toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to...

55
AUGUST 29,2016 ADDENDUM NO. 1 FOR SPINE ROAD COMED DUCT BANK INSTALLATION CHICAGO O'HARE INTERNATIONAL AIRPORT SPECTF|CAT|ON NO. 210086 CDA Project Number H4017.15-00 For which Bids are due in the office of the Chief Procurement Officer, Department of Procurement Services, Bid & Bond Room 103, City Hall, 121 N. LaSalle Street, Chicago, lL 60602 at 11:00 a.m., Gentral Time on August 30, 2016. The following additions and revisions are incorporated into the above-referenced Specification (the "Contract Documents") as noted. All other provisions and requirements as originally set forth, remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents. BIDDER MUST AC EDGE RECEIPT OF THIS ADDENDUM IN SPACE PROVIDED ON THE PROPOSAL ECUTION PAGE REVISIONS TO CONTRACT DOCUMENTS SECTION I. NOTICE OF REVISIONS/CHANGES/CLARIFICATIONS SECTION 2- DRAWINGS No Changes SECTION 3. PART ONE OF THREE INSTRUCTIONS AND EXECUTION DOCUMENTS ADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to this project, but work is anticipated for winter months. See attached revised Part One of Three e S4-1 included in this addendum Page v Project overview Bid opening date has been extended to september 13, 201G. (See attached revised Page v). Pages S1-18 throush 51-21 Revised paragraph 32. (See attached revised paragraph 32) New pages 51- 29 to S1-31 Added new paragraph 38. (See attached new paragraph 38) Fage S4-1 Added provisions for work occurring during winter months. (See attached revised Page S4-1).

Transcript of toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to...

Page 1: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

AUGUST 29,2016

ADDENDUM NO. 1

FOR

SPINE ROAD COMED DUCT BANK INSTALLATIONCHICAGO O'HARE INTERNATIONAL AIRPORT

SPECTF|CAT|ON NO. 210086CDA Project Number H4017.15-00

For which Bids are due in the office of the Chief Procurement Officer, Department of ProcurementServices, Bid & Bond Room 103, City Hall, 121 N. LaSalle Street, Chicago, lL 60602 at 11:00 a.m.,Gentral Time on August 30, 2016.

The following additions and revisions are incorporated into the above-referenced Specification (the"Contract Documents") as noted. All other provisions and requirements as originally set forth, remain infull force and are binding. Any additional work required by this Addendum shall conform to theapplicable provisions of the original Contract Documents.

BIDDER MUST AC EDGE RECEIPT OF THIS ADDENDUM IN SPACE PROVIDED ONTHE PROPOSAL ECUTION PAGE

REVISIONS TO CONTRACT DOCUMENTS

SECTION I. NOTICE OF REVISIONS/CHANGES/CLARIFICATIONS

SECTION 2- DRAWINGS

No Changes

SECTION 3. PART ONE OF THREE INSTRUCTIONS AND EXECUTION DOCUMENTS

ADDENDUM NO. 1 / SPECIFICATION NO. 210086Page I of 5

1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time.

2 Winter suspension is not applicable to this project, but work is anticipated for winter months.See attached revised Part One of Three e S4-1 included in this addendum

Page v Project overview Bid opening date has been extended to september 13, 201G.(See attached revised Page v).

Pages S1-18throush 51-21

Revised paragraph 32.(See attached revised paragraph 32)

New pages 51-29 to S1-31

Added new paragraph 38.(See attached new paragraph 38)

Fage S4-1 Added provisions for work occurring during winter months.(See attached revised Page S4-1).

Page 2: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

Pages S3-1 tos3-4

Schedule of prices has been revised as follows:. Corrected pay item number for M-101-01 to match Specification M-101 .

. Added Allowance pay item N-1 10-01 to match Specification.

. Changed pay item 02720-01 unit from TON to CY and convertedquantity

. Revised pay item 02720-02 description, unit, and quantity

. Added pay ltem F-162-03 to match Specification.

. Added pay item L-110-07 to match Specification.

. Removed duplicate pay item P-405-03

. Added pay item P-413-01 to match Specification.

. Corrected pay item number for "Bituminous Prime Coat" (now P-602-01)

. Renumbered sequential item numbers per these revisions(See attached revised Schedule of Prices).

SECTION 4. PART THREE OF TH EE TECHNICAL SPECIFICAT¡ONS

SECTION 5. RESPONSES TO QUES NS/REOUESTS FOR CLARIFICATIONThe following questions and requests for clarification were submitted in accordance with theinstructions provided in the Contract Documents. The City's response (shown in bold italics) followseach question or request for clarification in the table below:

ADDENDUM NO. 1 i SPECIFICATION NO. 210086Page 2 of 5

Section M-l0l Paragraph 5.01, has been revised as follows:A) Percent of mobilization not to exceed six percent (6%)E) ltem M-101-01 - Mobilization (Not to Exceed 6% of Base Bid), per lump

sum. (See attached revised Section M-101)Section M-103 Paragraph 3.22has been added. (See attached revised Section M-103)Section F-162 Pay item F-162-03, Steel Plate Beam Guardrail, IDOT and related content has

been added. (See attached revised Section F-162)Revised part 2.01-8. (See attached revised Section P-157).Section P-157

Question I Does the Owner assume "Generator Status" of existing materials encountered on theproject?

Response: Yes.Question 2: On Plan Sheet G-010, Construction and Operation Notes #2, it states that "An

allowance has been established forthe coordination with ComEd." ls ltem L-110-06"ALLOWANCE FOR UTILITY CONFLICTS" the intended pay item for thiscoordination?

Response: Refer to L-110, Part 5-D. Pay item L-110-07 has been added to the schedule ofprices for this Allowance.

Question 3: Reference Part 1, Section 1, ltem 32. Please confirm that the Bid lncentive for SmallBusiness Enterprise and Veteran-Owned Business Enterprise Joint Venture appliesto this project.

Response: Yes.Question 4: Reference Part 1, Section 1, ltem 32. lt an individual company is both a Small

Business Enterprise and a Veteran-Owned Business Enterprise, does that companyqualifv for the 5% bid incentive on its own?

Response: Yes.Question 5: CU-O12 shows details with trench backfill of suitable material. ls native clayDrawing

Page 3: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

suitable materialfor backfill in green areas and under roadways?Response Trench Backfill must follow requirements of Secfíon P-157 of Pa¡7 Three of

Three.Question 6: Some of the clear heights for equipment listed on the table on drawing G-013 are

extremely low. lf a piece of equipment penetrates the clear height listed the tablelisted on drawing G-013 and the runway/facility are operational, will the work have tobe at night.

Response: Refer to Drawing Sheeú G-004, note 25.Question 7: For notes 4, 5, and 6 on drawing G-014, please provide limits of 28R ALSF light

plane, 221MALSR light plane, and 32R MALSR light plane.Response: The Approach Light Plane for these runways is depicted and labeled on

Drawing Sheef G-013.Question 8: The proposed COMED ductbank run travels under many existing utilities. What utility

support will be required for existing utilities?Response: Utility requirements are detaíled on Contract Drawing Sheefs G-005 and G-006Question 9: Drawing CU-006 shows the proposed ductbank running underneath the ATS bridge.

What is the elevation of the bottom of the existing ATS bridge? Being that the bridgecarries electric current for the ATS system how close can construction equipment beto the ATS bridge?

Response: Technical Specification Secfion M-103 has been revised to includepquirements for AIS sysfem. (See attached revised Secúion M-103).

Question: 10 On the northeast portion of this contract, there are an existing Type D fence and atrailer in the footprint of the new ductbank. Please confirm these will be removed andreinstalled by others to facilitate construction.

Response: Yes, temporary construction facilities will be removed hy others. Contractorshall províde advance notification and coordination for removal.

Question: I I Sheet CU-011 shows removal and replacement of guardrail. Please clarify how thisis paid.

Response: A new pay item P-162'03 has been added. (See affached revised Schedule ofPrices).

Question: 12 The Schedule of Prices, ltem 1 states that Mobilization must not exceed 6% of thetotal bid. Specification M-101 , Part 5.01 states that it must not exceed 4% of the totalbid. Please clarify which is correct.

Response: 6% is correct. Specification M-101, Pa¡t 5.01 has been revised. (See attachedrevised SecúÍon M-1 01 ).

Question: l3 Please confirm that fine aggregate for trench backfill is required 1' over the ductbankper Specification P-157 Part 3.04.

Response: Confirmed. Trench backfill mustfollow requirements of Secfíon P-157 of Pa¡tThree of Three.

Question: l4 Recent industry practice is that only ComEd can purchase the frames and covers fortheir manholes. Please clarify who is responsible for providing the frames andcovers.

Response: Per Specification Secfion L-115, Pa¡t 5.01-A, frames and covers are included inthe unit price for manholes.

Question: l5 The Legend on Sheet CU-010 shows restoration of Spine Rd as "Bituminous SurfaceRestoration." Details A and B on Sheet CU-012 show the restoration on Spine Rd asbase and sudace aggregate. Please clarify.

Response: Restoration of these areas must follow the Details provided on Drawing Sheefcu-012.

Question: l6 Reference Sheet CU-008. The receivinq pit for the 30" steel casinq conflicts with

ADDENDUM NO. 1 / SPECIFICATION NO. 210086Page 3 of 5

Page 4: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

numerous existing utilities. Can we move the receiving pit and therefore extend thecasinq, to the new manhole MH-H4017-OS location?

Response: Extending or moving the receiving pit may be allowable. Søcfi a proposalwould be subject to approval by the Commissioner via the sfiop drawingprocess during construction. However there will be no additionalcompensation for an extended casing due to a Contractor's preferred meansand methods.

Question: l7 ls any shoring or sheathing required to support Mannheim Rd during the jack andbore operation?

Response: Refer to Section L-111, Pa¡t 3.01-C of Pa¡t Thee of Three.Question:18 Please provide details for the CECO Manhole, Cast-in-Place, X-Type (MH-H4017-

05).Response: Details for Cast-ln-Place, Straight X-Type CECO Manhole are included in the

ComEd Standards noted in Section CE-100, Pa¡t 3.02. Ihese standards areavailable from ComEd.

Question: l9 Please clarify the location of Manhole CMH-70 on Sheet S-001Response Refer to Drawing Sheeú C-005, grid area C-3Question:20 After speaking with a vendor to provide the manholes for the Spine Road Ductbank

lnstallation, there seems to be some issue with how the X{ype manhole is to beused. The vendor could not provide a price for the X-Type manhole until theyreceived more information about it. They made good points and we feel it issomethinq that can be cleared up with an RFl.

Response: See response úo question 18.Question:21 Will there be a designated site to haul spoils on-site at O'Hare?Response: Refer to Drawinq Sheef G-005. Staqinq and Storase Areas Note 4.Question: 22 What are the permitted work-hours for the proiect?Response: Refer to Pa¡t Three of Three, Technical Specifications, Project Requirements,

Secúion 01 010, Pa¡t 1.07.Question:23 Have the Moratorium holidavs for Thanksgiving and Christmas been decided?Response: Yes.

Than ksg ivi ng M orato ri u m Peri od :November 18, 2016 at 18:00 CST through November 28, 2016 at 02:00 CST

Chrístmas / New Year Moratorium Period:December 16, 2016 at 18:00 CST through January 3, 2017 at 02:00 CST

Question: 24 ls the CIP Manhole Spec. 4445.bf or Spec. 4445.b1?Response The "L-type" cast-in-place manhole (MH-H4017-01) is by others as noted on

Drawings G-002, G-010, G-013, CU-002, 5-001, 3-002, 5-003. The size andconfiguration of the proposed ductbank connecting to that manhole ís asshown on Drawinss CU-002, CU-009, 5-002.

Question: 25 Should the allowance for the Contaminated Spoils be exceeded, will the ownerreimburse the contractor for anv exceeded expenses?

Response: Yes.Question: 26 Who is supplying the pre-cast manholes?Response: Refer to Specifícation Secfíon L-115, Pa¡t 5.01; Contractor is required to

provide all materíals for each manhole.Question: 27 ls there a schedule required to be submitted with the proposal?Response: Proiect Schedule is nof required with bíd.Question:28 ls there an anticipated construction start date?Response: It is antícipated this proiect will súarf as soon as possrble after award of

ADDENDUM NO. 1 / SPECIFICATION NO. 210086Page 4 of 5

Page 5: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

Contract.Question:29 Willthe owners be providing surveying and layout?Response: /Vo.

ln accordance with paragraph 13 of the "Requirements for Bidding and Instructions for Bidders" in PartOne of Three of the Specifications, the deadline for questions has passed. No additional questions willbe answered prior to bid opening except as the Chief Procurement Officer, in her sole discretion,deems to be in the best interest of the City.

END OF ADDENDUM NO. ICITY OF CHICAGODEPARTMENT OF PROCUREMENT SERVICES CH I EF PROCU RE^Jå$iii55EEF

ADDENDUM NO. 1 / SPECIFICATION NO. 2I0086Page 5 of 5

Page 6: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

General Description of the Work:

The \üork consists of furnishing all means; methods, labor, materials, tools, equipment, transportation and servicesfor performing the General Work, Civil ÏVork, Structural \üork, Landscaping Work and Electrical Work as shownon the Drawings and as described in the Technical Specifications, including all appurtenant work and accessories, tothe complete satisfaction of, approval and acceptance by the City. This includes, but not limited to,

Install eight (8) Pre-Cast ComEd Manholes and one (1) cast-in-place X-type Manhole. Install ConcreteEncased Duct Bank of size/configurations and at locations shown on Plans. Install 9-way, 5" Duct Bank inside30" Steel Casing, under Mannheim Road.

This description of work is intended to be general in nature and is neither a complete description nor a limitation onthe Work to be performed. Contractor must perform all Work described in the Contract Documents or reasonablyinferable as necessary to produce the results specified therein, except to the extent specifically indicated in theConhact Documents to be the responsibility of others.

Estimated Project Cost: $1,000,000.00 to $3,000,000.00

Advertisement Date: August 8,2016

Pre-Bid Conference Date/Time: August 16,2016 at l0:00 AM

Question Cut-Off DateÆime: August 19,2016 at 5:00 PM, C.S.T

I nia Opening Date/Time: September 13,2016 at I 1:00 AM, City Hall, Bid and Bond, Room 103, Chicago, IL 60602

Plan X'ee/Deposit:For this Project, Contract Documents will be provided on CD/ROM. One set of Contract Documents will beprovided to the Bidder at no cost.

