Home
Solicitation Document
Contents
1. 11 1 22 3 2 Eligibility for Alternatively Powered Vehicles Bid 12 1 22 4 Joint Ventures Between Small Business Enterprises and Veteran Owned Business Enterprises ve caet e tan sae edenda dr es exea ee Eee depu du 12 1 22 5 Child Support enne nnne nennen nsns inrer nnns 13 1 22 6 lt nnne menn nnne nnn 14 1 23 Consideration of Bids iiid det ete ttt ee nre dag ee A TUE 14 1 24 Bid PrOtests usn hehe i re eee 14 1 25 Award of Contract Notice of 14 1 26 Title VI Solicitation 14 Article 2 Incorporation of Exhibits ccccccssscssssscceeeeeeeeeeeeeeeeeeeeeeeseesseeseesaeesseeseeassaaeeeeeeeeeeeeeeenees 15 Article3 Standard Terms And Conditions c cc ccccscccccceccecceceeeeeeeeeeeeseeeeeeeesaeaaaeaaaaaaaaaeeeceeeeeeeeeenees 16 3 1 General Provisions eie iore ve NETS dee e ha ev a ean 16 3 1 1 Definitions tocco iecit diet ete v te dh cis ev EET EE RO GI E IE 16 3 1 2 Interpretatiorof Contract err rette oce dt ede ea tte arde ains 17 3 1 2 1 Order of Precedence eee ete
2. 26 Messen 30 L FIRE PREVENTION AND 30 Mi itte bestes Pot ness Het Pete 34 N SGAEFOLDS RUIT 35 FLOOR ROOF OR WALL OPENINGS sse eren 37 P PORTABLE HAND AND POWER TOOLS ELECTRIC AND PNEUMATIC 37 Q MATERIAL HANDLING AND 40 R BARRICADING TRAFFIC CONTROL sse emere rrr 41 S SAFE USE OF EQUIPMENT GENERAL 42 T GENERAL SAFETY COMMUNICATION sssseeemmI mener 43 U STEELEREGTION ote Rata thus Hte MOI bea Pea a ete tubes Pet 43 HEALTH PRECAUTIONS 44 A HAZAHDAGOMMUNIGA TIONS 44 RESPIRATORY 45 HEAT STRESS n tee e ba expe E aa teda de put 47 D CONFINED SPACE ENTRY isssssssssssssssseeee eee hen he enr nth ener rsen 49 E DUS T7 GONTROL PLAN d recte D Ye ra o perve ere die eid 53 F HEARING PROTEGTION 2 oe toate Eo roS rhe REUS dne Be 53 G DRUG FREE WORKPLACE sss 54 EMERGENCY 59 INTRODUGTION e 59 GENERAL 59 G
3. ii reete ere TERM etre eu ges 21 3 1 4 10 No Waiver of Legal lt nnne nennen nen nnne 21 3 1 4 11 Non appropriation of Funds csssssssssssseeeeeeeen nnne nnne nnne nnne nennen nennen 21 3 1 4 12 Participation By Other Government Agencies cccccccecsssesseseseeeceeeeseesaeaeaeneeeess 21 3 1 5 Confidentiality re REA XE RR EFE ERR REST 21 3 1 6 t HER 22 3 1 Non Liability of Public Officials eese eene 23 3 1 8 Contract Extension 23 3 2 COMpPensation PROVISIONS isi wanted cates 23 3 2 1 Ordering Invoices and 23 3 2 1 1 Purchase Orders ec ii reete retis tet rer ete ve e e Fan eue 23 Table of Contents 3 2 1 2 InVOlGGS 23 3 2 1 3 MIS MIC TIE 24 3 2 1 4 Electronic Ordering INVOICES narra aa a a aai aE 24 3 2 1 5 City Right to Offset va epos epe ta PE EOM 24 3 2 1 6 RECOTAS pe EE 24 3 2 1 Audits eerte evaderet gis s egentes edet 25 3 2 1 7 1 City s Right to Conduct Audits
4. Print or Type Signature of Authorized Officer for SBE Signature Title of Signatory Print or Type Signature of Authorized Officer for Veteran Owned Business Signature Title of Signatory Print or Type State of County of Signed and sworn or affirmed to before me on date by name s of person s making statement Signature of Notary Public Seal Affidavits 129 ARTICLE 11 EXECUTION AND ACCEPTANCE PAGES Bid execution and acceptance pages follow Remainder of page intentionally blank Execution Pages 130 11 1 Bid Execution By a Corporation The undersigned hereby acknowledges having received Specification Number 132826 containing a full set of Contract Documents including but not limited to 1 Requirements for Bidding and Instructions to Bidders 2 Standard Terms and Conditions General Conditions 3 Special Conditions for Supply Contracts 4 Contract Plans or Drawings if applicable 5 Detailed Specifications 6 Proposal Pages 7 Certifications and 8 Addenda Nos none unless indicated here and affirms that the corporation shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether a complete set thereof is attached to this proposal or bid except only to the extent that the corporation has taken express written exception thereto in the sections of this specification designated for that purpose Under penalty of perjury
5. prior to beginning of work Entry and emergency procedures reviewed MSDS NIOSH chemical hazard sheet s reviewed Lane closures and buffer zones are needed Lum Confined space meter daily o Atmospheric monitoring N A calibration checked Lal conducted N A N A iit PAN ile Ir Permit is on site and being N A completed by attendant ne M EQUIPMENT REQUIRED EE Supplemental lighting used Forced air of exhaust vention air of exhaust venation mem fo Ground fault circuit interrupters GFCI m Retrieval equipment Fire extinguishers Equipment rated for explosive atmospheres rs Communication equipment PERSONAL PROTECTIVE EQUIPMENT REQUIRED EQUIPMENT REQUIRED ves Ne WALL Protective clothing Yes JW eres Me oe A escasa is Ne ioves Typ Ne Retrieval harness Tripod Yes No NA Safety boots VA Respirator ype INA Page 2 EXHIBIT V 6 Joq jedsiq ouoSaaurq Aq pour1ojug pun dN Sue oN og u2u24j pouruoo v st poanfur pi AjQuept sorinfur sarin Ainfur paA oAurt st ey AA juoprour 03 JINS poje2o sr uone rodo sr T o dures ILI6 F68 LL o dureg J93u9 pueulruio IVId AONWDUAIIANW NV AO HSVO
6. Note This site works for reporting all Subcontractor payments regardless of whether they are MBE WBE DBE or non certified entities If a Subcontractor has satisfactorily performed in accordance with the requirements of the Contract Contractor must pay Subcontractor for such work services or materials within seven 7 calendar days Standard Terms and Conditions 09 03 2015 25 of Contractor receiving payment from the City Failure to comply with the foregoing will be deemed event of default 3 2 3 Prompt Payment to Subcontractors 3 2 3 1 Incorporation of Prompt Payment Language in Subcontracts Contractor must state the requirements of these Prompt Payment provisions in all Subcontracts and purchase orders If Contractor fails to incorporate these provisions in all Subcontracts and purchase orders the provisions of this Section are deemed to be incorporated in all Subcontracts and purchase orders Contractor and the Subcontractors have a continuing obligation to make prompt payment to their respective Subcontractors Compliance with this obligation is a condition of Contractor s participation and that of its Subcontractors on this Contract 3 2 3 2 Payment to Subcontractors Within Seven Days The Contractor must make payment to its Subcontractors within 7 days of receipt of payment from the City for each invoice but only if the Subcontractor has satisfactorily provided goods or services or completed its work or services in accor
7. Maintenance of the Controls and Instrumentation for High Temp Combustion Chilled Potable Water De Icing Systems and Chemical Treatment Systems Provide Operator Training Per Hour as Specified Hour 40 200 Calibration and Recalibration of BTU and TONS Meters Calibration BTU and TONS Meter Priced per Meter Each 10 Certification and Recertification of BTU and TONS Meters Calibration BTU and TONS Meter Priced per Meter Each 10 Parts and Accessories Controls and Instrumentation G amp O Catalogs Discount from Current List Prices Latest Version Discount From List 30 000 150 000 Parts and Accessories Controls and Instrumentation Southside Control Catalogs Discount from Current List Prices Latest Version Discount From List 50 000 250 000 As Built Record Update Straight Time Hour 20 100 10 Allowance For Labor Not Included In Contract Line Items 1 Thru 6 Allowance 70 000 350 000 11 Allowance For Parts Not Included In Contract Line Items 7 Thru 8 Allowance 50 000 250 000 142 EXHIBIT 1D Annual Safety Testing Sheet 143 Annual Safety Testing Sheet Exhibit 1 D FUEL FIRED EQUIPMENT TESTING FORM Unit Type Unit Fuel Type INTERLOCK TYPE INSPECTED OR TESTED OKAY RECOMMENDED SETTING 1 Flame Failure 2 Fan amp Air Flow Switch a Combustion Air Flow
8. sessssseesseeeeeee eene eene eene nennen nnn 25 3 2 1 7 2 Recovery for Over Billing vss itte e eee de ee ER ERR 25 3 2 2 Subcontractor Payment REPOrts cccccccecceccecseceseseececceeeeesecaeaessuseseeeceeeesaeaaaaaaenesenss 25 3 2 3 Prompt Payment to 26 3 2 3 1 Incorporation of Prompt Payment Language in 26 3 2 3 2 Payment to Subcontractors Within Seven 26 3 2 3 2 1 Reporting Failures to Promptly 26 3 2 3 2 2 Whistleblower Protection sesesssssesseeseeseeeeeee enne enne enne nennen nennen 26 3 2 3 3 Liquidated Damages for Failure to Promptly 27 3 2 3 4 Action bythe City rni etse eet redu eese te costs ee Dee es 27 3 2 3 5 Direct Payment to Subcontractors By 27 3 2 4 General Price Reduction Automatic Eligibility for General Price Reductions 27 3 3 Compliance With All LAWS oes e ce t ester saved dann eger ees eser 28 3 3 1 General oieee C EE 28 3 3 2 Federal Affirmative Action nennen nnn nnne A AN 28 3 3 3 Civil Rights Act of 1964
9. Dollar Value of Participation Percentage of Participation 96 Mentor Prot g Agreement attach executed Yes No Percentage Claimed 96 Total Participation 4 Name of MBE WBE Address Contact Person Phone Number Dollar Value of Participation Percentage of Participation 96 Mentor Prot g Agreement attach executed Yes No Percentage Claimed 96 Total Participation 5 Attach Additional Sheets as Needed 08 2013 Page 3 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 107 Schedule D 1 Prime Contractor Affidavit MBEANBE Compliance Plan lll Summary of MBE WBE Proposal A MBE Proposal Direct amp Indirect 1 MBE Direct Participation MBE Firm Name Dollar Amount Percent Amount Total Direct MBE Participation 2 MBE Indirect Participation Dollar Amount Percent Amount Participation Participation MBE Firm Name Total Indirect MBE Participation B WBE Proposal Direct amp Indirect 1 WBE Direct Participation Dollar Amount Percent Amount WBE Firm Name Participation Participation 96 Total Direct WBE Participation 2 WBE Indirect Participation Dollar Amount Percent Amount WBE Firm Name Participation Participation Total Indirect WBE Participation 08 2013 Page 4 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 10
10. sees tente tenth stain sas entre treinta 168 Exhibit 6 Construction Safety Manual esses eese eterne asia sas ias 173 Table of Contents vii BID SUBMITTAL CHECKLIST Missing Information Documents and or Bonds May Invalidate Your Bid To help ensure that you are submitting a complete bid place an X next to each item below after completing and incorporating the item into your bid package Write N A if an item does not apply to your bid 1 Bid Submittal Checklist 2 Insurance Certificate of Coverage 3 MBE WBE Compliance Plan a Schedule B Affidavit of Joint Venture MBE WBE only if bidder is a joint venture b Schedule C 1 Letter s of Intent from MBE WBE to Perform as Sub contractor Supplier and or Consultant if applicable ______ Schedule 0 1 Affidavit of MBE WBE Goal Implementation Plan if applicable d Request for a reduction or waiver of MBE WBE goals if applicable 4 Certificate of Filing of Economic Disclosure Statement and Affidavit EDS 5 Bid incentive preference affidavit s Chicago Business Local Manufacture and or Alternatively Powered Vehicles if applicable 6 Proposal Page s Schedule of Prices 7 BidExecution Page 8 Bid Deposit if required NOTE Each page requiring a signature must be signed by the person with proper authority and sworn before a Notary Public where noted NOTE Each Bidder must
11. Dispensing devices for motor vehicle fuel except devices used exclusively for dispensing Class or Class III flammable liquids within occupancy Class buildings shall not be permitted in buildings hereafter erected altered or converted The dispensing of motor fuels which are Class I flammable liquids directly from tank vehicles shall be permitted only from tank vehicles complying with Section 15 24 1080 and tanks complying with Section 15 24 221 of this code Retail sales of motor fuel to motor vehicles from tank vehicles shall not be permitted within buildings Sec 15 24 221 Above Ground Tanks The use of above ground storage tanks tank cars tank trucks or portable tanks in connection with vending gauging or dispensing of flammable liquids other than for equipment installed on tank vehicles complying with Section 15 24 1080 shall be permitted only under the following limited circumstances A The construction and installation of the tanks must satisfy each of the following conditions and restrictions 1 Tanks shall be enclosed within two hour fire rated assembly 2 The tank assembly shall provide 110 percent secondary containment of the flammable liquid Dikes as required in Section 15 24 170 need not be provided 3 Tanks shall be limited to a capacity of 1 000 gallons 4 No more than two such above ground tanks shall be installed or located at any one site 2015 CDA Construction Safety Manual Section VI
12. The Contractor shall during the progress of Work remove and legally dispose off site all materials and the resultant dirt and debris on a daily basis and keep the work site s and adjacent premises in a clean condition satisfactory to the City See Exhibit F Contractor s Affidavit Upon completion of the Work the Contractor shall remove all materials tools and machinery and restore the site to the same general condition that existed prior to the commencement of its operation all to the satisfaction of the Commissioner 5 8 1 27 PROTECTION OF WORK DAMAGES AND REPAIRS The Contractor shall provide protection for all uncompleted Work under this Contract until the entire Work has been completed and accepted by the City The Contractor shall be responsible for and shall repair and pay for damages to new and existing structures material equipment Building stock and apparatus during the course of the Work where such damage is directly due to Work under this Contract or where such damage is the result of negligence or carelessness on the part of the Contractor or its employees or on the part of the Contractor s subcontractor s or its employees However the Contractor shall first immediately notify the Commissioner or the Commissioner s authorized representative and report the nature and the extent of damages prior to making any such necessary repairs 5 8 1 28 QUALITY OF REPAIR SERVICE It is the intent under this Contract to secure
13. cadet envi e d 54 4 1 1 Services 3 0 tb ette mf ete e testet 54 4 1 2 Estimated Quantities Level of Service sse 54 4 1 3 Unspecified Services C ee 54 4 2 Performance of the 5 54 4 2 1 Standard of Performance 4 aem er REA 54 4 2 2 Standard Working HoUuts 2 ee edet tine eee eh 54 4 2 3 Character of Workers ha oie die te reatu tede 54 4 2 4 Quality of Materials and Inspection 55 4 2 5 Manufacturer s Warranty and Product Information eese 55 4 2 6 Contractor s Warranties cio ves eie Oo Dic mde be e 55 4 2 6 1 Correction or Re Performance of S rviC S cccccessesseesssesseeeeaessaeaaecaeeaeeeeeeeeeees 56 4 2 6 2 5 5 H 56 4 2 6 3 Delay E 56 4 2 7 Public CONVENIENCE a epe 56 4 2 8 EE 57 4 2 9 Work Performed on City 57 4 2 10 Work InrPrOBFress eet ere he decet tdi sedata deua e ER 57 4 3 Compensation For a Biante tase 58 4 4 Centralized Invoice Processihg certe et tese tei tee cant ep Ine rede eee ee Tene eet 58 4 5 Clean Diesel Fleet MCC
14. 6 5 1 Direct Indirect Participation cccccccccceccssseccecccesesaeeeeccesesaeeeecccesessaeeeeceesestaeeeseeees 85 6 5 2 Assist Agency Participation wavier reduction 87 6 5 3 Impracticability5 eroe RR ee Aes 87 6 6 Procedure to Determine Bid 87 6 7 Reporting Requirements During the Term of the 89 6 8 Changes to Compliance 89 6 8 1 Permissible Basis for Change Required cccccecceseeeseesceseseeesssaaeasaaaaaaaaeaaeeaeeeeeeeenees 89 6 8 2 Procedure for Requesting 90 6 9 Non Compliance and 90 6 10 Arbitration ahaa angie 91 6 11 Equal Employment Opportunity enne nennen enne ssi 91 6 12 Attachments and Schedules sess esee 92 Attachment A Assist Agency List 93 Attachment B Sample Format for Requesting Assist Agency Comments on Bidder s Request for Reduction or Waiver of MBE WBE Goals cscccccccceccccceceeceseceecececcecececuuauuecsececececeeueuuuaaaeaesese 96
15. Affidavits 127 ELIGIBLE BUSINESS FOR BID INCENTIVE FOR ALTERNATIVELY POWERED VEHICLES AFFIDAVIT If this is a competitively bid Contract funded in whole by City funds an Eligible Business preference for alternatively powered vehicles may be applicable Bidder must complete this form if it desires to be considered for this preference Bidders who do not complete and submit this form with their bid will be deemed to be non Eligible Businesses 1 Is bidder a business located within the counties of Cook DuPage Kane Lake McHenry or Will in the State of Illinois the Six County Region Yes No 2 Street address of principal place of business 3 How many total vehicles as defined in the Terms and Conditions Bid Incentive for Alternatively Powered Vehicles are currently owned operated leased or otherwise controlled by bidder Line 3 a 4 How many of bidder s vehicles are located and used within the Six County Region Line 4 a number of vehicles Line 4 b percentage of fleet line 4 a divided by line 3 a 926 5 How many of bidder s vehicles located and used within the Six County Region are alternatively powered vehicles as defined in the Terms and Conditions Bid Incentive for Alternatively Powered Vehicles Line 5 a number of vehicles Line 5 b percentage of Six County fleet line 5 a divided by line 4 a 96 Bidder understands that it may be required to produce records to the chief procurement officer to ver
16. All instrumentation controls recorders and equipment associated with the control and operation of the firefighting training facility propane system Building No 703 704 707 and 711 Any other added location at O Hare Airport Lift Stations 44 Terminal 1 Miami Beach Lift Station and Pump Controls 45 Daytona Beach Lift Station Pump and Grinder Controls Building No 997 46 Lockheed Lift Station Controls Building No 790 47 All interceptors and waste water pump station controls at O Hare Airport 48 The potable water system controls located in the potable water pump buildings 49 The reservoir fill valve and operator for the fire protection system Scope of Work and Detailed Specifications 66 The systems are located at the Chicago O Hare International Airport All work shall be done in accordance with the General Conditions Special Conditions and as specified hereinafter in these Detailed Specifications The instruments equipment and controls described hereinafter are to be maintained in a fully operational and functional condition The objective of these efforts is to ensure safe operating reliable and economical system conditions Where applicable the maintenance services shall include any electrical relay control equipment and accompanying switchgear 5 8 1 3 CONTRACTOR QUALIFICATIONS The Contractor shall be regularly engaged in maintaining servicing and repairi
17. Boilermakers Local 1 Sign Display Pictorial Artists and Allied Workers Local 830 Bricklayers and Allied Crafts Local 21 Ceramic Tile amp Terrazzo Plasters Local 5 Painters Cleaners Caulkers BAC Administrative Council 1 of IL Plumbers Local 130 Chicago Regional Council of Carpenters1 United Union of Roofers Waterproofers amp Carpenters local Union 13 Allied Workers Local 11 Cement Masons local 502 Sheet Metal Workers Local 73 IBEW Local 134 Sprinkler Fitters Local 281 Elevator Constructors Local 2 Teamsters Local 731 Operating Engineers Local 150 Glaziers Local 27 Heat and Frost Insulators Local 17 Iron Workers District Council of Chicago and Vicinity Architectural Iron Workers Local 63 Bridge amp Structural Iron Workers Local 1 Machinery Movers Riggers amp Machinery Erectors Local 136 Construction amp General laborers District Council of Chicago and Vicinity Machinists Local 126 z Carpenters Local include locals 1 10 13 54 58 62 74 lathers 80 141 181 2n 434 578 839 1027 1185 1307 1539 1693 Millwrights City of Chicago Local in Bold Laborers Locals include Locals One 2 4 5 6 25 76 118 225 269 1001 1092 City of Chicago Locals in Bold Painters District Council No 14 Page 158 For appendices please see website as provided in the Agreement HTTP www CITYOFCHICAGO ORG PLA Page 159 Exhibit 4 Prevailing Wage Rates Page 160 Cook Count
18. Reinsurance may not be used to achieve a sufficient underwriting limitation If a performance and payment bond is required to be provided prior to contract award it will be indicated on the front cover of the Bid Documents City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 1 12 5 Contractor s Financial Statement If requested by the Chief Procurement Officer Bidder must file a Contractor s Statement of Experience and Financial Condition dated not earlier than the end of Bidder s last fiscal year period The Contractor s Statement of Experience and Financial Condition will be kept on file as a representative statement for one year The Contractor s Statement of Experience and Financial Condition forms are available in the Bid amp Bond Room City Hall Room 103 Chicago IL 60602 or may be downloaded at www cityofchicago org form Failure to provide a Contractor s Statement of Experience and Financial Condition if requested may be cause for rejection of the Bid 1 12 6 Other Required Forms and Documents Other forms required to be included with the Bid are e Insurance Certificate of Coverage Affidavit of Chicago Business if applicable Affidavit of Locally Manufactured Goods if applicable Alternatively Powered Vehicles Affidavit if applicable DBE or MBE WBE compliance forms as applicable Proposal Page s Schedule of Prices Bid Execution Page 1 13 Trade Names and Substituti
19. Trng Training Explanations COOK COUNTY The following list is considered as those days for which holiday rates of wages for work performed apply New Years Day Memorial Day Fourth of July Labor Day Thanksgiving Day Christmas Day and Veterans Day in some classifications counties Generally of these holidays which fall on a Sunday is celebrated on the following Monday This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay Common practice in a given local may alter certain days of celebration in doubt please check with IDOL TRUCK DRIVERS WEST That part of the county West of Barrington Road EXPLANATION OF CLASSES ASBESTOS GENERAL removal of asbestos material mold and hazardous materials from any place in a building including mechanical systems where those mechanical systems are to be removed This includes the removal of asbestos materials mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date ASBESTOS MECHANICAL removal of asbestos material from mechanical systems such as pipes ducts and boilers where the mechanical Systems are to remain CERAMIC TILE FINISHER The grouting cleaning and polishing of all classes of tile whether for interior or exterior purposes all burned glazed or unglazed products all composition materials granite tiles warning de
