hr complegon gmt wjg meet tks overall pmjed deadfue lo have Ihe neuourk sndouohmum frdy~by Ady gt,ygfg;

SA VENDOilf STAFF BFECIFICATIOtNh NA

22 ABSIBNM ESTAND SIISCONTIIINrVINh

2IL1 Thh conlnmtmay nosbe assigned,keushnedin whole or in part by lks vendorvdltcut tbspdorwNsn conssntcf the Stets.

2 82 For pwpcoesolgrhsocthn, subeonlmctors are tkossapeoNcsgykksd to pedouc all or part of 5m muk cmrersdby Ibe canlraoL

INIImaconlradms be ugyzodf l5 Yes Cj No

2 ILB vondorsbeg dmcdbe below Ibe nemee onduddrsarcs of ag eutharhcdsu oordndmc tobe utghsdby Vandor in gropsrhnnance of titleconsacL tcgsgwr csb a dos wiplfon of Ike wmk to bs peiformodby Ike suboontrashr and lks mgclyslcd err»un) ot money gmt each ouboonuuomrie oupected lo mr»ho pumuanl to gris congest, vrmdor ebsf pmvide a copy ot any mrbcmtrauh within gu drips of mecugon of Ihh conbocL Nowork may be eubr»ntraohd to any ocnkschr whose statue as a conuamor hso bosn aspwM by Capital Decampment Board or any party wbhb Isdsbeued or suspended cr h ogrenuise usNurhd fnvn or inelgibh hr pargctpathn in.Fedual am&ance pmgramo under Eurcugro order 15545,'Debarment and Surponskm" fhttpsdlwuw4rphgomj.

sulu»ntractor Namrc salhsvb pk!l

Address:tuuk~LNBa h.tLeuufu

Subcontrachr Namw Trt4Nar SunohAdd»os 145O Bemcul Crhc .Addison. IL 5010l

Bsbwmluwtsr fburw.

Address

An»umlo bspatk?ggDw»lurtkm of wwlc Iunlof lot Burn!ger wvl Oonctrucucn serv»cc

Amoustiobe patf:'w»rlpkcn of wodc

Amoullt Iobc paid:Dsswipgon of snafu

2%a Tbs Ilcndw otusncgtytbo Blale el any adNlonat orovbagbm subwmlrachmbkcd dvrtng Ibe Iorm atyrh contract. Vawhr shag provideto 5m Sate e copy slag such subcontraolo wghh gg days of avccumm ol ths suh»ntmcL

uiA At scbcontmchmust krctuds lba sama cwlgha5ona grmvcndormust make as acomlMcc o11bh cwrtraal, Vendor cbsy fnduds ln cackcubi»nlraot tbos~cerNlcattone as obown onIhs slcndanl subcontramor oorllMoc form avcgabls Immure sate,

ASS The 'I/endw shN dhchee wkb eaob BOA 5» specNc subcontractors lo ba used and Ibs acthltndsd amount ot money gwt eaohrurbcrmuachr h erpedod to receive for suck onhr,

RS TRANSPORTATION AND DELIVBIVI NA

WBENE SENtftCNS ANE TO SE PENFONMEth Ifnbum omemhe sPe'cNsd In 5th sscgon ay cond»s obagbe Pedonaadh tkc UnfedStates 5 Ibe Vendor msnuhctunm Ihe suppges or porhmw Ihe eondces purchased bermwcsr In motbw country inuhhthn oflkhpmvlshn, suchscNon may be deemed by Ike slate as a bmsch of ss coreaot by vendor, vendor skag dkdom Iks foregone whee grs esndaes mqufred skag bcperformed and Iks known oranlhipated vakm at the cwvlces to bs pwhrroed at each hcagm. V the Vendor meshed addNonal conoldoragonh grewmfsagcn beNd on wwk being performed bribe United Bhwo, kabag bs e breach stem@act if the vecdor skilh aay such work mhide lbs UnitedShms.

iscegon whers sordcrm wig be pork»nod: Tb orudututdmtmucuntkwuf 5m tmmbr~ ftmmmrcbr~Value ofoonrhss performed el Ibis locagom QQ

ss BcHEDULE 0F woNK: Any work performed an shts pramiseo shagbe done dwhBlhe bours rkudfpwmdbydro Bhtaasd psrknmmitoa manner Itmt does net fnkulsm wgb the Sale ond ks personnel

fhuhfm ItrrvlduroPaged

Page 144: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

~ 9.9 WARRARTISS FOS SOPPLWS ANO SSWlggg:

2ikt vemhr warmets ikot the supplies banished under Ns «»tract wlik (sf ccnksm lo'iks ahndmdc, spsugkmthns, drnwfnfb samples ordescriptions kunhbedby gre gutta cr funNel by gre Ttnuhr and agmod lo by ihs Sbm, hduding brd not Snked to ng specgfcnthns punched asmddbks hereto; (b(be mmcbsnlobls, of good qusSy and ~p,.and free (rem dsbch br a psdod of hmkn months sr hnger if so spsdli«I% vnllmg, and yt snd sughhril fcr gre fiwled uss; (c).ccnqdy vclh sll federal snd slats laws, mgubdkma and onlinancse psrlainlng in Ikelnsnuhotudng, packing, hbalhg, sale and dstvory el the euppgss; (9) bo of good Ne ard be fisc and sleet of sli Ibme nud enmsnbranoss end; (s}riol krfilnge any pstsnk rmptdgtd or otkw Inlsgsctusf pmpwty dghh of spy lhlnl palp. vcndw agre»to rakshasa Iho smle Ior any hosea, coma,damages or expanses. hdudlng wllkeut Ihdhdcn«reasbkabls egomey's lees and snfsner, erhhg kmn faflurs of Iha supplfeo to meet smhma«ange«

292 Vendor skag heure ikat all mumm»I»era'arraNss ms bsnsferisd to 9» Safe and skag pnwide a copy ol Ihe vmrmrdy, Tb«saswanllss slud boln rukRhn In ait alkruwsrnmrles, wqueoe. kapgad or ststulcqr, and skag mrvivo Iko Skdsra psynumt, aw»pbmce, kwpccuon or

Sryursto hoped Ibs euppileL

SAD'endorauurants Install sawhee wsbe padurmedkr mebt(be mqulmmsruc oflke wintracth an eNolamnnd elfeagvs manner by lmfnednnd compelsnl pcrsrmneL veruhr atmgmonltor perhnnencoeaf eacb Indkqdual andahel mscslgnbnmsdkdmy any kusrfdusl who ham~in'accmdanos wiik Se conlnwt, who ls dhrvpRm or not respecSd ol ug»rs In tke worlplvca, or wko iu aay way vhhk» 0» aontract or Stahpogd«L

210 RSPDRTSRL STATOS ARD NQNfORIRQ SPSCSTCATICNS:

2 IO 1 vendor shall iuunedhhly ncsyurs sate of any evsnl su«may have a material tvpsel cn vocdcrs abgqyto psdonntheocnmun,

2.102 sy August 91 'et each year, vemhr skell repen gm number of qiiayykd vemmrw snd osrtsh «noffandem btrcd dumc vend»'s,lastcmspislad theat ywu. vendor maybe eiigssd to emphyment am»edit for bidng nddtddushh those Soups(su'ILcs umrd, gistyk

p tiku Untecs other«hs reed, work under Ihh conkact h perlota federnlkr krndedAmsrlum Recrnory mulRehvrndment Act(ARRAI gmnsvend»a must compqf wgb Ibe Davis.gaoon Act (40 U,tko. 918a s5j. vendor aine pay slihbvrsrs and~eriqdoyedby vendor on thepmfoot notices Ikon Iho pnwallhg wage delsmdnwlbytka Us. Department of tahar, VsnSusliull submit weakly cerggad pay»9 ducumsraalhn br0» Ihmdor sml ils subconlraciors cake Form vDerpD(avsgsbh at; mvw dofccvf~rgtyquft),pmpwfycomphtad for labaram sndmsduarilos perlormhg scthtgm covemdby 9» Davkssaoon Ack vmidqr shdl submit lbfe hfonaalionto cfdg an a vmskty bash Hhln ssvaa daysot 9» reguhr payment dms of the Vsndcrh ar Subowrusctofs prgmfl psrhd.

