Loading...
18-125 Resolution No. 18-125 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH KELSO-BURNETT COMPANY FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE INSTALLATION OF SINGLE MODE FIBER OPTIC CABLE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with Kelso-Burnett Company, for professional services in connection with the installation of single mode fiber optic cable, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: November 7, 2018 Adopted: November 7, 2018 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 7 day of +aouLrniER, 2018, by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY") and Kelso-Burnett Company,an Illinois corporation authorized to do business in the State of Illinois (hereinafter referred to as the"CONTRACTOR"). WHEREAS,the CITY desires to engage the CONTRACTOR to furnish certain services in connection with the installation of Single Mode Fiber Optic Cable (hereinafter referred to as the FIBER INSTALLATION PROJECT); and WHEREAS, the CONTRACTOR represents that it has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW,THEREFORE,it is hereby agreed by and between the CITY and the CONTRACTOR that the CITY does hereby retain the CONTRACTOR for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged, to perform the FIBER INSTALLATION PROJECT as described herein,subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Chief Technology Officer of the CITY,herein after referred to as the"MANAGER". B. CONTRACTOR shall provide to the CITY the services as set forth in the CONTRACTOR's response to the CITY's request for proposals for the FIBER INSTALLATION PROJECT,attached hereto as Attachment A and incorporated into this Agreement by this reference. In the event of any conflict between the terms and provisions of this Agreement and the terms and provisions of Attachment A, the terms and provisions of this Agreement shall control. 2. PROGRESS REPORTS A. A detailed project schedule for the FIBER INSTALLATION PROJECT is included as Attachment B, attached hereto and incorporated into this Agreement by this reference. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in 2.B below. B. The CONTRACTOR shall submit to the MANAGER monthly a detailed schedule outlining the steps to be taken during the FIBER INSTALLATION PROJECT process and the dates of completion for each, as well as a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work product prepared by the CONTRACTOR pursuant hereto including,but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the MANAGER; provided,however,that the CONTRACTOR may retain copies of such work product for its records. CONTRACTOR'S execution of this Agreement shall constitute CONTRACTOR'S conveyance and assignment of all right, title and interest, including but not limited to any copyright interest, by the CONTRACTOR to the CITY of all such work product prepared by the CONTRACTOR pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the FIBER INSTALLATION PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the CONTRACTOR. 4. PAYMENTS TO THE CONTRACTOR(Lump Sum Method) A. The CITY shall reimburse the CONTRACTOR for services under this Agreement a lump sum of THREE HUNDRED SIXTEEN THOUSAND SIX HUNDRED EIGHTY-FOUR Dollars ($316,684.00),regardless of actual Costs incurred by the CONTRACTOR unless substantial modifications to the project are authorized in writing by the MANAGER, and approved by way of written amendment to this Agreement executed by the parties. B. The CITY shall make periodic payments to the CONTRACTOR based upon actual progress within thirty(30)days after receipt and approval of invoice. Said periodic payments to the CONTRACTOR shall not exceed the amounts shown in Attachment A,and full payments for each task shall not be made until the task is completed and accepted by the MANAGER. C. For outside services provided by other firms or subcontractors,the CITY shall pay the CONTRACTOR the invoiced fee to the CONTRACTOR. No such outside services shall be provided by other firms or subcontractors unless the CONTRACTOR receives the CITY's advanced written approval. 5. INVOICES A. The CONTRACTOR shall submit invoices in a format approved by the CITY. Progress reports (in accordance with 2.B above) will be included with all payment requests. B. The CONTRACTOR shall maintain records showing actual time devoted and cost incurred. The CONTRACTOR shall permit the authorized representative of the -2 - CITY to inspect and audit all data and records of the CONTRACTOR.for work done under this Agreement. The CONTRACTOR shall make these records available at reasonable times during the Agreement period,and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen(15)days prior written notice to the CONTRACTOR. In the event that this Agreement is so terminated,the CONTRACTOR shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination,except that reimbursement shall not exceed the task amounts set forth under paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the CONTRACTOR is given a notice to proceed and,unless terminated for cause or pursuant to paragraph 6,shall be deemed concluded on the date the CITY determines that all of the CONTRACTOR's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. S. NOTICE OF CLAIM If the CONTRACTOR wishes to make a claim for additional compensation as a result of action taken by the CITY,the CONTRACTOR shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the CONTRACTOR's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the CONTRACTOR. Regardless of the decision of the MANAGER relative to a claim submitted by the CONTRACTOR, all work required under this Agreement as determined by the MANAGER shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach;and,in addition,if either party,by reason of any default,fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the CONTRACTOR pursuant to section 4 hereof,no action shall be commenced by the CONTRACTOR against the CITY for monetary damages. CONTRACTOR hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement,and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law,including,but not limited to, -3 - the Local Government Prompt Payment Act(50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree that any action by the CONTRACTOR arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred. The provisions of this section shall survive any expiration,completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law,CONTRACTOR agrees to and shall indemnify,defend and hold harmless the CITY,its officers,employees,agents,boards and commissions from and against any and all claims,suits,judgments,costs,attorneys'fees,damages or other relief,including but not limited to workers compensation claims,in any way resulting from or arising out of negligent actions or omissions of the CONTRACTOR in connection herewith,including negligence or omissions of employees or agents of the CONTRACTOR arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify,defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this section shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The CONTRACTOR shall provide,pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least$1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The CONTRACTOR shall deliver to the MANAGER a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30)days prior written notice to the MANAGER. The Certificate of Insurance which shall include Contractual obligation assumed by the CONTRACTOR under Article 10 entitled"Indemnification"shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively,if the insurance states that it is excess or prorated,it shall be endorsed to be primary with respect to the CITY. -4- 13. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The CONTRACTOR shall carry Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than$1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the MANAGER as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the MANAGER. 13. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age,race,color, creed, national origin,marital status, of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification,and this requirement shall apply to,but not be limited to,the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training,including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation,termination or suspension, in whole or in part,of the Agreement by the CITY. 14. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto;provided,however,that no assignment shall be made without the prior written consent of the CITY. 15. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the CONTRACTOR shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the CONTRACTOR would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. -5 - 16. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership,joint venture, employment or other agency relationship between the parties hereto. 17. SEVERABILITY The parties intend and agreed that, if any section, sub-section,phrase,clause or other provision of this Agreement,or any portion thereof,shall be held to be void or otherwise unenforceable,all other portions of this Agreement shall remain in full force and effect. 18. HEADINGS The headings of the several sections of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 19. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof,or change order as herein provided. 20. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois.Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 21. NEWS RELEASES The CONTRACTOR may not issue any news releases without prior approval from the MANAGER, nor will the CONTRACTOR make public proposals developed under this Agreement without prior written approval from the MANAGER prior to said documentation becoming matters of public record. 22. COOPERATION WITH OTHER CONSULTANTS OR CONTRACTORS The CONTRACTOR shall cooperate with any other consultants or contractors in the CITY's employ or any work associated with the FIBER INSTALLATION PROJECT. -6 - 23. INTERFERENCE WITH PUBLIC CONTRACTING The CONTRACTOR certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 24. SEXUAL HARASSMENT As a condition of this contract,the CONTRACTOR shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights,and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by CONTRACTOR to the Department of Human Rights upon request(775 ILCS 5/2-105), 25. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement, CONTRACTOR shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the MANAGER prior to the entry into and execution of this agreement. 26. WRITTEN COMMUNICATIONS All recommendations and other communications by the CONTRACTOR to the MANAGER and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The MANAGER may also require other recommendations and communications by the CONTRACTOR be made or confirmed in writing. - 7- 27. NOTICES All notices,reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail,postage prepaid,addressed as follows: A. As to CITY: B. As to CONTRACTOR: Jeff Massey Scott Nailor Chief Technology Officer Division Manager City of Elgin Kelso-Burnett Company 150 Dexter Court 5617 Sockness Drive Elgin,Illinois 60120-5555 Rockford,Illinois 61109 28. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the CONTRACTOR shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies,represents and warrants to the CITY that all CONTRACTOR'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legally authorized to work in the United States. CONTRACTOR shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work,and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the CONTRACTOR to determine CONTRACTOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the CONTRACTOR shall make available to the CITY the CONTRACTOR'S relevant records at no cost to the CITY. CONTRACTOR shall pay any and all costs associated with any such audit. 