20. e Have final responsibility and control over the crane operations Whenever there is any doubt as to safety the operator shall have the authority to stop and refuse to handle loads until safety has been assured f Upon request demonstrate the ability to determine total load weight and its relationship to the crane load charts 7 HANDLING THE LOAD No crane shall be loaded beyond its rated capacity except for test purposes When loads which are limited to structural competence rather than by stability are to be handled the operator and supervisor shall concurrently determine that the weight of the load has been determined within plus or minus 5 percent before the load is lifted Attaching the load a Theload shall be attached to the hood by means of slings or other approved devices b No open hooks shall be used for lifts higher than two 2 feet Hooks used for lifts in excess of two 2 feet shall have hook safety latches or be safety wired to prevent slings from jumping off the hook Hoisting the load a The operator shall determine that the crane is level to within one 1 degree and where necessary is properly cribbed and blocked 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 19 b The operator shall be responsible for determining that the load is properly secured and balanced before making the hoist c The operator shall determine that the rope is prope
21. nnne enne nnns nnn nnn 133 Table of Contents vi 11 4 Bid Execution By a Sole enne enne nnns nnne 134 11 5 Bid Acceptance by SERN OY NEN ee REN RES S ee PERI 135 EXHIBITS ETE 136 Exhibit 1A Contractor Work Report Example enne nnne 137 Exhibit 1B Contractor Sign in Sheet Example eese eene 138 Exhibit 1C Commodity Code Lines incedere dr cet acsi ne trao Enden una da deca 139 Exhibit 1D Annual Safety Testing 143 Exhibit 1E1 Monthly Equipment Checklist Season Sept May nennen 145 Exhibit 1E2 Monthly Equipment Checklist Year Round esee tnnt 147 Exhibit 1F CONTRACTORS AFFIDAVIT REGARDING REMOVAL OF ALL WASTE MATERIALS AND IDENTIFICATION OF ALL LEGAL DUIVIP SITES ps cr Ene RR Een ed xk pra REDE ERR yuna PE REA Ped 149 Exhibit 2 Insurance Certificate of Coverage o ica dinde o ec ad n ia CARRERA ER 151 Exhibit 3 Project labor Agreement esses nennen nennen enne tn stets 152 Exhibit 4 Prevailing Wage nennen tn rennen nnne 160 Exhibit 5 Performance and Payment Bond
22. 6 months after the acceptance by the City of Chicago of the completion of work Any suit upon this bond shall be brought only in a circuit court of the State of Illinois in the judicial district in which the contract shall have been performed The said Surety for value received hereby stipulates and agrees that no change extension of time alteration or addition to the terms of any of the Contract Documents comprising said contract or to the work to be performed thereunder shall in anywise affect the obligations on this bond and it does by waive notice of any such change extension of time alteration or addition to the terms of said Contract Documents or to the work Seal Approved 20 By President Seal Chief Procurement Officer Attest Secretary Seal Seal Seal Seal Page 170 PRINCIPAL IF CORPORATION STATE OF Les sa COUNTY OF COOK I a Notary Public in and for the County and State aforesaid DO HEREBY CERTIFY that 0 0 0 0 0 h 0 President and Secretary of the who are personally known to me to be the same persons whose names are subscribed in the foregoing instrument as suh 11 1 1 and Secretary appeared before me this day in person and acknowledged that they signed sealed and delivered the said instrument of writing as their free and voluntary act and as the free and voluntary act of the said for the uses and p
23. Airport Transit System ATS remote parking lot station Building No 563 11 Aviation Administration Building Boiler House Building No 808 12 Safety amp Security Building Boiler Room Building No 850 13 Any other new or added locations at O Hare Airport Year Round Monthly Inspection The following H amp R Building and Outlying Building Year Round Monthly Inspection listed systems shall require the once a month inspection every month of the year for the term of this Contract The Commissioner reserves the right to modify this list of equipment based on the needs of the Airport The Contractor shall fill out the checklist Exhibit E2 after every monthly inspection the form shall be submitted to the CDA Chief Operating Engineer This checklist is for the systems equipment and controls to be tested and shall be used as a guide to insure that all items covered under this specification are inspected maintained and tested at least once a month The checklist shall include but not be limited to the following Contractor s name Control Fitter s name s date Contract number Equipment name and number manufacturer model serial number maintenance performed lubrication performed calibration performed repairs performed and replacement parts installed H amp R Building Year Round Monthly Inspection 1 H amp R Building and ring tunnel heating systems 2 H amp Rtaxiway bridge heating systems both alpha a
24. All Motor Patrol Lubrication Technician Manipulators Pile Drivers and Skid Rig Post Hole Digger Pre Stress Machine Pump Cretes Dual Ram Pump Cretes Squeeze Cretes Screw Type Pumps Gypsum Bulker and Pump Raised and Blind Hole Drill Roto Mill Grinder Scoops Tractor Drawn Slip Form Paver Straddle Buggies Operation of Tie Back Machine Tournapull Tractor with Boom and Side Boom Trenching Machines Class 2 Boilers Broom 11 Power Propelled Bulldozers Concrete Mixer Two Bag and Over Conveyor Portable Forklift Trucks Highlift Shovels or Front Endloaders under 2 1 4 yd Hoists Automatic Hoists Inside Elevators Hoists Sewer Dragging Machine Hoists Tugger Single Drum Laser Screed Rock Drill Self Propelled Rock Drill Truck Mounted Rollers All Steam Generators Tractors All Tractor Drawn Vibratory Roller Winch Trucks with A Frame Class 3 Air Compressor Combination Small Equipment Operator Generators Heaters Mechanical Hoists Inside Elevators remodeling or renovation work Hydraulic Power Units Pile Driving Extracting and Drilling Pumps over 3 1 to 3 not to exceed a total of 300 ft Low Boys Pumps Well Points Welding Machines 2 through 5 Winches 4 Small Electric Drill Winches Class 4 Bobcats and or other Skid Steer Loaders Oilers and Brick Forklift Class 5 Assistant Craft Foreman Class 6 Gradall Class 7 Mechanics Welders OPERATING ENGINEERS HIGHWAY CONSTRU
25. All scaffolds shall be inspected by a competent person each day prior to being used c All such inspection shall be documented including re inspection when applicable FLOOR ROOF OR WALL OPENINGS Any floor or wall opening through which a worker equipment or material might fall shall be covered with material of sufficient strength to support any load placed upon it or guarded on all sides with standard guardrails and toe boards If cover is utilized it shall be secured to prevent accidental removal or displacement The floor covering must be able to support twice the intended load A sign shall be posted on the protective covering which states Floor Roof Opening DO NOT REMOVE All temporary protection shall be left in place until permanent protection has been installed or the hazard has been eliminated Ladder openings in floors and platforms shall be guarded by standard guardrails and toe boards on all sides When it is necessary to work inside the barricade around a floor opening appropriate personal fall protection shall be worn P PORTABLE HAND AND POWER TOOLS ELECTRIC AND PNEUMATIC 1 HAND TOOLS a Employees shall use only those tools which are in good condition The tool used shall be for the purpose for which it was designed When proper and safe tools are not available for immediate work contact your supervisor b All tools shall be inspected at regular intervals and tools which develop defects w
26. Failure to so notify the City and update the EDS is grounds for declaring the Contractor in default terminating the Contract for default and declaring the Contractor ineligible for future contracts Contractor makes certain representations and certifications that the City relies on in its decision to enter into a contract The Laws and requirements that are addressed in the EDS include the following 3 3 6 1 Business Relationships With Elected Officials MCC Sect 2 156 030 b Pursuant to MCC Sect 2 156 030 b it is illegal for any elected official or any person acting at the direction of such official to contact either orally or in writing any other City official or employee with respect to any matter involving any person with whom the elected official has any business relationship that creates a financial interest on the part of the official or the domestic partner or spouse of the official or from whom or which he has derived any income or compensation during the preceding twelve months or from whom or which he reasonably expects to derive any income or compensation in the following twelve months In addition no elected official may participate in any discussion in any City Council committee hearing or in any City Council meeting or vote on any matter involving the person with whom the elected official has any business relationship that creates a financial interest on the part of the official or the domestic partner or spouse of the officia
27. Precautions shall be taken to make any necessary open wiring inaccessible to unauthorized personnel All 120 volt 15 amp receptacle outlets on the site which are not part of the permanent wiring of the building shall use ground fault circuit interrupters EQUIPMENT GROUNDING CONDUCTOR PROGRAM Ground Fault Circuit Interrupters GFCI are to be used at all times In addition an equipment inspection program shall be established on the construction site covering all cord sets and receptacles which are not a part of the permanent wiring of the building or structure and tools which are available for use or used by employees This program shall comply with the following minimum requirements a Each set attached cap plug and receptacle or cord set and any equipment or tool connected by the cord and plug except cord sets and any receptacles which are fixed and not exposed to damage shall be visually inspected before each day s use for external defects such as deformed or missing pins or insulation damage Equipment found damaged or defective may not be used until repaired b The following tests shall be performed on all sets and receptacles which are not a part of permanent wiring of the building or structure and cord plug connected equipment required to be grounded 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 14 c All equipment grounding conductors shall be teste
28. Self Loading Ejection Dump Pump Cretes Squeeze Cretes Screw Type Pumps Gypsum Bulker and Pump Roller Asphalt Rotary Snow Plows Rototiller Seaman etc self propelled Self Propelled Compactor Spreader Chip Stone etc Scraper Single Twin Engine Push and Pull Scraper Prime Mover in Tandem Regardless of Size Tractors pulling attachments Sheeps Foot Disc Compactor etc Tug Boats Class 3 Boilers Brooms All Power Propelled Cement Supply Tender Compressor Common Receiver 2 Concrete Mixer Two Bag and Over Conveyor Portable Farm Type Tractors Used for Mowing Seeding etc Forklift Trucks Grouting Machine Hoists Automatic Hoists All Elevators Hoists Tugger Single Drum Jeep Diggers Low Boys Pipe Jacking Machines Post Hole Digger Power Saw Concrete Power Driven Pug Mills Rollers other than Asphalt Seed and Straw Blower Steam Generators Stump Machine Winch Trucks with A Frame Work Boats Tamper Form Motor Driven Class 4 Air Compressor Combination Small Equipment Operator Directional Boring Machine Generators Heaters Mechanical Hydraulic Power Unit Pile Driving Extracting or Drilling Light Plants 11 1 through 5 Pumps over 3 1 to 3 not to exceed a total of 300 ft Pumps Well Points Vacuum Trucks excluding hose work Welding Machines 2 through 5 Winches 4 Small Electric Drill Winches Class 5 SkidSteer Loader all Brick Forklifts Oilers Class 6 Field Me
29. cleaning and sealing of all Marble Mosaic and Terrazzo work floors base stairs and wainscoting by hand or machine and in addition assisting and aiding Marble Masonic and Terrazzo Mechanics TRAFFIC SAFETY Work associated with barricades horses and drums used to reduce lane usage on highway work the installation and removal of temporary lane markings and the installation and removal of temporary road signs TRUCK DRIVER BUILDING HEAVY AND HIGHWAY CONSTRUCTION EAST amp WEST Class 1 Two or three Axle Trucks A frame Truck when used for transportation purposes Air Compressors and Welding Machines including those pulled by cars pick up trucks and tractors Ambulances Batch Gate Lockers Batch Hopperman Car and Truck Washers Carry alls Fork Lifts and Hoisters Helpers Mechanics Helpers and Greasers Oil Distributors 2 man operation Pavement Breakers Pole Trailer up to 40 feet Power Mower Tractors Self propelled Chip Spreader Skipman Slurry Trucks 2 man operation Slurry Truck Conveyor Operation 2 or 3 man Teamsters Unskilled Dumpman and Truck Drivers hauling warning lights barricades and portable toilets on the job site Class 2 Four axle trucks Dump Crets and Adgetors under 7 yards Dumpsters Track Trucks Euclids Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self loading equipment or similar equipment under 16 cubic yards Mixer Trucks under 7 yards Ready mix Plant Hopper O
30. falling or collapse Aisles stairs and passageways must be kept clear to provide for the safe movement of employees and equipment and to provide access in emergencies Pipe conduit and bar stock shall be stored in racks or stacked and blocked to prevent movement The quantity of materials stored on scaffolds platforms or walkways must not exceed that required for one day s operations or the rated capacity of the scaffold or platform Protruding nails must be bent or removed when forms or materials are stripped or uncrated 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 40 Materials shall not be stored in such a manner that they block access to fire exits electrical panels or emergency equipment MANUAL LIFTING AND CARRYING When lifting heavy or awkward objects the employee shall obtain the assistance from another employee or use power lifting equipment When two or more persons are carrying an object each employee if possible shall face the direction in which the object is being carried When two or more employees are lifting or pulling together one person shall give the signals for the group Never carry an object alone that prevents your seeing the route of travel When lifting an object crouch or squat with your feet close to the object to be lifted secure good footing with feet apart take a firm grip with the palms bend the knees keep the back straight with t
31. program shall be made a part of the employer s safety program 2015 CDA Construction Safety Manual Section IV Responsibilities Issued for Use 6 1 2015 Page 8 13 MAINTAIN RECORDS The following records shall be compiled and maintained for the duration of the project unless otherwise required by the company or some other regulation Monthly reports of occupational injury and illness Job hazard reports OSHA citations Results of incident investigations Safety inspection records and records documenting correction of reported hazards Job Analyses and corresponding codes of safe practices Individual employee training records Contractor shall provide first aid supplies onsite for their employees and a person trained in basic first aid who can render immediate care when needed The name of the designated first aid provider and a copy of training documentation will be provided to the CM Manager of Safety Seriously injured employees will be transported by ambulance The Contractor shall not permit an injured employee to drive themselves to the medical facility or home unless approved by a medical professional Contractor shall insure that all documents and correspondence sent to the CM Manager of Safety be sent in such a timely fashion as to reach the CM Manager of Safety no later than the time specified Monthly injury evaluation reports are to be submitted to the CM Manager of Safety no later than the 5th of each month C CONTRACTO
32. 000 1 5 1 5 2 0 10 55 11 22 0 000 0 720 TERRAZZO MASON BLD 41 880 44 880 1 5 1 5 2 0 10 55 12 51 0 000 0 940 TILE MASON BLD 43 840 47 840 1 5 1 5 2 0 10 55 11 40 0 000 0 990 TRAFFIC SAFETY WRKR HWY 32 750 34 350 1 5 1 5 2 0 6 550 6 450 0 000 0 500 TRUCK DRIVER E ALL 1 35 480 35 680 1 5 1 5 2 0 8 350 10 50 0 000 0 150 https www illinois gov idol Laws Rules CONMED Rates 2015 july COOK9999 htm 8 13 2015 Page 161 Cook County Prevailing Wage for July 2015 Page 2 of 7 TRUCK DRIVER E ALL 2 34 100 34 500 1 5 1 5 2 0 8 150 8 500 0 000 0 150 TRUCK DRIVER E ALL 3 34 300 34 500 1 5 1 5 2 0 8 150 8 500 0 000 0 150 TRUCK DRIVER E ALL 4 34 500 34 500 1 5 1 5 2 0 8 150 8 500 0 000 0 150 TRUCK DRIVER W ALL 1 35 600 35 800 1 5 1 5 1 5 8 250 9 140 0 000 0 150 TRUCK DRIVER W ALL 32 700 33 100 1 5 1 5 2 0 6 500 4 350 0 000 0 000 TRUCK DRIVER W ALL 3 32 900 33 100 1 5 1 5 2 0 6 500 4 350 0 000 0 000 TRUCK DRIVER W ALL 4 33 100 33 100 1 5 1 5 2 0 6 500 4 350 0 000 0 000 TUCKPOINTER BLD 43 800 44 800 1 5 1 5 2 0 8 280 13 49 0 000 0 670 Legend RG Region TYP Trade Type All Highway Building Floating Oil amp Chip Rivers C Class Base Base Wage Rate FRMAN Foreman Rate M F gt 8 OT required for any hour greater than 8 worked each day Mon through Fri OSA Overtime OT is required for every hour worked on Saturday OSH Overtime is required for every hour worked on Sunday and Holidays H W Health amp Welfare Insurance Pensn Pension Vac Vacation
33. 1 Mayoral Executive Order 2014 1 provides for a fair and adequate Minimum Wage to be paid to employees of City contractors and subcontractors performing work on City contracts If this contract was advertised on or after October 1 2014 Contractor must comply with Mayoral Executive Order 2014 1 and any applicable regulations issued by the CPO The Minimum Wage to be paid pursuant to the Order as of July 1 2015 is 13 00 per hour The Minimum Wage must be paid to All employees regularly performing work on City property or at a City jobsite All employees whose regular work entails performing a service for the City under a City contract Beginning on July 1 2015 and every July 1 thereafter the hourly wage specified by the Executive Order shall increase in proportion to the increase if any in the Consumer Price Index for All Urban Consumers most recently published by the Bureau of Labor Statistics of the United States Department of Labor Any hourly wage increase shall be rounded up to the nearest multiple of 0 05 Such increase shall remain in effect until any subsequent adjustment is made On or before June 1 2015 and on or before every June 1 thereafter the City shall make available to City Concessionaires a bulletin announcing the adjusted minimum hourly wages for the upcoming year The Minimum Wage is not required to be paid to employees whose work is performed in general support of contractors operations does not directly relate to th
34. 12 65 1 900 1 250 OPERATING ENGINEER HWY 2 45 750 50 300 1 5 1 5 2240 17 55 12 65 1 900 1 250 OPERATING ENGINEER HWY 3 43 700 50 300 1 5 1 5 230 17 55 12 65 1 900 1 250 OPERATING ENGINEER HWY 4 42 300 50 300 1 5 1 5 2 0 17 55 12 65 1 900 1 250 OPERATING ENGINEER HWY 5 41 100 50 300 1 5 1 5 240 17 55 12 65 1 900 1 250 OPERATING ENGINEER HWY 6 49 300 50 300 1 5 l B 24 0 27 55 1265 1 900 1 280 OPERATING ENGINEER HWY 7 47 300 50 300 1 5 1 5 290 17 55 12 65 1 900 1 250 ORNAMNTL IRON WORKER ALL 45 000 47 500 2 0 2 0 2 0 13 55 17 94 0 000 0 650 PAINTER ALL 41 750 46 500 1 5 1 5 1 5 11 50 11 10 0 000 0 770 PAINTER SIGNS BLD 33 920 38 090 1 5 1 5 1 5 2 600 2 710 0 000 0 000 PILEDRIVER ALL 44 350 46 350 1 5 1 5 2 0 13 29 16 39 0 000 0 630 PIPEFITTER BLD 46 000 49 000 1 5 1 5 2 0 9 000 15 85 0 000 1 780 PLASTERER BLD 43 430 46 040 1 5 1 5 2 0 13 05 14 43 0 000 1 020 PLUMBER BLD 46 650 48 650 1 5 1 5 2 0 13 18 11 46 0 000 0 880 ROOFER BLD 41 000 44 000 1 5 1 5 2 0 8 280 10 54 0 000 0 530 SHEETMETAL WORKER BLD 42 230 45 610 1 5 1 5 2 0 10 53 20 68 0 000 0 720 SIGN HANGER BLD 211340 334520 1 5 1 5 2 0 4 850 3 280 0 000 0 000 SPRINKLER FITTER BLD 49 200 51 200 1 5 1 5 2 0 11 75 9 650 0 000 0 550 STEEL ERECTOR ALL 42 070 44 070 2 0 2 0 2 0 13 45 19 59 0 000 0 350 STONE MASON BLD 43 780 48 160 1 5 1 5 2 0 10 05 14 43 0 000 1 030 SURVEX WORKER 5NOT IN EFFECT ALL 37 000 37 750 1 5 1 5 2 0 12 97 9 930 D 000 0 500 TERRAZZO FINISHER BLD 38 040 0
35. 12131 12189 as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38 e Executive Order 12898 Federal Actions to Address Environmental Justice in Minority Populations and Low Income Populations which ensures non discrimination against minority populations by discouraging programs policies and activities with disproportionately high and adverse human health or environmental effects on minority and low income populations e Executive Order 13166 Improving Access to Services for Persons with Limited English Proficiency and resulting agency guidance national origin discrimination under Title VI includes discrimination because of limited English proficiency LEP 70 Fed Reg at 74087 to 74100 e Title IX of the Education Amendments of 1972 as amended prohibits discrimination because of sex in education programs or activities 20 U S C 1681 et seq e Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 42 U S C 8 4601 prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal aid programs and projects e Airport and Airway Improvement Act of 1982 49 USC 8 471 Section 47123 as amended prohibits discrimination based on race religion color national origin or sex in any activity carried out with a grant from the FAA 3 3 3 2 Non discrimination The contractor with regard to the work performed by i