rhubhc rryf42otu

Page 145: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

53IIILHQ

Lg MfÃHCDATN HATS OP COMPSMSATIOIS Tbe Seta wgl compensate Veudoras frdosm

EI Houdy ssnhbbebcher

fzf pmfecienrb~travca nuucthhif~trdvrwtr~fisuitvnmaudbnMsdbotsruvmfnurtcrtuh

LS TTPSOP PNCSSh PrkdrS under tkhrumtuua Is

ConstneSm Sorvhes

llnlt . PMso

Sugdlng Senesce Paoliltyand MubhPlant

Test wiib tyftwt 144 strand gum caMs on mal pdor hImtslhtbe, Pnrvldstostromdts.. t.strand, Sggtt,

¹scilonal Bmo

Coen out trcnsb death el 48 18

. Sswmdesnstohmedruwrhuhofslt ', lft

. Cma mdsthg mankoh aoeommsdutbg 4'oouduk cnd I

.csalsammlemuha i 1

Cere concmlsbbck building wag acmmmodelion 4"

. ccnduttsnd sual mound condub 1

Inshg 4'IIMC conduit vdtb deteotsbh Mrvrgdi Inner

:duotcnd4'stress ..tg

Install ttberesbh wsmhg hue tg'akovecorukdt . lfi

hshg liethtmetnl pull boxes

Insiell4" EMT conduit wilk Mrurgog hoer ductoounsutomesdbusbbuss .: lfi

Pugh144sbamlshalsmodcnnversdosble 18

Inslsll sounded (as xN h) tpourd buss bar near, tun nwnkdadnu end gd wire~ hmunhoh,

Ground mehgh etwrdb of cable h mmlwls cadetentrance loudhn and inlerhr pug km and young rack

utaolbsbumhatkmnoinltobugdhgsrousd, 1

lnstatf gbsr kumhah for 144 count SAI cable with SC.oonnsnhrats84.uug bumhsbd .

Fusion splhhgtermlnngon of plglahh shgle slrsnh(not rhhm ough) 1 strand

'

Site restmathnbactdlt sew cut rfuutusg vbbcompacted sand snd consrote h odtfuat tMolmessStgfflhl......tSbs rsstorsthn4uurMS open trench h grms ares nlh'tronrb dirt chan tuusoit level, seed smf drew, Ts

:Drrcolww! bum wgb bielali of4" HDPS lit

'nstall dtdtthg4bandboles . 1

Install Coyote splice ease tn 1 HH and spike 144strands SM gber 1

880,45„

Sgt,ttt

$1185

8881.75.

.Sttdg

Stggg,

St,ggtkdg.

foresee rurr4roro Fcrrss

Page 146: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

.Quest Bnnr

InstsllhhmCe83 cell end 4'Rder4@ .

pu0144stngle mode mmcmd oable Ihmugh4'OPBMSxQtghuwrdumcsh,tbnngbbsndhctss

leavhy aypltshck coN el eachbwston

:Place Rber ophc dome 06'xfr tmning makerssotxnxfstehdc exenr taSNt

Restore~ofbore pke, hmxholss, hdldlngentrances h graeetr area's wlkr tmndr dirt, eleantonecl), terrd, efed It shaw,

16

Skies:,'2,'ln

SSA4R00.

tntsnyste Bschsnaes

rCemnmnlmdlons Hut

.nuuhan farfauorc

,Olradburfbdow t44 tiber cabh(rtcmMtrtor drest.burp dishnneontf, excludes Shor tcchyr for 506 shdt::tunas hHHe ~IRRI00

'lscs64'xsrpxdc'hsmRrolesudh80NMwrelacklocphmwh

'nsbulthrttnosplhmcassandypRocguought44.slrsatlc

Cable reel endfuctonbuneptctayol 144elrccdsermrxed Bmr sable Incl rhbory I

Bomtcy eel yreundlny cableobeah at eachhandhele.,'ocathm...

Slfe rndomRcnceod wilh grass orcome hrpc in theares cfcsbh Nihcemcct

Ohocucxat bomsnd place 4'OPE 10006psr. hodhm at 4 tnhcshh Inhrohannss

Inslag 1000yof4'8 oeghaxCeNhwdura at 4. Inhmtahhhmhemew

Irwtekyaayy x 10Handholes'mteR 4'ycO eeduR, expanstmcennectom,

'ouphgssndhushhgeon 4

hridpss�nh

a epsn clSMteach ...........I

Pull 144efnghimode amoed cable ekh Ngt clacktccnc HHe

Rasters~ofbore pks hsndholee, bctdmgsntrascseln grccorcrassehh tmnch dirt, clemhosoll, ievsL cesd end Brew

Prepme to Bud gmdc amt rock looaikns forcommun hul

Icshg Sgxagx 18bsndbchsOlrecacnelbomg'606k'rase eml pfecs 4"HOPE

conduit

.MmallMaxgrdRce64'amer dam

Inelall4'IBIC cmlahfrom generelw'padloce6cc to. 'ut hcaNcn wih IR) swrmocxcrxerRrun end bmhtnac

Insh52 rune or 4'MC condukto public uglktr

lesotho, Nmh sech

ccnsrructRR'br 20'oacmtc nadtoralodcb tnt

'ondrud tg'e 16'onarehpad for asnernlor

:Irwtall comnssdcstlons hut indudhy electrical hookup

to mehl ganef, Rmunding HVAC

tlt SR'

StJNM0 .

. 'I MRHNI.00

144eptkws I, 00,160.00

Skkttcg

lit . Nt,60

10 ..Stagg

ttt SL10

1 . St~tk, 06600

cn,k. Shte'

QNXMI

1fl 01605

Ifl SL10

Hl SPd6

1ft 068,50

enk.. Stgdo.

au,k 01800.

01tJWR00.,

Page 147: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Saris! Iwlagagon

lwtsg Ihsr tcnnhsl for 24 counts Elil cable with SC;:ccnnachra

, i Pug 144ahgls made ammrsd cable oflb dofl aleck..laonfn.EHH

, Fusion spbsng4mrgurmn af ylgteh ta smglo slrands

Inst rhboa cxhfe}

Iruilsg 0'hhh ecoudbr tenchm, poise andbarbad wlra

Inalsg 10'ardor mds rogers

. Inslnlf 10ago x 18tondimfw

Eel gelt chas 8 uotm

Pfme eachana dawn ause,rmdnrmrda

Plaasgdfmemengml(omnsw dam pele Ibrafdrg

oath

Pt{wmxmehae rack eppxxdxmtob2 ft h fmm each.rhar nehfmsfsckcclle

: LashfdsgmgbmCCbhfrcmhandMeupdcerlOgfg'smonaersxdbackrhnmrhmlnhsndhots

1 abend

1

gttL40 ',

SE418ZO

51vrESAN

Sgtg.oo

Seto.oo

I I . 0880.00

,Open aullmnch at day}h sf 4lt tmmbsmlhole tobUMhgwtnmcc bastion

. inslag 4'HDPE iramhandhals to buMing eslrancelocation

. htelall4",8 csg khCelt inruadnctin4'uct.

hsing tbxgo x 18tutadhotm

tW}s04'be 0'hrganhat aabtuenhv

Core emeute black buildhgcmgaoxrmmcdsgig 4"

coydult esdseal armmd casdug

holey axhuhunmlal wg bcx

Run 4'MTfmm handhole la pull km. alamo lo ddaof bullrgw

inslag 8"ENT hors exterior pullbou, yuough sxtcriar

, wall; mxmtgr 8himiarcorod cinderbfarh maga, sndabove dmp cagng into DMARC nxm, Sacum EHThsskshmnmk, phcs buahmgs el each end,..hsisg Pbo amph.hhxfar wg came

. Pug 144ehghcncde ormolu aebte wgh 808 ahcktean In THH

lnataggbsr hnainahlor 144 eeet Wit cable ugh SCconnecbwfgutc yort lerminsh}

Fuehn spSnp tmmhythn of pkfhlls ta chgls sine@Iwt rlbhm wWa} ..End sndhshmwfgrOTDR

th N0.40',

1fl

stt

1

01X}0

088S

S!AS80SM0.00.