29. EXECUTION This agreement may be executed in counterparts,each of which shall be an original and all of which shall constitute one and the same agreement. For the purposes of executing this agreement, any signed copy of this agreement transmitted by fax machine or e-mail shall be treated in all manners and respects as an original document. The signature of any party on a copy of this agreement transmitted by fax machine or e-mail shall be considered for these purposes as an original signature and shall have the same legal effect as an original signature. Any such faxed or e-mailed copy of this agreement shall be considered to have the same binding legal effect as an original document. At the request of either party any fax or e-mail copy of this agreement shall be re-executed by the parties in an original form. No party to this agreement shall raise the use of fax machine or e-mail as a defense to this agreement and shall forever waive such defense. _ 8 - IN WITNESS WHEREOF,the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE CONTRACTOR: ...60111111111111 By By: City Manager Scott Nailor I Title: Division Manager Att st• atZt6 ity Clerk F:\Legal Dept\Agreement\Contractor Ag-Kelso-Burnett-Fiber Optic Cable.docx -9 - ATTACHMENT A KELSO-BURNETT Co 1:W3 Cable & Wireless Division 5617 Sockness Dr. •Rockford,Illinois 61109.815/874-6311 •Fax 815/874-3333 September 25,2018 Mr.Jeff Massey Chief Technology Officer City of Elgin Elgin,IL 60120-5555 RE: Installation of Single Mode Fiber Optic Cable Request for Proposal Kelso-Burnett is providing this document as requested in RFP as a breakdown of work for each segment: Scope of work for Segment A; Fire Station#4 to the Green/Randall Water tower: - Installation of 1.5"HDPE and a 12 strand Corning fiber from the College Green/Randall Road Water Tower to the Fire Station#4 with a total distance of approximately 8000 feet. - The cost for the materials along this route is$3.20 per foot with a total cost of $ 25,600.00 - The cost of the equipment along this route is$3.03 per foot with a total cost of $ 24,240.00 - The cost of the labor along this route is$ 13.08 per foot with a total cost of $104.640.00 - Total cost for Segment A $ 154,480.00 Scope of work for Segment B;East Side Recreation Center to the Shales Road Water tower: - Installation of 1.5"HDPE and a 12 strand Corning fiber from the Shales Road Water tower to the East Side Recreation Center with a total distance of approximately 6000 feet. - The cost for the materials along this route is$3.20 per foot with a total cost of $ 19,200.00 - The cost of the equipment along this route is$3.03 per foot with a total cost of $ 18,180.00 - The cost of the labor along this route is$ 13.08 per foot with a total cost of $ 78.480.00 - Total cost for Segment B $ 115,860.00 Scope of work for Segment C;Fox Lane Pump Station to Elgin Public Works building: - Installation of 1.5"HDPE and a 12 strand Corning fiber from the Public Works building to the Fox Lane Pump Station with a total distance of approximately 2400 feet. - The cost for the materials along this route is$3.20 per foot with a total cost of $ 7,680.00 - The cost of the equipment along this route is$3.03 per foot with a total cost of $ 7,272.00 - The cost of the labor along this route is$ 13.08 per foot with a total cost of $31,392.00 - Total cost for Segment A $ 46,344.00 Total for Request for Proposal of Segments: A,B,C $316,684.00 As an employee owned company,we endeavor to be the best electrical and communications company in Northern Illinois;striving for the benefit of employees,customers,vendors and shareholders. [7, Es Kelso-Burnett Co.is proposing a turnkey solution and will include the following for each segment as listed above: - All fiber optic cable will be Corning Altos 12 SMF and will be tested prior to installation. - All Duct will be HDPE 13.5 regular smooth-wall and 1.5 inch in diameter - All tracer wire will be Trace safe wire with water protection to maintain an effective locating tool for this installation and will be orange in color to match the utility color code for communications. - All fiber terminations will be of Single mode,pigtail style and spliced to each strand to eliminate field errors and ensure all loss specifications are meet as outlined it the RFP attached. - Kelso-Burnett Co. will utilize Utility Dynamics at our directional drilling sub-contractor. - Kelso-Burnett Co.air/hydraulic install all fiber to minimize any stress on the fiber cable. No cable will be pulled into place. - Kelso-Burnett Co.will coil 30-50 feet of cable per hand hole to allow for any splices to be made in the future for this route of cable. - All cables in each hand hole will be tagged and wrapped in a neat coil. - All fibers will be tested to current specifications as outlined in your RFP. - All labels will be installed per the City of Elgin IT director so they are clear to your network. - All work will be completed in a neat and workman like manner. Assumptions: • The inside cable termination point is within 50'of building entrance. • Network electronics,servers or software are not included in this Scope of Work. • Other splicing which may be required in the City of Elgin network to create this connection is not included in this Scope of Work. • Ongoing maintenance including Julie locating and emergency repairs are not part of this proposal. Terms and Conditions: • Kelso-Burnett will contact JULIE to locate all utilities before construction begins. • It is the customer's responsibility to locate all privately owned utilities, i.e., flood and parking lot lighting, septic fields, ►i'ell heads, irrigation lines, etc. • All work will be completed during normal business hours 7:00 AM to 3:30 PM. • All materials and labor are guaranteed for one year. • Pricing is valid for 90 days. • Billing will occur as negotiated until the project is complete. Payment is required within 30 days of billing. As an employee owned company,we endeavor to be the best electrical and communications company in Northern Illinois;striving for the benefit of employees,customers,vendors and shareholders. 1:2EB History: Serving Illinois since 1908, our uncompromising commitment to excellence and innovation has helped us grow from a modest two-man shop into one of the oldest and largest full-service Electrical, Communications, & Life Safety contractors in the region. And although our services have evolved dramatically over the years, one thing has never changed— our dedication to finding new and innovative solutions that exceed customer expectations and deliver long-term value. Kelso-Burnett serves the industrial, commercial, utility, and institutional fields, with a wide range of business in each segment. Over the past 30 years, Kelso-Burnett and its affiliates have been consistently ranked as one of the nation's 50 largest specialty contractors by ENR Magazine. We have a proven track record, are financially solid,and have four offices with well over 300 electricians—30 in communications. As an employee-owned company centered on constant growth and improvement, we truly believe that our first 100 years have been just the beginning for us. Striving for the benefit of our employees, customers, vendors and shareholders, our team is eager to fulfill your vision of an enlightened partner during our second century of progress. Thank you for the opportunity to work with you on this project. Any additions or changes to this project must be approved through you.No agreements with our installation crew will be recognized. If you have any questions please feel free to contact me. Scott Nailor Kelso-Burnett Co Division Manager C:815.378.6137 0: 815.873.4873 As an employee owned company,we endeavor to be the best electrical and communications company in Northern Illinois;striving for the benefit of employees,customers,vendors and shareholders. Kelso-Burnett Co . FOR City of Elgin Request for Proposal Installation of Single Mode Fiber Optic Cable August 14,2018 Table of Contents Section ..Title Page 1. Executive Summary . 2 2. Background Information 2 3. Formal Submission Procedures 3 4. The Technical Proposal 3 5. The Cost Proposal 4 6. Scope of Work .. 5 7. Evaluation Criteria 7 8. Standard Forms Cost Proposal 7 Certification Requirements 9 Employee Utilization Form .. 10 EEOC Guidelines 11 Sexual Harassment Policy 12 Tax Collusion/Debarment/Prevailing Wage 13 Professional Services Agreement 15 1 City of Elgin Request for Proposal for Installation of Single Mode Fiber Optic Cable I.Executive Summary The City of Elgin, Illinois (the City), invites qualified Vendors (Vendor) to submit responses to its Request for Proposal (RFP) to furnish Installation of Single Mode Fiber Optic Cable. Proposals are to include pricing for all materials, equipment and labor to install underground innerduct,single mode fiber optic cable, interior fiber optic patch panel and termination of fiber strands. This RFP is part of a procurement process that helps us serve the City's best interests. It provides a formal and unrestrictive opportunity for the City to consider the services of responding Vendors. The process being used in this case should not be confused with the process of competitive sealed bidding.The latter process is usually used where the goods and services being procured can be precisely described and price is generally the determining factor. With a Request for Proposal and Competitive Negotiation, price is not required to be the determining factor, although it may be, and the City has the flexibility to negotiate with one or more Vendors to arrive at a mutually beneficial relationship. All questions about this process or the requirements must be in writing and forwarded to Purchasing Director Daina DeNye via e-mail to Denye_D@cityofelgin.org. The scope of work section will describe the subject area for which the City of Elgin is seeking a solution. The section will describe the required tasks,and set out basic requirements,which must be met as stated for the proposal to be considered, Vendors are free to propose any solution that meets the stated needs. The City is not responsible for any cost a Vendor incurs in responding to this RFP or during participation in the negotiation process. 2. Background Information The City of Elgin, Illinois is located in Northeastern Illinois and serves a population of approximately 110,000 and has just under 45 square miles encompassing its city limits. The City operates under a Council-Manager form of government in which the Manager serves as the Chief Executive Officer. City administration is divided into eight departments: Office of the City Manager, Fiscal Services, General Services, Community Development, Police, Fire,Parks&Recreation, and Water Department. The City employs approximately 1000 full-time and part-time employees. The City owns a large number of facilities scattered throughout the City. The City does not own its own electrical or Telco utility and therefore placement of aerial fiber optic equipment on those utility poles is not possible. The City has a converged voice, video and data network with fiber optic cable running to all City facilities. The City deploys an Ethernet network with 10GB backbone, 10GB server connections and 1000MB to the desktop. For a Vendor to be considered,the Vendor's design must be able to seamlessly integrate with the City's system as described above. 