36. 36 Bessie Coleman Pump House Building No 903 One 1 Well McClane LTW boiler 151 000 BTU input 1 25 gph No 2 fuel oil 37 Aviation Administration Building Boiler House Building No 808 Three 3 Bryan LTW boilers Input 3000 MBH natural gas BLR808L01 BLR808L02 BLR808L03 38 Building No 850 Boiler Room Safety amp Security Building One 1 Burnham commercial Boilers Model 3W 125 50 G PF 125 HP gas input 5230 MBH Oil 38 gph steam 5000 MBH 30 PSI National BD 31191 39 Airport Transit System ATS remote parking station Building No 563 40 AMC Complex Building No 502 and related structures 41 Any other added location at O Hare Airport Outlying Buildings Fire Protection Building 425 42 Fire Pump House and Reservoirs Building No 425 including the grade level control room north fill house and below grade pump room Also included are two 2 jockey pumps in the below grade pump room Mercoid stop start switches for Jockey Pump explosion proof Fire Pump No 1 and Fire Pump No 2 and Monitoring System alarm All items located in or mounted on the Healey Ruff control panel except the Fire Pumps Running strip chart recorder Low Voltage Power Failure Fire Pump No 1 Power Failure and Fire Pump No 2 Power Failure indicating lights and alarm functions and their associated silencer buttons Grade Level portion of Pump House East Room Ultrasonic level control for automatic reservoir fill system Fill valve mo
37. CHICAGO Mayor Date Comptroller Date Chief Procurement Officer Date Execution Pages 135 EXHIBITS Exhibits follow this page Remainder of page intentionally blank 136 EXHIBIT 1A CONTRACTOR WORK REPORT EXAMPLE 137 Reorder from CURTIS 1000 Midwest Operations 1 800 860 6852 149912M 1 THIS iS A 5 PT FORM PLEASE PRESS 2 DO NOT WRITE IN GREY AREAS IANICAL CONTRACTOR wer amp Process Piping e Fuel Conversion Boiler Installation amp Repair Instrumentation amp Controls WORK REPORT Maintenance amp Service Week Ending Monday 8 00 am 1 1 1 20 Air Conditioning CUSTOMER Le E NEN ERR _ LOCATION OF WORK _____ 0 0 0 0 000 0 SHOW ACTUAL HOURS WORKED ONLY CODE NO TOTALS NAME OF EQUIPMENT Description of Work FRI SAT SUN c Moltolwa a EARE E ES EE tco ojt o o FE grs sasa oa z Se SERIAL NO Recommendations PEE MEN DESCRIPTION OF MATERIALS USED P O NO PRICE TOTAL St as za 1 m E CERERI PRI H Aa S LR LAE n n 1 i fo 1 Ss uii dated am i MM I i TW T F S S TOTAL Cartage Truck Only Welding Machines CHECK HERE WHEN Torch Outfits JOB IS
38. Change Disruption Terminatlon include sketch for clarification Affected Users signatures required Signatures Building Engineer Airline Tenant Rep Electrical Work Electrical permits are required and as builts must be submitted to CDA for Single Line Diagrams System Shutdown E Mail all affected parties with schedule of power or water shutdowns i e CDA tenants Hot Work Permit Inform Crash amp Fire Rescue attach copy and post original at jobsite Underground Work Have the following parties been contacted DIGGER utilities Yes No Provide DIGGER Case No FAA Yes No FAA Case No 7460 Form Landside Operations 894 2085 Airside Operations 686 2255 General Supt Of Utility Systems 686 2320 ASIG Fuel Commission Yes No Department of Aviation Comments __ et DENS __ ee Facies Maint amp Construction 686 7271 J O Hare Communication Center 686 5000 CDA Construction Safety 6862397 TT E Oe puo c E Lx _ ia E G A Security Office CDA Design amp Constr Engineer 894 5497 Project or Construction Managers must review and verify ali affected parties are notified and sign below 24 Hr Phone CD 686 2397 Resident Engineer or Construction Manager 24 Hr Phone Project Manager CDA or Consultant POST SIGNED ORIGINAL FORM AT JOBSITE version 02 2011
39. Chicago Department of Aviation Signature Required Date Other Signature Required Date Print Name Signature Required Date Page 7 of 7 EXHIBIT V 3 Request for FAA Assistance Date Primary Contractor Information Sub Contractor Information Company Name Company Name Address Address City City State Zip Code State Zip Code Point of Contact Point of Contact Title Title Phone Numbers Phone Numbers C C Related Project Type of assistance needed Example site access Date and time assistance is needed Was or is there a Pre Construction Meeting Yes No If yes Date Time Location Is there an Airspace Case Filed Yes No If Yes Case Number Additional Comments Completed By FAA Rep Date Contractor Rep Signature Upon completion fax this document to FAA 773 601 7702 EXHIBIT V 4 Chicago Department of Aviation Capital Improvement Program Incident Report Submit a copy of this report within 24 hours of incident to Date of Incident CARE PLUS LLC Telephone 773 447 4952 Time of Incident a m p m 10510 W Zemke Email Mark Leipold cityofchicago org Circle one Chicago IL 60666 Fax 773 894 3780 Today s Date ATTN Mark Leipold Senior Safety Officer Time a m p m Circle one Contractor Information General Contractor Project Name Proje
40. Chicago Midway International Airport Airside means generally those areas of an Airport which requires a person to pass through a security checkpoint to access References to sterile areas generally mean Airside areas within terminal buildings References to Airfield Aircraft Operations Area AOA or Secured areas generally mean outdoor Airside areas or areas not accessible to passengers Attachments are all the exhibits and other documents attached to the Bid Documents and or incorporated into the Contract by reference Bid refers to an offer made by a Bidder in response to an invitation for bids which includes a binding proposal to perform the Contract which the City may rely on and accept or in the case of an RFP or RFQ the submission proposal in response to that solicitation which may be subject to negotiation Bidder is a person firm or entity submitting a Bid in response to an invitation for bids for RFPs and RFQs references may be made to Respondents Once the Contract is awarded the Contractor shall assume that all references to a Bidder or Respondent and such attendant obligations apply to the Contractor Bid Opening Date is the date and time publicly advertised by the Chief Procurement Officer as the deadline for submission of Bids this may be referred to as a Proposal Due Date for RFP and RFQ solicitations Bid Documents means all the documents issued by the Chief Procurement Officer or referenced b
41. Contract in the jurisdiction set forth above 3 1 4 2 Consent to Service of Process The Contractor agrees that service of process on the Contractor may be made at the option of the City either by registered or certified mail addressed to the applicable office as provided for in this Contract by registered or certified mail addressed to the office actually maintained by the Contractor or by personal delivery on any officer director or managing or general agent of the Contractor The Contractor designates and appoints the representative identified on the signature page hereto under the heading Designation of Agent for Service Process as its agent in Chicago Illinois to receive on its behalf service of all process which representative will be available to receive such service at all times such service being hereby acknowledged by such representative to be effective and binding service in every respect Said agent may be changed only upon the giving of written notice by the Contractor to the City of the name and address of a new Agent for Service of Process who works within the geographical boundaries of the City of Chicago Nothing herein will affect the right to serve process in any other manner permitted by law or will limit the right of the City to bring proceedings against the Contractor in the courts of any other jurisdiction 3 1 4 3 Cooperation by Parties and between Contractors The Parties hereby agree to act in good faith and coop
42. Drawn Belt Loader Tractor Drawn Belt Loader with attached pusher two engineers Tractor with Boom Tractaire with Attachments Traffic Barrier Transfer Machine Trenching Truck Mounted Concrete Pump with Boom Raised or Blind Hole https www illinois gov idol Laws Rules CONMED Rates 2015 july COOK9999 htm Page 164 Page 4 of 7 8 13 2015 Cook County Prevailing Wage for July 2015 Drills Tunnel Shaft Underground Boring and or Mining Machines 5 ft in diameter and over tunnel etc Underground Boring and or Mining Machines under 5 ft in diameter Wheel Excavator Widener APSCO Class 2 Batch Plant Bituminous Mixer Boiler and Throttle Valve Bulldozers Car Loader Trailing Conveyors Combination Backhoe Front Endloader Machine Less than 1 cu yd Backhoe Bucket or over or with attachments Compressor and Throttle Valve Compressor Common Receiver 3 Concrete Breaker or Hydro Hammer Concrete Grinding Machine Concrete Mixer or Paver 75 Series to and including 27 cu ft Concrete Spreader Concrete Curing Machine Burlap Machine Belting Machine and Sealing Machine Concrete Wheel Saw Conveyor Muck Cars Haglund or Similar Type Drills All Finishing Machine Concrete Highlift Shovels or Front Endloader Hoist Sewer Dragging Machine Hydraulic Boom Trucks All Attachments Hydro Blaster Hydro Excavating excluding hose work Laser Screed All Locomotives Dinky Off Road Hauling Units including articulating Non
43. Employers Liability Workers Compensation Insurance as prescribed by applicable law covering all employees who are to provide work under this Contract and Employers Liability coverage with limits of not less than 1 000 000 each accident illness or disease 7 1 2 Commercial General Liability Primary and Umbrella Commercial General Liability Insurance or equivalent with limits of not less than 5 000 000 per occurrence for bodily injury personal injury and property damage liability Coverages must include the following All premises and operations products completed operations explosion collapse underground separation of insureds defense and contractual liability not to include Endorsement CG 21 39 or equivalent The City of Chicago is to be named as an additional insured on a primary non contributory basis for any liability arising directly or indirectly from the work The City of Chicago is to be named as an additional insured under the contractor s and any subcontractor s policy Such additional insured coverage shall be provided on ISO form CG 2010 for ongoing operations and CG 2037 after project completion or on a similar additional insured form acceptable to the City The additional insured coverage must not have any limiting endorsements or language under the policy such as but not limited to Contractor s sole negligence or the additional insured s vicarious liability Contractor s liability insurance shall be primary without rig
44. Handling chemicals without proper protection i e no apron face shield gloves boots respirator etc when required 24 Improper lifting methods 25 Lack of fire watch for welding flame cutting and grinding operations 26 Attendant improperly located during confined space entries 27 Smoking in prohibited areas 28 Failure to comply with tagging and lockout requirements 29 Working at heights over six feet without fall protection harnesses when outside a protected area properly erected scaffolding etc 30 Dry Chemical type fire extinguishers notin place inspection not up to date safety pin not sealed evidence of damage discharge etc 31 Emergency cabinets improperly stocked or in disarray 32 Access to emergency equipment not clear i e fire extinguisher hoses eye wash stations emergency shower etc 33 Zones not clearly marked or posted 34 Permits not posted 35 Warning signs are not posted 36 Welding machines operating when unattended and not in use 37 Leads and hoses improperly routed through doorways without protection from damage 38 Inadequate illumination for the work being performed 39 Cages not installed around light bulbs on drop cords 40 Ground Fault Circuit Interrupters not in place In addition to the Contractor s inspections the CM Manager of Safety shall on a periodic basis inspect each ongoing project The Contractor shall correct serious violations immediately and shall have
45. La Salle Street Room 806 Chicago Illinois 60602 If you wish to discuss this matter please contact the undersigned at Sincerely M WBE Special Conditions for Commodities amp Services 05 09 2014 96 Schedule Affidavit of Joint Venture M WBE Special Conditions for Commodities amp Services 05 09 2014 97 SCHEDULE B Affidavit of Joint Venture MBE WBE This form need not be submitted if all joint venturers are MBEs and or WBEs In such a case however a written joint venture agreement among the MBE and WBE venturers must be submitted In all proposed joint ventures each MBE and or WBE venturer must submit a copy of their current Letter of Certification All Information Requested by this Schedule must Be Answered in the Spaces Provided Do Not Refer to Your Joint Venture Agreement Except to Expand on Answers Provided on this Form If Additional Space Is Required Additional Sheets May Be Attached VI Name of joint venture Address of joint venture Phone number of joint venture Identify each non MBE WBE venturer s Name of Firm Address Phone Contact person for matters concerning MBEAWBE compliance Identify each MBEANBE venturer s Name of Firm Address Phone Contact person for matters concerning MBEAWBE compliance Describe the role s of the MBE and or WBE venturer s in the joint venture Attach a copy of the joint venture agreement In order to demonstrate the MBE and or WBE ventu
46. Letterhead SEND TO THE ASSIST AGENCIES DO NOT SEND TO THE CITY RETURN RECEIPT REQUESTED Date Specification No 132826 Project Description PROJECT DESCRIPTION Assist Agency Name and Address SEND TO THE ASSIST AGENCIES DO NOT SEND TO THE CITY Dear Bidder Proposer intends to submit a bid proposal in response to the above referenced specification with the City of Chicago Bids are due advertised specification with the City of Chicago The following areas have been identified for subcontracting opportunities on both a direct and indirect basis Our efforts to identify potential subcontractors have not been successful in order to meet the Disadvantaged Minority Women Business Enterprise contract goal Due to the inability to identify an appropriate DBE MBE WBE firm certified by the City of Chicago to participate as a subcontractor or joint venture partner a request for the waiver of the contract goals will be submitted If you are aware of such a firm please contact Name of Company Representative at Address Phone within 10 ten business days of receipt of this letter Under the City of Chicago s MBE WBE DBE Ordinance your agency is entitled to comment upon this waiver request to the City of Chicago Written comments may be directed within ten 10 working days of your receipt of this letter to Monica Jimenez Deputy Procurement Officer Department of Procurement Services City of Chicago 121 North
47. MARS light shall be attached to the top of the vehicle and visible for 360 degrees All construction equipment operating Airside shall have an operating amber MARS light attached to the top of its cab or shall have an orange and white checkered flag attached to its tallest point If the checkered flag is used the minimum size shall be 2 by 2 Contractor shall insure that all vehicles and equipment operating on the project shall be equipped with a back up alarm audible to a minimum of 200 feet Reflective vests shall be worn when working around heavy equipment L FIRE PREVENTION AND PROTECTION 1 GENERAL PRACTICES Fire protection must be present in accordance with all applicable standards No more than a one day 8 hour supply of flammable or combustible materials shall be stored inside a building 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 30 All portable flammable and combustible storage containers 55 gallon drums or elevated storage tanks shall be diked barricaded and grounded in accordance with applicable standards Contractor shall only allow flammable or combustible liquids to be stored in approved metal containers or portable tanks Containers must be marked as to its contents and placed with the 5 coding Approved Container means a container of not more than 5 gallon 8 9L capacity made of metal having a spring closing lid and spout cover so des
48. Manual Section VIII Emergency Procedures Issued for Use 6 1 2015 Page 59 2 ACCIDENTS INVOLVING SERIOUS INJURY OR DEATH Provide for necessary first aid Send for medical personnel Remove and or keep back all non essential personnel Provide assistance to rescue personnel as requested Make no comments Refer all inquiries to the Chicago Department of Aviation Allow no pictures to be taken except on approval of CDA or designated representative Notify CM Manager of Safety immediately Make full investigation and file the written report within twenty four 24 hours Dao 3 PROPERTY DAMAGE ACCIDENTS a Notify CM Manager of Safety b Protect against further damage where possible c Where the possibility of fire explosion or electrical injury exists take additional measures as necessary to protect personnel d Keep all spectators and non essential employees back and or away from the area e Make no comments Refer all inquiries to Chicago Department of Aviation f Allow no onsite pictures to be taken except on approval by the Construction Manager g Make full investigation and file report within twenty four 24 hours 4 BOMB THREAT When a bomb threat is received for the first time the project or office shall be evacuated immediately Notify the City of Chicago Police Department immediately A search of the premises will be made by the City of Chicago Police Department If a suspicious article is found DO
49. NI EXHIBIT V 6 Jo ojedsiq AouoSaourq Aq pouriojug dN og quo o3eds pourguoo v st Aj1ed poanfur ji Ajmuopi pue sorinfur oquiosaq sarin Ainfur poA oAur st jeu A juoprour sr uore rodo sry T james p lege eLL ordures J93u9 E amp ADITAI NV HSVO NI EXHIBIT V 6 JO adeds peurjuoo e si Aed painful ji Ajnuepi pue sounfui equosog s n Anfu aay SI JUSPIOU equosop 0 YEN UOne207 asuodsal OU 0 UO ED07 ee1y BuiBejs y 0 pues eins eg o dureg o dureg LL L6v68 1 noA AoueDJour3 EXHIBIT V 7 au DEPARTMENT OF AVIATION CDA ORD Notice to Airport Users Log No CDA Project or Requestor Date Project Title amp Location Contractor Phone Originator of User Form 24 Hr Phone Print Name Signature Has a Pre Construction Meeting been held Yes 0 Have all permits been procured L Yes No Must submit copies to CDA ls work being done by ORD badged personnel _ Yes No If not who is escorting Effective Dates Start Completion Hours Affected From Hrs To Hrs or Hrs Day Description of
50. Program for compliance with safety regulations property damage prevention and this written program The CM Manager of Safety shall provide monitoring of the Contractor s safety orientation program for Contractor s employees which includes a review of specific project issues including but not limited to Hazards present in their work assignments and the general work area Instruction in the proper selection and use of personal protective equipment Methods of reporting any unsafe conditions practices the workers may encounter Methods of reporting injuries and or illness and or property damage incidents Assisting the City Risk Manager with administration of Owner Controlled Insurance Programs when used for the project The CM Manager of Safety may collect and maintain copies of records with regards to safety and insurance as required by this program and shall produce periodic reports concerning the performance of the Contractors engaged in CAS projects The CM Manager of Safety may conduct regularly scheduled meetings of all Contractors subcontractors to review and discuss safety and property damage prevention This may be a meeting dedicated exclusively to those subjects or as an integral part of the routine scheduling planning meetings A safety and property damage prevention meeting must be held at least once a month and minutes of the meetings shall be kept The CM Manager of Safety and the Chicago Department of Aviation Safety Mana
51. Requests for work services or goods in the form of a Purchase Order will be issued by the Department and sent to the Contractor to be applied against the Contract The Contactor must not honor any order s perform work or services or make any deliveries of goods without receipt of a Purchase Order issued by the City of Chicago Any work services or goods provided by the Contractor without a Purchase Order is made at the Contractor s risk Consequently in the event such Purchase Order is not provided by the City the Contractor releases the City from any liability whatsoever to pay for any work services or goods provided without said Purchase Order Purchase Orders will indicate quantities ordered for each line item unit total cost shipping address delivery date fund chargeable information catalog information if applicable and other pertinent instructions regarding performance or delivery 3 2 1 2 Invoices If required by the Scope of Work Detailed Specifications original invoices must be sent by the Contractor to the Department to apply against the Contract Invoices must be submitted in accordance with the mutually agreed upon time period with the Department All invoices must be signed dated and reference the City s Purchase Order number and Contract number A signed work ticket time sheets manufacturer s invoice if applicable or any documentation requested by the Commissioner must accompany each invoice If a Contractor has more
52. Schedule 0 1 If applicable include the Bidder s Affidavit of MBE WBE Goal Implementation Plan This Affidavit must be signed and notarized e Request for a Reduction or Waiver of the MBE WBE Goals If applicable after making good faith efforts the Bidder is unable to provide a plan for the utilization of MBE and WBE firms that will achieve compliance with the MBE WBE goals the Bidder must as required by the MBE WBE Special Conditions submit a request for whole or partial waiver of the goals with its Bid Any waiver request must include documentation as required by the M WBE Special Conditions including but not limited to notification to an assist agency 1 12 3 Bid Deposits and Bid Bonds Bid deposits if required may be in the form of a bond certified check cashier s check or money order payable to the City of Chicago Bid bonds must be in the form provided by the Department of Procurement Services and must be executed by a surety licensed and authorized to do business in the State of Illinois Cash is not an acceptable form of bid deposit Substantial failure to comply with bid deposit requirements will result in rejection of the bid A non substantial failure to comply with the bid deposit requirement is a failure that does not provide a commercial advantage to the Bidder over other bidders Bid deposits will be returned with the exception of the bid bond deposit for the contract awardee s bid after the CPO has awarded the contract