Syf,go

851,00l

88.80.

fslrmtd.'

50888,

1 strand „.Sgr,lg;

ibxnbm farfagora Papa 1

Page 148: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

~8eso n Unà Fthm

4 inch rftddmelal conrhrftlRMQ} 1 lL 014.8$

4fnchaeduhft80C}connsdoaAo@42s . I . $1485.

„4hch soraon ., 'I . 8082$

FNuu Colds Wienlsn Taps t Ik 80.18

lslerbr metsl Std bntms. 88'It'SW '12'1}etuew

810820

4'tISII 1fk 80,80

4'dllMtWWlh,, 1 $2l0I'Iwlhklehh ., .1 . ION.

..00mCeNB'18}.Crdlfcnoir0ndf}etaofsbto .......IIL . 022$

Gmundmd}NIL'~in. apdchmnm I ~00;Ground tnamher, I RSL00

OIOOroundndm 1lt. 8020

$4 pnd Nsrtannlnrd824 300r 8Qcarmeckrm I,800tt00

INS pfofs$ ..I}Coanneotsm ..;. I ..2883

24'L'3$ '$$ 'SC'9 open SuadboMom potpner.COnarata headomlo u$ k no tsheNnNon lid -224000~3rockbase . i I SSNMO

Coyote BBNcs onclasuro SS"'22"u4$t spNcs tray kNs,unltubs IrsesNhm competent@,Nues sacNon lour

. port end sheen rmd~ScOs Sees number ofs}dktau I Sstglo

fbuuafiberasNounminnmerkom-08" O' SSMO

. 4'HCPECondch ... 1lt., 228$

, Pro tabrbstad 14'itr '2"I.'0'H csmmurucsNons hut .including channel hoak.up ta msfn Panel, OrcundinO

I

dbt8h sscurhu toncfn}f wilhbsrhedne», I N., 0820

~tns l10'ent}NJ}2}82n~llegf I 02000.00

F fmdl 'I ', 0781st

IS'L'3$'Iff'8'tt cPcn Nnredbancm Pcipnar I

concrete hand}ufo wilhno bhoNndcn Nd t2MOIb,ma~2

eesndd2}p~,~001:0100.00

.SIS"Asdst cnbhhtessenfNfsand sssochted hardunre

snawrthimrack modsl FQSDA-IN Aj}88 1 ~$820

'ouhrce

rsrlsNOrc'spo B

Page 149: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

4'iameter 'trsfeel dollarde

Ekterhrmmal FBIbmr 04" H '04'N'IP Decrydeemed cmmr

~8" IEttTI

0"tnndrdtggNTI.ccnncctom

.0'sndugbuebhr¹I

;: Inferior Ftu Stop OF Itedng, ct L ttudng, Class I W'alho

Fiber Costs

iWaupdows EfiNsg% Nrfktfnover csifF t

Labor ttetsa

1 01gtb00. !1 IL SLOO

EFJro'

EE45

ggtLOO:.

DNiAe Hwlp WGencftit'Foramen, OTN,OO

: Foreman- ' $hb.ogr,

u ufunfbmn"" .. ".... NN.OO.

'huunrtmsh .. SSOAIO

: Ptdhet&maaer S15LOO:P EngsTSer . '

EISKOO'"fgfgao': SfggrfbAdmhhfrstgugii% .

' '.49JUI'eriaggmE¹ahdW,,gt9MO

$8 Dnh Cot lecgam Tmhnhlan .SOO.OO.

Fear SELOO

Cigar Conam¹cgen Swvloeaand Shsnlah

, TraNc Conaol and Protection elngbr LansChmffe . Emh . Ot,OOOJm

,Trag'o Conbolmul Potocefhn Doubh taueChews Erudr 01JUULOO

: Trallh Consul and Prclecthn Shauhhrchsure . Ecch

Trafllc Canbolend Pmtecdon Artedst LaneChmna

Permlglng ., „Earthur 'Etgftuo.Concwle CC Psr Dg ~1~OS

'er Jlsbml Jcb~Mo llhee mf~gp ~Phggr gggyssre

III IIINNII N4AI¹r P Mws ~NCo u on he ~ and Sunm 'mtmPr, ~tiEL00

~v. Rld MHNk Per ttur¹gda ~fOOOO

M ell Tie+a Each OR%00

f2/14Nfs

Page 150: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

Locefing anN fhprdr/Mrdhtsnanee Swvisss

~dffaggg: '.:::', 'kttg)p%4'ypaben4pialtynhxmyervhycegebubnj(mginabdgilnCST.kbsdatlbma0kpddsy . $200JW

atug ridddhaanoe~'Nkga sgw 0 pm m balms 0 sm CST,~gfdgtj)h gt,gggAC

0 sndmahhnecw swabs calhcnbwgfaffddg t4w YqdmOay Shnbds! 0'eg, Fodtlbof; $1 00000July. Labor DaV, Tb~ Dpy, aml~Qny.~b~ ...............,$(0$$8

cktg end fbs Vender recognhe lbsltbrosgboutlbe lifo ot the canbacl addigonal mahrhks bbfr sad~awvhes may be reqcbml to meetthe specgh ssedscf a mmatmrson pro)ecL Tbe ra'Iss gsted ahwe annal Intended lb bs ercbslvo ci any olber mslsdeh, labor orienshucgoneewicse nesded h yerfnnn Nw pro)eoL Tbe Vendor agrees h peNs the addigonalmshdth, labor and sonslmctlcn sarvlem at mum and/ordknmwle equal le dmgm kame lhhd ahwe. Solb parties sbsgnmlmdty agree on Nwss men.

SS RgitgtyAL CtttfpgffSATIISk Il Ns osnlrsai h nmswad, the pdce amdt be ct gw acme rata as lor Nw Inlbd Iwm masse a Nghrerncompenealhn or fcmmla for delsrmlnfng the mnswal compansalkmh staled h ibis cmNlon,

SA SSPSNggth Any expenses Nmt Venttor may cbmge are shown In Ns mmgw. The Sale wgl nol comperwate Vendor Ibr expensesmhmd Io travel, kxlghg or meat.

Mi IISCCUN: %dleoounlforpaymenlwkbtn desafmceiptolbwche

NJI TAfb vendor shag not bgl br any mme unless accompanied by pmot tbo Nash Iamb(act to Ihe tmr. It necessary, virdsr may requestgmappllcekh agency'a llhofe tsx nnunpgsn nwnber and hdwel tax eastsplkm Inhnnegm.

ILT IIIVOCISS: Vendor shall invohe on a monltdy bash far wmk completwL Vardcr tbag proAh Iunrd of payment lo erdwonbsrtam ondsuppgera akbh 00 deyem yrhr to svbugsag sw nwniruohe, ckts msswss Ibe rtgta In raisin up la 10%ef eactr monlbly paymam angl complegcnnims pmiect. Rahr m gte Sandmd Dcraencnm for Ccnskucgcn hrwwro dotage.