2 3.Formal Submission Instructions A. Proposals shall be submitted (one hardcopy original and CD with electronic pdf version) in sealed envelope by Wednesday, September 26,2018 at 1:00 P.M. Central Daylight Savings Time to: Daina DeNye Purchasing Director 150 Dexter Court Elgin, IL, 60120 Phone: 847-931-5604 Envelopes must be clearly marked on the outside as "Installation of Single Mode Fiber Optic Cable." Your proposal should address your approach to installing the required cable for the City and should address all informational, functional and general requirements of this RFP document. Your proposal should also include an itemized cost proposal for the scope of the services and deliverables required by this RFP. At a minimum, the cost proposal will include itemized cost data for all materials, equipment and labor. Any cost not accounted for in these categories that would be part of your solution must be included in your cost proposal. The cost proposal should itemize any expenses related to travel, lodging and per-diem. Statements such as "travel and travel related expenses will be billed at our cost. . ."may not be considered responsive to our request for complete cost information. It should be noted that the City is looking for a total turnkey system as a result of this project. Payment terms will be negotiated and be based on performance. Under no condition will payments be made prior to delivery of any services or products to be furnished. B. The proposal must be signed and dated by an individual authorized to enter into a binding agreement in the name of the Vendor. Late proposals will not be accepted unless circumstances were beyond the control of the Vendor. Not allowing sufficient delivery time is not an acceptable excuse. C.The proposal should be presented in a format that can easily be incorporated into a contract between the Vendor and the City encompassing the guidelines detailed in the RFP and required by the City. D. The City reserves the right to reject any and all proposals, waive any informalities in the proposals received, and accept any proposal that in its opinion may be in the best interest of the City. The City does not obligate itself to accept the lowest price or any other proposal. 4. The Proposal A. The Vendor a. Name and address of firm. b. The name of the contact person that the City should contact for questions and clarifications concerning your company's proposal. Include phone number, fax number, and E-mail address. c. A brief history of the firm to include the total number of years your firm has been in the business of furnishing products and services as requested in this RFP. d. Organizational structure of the firm including subsidiaries, partnerships, or parent firm. Include the total number of full-time employees with your submission. 3 e. Listing of office locations. Specifically note the location of the office or offices that would be responsible for providing resources for this project and their hours of operation. f.An explanation of your approach to problem resolution and how your firm will deal with problems that may arise in the execution of your delivery of services to meet the requirements of this RFP. g. Include a list and explanation of any outstanding litigation in which your firm may be engaged regarding any project for which your firm was responsible for delivering services similar to the ones outlined in this RFP, B. References and Clients a. A representative listing of references that the City can contact. Please include references where the firm has performed and completed engagements similar to this RFP, preferably from local governments,and a brief(one or two sentences)description of the solution provided.You should include at least three references and preferably five. Include the length of the relationship you have had with each client you use as a reference. Please include contact information for each reference. b. List all clients who are governmental agencies in the State of Illinois c. List all clients who are local governments of similar size or larger (i.e. 500 to 1000 employees serving a population of approximately 50,000 to 100,000). C. The Technical Proposal a. Please provide a specific affirmative response to each of the requirements set out in section 6 of this RFP.Failure to respond positively to any of the items may eliminate your proposal from any further consideration. b.For each task listed in the scope of work(section 6)provide a description of your proposed services to satisfy that task. c.Please provide any additional information that would assist the City in evaluating your company's experience and ability to furnish the requirements of this RFP. 5.The Cost Proposal(All costs must be included in your response). A. A description of the services offered by the firm and the billing rates for these services in accordance with the requested services as described in the RFP. Provide a cost summary for each segment listed in the scope of work. a. A description of the cost of materials. b. A description of the cost of equipment. c. A description of the cost of labor. d.A description of the travel schedule and associated travel, lodging,meal,or per diem expenses for any of the firm's staff who will spend time working in Elgin 4 e.Detail any costs not included in proposal above. B. The City of Elgin is not responsible for any cost a Vendor incurs in responding to this RFP. 6. Scope of Work The Vendor must work with the City to complete tasks listed in this Scope of Work section to meet the requirements for installation of single mode fiber optic cable. A. Installation of HDPE innerduct and 12 strand single mode fiber optic cable from the College Green/Randall Road Water Tower, 2355 College Green Dr., Elgin Illinois 60123 to Elgin Fire Station 4, 599 S. McLean Blvd, Elgin Illinois 60123. Total distance is approximately 8000 feet. Refer to attached image file newfiberA.jpg for an overview of the proposed route. B. Installation of HDPE innerduct and 12 strand single mode fiber optic cable continuing from Shales Road Water Tower, 525 Shales Parkway Elgin, Illinois 60123 to East Side Recreation Centerl080 E.Chicago St.,Elgin Illinois 60120.Total distance is approximately 6000 feet. Refer to attached image newfiberB.jpg for an overview of the proposed route. C. Installation of HDPE innerduct and 12 strand single mode fiber optic cable continuing from Fox Lane Pump Station, 1880 Fox Lane, Elgin IL 60123 to Elgin Public Works, 1900 Holmes Rd, Elgin IL 60123. Total distance is approximately 2300 feet. Refer to attached image newfiber.jpg for an overview of the proposed route. This segment may or may not be included in the final contract depending on overall cost of the proposal. Technical Specifications for the Single-Mode Fiber Optic Cable Outside plant single-mode fiber cable shall be used for all applications where cable is to be run in underground conduits. Preferred cable type is Coming ALTOS All-Dielectric Gel-Free Cable 12 strand single-mode fiber. Underground Inter-Building Cable All underground fiber cable is to be protected with HDPE innerduct.After installation, innerducts are to be permanently labeled as containing fiber optic cable. Fiber Optic Splicing and Closures Fiber optic splice enclosures shall be used where cable are joined. All splicing of cables shall be performed using fusion splicing. The splice enclosure shall have the following characteristics: Used in below ground and buried applications Are available to support the number of fibers and cables required for this network. Allow for reentry to add an additional feeder cable for local expansion 5 Provide a system that stores slack buffer tubes and ribbons inside the enclosure. The system must allow for flexibility of configurations,including expanded slack storage, various tray heights,mass platform storage, optical components and connectors. Vaults must be provided at each transition point where the fiber cable must be spliced. The vault shall have the following general characteristics: Installed in a manner that does not provide an obstruction to pedestrians,motorized and non-motorized vehicles. Provides a lid that is resistant to deflection and rated for incidental traffic to a weight of at least 32,000 pounds. The lid on the unit shall be non-skid. The lid shall have an embossed, engraved or permanent identification showing that it is owned by the City of Elgin. The labeling process shall in no way diminish the design characteristics of the unit. The lid shall be secured using stainless steel bolts. These bolts shall have a configuration that prevents removal with commonly available hand tools. The following picture illustrates one type of enclosure. This is for illustration purposes only and should not preclude other cost effective vaults. r - Fiber Patch Panel Organizers Fiber cables are to be terminated in one of two types of patch panel enclosures. City may specify either wall-mounted or rack-mountable stand-alone units for installation. The final choice of fiber organizer shall be cleared with City prior to installation. It is City's practice to terminate both ends of all fibers within a fiber cable with SC style connectors. Each enclosure shall be labeled with permanent black ink on a white background. Each enclosure shall be labeled on the face plate with the identifiers of the cables it contains the strand number and the end point. Miscellaneous At each end of the cable, sufficient slack(15 - 30') shall be left to facilitate reasonable future relocation of the fiber patch panel. Slack shall be mounted on walls or upper ladder racks according to City's direction. Testing Before Installation It is suggested that each individual fiber in a cable be tested with an OTDR for length and transmission anomalies while on the reel before installation. 6 After Installation and termination All single mode fiber strands shall be tested end-to-end for bi-directional attenuation, 1310 nm/l 550 nm for single mode fibers. Tests should be conducted in compliance with EIA/TIA-526-14 or OFSTP 14, Method B, according to the manufacturer's instructions for the test set being utilized. Tests must ensure that the measured link loss for each strand does not exceed the"worst case"allowable loss defined as the sum of the connector loss (based on the number of mated connector pairs at the EIA/TIA-568 B maximum allowable loss of 0.75 dB per mated pair) and the optical loss. After the cable is in place it shall be tested in the following manner: a. After termination, each fiber shall be tested with an ODTR for length, transmission anomalies, and end-to-end attenuation. Results are to be recorded and supplied to City in the form of hard- copy printouts or photographs of screen traces. b. After termination and bulkhead mounting, each terminated fiber is to be tested for end-to-end loss with a power meter/light source. As above,results are to be recorded and supplied to City. c. The maximum allowable attenuation for any splice or termination is 0.3 dB. 7.Evaluation Criteria In making its selection, the City will not only consider cost but also the proposal with the best combination of attributes that provides the desired solution, in the opinion of the City. Consideration will be given to the following criteria: A.Vendor's Qualifications and Experience B. Client Reference C. Vendor's Technical Description D. Cost Proposal As part of the evaluation process,your firm may be requested to present its proposal at the City of Elgin. Any information gained during the presentation(s) may be used in the evaluation of your proposal. Failure to honor this request may be grounds for rejection of your proposal with no further consideration given to your proposal. The City is under no obligation or requirement to request Vendor presentations. 8. Cost Proposal Form: Please complete the following cost proposal form in as much detail as possible. Please provide a cost per segment described in the scope of work,A,B, C. cost of material See attached proposal on KB letterhead 7 cost of equipment See attached proposal on KB letterhead cost of labor See attached proposal on KB letterhead travel schedule and associated travel, lodging,meal,or per diem expenses for any of the firm's staff who will spend time working in Elgin N/A Detail any costs not included above See attached proposal on KB letterhead 8 CITY OF ELGIN, ILLINOIS, CERTIFICATION REQUIREMENTS Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accepted without this information. 1. To assure compliance with the City of Elgin's Affirmative Action Ordinance,all contractors and vendors,herein referred to as "bidders," are requested to submit the following information: 1. Work force analysis using the enclosed Bidder's Employee Utilization form. 2. Provide the information required in Item #3 on the Employee Utilization Form if the answer to Question#2 on the form is"Yes." 