53. Schedule B Affidavit of Joint Venture eese enne enne nnne nennen een 97 Schedule C 1 Letter of Intent From MBE WBE To Perform As Subcontractor Supplier and or Conil 103 Schedule D 1 Affidavit of Implementation of MBE WBE Goals and Participation Plan 105 Article 7 Insurance Requiremehts etre tee eii diete Ec eo Gee 110 7 1 Insurance to be Provided 4 rene ett dese eter E e de nde deae a 110 7 1 1 Workers Compensation and Employers Liability scene 110 7 1 2 Commercial General Liability Primary and 110 7 1 3 Automobile Liability Primary and Umbrella 110 7 1 4 All Risk Property dei EE ese 110 7 2 Additional Requirements sss eene nennen nennen nnns 111 Article 8 Economic Disclosure Statement and Affidavit 5 114 8 1 Online EDS Filing Required Prior To Bid Opening 114 8 2 Online EDS a 114 8 3 Online EDS Nurriber ertet een e a e ena 114 8 4 Online EDS Certification of Filing eese enne enne nennen neni nnn ni nnns 114 8 5 P
54. Specialty directly related to the performance of the subject matter of the Contract will count as Direct Participation toward the Contract Specific Goals Directory means the Directory of Certified Minority Business Enterprises and Women Business Enterprises maintained and published by the City of Chicago The Directory identifies firms that have been certified as MBEs and WBEs and includes both the date of their last certification and the area of specialty in which they have been certified Contractors are responsible for verifying the current certification status of all proposed MBE and WBE firms M WBE Special Conditions for Commodities amp Services 05 09 2014 81 Good Faith Efforts means actions undertaken by a bidder or contractor to achieve a Contract Specific Goal that the or his or her designee has determined by their scope intensity and appropriateness to the objective can reasonably be expected to fulfill the program s requirements Indirect Participation refers to the value of payments made to MBE or WBE firms for work that is done in their Area of Specialty related to other aspects of the Contractor s business Note no dollar of such indirect MBE or WBE participation shall be credited more than once against a contractor s MBE or WBE commitment with respect to all government contracts held by that contractor Joint venture means an association of a MBE or WBE firm and one or more other firms to carry out a singl
55. Specifications Scope Standard specifications or terms of the City State or Federal Government Insurance Requirements MBE WBE DBE Special Conditions if any Invitation to bid and proposal bid pages if applicable Performance Bond if required Bid Deposit if required 3 1 2 2 Interpretation and Rules Unless a contrary meaning is specifically noted elsewhere the phrases as required as directed as permitted and similar words mean the requirements directions and permissions of the Commissioner or CPO as applicable Similarly the words approved acceptable satisfactory and similar words mean approved by acceptable to or satisfactory to the Commissioner or the CPO as applicable Standard Terms and Conditions 09 03 2015 17 The words necessary proper or similar words used with respect to the nature or extent of work or services mean that work or those services must be conducted in a manner or be of a character which is necessary or proper for the type of work or services being provided in the opinion of the Commissioner and the CPO as applicable The judgment of the Commissioner and the CPO in such matters will be considered final Wherever the imperative form of address is used such as provide equipment required it will be understood and agreed that such address is directed to the Contractor unless the provision expressly states that the City will be responsible for the action 3 1 2 3 Severability The
56. Switch IN WC b Combustion Fan Rub Switch 3 Purge Period Timer Pre Light off Setat seconds Post Purge Setat seconds Leak Test of Gas Safety Shutoff Valves Proof of Closure Low Fire Start Interlock DO w A Fuel Interlocks Trips natural Gas a High Gas Pressure Trip reset _ PSI b Low Gas Pressure Trip reset PSI 8 Fuel Interlocks Trips Oil Loss of atomizing steam air trip PSI Low oil pressure trip PSI Low oil temperature trip 9 High Water Pressure Interlock Reset PSI 10 Operating Steam Pressure Limit PSI As Found 11 High Temperature Interlock F 12 Operating Temperature Limit F 13 Low Water Cutoffs _In a Primary Device Quick Drain Trip amp Alarm b Secondary Device Quick Drain Alarm Trip amp Lockout c Trip Level during slow drain Level in Inches Remarks Explain any Failures or Testing of Other interlocks below As Left Were Failures Corrected Date Reviewed by Inspected by 144 EXHIBIT 1 E1 Monthly Equipment Checklist Seasonal September May 145 Monthly Equipment Checklist Seasonal September May Exhibit 1 E1 Must be submitted with invoice for payment H amp R Building Seasonal Inspection September May Location Inspection Inspector Name PM Date Signature 1 H amp R building and ring tunnel heating systems 2 H amp Rtaxiway bridge heating systems both a
57. THE CITY AGREES TO Designate representatives in its employ to receive instructions in providing the normal lubrication for the equipment as specified herein before and to perform other functions as stipulated under Work Not Included In This Contract Operate the equipment in accordance with the manufacturer s instructions and to notify the Contractor promptly of any change in usual or normal operating conditions provide convenient access to the equipment and make the equipment available for the scheduled maintenance inspections and make light heat and electrical power available for the work under this Contract at no cost to the Contractor 5 7 1 18 WORK NOT INCLUDED IN THIS CONTRACT Scope of Work and Detailed Specifications 75 This Contract does not include the following a Operating or monitoring equipment on a daily basis b Replacement of any wiring piping or tubing system involved in the functioning of the instrumentation and controls Furnishing replacements of material and equipment that has been stolen d Maintenance for any pumps 5 8 1 19 WORK PROCEDURES It is the responsibility of the Contractor to notify the Deputy Commissioner of Facilities regarding the need for any repairs and replacements which must be done In the event of an emergency the Contractor shall be called to send Control Fitters within two 2 hours after receiving a call and with instruction to proceed with the Emergency Repairs ER The C
58. Termination f Sewer N A Yes No Origin Termination g Other N A Yes No Origin Termination Origin and Terminal have been determined within the job limits Contractor s Proposed Method of Identifying Known Utilities Vacuum Excavating Yes No Ground Penetrating Radar Yes No Hand Excavation Yes No Other Explain Were all known utilities identified Yes No If no which known utilities were not identified and why Yes No If yes the the space below describe the nature of the situation and the actions taken Utility Delineation Has the ten foot 10 utility channel five feet 5 on either side of the know utilities been marked or delineated with Snow Fence Orange Silt Fence or PVC indicators where the new work crosses the utility Requesting Variance to this Procedure 1 Runways Are utility locates required within the Runway Safety Area RSA Identify the method the utility locates have been identified Potholed Hydroexcavated and marked using PVC and Surveyed Yes Yes Paint No No Flags No Utility Locates Shall Be Performed Within the Runway Safety Area While the Runway is Open to Air Traffic All runway safety area locates must be performed between the hours of 2200 and 0600 10 00 pm 6 00 am Page 5 of 7 EXHIBIT V 2 UTILITY LOCATES Continued Taxiways Are utility locates requ
59. The Contractor must provide to the commissioner of his her designated representative with copies of all dump tickets manifests etc LOCATION ADDRESS PHONE CONTACT PERSON Disposal site submitted shall be of sufficient capacity as to insure acceptance of the volume of Construction and or Demolition Debris received for the period of this contract These disposal sites must meet all zoning and other requirements that may be necessary If requested by the Chief Procurement Officer the Contractor shall submit copies of all contractual agreements sanitary landfill permits and or licenses for these disposal site s proposed by the Contractor 150 Exhibit 2 Insurance Certificate of Coverage Named Insured Specification 132826 Address RFP Number and Street Project Contract City State ZIP Description of Operation Location _ l The insurance policies and endorsements indicated below have been issued to the designated named insured with the policy limits as set forth herein covering the operation described within the contract involving the named insured and the City of Chicago The Certificate issuer agrees that in the event of cancellation non renewal or material change involving the indicated policies the issuer will provide at least sixty 60 days prior written notice of such change to the City of Chicago at the address shown on this Certificate This certificate is issued to the City of Chicago in co
60. Title VI Compliance With Nondiscrimination Requirements 28 3 3 3 1 Compliance with Federal Nondiscrimination Requirements 28 3 3 3 2 Non discrimitiatiol oreet Re o o eyed ee eee ee e lens 29 3 3 3 3 Solicitations for Subcontracts Including Procurements of Materials and Equipment 29 3 3 3 4 Information and REDO Sessioner etuier eeaeee anaedai a nennen nennen eerte rris ns 30 3 3 3 5 Sanctions for Noncompliance eeseeeeeeeeeee eene 30 3 3 3 6 Incorporation of 30 3 3 4 Other Non Discrimination nnn 30 3 3 4 1 Illinois Human Rights Act nemen nennen enne 30 3 3 4 2 Chicago Human Rights Ordinance MCC Ch 2 160 30 3 3 4 3 Business Enterprises Owned by People With Disabilities BEPD 30 3 3 5 MEDICUM M H A 32 3 3 5 1 Minimum Wage Mayoral Executive Order 2014 1 32 3 3 5 2 Living Wage Ordinance 33 3 3 5 3 EqualiPay oic oe i ate tete cie mercurio A 34 3 3 6 Economic Disclosure Statement and Affidavit and Appendix A EDS 34 3 3 6 1 Business Relationships With El
61. WORK IN PROGRESS WATCH FG IRE IN CASE OF EMERGENCY CALL O Hare Command Center vi AT 7 894 9111 WARNING EXHIBIT V 5 WARNING HOT WORK IN PROGRESS WATCH FOR 773 838 9111 IN CASE OF A RGENCY CALL Bray AND CENTER WARNING EXHIBIT V 6 Confined Space Entry Permit Entry Date Start Time Completion Time Description of Work To Be Performed Description of Space Confined Space ID Number Type Classification Building Name Location of Confined Space Entry Checklist Potential Hazards Identified Communication Established with Operations Ctr Emergency Procedures Reviewed Entrants and Attendants Trained Isolation of Energy Completed Area Secured Emergency Escape Retrieval Equipment Availak Personal Protective Equipment Used Tripod with Mechanical Winch Rescue Tripod with Lifeline tain d Breathing Apparatus Harness Two way Communications General Local Exha Safety Glasses Goggles Face Shield Gloves Other PPE or Equipment Used Calibration Performed Alarm Conditions Monitoring Performed by sign Date Time Continuous Air Monitoring Results Time Oxygen LEL CO H2S Time Oxygen LEL CO H2S Time Oxygen LEL 25 Time Oxygen LEL CO H2S Authorization We have reviewed the work authorized by this permit and the information contained here in Written instructions and safe
62. acknowledge the receipt of a full set of Bid Documents and any and all Addenda at the top of the Bid Execution Page City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 ARTICLE 1 REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS Read this carefully before preparing your bid 1 1 The Bid Documents The Bid Documents include this Invitation for Bids Legal Advertisement Notice Bid Proposal Pages Requirements for Bidding and Instructions for Bidders Standard Terms and Conditions Special Conditions Scope of Work and Detailed Specifications Plans and Drawings if any Insurance Requirements MBE WBE Special Conditions or DBE Special Conditions as applicable and all other exhibits attached hereto and any and all Clarifications and Addenda issued by the City Upon the award and execution of a contract pursuant to the Bid Documents the Bid Documents become the Contract Documents 1 2 Obtaining the Bid Documents Bidders are solely responsible for obtaining all Bid Documents including Clarifications and Addenda In the event of a conflict or inconsistency between the Bid Documents obtained on line and the printed Bid Documents available from the Bid amp Bond Room the terms and conditions of the printed Bid Documents will prevail 1 2 1 Printed Bid Documents Printed copies of Bid Documents are available for pickup from Bid amp Bond Room Room 103 City Hall 121 North LaSalle Street
63. ad te ilo a Fe Re Een 17 3 1 2 2 Interpretation and R les o tet te eoe es Cete Poe te etes be eeu 17 3 1 2 3 Severability ect ht e a n E eee eed A ot 18 3 1 2 4 Entire Contract sci eee Ie e eb ee te ER Eee eene baie o eo EE Ee 18 3 1 3 Subcontracting and Assignment 18 3 1 3 1 No Assignment of nennen nennen 18 3 1 3 2 S bcontracts 6 18 3 1 3 3 No Pledging or Assignment of Contract Funds Without City Approval 18 3 1 3 4 City s Right to 5101 ertt eerie eva e 18 3 1 3 5 hodic En 19 3 1 4 Contract Governance iie oen Hee dd ipee EG i 19 3 1 4 1 Governing Law and Jurisdiction eeeeseeessssseseeeeeee nennen nnn 19 3 1 4 2 Consent to Service of Process ceccsececceseeseeeeeceeeceeeeaeeceeseeeeeaaaeceeeeeeeaaaeeeeeeseaaas 19 3 1 4 3 Cooperation by Parties and between 19 3 1 4 4 No Third Party Beneficiaries esses eene eene nennen nins nnns 20 3 1 4 5 Independent Contractor 20 3 1 4 6 AURA OMY I 20 3 1 4 7 Joint and Several 20 3 1 4 8 20 3 1 4 9
64. and Affidavit EDS 118 you will provide us with a user ID password and secret question for user authentication only you will have knowledge of this unique identification information Q lam filing electronically How do I sign my EDS A Once you have completed the EDS you will be prompted to enter your password and answer to your secret question Together these will serve as your electronic signature Although you will also print and physically sign an EDS certification of filing as a notice that your EDS was filed your EDS is complete as a legal document with only the electronic filing Q My address has changed How can update my information A You must be an EDS Captain for your organization to update this Log in and click on Vendor Admin Site Administration Select the appropriate site and click edit Q Ihave more questions How can contact the Department of Procurement Services A Please contact the contract administrator or negotiator assigned to your solicitation or contract You may call DPS at 312 744 4900 between 8 30 AM and 5 00 PM Central Time save a partially complete EDS A Yes Click Save To avoid data loss we recommend you save your work periodically while filling out your EDS Q Dol have to re type my information each time submit an EDS A No system will remember non contract specific information from your last submitted EDS for one year This information will be fille
65. and Liability Act 42 U S C 9601 et seq the Resource Conservation and Recovery Act 42 U S C 6901 et seq the Hazardous Materials Transportation Act 49 U S C 5101 et seq the Clean Air Act 42 U S C 7401 et seq the Federal Water Pollution Control Act 33 U S C 1251 et seq the Occupational Safety and Health Act 29 U S C 651 et seq the Illinois Environmental Protection Act 415 ILCS 5 1 et seq the Illinois Health and Safety Act 820 ILCS 225 01 et seq Chapters 7 28 and 11 4 of the Chicago Municipal Code and all related rules and regulations Standard Terms and Conditions 09 03 2015 39 Law s The word Law or Laws whether or not capitalized is intended in the broadest possible sense including without limitation all federal state and local statutes ordinances codes rules regulations administrative and judicial orders of any kind requirements and prohibitions of permits licenses or other similar authorizations of any kind court decisions common law and all other legal requirements and prohibitions Routine As applied to reports or notices routine refers to a report or notice that must be made submitted or filed on a regular periodic basis e g quarterly annually biennially and that in no way arises from a spill or other release or any kind or from an emergency response situation or from any actual possible or alleged noncompliance with any Environmental Law 3 3 10 2 Joint Ventures If Co
66. and address of similar projects on which the product has been used and date of usage 2 Itemized comparison of the proposed alternate item with product or service specified listing of significant variations A Bidder warrants and represents that in making a formal request for substitution with alternate items that 1 The proposed alternate item is equivalent to or superior in all respects to the product specified and 2 The same warranties and guarantees will be provided for the alternate item as for the product specified City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 The may in his or her sole discretion accept an alternate item for a specified item provided the alternate item so bid is in the CPO s sole opinion the equivalent of the item specified in the solicitation An alternate item that the CPO determines not to be equivalent to the specified item shall render the bid non responsive and the CPO shall reject the bid 1 14 Authorized Dealer Distributor For bids involving the furnishing of equipment or other goods that are subject to manufacturer warranties that require sale or installation by authorized dealers or distributors the Contractor must be the manufacturer or an authorized dealer distributor of the proposed manufacturer and be capable of providing genuine parts assemblies and or accessories as supplied by the manufacturer Further the Contractor must be capable
67. and rules for personal protective equipment All personnel including visitors and truck drivers shall comply with the following 1 HEAD PROTECTION All Foremen Superintendent Field Engineers and Management will wear white hard hats and all craft employees will wear colored hard hats Hard hats shall be worn at all times while onsite Exceptions to this are allowed only in the following cases Inside the main office trailers Inside enclosed vehicles While welding with the use of a welding helmet with over the head harness Where the head protection may otherwise constitute a hazard e g upside down position narrow openings etc NOTE During periods of high winds insure chinstrap is obtained properly adjusted and used The cradle of the hard hat shall be adjusted so that the weight of the hat is carried on it There must be 1 1 4 inch clearance between the top of the hat and the head No other hats shall be worn under the hard hat Do not draw the headband too tight just snug enough to prevent the hat from tilting Special liners for winter use should be used Inspect the hat daily for broken rim or crown defective headband or cradle etc Replace if any defects are detected and keep the headband clean Do not cut or drill holes in the hat The hat will be weakened and the protection ability compromised Hard hats shall be worn with the bill to the front All safety hats must meet ANSI Standard
68. any part of the deliverables nor any extension of time nor any possession taken by the City shall operate as a waiver by the City of any portion of the Contract or of any power herein reserved or any right of the City to damages herein provided A waiver of any breach of the Contract shall not be held to be a waiver of any other or subsequent breach Whenever under this Contract the City by a proper authority waives the Contractor s performance in any respect or waives a requirement or condition to either the City s or the Contractor s performance the waiver so granted whether express or implied shall only apply to the particular instance and will not be deemed a waiver forever or for subsequent instance of the performance requirement or condition No such waiver shall be construed as a modification of this Contract regardless of the number of time the City may have waived the performance requirement or condition 3 1 4 11 Non appropriation of Funds Pursuant to 65 ILCS 5 8 1 7 any contract for the expenditure of funds made by a municipality without the proper appropriation is null and void If no funds or insufficient funds are appropriated and budgeted in any fiscal period of the City for payments to be made under this Contract then the City will notify the Contractor of that occurrence and this Contract shall terminate on the earlier of the last day of the fiscal period for which sufficient appropriation was made or whenever the funds a
69. benefits ordinarily provided to individuals employed and paid through the regular payrolls of the City The City is not required to deduct or withhold any taxes FICA or other deductions from any compensation provided to Contractor 3 1 4 6 Authority Execution of this Contract by the Contractor is authorized and signature s of each person signing on behalf of the Contractor have been made with complete and full authority to commit the Contractor to all terms and conditions of this Contract including each and every representation certification and warranty contained herein attached hereto and collectively incorporated by reference herein or as may be required by the terms and conditions hereof If other than a sole proprietorship Contractor must provide satisfactory evidence that the execution of the Contract is authorized in accordance with the business entity s rules and procedures 3 1 4 7 Joint and Several Liability In the event that Contractor or its successors or assigns if any is comprised of more than one individual or other legal entity or a combination thereof then and in that event each and every obligation or undertaking herein stated to be fulfilled or performed by Contractor will be the joint and several obligation or undertaking of each such individual or other legal entity 3 1 4 8 Notices All communications and notices to the City from the Contractor must be faxed delivered personally electronically mailed or m