Send invoices to: L Daparlment of Cenbal blansgmnenl BervheSCCB, tqebmrk Sewhestgpqy Jegersan, phor 1gprhggetd IL 02T02

L8 PAVIINIITTISSNS AND COIIDIIICSS:

Lg,t By enbmshg an hvolce, Vendor corggrw Ihal the supphs or emvhoo pmvktul mast all nlqukemsals «I 0la 'conlnwt, snd se aneuntbglwf eral axpmwas twmed ww ae agowad h Ihe contract. Invckmo for aupplkm pwcksmd, enwhes pwtonaed aml wssnsse lmuwsd NrmugbJune 20 nf any year rnuel be submghd h Ibs Shte no lelw Iben July $1 of Ibat yean cfwmkm Vershr may have la sask payment qrmugb greggnols Court of Chhw i00 ILC8 10&/2$). Agkwohsa me subjmNlo elatuimy oNsel(20 ILC0210)

SJL2 paymenh,indudlng late tmynusd cbaqpw, wtlbe pakl in scconhncs wilb gmfgsle Promp(Paymenl Act(20 ILCS gcg) and rules (fe NL

Adm. cade 060) when applhablo. Tbh shag be venrkx'e sch rwasdy tor late paymmh by gw Sbae. payment tamw contahad on vomfcrsInvolcee sfwg bsve m force and effect.

hs2 The Shle wsam yey for suppliesprovided orssrvhasmnacred, kwlndlnymlehdosyenms, hcunad prior le theexeculhnoflbh conbuctby Se Parges evan Nibs elfeegve date of Ibe contrast le prior te wmmsm.

SJLN As u condidcn nt mcefvhg payment vendor must (8 Im h compliance wsr Nra emfnwt (ii) pny Ns employees prswdsrg wages bbenmqalmd by hw (Emmphs of yrevasng wess catagwhs Indwh pubgc wodw, pthgeg, jmitcmd, wimkm wasbhg, buTiilhg and gnnmde sorvkxxaebs hcknhhn servlcsrunstursl resource solvhm, iacurlly guanl and food aorvkxm Vender it responsible tm contading Ibo Ignoh Capt oi LaborNIT.7028220; hgpdbnwvwkde.tl,ue/mpmcytdoyhdexidm lo «ware undamlandlng of pwvat(ag wage mquksmenh), (8) pay lh suppliers andeubccnyachm acccrdbs lo Ibe tenne of their raspscihe conlmch, mxl gv) pmvfds Ihn wabcmto Ibe shh upon mqueeb

Avnuhn IA/iayo re Rlyc 10

Page 151: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

4, ~SARDSDNNINSS TSRMS AED COIIDITIOI»S

45 AVAILASILITV OP APPROPEIATIINN (54 ILCS Nggfggdg). Tbh ow»recth caaihget»ISon am! aut(eath Ihs avagr»AEy el funds. TbaSate, at gs colo opgon. may lormfnats or suspend Ibfs conlracL In whole or In part, wgkc,ct penally or Arrtber payment behg mqulmd, lf (I) IkwNgncis Gcneml Assembly or the federal fundhg source fails h make en eppropymNon euEolent to pey such obNgatlon, or 5 bmds needed amhauNic(ent lcr any masan, (2) the Gcvomm decreases tbs Depebnsnfc hndhg by reserving soma or ag cl Ibs Depertmcnl's appmprlathn{c)pmnusr» lc power dehgcted lethe Governor by the glinois Genmal Assembly; or (0) gre Department determines, in its sale dhcregon or as dirochdby Ibe Otfhe of Ihe Governor, grata redualkmis necessary cr aihhable based upon aotucl or profectcdbudt)story conoidwagcnh Contnwtor wgl bencggsd ln wrgng of tlmhgurc ol apprcprlaNon or of a reductkm br decrecah

44 AUDITIANTEETICE op RECoiios(50 ILCE~vsndw andks subcoehaolors ehagmahtsln husks andrecords relagng to heparhnnancs of Nw cenhact or cubcor»mm mid neceeemy fo'support amounts cbmgsd lc Ika Shte undw Ihe contract or subccnbnCL Sooth andnmmda, Inrtudhg hfarmallon shred fnrtahbssss or ether comprrtw syclems, shall lmmeintslnsdby Ibsvendor lot n pwiod ofgwea years fmm tkaisbn of the dale ol Nmd pcymsr» under Ihs conhcct or compWen ot ihe conger, andby the eubcontrachr for e pedod of three years lmm Hra Iahrof Snnl payment cnihr Ibe lenn or compWhn ct the cubcontrnrt. If federal funds mn used to psy contrast cash, the Vendor and Ns subcontraclorsnmnt rolafn ih rocenh for Nvo years. Boche end recnnh rorpkpd to bd mslntrtccd under 5th sscNon shag be avalfabh ihr. csvhw or audg kgrepresanbdlvcs ok tbe pmoudng Agenoy. Ole Aurgtor Genmal, Nm Execugva Inapechr Genma( Ihe Chhl Prrmwsnmnt CEcer, stahl of Nynols

Internal sudgom orotkw govmrmenlal eNes wgh rnonwng m»bwgy, tgum reasonable colbe and cbeing nomrel budnem bourn, vendor akd Neeubcenbactom ebagoocycmh (ugy with any such audit end wfh any Investigation ccnduotsdby my ct these mrtgss. Fsgurs Io malnlaln books cndmomdo requked by ths wrchn ebcli sshbyrtr a prcsumplkm h fawn et tbe ghh lor Hro eroncuy ol cny funds prdd by tbe State under Ibe contract forwhich adequate books and records sre not evalhbh to cupport gm purporlerf dicbursemont The Vendor or subcontractors cbag net bnpoco a chargehr audit or cuamtnagon ot Ibe Vondm'shocks and mcordn

4;8 Tlblg Is op TEE sgssffcgr lime Is of me essence wllb rsegrmt lo vendors pwfomwncc ol Ns conhacL vendor shall cantlnue lsperform Hs obygegww wblfe eny dispute conwnfng Ihe contre'eth behg maolvsAnfccc ctkerwlse dlrechd bygw Shia.

44 INC HNAIHER CF fssi(TIh Hnocpt as cpecilhagywabmd in wrlgng, krtmnhy a Farly to sxswhs or enforce e dgt» doss not waive Ibrdpmtyh right to enwchs or enfwco Ibat or other dgble in tka futum.

40 URGE INAHEORE; Fagure by eEwr party to pmhrm ih duties and bgllfnsksw wg»re amused byu~ dnumshnombeycmllisrcnormnbh aonkol end nct rhe to kc nqy(pnae hdudhg ads of nance, sch at hnorhm;rtots, labor dhpuhs, grrv Iho4 ecphslon, end govwnmenkrtpmhlbltlon. The nenchderhg Party may cancel Ibe csnhm» urtbcut pena ky It pmlommnco does not resume ugbtn 80dayact Hw dachuatkm,