Bid DeposilBond:For this Project a bid deposit is required in the amount of2%o oflhe contract base bid in the form ofa bond, or theequivalent in cashier's check, money order or certified check.

MBEAilBEGoals: 27.9 %I\ÃBE 6.5 % WBE

Award of Contract:A contract will be awarded per the basis of award stated on the bid form.

Inspection ofSite:The Bidder is expected to inspect the site of the Work. All requests to visit the site of the Work must be made priorto the question cut-off date specified in Section l, Chapter 13 - Interpretation of Contract Documents. No allowancewill be made for any difficulties that may be encountered in executing the \üork due to a failure of the Bidder toinspect the Site. Requests for Site Inspections must be submitted to the following e-mail address and include theSpecifi cation number on the subj ect line: [email protected]

DPS Version 4/21/2016

Project Name:Specification No.:CDA Project No.:

Non-Federally FundedSpine Road ComEd Duct Bank Installation

PROJECT OVERVIEW

Spine Road ComEd Duct Bank Installation210086H4017.1s-00

Instructions and Execution DocumentsSpecifìcation No.: 2l 0086

ISSUED FOR BID, ADDENDUM NO 1

AUGUST 29, 2016

Page 7: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4/21/2016

32.

Non-Federally FundedSpine Road ComEd Duct Bank Installation

Instructions and Execution DocumentsSpecification No : 210086

ISSUED FOR BID, ADDENDUM NO IAUGUST 29, 20I6

BID INCENTTVES FOR VETERAN-O\ryNED SMALL LOCAL BUSINESSES AND ELIGIBLE JOINTVENTURES

For purposes of this section only, the following definitions shall apply:

"Bid incentive" means an amount deducted, for bid evaluation purposes only, from the contract base bid in ordel'tocalculate the bid price to be used to evaluate the bid on a competitively bid contract.

"Contract base bid" means the total dollar amount a contractor bids on a contract without factoring any bid incentive orpercentage reductions to the bid amount.

"E,ligible joint venture" means an association of one or more small business enterprises in combination with one or moreveteran-owned business enterprises, proposing to perform as a single for-profit business enterprise, in which eachjointventure parlner contributes property, capital, efforts, skill and knowledge. Joint ventures must have an agreement inwriting speciling the terms and conditions of the relationship between the partners and their respective roles in thecontract.

"Owned" means, as MCC 2-92-670 may be updated from time to time, having all of the customary incidents ofownership, including the right of disposition, and sharing in all of the risks, responsibilities and prohts commensurate withthe degree of ownership.

"Small business enterprise" means, as MCC 2-92-670 may be updated from time to time, a small business as defined bythe U.S. Small Business Administration, pursuant to the business size standards found in l3 C.F.R. Part 721, relevant tothe scope(s) of work the firm seeks to perform on city contracts. A firm is not an eligible small business enterprise in anycity fiscal year in which its gross receipts, averaged over the firm's previous five fiscal years, exceed the size standards of13 C.F.R. Partl2l.

"Veteran-owned business enterprise" means an enterprise which: ( I ) is at least 5 I percent owned by one or more veterans,or in the case of a publicly held corporation, at least 5 I percent of all classes of the stock of which is owned by one ormore veterans, whose management, policies, major decisions and daily business operations are independently managedand controlled by one or more veterans; or (2) has been certified by the State of Illinois as a qualified service-disabledveteran-owned small business or a qualified veteran-owned small business pursuant to 30 ILCS 500145-57.

"Veteran-owned small local business" means a business that is both a veteran-owned business enterprise and a small localbusiness enterprise as defined in Section 2-92-670.

"Veteran" means a person who has served in the United States armed forces and was discharged or separated underhonorable conditions.

Unless otherwise prohibited by any federal, state or local law, the CPO shall allocate a bid incentive of 5o/o of the contractbase price, in accordance with section 2-92-418 of the MCC, to any qualified bidder that is a veteran-owned small localbusiness or an eligible joint venture.

Bidders desiring to receive this incentive must submit an affidavit and other supporting documents demonstrating that thebidder satisfies all pertinent requirements as a veteran-owned small local business or an eligible joint venture.

As a condition of being awarded the bìd incentive, the veteran-owned small local business or eligible joint venture shallcontinue to meet the defìnition of a veteran-owned small local business or an eligible joint venture. If a contract isawarded to the veteran-owned small local business or eligible joint venture, upon completion of the work, any veteran-owned small local business or eligible joint venture that receives a bid preference but fails to meet the definition of aveteran-owned small local business or eligible joint venture during the term of the contract for which the bid incentive wasawarded shall be fined in an amount equal to three times the amount of the bid incentive awarded.

The contractor shall maintain adequate records necessary to ensure compliance with this section and shall submit suchreports as required by the chiefprocurement officer. Full access to the contractor's and subcontractors' records shall begranted to the chief procurement officer, the commissioner of the supervising department, the inspector general, or anyduly authorized representative thereof. The contractor and subcontractor shall maintain all relevant records a period that isthe longer ofseven years or as after final acceptance ofthe work in accordance with the Local Records Act.

sl-18

Page 8: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4/21/2016

VETERAN-OWNED SMALL LOCAL BUSINESSES AND ELIGIBLE JOINT VENTURES AFFIDAVIT

Bidder must complete this form if it desires to be considered for the bid incentive as described in Section 2-92-418 of the Municipal Code ofChicago ("MCC") for Veteran-Owned Small Local Businesses and Eligible Joint Ventures. Bidders that do not complete this page will not beregardedasveteran-ownedsmalllocalbusinessesoreligiblejointventures. Pleaseuseadditional sheetsifnecessary. Attachall relevantcertifications and/or support documents.

l. Is bidder a "veteran-owned small local business" as defined in Section 38 of this bid solicitation and in MCC 2-92-418?

( ) Yes ( ) No If Yes, skip to #5 below.

2. Is bidder an "eligible joint venture" as defined in Section 38 of this bid solicitation and in MCC 2-92-418?

( )Yes ( )No3. Is at least one member of the eligible joint venture a "small business enterprise" as defined in MCC 2-92-670?

( )Yes ( )No4. Is at least one member oflhe eligiblejoint venture a'treteran-owned business enterprise" as that term is defined in

MCC2-92-670?

( )Yes ( )No5. Is the veteran-owned business identilted in either # I or #4 above cerlified by the State of Illinois as a qualified service-disabledveteran-owned small business or a qualified veteran-owned small business pursuant to 30 ILCS 500145-57? Ifyes, please provide appropriatedocumentation.

( )Yes ( )No6. Ifthe answer to # 5 above is no, is the veteran-owned business an enterprise which is at least 5l percent owned by one or more veterans, orin the case ofa publicly held corporation, at least 5l percent ofall classes ofstock ofwhich are owned by one or rnore veterans?

( )Yes ( )No7. Ifqualifuing as a veteran-owned business under the requirements of#6 above, please list all owners, their percentage ofownershipinterest, and provide appropriate documentation demonstrating status as veteran, as that term is defìned in MCC 2-92-418.

List City ofChicago business license(s) held. Ifnone are required, indicate "none required"8

9 Provide address ofthe veteran-owned business, including the County in which it is located.

County:

Bidder understands that it may be required to produce records to the chiefprocurement officer to verif, the information provided.

Under penalty ofperjury the person signing below: (l) warrants that he/she is authorized to execute this Affidavit on behalfofbidder, and (2)warrants that all certifrcations and statements contained in this Affidavit are true, accurate, and complete as ofthe date ofexecution.

Bidder musl complete tlre applicable signalure line(s) on thefollowing page

Non-Federally FundedSpine Road ComEd Duct Bank Installation

Instructions and Execution DocumentsSpecification No.: 2l 0086

ISSUED FORBID, ADDENDUMNO I

AUGUST 29,20I6

sl-19

Page 9: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4/2112016

Req u i red S Íg natu re fo r All App lica nts

Name of Veteran-Owned Business:

(Print or Type)

Signature of Authorized Officer for Veteran-Owned Business

(Signature)

Title of Signatory:

(Print or Type)

Additional Required Signatures for Eligible loinl Venture Applicønls

Name of Joint Venture (for eligible joint ventures only):

(Print or Type)

Name of SBE (for eligible joint ventures only):

(Print or Type)

Signature of Authorized Officer for SBE (for eligible joint ventures only):(Signature)

Title of Signatory:

(Print or Type)

State of

County of

Signed and sworn (or affirmed) to before me on

(name/s of person/s making statement).

(Signature of Notary Public)

(Seal)

Non-Federally FundedSpine Road ComEd Duct Bank Installation

(date) by

Instructions and Execution DocumentsSpecification No.: 210086

ISSUED FOR BID, ADDENDUM NO, IAUGUST 29. 20I6

sl-20

Page 10: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4121/2016

38. Bid Incentive for Utilization of Veteran-Owned Subcontractors

"Construction project" means any project to be paid for by the city, but which is not funded in whole or paft by any federal orstate funds, to construct, remodel or reconstruct any public works, public buildings, public structures, roadways, parkways,bridges, parking facilities or parks, or any portion of any of the same, belonging to the city within its geographical boundariesas they exist or shall exist in the future.

"Prime contractor" means a person who is the primary contractor on a contract.

"Veteran-owned subcontractor" means a subcontractor that: (i) is a veteran-owned small local business, as the term is definedin MCC Section 2-92-418; (ii) holds all appropriate city licenses; and (iii) is subject to applicable city taxes; provided that aveteran-owned subcontractor shall not include the prime contractor.

Pursuant to MCC Section 2-92-407, unless otherwise prohibited by any federal, state or local law, the CPO shall allocate to anyqualified bidder on any construction project the following bid incentive for utilization of veteran-owned subcontractors in theperformance of the contract.

Total Dollar Value of llork Perþrmed by Veteran-Owned Subcontractors as a Percentage of the Total

Contract Value

Bid Incentive

I to 16% 0.5% ofthe contract base bid77 to 32o/o lo/o of the contract base bid33 to 49% 1.5% ofthe contract base bid50o/o or greater 2o/o of ihe contract base bid

If a veteran-owned subcontractor subcontracts part of the work to another contractor, only the value of work performed by theveteran-owned subcontractor's employees shall count towards the bid incentive, unless the sub-subcontractor is a veteran-owned subcontractor.

The bid incentive is used only to calculate an amount to be used in evaluating the bid to determine the low bidder, and it doesnot affect the contract price.

A contractor shall not be eligible to receive in one contract bid, the bid incentive allocated pursuant to this Section 2-92-407and that allocated pursuant to Section 2-92-410 (bid incentive for certain city-based manufacturers). This bid incentive maynot be combined with any other procurement set-aside benefit for a veteran-owned business enterprise under the MCC.

The prime contractor shall maintain records adequate to monitor compliance with this section and shall submit such reports as

required by the CPO. Full access to the prime contractor's records shall be granted to the CPO, the commissioner of thesupervising department, the inspector general, or any duly authorized representative thereof. The prime contractor andsubcontractors shall maintain all relevant records for at least three years after the expiration ofthe contract.

The CPO may require, at the time of submission of a bid or at any time during the term of the contract, that the bidder orveteran-owned subcontractor submit an affidavit and other supporting documents demonstrating that a subcontractor is aveteran-owned subcontractor.

Upon completion of the work, any prime contractor that has failed to retain the percentage of veteran-owned subcontracts forwhich a bid incentive was taken into consideration in awarding of a contract shall be fined an amount equal to three times theamount of the bid incentive allocated, unless the prime contractor can demonstrate that due to circumstances beyond the primecontractor's control, the prime contractor for good cause was unable to retain the percentage ofveteran-owned subcontlactorsthroughout the duration ofthe contract period.

Non-Federally FundedSpine Road ComEd Duct Bank Installation

Instructions and Execution DocumentsSpecification No : 210086

ISSUED FORBID, ADDENDUM NO 1

AUGUST 29,2016

sl-29

Page 11: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4/21/2016

BIDDER'S COMMITMENT TO UTILIZE VETERAN-OWNED SUBCONTRACTORS AFFIDAVITThe Veteran-Owned Subcontractors Incentive as described in Section 2-92-407 of the Municipal Code of Chicago("MCC") is applicable to competitively bid construction projects funded in whole by City funds. Bidder must submitthis form with the bid if it desires to be considered for this bid incentive. Bidders that do not submit this page withtheir bid will not be eligible for this bid incentive. Attach additional sheets if necessary. If this incentive is allocated,neither the Bid Incentive for Certain City-Based Manufacturers described in MCC 2-92-410, nor any otherprocurement set-aside benefit for a veteran-owned business enterprise under the MCC, will be allocated to the samebid.

Note: The CPO may request additional information or documentation before determining to apply the preference.

1. Contract title:

Specification #

2 The value of work performed by veteran-owned subcontractors (as defined in MCC 2-92-407 and theapplicable bid solicitation) that Bidder commits to provide will be what percentage of the total dollar value ofthe contract?

( ) 1% to l6Vo- 0.5oÁ incentive ( ) 11% to 32Yo- loÁ incentive

( ) 33% fo 49o/o- I .5oÁ incentive ( ) 50% or greater-- 2o/o incentive

Bidder understands that if it fails to utilize the committed percentage of veteran-owned subcontractors, under ly'-Cc2-92-407 it may be fined in an amount equal to three times the amount of the bid incentive allocated, unless the primecontractor can demonstrate that due to circumstances beyond the prime contractor's control, the prime contractor forgood cause was unable to retain the percentage ofveteran-owned subcontractors throughout the duration ofthe contractperiod.

Bidder understands that it may be required to produce records to the CPO to veriff the information provided.

S ignøture pøge follows,

Non-Federally FundedSpine Road ComEd Duct Bank Installation

Instructions and Execution DocumentsSpecification No : 210086

ISSUED FOR BID, ADDENDUM NO. IAUGUST 29, 20I6

sl-30

Page 12: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4/2112016

Under penalty of perjury the person signing below: (l) warrants that he/she is authorized to execute this Affidavit on

behalf of bidder, and (2) warrants that all certifications and statements contained in this Affidavit are true, accurate,

and complete as of the date of execution.

Name of Bidder:

(Print or Type)

Signature of Authorized Officer:

(Signature)

Title of Signatory:

(Print or Type)

County of

State of

Non-Federally FundedSpine Road ComEd Duct Bank Installation

(date) by

Instructions and Execution DocumentsSpecifrcation No.: 2l 0086

ISSUED FOR BID, ADDENDUM NO. IAUGUST 29,2016

Signed and sworn (or affirmed) to before me on

(name/s of person/s making statement).