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement.) 2. To assure compliance with the City of Elgin's Sexual Harassment Ordinance, all bidders must submit a signed sexual harassment form enclosed with the Invitation to Bid. 3. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. 4. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid-rotating. 5. The successful bidder agrees that, upon acceptance by the City of Elgin, the executed Invitation to Bid, along with all instructions, conditions, and specifications attached thereto, constitute a binding contract which may be enforced by the city. Signature/Title 015100 AA , 94-r" Company Kelso-Burnett Co. Address 5617 Sockness Drive Rockford, IL 61109 Phone 815-873-4869 Fax 815-874-4889 Email snailor@kelso-burnett.com FEIN 36-1315400 9 CITY OF ELGIN, ILLINOIS, BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action- City Contracts 1. Name and Address of Bidder Description of Project Kelso-Burnett Co. 5617 Sockness Drive Rockford, IL 61109 JOB Total Whites Blacks Hispanics Asians or American Minority Female CATEGORIES Employees Pacific Indians (M&F) (All Islanders Categories) M / F M / F M / F M / F M / F Example: 18 3 5 3 2 4 1 55.6% 44.4% Managers (10/18) (8/18) TOTALS Signature of Company Official Title Telephone Number Date Signed Page of "Kelso-Burnett Co.has not but Acrux Cabling 2. Have you ever been awarded a bid by the City of Elgin? has. Kelso-Burnett acquired Acrux in 2004 and no XX Yes ** No Employee Utilization Forms have been found. 3. If the answer to question#2 is Yes,please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows underutilization of minorities and/or females,please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc., fails to comply with the fair employment and affirmative action provisions of the City of Elgin,the City,amongst other actions,may cancel,terminate, or suspend the contract in whole or in part. 10 CITY OF ELGIN, ILLINOIS, EQUAL EMPLOYMENT WRITTEN COMMITMENT GUIDELINE The written commitment required in Item#4 of the Bidder's Employee Utilization Form shall: 1. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees. 4. Set out the bidder's specific goals to recruit minorities and females for training programs or other similar opportunities available through the bidder's organization. 5. Indicate bidder's consent to submit to the City of Elgin, upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment,screening,referral,and selection and hiring of job applicants for the bidder. 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affirmative action plan to the City of Elgin. 8. Clearly state the bidder agrees that: "Bidder (company name) shall not discriminate against any employee or applicant on the basis of race, color, religion, sex, national origin, age, place of birth, ancestry, martial status, or disability (physical or mental) which will not interfere with the performance of the job in question." Description of Groups for Classification Purposes White: all persons having origins in Europe,North America,or the Middle East Black: all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican,Puerto Rican,Cuban,Central South American,or other Spanish culture or origin,regardless of race Asian American: all persons having origins in the Far East, Southeast Asia,the Indian subcontinent,or the Pacific Islands American Indians: all persons having origins in any of the original peoples of North America who maintain cultural identification through tribal affiliation or community recognition 11 CITY OF ELGIN, ILLINOIS SEXUAL HARASSMENT —POLICIES AND PROGRAMS Effective July 1, 1993, every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: • the illegality of sexual harassment • the definition of sexual harassment under state law • a description of sexual harassment,utilizing examples • a vendor's internal complaint process including penalties • the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission • directions on how to contact the department and commission • protection against retaliation as provided by Section 6-101 of the Human Rights Act I hereby affirm that the organization which I represent has in place sexual harassment policies which include the required information set forth above,and I hereby agree to furnish the City of Elgin - Human Resources Department with a copy of these policies if they so request. Signature/Title P>,,)�s►�/� �p� Company Kelso- Burnett Co. Date 09-26-2018 Sexual harassment is defined as follows: "Sexual harassment"means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when(1)submission to such conduct is made either explicitly or implicitly a term or condition of an individual's employment,(2)submission to or rejection of such conduct by an individual is used as a basis for employment decisions affecting such individual,or(3)such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating,hostile,or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the City of Elgin-Human Resources Department at(847)931-5607. I hereby agree to fully indemnify and hold the City of Elgin harmless from any and all liability, loss, or damage, including costs of defense or claim, demands, costs of judgment against it arising from any sexual harassment complaint resulting from the act of any member of my organization in the performance of this contract. Signature/Title 1.1q1510/4 Company Kelso-Burnett Co. Date 09-26-2018 12 CITY OF ELGIN,ILLINOIS TAX/COLLUSION/DEBARMENT/PREVAILING WAGE/LEGAL STATUS OF EMPLOYEES AFFIDAVIT State of Illinois ss. County of Winnebago Stefan Lopata , being first duty sworn, hereby deposes and states: (1) That s/he is the President of the party making the foregoing bid. (2) That the bidder is not barred from contracting with any unit of local government for any reason, including but not limited to debarment as a result of a violation of 720 Illinois Compiled Statutes, Section 5/33E-3 or 5/33E-4, as amended. (3) That no collusion or agreement among other bidders or prospective bidders to bid a fixed price or otherwise restrain competition by agreement has taken place, (4) That the bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting any such tax. (5) That the bidder hereby certifies: [check all that apply] • \_,/' bidder has not received any notices of violations of the Illinois Prevailing Wage Act(820 ILCS 130/0.01 et seq.) in the event any such notice has been received by bidder, a copy of any such notice is attached hereto. ■ in the event that bidder has received such a notice,any documentation demonstrating the resolution of any such notice is attached hereto. ■ for each such notice received by bidder,the matter has been resolved as follows: 13 (6) That the bidder hereby certifies that it shall comply with the provisions of the Prevailing Wage Act(820 ILCS 130/0.01 et seq). (7) That the bidder hereby certifies, represents and warrants that all of bidder's employees and/or agents who will be providing products and/or services with respect to the subject bid and contract are and shall be legal residents of the United States, and are and shall be legally authorized to perform any such applicable work and/or services. Signature of Bidder, if an individual: Signature of Bidder, if a partnership: Subscribed and sworn to Partner(indicate General or Limited) before me this d5 day of 5eib/'w her , Z0 /S Signature of Bidder, if a corporation: My commission expires: ll ag- �O Presiden OFFICIAL SEAL EVELYN K PROTHERO / NOTARY PUBLIC•STATE OF ILLINOIS aP 14 A _ � A , MY COMMISSION EXPIRES:11/28/20 Secretary ( Signature of Bidder, if a limited liability company: Member or Manager 14 AGREEMENT THIS AGREEMENT,made and entered into this_day of ,2018 by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and , a corporation, authorized to do business in the State of (hereinafter referred to as "VENDOR"). WHEREAS, the CITY desires to engage the VENDOR to furnish certain professional services in connection with the Installation of Single Mode Fiber Optic Cable (hereinafter referred to as the Fiber Installation Project). AND NOW, THEREFORE, it is hereby agreed by and between the CITY and the VENDOR that the CITY does hereby retain the VENDOR for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in all consulting matters involved in the FIBER INSTALLATION PROJECT, subject to the following terms and conditions and stipulations, to-wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Chief Technology Officer of the CITY,herein after referred to as the "MANAGER". B. VENDOR shall provide to the CITY the services as set forth in the Scope of Services is attached hereto as Attachment A, proposal dated . In the event of any conflict between the terms and provisions of this Agreement and the terms and provisions of Attachment A,the terms and provisions of this Agreement shall control. H. PROGRESS REPORTS A. A detailed schedule for the FIBER INSTALLATION PROJECT is included as Attachment B, attached hereto. Progress will be recorded on the schedule and submitted monthly as a component of the Status Report described in C. below. B. The Vendor will submit to the MANAGER a detailed schedule outlining the steps to be taken during the FIBER INSTALLATION PROJECT process and dates of completion for each. HI. WORK PRODUCTS All work products prepared by the VENDOR pursuant hereto including,but not limited to, reports, studies, and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the MANAGER provided, however, that the VENDOR may retain copies of such work products for its records. IV. PAYMENTS TO THE VENDOR(Lump Sum Method) A. The CITY shall reimburse the VENDOR for services under this Agreement a lump sum of ($ ), regardless of actual Costs incurred by the VENDOR unless SUBSTANTIAL modifications to the FIBER 15 INSTALLATION PROJECT are authorized in writing by the MANAGER. VENDOR shall perform the services pursuant to this Agreement according to the schedule attached hereto. B. For outside services provided by other firms or subVendors, the CITY shall pay the VENDOR the invoiced fee to the VENDOR. No such outside services shall be provided by other firms or subVendors unless the VENDOR receives the CITY's advanced written approval. C. The CITY shall pay to the VENDOR the actual costs of reimbursable items listed in Attachment A, as well as the additional services if requested by the City at the prices stated in Attachment A. IV. PAYMENTS TO THE VENDOR(Not To Exceed Method) A. For services provided the VENDOR shall be reimbursed at the rate of times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed regardless of the actual costs incurred by the VENDOR unless substantial modifications to the scope of the work are authorized in writing by the MANAGER. B. For outside services provided by other firms or subVendors, the CITY shall pay the VENDOR the invoiced fee to the VENDOR,plus C. list other components of the fee such as reimbursables. D. The CITY shall make periodic payments to the VENDOR based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the VENDOR shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the MANAGER. (payment schedule) V. INVOICES A The VENDOR shall submit invoices in a format approved by the CITY. B. The VENDOR shall maintain records showing actual time devoted and cost incurred. The VENDOR shall permit the authorized representative of the CITY to inspect and audit all data and records of the VENDOR for work done under this Agreement. The VENDOR shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen(15)days prior written notice to the VENDOR. In the event that this Agreement is so terminated, the VENDOR shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination,except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VII. TERM 16 This Agreement shall become effective as of the date the VENDOR is given a notice to proceed and, unless terminated for cause or pursuant to Article VI, shall be deemed concluded on the date the CITY determines that all of the VENDOR's work under this agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. VIII. NOTICE OF CLAIM If the VENDOR wishes to make a claim for additional compensation as a result of action taken by the CITY, the VENDOR shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the VENDOR's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the VENDOR. Regardless of the decision of the MANAGER relative to a claim submitted by the VENDOR, all work required under this Agreement as determined by the MANAGER shall proceed without interruption. IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and,in addition,if either party,by reason of any default,fails within fifteen(15) days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. X. INDEMNIFICATION To the fullest extent permitted by law, VENDOR agrees to and shall indemnify, defend and hold harmless the CITY, its officers, employees, agents, boards and commissions from and against any and all claims, suits,judgments,costs,attorneys fees,damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the VENDOR in connection herewith, including negligence or omissions of employees or agents of the VENDOR arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify,defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any completion, expiration and/or termination of this Agreement. XI. NO PERSONAL LIABILITY No official,director,officer,agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. The VENDOR shall provide,pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. 