40 coEFIDHI»TIHL HIFCRINATiofh Each party, incknthg lie agents snd subcantrachrc, to Ibh ccnkact mey have or gch access tocmrgdcNal data cr hhnnayon owned or msinhtnad by the cdrm Parly tc the eoucsnot canying out ks recpcndbIEIos under Sh contract, Vendorshag presume eg Inhunegon rccoivcdkom Ihe state or h wbfch It gains accuse pvmrmm to this contract horn»Mengat Vend'w hfmmetion, unhssehwly marked sc congdengel and eucmpl born dhdoeure umtsr Se Hgnols Frosdwn offn»ormngon Act, sbng be considered pubih, Bo conlkkmticldata oogectcd, mcintahed, cr used h gre coume ci pertonnsnce ot tbe conhact rhrg be dsscwlnaiwl wtcspl as authorised by hw end wlyr tkswrgtan consent ci gm dlsclochg pwly, either during Nre perhd cf Ibs contract or Ihercafhr. The racebdng Party must rNrn any and aN daleoogeolerdk malnlatned, crrmtcd or used h Ihe cmmie uf gw perfonnance ul the oontract, in wbatever fonnit le malntskuuL pronqsy at Ibs and ofgwconhaok ore@ger at somquast at gw dhchehg pcrty, or nabTy Ibe dlcdoehg Farty In w»INng of He destrurtkm. Tfm forsgolcg obggathns cbaN nolapply lo confidsngelNa or Intonnagcn lawl'ugy h tbc receiving Party'e possession prhrh Nc'cqukrthnksm Hw dtmlcaing Pmly; rancher in goodfogh faun a Nrkdpedyrwt sub{act to any oocgdcndr»lty obigetkm Io tbe iscosing hsqn noe is or later bscoinss pubidy known Ibmughno bnmcbof congdonthlgy obggNon by the rocek0rg party; or is Independen5y developed by Ihs recehhg party wilhow thc uce or benefit at the dlcchslngParty's conttdontlal hforcwuon,

4J DNE AND oggtSRNIIIF.'g wodr performed oroupplhswealedby Vendorumhr thls contracL abcgwrucltlen documonhor data, goodsar deiversblse of any fdnd, shag be deemed work hr hire under copyright law and ag hhlectusl propcrty and alber laws, and SoSale ol 55ncie lssnu»ad sds and cuckugm ownership h aN such work, unhce alherwlee cgmed In writing. Vendor Iwmby assigns to tbe Stele ag right, sh, sndhhssrt In and to such wwk Including any mhhd inteyeelual properly rtgbka stupor wolves any and ag ckdms that vendor mcy have io cucb rrorkfnckrdvrg eny co calhd 'imoral rights" h cormemhn with Nre work. vendor ~gvs ibs slate mcy uco the work pmdw» hr any purpose.Oongdsngal data or irdemm5on conhinedh such work obegbe cub)a» lo congdonlhfHN provfslorw of this conlnwl.

4,8 IEMNEIFIOATIDR AED L)ADILITv: The vendor obag Indemnyy and heit harmless Ibe stale of glhols, Ho agcnoiee, ofycele,omploynes, agents and volunteers bnm any and sg costa, demaade„ovpensrw, hoses, chime, damages, Nobglgee, seglemenh and {udyusnte,inrtudwg in-bouse and contracted attorneys'ee and exponcea, mhing out of.'ia) any breach or rdchgcn by Vendor ot aey ef He c~,rsprocontetlons, wornmges, covenanls or agreements; (b) sny ackwl or alleged dwdh ar in{cry tc any pecten, damage to any pmpwly or any alberrhmaga or lose clabnsd lo moult In whole or h perl fram Vendarhnegggenl pertonnmcrc or (c) any scL acgrSy or omission cl Vendor or eny of ihamphyeee, rcpreecnkdtvsa, cubccnhaohmor sgenh. I»ehhsr Pwlysho!Ibs Nsl»e for hddmtol, spcdaL corneqmn54 orpucgvedamages

IINSVRAINCN: Vendor shall, al ag «mse durfng the hrm and any mnewsls, maintain snd provkh a Certghnte ot kwwanc'e naming Ihastele as eddlthnelincwad lor ag required lends end ins manse. Csrggcalss mey not be mwgged or ccncehduntg at least 50 dnfa notice has beenpmvided to Ihe shia. vendor shag provktcr (a) General Commcmht Liablgiy occunmms hmr in amount af SIAI00 000 per occucence {ccmbfnedIgngh Limk Bodily In{my and Pioperly Damcgs) knd 82400A00 Annual Aggragetrr, (b) Auto Liabiily, Including lgrcd Auto snd Ron owned Auto,

fhutwm ivjr420IO Fare I1

Page 152: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

(combined Slngh Lhs sodliy injury snd pmpsrly Damage) in isnount of gl 000000 psr ocrunnnce snd (cf Works ye Compenesbon Innursnce hamount roqubndby bm. bwuroucoctug nut Sult Vendor's obggeNon to hdemng'y. defcrxLot odth any chlmL

440 INDNpgsDNIITODNTRAGToth vwldor ebllN aclrw wihdoporxfwd ccnbocm oxd nct nn atymt or emphytw of, or foht vsnhmr wlgiNw Shia. Ml paymenhby the Slate abegbe mode on thol bach.

rLIT NCLclTATKtM AND NMFLCTMMNTr vendor ebelmdornphysnypercon emphfwibytbeglxhdwhg Ilio term of tbh oantrsctto psdonnany uwrk under Ihii sanbuct. Vendor shag ghe nogce Immedhhly h tbs Agency's cgrsdor lt Vendor wgcga m Inlands h eolhb Swe employees hprMorm uny uxxb mder 0th conbicL

41S COSS'LIANCS WITS TNS LAWr The Vendor, Its emphyesa, agents, and wdmmbaotoru shall empty wgb ng applhaMs federal, ohhand keel hvw, rules, cldhwrcm. mguhlhns, mdere, fwhnd sthula w and sll Iconss oml perm g requirwncnh in tbe performance at lbh contram.Vendor sbsgbo In oetotdwee whr ayfgosbhbwmqulrcmenls awlsbrg be cuunnt in paymonl of coco tmws. Vemhr shall obtsh st lie own expcnrw, agNmnsrw and psrmlsshns necsroeM hr gw pwfonnence'oftbhccescL

4 Ig SACKCROUNS clfgcKr Wbwrexmtbe Ststedesms ltmneonsbly neceoowylcrsecudty reasdno, gm Blsts may oonduoL atNs expense,mlinhel ond driver Mcbuy baclqpoxnd ciwcke ot thndcve en5~ofgcswx ernytcyom m agenttx Vendor or abconbnctm sbuli reassignfrnmedialety any cucb lmhldwd wbo, In Se ophlon ol'tbs Sale, does not pass the bacbgwrud cheobs.

'1$ AppLIGANLN LAIIR This contract ctxg bo consxued h acccxhnce wlib rwd h mbprx to Iw Imw and rules of gie smto ol lgnoh ThethqaxtmentolHmrmRMds'Equd cppodosgynxpfnmwm(44 Ildrhx code Tgoj ere bwsqnwtcdby wfomwL Any shim cgobxdsostsh whhg cwetsh ccntmct rsuclbe Msd excbrdvely with Ibs lglnole Gourt of Gbiiew (itw lies 500ff). Ttn shte ebsll md enfsr hto bRAg arbsistion to resolveany oontrcct tltepubr. Tbe seto of slfnoh does not waive srxnxolgn fmmunlty by enlsilnil Into whcooowx. The oschl hwelclmi stxtnbwh

, buxxpcmted by rctwcoce(rtn unoghhl vsmlon oan be viewed at hwx/xrcnngox~~nosL h ccmpfance wlib gh wtcls wxl fedemlcenosusxxL lbo Nlwhlhwan Righe Aot me U, IL cbdl Rtgbh Aid, end seNon 004 ol sw fsdwul Rebabgllasm Acl aml ogxu applhabla laws endrubw.tbo shia doss nw wdmAlly dlmdmbwmin employmsnl conbacls, or any otbw acsgf,

440 ARTbTIIUNT~:IVendor does xct pwwm any claim or cause nf argon lt bao adxhg under federal or shh angbusi lmmmfelhg to hs ecbiew manor of ihs cantrwv, tires upon mqussl algw gfnols Atlomsy sencml, vendcr ctxsawMn h tlie sale IMdr, sle end interneth and huis clabnorcmcm ot sedan.