70. by any means available to it before the records or documents are submitted to a court or other third party Contractor however is not obligated to withhold the delivery beyond the time ordered by the court or administrative agency unless the subpoena or request is quashed or the time to produce is otherwise extended 3 1 6 Indemnity Contractor must defend indemnify keep and hold harmless the City its officers representatives elected and appointed officials agents and employees collectively the Indemnified Parties from and against any and all Losses as defined below in consequence of the granting of this Contract or arising out of or being in any way connected with the Contractor s performance under this Contract except as otherwise provided in 740 ILCS 35 Construction Contract Indemnification for Negligence Act if it applies including those related to injury death or damage of or to any person or property any infringement or violation of any property right including any patent trademark or copyright failure to pay or perform or cause to be paid or performed Contractors covenants and obligations as and when required under this Contract or otherwise to pay or perform its obligations to any subcontractor the City s exercise of its rights and remedies under this Contract and injuries to or death of any employee of Contractor or any subcontractor under any workers compensation statute When 740 ILCS 35 applies indemnification pr
71. color religion sex age handicap or national origin or 2 to limit segregate or classify his employees or applicants for employment in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee because of such individuals race color religion sex age handicap or national origin Contractor must comply with The Civil Rights Act of 1964 42 U S C sec 2000 et seq 1988 as amended Attention is called to Exec Order No 11 246 30 Fed Reg 12 319 1965 reprinted in 42 U S C 2000 e note as amended by Exec Order No 11 375 32 Fed Reg 14 303 1967 and by Exec Order No 12 086 43 Fed Reg 46 501 1978 Age Discrimination Act 42 U S C sec 61 01 61 06 1988 Rehabilitation Act of 1973 29 U S C sec 793 794 1988 Americans with Disabilities Act 42 U S C sec 12102 et seq and 41 C F R Part 60 et seq 1990 and all other applicable federal laws rules regulations and executive orders 3 3 3 Civil Rights Act of 1964 Title VI Compliance With Nondiscrimination Requirements During the performance of this contract the contractor for itself its assignees and successors in interest hereinafter referred to as the contractor agrees as follows 3 3 3 1 Compliance with Federal Nondiscrimination Requirements The contractor will comply with federal nondiscrimination laws regulations and authorities as they may be amended from time t
72. confirm payments received All monthly confirmations must be reported on or before the 20th day of each month Contractor and subcontractor reporting to the C2 system must be completed by the 25th of each month or payments may be withheld d All subcontract agreements between the contractor and MBE WBE firms or any first tier non certified firm and lower tier MBE WBE firms must contain language requiring the MBE WBE to respond to email and or fax notifications from the City of Chicago requiring them to report payments received for the prime or the non certified firm Access to the Certification and Compliance Monitoring System C2 which is a web based reporting system can be found at https chicago mwdbe com e The Chief Procurement Officer or any party designated by the Chief Procurement Officer shall have access to the contractor s books and records including without limitation payroll records tax returns and records and books of account to determine the contractor s compliance with its commitment to MBE and WBE participation and the status of any MBE or WBE performing any portion of the contract This provision shall be in addition to and not a substitute for any other provision allowing inspection of the contractor s records by any officer or official of the City for any purpose f The Contractor shall maintain records of all relevant data with respect to the utilization of MBEs and WBEs retaining these records for a period of a
73. contained within pressurized lines 2015 CDA Construction Safety Manual Section VII Health Precautions Issued for Use 6 1 2015 Page 50 Improper inadequate or poorly maintained respiratory protective or rescue equipment l Absence of an attendant stationed outside of the entrance m Lack of ability to communicate between inside workers and outside personnel 4 PROCEDURES FOR ENTRY The following are conditions for entry into all confined spaces Break or block supply lines or lock out valves on those supply lines servicing the vessel or space The flow of material into confined spaces while employees are working there must be eliminated Caution must be exercised while breaking supply lines to prevent exposure to hazardous material they may contain Lock and tag out energy sources to moving parts inside the space such as agitators converters or mixing blades Before entry the confined space shall be purged by leaving access doors or hatches open Natural ventilation is then possible or mechanical ventilation may be provided by a portable blower When portable blowers are used intakes to this air moving equipment must be positioned so that only clean air is introduced into the confined space Any accumulation of material which could make the atmosphere hazardous such as sludge or liquids shall be removed before entry where possible Air sampling is required prior to any entry into a confined space Mechanical ventilation mu
74. entering or exiting DOWM facilities are subject to searches Vehicles may not contain any materials other than those needed for the project The Commissioner may deny access to any vehicle or individual in his sole discretion C Allindividuals operating a vehicle on DOWM property must be familiar and comply with motor driving regulations and procedures of the State of Illinois and the City of Chicago The operator must be in possession of a valid state issued Motor Vehicle Operator s Driver License D All required City stickers and State Vehicle Inspection stickers must be valid E Individuals must remain within their assigned area and haul routes unless otherwise instructed by the City F Accessto the Work sites will be as shown or designated on the Contract Documents Drawings or determined by the Commissioner The Commissioner may deny access when in his sole discretion the vehicle or individual poses some security risk to DOWM 3 6 4 4 Gates and Fences Whenever the Contractor receives permission to enter DOWM property in areas that are exit entrance points not secured by the City the Contractor may be required to provide gates that comply with DOWM design and construction standards Contractor must provide a licensed and bonded security guard subject to the Commissioner s approval and armed as deemed necessary by the Commissioner at the gates when the gates are in use DOWM Security will provide the locks Failure to provide and m
75. equipment breakdown water including overflow leakage sewer backup and seepage debris removal faulty workmanship or materials mechanical electrical breakdown or failure and testing The City of Chicago is to be named as an additional and loss payee The Contractor is responsible for all loss or damage to City property at full replacement cost The Contractor is responsible for all loss or damage to personal property including but not limited to materials equipment tools and supplies owned rented or used by Contractor 7 1 5 Professional Liability Insurance Requirements 110 When any architects engineers construction managers or other professional consultants perform work in connection with this Contract Professional Liability Insurance covering acts errors or omissions must be maintained with limits of not less than 1 000 000 Coverage must include pollution liability if environmental site assessments will be done When policies are renewed or replaced the policy retroactive date must coincide with or precede start of work on the Contract A claims made policy which is not renewed or replaced must have an extended reporting period of two 2 years 7 1 6 Valuable Papers When any plans designs drawings specifications and documents are produced or used under this Contract Valuable Papers Insurance must be maintained in an amount to insure against any loss whatsoever and must have limits sufficient to pay for the re creation
76. for the purpose of establishing the specific mechanism by which this information will be gathered processed and reported The parties hereto agree and acknowledge that the commitments set forth herein including those in the attached Appendix C are interdependent In the event the goals and commitments set forth in Appendix C are not realized the City shall bring this to the attention of the Chicago Building Trades Council Council and the parties shall immediately meet for the purpose of identifying the cause s of said failure and implement necessary measures to remedy the failure Should the Council s affiliate members refuse to implement measures reasonably necessary to realize these goals and commitments the City may terminate this Agreement subsequent to January 13 2013 If as of June 1 2012 the City believes that the Council s affiliate members have failed to implement measures reasonably necessary to realize these goals and commitments the City may at that time deliver to the Council formal written notice of intent to terminate this Agreement on January 2013 Upon deliverance of such notice the parties shall immediately meet to craft and implement additional measures to remedy such failure If the parties are unsuccessful in implementing satisfactory measures the City may implement said notice of termination on January 1 2013 The parties acknowledge the Residency requirement for employees of contractors and subcontractors in
77. g agreement must be included with the bid If the application is not approved the bidder must show that it has made good faith efforts to meet the contract specific goals 6 7 Reporting Requirements During the Term of the Contract a The Contractor will not later than thirty 30 calendar days from the award of a contract by the City execute formal contracts or purchase orders with the MBEs and WBEs included in their approved MBE WBE Utilization Plan These written agreements will be made available to the Chief Procurement Officer upon request b The Contractor will be responsible for reporting payments to all subcontractors on a monthly basis in the form of an electronic report Upon the first payment issued by the City of Chicago to the contractor for services performed on the first day of each month and every month thereafter email and or fax audit notifications will be sent out to the Contractor with instructions to report payments that have been made in the prior month to each subcontractor The reporting of payments to all subcontractors must be entered into the Certification and Compliance Monitoring System C2 or whatever reporting system is currently in place on or before the fifteenth 15th day of each month Once the prime Contractor has reported payments made to each subcontractor including zero dollar amount payments the subcontractor will receive an email and or fax notification requesting them to log into the system and
78. hitch shall have the loads balanced to prevent slippage d Loads handled by sling shall be landed on cribbing or dunnage so that slings will not be pulled from under or be crushed by the load e Slings subjected to shock loading shall be immediately removed from use and destroyed 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 21 0 When U bolt wire rope clips are used industry recognized standards shall be used to determine number and spacing of clips Wire rope cable clips shall be applied in accordance with recognized standards 11 INSPECTION AND RECORD KEEPING In addition to the inspection required elsewhere in this document thorough inspection of slings in use shall be made on a regular basis as determined by apop Severity of service conditions Frequency of sling use Nature of lifts being made Experience gained on the service life of slings used in similar use Inspection periods shall not exceed once in twelve 12 months A record of inspections shall be maintained onsite 12 INSPECTION CRITERIA Wire rope slings shall be removed from service when a b C d e There is wear or scraping of one third the original diameter of outside individual wires Kinking crushing birdcaging or similar damage End attachments are cracked deformed or worn There is exposure to temperatures in excess of 200 degrees F fiber core or 400 d
79. is required and the prevailing wage is higher than the Minimum Wage then the Contractor must pay the prevailing wage Contractors are reminded that they must comply with Municipal Code Chapter 1 24 establishing a minimum wage 3 3 5 2 Living Wage Ordinance MCC Sect 2 92 610 provides for a living wage for certain categories of workers employed in the performance of City contracts specifically non City employed security guards parking attendants day laborers home and health care workers cashiers elevator operators custodial workers and clerical workers Covered Employees Accordingly pursuant to MCC Sect 2 92 610 and regulations promulgated thereunder if the Contractor has 25 or more full time employees and if at any time during the performance of the contract the Contractor and or any subcontractor or any other entity that provides any portion of the Services collectively Performing Parties uses 25 or more full time security guards or any number of other full time Covered Employees then The Contractor s obligation to pay and to assure payment of the Base Wage will begin at any time during the Contract term when the conditions set forth in 1 and 2 above are met and will continue thereafter until the end of the Contract term As of July 1 2015 the Base Wage is 12 13 The current rate can be found on the Department of Procurement Services website Note As of July 1 2015 the wage specified by Mayoral Executive Or
80. ladder 4 to 1 ratio shall be used b All straight ladders must be tied off at the top or otherwise secured to prevent movement A second employee must hold the bottom of the ladder while the top is being secured C Ladders used for access to a floor roof or platform must extend at least 36 above the point of bearing d Splicing ladders together is prohibited e Never use a ladder against a vertical pipe unless the ladder is equipped with a specially designed web strap f Do not place the ladder against movable objects 2015 CDA Construction Safety Manual Section VI General Safety Requirements Page 34 g Straight ladders shall not be climbed beyond the third step from the top 3 STEPLADDERS a top two steps shall not be used b Thelegs shall be fully spread and the spreading bars locked firmly in place c Only one person may use a stepladder at a time d The use ofa stepladder as a straight ladder is prohibited N SCAFFOLDS All scaffolds shall be erected and used under the supervision of a competent person and shall adhere to all the requirements of 29 CFR 1926 450 With exception to fall protection where fall hazards exceed six 6 feet fall protection shall be utilized The Contractor shall have each employee who performs work while on a scaffold trained by a person qualified in the subject matter to recognize the hazards associated with the type of scaffolding being used and to understand the procedures
81. less than 9596 of the current contract price For purposes of determining the first percentage change in the CPI the base CPI will be the CPI in the 24th completed month of the Contract which will be compared to the CPI in the 36th completed month of the Contract Subsequent price changes will be based on the year over year percentage change in the CPI For example for the adjustment at the beginning of the fifth year of the contract month 49 the CPI from month 36 will be compared to the CPI for month 48 Any Services provided by the Contractor at a price change without a properly executed contract modification signed by the Chief Procurement Officer is made at the Contractor s risk Consequently in the event such modification is not executed by the City the Contractor releases the City from any liability whatsoever to pay for any work and or services provided at an unapproved increased price It is the Contractor s responsibility to request the increase If the Contractor delivers product after the date requested for the escalation to begin the anniversary date of the start of the Contract but prior to the increase being granted the Contractor may retroactively bill the City for the difference if and when the request is formally approved In the interim the Contractor must bill the City at the prices currently in effect in the Contract Price escalation applies to Lines 1 9 5 8 Technical Requirements Scope of Work and Detailed Speci
82. may examine similar commercial transactions particularly those in which MBEs or WBEs do not participate to determine whether non MBE and non WBE firms perform the same function in the marketplace to make a determination iii Indications that a subcontractor is not performing a commercially useful function include but are not limited to labor shifting and equipment sharing or leasing arrangements with the prime contractor or a first tier subcontractor b Only the value of the dollars paid to the MBE or WBE firm for work that it performs in its Area of Specialty in which it is certified counts toward the Contract Specific Goals C For maintenance installation repairs or inspection or professional services if the MBE or WBE performs the work itself 10096 of the value of work actually performed by the MBE s or WBE s own forces shall be counted toward the Contract Specific Goals including the cost of supplies and materials purchased or equipment leased by the MBE or WBE from third parties or second tier subcontractors in order to perform its sub contract with its own forces except supplies and equipment the MBE or WBE subcontractor purchases or leases from the prime contractor or its affiliate 096 of the value of work at the project site that a MBE or WBE subcontracts to a non certified firm counts toward the Contract Specific Goals d If the MBE or WBE is a manufacturer 10096 of expenditures to a MBE or WBE manufacturer for items n
83. method available In no event will the Contractor be relieved of its obligations under this Contract until all Services requested prior to the expiration of the Contract has been completed and accepted by the Commissioner Special Conditions for Work Services Contracts 05 30 2014 57 4 3 Compensation The Services will be provided at the prices listed on the Proposal Pages submitted with the Contractor s bid and as accepted by the City Adjustments to prices will be as provided in the Scope of Work and Detailed Specifications as applicable 4 4 Centralized Invoice Processing This Contract is subject to Centralized Invoice Processing CIP Invoices must be submitted directly to the Comptroller s office by US Postal Service mail to the following address as appropriate Invoices for any City department other than the Department of Aviation Invoices City of Chicago Office of the City Comptroller 121 N LaSalle St Room 700 Chicago IL 60602 Invoices for the Department of Aviation Chicago Department of Aviation 10510 W Zemke Blvd P O Box 66142 Chicago IL 60666 Attn Finance Department OR Invoices for any department including Aviation may be submitted via email to invoices cityofchicago org with the word INVOICE in the subject line All invoices must be signed marked original and include the following information or payment will be delayed Invoice number and date Contract Purchase Order number Blanket Rele
84. must make available to the Commissioner within one 1 day of request the personnel file of any employee who will be working on the project At the Commissioner s request the Contractor and Subcontractor must maintain an employment history of employees going back five years from the date Contractor began Work or Services on the project If requested Contractor must certify that it has verified the employment history as required on the form designated by the Commissioner Contractor must provide the City at its request a copy of the employment history for each employee Employment history is subject to audit by the City DOWM Security Badges and Vehicle Permits will only be issued based upon properly completed Area Access Application Forms Employees or vehicles without proper credentials will not be allowed on DOWM property The following rules related to Security Badges and Vehicle Permits must be adhered to A Eachemployee must wear and display the DOWM Security Badge issued to that employee on his or her outer apparel at all times B Atthe sole discretion of the Commissioner and law enforcement officials including but not limited to the Chicago Police Department Cook County Sheriffs Office Illinois State Police or any other municipal state or federal law enforcement agency all vehicles and their contents are subject to interior and or exterior inspection entering or exiting DOWM facilities and all employees and other individuals
85. needed for the installation of such materials building of scaffolding polishing if needed patching waxing of material if damaged pointing up caulking grouting and cleaning of marble holding water on diamond or Carborundum blade or saw for setters cutting use of tub saw or any other saw needed for preparation of Material drilling of holes for wires that anchor material set by setters mixing up of molding plaster for installation of material mixing up thin set for the installation of material mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble slate travertine art marble serpentine alberene stone blue stone granite and other stones meaning as to stone any foreign or domestic Materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade carrara sanionyx vitrolite and similar opaque glass and the laying of all marble tile terrazzo tile slate tile and precast tile steps risers treads base or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner MATERIAL TESTER I Hand coring and drilling for testing of materials field inspection of uncured concrete and asphalt MATERIAL TESTER II Field inspec