(Signature of Notary Public)

(Seal)

s1-31

Page 13: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4/21/2016

SECTION 3

BID FORMCONTRACT BASE BID

BIDDER:

The Bidder agrees to submit its bid without Iimitations or exceptions, except as permitted by the Contract Documents.

The Bidder funher agrees that if awarded the Contract, the Bidder shall perform the Contract with no limitations orexceptions.

The Bidder shall complete both this Contract Base Bid and the Award Criteria Figure for its bid. Contract Documentssubmitted without both figures may be rejected as non-responsive. The Contract Base Bid amount will be used to determinethe Award Criteria Figure.

If no Chicago Business Preference or Local Manufacture Preference, o Child Support Penalty or Small Business and Veteran-owned Business Enterprise Joint Venture Preference is applicable, then the Award Criteria Figure is the Evaluated BidAmount. If the Chicago Business Preference is applicable, the Award Criteria Figure will be adjusted using 2%o ChicagoBusiness Preference to compute the Evaluated Bid Amount. If the Local Manufacture Preference is applicable, the AwardCriteria figure will be adjusted using the 1% - 2% Local Manufacture Preference to compute the Evaluated Bid Amount,provided that the Chicago Business Preference is not applicable. The Chicago Business Preference and the Local ManufacturePreference may not be applied concurrently to compute the Evaluated Bid amount. If the Child Support Penalty is applicable,the Award Criteria Figure will be adjusted using the 8% Child Support Penalty to compute the Evaluated Bid Amount. If theSmall Business and Veteran-owned Business Enterprise Joint Venture Preference is applicable, the Award Criteria Figurewill be adjusted using 57o Small Business and Veteran-owned Business Enterprise Joint Venture Preference to compute theEvaluated Bid Amount. The Child Support Penalty and Small Business and Veteran-owned Business Enterprise Joint VenturePreference may be applied concurrently to compute the Evaluated Bid Amount along with either the Chicago BusinessPreference or the Local Manufacture Preference, should the bidder be eligible for those preferences.

The Contract Base Bid shall include the entire scope of work and requirements of Part One, Part Two, Part Three and theContract Drawings of the Contract Documents.

A Contract in the amount of the Contract Base Bid will be awarded to the responsive and responsible Bidder, as determinedby the Chief Procurement Officer, offering the lowest Evaluated Bid Amount.

CONTRACTBASE BID

Dollars

NOTE:

A\ryARD CRITERIA F'IGURE(Line l5 of the Canvassing Formula on Page S4-3)

(Words)

(Figures)

STOP! COMPLETE THE BASIS OF' CONTRACT A\ilARD CRITERIA DETERMINATION INSECTION F'OURBEFORE COMPLETING THE AWARD CRITERIA FIGURE BELO\M.

(Words)

Dollars ($ )(Figures)

Non-Federally FundedSpine Road ComEd Duct Bank Installation

Instructions and Execution DocumentsSpecifìcation No : 210086

ISSUED FOR BID, ADDENDUMNO IAUGUST 29.2016

s3-l

Page 14: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

Bidder:

Non-Federally FundedSpine Road ComEd Duct Bank Installation

SCHEDULE OF PRICESSPINE ROAD COMED DUCT BANK INSTALLATION

Specification No.: 210086

Instructions and Execution DocumentsSpecification No : 210086

ISSUED FORBID, ADDENDUMNO 1

AUGUST 29, 2016

s20.000.00

s25-000.00

$20.000.00

s25,000.00

s25.000.00

$20,000.00

s25,000.00

$20,000.00

500

75

913

2,41,1

20

t,768

225

1

I

I

5

j

855

220

I

I

1

1

220

1.275

250

50

500

LS

LF

CY

CY

LF

LF

LF

LF

LF

LF

LF

LF

LF

ALLOW

ALLOW

EACH

EACH

FACI{

SY

LF

ALLOW

LS

ALLOW

AGGREGATE BASE COURSE, CA-6

STABILIZATION STONE

PAVEMENT MARKING LINE,4'' (WHITE)

E)CSTINGFENCE REMOVAL

TYPE C FENCE

STEEL PLATE BEAM GUARDRAIL, IDOT

DUCTBANK. 6-WAY. 5'' PVC CONDUIT, CONCRETE ENCASED

CONCRETE ENCASEDDUCTBANK, 9-WAY,5'' PVC CONDUIT,

DUCTBANK, 12-WAY, 5'' PVC CONDUIT, CONCRETE ENCASED

ENCASEDDUCTBANK, 18-WAY,5'' PVC CONDUIT, CONCRETE

DUCTBANK, 9.WAY, 5'' PVC CONDUIT INSIDE 30" STEEL CASING,JACKED IN PLACE

ALLOWANCE FOR UTILITY CONFLICTS

ALLOWANCE FOR COMED FIELD STAFF COORDINATION

CECO MANHOLE, CAST-IN-PLACE, X-TYPE

CECO MANHOLE, PRE-CAST, T-TYPE

CECO MANHOLE. PRE-CAST. STRAIGHT-TYPE

PAVEMENT REMOVAL - BITUMINOUS CONCRETE

COMBINATION CURB AND GUTTER REMOVAL

ALLOWANCE FOR LINCLASSIFIED EXCAVATION- CONTAMINATEDMATERTAL

ÞPTl-FMOBILTZATION MUST NOT EXCEED 6 % OF TOTAL BID

STANDBY TIME

TRAFFIC CONTROL AND PROTECTION

COMBINATION CURB & GUTTER

N-l t0-01

01502-01

02'714-01

02720-01

02720-02

02'783-0t

F-162-01

F-162-02

F-162-03

L- I 10-01

L-l 10-02

L-l 1 0-03

L-110-04

L- l 10-05

L-1 1 0-06

L- I 10-07

L-l 15-01

L-115-02

T.-1 l5-0i

P-150-01

P-150-02

P-152-01

M-l0l-01I

2

3

4

5

6

8

9

l0

ll12

13

14

t5

16

t7

l8

t9

)o

21

22

23

a?_t

Page 15: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4/2112016 SCHEDULE OF PRICESSPINE ROAD COMED DUCT BANK INSTALLATION

Specification No.: 210086

Bidder

NQTILI9-EIDDEBi

1) Total price for mobilization must not exceed 6 Yo of the Contract Base Bid.2) Award Criteria Figure as calculated on page S4-3.3) Bidders should round all quoted prices to the nearest two decimal points.4) In the event of discrepancy between the "Unit Price" and the "Total Price" the Unit Price will prevail.5) The Chief Procurement Officer reserves the right to make corrections, after receiving the bids, to any clerical error apparent on the above Line ltems,including but not limited to obviously incorrect units or misplaced decimal points, or arithmetic error. The Bidder must bid all line items set forth on theSchedule of Prices, except to the extent that the Specifications expressly allows otherwise. In the event that comparison of the Bidder's 'Unit Price' and 'TotalPrice' submitted for any line item reveals a calculation error, the Unit Price will prevail.6) The Commissioner has determined per Part Two, General Conditions that the safety representative for this project is not permitted to have otherresponsibilities.Non-Federally Funded Inslructions and Execution DocumentsSpine Road ComEd Duct Bank Installation Specification No.: 210086

ISSUED'"ü"&åü'T#MN. I

255

3t

2

300

125

75

60

224

2500

0.15

t.55

LF

EACH

EACH

TON

TON

TON

CY

GAL

LF

AC

SY

s

$

SILT FENCE

INLET AND PIPE PROTECTION

STABILZED CONSTRUCTION ENTRANCEÆ)üT

BITUMINOUS CONCRETE - BASE COURSE

BITUMINOUS CONCRETE - BINDER COURSE

BITUMINOUS CONCRETE - SURFACE COURSE

AGGREGATE SUR-FACE COURSE

BITTTMINOUS PRIME COAT

SAWCUT AND SEAL,2'

PERMANENT SEEDING

TOPSOILING,4"

CONTRACTBASEBID

AWARD CRITERIA FIGURE:

P-156-01

P-156-02

P-156-03

P-405-01

P-405-02

P-405-03

P-413-01

P-602-01

P-623-01

T-901-01

T-905-01

24

25

26

27

28

29

30

31

32

33

34

s3-3

Page 16: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

DPS Version 4/21/2016

SECTION 4

TIME OF COMPLETION

The Contract duration is one hundred fifty (150) calendar days forthe entire scope of work, which includes all mobilizationand all construction from the date of the Notice to Proceed issued by the Commissioner in accordance with Palt Two,General Conditions of the Contract Documents.

The date specified in the Notice To Proceed for commencement of work will not be counted as a calendar day, but eachsubsequent day thereafter, from midnight to midnight will be counted as one (l) calendar day and the last day counted will bethe day on which the Contractor shall have substantially completed, and the Commissioner shall have accepted as substantiallycompleted, the entire Work under this Contract.

The Contractor shall complete the entire scope of work, and the intermediate milestones, within the durations shown on thetable found on page S4-2.

LIQUIDATED DAMAGES FOR DELA,Y

As provided in Article VIII., Section 4., Paragraph 4, of Part Two of the Contract, liquidated damages shall be as assessed as

shown on the table found on page S4-2.

Note: Nothing herein contained shall be construed as limiting the right of the City to recover from the Contractor any and allamounts due or to come due, and any and all costs and expenses sustained by the City for improper performance hereunder,repudiation ofthe Contract by the Contractor, failure to perform or breach or breaches in any other respect, including but notlimited to, defective workmanship or materials.

WEATHER and MORATORIUM DAYS

As provided in Article VIII., Section B, Paragraph 4a, of Part Two of Three of the Conhact Documents, Weather andMoratorium days shall be allocated as shown in the table found on pageS4-2.

WINTER MONTHS

The Contract does not provide for a winter suspension period. The contract duration will require work during the winter months(November lst to April 30th). All provisions of Part Two of Three, Article VIII. Section I. shall apply to the Contract for workrequired during the winter months. The Contractor is not entitled to any additional compensation for work performed during thewinter months. It is understood that no extension of time, regardless of the cause, or damages of whatever character, will beallowed for any work that may be delayed, hampered, disrupted, re-sequenced, changed, or stopped by the Commissioner oradverse \ryeather during the winter months. All work will be coordinated with Airport Operations through the ConstructionManager. Airport Operations cannot be interfered with or impaired in any way by the work being completed by the Contractorduring the winter months. The Contractor will immediately remove and/or relocate any equipment, material, items, barricades, orstop work, if directed by the Commissioner. Payment for work completed, inspected, and accepted during the winter months willbe in accordance with the procedures established in Part Two of Three, Article IX Payments. It is understood that any increase incosts associated with the work done during the winter months are the Contractor's responsibility and the Contractor is not entitledto any additional compensation. Such costs include but are not limited to, loss of productivity, winter heat, winter protection, snowremoval, frost protection, disruptions to the work, work stoppages, temporary power, de-watering, winterized material (includingbut not limited to concrete, water, aggregate and bituminous mixtures.)

Non-Federally FundedSpine Road ComEd Duct Bank Installation

Instructions and Execution DocumentsSpecification No : 210086

ISSUED FOR BID, ADDENDUM NO. IAUGUST 29, 20I 6

s4-r

Page 17: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

MOBILIZAT¡ONSECTION M.lOI

PART 1 DESCRIPTION

1.01 GENERAL

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO.'1

AUGUST 29, 2016

A. The work must consist of preparatory work and operations necessaryfor permits, the movement of personnel, equipment, supplies, andincidentals to the Project site; for the establishment of offices,buildings, and other facilities necessary for work on the Project; forcoordination with ComEd and provisions for ComEd secondary serviceto Contractor Staging/Trailer Area; and for all other administrative workor operations which must be performed, or costs incurred whenbeginning work on the Project.

The Contractor must submit all documents as described in Part Two ofThree, General Conditions of the Contract Documents prior to the firstrequest for partial payment for Mobilization:

1. Construction Operations Plan Part2 of 3, Article lV.D.1

2. Sustainability Requirements: ParI2 of 3, Article lV.D.2Contractor/S u bcontractorEqu ipment Verification Report;Local/Regional Materials Estimate;Recycled Content Estimate;Sustainable Temporary ConstructionMaterials Pre-ConstructionEstimate; Construction WasteManagement Plan and C&DRecycling Worksheet

3. Anticipated Workforce ProjectionForm

4. Procedures, Methods, Structuresand Equipment

5. Subcontractor Agreements6. Source of Materials7. Key Personnel8. Baseline Schedule

Parl2 of 3, Article ¡V.D.3

ParI2 of 3, Article lV.D.4

9. Shop Drawings, Product Dataand Samples, "lndex and Schedule" Part 2 of 3, Article Xl.B.4

B

Part 2 of 3,Part2 of 3,Part2 of 3,Part 2 of 3,

and E.4.a

Article V.C.1Article Yl.E.2.aArticle Vll.B.1Articles Vlll.E.2.b

fvt101-1 MOBILIZATION

Page 18: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

PRODUCTS - Not Applicable

EXECUTION - Not Applicable

MEASUREMENT

Measurement will be made for mobilization as a lump sum

No separate measurement will be made for coordination with ComEdand providing ComEd secondary service to the ContractorStag ing/Trailer Areas.

PART 5 BASIS OF PAYMENT

5.01 GENERAL:

PART 2

PART 3

PART 4

A

B

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H401 7.15-00

ISSUED FOR BID, ADDENDUIV NO. 1

AUGUST 29, 2016

A.

B.

The Contractor is to include a cost of Mobilization that must notexceed four percent (6%) of the total Contract base bid amount.

Partial payment of the lump sum for Mobilization will be made in

accordance with the following schedule:

1. The Contractor may draw 75o/o of the pay item as part of thefirst request for paftial payment.

2. When 10o/o ar more of the original Contract amount is earned,an additional 15% of the pay item will be paid.

3. When 90% or more of the revised Contract amount is earned,the remaining balance of the pay item will be paid.

Nothing herein must be construed to limit or preclude partial paymentsfor other items as provided for by the Contract.

No separate payment will be made for coordination with ComEd andproviding ComEd secondary service to the Contractor Staging/TrailerAreas. Coordination with ComEd and associated ComEd costs will beincluded in the Mobilization pay item.

Payment will be made under:

1. ltem M-101-01 - Mobilization (Not to Exceed 60/o of Base Bid),per lump sum.