410 coRTIIACIUAL AUTIIOISTT: Tba Agency Ibat signs tm Ihs Mam el glhole shall be gw only Stxh engM rsepunelble lor pwfonnanoeend payment under Nre conbaat, when Nw cMct pxxwrsmem cfgom or auyrorhod dtelsmo rdgns h addsm h en Agency, tbsp do eo asappnwlng ofther eat AC have no Ihblllty to vendor, when the ctdw prrxmmmentosowsr wdbwhsd designee signs'a mwxerecntrom an behalfof State agcncbxx onlylboAgsncy twt places en order wSr Nm Vendor sbog tmvo any gxMNY fc Vendor mrmatdnhr,

41y boftcgs Rugose cnd otber communfcslhns pmvidsdlor herein ebeg be Nivcn in sxSng Iqr mgMemd or cwtgleduuw, mtum receiptmqumted, by rocetplod hend dsgveqi, by cmirler (UpS, Federal tbrpmm or curer rdrArmd rclhbfs csnlerj, by e mail, or by 4m chewing gw doteand sns ol sucoocehl umelyL Noiiww shall be senl.h he imlMduels who Mgned be mnbact ushg Iw coldmt nnooonegm hihufng tbsstgnafuraa smb ouch nesm shall be deemed lo have been pmvtdsdat the Imo It h acxwlly recelved, sy Image nothe, ogler pwty may obsngeIhe coulant InformalhL

4 10 MODIPIGATIDNS ANO SURVWAL: AemtSw@ ~sod wshwunnmbe inwNhg mid otgmd by outborimdropmxontogves otNie PmuoL Any pnwhhn ot Ible conbsct ogldMy dcclersd vmL~or sgabm pxMc ynlhy, ebxgbelsmod and the wmebhg pmvhhno obsgim idwprebxL ae bx as pcsxble, h gba ogwd m lbe pwilas'eaL All pwlalm sw by ibex nahm wouM lw mpected lo wrwhe, shalt oundvetmmhslhn. In Iw avmt oi s congbt bsmesn the saws snd Ibe Vwrdcvo temw, condihns and eltscbmwdc, tbe Mbte'o tormw oondlllono ewt~shsg prevslL

Ags psRFCRMAMGN RNGCRD I stpgpsNstoN: Upon rwywsl ef Iro sara, vemhr stag weel to dhsms perfonnance or pmvlde ccrxroMyarbxmsncc updohs lo help enswo pmpsr perlonnance of lbe conbxct. The sale may concfder Vendw's pwhrmancs under Ibis contract sndcmcqdhnce sxqb lsw and rufe to dstwmme nfxdber lo conthue Nw contnwL suspend Vrmrfor'from dohg hture budnssc ogb lbe stale hr acpecsed period oft'ms,orle dotomne uhwher vendor can be uwwMered rosponohh an epecigo fulum wmtrsct opportunbiss.

dsg PRNNDCM oy ssioRMAToN AGTi 'Ibis wmttaw owl nb related pubgo neelcwahbdnsd by, provided to or requbmlhbe provfdad toIbe Sets mo eulijyct lobe Ngnols Fmedcm of Inhxnalhn Act notrdtbohndlng any pnwlsbmlo Se conlnuy Ibet may bs found ln sh contraoL

fhxhha fdrtcmilu Peso rc

Page 153: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges
Page 154: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

L11 'cndarcsdgmlbat it snd go aiigetes wc not dctnqusmin'Ihe paymwx olsnydskt Cthe Stele(or gdNcqucnlbas enmred into a deterredpayment plan lo pay lhe debt), and vundm sud lh sffigstec scknowhdge Ne Shle umf dedcmlhsconkml vcfdllhh~ futohq(50 ILGO500ND.I 1) ar Ifvcndor'or an xglhds Nrbacomcsdelhqcenterdhasnatsutwudhloe defacedpsymsnl phnh yaif oil Illa debt(BD ILGS Ofysogo),

LI2 vandcr@Nllm Owl lt snd ag sgNetes shall cogscl and mmll liilnoic Uee Tauon ag salas ay tangible personal pmpccly lnlo ms sate olNlnole in occcrdwwe wkb provisions at ihe IN»cia Iles Tsx Act (RD ILcs Boly50 tg) end a~Ibslhyuru h ccmplycanmsug in ss conlnxdbehg deckucdmkL

5 18 Vrmdorrk»Nhc that It lwe notbecn icundby e camt orlbc poliulkm Centml guard le have aommlgsd a wglulor knotdag viahlkm of 8mEmdmnmsnbd pmtccgm Acl wllbhibs hei gve years, scd fathers)ora not barred fmmbclng awarded a ccnuact(50 ILGS 6DONO Id).

814 vendar ccxgmb hus nat pa!d any srcney orvsfuebh ikbNlo induce say ymuwl Iomlrshbwnbiddhg an a Stele centum, nor bas venderaccepted any maney orclhsr valuable Ibhg, or salad upon the pmmfm ol eame, for net bkldhg on a sbusconlracl (BD ILGOBBDEN<5),

MS vendurccctNmilisnothvhhgonoftbe "Aevclvtngoocr'section oftboNfnoisprccummentccde(BDILcggmu500DL

L18 vesdorcwggm Ibal It bus not mtstneds yamen or wNIy le cuamptmkdkmnce sa mxcomeet a procurementdechhn lor ccmpcncsgcdcontlcgsnlln wbch or In pwt span tbe deckihn or pmuuremenl(oo ILc8500lggdgb

$17 vendor ccrNlee k will rcy»t fo tbe liycch Attorney oeneral cnd Ibe Gbhf procurscwnl ONcsr cny suspected ccguclan or alber engcompedgve prccgcs among any biddeN olfemrs, contractors, ympcscrcor emphyseeoflbc slcle (ag ILGN 500IBD 40, 50 45, 5050).

Lys fn a ccrdince ngh Ike steal pnnhcts procumment Act, vecdor ceNilss steel prcdude used or ouppgcdlnlhe pemmnance ot a ccnbccltm pubgo worlw skag be manufactured or pmduocdh ho Ungag sates, unless 5m mwcutkw hmd o!Rtc pmauriny agency Nmxe an sxceplhn (BOILCS 505).

Lyg a) It Vsmhr amphys 25 or moue emphyece and Ibh contract is wodh mare Ibun RBDDO, Vendor cerNIea 8 wg provide e dmg kesworkplampmcucnito Ibe crag pme yvokplacc AcLb}If veadar ban fcdividusl and Ibis conlracl h wonh mme Ikan 55000, vendor skell aot scgegs h Ibc cluhwtcl manufadure, Ncblbugsn,dlepsnsehm, pccucsskm or wm sin conlmycd eubsbmce duricg the perhnnwwaof thoccclrem CID ILGsmID),

Ms Vendarcm@hsgwlnsklm Vendor nmms cubehntlsgy owned aNlleleis~ orcbag parlhfpsle In anlnhmagonslboycolthvfotagon af Ibe UL Export Admlnhbagm Act of tgyu or Ike appgmble regulalhns of Ikc ILS Dcpadmenlel Gcmmerou Tkh applies to contradaSat exceed OIOMO SNILCS BB2).

ILRI VendorcortNm itbac nol bwm oasvichd at tbs ogeaee ol bid dgglng or ktd elcfng cr any skngsr ogense cf snymch or of Ike ImbedSalas (720 ILCSBIRO 54 EA).