17 The VENDOR shall deliver to the Purchasing Director a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty (30) days prior written notice to the City. The Certificate of Insurance which shall include Contractual obligation assumed by the VENDOR under Article X entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance,alternatively,if the insurance states that it is excess or prorate, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The VENDOR shall carry Vendors Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the MANAGER as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the MANAGER. XIII. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XIV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XV. DELEGATIONS AND SUBCONTRACTORS 18 Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the VENDOR shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the VENDOR would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. XVI. NO CO-PARTNERSHIP OR AGENCY This agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. XVII. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XVIII. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XIX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XX. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois.Venue for the resolution of any disputes or the enforcement of any rights pursuant to this agreement shall be in the Circuit Court of Kane County, Illinois. XXI. NEWS RELEASES The VENDOR may not issue any news releases without prior approval from the MANAGER, nor will the VENDOR make public proposals developed under this Agreement without prior written approval from the MANAGER prior to said documentation becoming matters of public record. XXII. COOPERATION WITH OTHER VENDORS The VENDOR shall cooperate with any other Vendors in the CITY's employ or any work associated with the FIBER INSTALLATION PROJECT. 19 XXIII. INTERFERENCE WITH PUBLIC CONTRACTING The VENDOR certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. Or any similar state or federal statute regarding bid rigging. XXIV. SEXUAL HARASSMENT As a condition of this contract, the VENDOR shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies must be provided to the Department of Human Rights upon request 775 ILCS 5/2-105. XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by the VENDOR to the MANAGER and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The MANAGER may also require other recommendations and communications by the VENDOR be made or confirmed in writing. XXVI. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER shall comply with all applicable Federal,State,City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this AGREEMENT." XXVII. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail,postage prepaid, addressed as follows: 20 A. As to CITY: Jeff Massey Chief Technology Officer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to VENDOR: IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: THE CITY OF ELGIN By: City Manager For the VENDOR: By : Title 21 KELSO-BURNETT Co Cable & Wireless Division 5617 Sockness Dr.•Rockford,Illinois 61109•815/874-6311 •Fax 815/874-3333 September 26.2018 RE: Acknowledgement of addendums: Request for proposal 18-043 Kelso-Burnett Co. acknowledges the receipt of all four addendums for this project. Scott Nailor Kelso-Burnett Co. Division Manager 815.378.6137 As an employee owned company,we endeavor to be the best electrical and communications company in Northern Illinois;striving for the benefit of employees,customers,vendors and shareholders. Mayor David J.Kaptain !(I 4 City Council Corey D.Dixon ELGIN Terry Gavin Rosamaria Martinez THE CITY IN THE SUBURBS Tish S.Powell Carol Rauschenberger Toby Shaw F.John Steffen City Manager Richard G,Kozel TO: Interested Bidders FROM: City of Elgin RE: Addendum# 1 to RFP 18-043 Installation of Single Mode Fiber Optic Cable DATE: September 12, 2018 The following amends the above referenced Bid. 1. Will the splice trays are to be wall or rack mounted.Rack mounted on existing racks 2. Building penetration requirements. The facilities already have a fiber penetration that may serve this fiber as well, if new penetration is need it will be done adjacent to the existing entry point. 3. Interior conduit build to final termination position. The distance front the entry point to the rack termination point is short enough to allow the exterior grade cable to be brought to the rack. 4. Will the 12ct fiber be placed all the way to the splice tray or will there be a freedom cable spliced in the hand hole outside of the facility and installed to the splice tray? The distance front the entry point to the rack termination point is short enough to allow the exterior grade cable to be brought to the rack where it will be terminated on SC connectors. 5. Some pictures of the exterior entry points are attached. 150 Dexter Court,Elgin,IL 60120 847-931-6001 www.cityofelgin.org 111 T. 1 i i !- *" �___ _ 0 v "im'" """" " 1Fire Station 4 fiber entry point south side of building 1 I 4—:, '.i-•• %. .. .. `.'3.."4, t',•',. • ...,!-•:,. 1 . ,.. e. . . • e,e-,. ,..,. :4 i.v.i„risi , ' ..,•,-„,ti:(_. ,, , .., 1 -J fii i...,N4.•-, i' — til 'Ai .NA„.,,,.-• :, . . , ..,, •,,,,,....,'A • i I 1 Li.,ti.ok„f„1: I 1 ki.4::0:';•V I : 1. 7, ': I . ' Kr;. .••, co •' t.:1L, •,,,,-; f ; i . • ,tf 1111 , - —— I -Z..„. S4.411 r ......__ . • .. . . . , „...: . , - ..., , .. ,..,... ,...,,„..... I. ,• • •t ' ' .a•-';'7'77.7-:-...I..-tl,.,, . ..,.„-.., 'tS .... . .. • ' . , • i,. . •• , • •.:4,t•,.:' ; .:.‘t Lt:,-• .. ,' ' .:: 'I'S tt.„: , •;:...*-.... .s 1. . :, . ..•I '04 , • • .g4e,S • - • 2College Green/Randall Rd Water Tower fiber entry point ' snob yew .2411. IC UPI "44 Ors' j 1wr 1/Ca k >exit"IN -- le lir t" 0;11;,- mow lalligliMpig*mow'" '„ ,4i14 r e 1 imint'a rlut as lots In Aim alls mss, ...Imes ` ..,�_.1/1"4-4111111; rti 01,klift `" i'! g woW11181 IOW bill �t �1 i N ,....11"mil ° "III•! a114Ws rsis is OW 'an II a>� as as w00% BR11 VW*,SIM SSW IMO Wan Mk I 114"1" flittII" l/illtY"It' t"al Lal .tea.•. 1 WNW 911111 an xM Aim.-yy "Mir Mt i+7 I su ma nor* 1i'.. loss iv- 1r 111 al 1 a 111 " " 11n NO 1 lin awl v, 01111 *MI .aim' WWI OW all �' 11111 111111 sem! Ir.+'�1M! 41l .1p 11!11/—i .a 1 11 OW SW s4� Aft weft win ft 141111 11t now. }.--•, - R11Mii1R Llr. Mlior AR9aw1 awl 14 1 YI ow stir lift tIn #- iti r r In NW MN est 'r!la1011 OM ':� til 10o MI VS WI Atli 1 ems waft. I' OPU wt' _1 Pink an ow! i OM owl —._/1R 1110 ism By v WM WW ill im• *foto ai UM w waw wolw,. 1w all r hiss i r saw 11 1 4V! t r. FrAlltir W W ■M w a i I atO 1141 SOS son An sit7I r.r alt --. NW lot, IMIMIi/ RN - NW IM1t— 1fi':1 U 814in I .--. — NW of lint / +ilii!! AM 11 O. lib i611 4W me t7 1F WNW WW1 MO • Sus —•su ( lr Ow 91r' tilt t atit ow Owl ass 1/,1 �. w wk 114/ No as1 ia' awl w1a !w e: OW w •511:11 'WO IMO 11110 1[7 1111 MN JrI1tiR' ow s.r R' wan 1llt fii wll I[ MIA 11171116 . 'al •do +es 1*, aas wR v / willlrMi a1111 : tilt 11 414 +1115► ) wa7lrr, ric w!" M/oR Inn Mk ill M11 t11o1:wN 11114 .in r o '1x11611 w awl ors Ml!! nomn �� t It, !sr! WWW OM IINW On 1010 .11.1 III Iniam. .111011111 WSW AI WWW•litIWEllitsie ois ipso ��wil IOW Wr11if01 ill�l� -;T _• 1 ,111 issos WSW MIA/wf sop 'Wain { Arno WWI WIMInsganr,swot IWO 1111 i l ' OaIMONW 11.0110 OF . +QOM I`WOO /1irm 117060 : ., IOW OWMO ons 0011100 AM. saw jos NW 1 + :.yf jar mug mot Y y"--- - ,,,,t;:e.,.. A.....,._ ...„...., ,,, 3East Side Rec Center fiber entry point west side of building to ,r a • • .a d v I 7:11 LU vrti- . • 4w-c.7 ti'd�?i I. It" . 4Shales Parkway Water Tower Fiber entry point iiiip _.. ; . . a , { j EMPLOYEE ACCESS i � ' l• . • • • • 10401 SPublic Works Building fiber entry point south side of building !rr + . .. , #.11 f t - .. SIMI dui '" ___ ,L-� ;\,� �r � T, -r4., 1 I 40 1 1144 414 ki 1 611;414 4*141 i 111411, ;k rt , . 1, ' , •.,'' \.'''''' s• 's' ‘ 4414 1144 All \\::.,' ..\, *Ill% Ne 6Fox Lane pump station fiber point of entey(1) } .� , l h...„. 1111 :.-**11-::'Z.:::1*-Z_=- Z �e"� �,,;► _ cif of Elgin �� t r vi - kiticiti@!1lriplr� ■M gg hl WI ` -I MOO a• • I NM iii • ,; .... , /t �� i lia kisia: • .. ..,,,,,,,,, • ,. .„ Iti!A...a ,./• �. • rrr ■ ,„,„..„ �..• : • -�� 0 it 0s� "lir I 111/L.1110 / , ,; Mtiliale r 0// 'M/�/ / . l 7 END OF ADDENDUM#1 Mayor tf David J.Kaptain I!� h City Council Corey D.Dixon E LG I N Terry Gavin Rosamaria Martinez THE CITY IN THE SUBURBS Tish S.Powell Carol Rauschenberger Toby Shaw F.John Steffen City Manager Richard G.Kozal TO: Interested Bidders FROM: City of Elgin RE: Addendum#2 to RFP 18-043 Installation of Single Mode Fiber Optic Cable DATE: September 12,2018 The following amends the above referenced Bid. 1. The RFP has the address of the Fox Lane pump station location as 1880 Fox Ln,it should be 1850 Fox Ln. END OF ADDENDUM#2 150 Dexter Court,Elgin,IL 60120 847-931-6001 www.cityofelgin.org Mayor David J.Kaptain 111 City Council Corey D.Dixon E LGIN Terry Gavin Rosamarla Martinez THE CITY IN THE SUBURBSTish S.Powell Carol Rauschenberger Toby Shaw F.John Steffen City Manager Richard G.Kozal TO: Interested Bidders FROM: City of Elgin RE: Addendum#3 to RFP 18-043 Installation of Single Mode Fiber Optic Cable DATE: September 14,2018 The following amends the above referenced Bid. 1. What are the Quantities of Hand holes,placement? Segment A and segment B: We would expect 5 or 6 hand holes placed about 1,500 feet apart. Fiber will be placed in existing city utility right of way where the existing sewer and water lines run. Fiber will be buried at 3 to 4 feet depth. Hand holes will be placed in the tree bank area between the sidewalk and curb. Segment C: We would expect 1 hand hole at the intersection of Fox Lane and Holmes Rd. Fiber will be placed in existing city utility right of way with the existing sewer and water lines. Fiber will be buried at 3 to 4 feet depth. Hand holes will be placed in the tree bank area between the sidewalk and curb. 2. Can we get an overall design for the project, IE depth, running lines, ROW, Splice pits? Vendors are expected to use their experience and expertise to place hand holes and splice points for the most cost effective installation and functional use of the fiber. END OF ADDENDUM #3 150 Dexter Court,Elgin,IL 60120 847-931-6001 www.cityofelgin.org Mayor David 1.Kaptain City Council Corey D.Dixon ELGIN Terry Gavin Rosemarie Martinez THE CITY IN THE SUBURBS- Tish S.Powell Carol Rauschenberger Toby Shaw F.John Steffen City Manager Richard G.Kozel TO: Interested Bidders FROM: City of Elgin RE: Addendum#4 to RFP 18-043 Installation of Single Mode Fiber Optic Cable DATE: September 25,2018 The following amends the above referenced Bid. 1. The