END OF SECTION M.1OI

C

D

E

M-10'l-2 MOBILIZATION

Page 19: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

AIRPORT SAFETY & SECURITYSECTION M.,l03

PART 1 DESCRIPTION

1.01 GENERAL

A. The work for this project will occur adjacent to, or in the vicinity of the AircraftOperations Area (AOA) and is subject to the operational safety and securityrequirements of the Chicago Department of Aviation (CDA) and the FAA.The Contractor must comply with any additional requirements as may bedeemed necessary by the aforementioned organizations at no cost to theOwner.

B. During the performance of Airport Safety and Security work the Contractormust adhere to the applicable provisions set forth in Part Two GeneralConditions, Article XIV - Safety and Environment and Article XV - AirportSecurity and Operations, Airport Safety and Security, Code of FederalRegulation (14 CFR) Paft 139 and Part.77, O'Hare International AirpoftCertification Manual (ACM), all applicable FAA Advisory Circulars, and asdescribed herein.

C. Contractor must carry out his operations in a manner that must minimizeinterference with air traffic, and must cooperate with the FAA, theCommissioner, the Airlines, and other Contractors working in the area. TheContractor must designate a full-time safety representative for the Project inaccordance with Paragraph XlV. B of Part 2 - General Conditions. Allworkmust be completed in accordance with the Chicago Department of Aviation'sAirport Construction Safety Manual, the Construction Phasing Plans, 14CFRPart 139, 14CFR Part77 , all applicable FAA Advisory Circulars (AC's), theO'Hare lnternational Airport Certification Manual, and the ContractDocuments.

D. Refer to the CDA Standard Nofes on General Requiremenfs for requirementsand details on Traffic Control and Safety Requirements; Staging and StorageAreas; and 14CFR Part 139 Requirements.

E. All vehicles and vehicle operations must comply with the Chicago AirportSystem, O'Hare and Midway lnternational Airpofts, Ground Motor VehicleOperation Regulation Manual, latest edition.

F. The Contractor must supply, place, maintain, move and store the items listedherein, as appropriate, to facilitate construction and protect air traffic. Anadequate extra supply of these items must be available on site at all times.

CHICAGO DEPARTMENT OF AVIAIIONSPINE ROAD COMED DUCTBANK INSTALLATIONPR0JECT N0. H4017.15-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

lvF103-1 AIRPORT SAFETY AND SECURITY

Page 20: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

PART 2 EQUIPMENT AND MATERIALS

2.01 WARNING LIGHTS

A. Warning lights must be flashing red lights meeting the requirements of thelatest edition of the "Manual on Uniform Traffic Control Devices" for Type Aand Type B flashers.

2.02 WARNING MARKERS

A. Warning markers must be the type and size detailed on the Plans. Markersmust be equipped with a red warning light per Paragraph 2.01.

2.03 BARRICADES

A. All efforts are to be made to utilize O'Hare specific "A" frame barricades asdetailed in the CDA Standards. However, if they are not available inemergency situations, Highway "A" frame barricades may be used.Barricades must be Class A barricades, as detailed on the Plans. Thestabilization tube must consist of alternating orange and white fluorescentstripes and must be filled with sand to prevent damage or dislodging resultingfrom jet blast. Each barricade must be equipped with a red light as detailedon the Plans. An adequate supply of such barricades must be kept on theProject site. The barricades must be placed in locations as directed by theCommissioner.

2.04 TEMPORARY CRITICAL AREA FENCE

A. All safety areas (RSA and TSA), ROFA, TOFA, and NAVAID critical areasaffected by construction work must be designated and marked with a clearlyvisible fence as delineated on the Contract Plans. The fence must be madeof wood posts or stakes and a durable orange fabric stapled to the posts.

B. Wood supports must meet the following requirements

1. Posts/stakes must be kiln dried oak or hickory

2. Posts/stakes must be peeled, sound, straight-grained, and free from decay,cracks, and splits.

3. Posts/stakes must be 48 inches long and have a cross section of 2 inches by2 inches. Any safety fence used within a runway or taxiway Object Free Areacannot be higher than 18 inches. Safety fence to delineate the outer limits ofOFAs can be 36 inches in height.

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PR0JECT N0. H4017.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 20,I6

N4-1 03-2 AIRPORT SAFETY AND SECURITY

Page 21: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

4. Outer bark must be completely removed from all posts/stakes includingdepressions, to prevent FOD.

2.05 Support and bracing of wood posts/stakes, where needed must be of thesame material and quality as the wood supports

A. Fabric must be sized appropriately, i.e., 12inch wide (forthe 18 inches highfence) or 30 inch wide (for the 36 inches high fence) and orange in color.Fabric must be woven polyester, polypropylene, stabilized nylon,polyethylene, or polyvinylidene chloride and meet the following requirements

1. Minimum grab tensile strength in the machine direction per ASTM D4632 =120 tb (550 N)

2. Minimum grab tensile strength in the cross machine direction per ASTMD4632 = 100 lb (450 N)

Minimum ultraviolet stability, percent of strength retained after500 hours exposure per ASTM D4355 = 70o/o

B. Fabric Must be stapled to the wood supports using No.9 galvanized steelwire staples that are at least 1 inch long but no longer than 1-1l2 inches.Staples must be Yoinch wide.

C. Safety fence used to delineate runway or taxiway critical areas must maintaina 6 inch gap between the grass line and the bottom of the fabric, to allow forefficient maintenance of vegetation cutting.

2.06 TEMPORARY UNDERGROUND UTILITY MARKING

A. Prior to start of earthwork, all underground utilities (including but not limited toFAA ducts and cables, electrical and ComEd ductbanks and cables,telephone and communication lines, gas mains, watermains and sewer pipes,fuel lines, etc.) on the work area must be delineated with 2 inch diameter and5 feet minimum length Schedule 40 PVC pipe posts with APWA coloredlabels identifying the specific utility type or as directed by the Commissioner.Refer to CDA Detail Nos. 1-1OlB1 and 1-1OlB2.

B. lnstallthe temporary underground utility marking in accordance withParagraph 3.20.

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPROJECT N0. H4017.15-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 201 6

3

tw103-3 AIRPORT SAFETY AND SECURITY

Page 22: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

PART 3 CONSTRUCTION METHODS

3.01 CONTROLREQUIREMENTS

A. The Contractor will be held responsible for controlling his employees and hisSubcontractors and their employees, with regard to traffic movement.

B. The Contractor must rebuild, repair, restore, and make good at his ownexpense all injuries or damages to any portion of the work occasioned by hisuse of these facilities before completion and acceptance of the work.

C. The Contractor must submit to the Commissioner in writing a detailedconstruction operation plan as outlined in Paragraph lV. D of Paft ll, GeneralConditions. The plan must include, but not be limited to, constructionsequencing of earthwork, paving, drainage, equipment haul roads, light plantsand maintenance of aifield electrical and NAVAID power and control circuits.The plan must also include a breakdown of the work in each constructionphase, as described in the Construction Phasing Plans. At least 14 calendardays before commencing work in each phase, an updated plan must besubmitted for approval. No work within the construction phase maycommence until the phase work plan is approved.

D. The Contractor must submit to the Commissioner in writing an Airport TrafficManagement Plan, as outlined in Paragraph lV. D of Part ll, GeneralConditions. The plan must address the control of construction equipmentand vehicular movements for each construction phase.

E. The Contractor must provide a responsible Traffic Manager whose duty willbe to direct all traffic on or near active runways, taxiways, haul roads, andhighways. Paved surfaces must be kept clear at all times and specificallymust be kept free from all debris which might damage aircraft.

F. The Contractor must submit to the Commissioner in writing a detailed safetyplan that outlines the procedures and methods intended to be used tomaintain the safety of the airfield, the traveling public and the Contractor'semployees. The plan must be broken down by each construction phase andmust be submitted at least 14 days prior to beginning construction. No workmay commence until the Contractor's safety plan is approved in writing andcan be immediately implemented. The plan should address the followingitems, as applicable:

1. Scope of work to be performed, including proposed duration of work.

2. Procedures for protecting all runway and taxiway operational areas as shownon the Plans. This includes limitations on equipment height and stockpiledmaterials.

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H4017.15-00

ISSUED FOR BID, ADDENDUIV NO. 1

AUGUST 29, 2016

tvl-1 03-4 AIRPORT SAFETY AND SECURITY

Page 23: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

3. Areas and operations affected by the construction activity, including possiblesafety problems.

4. NAVAIDS that could be affected, especially critical area boundaries, andtemporary marking of underground FAA utilities.

5. Procedures and equipment, such as barricades (identify type), to delineateclosed construction areas from the Airport operational areas, as necessary.

6. Limitations on construction

7. Required compliance of Contractors or personnel with all Airport safety andsecurity measures.

8. Location of stockpiled construction materials, construction site parking, andaccess and haul roads.

9. Radio communications.

1 0. Vehicle information.

1 1 . Trenches and excavations and cover requirements.

12. Procedures for notifying ARFF personnel if water lines or fire hydrants mustbe deactivated or if emergency access routes must be rerouted or blocked.

13. Emergency notification procedures for medical and police response.

14. Use of temporary visual aids.

1 5. Wildlife management.

16. Foreign object debris (FOD) control provisions.

17 .Hazardous materials (HAZMAT) management.

18. Notice to Airmen (NOTAM) issuance.

1 9. lnspection requirements.

20. Procedures for locating and protecting existing underground utilities, cables,wires, pipelines and other underground facilities in excavation areas.

21. Procedures for contacting responsible representatives / points of contact forall involved parties. This should include off-duty contact information so animmediate response may be coordinated to correct any construction-relatedactivity that could adversely affect the operational safety of the Airport. Particularcare should be taken to ensure that appropriate Ainruays Facilities personnel are

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO.1AUGUST 29, 2016

fvl-1 03-5 AIRPORT SAFETY AND SECURITY

Page 24: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

identified in the event that an unanticipated utility outage or cable cut occurs thatimpacts FAA NAVAIDS.

22. Vehicle operator training.

23. Penalty provisions for noncompliance with Airport rules and regulations andthe safety plan (e.9., if a vehicle is involved in a surface incident).

24.Any special conditions that affect the operation of the Airpod and will requirea portion of the safety plan to be activated (e.9., low-visibilityoperations, snowremoval).

G. The Contractor must provide a responsible full time safety representativewhose duty it is to monitor Contractor activities for compliance with all federal,state and local laws. This person must be on-site at alltimes when anyconstruction activity or setup is taking place.

H. Under the requirements of Advisory Circular 150-5370-2F, a ConstructionSafety Phasing Plan (CSPP) has been developed for this Project andsubmitted to the FAA and CDA for review and approval.

It is the responsibility of the contractor to carefully review the CSPPand submit a Safety Plan Compliance Document (SPCD) to the City ofChicago via the Resident Engineer for review and approval. The SPCDmust be submitted and approved prior to any construction activitiesassociated with the project beginning in the vicinity of the AOA.

The contractor shall identify any deviations, revisions or modificationsto the CSPP. Any changes must clearly identify the following:

L The reason why the deviation, revision or modification isrequired.

ll. Provide detailed and sufficient narrative and/or graphicaldescriptions of the proposed changes so a complete review of theproposal can be made.

lll. Detail interaction between new or revised construction activitiesand aircrafUa irport operations.

lV. Monetary values are not to be included in the description ofproposed changes.

Any construction details that may not have been addressed at the timeof the submission of the CSPP, must be addressed in the SPCD. TheSPCD does not restate provisions already stated in the CSPP. lf thereare no deviations, revisions or modifications to be made to the CSPP,the contractor must clearly state: "No deviations, revisions ormodifications to the GSPP are proposed".

Pursuant to AC 150-5370-2F section 104.c.1'.

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PR0JECT N0. H4017.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

tvt103-6 AIRPORT SAFETY AND SECURIW

Page 25: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

"Submit a Safety Plan Compliance Document (SPCD) to the airportoperator describing how it will comply with the requirements of theCSPP and supplying any details that could not be determined beforecontract award. The SPCD must include a certification statement bythe contractor that indicates it understands the operational safetyrequirements of the CSPP and it asserts it will not deviate from the

' approved CSPP and SPCD unless written approval is granted by theairport operator. Any construction practice proposed by the contractorthat does not conform to the CSPP and SPCD may impact the airport'soperational safety and will require a revision to the CSPP and SPCDand re-coordination with the airpoft operator and the FAA advance".

Pursuant to AC 150-5370-2F section 204.b:

"The Safety Plan Gompliance Document (SPCD) should include ageneral statement by the construction contractor that he/she has readand will abide by the CSPP. ln addition, the SPCD must include allsupplemental information that could not be included in the CSPP priorto the contract award. The contractor statement should include thename of the contractor, the title of the project CSPP, the approval dateof the CSPP, and a reference to any supplemental information (that is,"1, Name of Contractor, have read the Title of Project CSPP, approvedon Date, and will abide by it as written and with the following additionsas noted.") The supplemental information in the SPCD should be

,written to match the format of the CSPP indicating each subject bycorresponding CSPP subject number and the title. lf no supplementalinformation is necessary for any specific subject, the statement, "Nosupplemental information", should be written after the correspondingsubject title. The SPCD should not duplicate information in the CSPP."

The SPCD must also identify the contractor's on-site employee(s)whowill be responsible for compliance with the CSPP and SPCD during allconstruction activities. At least one employee must be on-sitewhenever construction activities are occurring.

3.02 VEHICLE AND PEDESTRIAN CONTROL

A. Vehicle and access routes for Airport construction will be controlled asnecessary to prevent inadvertent or unauthorized entry of persons, vehiclesor animals onto the Air Operations Area (AOA). No vehicle will enter theAOA except as authorized at predetermined locations. Failure to comply mayresult in fines.

3.03 CONTROL AND WARNING DEVICES

A. The Contractor must furnish and maintain warning markers as detailed on thePlans at the locations designated by the Commissioner. The Contractor must

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPROJECT N0, H401 7.15-00ISSUED FOR BID, ADDENDUIV NO. 1

AUGUST 29, 2016

fvl-1 03-7 AIRPORT SAFETY AND SECURITY

Page 26: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

maintain warning markers and red warning flags around all equipment,stockpiles, or other areas as directed by the Commissioner.

B. The Contractor must provide the phone numbers of three (3) of its personnel,including the Project superintendent, who may be contacted in anemergency. Personnel must be on call24 hours per day for maintainingwarning markers. The Contractor will employ watchmen to maintain andservice all traffic control equipment.