822 Vendor eenNec 2 compiles wgh dm ggnoh ceperbnenl cl Human Rights Act sad else appyceble ls publh cockacte, Incladhg equalemploymentoppwlungy, mfmhfng lmmunhwhl dlswlmlwlloa, and kavhg wdthn sexusiblracumsm poyclee (yfg ILcs OIR105),

LRS Vecdor csNgec It dcccnotpey dum h or reimburae or cubcldho psymcnhbygc employees lcr any dues or hash cny "Nscrimlnatcryrdcb'(775 ILCS 25IRL

LRO Vendor csrtNm it complhc wkh gm Blate Prokhigou ol Soeds fram Fmcod Labor Acl. and vmlNev Ikcl no hralgwmede aqrdpmcnLmalorish. or cuppgee hmicbsd lo Ibe slake crxhr gw ccnlraot bmm been or wN be pmdmcd fn whole or h psdby breed Ichor, oriadeatumd hbsrunder penaluanclkm (80ILCS 655),

LRS vendor cmNlee thai no fbrdlyncruuh equlpmcnl, matmhh, or cuppyee hmfaksdlo Ihc slats under Ow contract bww been produced hwboh or fn pwt bygm tahar or any chgd under gm cga el tR(50 ILCS 654).

Lgo vendor mmfiss lbsllt le cot Invfohgon ofsacgcnmH42of 5m gliuoiapnmurcnnct code (00 RCE BDDIBD I45)Rwlchhh "Owners ofmskfrwgN buhlings wko hww ecmmgled a NNut or Imowirtg vhhthn of Iba Lead pohmlny prevsngon Aet(cto ILG8 45) are prckhbed fmm doinghuslnsm with tbe Sale mtg Ibs vfohthn le mNgelml".

sR7 verxhr uunanh and cerlifiecgmt it end, lo Ihs beat of isllmawicdge, ila bcscmtttmcmhave awlmg comply wbb Emmakw order No, I(2007), The Gnhr gencmgy probibkc vmhm and cubconbaclme from hkhg Ike gumaciing Eovcmcys hmiiy members h hbby procursm'erdaehgcc of the shbu or any alber unit af svserunml h lyinah inchdicb local govonumnhif Ibat pmmmmuml may reuug in a contract waved aimmr 525.00L Tbh pmbibltkm also appSm to kidno lor Ssl cams purpose any fcunm Slate employee wlm bad pmcuremcnt mxkwiiy ct any gmedmktg lhe onsyaw purled pmcedhg Ihe pmaummeut lcbbyhSacgNy.

828 Vendor oerglhc Ikal Inlormagon hcbnclogy, hckxfhg ehctmnh Intofmmkm, mflwure, syelernc acd cqullupcm. developed or providedunder thh contract wN comply wilb Dm aypgccble rsquiremenle of Ibe giincia Informegon Tecbnclogy Accessibility Acl Slandwds se publiibcd afurwwxihu,stats.il,uagk»L (50 ILCS 557)

ruuhcvr rurruuuro Puce I4

Page 155: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

, 000 Vender aantNIW NWillhaanmdr uadaratoadn and iuh aamtdanaa agb Nte Wghaabrn rratuhaamnle sf Ibe Eteafana Cade(10 ICCS Nfg.

00)ond Ihs rbsatcguw'ed wetdng galtgnit ahnhgntbnw cad whesdwrgdwnwatso(lha uthufo yratwswsw ceto($0 Ito(ttg000 100mul 00 Ny)tlraaha u(N sot nuga s tlaNsl acntdbugob osl ng vtotsle tbuoo raaehobleets. Those ua(atmnwuta are afbarow far 0» dwsgan af ihe Nwn cfcflhwof Ihe brcarabard Gaarancrer fora p«fsl af'0 ymns egarilts and aflba caaastuhnra, ntuchnrcr to twger.

Inmemlaaae kgb WCgm 00 100Of Ilre Nfaotutricaammmu Cngu bbndar CsrulhS noutbdaabttu

0 vbnrha 0'nolwbdwd to regia(sr sc ahu@wsaaauty ufbt NW Sado Nauru of thuaoanu

El vendor hea rsgblewd sud hs0 odtwbod e asb(f of Ibe otgutef celgboets of reghuwyas us houod by Nra blate gourd af fhacboha Ao owgbtamdbwlnusa swby, vsador~ocongaulng duty lo uydrasgwrsgtshalhw asrartabad by bra Aal

Page 156: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

INeade, Inc.9550 W 85th Stpsst.

Suite A

McCook IL 60525

Information for this business last updated on;

Tuesday, April 12;2011

CedIScataproducad an Tuesday, ApdI 12, 2011 at R19 PM

Page 157: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

ILO CISCLCSUNSSANO CCNFUASOFINTNRNSY

bmhuccbmm vendor sbsg dhdona swnolrdbrhmsth pohagN con%oh of tntoiwg aml amtnnb ~bhnglled In Ssolhns I, 2 end 0 belowas a comgtlcn of modcbs en mvord or conbaN (00 ILON ggtg50 10hrnl 004tg). FrNws lo I'ugy dlsdom nbng render Ibe mrdmcL bid, pmpwd,subconlracL or rslsgonsMp ualdsble by Ibe chief pmcursmentogher If elbe deems 5 In go best Inlsrucl ofNe State of NlnuJs mulmey bo unuse forImn'mg bulrl futumccutmch, bids, propsoela, subccuhads, orndesmsbllw wgb 5m Shbx

Tbwo amahsecgmw togdo fonn aml each mustbuccmphtsd to most fug discbsuro mqulremsnbx~ Its!a:Ttmnupmstml dhdowboe mes oontbwlngcbggegcn and must bd pmmfof supplenwnlud for smurmv grmugtuml gre prowes aad

tbmusboat0m bmn at ibe nmugsnl canimal If%a bMhtfm ls swanN, As Impdmd by 00 ILGS 50W04 Ibr magi year contracts vendorsmsct mbmgNesa dhdoaunw onan wmual tuwbx

A publicly badod caNF msy sulmdt be 10Kdhdcsum In~of Ihe dlcchsumnxfdrements set 0mb in scccon I hdaw. IKRIBvgR, If avundor pubbdh e 10K,Icy must sllll comfdah secgcns 2,3,4,Sand 0 snd subuNgrs dbclosme fomi

If5m vendor h a vscgy'owned subsbgmy ofa pwam crtfonhwon, separate dhehasw suet bs made bygro Vendor ewf gw pwsnL For pwposssof gds turns a unmet crgerllxagolr Is eny mlgly tbrd cwm 100%ofIba vmldor,

1Ms dlaahsurs Infonnagonh submlged rmbubrd fat(show oNchl nwne of Vendor, snd ssfpllcablc. ONA end psrwrS

'dsmeof eny ParwdCrtpmhugon; Lund W Cumusnv, tns.

Reagan 1:gscgon 8005Chcbmam etFlnanslallntcsmt to Sm Vernier. (Ag Vsndmwwustuomplstatbfsuocgun)

bcwdom must ccnphh subamgcn (aj, fbj or(rpgshm pbmce med gm iwwahry sufaecNvw and ccnpbfs gmrnlnnsgcn mgmmhd

m Itbbedorbrsfrublhbr baded CatPmle Wrbjaih SSCrsgcrgng~L Vbndcr sbegmdmg their 10Kdiscbuwm(lnduds pnmy gmferecosd fn 100)h ssllafecgcn ot lbe Smndsl endccsghtatlnlwevt dhdosure

mqutmwmh est bulb In subsecdmm 5000 (ej snd 50 of gm Fmcummenl cods. The ssc Ngsr 40f, supplemented «bb gw names ofIbcse ountrs ln excess of 6% aad up to ibe cmuuabbr percentages dhchwd In saic ~,msy bs ameplsd as bshgcubshnthgyequluslent h 10K,

Chock here 5 submlNng a 10LQ, 20CI, or 4'.OR

tx lf Veadcrla apdvohly beldcorpcrsgcnwIN mwe tbenSIOcbamholdera

L Tasse vendommsy subndtso hfonuagun idomgsdh tycFR 220 40I emlgslse names cfaey psmon orecgy bufdbqf any ownersblpsir we Iu moses of 0% In esgsfscgon of gm gnemlst end conglct ot bl lerasl dlmbmlra mqulrem oslo set fcnb ln eubsscgcno ggdg a sod bof 0m ghlola Frearlwrlant Coda,

c. If Mmdmh en iudivldunl, sole ~IN, psdnmsblpor any oglsr mnqusNod to use eubsecgons (A) or (8) ocmplsle 5) and 0l)belaw as eppscpdnh.