proposals due date has changed from September 26,2018 to September 27 at 5 pm. END OF ADDENDUM#4 150 Dexter Court,Elgin,IL 60120 847-931-6001 www.cityofelgin.org 4R0 CERTIFICATE OF LIABILITY INSURANCE DATE(MMroD/YYYY) Cc 3!27!2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAAMME CT Sheryl Haas Artex Risk Solutions, Inc. PHONE 630-285-4187 FAX 2850 Golf Road, 5th Floor (AIC. No Fri)• (A/C.No): Rolling Meadows IL 60008E-MAILSSheryl_haas@artexrisk.com INSURER(S)AFFORDING COVERAGE NAIC F INSURER A:Old Republic Insurance Company 24147 INSURED INSURER B:Great American Insurance Company 16691 Kelso-Burnett Co. INSURER C: 5200 Newport Drive Rolling Meadows, IL 60008 INSURER O: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1463316607 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IL RR TYPE OF INSURANCE INS()SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MMIDD/YYYY) (AM/DD/YYYY) A x COMMERCIAL GENERAL LIABILITY MWZY30715118 4/1/2018 4/1/2019 EACH OCCURRENCE 51,000,000 CWMS•MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occwrence) $100,000 MED EXP(Any one person) $5,000 PERSONAL 8,AM INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER; GENERAL AGGREGATE $2,000,000 POLICY X JE� [ l LOC PRODUCTS•COMP/OP AGO_ $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY MWTB30715218 4/1/2018 4/1/2019 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) $ $ B X UMBRELLA LIAR X OCCUR 700020272806 4/1/2018 4/1/2019 EACH OCCURRENCE $10,000,000 ) EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 OED X RETENTION$10,000 $ A WORKERS COMPENSATION MWC3071500018 4/1/2018 4/1/2019 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 Eyes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more apace le required) Evidence of Insurance Coverage CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Evidence of Insurance THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. USA AUTHORIZ REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1 Policy Number: MWZY30715118 • COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional insured Person(s) Locations) Of Covered Operations Or Organizatlon(s); Ail porton;or organtrettone as required by written contract or agreement me locations ea epos lied in the written contracts or apreementa Information required to complete this Schedule,if not shown above,will be shown in the Declarations. • A. Section II - Who Is An Insured is amended to B. With respect to the Insurance afforded to these include as en additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown In the Schedule, but only alone apply: with respect to liability for"bodily injury","property This insurance does not apply to "bodily injury" or damage' or 'personal and advertising injury' "property damage"occurring after: caused,in whole or in part,by: 1, All work, including materials, parts or equip- 1. Your acts or omissions:or ment furnished In connection with such work, 2. The acts or omissions of those acting on your on the project(other than service,maintenance behalf; or repairs)to be performed by or on behalf of In the performance of your ongoing operations for the additional insured(s) at the location of the the additional Insured(s) at the location(s) desig- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its In- tended use by any person or organization other than another contractor or subcontractor en- gaged In performing operations for a principal as a part of the same project, CG 2010 07 04 ®ISO Properties,Inc.,2004 Page 1 of 1 Policy Number: MWZY30715118 COMMERCIAL GENERAL.LIABILITY CO 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional insured Person(s) Or Organization(s): Location And Description Of Completed Operations, All persons or orgenkatbns as required by written contract or The locations as specified In written contrails or agreements agreement Information required to complete this Schedule,if not shown above,will be shown In the Declarations. Section II -- Who Is An Insured is amended to Include as an additional insured the person(s) or organization(s)shown in the Schedule,but only with respect to liability for "bodily Injury" or "property damage"caused, In whole or In part, by"your worts" at the location designated and described In the schedule of this endorsement performed for that additional insured and Included In the "products- completed operations hazard". CO 20 37 07 04 ISO Properties,Inc.,2004 Page 1 of 1 • Policy Number: MWZY30715118 COMMERCIAL GENERAL LIABILITY CO 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or oganizations as required by written contract or agreement. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CO 24 04 05 09 Cr Insurance Services Office, Inc,,2008 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT • We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you • perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule All persons or organizations where required by written contract or agreement This endorsement changes the policy to which It is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 04/01/2018 Policy No. MWC307150 0018 Endorsement No. Insured: Kelso-Burnett Co Premium$ Company.Old Republic Ins. Co. Countersigned By WC 00 03 13 (Ed.4-84) Copyright 198:1 National Council on Compensation Insurance. AGENT COPY co= 0442934 EQUAL EMPLOYMENT OPPORTUNITY • a= NEW 2017 EMPLOYER INFORMATION REPORT INDIVIDUAL ESTABUSHMENTREPORT-TYPE 4 • . SECTION B-COMPANY IDENTIFICATION SECTION C-TEST FOR FILING REQUIREMENT 1. NEWPORT INDUSTRIES Z'- KELSO-BURNETT CO. 5200 NEWPORT DRIVE ' 5617 SOCKNESS DRIVE ROLLING MEADOWS,IL 60008 ROCKFORD,IL 61109 WINNEBAGO COUNTY SECTION E-ESTABLISHMNT INFORMATION c NAICS: 238210 Electrical Contractors and SECTION D-EMPLOYMENT DATA Other Wiring Installation Contractors HISPANIC OR NOT-HISPANIC OR LATINO LATINO MALE FEMALE OVERALL BLACK OR NATIYE 'AFRICAN TWO BLACK OR NATIVE AMERICAN TWO TOTALS JOB CATEGORIES AFRICAN OR INDIAN OR HAAIIANOR HAWAIIAN AFRICAN =dam' OR MALE FEMALE WHITE AMERICAN PACIFIC ASIAN ALASKAN MORE AMERICAN PACIFIC ASIAN ALASKAN MORE ISLANDER NATIVE RACES [SLANDER NATSVE RACES EXECUTIVE/SR OFFICIALS A MGRS 0 0 1 0 0 0 0 0 0 0 0 0 0 0 1 FIRST/MID OFFiCLALS h MCRS 0 0 5 0 0 0 0 0 0 0 0 0 0 0 5 PROFESSIONALS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TECFINIaANS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SALES WORKERS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ADMINISTRATIVE SUPPORT 0 0 0 0 0 0 0 0 3 • 0 0 0 0 0 3 CRAFT WORKERS 5 0 65 3 0 0 0 2 3 0 0 1 0 0 79 OPERATIVES 0 0 2 0 0 0 0 0 0 0 0 0 0 0 2 LABORERS k HELPERS 0 0 0 0 0 0 0 0 0 0 0 . 0 0 0 0 SERVICE WORKERS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTAL. 5 0 73 3 0 0 0 2 6 0 0 1 . 0 0 90 PREVIOUS REPORT TOTAL SECTION F-REMARKS Lam,' KELSO-BURNETT COMPANY LOCATIONS Corporate Headquarters: 5200 Newport Drive Rolling Meadows, IL 60008 Stefan R. Lopata — President & COO E-Mail: slopata(a�kelso-burnett.com Direct Telephone: (847) 483-3830 Office Telephone: (847) 259-0720 Rolling Meadows Branch: Contech-MSI: 5200 Newport Drive 5200 Newport Drive Rolling Meadows, IL 60008 Rolling Meadows, IL 60008 John Ryder—Vice President Bryan Nordlund —Vice-President E-Mail: irvderkelso-burnett.com E-Mail: bnordlund c(�contechco.com Direct Telephone: (847) 483-3837 Direct Telephone: (847) 483-3832 Direct Fax: (847) 483-3911 Direct Fax: (847) 483-3906 Office Telephone: (847) 259-0720 Office Telephone: (847) 342-9932 Office Fax: (847) 259-0839 Office Fax: (847) 342-9937 Loop Branch: KB Advanced Technologies: 311 S. Wacker Drive, Suite 3950 311 S. Wacker Drive, Suite 3950 Chicago, IL 60606 Chicago, IL 60606 Paul Brown — Vice President Ronald J. Roeder— Vice President E-Mail: pbrown(c�kelso-burnett.com E-Mail: rroeder(c�kbatco.com Direct Telephone: (312) 447-5748 Direct Telephone: (312) 447-5750 Direct Fax: (312)447-6218 Direct Fax: (312) 447-6250 Office Telephone: (312) 922-2610 Office Telephone: (312) 922-2610 Office Fax: (312) 922-2629 Office Fax: (312) 922-2629 Lake County Branch: Rockford Branch: 1378 St. Paul Ave. 5617 Sockness Drive Gurnee, IL 60031 Rockford, IL 61109 Carl F. Ehr—Vice President David E. Raasch — Vice President E-Mail: cehr(a�kelso-burnett.com E-Mail: draasch(@,kelso-burnett.com Direct Telephone: (847) 693-2410 Direct Telephone: (815) 873-4863 Direct Fax: (847) 693-2460 Direct Fax: (815) 873-4883 Office Telephone: (847) 746-2300 Office Telephone: (815) 874-6311 Office Fax: (847) 746-2340 Office Fax: (815) 874-3333 **This branch will be responsible for this project EX NEWPORT INDUSTRIES INC. ORGANIZATIONALCHART KEISO-BURNETT CO. [: 11 LKe1so-Bunett r I Stefan Lopata—PresidersSince 1908 &CEO I 1 IJohn Ryder—Executive Vice President&COO I I II I I _ Rolling Meadows Rockford I Gurnee Chicago(Loop) I s Utility I I (Lake County) 1 1 John Ryder t I Jeff Weir John Ryder EVP/Br.Mgr. I Electrical &Wireless Carl Ehr VP/Br.Mgr. EVP/Br.Mgr. Division VP/Br.Mgr. Bob Dawson I _L Zack Klockowskl Chris Bedore1 Superint. -s Corey Gates Dave Raasch Superint. Greg Martino I Jeff Drape VP/Br.Mgr. Lou Cerone f A — Tony Amone Brian Olenek John Harvat J Chris Benson Vince Cerone J Mike cults Mike Coughlin Mike Richmond John Weir Jane Duffy 1 CaseyKnoerr A Brian Fait Jim Dlderrich l Mike Silvestri Pura Koopmann Nick Gardner Mark Weir Operations Bill Martin I Kip Armstrong I. Gordon Kleber I Craig Hoist Dennis Cook Srglan Paitich 111��� Candy Corte Kris Murray Jennifer Cortez Adam Paradise Scott Nailori _ Olivia Paltich Luisa Arnone Stefanie Soto Illanna Marmeluc Laura Koopmann Suzanne Moos Operations Isabel DeRam Evelyn Prothero Glenn McKeon Ken Kucharski Andy Bartsch Operations Operations Operations N© NEWPORT INDUSTRIES INC. ORGANIZATIONAL CHART Mechanical Systems, Inc. DENNY'S CONTECH/ rOO. FIRE(4 THE FIRE ALARM COMPANY Full Service Fire Extinguisher Company Contech - MSI , I Denny's Fire Control IBryan Nordlund—President I I Bryan Nordlund—President I I I Rocky Bartucci Bob Martinelli Sean McBride I Katie Hargett Rosie Martinelli Tony Mike Operations Terry Till Margaret Timberg CAD Manager Chris Kuthe Sarah McBride Scott Nordlund Susan Lanza Operations No NEWPORT INDUSTRIES INC. ORGANIZATIONAL CHART \ AdvancedES Technologies I KB Advanced Technologies J Ron Roeder—President Ryan Teumer Superintendent RickyArzu Steve Brown Mike Clancy I Scott Fauber Therese Siragusa CA NEWPORT INDUSTRIES INC. ORGANIZATIONAL CHART (BALLARELECTRIC ( _ I Ballard I PRO COM SYSTEMS (D \ ) I DaveBoettcher—President I I _ ( Ballard Electric 7 Pro Co!Systems Ballard Engineering + 1 Office Warehouse I I I Dave Boettcher Steve Peppers Dave Martindale Deb Okeson Dave Anderson Pres./Br.Mgr. J VP/Br.Mgr. Br.Mgr. Whse.Manager Brad Ball Rob AdolphsonTerry Aldridge BALLARD ENGINEERING — Dan Poakalskl Jamie Cipra Com) Mark Cole Jim Polsean Tim Pyatt Jason Smith Dan Raasch Bill Shlppy Marcia Adams Craig Thompson Tom Undqulst Patty Latoon Brynn Ballard Operations Kim LaCrosse Connie Leake Luke Peppers Operations N© NEWPORT INDUSTRIES INC. ORGANIZATIONAL CHART Jim Smith Stefan Lopata—President&CEO CFO&Treasurer I I Scott Johnson Paul Brown Ryan Williams I Purchasing Estimating/ Angelo Claustro Shannon Burton Safety Director W Business D wk. n t Operations Manager I PreCon IT Director Accounting Manager I Kathy Eaves Department Bill Pineda Nicole Mazade Director I Teena Home Maritza Alb* Field Safety DiectorofSoles&MarketingDanMalmonis IT Accounts Payable Kathy Flores I VP/Director Nicole Coughlin i VenkatThudi Marilynn Alcorn Diartw of Soles a Mmkrirg Mark Ruiz Ello Albavera IT Accounting Josh Stevens I Ted Mallnowskl I Robynn Refka Accounting Joe Zavoll I Mike Morocco Dan Keller Marilee Sobieckl Kris Nosek I Controller Switchboard Jorge Samano Nlckl Joffe Mike Wickersham I HR Director Laurie Cogllanese Payroll Director EEC NEWPORT INDUSTRIES INC. KELSO-BURNETT CO. Advanced 1::::31111( ®B Tiechnoiogies UTILITY DIVISION Since 1908 ( LLARD ELECTRIC CF-i—RO COM SYSTEMS ( LLARD ENGINEERING ( ) O . ) ( ) . CONTECH DENNY'S Ms,�o. FIRE f4 THE FIRE ALARM COMPANY Full Service Fire Extinguisher Company N�NI FINANCE, LLC ©BOE HOLDINGS,LLC VIEB