3,04 VEHICLE MARKING AND IDENTIFICATION

A. All construction vehicles must be equipped with a rotating or flashing yellowlight (strobe, LED, or incandescent) mounted on the top of the vehicle andthe light must be visible and in operation anytime the vehicle is in the vicinityof the AOA.

3.05 VEHICLE TRAFFIC AND OPERATIONS

A. All construction vehicles/equipment must have automatic signaling devices tosound an alarm when moving in reverse. All equipment must be operatedwithin the approved speed limit(s).

3.06 VEHICLE PARKING

A. All vehicles must be parked and serviced in the designated staging andemployee parking areas. The Contractor is responsible for transportinghis/her employees from these areas to the jobsite.

3.07 RADIO COMMUNICATIONS

A. The control of vehicular activity in the vicinity of the AOA is of the highestimportance and requires coordination with the Airport users and the Air TrafficControl Tower (ATCT). The Contractor will have no direct contact with ATCTGround Control. All communications with ATCT will be coordinated throughCDA personnel. However, the Contractor must properly train his/herpersonnel, particularly flagpersons, on the proper procedures for monitoringradio frequencies.

3.08 AIRPORT SECURITY REQUIREMENTS

A. The Airport is operated in strict compliance with FederalAviation Regulation(FAR) Part 1 07 , 49 CFR Pafts 1520 (Protection of Sensitive Securitylnformation), 1540 (Civil Aviation Security), and 1542 (Airport Security), whichprohibits unauthorized persons or vehicles in the AOA. Equipment andpersonnelwill be restricted to the work area defined on the Plans. Anyviolations by Contractor's personnel will subject the Contractor to penaltiesimposed by the FAA and the CDA Airport Security Office.

CHICAGO DEPARTIVENT OF AVIATION IV,1-IO3-8 AIRPORT SAFETY AND SECURITY

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 2016

Page 27: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

B. The Contractor will contact the Security Manager, telephone (773) 894-3828ten (10) days prior to start of construction to submit the necessary Airportsecurity information for all vehicles and personnel required inside therestricted area during construction.

3.09 VIOLATION OF RESPONSIBILITIES

A. Any violation of Paragraphs 3.01 through 3.08 must be considered a violationof the Contract itself and will be sufficient cause for halting the work withoutextending the time limit of the Contract.

3.10 COORDINATION OF CONSTRUCTION ACTIVITIES

A. The Contractor must contact the Commissioner each day before work beginsto coordinate the status and nature of work to be done that day. TheContractor must also report to the Commissioner at the end of each day toschedule the work planned for the following day.

B. Violations of any coordination requirements will be considered a violation ofthe Contract itself and will be sufficient cause for halting the work withoutextending the time limit of the Contract.

3.11 SAFETY REQUIREMENTS

A. Throughout the duration of the job, any practice or situations that theCommissioner determines to be unsafe or a hindrance to regular Airportoperations will be immediately rectified by the Contractor at no expense tothe City.

B. Any violation of these safety requirements will be considered a violation of theContract itself and will be sufficient cause for halting the work withoutextending the time limit of the Contract.

C. The Contractor must acquaint supervisors and employees with the operationsthat are inherent to Chicago O'Hare lnternationalAirport and must conductconstruction activities to conform to all routine and emergency air trafficrequirements and guidelines for safety specified herein. The Contractor willbe responsible for providing all safety devices as required for the protection ofpersonnel.

D. Protection of all persons must be provided throughout the progress of thework. The work must proceed in such a manner as to provide safe conditionsfor all workers and personnel. The sequence of operations must be such thatmaximum protection is afforded to ensure that personnel and workers in thework area are not subject to any dangerous conditions. The Contractor mustprovide safety measures to guard against injury.

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECï N0. H401 7.15-00ISSUED FOR BID, ADDENDUM NO. .I

AUGUST 29, 201 6

[Ä103-9 AIRPORT SAFETY AND SECURIW

Page 28: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

E. During the performance of this Contract, the Airport facility must remain in

use to the maximum extent possible. Use of areas near the Contractor'swork will be controlled to minimize disturbance to the Airport's operation. TheContractor must not allow employees, Subcontractors, suppliers, or any otherunauthorized person to enter or remain in any Airpoft area which would behazardous to persons.

F. Allwork to be performed which is too close to an active runway, taxiway orapron under operational conditions must be performed when the runway,taxiway or apron is not in use. Such work must not be accomplished withoutprior permission from the Commissioner. Requested closings must bedirected to the Commissioner in writing at least 72 hours in advance. TheCommissioner will then notify the CDA of the upcoming closure.

G. The Contractor must be aware of the following types of safety problemsand/or hazards. These problems or hazards will not be permitted. Shouldany of these problems or hazards arise during construction, the Contractormust immediately rectify/correct the problem or hazard to the satisfaction ofthe Commissioner and CDA Personnel:

1. Trenches, holes, or excavations within the Runway Safety Area of any activerunway.

2. Mounds or piles of earth, construction materials, temporary structures, orother objects within the Runway Object Free Area of any active runway, or in arelated safety, approach, or departure area.

3. Vehicles or equipment (whether operating or idle) in any safety, approach, ordeparture area of any active runway.

4. Vehicles, equipment, excavations, stockpiles, or other materials which coulddegrade or othen¡vise interfere with electronic signals from radios or electronicnavigational aids (NAVAIDS).

5. Unmarked utility, NAVAID, weather service, runway lighting, or other power orsignal cables that could be damaged during construction.

6. Objects (whether or not marked or flagged) or activities anywhere on or in thevicinity of the Airport which could be distracting, confusing, or alarming to pilotsduring aircraft operations.

7. Unflagged/unlighted low visibility items (such as tall cranes, drills, and thelike) in any safety, approach, or depafture area of any active runway.

8. Misleading or malfunctioning obstruction lights or unlighted/unmarkedobstructions in an approach to any open runway.

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H401 7.'1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 2016

M-1 03-1 0 AIRPORT SAFETY AND SECURITY

Page 29: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

9. lnadequate approach/departure sufaces needed to assure adequatelanding/takeoff clearance over obstructions or work or storage areas.

10. Water, dirt, debris, or other transient accumulation which derogates visibilityof runway/taxiway marking or lighting.

1 1 . Trash ot' other materials with foreign object damage (FOD) potential, withinthe limits defined in ltem 3.

l2.Failure to maintain radio communication between construction/maintenancevehicles and the ATCT, as coordinated with Chicago Department of AviationOperations personnel.

13. Construction/maintenance activities or materials which could hamper theresponse of Aircraft Rescue and Firefighting (ARFF) equipment from reaching allaircraft or any part of the runwayitaxiway system, runway approach anddeparture areas, and aircraft parking locations.

14.Bud attractants on Airport, such as edibles (food scraps, etc.), miscellaneoustrash, or ponded water.

15. Parking or staging of material or equipment on closed pavements. However,in the event of larger pieces of construction equipment that cannot be readilymoved, these may be permitted to be parked on closed pavements providedprior approval is received from CDA Operations and the equipment are properlybarricaded and lighted.

H. The Contractor must conduct activities so as not to violate any safetystandards contained herein. The Contractor must inspect all constructionand storage areas as often as necessary and promptly take all steps neededto prevenUremedy any unsafe or potentially unsafe conditions/activitiesdiscovered.

Before actual commencement of construction activity, the Contractor mustnotify in writing, at least seven (7) days in advance, the CDA and theCommissioner of his intentions to begin construction, stating the proposedtime, date, and area in which commencement is to occur in order for theappropriate NOTAM to be issued.

J. Upon completion of work and return of all related areas to standardconditions, the Contractor must again notify the CDA and the Commissionerin writing, and describe the area that is complete and available for normalAirport operations.

K. Debris, waste and loose material or any other FOD (including dust and dirt)capable of causing damage to aircraft landing gear, propellers or being

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECT N0. H4017.15-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

M-1 03-1 I AIRPORT SAFETY AND SECURITY

Page 30: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

ingested in jet engines must not be allowed in the vicinity of active aircraftmovement areas or adjacent infield areas. Materials observed to be withinthese areas must be removed immediately and/or continuously by theContractor. The Contractor must have an adequate number of sweepingmachines and operators on site, ready at all times during constructionactivity. Exposed earlh in excavation areas adjacent to active runways mustbe covered to prevent dust from jet blast. Cover material must be weightedto prevent movement from jet blast.

L. Trenches, Excavations, and Stockpiled Material. Open trenches orexcavations exceeding 3" in depth and 3" in width will not be permitted withinthe limits defined in Paragraphs 3.11.F.1 and 3.11.F.2. Stockpiled materialwill not be permitted within the limits defined in Paragraph 3.11.F.2. Coveringfor open trenches or excavations must be of sufficient strength to support theweight of the heaviest aircraft operating on the runway or taxiway.

M. Construction in Proximity to Active Runways

1. Runway Ends. No work will be permitted and no equipment or materials maybe stored within the Runway Safety Area of an active runway. The RSA extends1,000 feet beyond the end of each runway, except for Runway 22L where it hasbeen modified to end at the limit of the EMAS Bed. The RSA must be clearlymarked within the limits of work, using orange fabric as described in Paragraph2.05. Safety fence to identify the RSA cannot exceed 18 inches in height.

N. Equipment Height Restrictions

1. Maximum equipment height restrictions are shown on the Construction HeightLimitation Plan and must not be exceeded unless prior approval is obtained fromthe Commissioner. Atop all equipment booms must be mounted the white andorange checkered flag described in Paragraph 3.04. The top ten feet (10') ofthese booms must be painted fluorescent orange and they must be equippedwith a red obstruction light. Any crane erections must be coordinated with CDAOperations and the Commissionerduring every shift.

O. Miscellaneous

1. Open flame, welding or torch cutting operations are prohibited unlessadequate fire and safety precautions have been taken and the procedure hasbeen approved by the Commissioner. Under no circumstances will flare pots beused.

2. All materials and equipment when not in use must be placed in approvedareas where they will not constitute a hazard to aircraft operations and notpenetrate clearance height restrictions as shown on the Plans. All equipmentmust be parked in the appropriate area(s)when not in use.

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H4017.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

M-1 03-1 2 AIRPORT SAFETY AND SECURITY

Page 31: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

3. The Contractor must provide the Commissioner with a current list of allemployees working on the Airport. The list must be maintained current by theContractor and Subcontractors.

4. Except for emergencies, all contact with Airport personnel must be madethrough the Commissioner. For emergencies involving safety (injuries, fires,security breaches, etc.), the Contractor will make direct contact with the CDAfollowed by notification to the Commissioner as soon as possible.

312 HAZARD MARKINGS

A. Hazard-marking barricades, traffic cones, red flashers, etc. should be used toidentify and define the limits of construction making them visible to aircraft,personnel, or vehicles; to identify hazards such as open manholes, smallareas under repair, stockpiled material, waste areas, etc.; and to identifyFAA, Airport, and National Weather Service facilities, cables, power lines,instrument landing system (lLS) critical areas, and other sensitive areas toprevent damage, interference, and facility shutdown. The Contractor musthave a designated person on call 24 hours a day for emergency maintenanceof Airport hazard lighting and barricades.

3.13 CONSTRUCTION AREA MARKING AND LIGHTING

A. All construction areas should be clearly and visibly separated from active airoperation areas. Barricades must be provided and erected by the Contractoras shown on the Plans or as directed by the Commissioner (flags are not tobe installed on barricades). Hazard areas, facilities, cables, and power linesshould also be clearly identified by the Contractor. The Contractor isresponsible for maintaining the condition and visibility of all markersidentifying above-mentioned areas and that marking and lighting aids remainin place. All barricades, temporary markers, and other objects placed and lefton or in the vicinity of the object free area of an open runway cannot exceed18 inches in height and must be of low mass; weighted down or sturdilyattached to the surface to prevent displacement from propwash, jet blast,wing vortex, or other surface wind currents; and if affixed to the surface,frangible at ground level. Barricades, temporary markers, and other objectsare not permitted to remain within the safety area of an open runway.

3.14 CONSTRUCTION NEAR NAVIGATIONAL AIDS

A. Construction materials and equipment must not be placed or parked wherethey may interfere with the line-of-sight of the ATCT and navigational aids inoperation. The Commissioner will determine if any materials or equipmentwill cause any type of interference.

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPR0JECT N0. H4017.1 5-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

M-1 03-1 3 AIRPORT SAFETY AND SECURITY

Page 32: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

3.15 CONSTRUCTION SITE ACCESS AND HAUL ROADS

A. The Contractor will not be permitted to use any access or haul roads otherthan those designated on the Contractor's approved construction phasingplan. The Contractorwill submit specific proposed ingress and egress routesassociated with specific construction activities to the Commissioner forevaluation and approval prior to commencing construction activities. AircraftRescue and Firefighting (ARFF) right-of-way on access roads, haul roads,taxiways, and runways will not be impeded at any time.

3.16 CONSTRUCTION MATERIALS STOCKPILING AND EQUIPMENTSTORAGE

A. Stockpiling of construction materials and equipment storage is not permittedwithin 400 feet of the runway centerline, or the Runway Object Free Area.See Plans for the applicable Runway Object Free Areas (ROFAS) within theProject work area.

B. Stockpiled materials must not be stored near NAVAIDs, visual or approachaids, nor will they obstruct the ATCT's line of sight to any runway or taxiway.The Contractor must ensure that stockpiled construction materials andequipment do not cause degraded or hazardous conditions to Airpoft safety.This includes determining and verifying that stockpiled materials andequipment are stored or parked at an approved location, that they areproperly stowed to prevent foreign object debris (FOD), attraction by wildlife,or obstruction of air operations either by their proximity to NAVAIDS or toaircraft movement areas.

3.17 FORETGN OBJECT DEBRIS (FOD) MANAGEMENT

A. Waste and loose materials capable of causing damage to aircraft landinggears or propellers, or capable of being ingested in jet engines must not beleft or placed on or near active aircraft movement areas. Materials trackedonto these areas must be continuously removed during the constructionProject. Waste or loose materials which would attract wildlife must becarefully controlled and removed on a continuous basis.

3.18 RUNWAYS AND TAXIWAYS

A. Nothing must be placed upon runways, taxiways, taxilanes, or aprons withoutwritten authorization from the Commissioner.