86. of furnishing original product warranty and manufacturers related services such as product information product recall notices etc The Bid Documents will typically ask the Bidder to certify that it is an authorized dealer distributor when this requirement is applicable The Bidder s compliance with these requirements will be determined by the CPO whose decision will be binding 1 15 Estimated Quantities Unless explicitly stated to the contrary in the Scope of Work Detailed Specifications or Proposal pages any quantities shown on the Proposal Pages represent estimated usage and as such are for bid canvassing purposes only The City reserves the right to increase or decrease quantities ordered Nothing herein will be construed as intent on the part of the City to procure any goods or services beyond those determined by the City to be necessary to meet its needs The City will only be obligated to order and pay for such quantities as are from time to time ordered performed and accepted on Blanket Releases issued directly by the Department 1 16 Submission of Bids 1 16 1 Date Time and Place Bids are to be delivered to the Bid amp Bond Room of the Department of Procurement Services City Hall Room 103 121 North LaSalle Street Chicago Illinois 60602 on the date and prior to the time stated on the cover of the Bid Documents or any addendum issued by the City to change such date and or time No bid will be accepted after the date and time spe
87. of total dollar contract amount performed by BEPD Bid incentive 2 to 596 1496 of the contract base bid 6 to 1096 1 of the contract base bid 11 or more 296 of the contract base bid The bid incentive shall be calculated and applied in accordance with the provisions of this section The bid incentive is used only to calculate an amount to be used in evaluating the bid The bid incentive does not affect the contract price As part of the contract close out procedure if the CPO determines that the Contractor has successfully met his or her BEPD utilization goals either as a prime contractor or with subcontractors the CPO shall issue an earned credit certificate that evidences the amount of earned credits allocated to the Contractor The Contractor may apply the earned credits as the bid incentive for any future contract bid of equal or less dollar amount The earned credit certificate is valid for three years from the date of issuance and shall not be applied towards any future contract bid after the expiration of that period Standard Terms and Conditions 09 03 2015 31 The Contractor may apply the earned credit certificate on multiple future contract bids during the three year period in which the certificate is valid but may only receive one bid incentive for bid evaluation purposes on one contract award If the Contractor applies the earned credit certificate on multiple contract bids and is the lowest responsive and responsible bidder on more th
88. or any classification not listed please contact IDOL at 217 782 1710 for wage rates or clarifications LANDSCAPING Landscaping work falls under the existing classifications for laborer https www illinois gov idol Laws Rules CONMED Rates 2015 july COOK9999 htm Page 166 Page 6 of 7 8 13 2015 Cook County Prevailing Wage for July 2015 operating engineer and truck driver The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer The work performed by landscape operators regardless of equipment used or its size is covered the classifications of operating engineer The work performed by landscape truck drivers regardless of size of truck driven is covered by the classifications of truck driver MATERIAL TESTER amp MATERIAL TESTER INSPECTOR I AND II Notwithstanding the difference in the classification title the classification entitled Material Tester I involves the same job duties as the classification entitled Material Tester Inspector I Likewise the classification entitled Material Tester II involves the same job duties as the classification entitled Material Tester Inspector II https www illinois gov idol Laws Rules CONMED Rates 2015 july COOK9999 htm Page 167 Page 7 of 7 8 13 2015 EXHIBIT 5 Performance and Payment Bond Page 168 tm RIDER ATTACHED CONTRACTOR S PERFORMANCE amp PAYMENT BOND Know All Men by these Presents Th
89. or supplier is a firm that owns operates or maintains a store warehouse or other establishment in which the materials or supplies required for performance of a contract are bought kept in stock and regularly sold to the public in the usual course of business To be a regular distributor the firm must engage in as its principal business and in its own name the purchase and sale of the products in question A regular distributor in such bulk items as steel cement gravel stone and petroleum products need not keep such products in stock if it owns or operates distribution equipment Women Owned Business Enterprise or WBE means a firm awarded certification as a women owned and controlled business in accordance with City Ordinances and Regulations as well as a firm awarded certification as a women owned business by Cook County Illinois However it does not mean a firm that has been found ineligible or which has been decertified by the City or Cook County 6 3 Joint Ventures The formation of joint ventures to provide MBEs and WBEs with capacity and experience at the prime contracting level and thereby meet Contract Specific Goals in whole or in part is encouraged A joint venture may consist of any combination of MBEs WBEs and non certified firms as long as one member is an MBE or WBE a The joint venture may be eligible for credit towards the Contract Specific Goals only if i The MBE or WBE joint venture partner s share in the capi
90. performed by the MBE or WBE with its own forces for a distinct clearly defined portion of the work Additionally if employees of the joint venture entity itself as opposed to employees of the MBE or WBE partner perform the work then the value of the work may be counted toward the Contract Specific Goals at a rate equal to the MBE or WBE firm s percentage of participation in the joint venture as described in Schedule B The Chief Procurement Officer may also count the dollar value of work subcontracted to other MBEs and WBEs Work performed by the forces of a non certified joint venture partner shall not be counted toward the Contract Specific Goals C Schedule B MBE WBE Affidavit of Joint Venture Where the bidder s Compliance Plan includes the participation of any MBE or WBE as a joint venture partner the bidder must submit with its bid a Schedule B and the proposed joint venture agreement These documents must both clearly evidence that the MBE or WBE joint venture partner s will be responsible for a clearly defined portion of the work to be performed and that the MBE s or WBE s responsibilities and risks are proportionate to its ownership percentage The proposed joint venture agreement must include specific details related to i The parties contributions of capital personnel and equipment and share of the costs of insurance and bonding ii Work items to be performed by the MBE s or WBE s own forces and or work to be performed b
91. procedure with the foremen giving all pertinent information C GENERAL PROCEDURES All emergencies are to be handled by the highest ranking person present with whoever is available to assist Ranking person shall delegate responsibility for making emergency phone calls Emergency phone numbers are to be placed at conspicuous places throughout the jobsite The need for an ambulance or other emergency equipment shall be determined by the site personnel except where a catastrophic event has occurred In the event of a catastrophic occurrence public authorities shall govern Where specific procedure has not been established relative judgment should be used in determining what course to follow In all instances the CM Manager of Safety shall be notified immediately upon completion of emergency first aid treatment 1 FIRE a safe attempt to extinguish but in no way endanger yourself or others At the same time have the Chicago Fire Department notified Assign an employee to meet the fire department at the site entrance to provide directions to the location of the fire b Insure that employees in adjoining work areas are evacuated to a safe area C Keep all spectators and non essential employees away from the fire d If explosive type materials are involved immediately evacuate all personnel e Make no comments to media representatives Refer all inquiries to the Supervising Consultant 2015 CDA Construction Safety
92. relationships between job hazards and recorded mishaps 3 REVIEW OF OUTSIDE SOURCES The Safety Representative shall review State and Federal accident and illness statistics highlighting areas that may uncover hazards in the organization 4 JOB HAZARD ANALYSIS The Safety Representative shall make an analysis of each phase of the project to determine what hazards exist in connection with the procedures processes materials and equipment used to perform them A written job hazard analysis shall be prepared for each phase prior to the work beginning A copy of the written analysis shall be forwarded to the CM Manager of Safety 5 CORRECTION OF JOB HAZARDS Job hazards discovered in the course of a Job Hazard Analysis shall be referred to the appropriate supervisor for consideration If a hazard can be corrected by a change in practices or procedures appropriate modifications shall be instituted at the earliest possible time 6 INSPECTION The Contractor shall have a program of jobsite inspections Inspections shall be conducted with the focus to identify job hazards Inspections shall be made at least weekly and at least daily on FAA funded projects Inspections records shall be retained for the duration of the project and shall be stored onsite A copy of inspection reports shall be forwarded to the CM Manager of Safety no later than Monday of the week following the inspection 7 EMPLOYEE REPORTING Contractor s employees
93. serve as employer s representative They will keep the notes take the photographs and shall accompany the inspection party for its duration Information given should be only information requested The superintendent should refrain from entering into debates or discussions about alleged violations exceptions or regulations applicability nor should they volunteer information not requested Because the CO says it does not necessarily make it so an alleged violation does not become an affirmed violation unless the employer accepts the citation or when contested the judge affirms the citation PHOTOGRAPHS Photographs may be taken of every item or action the CO inspects Two pictures are to be taken One from the angle and location of the CO the second is to be an overall picture of the area surrounding the violation An example of this would be an exposed shaft 2015 CDA Construction Safety Manual Section IX Inspections Issued for Use 6 1 2015 Page 65 Close up it s a violation however if an overall picture shows that the shaft is not readily accessible then possibly no violation exists Photographs are to be taken with a camera which produces a negative and if possible with a date imprint This permits additional copies to be ordered at time of processing Each picture should have the following information on the back Project name and number City and State Location by floor and area i e 4 floor Column J 4 Mech
94. shall be instructed to report any and all safety deficiencies which they may observe The Contractor may use a specified hazard reporting form However employees may report hazards by any available method Oral reports shall be recorded in writing by supervisors Reports may be submitted anonymously at the employee s option The Contractor shall advise all employees that they invite reports of hazards and pledges to take no disciplinary action against any employee as a result of the employee s submission of a hazards report Employees may submit hazard reports to their supervisor or directly to the safety committee Supervisors are directed to route all hazard reports to the CM Manager of Safety along with what corrective action has been taken 8 INCIDENT INVESTIGATION Every incident shall be investigated by a supervisor or manager and an investigative report compiled on a specified from a copy is available from the CM Manager of Safety See Exhibit V 4 Incident investigation reports shall be forwarded to the CM Manager of Safety along with recommendations for corrective action no more than twenty four 24 hours after the occurrence The Contractor shall verbally notify the CM Manager of Safety 2015 CDA Construction Safety Manual Section IV Responsibilities Issued for Use 6 1 2015 Page 6 of the accident immediately Upon notification from the Contractor of an incident the Manager of Safety will notify the CDA Safety of the inci
95. systems shall be made by a competent person for evidence of possible cave ins indications of failure of protective systems hazardous atmospheres or other hazardous conditions An inspection shall be conducted by the competent person prior to the start of work and as needed throughout the shift Inspections shall also be made after each rainstorm or other hazard increasing occurrence All inspections will be documented on the Daily Trenching Log and a copy maintained at the jobsite 3 LOCATING UNDERGROUND UTILITIES a Whentrying to locate underground utilities remove the grass and ground cover in the proximity of the utilities View with skepticism protective fences or stakes which appear to demarcate utility channels and identify the utility type because the City does not warrant their accuracy Utilize FAA Locate Request forms and do not rely on verbal or phone conversations with FAA Technical Operations for the information you are seeking b Designate dedicate and identify that person on site who shall monitor utility locating activities will be responsible to see to it that a utility locator hand digging or use of a hydro excavator is used and ensure adequate lighting exists for the operation to proceed safely Insist that a representative of the particular utility visit the site when refreshing a DIGGER for earth disturbance and the location of underground utilities within Chicago city limits Joint Utility Locating Information
96. than one contract with the City separate invoices must be prepared for each contract in lieu of combining items from different Standard Terms and Conditions 09 03 2015 23 contracts under the same invoice Invoice quantities description of work services or goods unit of measure pricing and or catalog information must correspond to the items on the accepted Price List or Proposal Pages or of the Bid Documents If invoicing Price List Catalog items indicate Price List Catalog number item number Price List Catalog date and Price List Catalog page number on the invoice 3 2 1 3 Payment The City will process payment within sixty 60 calendar days after receipt of invoices and all supporting documentation necessary for the City to verify the satisfactory delivery of work services or goods to be provided under this Contract Contractor may be paid at the City s option by electronic payment method If the City elects to make payment through this method it will so notify the Contractor and Contractor agrees to cooperate to facilitate such payments by executing the City s electronic funds transfer form available for download from the City s website at http www cityofchicago org content dam city depts fin supp info DirectDepositCityVendor pdf The City reserves the right to offset mistaken or wrong payments against future payments The City will not be obligated to pay for any work services or goods that were not ordered with a Purch
97. the code and shall be made a part of the Contractor s Safety Manual The codes cover a Engineering Controls Employees shall be forbidden to tamper with devices installed on equipment for the purpose of preventing injury Employees who believe that a control device is inadequate difficult to use improperly installed or damaged in any way are required to report any such condition to their supervisor b Procedural Controls Employees shall be required to follow the procedures and employ the methods specified in the safe practices codes applicable to their job assignments Employees who believe that a method or procedure is ineffective or difficult to use or who encounter problems with the use of specified methods or procedures are encouraged to report such problems to their supervisor c Administrative Controls Supervisors shall be required to insure that employees adhere to schedules and alignments that have been made to implement administrative controls Employees shall be required to make and supervisors are required to check and maintain whatever time records are needed to carry out administrative controls d Disciplinary Procedures The employer Contractor shall have a program of progressive discipline to enforce its work rules The Contractor shall apply its disciplinary procedures with equal force to violations of safety rules as to violations of other policies and rules adopted by the organization The Contractor s disciplinary
98. the following structures or enclosures Silos boilers vaults storage tanks plating and degreasing tanks process vessels bins sewers manholes catch basin pipelines underground utility vaults and ducts Also included are open top spaces such as pits tubs tunnels press pits and underground shafts or other excavations which may be poorly ventilated and permit the presence of a hazardous atmosphere 3 HAZARDS A variety of hazards may be associated with a confined or enclosed space and knowledge of them is essential when evaluating the condition of such spaces A list of these hazards include a An atmosphere deficient in oxygen due to its displacement by other gases or vapors An oxygen deficient atmosphere is one which contains less than 19 5 oxygen by volume An oxygen enriched atmosphere exceeds 23 596 oxygen b A Lower Explosive Limit LEL that exceeds 10 Toxic flammable or explosive dusts gases vapors fumes smoke or mists d Electrical equipment such as tools or lighting which may present the possibility of electrical shock or serve as a source of ignition e Exposure to extremes in temperature f Limited access opening which may hinder the entry of rescue personnel 9 operation of tumblers mixing blades crushes agitators pumps rams or conveyors h Insufficient illumination i Obstacles of distance between the work location and point of exit j Hydraulic oils gases or other fluids
99. the City B Contractor s material failure to perform any of its obligations under this Contract including the following C Failure to perform the Services with sufficient personnel and equipment or with sufficient material to ensure the timely performance of the Services D Failure to have and maintain all professional licenses required by law to perform the Services E Failure to timely perform the Services F Failure to perform the Services in a manner reasonably satisfactory to the Commissioner or the CPO or inability to perform the Services satisfactorily as a result of insolvency filing for bankruptcy or assignment for the benefit of creditors G Failure to promptly re perform as required within a reasonable time and at no cost to the City Services that are rejected as erroneous or unsatisfactory H Discontinuance of the Services for reasons within Contractor s reasonable control I Failure to update promptly EDS s furnished in connection with this Contract when the information or responses contained in it or them is no longer complete or accurate J Failure to comply with any other term of this Contract including the provisions concerning insurance and nondiscrimination and K Any change in ownership or control of Contractor without the prior written approval of the CPO which approval the CPO will not unreasonably withhold L Contractor s default under any other Contract it may presently have or may enter into wit
100. the Contract provided that the fee or commission is determined by the Chief Procurement Officer to be reasonable and not excessive as compared with fees customarily allowed for similar services 6 5 Regulations Governing Reductions to or Waiver of MBE WBE Goals The following Regulations set forth the standards to be used in determining whether or not a reduction or waiver of the MBE WBE commitment goals of a particular contract is appropriate If a bidder determines that it is unable to meet the MBE and or WBE Contract Specific Goals on a City of Chicago contract a written request for the reduction or waiver of the commitment must be included in the bid or proposal The written request for reduction or waiver from the commitment must be in the form of a signed petition for grant of relief from the MBE WBE percentages submitted on the bidder s letterhead and must demonstrate that all required efforts as set forth in this document were taken to secure eligible Minority and Women Business Enterprises to meet the commitments The Chief Procurement Officer or designee shall determine whether the request for the reduction or waiver will be granted A bidder will be considered responsive to the terms and conditions of these Regulations if at the time of bid it submits a waiver request and all supporting documentation that adequately addresses the conditions for waiver of MBE WBE goals including proof of notification to assist agencies except e Bidder
101. the Contractor s responsibility to organize coordinate implement and execute Work shall proceed only after the completed form has been approved by the Commissioner See Exhibit V 2 The Contractor must fill out the request for FAA Assistance form to gain access to the controlled areas described in FAA s response to form 7460 1 This form shall be submitted 5 days in advance to FAA for review and assistance See Exhibit V 3 Remainder of page left intentionally blank 2015 CDA Construction Safety Manual Section V Special Requirements for Airport Issued For Use 6 1 2015 Page 11 VI GENERAL SAFETY REQUIREMENTS The following sections describe general safety program requirements that will be met by all personnel on site Contractor safety programs shall be defined such that they meet these requirements A PERSONNEL CONDUCT 1 Under no circumstances will alcoholic beverages or controlled substances by permitted on any project Anyone found in possession of the above will be immediately removed from the site and may not be allowed back to work on an airport project 2 Fighting will result in all participants being removed from the site 3 Firearms and all weapons are prohibited on site 4 Cameras and video recorders are prohibited on site NOTE Violation of any of the above rules will be grounds for the CM Manager of Safety to request CDA Safety to permanently remove a Contractor s employee from any and all CDA projects IDE