KELSO-B TT CO. REFERENCES ENTITY: iFiber/Northern Illinois University ADDRESS: 2280 Bethany Road DeKalb, IL 60115 CONTACT: Herb Kuryliw 815-753-7220 ENTITY: Community Unit School District 300 ADDRESS: 300 Cleveland Avenue Carpentersville, IL 60110 CONTACT: Jayce Bolhous 847-659-6186 ENTITY: Durand School District 322 ADDRESS: 200 W.South Street Durand, IL 60124 CONTACT: Eddie Johnston 815-248-2171 ENTITY: City of Rock Falls ADDRESS: 1109 Industrial Park Road Rock Falls, IL 61071 CONTACT: Dick Simon 815-622-1145 LEADERS IN ELECTRICAL CONTRACTING SINCE 1908 5617 Sockness Drive,Rockford,IL 61109 www.kelso-burnett.com Phone:815.874.6311 Fax:815.874.3333 KELSO-BURNETT CO. ENTITY: City of Elgin ADDRESS: 150 Dexter Court Elgin, IL 60120 CONTACT: Jeff Massey 847-931-5642 ENTITY: City of Rockford ADDRESS: 425 East State Street Rockford, IL 61104 CONTACT: Glenn Trommels 779-348-7341 LEADERS IN ELECTRICAL CONTRACTING SINCE 1908 5617 Sockness Drive, Rockford, IL 61109 www.kelso-burnett.com Phone:815.874.6311 Fax:815.874.3333 4/26/2016 The TriView utility marker post provides superior visibility Ftitelle:dOti-522.43413 1-'-i-,i7 Airout Con-tact ' Newsletter $step® Marker Posh .signs Surface&Below-Ground Locating Products safety t Aworaaess Hydrant Marking Customer Service ue See TriView's fit µ•M070 Visibility in Action r The Rhino TriView Marker Product Fact Sheet �, Post I , V,1. installation tnstrudions Ncc•,- Price l fist- ® ® I ®Purchase Online {� [ Product Applications Y ;IN • ' ShopRhinoMarkers corn Ali F Lab Tests l 1 A L(C - - I Drawings The Rhino TriView Marking System's patented design provides 360° R C Ga it St••s the TriView in Action visibility,as well as superior functionality you wont find in any other it �I v View TriView damage prevention marking product. l I 'Ix I. Impact Movie Air TriView Features li t '1 i` Made in USA ' �+ . . ,: •360°visibility-see movie • ' ••Impact resistance-see movie +��' �, _{ •Durability `` f f t• Castle and •Weather resistance:UV-stable and temperature-stable f 1 ; i wildlife .r�•, ..• using your i. Use the TriView marker post for new damage prevention Installations,or - /�` ` to upgrade existing fiberglass posts/U-channel posts to high visibility l.+l marker posts markers. • scratching Use Tri View's Versatility to Customize and Color Code Your • posts? Damage Prevention System :s 1 ' 74,4,1 / , `moi • gip • The TriView allows utility workers 41, ` -. . J ®I I es t,(0 to quickly Identify special utility fi Af...4, i *`[l� ,- i� system elements such as: f • P. i iii I r j M ( Pc ! • Test stations di .. c t, rL • Vent guards •` .r; •'T, 7'",,t . s S'i' S •• (•f1 ' r ves • Manholes Tn ,ewUWatch the TriView • '•y I ® ® I • Cable types #7,025,09 03 Lr.�. '.._ J. ', �.,' I ,{�% 1 �/ It 8.098,203 `` Il �. High consequence areas aos2s�2t survive Check out the impact1!' r TriView PLUS'', designed in frigid with additional temperatures >> rebound ability. Use these features and options to — riiew customize your utility marking The ecomes as in system: 8 standard post ��' A colors and 6 / ,m, • 8 standard post colors* standard cap colors. iii • 6 standard cap colors* )' • 2 sizes of TriView allow for Mix&match • two-tone markers to create a custom • Custom decals Idenhilicalion ieviewCapColon • Reflective decals system. • Vinyl bands 0 Custom colors are available with a minimum order,please call 800-522-4343 for details. http://rhinomarkers.com/DP_Products/product_page.php?id=TV 113 4/26/2016 The TriView utility marker post provides superior visibility Two-Tone Posts Combine any of the TnIView 10+• colors to create two tone posts to L4I Increase visibility or mimic the color `dEt) combination of an existing dome or bullet style post. ISome colors may be difficult to see 11 In some areas,so the addition of a contrasting color top or bottom makes It easier for an excavator to see. Eight standard colors.Custom colors are available with a minimum order, please call 800-522-4343 for details. Decals Standard and custom decals are available In varying lengths,colors and warning messages. View decal information>> The TriView Marker Post can also be used as: • Test station • Tracer Ped • Vent Guard • Pedestal Marker • Hydrant Marker Visit the following pages to learn more about the TriView and how It can be used to build the most visible utility marking system available: • 21 Ways to Use a TrlView • Customizing the Triview • The TriView Advantage • • TriView Product Applications page Did you know?? The TriView Marker Post has better impact resistance than the RhlnoDome Post. Rhino Dome a Vs. Rhino TriView from Rhino Marking& 00:55 ion PRO • RhinoDome Vs.Rhino TriView from Rhino Marking&Protection on Vimeo. ..t, sewer 5ery ice L ,iicy W ,iouy i4buu r Locati,v.euu S.if,..ly v;oc.i<L j •• 4/7015 Contact Marker Posts Locator ProJ+xxs 1 in v Fnnno Mooing&Pro:a:A nrl Srs ems International Signs Pipeline Sefec1 Wrap (� 10740 Lyndale Avenue South Suite 16W Pricing/Quotes Surface and Below-Ground Workplace 53tcty Products .M You Tube Bloomington,MN 55420 Order/Order Status 811 produces Eactnatw;i Safety Guide/ 800.52243.13 Forms Installation Tools Training videos Othor Rhinn websites frail Marking FAX BBB-522-4343 Catalog Video tibia,} boot•Fenders 1 http://rhinomarkers.com/DP_Products/product_page.php?id=TV 2/3 4/26/2016 Vinyl decals for underground utility markers and signs Mt-lu;det 8410.522•4343 tiinint+ About Contact Ne Wskettat starker Posts Signs Surface at Below•t'src un J Locating Products 3alety&Awareness Hydrant Marking Customer Service [BIM -------- - i — ( Product Fact street Rhino Vinyl Decals for Utility Marking (113) �,_f, ) Systems Price List artwork ft•c:quirain.inLe Rhino Vinyl Decals are temperature stable between-50° F j 811 Upgrade Tip and 225° i45 All utility marker post decals measure 2 7/8"in width(with jAs you upgrade glade in USA the exception of 1-Rall post markers).Length of marker B GP old posts using posts decals range from 3"to 22". C AE the TriVlew, E SI Include the Easy811UV-stable inks are used on all vinyl decals to dramatically A N 811 logo E on the decal. reduce fading.Standard decals inks include: B 18 81! • yellow 0 1 l ....,. . • red blue Upgrade Tips • green C19 orange • purple It you have existing • brown n t� TriView installations • black V 811 that you want to • white update with the 8�1. Custom ink colors are also available. �' 811 message, 4..w•wior< order Rhino's 0‘.......• }11 Patch Decal v. Standard hazardous materials decals use 1"high by approximately 1/4"stroke to meet DOT spec 195.410 • Customer Service Utility Marking Products Lacaitng and Sat;;ty Products f c.2015 Contact marker Posts Locator Products in Rion,Matting tit Protection Sistems International Signs Pipeline Siren Wrap 10740 tyndala P`+'nue South,Suite 15`N Pricing/Quotes Surface and Below—Ground workplace Safety ProuuttS La f/) yC.1 ?'.D. Bloomington.MN 55420 Order/O)rd& Status 811 products Excavation Safety Suide 800-522-4333 Foatu Insraliatton Tools training'!•dens Other Rhino W°bsrtas Trail Marking ' A 8&•3.522.4343 Catalog Video library Dock Fenders http://rhinomarkers.com/DP_Products/product_page.php?id=DECALVINYL 1/1 ALTOS® Lite TM Single-Jacket, Single- Armored Cables, 12-432 Fibers, Enhanced CORNING Ripcord rr, WalerSwellable f Tape `- ©-6 CO Dielectric Central Elr. ©' 01©t 9-A4) Fiber ��"{'� • 0(© Buffer �jr*: `�, ` +a, Tube A � 0 '© ©_ }. . Water-Swellable ' +fV1l Tape Corrugated Steel ® of Q Armor / . . '— Polyethylene(PE) Outer Jacket ALTOS Lite Single-Jacket,Single-Armored Cables, ALTOS Lite Single-Jacket, Single-Armored Cables, 288 Fibers,Enhanced I Photo PIM2523 288 Fibers,Enhanced Specifications Temperature Range Storage -40°C to 70°C (-40°F to 158°F) Installation -30°C to 70°C (-22°F to 158°F) Operation -40°C to 70°C (-40°F to 158°F) 'Note:Coming recommends storing cable in a proper temperature environment prior to installation to allow the cable temperature to meet installation tempera- ture range specifications for best installation results. Max.Tensile Strength,Short-Term 2700 N (600 Ibf) Max.Tensile Strength,Long-Term 890 N (200 Ibf) Mechanical Characteristics Cable Fiber Count Product Type Number of Number of Weight Nominal Min.Bend Min.Bend Tube Posi- Active Tubes Outer Dia- Radius Radius Ope- tions meter Installation ration 12-72 Armored 6 1 -6 136 kg/km 12.1 mm 182 mm 121 mm (91 lb/1000 ft) (0.48 in) (7.1 in) (4.8 in) 96 Armored 8 8 173 kg/km 13.8 mm 207 mm 138 mm (116 lb/1000 ft) (0.54 In) (8.1 in) (5.4 In) 144 Armored 12 12 262 kg/km 17.5 mm 263 mm 175 mm (176 lb/1000 ft) (0.69 In) (10.3 in) (6.9 In) Family Spec Sheet D091_NAFTA_AEN CORNING Page 2 I Revision date 2015-09-11 ALTOS® Lite TM Single-Jacket, Single- Armored Cables, 12-432 Fibers, Enhanced CORNING Mechanical Characteristics Cable Fiber Count Product Type Number of Number of Weight Nominal Min.Bend Min.Bend Tube Posi- Active Tubes Outer Dia- Radius Radius Ope- tions meter Installation ration 192-216 Armored 18 16-18 256 kg/km 17.7 mm 266 mm 177 mm (172 Ib/1000 ft) (0.70 in) (10.5 In) (7.0 in) 288 Armored 24 24 323 kg/km 20.0 mm 300 mm 200 mm (217 Ib/1000 ft) (0.79 In) (11.8 in) (7.9 In) 360-432 Armored 36 30-36 400 kg/km 23.2 mm 348 mm 232 mm (269 Ib/1000 ft) (0.91 in) (13.7 In) (9.1 in) igkt:iiiiti°-p4iit i.t t' e)4--id'4 $. 1 RoHS Free of hazardous substances according to RoHS 2002/95/ EG Transmission Performance Multimode F be:r.Core Diameter(N , ` - rni' 1 + , Fiber Category _ OM1 0M2 0M3 0M4 Fiber Coda . K T T T Performance Option Code 30 31 80 90 Wavelengths(nm) 850/1300 850/1300 850/1300 850/1300 Maximum Atter dation(dB/km) 3A/1.0 3.0/1.0 3.0/1.0 3.0/1.0 Serial 1 Gigabit Ethernet(m) r 300/550 750/500 1000/600 1100/600 Serial 10 Gigabit Ethernet(m) 331- 150/- 300/- 550/- Min.Overfilled Launch(OFL 200/500 700/500 1500/500 3500/500 Sindwidth(r.1Hekm) , Minimum Effective Modal 22W 9501- 2000/- 4700/- Bandwidth(EMB)(MHz'km) Family Spec Sheet 0091 NAFTA_AEN CORNING Page 3 I Revision date 2015-09-11 ALTOS® LiteTM Single-Jacket, Single- Armored Cables, 12-432 Fibers, Enhanced CORNING Single-mode Fiber Name SMF-28°Ultra Single-mode Single-mode LEAF°fiber fiber" (0S2) (052) Fiber Category G.652.D G.652.D/G.657.A1 G.652.D G.652.D G.655 Aber Code L Z E E F Performance Option Code 22 22 00 01 01 Wavelengths(nm) • 1310/1383/1550 1310/1383/1550 1310/1383/1550 1310/1383/1550 1310/1383/1550 Maximum Attenuation(dB/km) 0.34/0.34/0.22 0.34/0.34/0.22 0.35/0.35/0.25 0.4/0.4/0.3 440,25 Typical Attenuation'(dB/km) 0.32/0.32/0.18., , 0.32/0.32/0.18 - - -1-10.19 ,.. . •'3TC'--•s-ns.+.;77 �" `C";`e_ _ - - ...'jR! /' .''.-3 .�.- —r - . I.>.d. ....w.•.f _f.S.s. _�.,..'1 Fiber Name SMF-281'ULL_ Fiber Category G.652 Fiber Code " P Performance Option Code 19 Wavelengths(nm) 1310/1383/1550 Maximum Attenuation(dB/km) ;:` 0.33/-/0.19 TypicaiAttenuatlan'(dBikm) 0.31/-/0.17 •For more information on typical attenuation please see the Corning whitepaper at http://csmedia.coming.corn/opcomm//Resource_Documents/whitepapers rU LAN-1863-AEN.pdf •SMF-26°Ultra fiber delivers up to 10x bettermacrobend loss performance compered to the G.652.D standard and up to 33 percent bettermacrobend loss performance than the G.657.A I standard for 10mm radii bends. Family Spec Sheet 0091 NAFTA AEN CORNING Page 4 Revision date 2015-09-11 ALTOS® Lite TM Single-Jacket, Single- Armored Cables, 12-432 Fibers, Enhanced CORNING Ordering Information I Note:Contact Customer Care at 1-800-743-2675 for other options. fl177r1UC - n ❑ 11110A20 0 © © as p i 10 7Select fiber count. Defines cable type. Select performance Standard offerings: P U=ALTOS•Cable,Enhanced option code. 012-432 (Increments of 12) 30=62.5 pm multimode(OM1) Defines outer jacket. 31=50 pm multimode(0M2) Select fiber code. C=Single jacket,single 80=50 pm multimode(0M3) armored 90=50 pm multimode(0M4) K=62.5 pm multimode(0M1) 01 =Single-mode(0S2) T=50 pm multimode (Max.attenuation 0.410.4/0.3 dBfkrn) (0M2/0M3/0M4) Q Select fiber placement. 