3.19 INSTALLATION OF TEMPORARY CRITICAL AREA FENCE

A. lnstallation of the safety area fence must conform to the following

1. The fence must be placed 1 ft. outside the critical area being delineated.

CHICAGO DEPARTMENT OF AVIATION M-103-14 AIRPORT SAFETYAND SECURITY

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H4017.15-00

ISSUED FOR BID, ADDENDUIV NO. ,1

AUGUST 29,2016

Page 33: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

2. The fence must be installed on the existing grade along the edge the safetyarea (RSA) as determined by field survey. Fence delineating the RSA must notexceed 18 inches in height.

3. Safety fence installed within any Runway Object Free Area must not exceed18 inches in height. Fence delineating the outer limits of the OFAs can be 36inches in height.

4. Safety fence is NOT permitted within any Runway Safety Area unless priorapproval by CDA Operations is obtained.

5. Posts/stakes must be set plumb, and in good line on the side on which thefabric is to be fastened. Posts/stakes must be set full depth and must not be cutoff to eliminate rock or other excavation. Where rock is encountered, it must beremoved. The posts/stakes adjacent to ends, corners, or anchors must bebraced. Posts/stakes should be driven 18 inches into the ground and be spacedat 4 feet maximum.

6. The top edge of the fabric must be affixed to within 1 inch of the top of eachpost/stake leaving a nominal 6 inch clearance between the ground surface andthe bottom edge of the fabric.

7. A minimum of four evenly spaced staples per post must be used to affix thefabric. Where joints are necessary, each end of the fabric must be securelyfastened to a post and those posts be placed adjacent to each other or wrappedaround each other similar to a silt fence.

3.20 INSTALLATION OF TEMPORARY UNDERGROUND UTILITY MARKING

A. For FAA underground utilities including ducts, cables, and structures, theContractor must provide, install, and maintain 2" PVC posts with light bluecolored labels identifying FAA along the center and over the utility, at 25 feetintervals for the entire work zone except inside the Runway Safety Area(RSA), where marking paint on the ground only must be used to mark utilities.ln areas where the FAA utility will be exposed, the Contractor must provide,install, and maintain two lines of similarly marked 2' PVC posts at 5 feetoffsets each side of the FAA utility centerline at 25 feet intervals. Postmarkers must also be installed at all points where the FAA line changesdirection.

B. For all other underground utilities (electrical and ComEd ductbanks andcables, telephone and communication lines, gas mains, watermains, sewerpipes, fuel lines, etc.), the Contractor must provide, install and maintain 2"PVC posts with APWA colored labels identifying the specific utility type alongthe center and over the utility, at 25 feet intervals for the entire work zone

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPR0JECT NO. H401 7.15-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 2016

M-1 03-1 5 AIRPORT SAFETY AND SECURITY

Page 34: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

except inside the RSA, where marking paint on the ground only must be usedto mark utilities.

C. Labels for 2" PVC pipe must be self-adhesive vinyl labels, with high visibilityAPWA color coded per the detail provided by the Commissioner, a minimum12 inches long by 7.5 to 7.75 inches wide, with 1.75 inches lettering with thewords "GAS, POWER, FAA, PHONE, WATER, CED, FIBER, ORSTORM/SAN" as required.

D. Provide labels from the following manufacturers (or equal)

1. Mainstreet Lettering - 5659 Box Elder Road, Marshall, Wl 53559, 608-655-4757.

2. Uline - Custom Dept. 2105 South Lakeside Drive, Waukegan, lL 60085, 800-295-5510 Ext. 5099.

E. The PVC posts must be a minimum of 5 feet in overall length. The exposedpost height must be at least 4 feet and embedment to a depth necessary tokeep the post vertical and stable. Maintenance of posts and/or replacementof any damaged posts will be at the Contractor's cost.

3.21 PROTECTION AND SUPPORTS FOR UNDERGROUND UTILITIES

A. The Contractor must provide adequate provisions to protect all undergroundutilities and structures exposed during the proposed work or being crossed byaccess roads, new sewer lines, new electrical ducts, new drainage lines andhaul roads.

B. The Contractor must submit a plan and design indicating the size, type andconfiguration of the materials to be used in supporting the undergroundutilities and structures that will be exposed. Drawings showing how the utilitylines/structures will be protected must be provided in advance by theContractor for approval by the Utility Owner before installation. TheContractor must provide the identity of the registered Professional Engineerapproving the design prior to the work. At least one copy of thestamped/approved design must be maintained at the jobsite while the supportis being constructed. The Contractor is responsible for all associated costs toacquire approved design, materials and the construction of the utilitysupports.

C. The Contractor will be responsible for notifying the Utility Owner at the Projectpre-construction meeting should utility relocation become necessary (for FAAcable relocation, notify the FAA Technical Operations).

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H40'17.15-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 2016

Ml 03-1 6 AIRPORT SAFETY AND SECURITY

Page 35: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

D. All excavating within 5 feet on either side of existing underground utilities andinfrastructures is to be performed by hand. The Contractor will beresponsible for locating and hand digging to locate the utility lines andstructures.

3.22 O'HARE AIRPORT TRANSIT SYSTEM REQUIREMENTS

A. Whenever the Contractor is working within 50 feet of the O'Hare ATS tracks,a flagger must be provided to observe the tracks at all times and warn workcrews of the approach of an ATS vehicle. The Contractor will be required tocoordinate with the ATS operator's (AOR Transit JV/OATS lnc.) safetyrepresentatives and will be required to attend an AOR Transit JV/ OATS lnc.administered safety course. The Contractor's attention is drawn to the safetyand flagging requirements provided below. The following must be listed bythe Contractor's Certificate of Liability lnsurance as additional insured:

. City of Chicago

. Ch¡cago Department of Aviation (CDA)

. AOR Transit JV/OATS lnc.

The following must be listed as the Certificate Holder:

O'Hare Airport Transit SystemJohn F. SiscoNorth Cargo Road, Bldg. #522AMF O'Hare, P.O. Box 66511Chicago, lL 60666-0511

B. Protection of Persons and Property in Areas of the O'Hare Airport TransitSystem (ATS).

The following Rules govern Work and other activities performed withinor near the ATS Right of Way "ROW Envelope," as defined herein.These rules are intended to protect the lives and safety of persons andto prevent property damage. The rules are applicable at all times. lt isthe obligation of any person working or peforming activities, ordirecting the activities of others, within or near the ATS to ensurecompliance with these rules. These rules represent the minimumrequirements. Additional care should be exercised if circumstanceswarrant.

General lnformation:

a. The ATS is a transit system used primarily for transportingairline passengers, airline employees, and other Airportpersonnel to various points within the Airport. The ATS seryesthe three domestic terminals in the Terminal Core Area, the

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATIONPR0JECT N0. H401 7.15-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

1

2

Ml03l7 AIRPORT SAFETY AND SECURITY

Page 36: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

b

lnternational Terminal, and the Long Term Parking Areas.Passenger stations are located at each of the domesticterminals (1, 2, and 3), the lnternational Terminal, and Lot "E" inthe Long Term Parking Areas. New stations may beconstructed in the future. lf such stations are constructed, theywill also be covered by these rules as of the commencementdate of their construction.

The ATS guideway (track area) is primarily elevated, but it is at-grade in some areas of the Airport. The plans, which will beprovided by the Commissioner, illustrate the location of theguideway structure. The plans also indicate the location of thetraction power, facility power, and other facilities, which seruethe ATS.

ATS vehicles are designed to operate without personnel(motorman or conductors) on-board. Vehicles are controlledfrom the ATS Maintenance Building. The number of vehiclesoperating at the same time on the ATS may vary according tothe time of day. Vehicles may operate individually (single car) orjointly (as many as three cars). Vehicles may travel up to 50miles an hour at various points along the route, and maychange direction without notice or warning. Vehicles may stopat any time without notice or warning.

The schedule for ATS service may vary according to the time ofday, with peak service expected between 1400 hours and 2000hours. Vehicles may operate seven (7) days a week, twenty-four (24) hours a day, with 750-volt direct current electricalpower ("v.d.c.") to the guideway on at alltimes. lntervalsbetween vehicles may be as short as 90 seconds, or as long asfive to seven minutes.

The ATS is powered by 750 v.d.c. electricity through itsguideway. Any direct or indirect contact (touching or placementof conducting materials in contact with or near these rails) canresult in death or severe injury.

Work and other activities are prohibited within certain horizontaland vertical areas adjacent to the ATS, collectively called the"Right-ofWay Envelope" ("ROW Envelope"). The clearancesrequired to preserve the integrity of the ROW Envelope will bemaintained at all times. The horizontal component of the ROWEnvelope is depicted on plans, which will be provided by theCommissioner. The actual width of the horizontal ROWEnvelope may vary at different locations. Regardless of theactualwidth, however, Work and other activities are prohibitedwithin 2 horizontal feet from the vertical end of the tie (track

c.

e

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 2016

d

f

Ml03-18 AIRPORT SAFETY AND SECURITY

Page 37: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

3. Rules:

a.

c.

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPROJECT N0. H401 7.1 5-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 2016

b

support) face. Work and other activities are prohibited withinfive (5) feet from the edge of the slab along the at-gradeportions of the ATS. The vertical component of the ROWrequires a minimum vertical clearance over the guideway ofthirteen (13)feet, six (6) inches. Underneath the elevatedstructure, Work and other activities are prohibited within two (2)feet of the bottom flange of the steel girder. The minimumvertical clearance underneath the elevated structure when itcrosses paved surfaces (roadways) is fourteen (1a) feet, six (6)inches, and may be lower in some specific paved areas (notdesignated roadways), and at unpaved locations.

All persons who perform Work or other activities near or withinthe ROW Envelope must exercise the highest standard of careso as not to cause injury to themselves, passengers,contractors or their employees, or others; interference with theoperations of or propefty damage to the ATS; or other propertydamage.

Persons performing Work or other activities near the ROWEnvelope must exercise the highest standard of care so as toavoid entry on or within the ROW Envelope. Such entry has thepotential to cause injury or death to themselves, passengers,contractors and their employees, or others; interference with theoperations of or property damage to the ATS; or other propertydamage.

Entry on or within the ROW Envelope is prohibited, unlessspecifically permitted in writing and, then, only in the mannerand at the times and locations permitted in writing by theCommissioner. Work and other activities within the ROWEnvelope will not proceed without the express writtenauthorization of the City. ln no event will the City be liable orresponsible for any damages for delays or other claims arisingin connection with the obtaining of such authorization.

No less than thirty (30) days prior to the start of any Work orother activities near (within 10 feet) or within the ROWEnvelope, a written operations plan must be prepared in writingand provided to the Construction Manager for its review. TheConstruction Manager will meet with the involved parties withinten (10) business days of receipt of the plan to discuss anychanges, which may be required. At a minimum, the plan willinclude the following:

d

M-103-19 AIRPORT SAFETY AND SECURITY

Page 38: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

e.

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PR0JECT N0. H4017.1 5-00

ISSUED FOR BID, ADDENDUM NO, 1

AUGUST 23, 2016

f

g

h

(1) The Work or other activities to be performed; theequipment to be used; and the number of personnel orothers involved.

(2) The schedule and proposed hours for Work or otheractivities to be within or near the ROW Envelope.

(3) Any sequential staging of the Work or other activitiesnear or within the ROW Envelope.

(4) Drawings depicting haul roads, storage sites, barricades,or temporary structures to be located near or within theROW Envelope.

(5) A description of measures to be taken to preserve theintegrity of the ROW Envelope, and prevent interferencewith ATS operations or violations of these rules.

(6) Any other matters which may affect the ATS.

(7) The Construction Manager will be notified again, in

writing, no more than72 hours in advance of the start ofWork or other activities to be performed near or withinthe ROW Envelope.

All Work or other activities within or near the ROW Envelopemust be conducted, on dates designated by the ConstructionManager, between the hours of 0000 (12.00 A.M.) and 0500(5:00 A.M.). No other times will be available except with theexpress written permission of the City. No Work or otheractivities, which would inhibit normalATS service, will bepermitted within the ROW Envelope during peak service hours.

Prior to the start of any Work or other activities within or nearthe ROW Envelope, any persons who may be on-site, includingthe Contractor, field personnel and supervisors, must attendsafety classes held by the City. The persons requiring suchclasses will be responsible for the cost. A cost estimate will beprovided upon written request.

The persons responsible for the Work or other activities to bepedormed near or within the ROW Envelope must pay anycosts, which the City may incur in connection with such Workand other activities, including without limitation costs associatedwith providing flagmen, or construction inspectors. A costestimate will be provided upon written request.

Power to the guideway may be disconnected, by the City, forshort periods of time, when deemed permissible by the City, in

its sole discretion, to allow Work or other activities to beperformed near or within the ROW Envelope. Power will not to

M-1 03-20 AIRPORT SAFETY AND SECURITY

Page 39: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

k

be disconnected during peak service hours. Arrangements fordisconnection of power must be made with the Commissioner.City personnel assigned to this task will be identified. Only Citypersonnel assigned to this task are authorized to disconnectpower. No Work or other activities will proceed until such timeas the identified City personnel indicate that the power hasbeên disconnected.

Work and other activities near or within the ROW Envelopemust not cause damage, settlement, or displacement of anystructures, equipment, track, or any other portion of the ATS. lnthe event of any damage, settlement or displacement of theequipment, structures, track, or any other portion of the ATS, allWork and other activities must be immediately suspended andthe Construction Manager and Commissioner promptly notified.The City may decide, in its sole discretion, what measures areneeded to repair any damage to the ATS, and may order suchrepairs to be done by City personnel, by others hired by theCity, or by the person responsible for damage. Regardless ofwho performs the repairs, the person responsible for the Workor other activities, which caused the damage, must bear thecost of repair and service disruption.

lf the Commissioner deems, his or her absolute sole discretion,the Work or other activities being performed near or within theROW Envelope to be hazardous to the operations or safety ofthe ATS or its passengers, he or she may immediately order thesuspension of such Work or other activities, and may revokeany and all authorizations to be near or within the ROWEnvelope. Such order and revocation may be verbal in anemergency, with written notice to follow as soon as practicable.Such Work and other activities will immediately cease and willnot be recommenced until a new authorization is received fromthe City. ln no event will the City be liable or responsible for anydamages for delay or other claims in connection with suchrevocation.

The City reserves the right to perform Work within the ROWEnvelope, at any time, and without prior notice. Work and otheractivities of the Contractor to be conducted near or within theROW Envelope, which may, in the City's sole opinion, interferewith the City's Work, will be suspended, upon written notice bythe Commissioner or Construction Manager, until such time asthe City indicates. ln no event will the City be liable orresponsible for any damages for delay or other claims arising inconnection with such suspension.