102. the Online EDS if itis not already taken Q Idon t have an email address How do I submit an Online EDS A You cannot get an account to submit an online EDS without an email address If you need an e mail address we suggest that you use a free internet email provider such as www hotmail com www yahoo com or rnail google com to open an account The City does not endorse any particular free internet email provider Public computers are available at all Chicago Public Library branches Q Iforgot my user ID Can I register again No If you are the EDS Captain of your organization please contact the Department of Procurement Services at 312 744 4900 If you are an EDS team member contact your EDS Captain who can look up your user ID Q Whoisthe EDS Captain A The EDS Captain is a person who performs certain administrative functions for an organization which files an EDS Each organization registered with the Online EDS has at least one EDS Captain There may be co captains who are all equal EDS Captains approve new users change contact information for an organization and de active accounts of employees who have left the organization Please see the User Manual for more information Q Why do we need EDS Captains Economic Disclosure Statement and Affidavit EDS 117 A TheOnline EDS is designed to be a self service web application which allows those doing or seeking to do business with the City to perform as many routine funct
103. the test results 2015 CDA Construction Safety Manual Section VII Health Precautions Page 57 c The Contractor shall keep the results of the tests confidential to the extent practicable d The Contractor shall disclose the results of the tests only to persons who have a legitimate need to know the test results 6 DISCIPLINARY ACTION FOR VIOLATIONS OF RULES An employee who uses possesses dispenses or receives prohibited substances on airport property may be immediately removed and may be permanently barred from working at a CDA facility An employee who reports to work with a measurable amount of a prohibited substance in the employee s system shall be immediately removed and may be permanently barred from working on a CDA facility Iff an employee refuses to cooperate with the drug or alcohol testing procedures then the employee shall be immediately removed and may be permanently barred from working at a CDA facility If the employee refuses to permit the CDA or CM Manager of Safety to conduct a search or inspection permitted under this Policy the employee shall be immediately removed and may be permanently barred from working at a CDA facility If an employee fails to report the employee s use of a prescribed medication which will or may impair the employee s ability to perform the employee s job in a safe and efficient manner then the employee shall be immediately removed and may be permanently barred from working at the Cit
104. this Contract shall be so conducted as to cause a minimum of dust noise and inconvenience to the normal activities of the facility where the Work is performed The Contractor shall be responsible for conducting all Work in such a manner as to minimize debris left in the public way and shall provide clean up as required by the Commissioner Whenever the Commissioner determines that any type of operation constitutes a nuisance the Contractor shall immediately proceed to remedy the nuisance and conduct its operations in an approved manner The Commissioner may at any time require compliance with additional provisions if such are deemed necessary for public safety and convenience 5 8 1 25 OUT OF SERVICE EQUIPMENT During the term of this Contract various pieces of equipment may be taken out of service by the Department of Aviation This out of service condition may occur due to a change in operation of the equipment or facility or due to on going airport construction If a piece of equipment is taken out of service and does not require the Maintenance service the Commissioner will inform the Contractor in writing of such action The Contractor will start Maintenance service to the equipment when it is placed back into service after receiving written direction from the Commissioner Removal of equipment either permanently or temporarily will not require a formal contract modification 5 8 1 26 CLEAN UP Scope of Work and Detailed Specifications 77
105. twenty four 24 hours to correct all deficiencies and to respond in writing to the CM Manager of Safety as to what corrective action has been taken Unsafe areas will be barricaded to prevent exposure to employees and the public The Contractor shall document corrective action and forward the documentation to the CM Manager of Safety Should the same deficiency be noted on two consecutive inspections a letter outlining CAS inspection process and detailing the noted deficiencies shall be sent to the Contractor s home office requesting assistance in correcting the deficiency Should the same deficiency be noted on a third consecutive inspection the same type of letter mentioned in the above paragraph shall be sent to the Contractor s insurance carrier If corrective action is still not forthcoming further action will be taken This action may include withholding payments or stopping all work until a meeting with the Contractor principals and the insurance carrier can be arranged 2015 CDA Construction Safety Manual Section IX Inspections Issuedfor Use 6 1 2015 Page 62 OSHA INSPECTIONS 1 WARRANTS AND RIGHT OF ENTRY This policy is not intended to abridge the constitutional rights of the Contractors or subcontractors who have the right to request a warrant prior to the inspection of their work areas Each Contractor or subcontractor must advise the CM Manager of Safety in writing if they require a warrant prior to inspection 2 HARA
106. unable to resolve the dispute prior to seeking any judicial action the Contractor must and the using Department may submit the dispute the CPO for an administrative decision based upon the written submissions of the parties The party submitting the dispute to the CPO must include documentation demonstrating its good faith efforts to resolve the dispute and either the other party s failure to exercise good faith efforts or both parties inability to resolve the dispute despite good faith efforts The decision of the CPO is final and binding The sole and exclusive remedy to challenge the decision of the CPO is judicial review by means of a common law writ of certiorari The administrative process is described more fully in the Regulations of the Department of Procurement Services for Resolution of Disputes between Contractors and the City of Chicago which are available in City Hall 121 N LaSalle Street Room 301 Bid and Bond Room and on line at http www cityofchicago org content dam city depts dps RulesRegulations Dispute Regulations 200 2 pdf 3 5 Events of Default and Termination 3 5 1 Events of Default Standard Terms and Conditions 09 03 2015 42 In addition to any breach of contract and events of default described within the Contract Documents the following constitute an event of default A Any material misrepresentation whether negligent or willful and whether in the inducement or in the performance made by Contractor to
107. under contract with the Owner through the Construction Manager CDA Safety means City of Chicago CDA Safety Department Representative Subcontractor means any person or persons partnership joint venture corporation or other entity whom performs work at the jobsite under contract to either the Contractor or one of its Subcontractors Vendors Suppliers and Materials Dealers means those persons or entities and or their employees whose activities on the jobsite are solely for the purpose of loading hauling and or unloading of materials or equipment at or from the jobsite Designated Representative means Construction Manager or CM CARE Plus LLC Onsite means the location where the work is in progress 2015 CDA Construction Safety Manual Section General Definitions Issued For Use 06 01 2015 Page 1 ll STATEMENT OF POLICY AND INTENT The CAS Manual reflects a desire by CAS to prevent injuries to persons and to prevent damage to property and equipment CAS considers no phase of construction or administration of greater importance than accident prevention and asserts that accidents which result in personal injury and damage to property and equipment represent needless waste and loss It shall be the policy of CAS to conduct all operations safely and thereby prevent injuries to persons and damage to property Planning for safety shall start with the design and continue through purchasing fabrication and construction in all phase
108. under which any act or omission in restraining of free competition among Bidders proposers and has not disclosed to any person firm or corporation the terms of this bid proposal or the price named herein Proposals must be submitted with original signatures in the space provided Proposals not properly signed will be rejected BUSINESS NAME Print or Type BUSINESS ADDRESS Print or Type If you are operating under an assumed name provide County registration number herein under as provided in the Illinois Revised Statutes 1965 Chapter 96 Sec 4 et seq Registration Number SIGNATURES AND ADDRESSES OF ALL MEMBERS OF THE PARTNERSHIP If all General Partners do not sign indicate authority of partner signatories by attaching copy of partnership agreement or other authorizing document Partner Signature Signature Address Print or Type Partner Signature Signature Address Print or Type Partner Signature Signature Address Print or Type State of County of This instrument was acknowledged before me on this day of 20 by as President or other authorized officer and as Secretary of Corporation Name Notary Public Signature Commission Expires Seal Execution Pages 133 11 4 Bid Execution By a Sole Proprietor The undersigned hereby acknowledges having received Specification Number 132826 containing a full set of Contract Documents including but not limit
109. users of the goods At a minimum the Contractor hereby warrants for a period of at least one year from the date of final acceptance by the City that it will at its own expense and without any cost to the City replace all Special Conditions for Work Services Contracts 05 30 2014 55 defective parts that may be required or made necessary by reason of defective design material or workmanship or by reason of non compliance with the Contract Documents The warranty period will commence on the first day the individual item is placed in service by the City The City may revoke acceptance if the materials goods or components are later discovered not to be in conformance with this Contract For any construction work included in the Services the Contractor s Warranty means the Contractor s representation as to the character and quality of the Services in accordance with the terms and conditions of the Contract Documents and the Contractor s promise to repair and replace the work not in conformance with such representations Without limiting the scope or duration of any Manufacturer s Warranty provided for specific parts of the work all work furnished under this Contract is guaranteed by Contractor against defective materials and workmanship improper installation or performance and non compliance with the Contract Documents for a period of one year Unless otherwise specified the one year period will begin on the date of final acceptance by the Com
110. vehicle that is capable of being powered by a combination of any fuel and an alternative power source and the alternative power source includes an energy storage system to store generated or accumulated energy which substantially reduces the fuel use and emissions when compared to a standard vehicle of the same age type and size or C is fueled by a biodiesel blend provided that the vehicle is powered by the biodiesel blend for no less than 80 of the gallons consumed during the three months prior to the submission of the bid or D is fueled by traditional petroleum based gasoline or petroleum based diesel fuel but powered by an engine substantially more efficiently designed than a standard vehicle of the same age type and size provided that the vehicle is rated by the United States Environmental Protection Agency in the top 596 for fuel efficiency for similar vehicles An alternatively powered vehicle does not include any vehicle which is i primarily used in a warehouse or similar type of enclosed structure ii required to use or given credit for using alternative fuel by any federal state or local law or iii subject to Section 2 92 595 of the MCC Bid incentive means an amount deducted for bid evaluation purposes only from the contract base bid in order to calculate the bid price to be used to evaluate the bid on a competitively bid contract Biodiesel blend has the meaning ascribed to that term in Section 2 92 595 of
111. when requested and share experiences with peers Promote total job safety among employees and visitors Oversee the investigation of all incidents involving the Contractor or subcontractor s to determine primary causes contributing factors and those actions necessary to prevent a recurrence Maintain incident records and forward copies reports to the CM Manager of Safety Followup on all recommendations requested by CDA CAS OSHA FAA and other governing authorities with a written response to CM Manager of Safety within twenty four 24 hours stating the status date of compliance date of expected compliance of the recommendations Furnish all information concerning the safety of the various operations as may be requested by the CM Manager of Safety and the CDA Safety Manager CONTRACTOR S EMPLOYEE RESPONSIBILITIES 1 Perform all work in a safe manner 2 Accept responsibility for your own safety and report all unsafe acts or conditions to the foreman 3 X Report all incidents injuries and illnesses immediately upon their occurrence Report for medical treatment as directed A release for work authorization must be provided prior to returning to work 4 Conduct work in accordance with CAS and established state and federal safety regulations 5 Attend and participate in Tool Box Safety Meetings and or demonstrations as requested 6 Participate in accident investigation procedures as requested 7 aware o
112. will be an event of default under this Contract and further failure to comply may result in ineligibility for any award of a City contract or subcontract for up to three years Not for Profit Corporations If the Contractor is a corporation having Federal tax exempt status under Section 501 c 3 of the Internal Revenue Code and is recognized under Illinois not for profit law then the provisions above do not apply 3 3 5 3 Equal Pay The Contractor will comply with all applicable provisions of the Equal Pay Act of 1963 29 U S C 206 d and the Illinois Equal Pay Act of 2003 820 ILCS 112 1 et seq as amended and all applicable related rules and regulations including but not limited to those set forth in 29 CFR Part 1620 and 56 Ill Adm Code Part 320 3 3 6 Economic Disclosure Statement and Affidavit and Appendix A EDS Pursuant to MCC Ch 2 154 and 65 ILCS 5 8 10 8 5 any person business entity or agency submitting a bid or proposal to or contracting with the City of Chicago will be required to complete the Disclosure of Ownership Interests in the EDS Failure to provide complete or accurate disclosure will render this Contract voidable by the City Contractors must complete an online EDS prior to the Bid Opening Date Contractors are responsible for notifying the City and updating their EDS any time there is a change in circumstances that makes any information provided or certification made in an EDS inaccurate obsolete or misleading
113. work processes A copy of the training program and documentation of attendance shall be provided to the CM Manager of Safety The training program shall include The effects of noise on hearing The purpose of hearing protectors including the advantages disadvantages and attenuation of various types plus instruction on selection fitting use and care G DRUG FREE WORKPLACE 1 POLICY All employees shall report to work in a physical condition that will enable them to perform their work in a safe and efficient manner All employees are prohibited from using possessing dispensing or receiving prohibited substances on CDA facilities The term prohibited substances as used throughout this policy means and includes illegal drugs including controlled substances look alike drugs designer drugs synthetic drugs unauthorized prescription drugs prescription drugs not used for their prescribed purpose and alcohol 2015 CDA Construction Safety Manual Section VI Health Precautions Issuedfor Use 6 1 2015 Page 54 The term CDA Facility as used throughout this Policy includes all property facilities land building structures automobiles trucks and other vehicles including construction job sites over which CDA has responsibility All employees are prohibited from reporting to work with a measurable amount of a prohibited substance in their system The term measurable amount of a prohibited sub
114. 0 for a definition of affiliated agency and a detailed description of the conditions which would permit the CPO to reduce suspend or waive the period of ineligibility 3 3 6 3 Federal Terrorist No Business List Contractor warrants and represents that neither Contractor nor an Affiliate as defined below appears on the Specially Designated Nationals List the Denied Persons List the Unverified List the Entity List or the Debarred List as maintained by the Office of Foreign Assets Control of the U S Department of the Treasury or by the Bureau of Industry and Security of the U S Department of Commerce or their successors or on any other list of persons or entities with which the City may not do business under any applicable law rule regulation order or judgment Affiliate means a person or entity which directly or indirectly through one or more intermediaries controls is controlled by or is under common control with Contractor A person or entity will be deemed to be controlled by another person or entity if it is controlled in any manner whatsoever that results in control in fact by that other person or entity either acting individually or acting jointly or in concert with others whether directly or indirectly and whether through share ownership a trust a contract or otherwise 3 3 6 4 Governmental Ethics Ordinance 2 156 Contractor must comply with MCC Ch 2 156 Governmental Ethics including but not limited to MCC Sect 2 15
115. 1 RIDER CONTRACTOR S PERFORMANCE AND PAYMENT BOND This Rider supplements Contractor s Performance and Payment Bond Bond on that certain contract with the City of Chicago City bearing Contract No and Specification No 132826 Contract Surety acknowledges that the Contract requires Contractor to obtain from each of its subcontractors consent to a collateral assignment of their contracts with Contractor to the City The Contract further grants the City the right upon Contractors default for failure to comply with Chapter 4 36 of the Municipal Code of the City and at the City s sole option to take over and complete the work to be performed by Contractor through the City s assumption of some or all of Contractor s subcontracts If the City in its sole discretion exercises this right then Surety waives any rights it may have to cure Contractors default by performing the work itself or through others and remains bound by its other obligations under the Bond 172 EXHIBIT 6 Construction Safety Manual 173 2015 CONSTRUCTION SAFETY MANUAL CHICAGO MCDA DEPARTMENT OF AVIATION RAHM EMANUEL GINGER S EVANS Mayor Commissioner City of Chicago Chicago Department of Aviation 2015 CDA Construction Saf ety Manual Issued For Use 060115 DS doc 2015 CDA Construction Saf ety Manual Issued For Use 060115 DS doc DISCLAIMER NOTICE The information contained herein was prepared and presented with reasonable ca
116. 1 5 1 5 2 0 13 29 16 39 0 000 0 630 MACHINIST BLD 45 350 47 850 1 5 1 5 2 0 7 260 8 950 1 850 0 000 MARBLE FINISHERS ALL 32 400 34 320 1 5 1 5 2 0 10 05 13 75 0 000 0 620 MARBLE MASON BLD 43 030 47 330 1 5 1 5 2 0 10 05 14 10 0 000 0 780 MATERIAL TESTER I ALL 29 200 0 000 1 5 1 5 2 0 13 98 10 72 0 000 0 500 MATERIALS TESTER II ALL 34 200 0 000 1 5 1 5 2 0 13 98 10 72 0 000 0 500 MILLWRIGHT ALL 44 350 46 350 1 5 1 5 2 0 13 29 16 39 0 000 0 630 OPERATING ENGINEER BLD 1 48 100 52 100 2 0 2 0 2 0 17 55 12 65 1 900 1 250 OPERATING ENGINEER BLD 2 46 800 52 100 2 0 2 0 240 17 55 12 65 1 900 1 250 OPERATING ENGINEER BLD 3 44 250 52 100 2 0 2 0 24 0 17 55 12 65 14900 1 250 OPERATING ENGINEER BLD 4 42 500 52 100 2 0 2 0 240 17 55 12 65 1 900 1 250 OPERATING ENGINEER BLD 5 51 850 52 100 2 0 2 0 2 0 17 55 12 65 1 900 1 250 OPERATING ENGINEER BLD 6 49 100 52 100 2 0 2 0 2 0 17 55 12 65 1 900 1 250 OPERATING ENGINEER BLD 7 51 100 52 100 2 0 2 0 2 0 17 55 12 65 1 900 1 250 OPERATING ENGINEER FLT 1 53 600 53 600 1 5 1 5 2 0 17 10 11 80 1 900 1 250 OPERATING ENGINEER FLT 2 52 100 53 600 1 5 1 5 240 17 10 11 05 1 900 1 250 OPERATING ENGINEER FLT 3 46 400 53 600 1 5 1 5 2 0 17 10 11 80 1 900 1 250 OPERATING ENGINEER FLT 4 38 550 53 600 1 5 1 5 2 0 17 10 11 80 1 900 1 250 OPERATING ENGINEER FLT 5 55 100 53 600 1 5 1 5 2 0 17 10 11 80 1 900 1 250 OPERATING ENGINEER FLT 6 35 000 35 000 1 5 1 5 2 0 16 60 11 05 1 900 1 250 OPERATING ENGINEER HWY 1 46 300 50 300 1 5 l 5 2 U Lf 55
117. 10 Arbitration a Inthe event a contractor has not complied with the contractual MBE WBE percentages in its Schedule D underutilization of MBEs WBEs shall entitle the affected MBE WBE to recover from the contractor damages suffered by such entity as a result of being underutilized provided however that this provision shall not apply to the extent such underutilization occurs pursuant to a waiver or substitution approved by the City The Ordinance and contracts subject thereto provide that any disputes between the contractor and such affected MBEs WBEs regarding damages shall be resolved by binding arbitration before an independent arbitrator other than the City with reasonable expenses including attorney s fees being recoverable by a prevailing MBE WBE in accordance with these regulations This provision is intended for the benefit of any MBE WBE affected by underutilization and grants such entity specific third party beneficiary rights Any rights conferred by this regulation are non waivable and take precedence over any agreement to the contrary including but not limited to those contained in a subcontract suborder or communicated orally between a contractor and a MBE WBE b An MBE WBE desiring to arbitrate shall contact the contractor in writing to initiate the arbitrative process Except as otherwise agreed to in writing by the affected parties subject to the limitation contained in the last sentence of the previous paragraph within ten 10