00=Single-mode(0S2) 0. E=Single-mode(G.652.D) T=12 fibers/buffer tube (Max. enu )025 d13/km)L =Single-mode(G.652.D) 22=Singllee-mode(052OS2) SMF-28e+®LL (standard) (Max.attenuation 0.3410.34!022 dB/km) 6 =6 fibers/buffer tube 19=Single-mode(Ultra Low-Loss) Z=Single-mode(G.652.D/ (Max.attenuation 0.33/-10.19 dB/km) G.657.A1)SMF-28®Ultra See Note 1. 01=Single-mode NZDSF• (Max.attenuation-1-40.25 d13/km) P=Single-mode(G.652) Select length markings. *Non-Zero DispersonShitted Single-mode Fiber SMF-28®ULL 3 =Markings in meters F=Single-mode(G.655) Defines cable type. LEAF® 4 =Markings in feet(standard) A=Gel-filled cable ( J Defines tensile strength. mi Defines special requirements. 1 =2700 N/600 lbf(standard) �-' 20=No special requirements 1)Cable outer diameter may change.Example:48 F cable with 6 fibers per tube will require 8 active buffer and have an OD like a standard 96 F cable. Corning Optical Communications LLC•PO Box 489•Hickory,NC 28603-0489 USA 800-743-2675•FAX:828-325-5060•International:+1-828-901-5000•www.corning.com/opcomm A complete listing of the trademarks of Corning Optical Communications is available at www.corning.com/opcomm/trademarks. All other trademarks are the properties of their respective owners.Corning Optical Communications is ISO 9001 certified. ©2015 Corning Optical Communications.All rights reserved. Family Spec Sheet 0091 NAFTA AEN C ORN I NG Page 5 I Revision date 2015-09-11 Closet Connector Housings (CCH) ALANscape'Pretium" Solutions Product CCH Termination Cassettes A CCH termination cassette option with no splice tray, suitable for use with field-Installable connectors,is also ,,,.«, available.The termination cassette is an economical way to provide modularity,segregation and added protection a.: and security to your direct-terminated fibers inside any of the four CCH housing options. t •'' Each cassette is shipped with one rail for use with ' •�- it CCH-01U/2U/3U housings and two rails used with CCH- - �'- 04U and the WCH-02P/4P/6P housings.Grommets and y1 cable ties for additional strain-relief and protective tubing t �•��' - for incoming cable are also included. t� _.�' ` '�"V am/Bismitimi NIIMISNIMINNO CCH Termination Cassette Photo AN2984 Part Number Dimensions(L x W x D) Shipping Weight CCH-CF 162.0 mm x 35.0 mm x 200.0 mm 0.5 kg (6.4 in x 1.4 in x 7.9 In) (1.0 Ib) Part Number Description Units per Delivery CCH-CF CCH termination cassette;accepts one CCH panel 1/1 and provides modular termination cassette for direct factory or field termination of incoming(e.g.distribu- tion)cables,comes with grommets and cable ties for strain-relief,protective braided tubing,one rail for use with CCH-01U/2U/3U housings and two rails used wi- th CCH-04U and the WCH-02P/4P/6P housings FamilySpec Sheet 0164_NAF5AEN CORNING Pagege61 Revision date 2015-05.-05 • ( TPRCE—SPFE® WATER BLOCKING TRACER WIRE The Superior Alternative to Copper and CCS Tracer Wire Better Corrosion Resistance I Polyethylene Insulation 1 Over Conductor Tracer Wire Strength, lbs. 2000 1500 Swellable Water Blocking 100o Yarns 500 OM IS I0 NEPTCO #12 Copper #12 CCS #12 CCS HDPE Outer Jacket Extra High Insulates 1800 lbs. Breaking s Strength ) =fit 4 a NEPTCO TRACE-SAFE'Advantages • 1800 lbs.strength .., • Water blocking ' • Tin clad copper wire resists corrosion better than copper and copper/steel wires A„,..-1 l',1 1 I • Withstands directional boring stresses • Longer and more accurate locates than ductile iron,cast iron pipes and tracer wires :1, ;.`, • No strip connectors with locate connection - ,"" ' • Fiber layer protects conductor during installation,backfill and while In service s," 411 1V T T. • Easy to use-flexible,lightweight,no spring back,very little spool memory % r ► • 2 to 12 times better abrasion resistance r • Will not carry a current from a lightning strike(test reports available) • Patented design-U.S.Patent No.7,932,469;other patents pending - t Find out more and view the video at www.trace-safe.com or call 1.800.354.5445 TRRGE-SPFE® WATER BLOCKING TRACER WIRE '414--111111 30 mi a•rasion resistan D•E outer jac et ♦ y.. • N-''. , High tenacity woven polyester strength element ' ►, (1800 lbs. tensile) including water blocking yarns T Available colors: "i • .'• Orange—Telecommunications - • Blue—Water .� . • ••• • Green —Sewer .;.; Tin plated for Purple— Reclamation - corrosion Red — Power resistance IPolyethylene jacket over conductor Box 2323, 30 Hamlet Street I �� Pawtucket, RI 02861 USA L9 AWG solid copper conductor (�l NEPTCO Tel: 401-722-5500 Fax: 401-722-6378 ��ll��-- www.trace-safe.com , ,. fi, - goo, PERMAG UARD-L Listed www.duraline.com Nilitisp Customer Service 800-847-7661 FEATURES: • ETL Listed to UL 651A, used per NEC Article 353 .. ,,,,..,-• ` .1;9'* , • Manufactured from flexible HDPE,makes gradual bends 4r . withoutspecialequipment„,,, .,.. �� , c , • Excellent low temperature properties,for better handling ,, �.�>_,� in cold climates ` • Outstanding ductility and strength,protects cables from shifting ground o • Protects cables from rock and root impingement, increasing UG cable life • Provides a permanent pathway,simplifies future cable repair and replacement •Added UV stabilization package APPLICATION: Innerduct placed into existing conduit,direct buried,concrete encased INSTALLATION Trenched,Trenchless—horizontally directionally bored(HDD)and chute or pull plowed, METHODS: concrete encased (minimum of 2”of cover) MARKET APPLICATION: Enterprise `p' C&I O Energy 0 DOT DUCT COLOR: l ■ UV Stabilized STRIPE: ■ ■■ :L1 IIIIIIIIIIkc (Custom) Color coded with minimum of 3 extruded stripes(equally separated 120°degrees apart)or extruded color surface OPTIONS: FOOTAGE MARKINGS Sequential foot or meter markings.Custom print streams available. PREINSTALLED TAPE Factory pre-installed Bull-Line TM Pull Tape with EVEN-LOADTM,ensures extra slack at any access point throughout the reel. Available 500lb-6,000lb tensile strength or locatable. PACKAGING Long continuous lengths on reels or coils.Stick lengths of 40'or 50' STANDARDS: Meets or exceeds the HDPE resin requirements per ASTM D 3350 UV Black(minimum carbon black loading of 2%),Sequential footage markings,permanent ink jet or indent print,tested and listed by Intertek Laboratories (ETL)to assure compliance with UL 651A,certified by Dura-Line to comply with all UL 651A property and testing requirements. dura•Iine Customer Service • 800-847-7661 PERMAGUARD-L PHYSICAL AND DIMENSIONAL Customer Service 800-847-7661 www.duraline.com Pipe Size lb" 10111111=1 1 '/1" 1 1/2„ 2" 2 'h" 3" 4" 5„ 6" Wall Nom OD(in) 0.840 1.050 1.315 1.660 1.900 2.375 2.875 3.500 4.500 5.563_ 6.625 Type OD Tolerence+1- 0.004 0.004 0.005 0.005 0.006 0.006 0.007 0.008 0.009 0.010 0.011 Bend Radius(in)-Su r sorted 8 10 13 17 19 24 29 39 50 61 73 Bend Radius(in)-Unsupported 16 20 1.6 34 38 48 58 78 100 122 146 EPEC-B/ Min.Wall(in) 0.078 0.097 0.123 0.141 0.176 0.213 0.259 0333 0.412 0.491 SDR 13.5 Wall Tolerance+/- 0.020 0.020 0.020 0.020 0.021 0.026 0.031 0.040 0.049 0.059 Avg ID(in) 0.874 1.101 1394 1.598 2.002 2.423 2.951 3.794 4.689 5.585 Weight(#Ift) 0.104 0.162 0.259 0.340 0.530 0.777 1.151 1.902 2.909 4.126 Safe Working Load 570 894 1,425 1,867 2,917 4,274 6,335 10,472 16,004 22,697 EPEC-40/ Min.Wall(in) 0.109 0.113 0.133 0.140 0.145 0.154 0.203 0.216 0.237 0.258 0.280 'EPEC-40 Diameters 4'-6' SCH 40 Wall Tolerance+ 0.020 0.020 0.020 0.020 0.020 0.020 0.024 0.026 0.028 0.031 0.034 available in stick length only Avg ID(in) 0.602 0.804 1.029 1.360 1.590 2.047 2.445 3.042 3.998 5.016 6.031 Weight(#/ft) 0.109 0.145 0.215 0.291 0.349 0.469 0.744 0.973 1387 1.882 2.443 Safe Working Load 601 798 1,340 1,604 1,919 2,579 4,090 5,348 7,618 10,320 13,395 - EPEC-80/ Min.Wall(in) 0.147 0.154 0.179 0.191 0.200 0.218 0.276 0.300 0.337 0.375 0.432 SCH 80 Wall Tolerance+ 0.020 0.020 0.021 0.023 0.024 0.026 0.033 0.036 0.040 0.045 0.052 Avg ID(in) 0.526 0.722 0.936 1.255 1.476 1.913 2.290 2.864 3.786 4.768 5.709 Weight(#/ft) 0.139 0.188 0.277 0.383 0.465 0.644 0.982 1.315 1.923 2.668 3.669 Safe Working Load 769 1,040 1,533 2,116 2,564 3,545 5,409 7,238 10,578 14,669 20,172 Notes: 1.Supported bend radius for' "through 2' "is 10 times the OD while the unsupported bend radius is 20 times the OD.Supported bend radius for 3"through 6'is 11 times the OD while the unsupported bend radius is 22 times the OD. 2."Safe Working Load"is calculated using a 20%safety factor with the minimum resin tensile strength of 3,000 psi,the average OD and minimum wall thickness. Resin Requirements per ASTM D 3350, having a minimum cell classification of 334420 C for black and E for color. Description Cell# Property Minimum Requirements Acceptable Test Methods 3 Resin Density 0.940-0.947 g/cm3 ASTM D 1505 or ASTM D 792 or ASTM 4883 3 Melt Index <0.4 grams/10 minutes ASTM D 1238 4 Flexural Modulus 80,000 psi ASTM D 790 4 Tensile Strength 3,000 psi ASTM D 638 - - Elongation 400% ASTM D 638 8 Slow Crack Growth Resistance Condition B,10%Igepal/H20 solution,F50>24hrs ASTM D 1693 0 Hydrostatic Design Basis Non-pressure rated ASTM D 2837 C Black UV Resistance Added carbon black 0 2%by weight ASTM D 4218 or E Color UV Resistance Color with UV inhibitor and antioxidant ASTM D 4238 durci'line Customer Service • 800-847-7661 PCA304836-00012p clk:ogr. PCX POLYMER CONCRETE ASSEMBLY POLYMER CONCRETE.------ T.IC QNCRETET:ic N:C L _c',-, ::,%,,_.. 30"x 48"x 36" (For actual dimensions see drawing) Polymer Concrete Assembly,Straight 47 518" Sides, No Floor,WUC 3.6,ANSI/SCTE3" 301/8" -.^.... 77-"T15/20K,"3/8"Hex Bolts,Standard Nameplate(Specify at time of order) Installed !' LOAD RATINGS 1111111114411114 Incidental Traffic-Parking Lot,Sidewalk 01°141" Conforms to: •WUC 3.6 �` '� 1 •ASTM C 857 •ANSI/SCTE 77 % ir ,1 . 49 7/8" lilt 1 ,� FEATURES: • USDA/RUS Approved 000 •Drop-In nameplate •Shipped assembled 36" 321/a^ •Skid resistant cover •Stainless steel bolts 11111100—........-111011 •Cast-in floating nut box -Integral drain holes Additional product information continued on sheet 2 neWxisis Composites for Infrastructure 2626 Kansas Avenue Riverside,California 92507 951.787.0600 Inside Dimensions 951.787.0632(fax) Length Width Depth info®newbasis.com 45 13/16" 28 3/16" 33" Rev:B.1 newbasis.com 39 13/16" 22 3/16" IP P+CA344836-0001 PCX POLYMER CONCRETE ASSEMBLY 'tS�s=�.CP !�T ,.. n s Polymer Concrete Assembly,Straight Sides, No Floor,WUC 3.6,ANSI/SCTE 77- "T15/20K,"3/8"Hex Bolts,Standard Nameplate(Specify at time of order)Installed 30" X 48" X 36rr For actual dimensions.see drawing on front side. AVAILABLE OPTIONS NAMEPLATES LIFT PIN FOR HAND HOLE COVER HOOK One standard nameplate included with (NEWBASIS P/N:0701 OR EQUIVALENT) � ❑ Tier 22 Load Rating each assembly,installed at the factory or �--,� ❑ Penta Bolts easily installed In the field. Custom ❑ 1/2"Penta Coil Bolts nameplates are available. Contact �� NAMEPLATE , ❑ Telephone EMS customer service. '-`,,,,..„LOCATION ❑ Power EMS iiiiii%: , ❑ 2 Racks Installed ❑ 4 Racks Installed 0 ❑ Integral Floor Standard Nameplates ❑ 2 Piece Cover O Conduit Holes -Electric ❑ Mouseholes •Telephone IIIJIi � RFID SMART ❑ Custom Nameplate Installed •Fiber Optic TAG INSTALLED ❑ Custom Nameplate Shipped Separately •Street Lighting INSIDE BOX ECJ Standard Nameplate Installed •TrafficATV ❑ Standard Nameplate Shipped Separately •CAN •Communications LIFT BOLTS TO ACCOMODATE OPEN BOTTOM LIFT STRAP i Q-Indicates a selected option MATERIAL PROPERTIES WEIGHTS AND SHIPPING PACKAGING (Steel Banding,Edge Protection) AND ATTRIBUTES Compressive Strength COVER WEIGHT: 219 lbs. PALLET QUANTITY: 2 Polymer Concrete-11500 PSI Per ASTM D695 BOX WEIGHT: 471.8 Flexural Strength ASSEMBLY WEIGHT: 690.8 lbs. Polymer Concrete-4000 PSI Per ASTM D790 LOADED PALLET WEIGHT: 1417 lbs 1 Coefficient of Friction(Dry) till1111 i 1.085 Per ASTM C1028 Standard shipping Includes van delivery of pallet quantities to the lower 48 stales. i 761/2" Polymer Concrete Partial pallet quantities and flat bed 1 -Advanced composite:Very high shipping available at an additional cost. r strength to weight ratio 41111_,,,Ilf.v I-Non-conduc-Non-conductive -UV Resistant-High impact resistant -Impervious to chemicals and moisture \ 45' 28: / Materials tested in accordance with ASTM D-543 y and ASTM D-570 Rev:8.1 kl 1