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPROJECT N0. H4017.'1 5-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

Ml 03-21 AIRPORT SAFETY AND SECURITY

Page 40: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

The City reseryes the right to issue new rules as may be needed, in the City'ssole opinion, from time to time, in connection with Work or other activitiesbeing conducted near the ATS, or near or within the ROW Envelope, andsuch rules will be effective as of the date of issuance.

PART 4 METHOD OF MEASUREMENT

4.01 MEASUREMENT

A. All Airport safety and security as described herein will not be measured forseparate payment. The cost of meeting these requirements of thisSpecification will be included in the Contract as a whole and no additionalcompensation will be allowed.

PART 5 BASIS OF PAYMENT

5.01 PAYMENT

A. Airport safety and security will not be paid for separately, but will beconsidered included in all other items of work included in theseSpecifications. Airport safety and security will include furnishing all materialsand equipment, including but not limited to sweepers, warning markers,safety area markings, underground utility markings, protection and supportsfor underground utilities, traffic control devices and necessary equipment, andother materials and equipment listed herein, and the maintenance thereofand all other labor, materials, equipment, tools, and all work necessary toaccomplish this item. No additional payment will be made for these items.

END OF ITEM M.103

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H40'r7.'1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

M-103-22 AIRPORT SAFETY AND SECURITY

Page 41: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

CHAIN LINK FENCESSECTION F-I62

PART 1 GENERAL

1.01 SECTION INCLUDES

Furnish and install all Fence(s) and Gate(s)work as shown on theDrawings and as specified herein, including but not limited to thefollowing:

Furnishing and installing new vertical posts and horizontal rails

Furnishing and installing new chain link fabric and gates.

Foundations for vertical posts.

Furnishing and installing chain link fence fabric undergroundalong the fence and/or constructing concrete pads at fencegates to serve as wildlife deterrent barrier.

Furnishing and installing all related accessories for a completefence installation.

1.02

1.03

B. Furnish and install all Steel Plate Beam Guardrail as shown on theDrawings and as specified herein.

RELATED WORK:

A. As specified in the following divisions:

1. Division 2 - Site Work (Site Concrete, Excavation, etc.)

REFERENCES:

ASTM A 123 - Standard Specification for Zinc (Hot-Dip Galvanized)Coatings on lron and Steel Products.

ASTM A 153 - Standard Specification for Zinc Coating (Hot-Dip) onlron and Steel Hardware.

ASTM A 392 - Standard Specification for Zinc-Coated Steel Chain-LinkFence Fabric.

ASTM F 567 - Standard Practice for lnstallation of Chain-Link Fence.

ASTM F 626 - Standard Specification for Fence Fittings.

ASTM F 900 - Standard Specification for lndustrial and Commercial

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECT NO. H40'17.15-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

A

1

2

3

4

5

A.

B.

C

D

E

F

t-162-1 CHAIN-LINK FENCES

Page 42: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

Swing Gates.

ASTM F 1043 - Standard Specification for Strength and ProtectiveCoatings on Metal lndustrial Chain Link Fence Framework.

ASTM F 1083 - Standard Specification for Pipe, Steel, Hot-DippedZinc-Coated (Galvanized) Welded, for Fence Structures.

l. FAA Advisory Circular 107-1, Aviation Security

J Selection Guide - "A Guide for the Selection of Line Post Spacing ForChain Link Fence' (WLG 2445) by the Chain Link FenceMan ufactu rers I nstitute.

Product Manual - "Product Manual" by the Chain Link FenceMan ufacturers I nstitute

SSRBC - Standard Specifications for Road and Bridge Construction,lllinois Department of Transportation Section 640 and Art 1006.27.

1.04 DESIGN REQUIREMENTS

Post selection and spacing must conform to the Chain LinkManufacturer's Selection Guide.

Steel Plate Beam Guardrail must conform to the requirements of theIDOT SSRBC and IDOT Standard 630001-10.

1.05 SUBMITTALS

CHICAGO DEPARTIV1ENT OF AVIATION

SPINE ROAD COI\¡ED DUCTBANK INSTALLATION

PR0JECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

G

H

K

L.

A.

B.

A Submit the following:

1. Shop Drawings: Provide complete layout of all fences includingphysical relationship to all buildings, structures or other objectswithin close proximity of the fences and details showing howfence is connected to any existing objects. lnclude indicationsof where and how the fence is braced.

2. Samples and/or Product Data

a. Product Data: Provide product data on all manufacturedproducts including showing how each product conformsto the requirements of this Section.

3. Tests Reports

a. Submit test reports necessary to show compliance withthe Contract Documents.

4. Calculations

F-162-2 CHAIN-LINK FENCES

Page 43: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

Submit a copy of the table from the Chain Link FenceManufacturer's Selection Guide and circle or othen¡viseindicate the selection criteria used in the design of thefence.Man ufactu re r's Ce rtification-su bm it ce rtificatio n th atproduct(s) meet(s) or exceed(s) the specifiedrequirements.

1.06 QUALITY CONTROL:

Contractor Qualifications: lnstallation of fences and gates must beperformed only by a qualified f nstaller. The term qualified meansexperienced in performing the Work required by this Section onprojects of comparable scope, size, and complexity. The Contractormust be able to demonstrate to the satisfaction of the Commissionerand the City that it and/or any Subcontractors performing such Workhave the qualifications, experience, and, if applicable, licenses andpermits to perform the Work in accordance with the terms andconditions of this Contract. The Contractor must submit evidence ofsuch qualifications, licenses and permits upon request by theCommissioner.

Perform Work in accordance with the latest edition, of the appropriatedivisions, of the following.

1. Manufacturer'sprinteddirections.

2. "Product Manual" by the Chain Link Fence Manufacturerslnstitute

3. Standard Specifications for Road and Bridge Construction,(SSRBC), lllinois Department of Transportation, latest edition

4. Design fences, post, footers and gates in conformance to theChain Link Fence Manufacturers Selection Guide.

5. Submit calculations, if required by the Commissioner.

Delivery, Storage and Handling - Materials must be delivered to theProject in sealed containers and/or bundles bearing manufacturer'sname and material identification. Materials must be stored in strictaccordance with the manufacturer's printed directions, copies of whichmust be furnished to the Commissioner.

Protect materials against damage from mechanical abuse, plaster,salts, acids, staining and other foreign matter by an approved meansduring transpoñation, storage and erection and until completion ofconstruction Work. All unsatisfactory materials must be removed fromthe premises, and all damaged materials replaced with new materials.

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECT N0. H4017.1 5-00ISSUED FOR BID, ADDENDUM NO, IAUGUST 29,2016

a.

b

A.

B

C

D

F-1 62-3 CHAIN-LINK FENCES

Page 44: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

Access and Storage Areas

1. All access routes and storage areas must be subject to theapproval of the Commissioner in order to reduce interferencewith Airport Operations.

1.07 WARRANTIES AND GUARANTEES

Chain Link Fences and Gates must be covered under the Contractor'sgeneral construction warranty.

E

A

B

C

A.

A

1.08

1.09

1.10

EXTRA MATERIALS AND SPARE PARTS

A. (Not Used)

ENVIRONMENTAL REQUIREMENTS:

A. (Not Used)

SPECIAL REQUIREMENTS:

A.

PART2 PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS

Products from any member of the Chain Link Fence Manufacturer'slnstitute will be acceptable.

2.02 MATERIALS

Post and Rails - All posts rails, fittings and fasteners must be newmaterial throughout conforming to the following:

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO. .I

AUGUST 29,2016

Field Measurements - Before proceeding with fabrication the fenceand gate work, the supplier/installer must verify all dimensions andtake such measurements as are required for proper fabrication anderection of the work.

Protection - Protect materials against damage from mechanical abuse,plaster, salts, acids, staining and other foreign matter by an approvedmeans during transportation, storage and erection and until completionof construction work. All unsatisfactory materials must be removedfrom the premises, and all damaged materials replaced with newmaterials.

Coordination - Coordinate Work of this Section with related Workspecified in the other divisionsisections of the Contract Documents

F-1624 CHAIN-LINK FENCES

Page 45: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

B Line posts, rails and braces must conform to the requirements ofASTM F1043 or ASTM F1083 as follows: Galvanized tubular steel pipemust conform to the requirements of Group 1A, (Schedule 40)coatings conforming to Type A, or Group lC (High Strength Pipe),External coating Type B, and internal coating Type B or D.

Line posts - Not less lhan2-112 inches Nominal O.D. Size

End and corner posts: Not less than 3 inches Nominal O.D. Size

Gate posts - Not less than 3 inches Nominal O.D. Size

Top Rails - Not less than 1-5l8 inches Nominal O.D. and providesleeve type couplings approximately every 20 feet. Rails are to passthrough intermediate post tops and form a continuous brace from endto end of each run of fence. Fasten rails to terminal posts by heavypressed steel con nections.

Braces - Same material as top rails are to be installed midwaybetween the top rail and ground and to extend from terminal or cornerpost to first adjacent line post. Securely fasten braces to posts byheavy pressed steel connections, then trussed from line post back toterminal post with minimum 3/8 inch diameter adjustable round tensionrod. Provide braces at all corner posts and end posts, including at allgates.

Bottom Tension Wire and Wire Ties: No. 7 gauge aluminum coatedspring coil or crimped wire. Minimum weight of aluminum coating 0.40ounces per square foot of wire surface. Stretch tension wire taut fromterminal post to terminal post and securely fastened to eachintermediate post 6 inches above the grade line. Wire fabric ties mustbe hog rings of galvanized steel wire not less than 9-guage. Allmaterials must conform to Fed. Spec. RR-F-191/4.

Chain-Link Fabric: Two-inch diamond mesh of 9 gauges (0.148 inchdiameter) wire or heavier with knuckled bottom selvage and twistedand barbed top selvage. Attach fabric to top rail and bottom tensionwire or cable by means of double wrapped zinc coated wire, spacedapproximately 2 feet on center. The weight of zinc coating on thefabric will be in accordance with ASTM 4392, Class2 which must notbe less than 2.0 oz|ft2 of uncoated wire surface, on wire of fabriccoated before weaving. On fabric coated after weaving, the weight ofzinc coating must not be less than 2.0 ozlft2 of uncoated wire surfaceas determined for the average of two or more specimens, and not lessthan 1 .8 ozlft2 of uncoated wire surface for any individual specimen.The fabric to be used for the underground wildlife deterrent barrier

C.

D.

E.

F.

G

H

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPROJECT N0. H401 7.15-00ISSUED FOR BID, ADDENDUM NO, 1

AUGUST 29,2016

Fl62-5 CHAIN-LINK FENCES

Page 46: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

J

K

must be 5'-0" wide,

Barbed Wire: Barbed wire must be 2 strand 12 -% gauge, zinc coatedsteel meeting the requirements of ASTM A121, Class 3. Barbs mustbe 4-point spaced, not more than 6 inches on center.

Razor Ribbon: Razor ribbon must be fabricated from stainless steeland must be furnished in coils 30 inches in diameter. Concertina clipsmust be placed around the circumference of the razor coil to preventundue distortion of the razor coil. Razor ribbon must be converted toconceftina by clipping alternate adjacent loops at 3 places about thecircumference, continuous along the entire roll's length. Stainlesssteel clips must be 0.375 inch by 0.065 inch and mechanically closedto withstand a minimum pull load of 200 pounds.

Pipe Caps: Provide cast or wrought galvanized steel pipe caps to closeand prevent water from entering all pipe used in the construction of thefence. Pipe Caps must be secured to the pipes mechanically. Pipecap may be one and the same as the barbed wire support. Submitproposed pipe cap as a part of required products submittals.

Privacy lnserts: None

Concrete Foundation and Pads: IDOT Class Sl concrete, Í'c = 3,500psi at 14 days minimum with 5%-8% entrained air in accordance withSSRBC Article 1020 and Section P-610. Depth and diameter must beas required by soil conditions. Minimum depth and diameter of footingand minimum post embedment must be as shown on the Drawings.Actual footing size, depth and post embedment must be based on thedesign loads.

Materials for Vegetation Free Zone: Base materials will be 6 inchesthick crushed stone or crushed recycled concrete CA-6 or bituminousgrinding as shown on the Drawings. Geotextile fabric will be inaccordance with Section P-629.

Where required, a commercially available weed control material mustbe applied at the manufacturer's recommended rate.

L.

M

N

o

2.03 HARDWARE

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PROJECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

P

A.

B.

Provide all hardware as necessary to provide for proper functioning ofall gates and items requiring hardware.

Line posts, rails and braces must conform to the requirements ofASTM F1043 or ASTM F1083 as follows:

F-1 62-6 CHAIN-LINK FENCES

Page 47: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

C.

D.

E.

F.

Galvanized tubular steel pipe must conform to the requirements ofGroup 1A, (Schedule 40) coatings conforming to Type A, or Group 1C(High Strength Pipe), external coating Type B, and internal coatingType B or D.

Line posts - Not less than2-112 inches Nominal O.D. Size

End and corner posts - Not less than 3 inches Nominal O.D. Size

Gate posts - Not less than 3 inches Nominal O.D. Size

Top Rails - Not less than 1-5l8 inches Nominal O.D. and providesleeve type couplings approximately every 20 feet. The couplingsused to join the top rail lengths must allow for expansion. Rails are topass through intermediate post tops and form a continuous brace fromend to end of each run of fence. Fasten rails to terminal posts byheavy pressed steel connections.

Marking: Each roll of fabric must carry a tag showing the kind of basemetal, kind of coating, the gauge of the wire, the length of fencing inthe roll, and the name of the manufacturer. Posts, wire, and otherfittings must be identified as to manufacturer, kind of base metal, andkind of coating.

Ll

PART 3 EXECUTION

3.01 INSPECTION

B.

3.02 INSTALLATION

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD CO[/ED DUCTBANK INSTALLATIONPR0JECT N0. H4017.1 5-00

ISSUED FOR BID, ADDENDUM NO. .I

AUGUST 29, 2016

A Before commencing installation, examine substrate surfaces todetermine that they are free of conditions which might be detrimentalto proper and timely completion of the work. Start of work mustindicate acceptance of the substrate.

All brush, stumps, and other debris which would interfere with theproper construction of the underground wildlife deterrent fence barriersin the required location must be removed. The material removed anddisposed of will not constitute a pay item and will be consideredincluded in the fence construction.