L For eachhdhbbmt bavlng any of gm fdbudng smncfaI Inlsrmds in Ibe vmuhr (w ss parent), pbwe mark eaab Ibsl apply end sbow sespplkwbh name and addrmux Ifse e sepernh Ibnn forescb Individual.

Co ysu bmw sn ownemhlp share ofgrsshr Ibsn 5%ofthe cNsdng englyor pnent ant lyf

(3)Yes f3Mo

2. Do you tuween ownemblnebem ofless Iban 0%, bul ablob boa a valaegreshr Iban SI0544720fCIVec Hfjo

Page 158: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

8, Do ymrmouhe mme sian SISOA47.20 of Ibsolgwktg enulfe or pment angl'c dietrbiusvs hoomev (Nels: aicmbuswr income le, fortkese pulpases, any lypocf dhtrhugon of ploglL An annual salary ls ootdlrlrlbuNve kwvms.)

Dyes ENa

4. Do yuumcelve Numg%of Nwogedngengbfborpsrentengty(v kdddhldbugve hvcnm,butwblobhissstbsngtggrtdy 20?OVes ENo

5. If yau~yesio esy of rtsevSOns 'i -4 sbmm, planes pruNe eghw Om yerrvmtags or dogar mrount of ycw ownwehlp ordhtisrugva akare of luce~ For psrhwakfps wllb more Sma tl pwlnem, Sm perosnlsgs shaw of assembly of eucbhdlddrmf idengsodrtmmmay be skown ln lbs fctknvlag magee (degcrudmNdde muN sbmbd completed wbsnepplbsble);L5% ruhN vb.5 to I.0%»t.gtb2,8% v(tt 128% v S,g lo421%nbg to 6.~din aMlgcrmt 1%Incremenhaseppmpdele

8, if you nmpcndmi yes loonyoforequostcse tcabmm, phaco cbeck Nmmtvnyrhhtypscfcwsereblpfdlvblbulabhhcome skenc

Oob propdshmMp p SscRCI Parlnorebip Q Clhelgdtghbg

btsndL. (hvngdvthtbmI 4 Mdb,kdkgytwsfkRL ygbtfdLrtNigyhLN Sggtf

t ln reh5oa Inhdlvmush Merdghd ehwe, lndicah wbwhev any cf tbo~yohntlsl crmtct sf interest mlsucnsblps apply. 5'Yes,"plants desmlbe each eitMMn Oatwl vrsb appmprlstn hser} uslre sm cpmw at sm end of Ns teNon (asses wbthnal pagan senm»users Ifno Indivkluel bee bees Manttad abow, mmk not applkwble(NIA} kern

(s) stats empfaymant currency or ln tbe tuuvknw 8 yearn, hdmtM mmtractust anptewut at vae 0 No.(E(asrvhos dtleegy wgb Nm ladtvkhsh Identghd In Oeclhn 1 lu Ibslr hdhMud capadty usmtnhd kr Iketrendcfs oocbsul.

(8) ghh smploymant efeprmoa, felker, mclber, son, nr daughter, Iackvmgcnnlmckud smyloymant Yes Q No(2((hr emvhsebr Sm prmdmm 2 ywus.

c) Sgmom oleluv; the boklhg of slumlvs cgkm at sro 80th af tghcfrv lbv gowmmentcf sm Uugad Yas 0 kto (3(tse, auy mdl of local government eulimrtwl by Nre concghtkm of sm Ohh of ssnoh or sm stahtss af

Sm BNNSOt tSaute Cunmrgy Orkv Ikspnmkme 3teem,

(I) Nohscmhlp h anyone twang etccove cgbm currerlsy orb sm pmdme 2 yoerr, spNse, falbsr, Yes Q Nogmolbsr, asn,or dsugblar.

) Appolnsve cflha; NrebokNng at any oypotnlvegovcmmont olNoeatde Oisin of tlnols, sm Ualtsd Yee9 No (2((cfAmedruk or any ungollocslncvemmant avtbcdvedby the ~ofSvv Blate ofllnoh or Iua

uhluhs ef Sm ghh of Symde, cgkm enNNss,gm holder lo Compeaveion in evceca d evprmssahcuuedln tlmdhcbulge of inst ofgco mmangy mIn the pnmloue 8 years

(5 ttc@onvbip to anyone %ding eppolnym eNcs drumngy or h ibs prevhuv 2 yeeuc spouse, Yes Q No(}((Mher, mother, oon, ordsugbhr.

(8) tbnyhynmut. cwmngy cr h Nm pmvious 8 ynem, ae or by euy mebhmd lobbyist ef Srs Ohio Yes Q No ggovommeak

gg Walkmvkfp to anyone abois or wav a mghlmvd lobbyist in Nmpiodvue 2 yeas; spouse, talker, Yav 0 No 3moOwr, mm, ordmrgblm.

(I} Compenselwi emphymsnk wmengy cr ln Nm pnmloue 3 yaws, by my myhlmsd elecNn or re Yas Q No ()I(shcgon cenunglsa registered ugk Iba gscvekuy of ghte or any county chrk h Ihe 8lele of IShchv cr anypoltcel actkm edmmgles reglshrml wgk egker the Oecmhry of Btate or Sm Fmhml Board of8eegcns.

6 Rahtlonsblp to onyrmw spouse, feiner, molkm, son. or rhugktuc wko ls or wsc a ucmpnrwated Yee Cl No 8emtdoyse In Nm lect 2 foam ofany mglsterml ekmlkm or reslaclhn oommWee rqlvlorel wih Ibe Oecmtniyol ghh or any rmrmty chdt hike gtoh of)two, or eoy potfcal adhn commsbs rsghhmd wltkvdtber ore'gsmetary ofghla or Sre Fodwul toast rdttecgcns.

Page 159: PROJECT - Cook County, Illinoisopendocs.cookcountyil.gov/procurement/contracts/1514-14588.pdfCONTRACT NO: 1514-14588 Whereas, Payment shall be as follows: In no case shall such charges

SECTION 5COOK COUNTY SIGNATURE PAGE

ON BEHALF OF THE COUNTY OF COOK, A BODY POLITIC AND CORPORATE OF THE STATE OF ILLINOIS, THIS CONTRACT IS HEREBY

EXECUTED BY:

COOK COUNTY CHIEF PROCUREMENT OFFICER

DATED AT CHICAGO, ILLINOIS THIS 2~ DAY OF

IN TSE CASE QF A BIDI PROPOSALIRESPONSE, THE COUNTY HEREBY ACCEPTS:

THE FOREGOING BIDIPROPOSALIRESPONSE AS IDENTIFIED IN THE CONTRACT DOCUMENTS FOR CONTRACT NUMBER

l5)H-i+5VV

ITEM(S), SECTION(S), PART

TOTALAMOUNTOF CONTRACT: $ 2 1 M J 84)2- '

(DOLLARS AND CENTS)

FUND CHARGEABLE:

APPROVED AS TO FORM:

Ack ~A>'6ASSISTANT STATE'S ATTORNEY

(Required on contreu(e aver $1,000,000.00)

EDS.15 3/2015