A. lnstallation must be in strict accordance with the fence and gatemanufacturer's printed installation instructions and ASTM F 567 and"Product Manual" by the Chain Link Fence Manufacturers lnstitute.After installation is completed, make final adjustments to insure properoperation of gates.

F-162-7 CHAIN-LINK FENCES

Page 48: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

B.

C

Line post spacing must conform to the Selection Guide, but must notexceed 10 feet.

Excavate for posts and set posts in concrete foundations with allexposed horizontal surfaces formed and troweled to a smooth, densefinish and provided with a Tz" cement wash with top of footing at postto be 2 inches above grade.

All posts must be accurately located, set plumb and true to line andelevation, and uniformly spaced in each run. All rails, braces, andaccessories must be installed in accordance with the approved shopDrawings and the concrete cured a minimum of 7 days before thefabric is stretched. Stretch chain link fabric taut and fasten as requiredby the manufacturer and by the structural design. Size and spacefasteners as required by the structural design, but no greater than 14inches apart. Allfasteners and related accessories must be new.

Stretch fabric between terminal posts or at intervals not exceeding 100feet, whichever is less.

Position bottom of fabric 2 inches above finished grade, unless notedothen¡vise.

Where no bottom rail is used, install bottom tension wire stretched tautbetween terminal posts.

Brace each gate and corner post to adjacent line post with horizontalcenter brace rail and diagonal truss rods. Provide a bottom rail in allbays containing center brace rails and truss rods.

l. Gates must include top, center and bottom rails and truss rods

J Provide top rail continuous through line post tops and splice betweenposts as indicated by structural design with at least 6 inch long railsleeves. The coupling used to join the top rails must allow forexpansion.

K Securely attach hinges so as to not twist or turn when gate is openedor closed.

Where razor ribbon is used, the single row of barbed wire must bestrung through the top slots of the galvanized barb arm and attachedto the posts. The razor ribbon must be securely attached to the chainlink fence using 18 gauge stainless steel ties spaced approximately 16inches on center along both the top of the chain link fence fabric andthe top row of barbed wire.

D

E.

F.

G

H

L

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H40'17.1 5-00

ISSUED FOR BID, ADDENDUM NO. .I

AUGUST 29,2016

F-'162-8 CHAIN.LINK FENCES

Page 49: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

lnstall wildlife deterrent fence barrier as shown and at locationsindicated on the Drawings. Excavate ground to the depth required forproper installation of wildlife deterrent fence barrier. ObtainCommissioner's approval of depth of excavation before placing thewire fabric. Place the fabric and lap splice to the above ground fencefabric and tie with wire ties at two (2) feet spacing. Cut wire fabricaround fence past footing to allow proper placement. Backfill withnative soil to final grade. Compact all backfill and fill to attain aminimum 85% of ASTM D 1557. Gate concrete pads must be installedat each gate or as shown on the Drawings. Weed control materialmust be applied over an area 5 feet wide, measured from the fencecenterline, and over the wildlife deterrent fence. Apply weed controlmaterial as recommended by the manufacturer's instructions and incompliance with state and local regulations.

Electrical grounds must be constructed where a power line passesover the fence and at 500 foot intervals. The ground must be installeddirectly below the point of crossing. The ground must beaccomplished with stainless steel solid rod 10 feet long and aminimum of T+inches in diameter driven vertically until the top is sixinches below the ground surface. A No. 6 green-insulated solidcopper conductor must be clamped to the rod and to the fence in sucha manner that each element of the fence is grounded. lnstallation ofthe ground rods must not constitute a pay item and must beconsidered included in fence construction.

The Contractor must comply with FAA-STD-)19, Lightning and SurgeProtection, Grounding, Bonding and Shielding Requirements forFacilities and Electronic Equipment, Paragraph. 4.2.3.8, LightingProtection for Fences and Gates, when fencing is adjacent to FAAfacilities.

lnstall vegetation free zone in locations indicated in the Drawings. Thebase course must be compacted to 95% of the modified proctor ASTMD 1557.

Where the Fencing Plan and details do not indicate a vegetation freezone at the sides, weed control must be applied. Weed controlmaterial must be applied over an area 3 feet wide, measured from thefence centerline and over the wildlife fence. Apply weed controlmaterial as recommended by the manufacturer's instruction and incompliance with state and local regulations.

3.03 ERECTION TOLERANCES

A. Maximum Variation From Plumb: l14inch

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPROJECT N0. H4017.15-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

M

N

o

P

o

Fl 62-9 CHAIN-LINK FENCES

Page 50: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

Maximum Offset From True Position: 1 inch

Components must not infringe adjacent property lines.

3.04 REPAIR AND TOUCH UP

A. After field installation has been completed, all abraded spots, weldmarks, scratches, areas showing rust, etc. must be cleaned, wirebrushed, and touched up with cold galvanizing paint.

Products of one of the following manufacturers will be acceptable forcold galvanizing:

1. "ZRC Cold Galvanized" - ZRC Chemical Products

2. "Crown Cold Galvanizing Compound" - AERVOE

3. "Clearco Cold Galvanizing" - CLEARCO

3.05 ADJUSTMENTS

Adjust all gates and other moving parts for smooth and balancemovement.

3.06 GENERAL CLEAN-UP

A. Clear entire site of all debris, scrap metals and debris resulting fromthe Work of this Section must be collected, removed from the site anddisposed of legally.

B. Allwork areas must be left in a broom clean condition

PART 4 METHOD OF MEASUREMENT

4.01 MEASUREMENT

Existing Fence Removal will be measured in linealfeet along thecenterline of each fence section to be removed.

Type C (6 feet high) fence will be measured in lineal feet along thecenterline of fence. Electrical grounding and weed control will not bemeasured separately, but will be considered included in the cost offence installation and no additional compensation will be allowed.

Borrow material for fill must be furnished by the Contractor. Backfillmaterial and compaction will not be measured separately but will beconsidered included in the work.

C. Steel Plate Beam Guardrailwill be measured in linealfeet along the

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATIONPROJECT NO. H40'1 7.15-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

B

C

B

A.

A

B

F-1 62-10 CHAIN-LINK FENCES

Page 51: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

centerline of guardrail

PART 5 BASIS OF PAYMENT

5.01 PAYMENT

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECT N0. H4017.1 5-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

Existing Fence Removalwill be paid at the Contract unit price perlineal foot of fence removed and accepted by the Commissioner.

Type C (6 feet high) Fence will be paid at the Contract unit price perlineal foot of fence installed and accepted by the Commissioner.Electrical grounding, weed control, and backfill material andcompaction will be considered included in the cost of fence installationand no additional compensation will be allowed.

Steel Plate Beam Guardrail, IDOT will be paid at the Contract unitprice per lineal foot of guardrail installed and accepted by theCommissioner.

All unit prices will be full compensation for all tools, labor (includingpreparation, excavation, backfilling), materials, equipment, and all worknecessary to complete this item as shown on the Plans and specifiedherein.

1. ltem F-162-01- Existing Fence Removal, per lineal foot

2. ltem F-162-02 - Type C Fence, 6', per lineal foot

3. ltem F-162-03 - Steel Plate Beam Guardrail, IDOT, per linealfoot

END OF SECTION F.162

A.

B.

C

D

F-162-11 CHAIN-LINK FENCES

Page 52: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

TRENCH BACKFILLINGSECTION P.I57

PART 1 DESCRIPTION

1.01 GENERAL

PART 2 MATERIALS

2.01 MATERIALS

A.

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECT N0. H401 7.15-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 2016

A This Section must consist of furnishing, transporting and placingstabilization stone, bedding material, fine aggregate for trench backfilland acceptable fill material for all trenches (pipes or duct banks) andstructure excavations. The work under this Section is subject to therequirements of the Contract Documents.

B

C

Fine aggregate for trench backfill must consist of natural sand orwashed crushed limestone having a FA-6 gradation conforming toSection 1003 of the Standard Specifications for Road and BridgeConstruction (S. S. R. B. C. ), I llinois Department of Transportation, latestedition.

Acceptable Fill must be as defined in Section P-152,1.03.8.1.

Bedding Material, except for cathodically protected pipes, must begravel, crushed gravel, crushed stone, or crushed recycled concretehaving a CA-1 1 gradation conforming to Section 1004 of the StandardSpecifications for Road and Bridge Construction (S.S.R.B.C.), lllinoisDepartment of Transportation, latest edition. Bedding Material forcathodically protected (coated and wrapped) pipes must be pea gravelhaving a CA-16 gradation.

Stabilization Stone must be crushed stone or crushed recycledconcrete having CA-1 gradation conforming to Section 1004 of theS.S. R. 8.C., latest edition.

CA-11 or CA-1 crushed recycled concrete must be obtained fromO'Hare stockpiles only.

Where required in the Drawings, geotextile filter fabric must complywith the requirements of Section P-629.

D

E

F

P-157-1 TRENCH BACKFILLING

Page 53: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

PART 3 CONSTRUCTION METHODS

3.01 METHODS

Alltrenches and excavations must be backfilled within a reasonabletime after the pipes are installed, unless other protection of the pipe isdirected. The backfill material must be as specified herein. Backfillmaterials and compaction procedures must be acceptable to theCommissioner. ln all backfilling, any compressible or destructiblerubbish and refuse must be removed from the excavated space beforebackfilling is started, except that sheeting and bracing must be left inplace or removed as the work progresses as specified or directed.

Trench excavated with sloped or benches wall must be backfilled forthe full width of the trench, as herein specified.

All backfill materials must be placed longitudinally along the trench.The backfill material must be brought up evenly on each side of thepipe or duct.

3.02 TRENCH STABILIZATION

lf the Commissioner finds that the materials encountered at theelevations specified are unstable and not suitable or in case it is founddesirable or necessary to go to an additional depth, the excavationmust be carried to such additional depth as the Commissioner maydirect in writing. The Contractor must refill such excavated space withStabilization Stone. Stabilization Stone must be compacted to a firmbut slightly yielding condition.

3.03 BEDDING

The pipe laid in trenches must be bedded in accordance with thedetails shown on the Plans. Bedding material must be as shown,specified or directed. Bedding must be to a minimum of spring line ofthe pipe. The bedding material must be placed over the stabilizationstone or trench subgrade as applicable.

3.04 TRENCH BACKFILL

The fine aggregate for trench backfill must be brought up evenly oneach side of the pipe or structure to an elevation 1 foot over the top ofthe pipe. lf the trench is to be under pavement, or within 2 feet of theproposed, future or existing pavement edge, then placement andcompaction of the fine aggregate trench backfill must continue until thetop of subgrade is reached. lf the trench is not under, or adjacent to,

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PRoJECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

A.

B

C

A.

A

A.

P-157-2 TRENCH BACKFILLING

Page 54: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

exist¡ng, proposed or future pavement, then acceptable fill must beplaced and compacted from an elevation 1 foot over the top of the pipeto top of subgrade.

3.05 MATERIALSPLACEMENT

Material used as stabilization, bedding and fine aggregate trenchbackfill to 1 foot over the top of the pipe must be placed by hand inuniform layers not greater than 6 inches in loose thickness andthoroughly compacted in pace. Special care must be taken to securethorough compaction under the haunches and at the sides of the pipe

Each layer of bedding material and fine aggregate trench backfill to 1

foot over the top of the pipe must be thoroughly tamped andcompacted in place with vibratory methods to not less than 90% ofmaximum dry density as determined by ASTM D 1557.

lf the backfill placed from 1 foot above the pipe is fine aggregatetrench backfill, it must be placed in uniform layers not greater than9 inches in loose thickness and thoroughly compacted in place withsuitable equipment to not less than 95o/o of the maximum density asdetermined by ASTM D 1557. Each lift of Acceptable Fill must bewithin +l- 2o/o of optimum moisture content before the succeeding lift isplaced. lf the backfill is Acceptable Fill it must be placed in uniformlayers not greater than 12 inches in loose thickness and each layercompacted to 85% of maximum density as determined by ASTM D1557.

D The suitability of compacting equipment will be defined per Section P-152.2.06.

3.06 FINISH GRADES:

Finish grading must be performed in accordance with the completedcontour elevations and grades shown and must be made to blend intothe existing or plan ground surfaces. Allfinished grading surfacesmust be left smooth and free to drain. Finish grades must be broughtto elevations within plus or minus 0.10 foot of elevations or contoursshown.

The top 4 inches of trench fill in areas to be landscaped must betopsoil in accordance with Section T-905.

Where necessary or where shown, finish grading must be extended toinsure that water will be carried off and the site area left smooth andfree from depressions holding water.

CHICAGO DEPARTMENT OF AVIATIONSPINE ROAD COMED DUCTBANK INSTALLATIONPRoJECT N0. H401 7.1 5-00ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29, 2016

A.

B

C

A.

B.

C.

P-157-3 TRENCH BACKFILLING

Page 55: toADDENDUM NO. 1 / SPECIFICATION NO. 210086 Page I of 5 1 Bid due date has been extended to September 13. 2016 at 11:00 a.m. Gentral Time. 2 Winter suspension is not applicable to

D

E

Movement of construction machinery over a pipe or trench must be atthe Contractor's risk. Any pipe damaged thereby must be replaced atthe expense of the Contractor.

Any depression which may develop from settlement in backfilled areaswithin 1 year after the work is fully completed and accepted must bethe responsibility of the Contractor. The Contractor must provide, asneeded, at his own expense, additional backfill material, pavementbase replacement, permanent pavement repairs or replacement andmust perform the necessary reconditioning and restoration work tobring such depressed areas to proper grade as acceptable to theCommissioner.

Trench backfill compaction must be tested and monitored by theContractor a minimum of 1 test per 100 lineal feet of trench, each lift, a

minimum of 3 tests per lift, or as directed by the Commissioner. Allmaterial and backfill operations must be subjected to testing by theCommissioner with the assistance of the Contractor.

No separate measurement or payment will be made for itemsdescribed in this Section of the Specifications. All costs for this workwill be considered included in the unit prices for the pay items requiringthe various work items delineated in this Specification Section.

END OF SECTION P.157

3.07 TESTING

CHICAGO DEPARTMENT OF AVIATION

SPINE ROAD COMED DUCTBANK INSTALLATION

PR0JECT N0. H401 7.1 5-00

ISSUED FOR BID, ADDENDUM NO. 1

AUGUST 29,2016

A

PART 4 METHOD OF MEASUREMENT AND BASIS OF PAYMENT

4.O1 MEASUREMENT AND PAYMENT:

A.

P-157-4 TRENCH BACKFILLING