118. 2 92 595 58 4 6 Multi Project Labor Agreement PLA ccccccecceeessesseessesneecaeaaesaeeeeeeeeeeeeeeeeeeeeseeseeseeeeees 59 Article 5 Scope of Work and Detailed e nennen 61 5 1 Generals ihe uncis ci tea eese htec Mecha ON aie qe equitis 61 5 2 61 5 3 Prevailing WARES 2 61 5 4 Bid Deposit and Performance Bond esses ener 61 5 5 dece EE 61 5 6 Contract uin oci ce ach eoa aae e dose Fee SR e e aX Ra De Fo V E GE Ta ance hated 61 5 7 Price Adjustment CPI eet er terea ek SEA Ha De RT AXES DX e XUI UAR Ded 61 5 8 Technical Requirements 62 Article 6 Special Conditions Regarding Minority Business Enterprise Commitment and Women Business Enterprise Commitment For Commodities or Services eese 80 6 1 Policy and Terrns 80 6 2 81 6 3 Joint Venturas erede vedete e Ode res SERE ERREUR B FER REEL REN 82 6 4 Counting MBE WBE Participation Toward the Contract Specific Goals 83 Table of Contents 6 5 Regulations Governing Reductions to or Waiver of MBE WBE Goals 85
119. 289 2 1971 Class B and 289 1 Class A and must not be altered in any way The inside liner of the hard hat must be changed a minimum of once a year or per manufacturers recommendations The outside shell of the hard hat must be changed a minimum of every 5 years from initial usage or in accordance with the manufacturers recommendations Western style hard hats or other novelty styles are not authorized on airport property 2 EYE AND FACE PROTECTION a Safety Glasses All personnel shall wear a pair of ANSI approved safety glasses with accompanying side shields at all times except where otherwise exempted When working indoors and no hazards exist clear lenses not tinted shall be worn between sunset and sunrise or during inclement weather 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 26 Safety glasses need not be worn Inside the main office trailers While wearing full face respiratory protection or When working in dusty environments where safety goggles are needed Goggles Are to be worn when additional protection is required Those issued will fit over the prescription or safety glasses This additional protection is required when conducting light grinding operation or where there is a probability of exposure to acid caustic chemicals etc Proper care of the goggles may consist of Keeping goggles and lens clean Never wear a pair that has been previously
120. 3 Has the bidder obtained required Chicago City stickers for its vehicles or otherwise paid wheel tax MCC 3 56 020 Yes No Not required Other 4 Street address of business location within the City of Chicago P O address not accepted 5 Describe the business activities are carried out at the location listed above 6 How many full time regular employees are currently employed at the location listed above 7 Total number of full time regular employees employed at all locations worldwide 8 List City of Chicago business license s held attach copies If none are required indicate none required Bidder understands that it may be required to produce records to the chief procurement officer to verify the information provided Under penalty of perjury the person signing below 1 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 State of County of Signed and sworn or affirmed to before me on date by name s of person s making statement Signature of Notary Public Seal Affidavits 125 BIDDER S COMMITMENT TO PROVIDE LOCALLY MANUFACTURED GOODS AFFIDAVIT The Locally Manufactured Goods Incentive as desc
121. 4 Hr Phone Subcontractor 1 Name of Foreman 24 Hr Phone 2 Name of Superintendent 24 Hr Phone 3 Name of Foreman 24 Hr Phone Anticipated Dates of Work Anticipated Hours of Work Days Remarks Clarifications as necessary Nights Scheduled Pre Activity Meeting 1 Pre Activity meeting scheduled Time Date Location Optional Utility Locate Meeting Time Date Location 2 Hasthe Pre Activity meeting notification email been sent Attach email for documentation Page 1 of 7 Yes No EXHIBIT V 2 DOCUMENTATION Pre Activity Meeting Minutes 1 Meeting Date and Time 2 Meeting Location Field Office 3 Organizations in Attendance NAME eus t Meeting a Construction Manager Yes N A b General Contractor Yes N A Subcontractor Yes N A d FAA Facilities Yes N A e CDA Operations Yes N A f CDA Facilities Yes N A g Other Yes N A h Other Yes N A 4 Key Discussion Points 5 Meeting Minutes Available Yes NO FAA Cable Locate Forms 1 Have FAA cable locate forms been submitted Yes No Copies in Binder Note FAA cable locate forms must be submitted three 3 days prior to the cable locate be
122. 5 Detailed Specifications 6 Proposal Pages 7 Certifications and 8 Addenda Nos none unless indicated here and affirms that the partnership shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether a complete set thereof is attached to this proposal except only to the extent that the partnership has taken express written exception thereto in the sections of this specification designated for that purpose Under penalty of perjury the undersigned 1 warrants that he she was authorized to submit an EDS on behalf of the Disclosing Party on line 2 warrants that all certifications and statements contained in the EDS are true accurate and complete as of the date the EDS was submitted on line and 3 further warrants that as of the date of submission of this proposal or bid there have been no changes in Circumstances since the date that the EDS was submitted that would render any certification in the EDS false inaccurate or incomplete Further the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder proposer or prospective Bidder proposer or with any other person firm or corporation relating to the price named in this proposal or any other proposal nor any agreement or arrangement
123. 6 120 pursuant to which no payment gratuity or offer of employment will be made in connection with any City contract by or on behalf of a subcontractor to the prime Contractor or higher tier subcontractor or any person associated therewith as an inducement for the award of a subcontract or order Any contract negotiated entered into or performed in violation of any of the provisions of this Chapter will be voidable as to the City 3 3 6 5 Lobbyists Contractor must comply with Chapter 2 156 of the Municipal Code Contractor acknowledges that any Agreement entered into negotiated or performed in violation of any of the provisions of Chapter 2 156 including any contract entered into with any person who has retained or employed a non registered lobbyist in violation of Section 2 156 305 of the Municipal Code is voidable as to the City Standard Terms and Conditions 09 03 2015 35 3 3 7 Restrictions on Business Dealings 3 3 7 1 Conflicts of Interest The Contractor covenants that it presently has no interest and will not acquire any interest direct or indirect in any enterprise which would conflict in any manner or degree with the performance of the work services or goods to be provided hereunder The Contractor further covenants that in its performance of the Contract no person having any such interest shall be employed If the City determines that the Contractor does have such a conflict of interest the City will notify the Contractor in wr
124. 8 Schedule D 1 Prime Contractor Affidavit MBEANBE Compliance Plan The Prime Contractor designates the following person as its MBEAWBE Liaison Officer Name Please Print or Type Phone 100 SOLEMNLY DECLARE AND AFFIRM UNDER PENALTIES OF PERJURY THAT THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT THAT NO MATERIAL FACTS HAVE BEEN OMITTED AND THAT AM AUTHORIZED ON BEHALF OF THE PRIME CONTRACTOR TO MAKE THIS AFFIDAVIT Name of Prime Contractor Print or Type State of County of Signature Date On this day of 20 the above signed officer Name of Affiant personally appeared and known by me to be the person described in the foregoing Affidavit acknowledged that s he executed the same in the capacity stated therein and for the purposes therein contained IN WITNESS WHERECF I hereunto set my hand and seal Notary Public Signature SEAL Commission Expires 08 2013 Page 5 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 109 ARTICLE 7 INSURANCE REQUIREMENTS The Contractor must provide and maintain at Contractor s own expense until Contract completion and during the time period following final completion if Contractor is required to return and perform any additional work the insurance coverages and requirements specified below insuring all operations related to the Contract Section 1 7 1 Insurance to be Provided 7 1 1 Workers Compensation and
125. 9 03 2015 43 Whether to issue the Contractor a Default Notice is within the sole discretion of the and neither that decision nor the factual basis for it is subject to review or challenge under the Disputes provision of this Contract If the CPO issues a Default Notice the CPO will also indicate any present intent the CPO may have to terminate this Contract The decision to terminate is final and effective upon giving the notice If the CPO decides not to terminate this decision will not preclude the CPO from later deciding to terminate the Contract in a later notice which will be final and effective upon the giving of the notice or on such later date set forth in the Default Notice When a Default Notice with intent to terminate is given Contractor must discontinue any Services unless otherwise directed in the notice 3 5 3 Remedies After giving a Default Notice the City may invoke any or all of the following remedies A Therightto take over and complete the Services or any part of them at Contractor s expense and as agent for Contractor either directly or through others and bill Contractor for the cost of the Services and Contractor must pay the difference between the total amount of this bill and the amount the City would have paid Contractor under the terms and conditions of this Contract for the Services that were assumed by the City as agent for Contractor B Theright to terminate this Contract as to any or all of the Ser
126. BE Goals and Participation Plan FOR SCHEDULE D 1 NON CONSTRUCTION Compliance Plan Regarding MBEAABE Utilization PROJECTS ONLY Affidavit of Prime Contractor MUST BE SUBMITTED WITH THE BID FAILURE TO SUBMIT THE SCHEDULE D 1 WILL CAUSE THE BID TO BE REJECTED DUPLICATE AS NEEDED Project Name Specification In connection with the above captioned contract HEREBY DECLARE AND AFFIRM that lam a duly authorized representative of Name of Prime Consultant Contractor and that I have personally reviewed the material and facts set forth herein describing our proposed plan to achieve the MBEANBE goals of this contract All MBE WBE firms included in this plan have been certified as such by the City of Chicago and or Cook County Illinois Letters of Certification Attached l Direct Participation of MBEAWBE Firms NOTE The bidder proposer shall in determining the manner of MBEAWBE participation first consider involvement with MBEMBE firms as joint venture partners subcontractors and suppliers of goods and services directly related to the performance of this contract A If bidder proposer is a joint venture and one or more joint venture partners are certified MBEs or WBEs attach copies of Letters of Certification Schedule B form and a copy of Joint Venture Agreement clearly describing the role of each MBE WBE firm s and its ownership interest in the joint venture B Complete this section for each MB
127. Ballast tank bilge tank or other discharge 11 4 1450 Gas manufacturing residue 11 4 1500 Treatment and disposal of solid or liquid waste 11 4 1530 Compliance with rules and regulations required 11 4 1550 Operational requirements and 11 4 1560 Screening requirements During the period while this Contract is executory Contractor s or any Subcontractor s violation of the Waste Sections whether or not relating to the performance of this Contract constitutes a breach of and an event of default under this Contract for which the opportunity to cure if curable will be granted only at the sole discretion of the CPO Such breach and default entitles the City to all remedies under the Contract at law or in equity Standard Terms and Conditions 09 03 2015 41 This section does not limit the Contractor s and its Subcontractors duty to comply with all applicable federal state county and municipal laws statutes ordinances and executive orders in effect now or later and whether or not they appear in this Contract Non compliance with these terms and conditions may be used by the City as grounds for the termination of this Contract and may further affect the Contractor s eligibility for future contract awards 3 4 Contract Disputes 3 4 1 Procedure for Bringing Disputes to the Department The Contractor and using Department must attempt to resolve all disputes arising under this Contract in good faith taking such measures as but not limi
128. C devices moved solely by human power devices used exclusively upon stationary rails or tracks or snowmobiles as defined in the Snowmobile Registration and Safety Act of Illinois 1 22 3 2 Eligibility for Alternatively Powered Vehicles Bid Incentive A Unless otherwise prohibited by any federal state or local law for any contract having an estimated contract value of 100 000 or more advertised or if not advertised awarded the chief procurement officer may allocate a bid incentive of 1 2 of the contract base price to a qualified bidder when the qualified bidder is an eligible business If the CPO has determined that an Alternatively Powered Vehicles Preference may be applied it will be indicated on the cover page of the Bid Documents The bid incentive is used only to calculate an amount to be used in evaluating the bid to determine the low bidder and it does not affect the contract price For purposes of this section the total dollar value of a construction project contract includes both materials and labor B As a condition of being awarded the bid incentive the eligible business shall continue to meet the definition of an eligible business during the term of the contract C The contractor shall maintain adequate records necessary to monitor compliance with this section and shall submit such reports as required by the chief procurement officer Full access to the contractor s and subcontractors records shall be granted to the
129. COMPLETED OUR WARRANTY APPLIES TO THE WORK ITEMIZED ABOVE AND DOES NOT COVER THE ENTIRE EQUIPMENT 138 EXHIBIT 1 B CONTRACTOR SIGN IN SHEET EXAMPLE 139 EXHIBIT 1 B CONTRACTOR SIGN IN SHEET EXAMPLE Note The bidder shall insert total monthly cost of Preventive Maintenance on Line Item 1 in Section 12 Proposal Pages Note The bidder shall insert total monthly cost of Preventive Maintenance on Line Item 1 in Section 12 Proposal DATE EMPLOYEE NAME TIME OF ARRIVAL TIME OF DEPATURE TOTAL HOURS LOCATION amp AREA SIGNATURE 140 EXHIBIT 1 C COMMODITY CODE LINES 141 Line No Description UOM Estimated Yearly Quantity Estimated 5 Year Quantity Price Extended Price Maintenance of the Controls and Instrumentation for High Temp Combustion Chilled Potable Water De Icing Systems and Chemical Treatment Systems Control Fitter Straight Time Hour 4 160 20 800 Maintenance of the Controls and Instrumentation for High Temp Combustion Chilled Potable Water De Icing Systems and Chemical Treatment Systems Control Fitter Overtime Time Hour 250 1 250 Maintenance of the Controls and Instrumentation for High Temp Combustion Chilled Potable Water De Icing Systems and Chemical Treatment Systems Control Fitter Premium Time Hour 125 625
130. CTION Class 1 Asphalt Plant Asphalt Heater and Planer Combination Asphalt Heater Scarfire Asphalt Spreader Autograder GOMACO or other similar type machines ABG Paver Backhoes with Caisson Attachment Ballast Regulator Belt Loader Caisson Rigs Car Dumper Central Redi Mix Plant Combination Backhoe Front Endloader Machine 1 cu yd Backhoe Bucket or over or with attachments Concrete Breaker Truck Mounted Concrete Conveyor Concrete Paver over 27E cu ft Concrete Placer Concrete Tube Float Cranes all attachments Cranes Tower Cranes of all types Creter Crane Spider Crane Crusher Stone etc Derricks All Derrick Boats Derricks Traveling Dredges Elevators Outside type Rack amp Pinion and Similar Machines Formless Curb and Gutter Machine Grader Elevating Grader Motor Grader Motor Patrol Auto Patrol Form Grader Pull Grader Subgrader Guard Rail Post Driver Truck Mounted Hoists One Two and Three Drum Heavy Duty Self Propelled Transporter or Prime Mover Hydraulic Backhoes Backhoes with shear attachments up to 40 of boom reach Lubrication Technician Manipulators Mucking Machine Pile Drivers and Skid Rig Pre Stress Machine Pump Cretes Dual Ram Rock Drill Crawler or Skid Rig Rock Drill Truck Mounted Rock Track Tamper Roto Mill Grinder Slip Form Paver Snow Melters Soil Test Drill Rig Truck Mounted Straddle Buggies Hydraulic Telescoping Form Tunnel Operation of Tieback Machine Tractor
131. Chicago IL 60602 Phone 4 312 744 9773 Fax 312 744 5611 Plans and Drawings may only be available on CD 1 2 2 Downloadable Bid Documents Documents may be downloaded from the DPS website at the following URL www cityofchicago org bids In order to receive notice of clarifications and addenda Bidders that download the Bid Documents must register as a Bid Document Holder by i faxing the company s name contact person address e mail address telephone number and fax number to the Bid amp Bond Room at 312 744 5611 include specification number and bid title description or ii by calling the Bid amp Bond Room at 312 744 9773 Bid Document Holders are listed on the Bid amp Bond Room Opportunity Take Out List The Opportunity Take Our List is public information and is posted to the DPS web site at www cityofchicago org TOL To find Opportunity Take Out lists go to Get Started Online and search by the specification number 1 3 Clarifications and Addenda The City sends out clarifications and addenda to the Bid Documents to entities on the list of registered Bid Document Holders Additionally Clarifications and Addenda will be posted at the following URL and made available at the Bid amp Bond Room www cityofchicago org bids Bidders that download Bid Documents from the City of Chicago s website instead of obtaining the Bid Documents from the City of Chicago s Bid amp Bond Room and which have not registered as a Bi
132. City Use Only City Vendor No City Use Only Vendor Name City Use Only City Contract PO No Maintenance Repair Replacement and New Installation of Combustion Control Systems for High Temperature Water HTW Generation System Specification Number 132826 RFQ Number 4970 Issued by CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES Required for use by CITY OF CHICAGO DEPARTMENT OF AVIATION Bidder Inquiry Deadline Pre Bid Conference Bid Opening Date Bid Opening Time Bid Opening Location December 18 2015 4 00 p m Central Time Inquiries must be in writing via e mail to bidquestions cityofchicago com The Specification Number MUST be included in the subject line December 10 2015 at 10 00 a m Central Time at the Chicago Department of Aviation s Administration Building located at 10510 W Zemke Road Chicago Illinois 60666 January 7 2016 11 00 a m Central Time Bid amp Bond Room City Hall Room 103 121 N LaSalle Street Chicago Illinois 60602 Information Tom Magno Senior Procurement Specialist Email thomas magno Gcityofchicago org Fax 312 744 9687 Phone 312 744 4941 DPS Address City Hall Room 806 121 North LaSalle Street Chicago Illinois 60602 DPS Web www cityofchicago org procurement and www cityofchicago org bids Execute and submit one 1 complete original bid package All signatures to be sworn to before a Notary Public Bid must be received in the City of Chicago D
133. Contractor employees Individual Contractor employees are assigned for additional training that will alert them to the specific hazards that go with their particular job assignments and instructions given them in appropriate methods and procedures for the prevention of illness and injury 10 ORIENTATION OF ALL CONTRACTOR EMPLOYEES General safety training shall be conducted using published materials and materials developed by the Contractors safety staff Safety training in specific job hazards is conducted using safe practices codes developed through job hazard analyses Training shall be conducted by qualified safety personnel or by supervisors with extensive experience in the identification prevention and control of job hazards Contractor Employees shall receive additional training whenever they are assigned to a new task for which training has not been administered and whenever new hazards are introduced into the workplace Supervisors shall receive special training covering all hazards and safe practices relating to their specific area of responsibility In addition to training sessions conducted for current Contractor employees sessions conducted for new and reassigned Contractor employees and sessions conducted to address new hazards annual refresher course shall be administered to all Contractor employees 2015 CDA Construction Safety Manual Section IV Responsibilities Issued for Use 6 1 2015 Page 7 Individual records sh
134. Documents and site of the work and ii failure to include any costs or expense attributable to site conditions that could have reasonably been discovered through a site inspection or examination of the Bid Documents 1 5 Pre Bid Conference and Site Visit If a pre bid conference will be held to answer questions regarding these Bid Documents it will be held on the date and time stated on the front cover of the Bid Documents The pre bid conference may be recorded by DPS If a pre bid conference will be held attendance is strongly encouraged The Chief Procurement Officer or his her representative as well as representatives from the City Department for which the Bid Documents have been issued will comprise the panel to respond to Bidders questions Bidders must familiarize themselves with the locations for contract performance required by the Bid Documents and take into account all relevant conditions when preparing its Bid The Contractor will not be paid additional compensation due to failure to account for conditions that may be observed by a site visit in its bid If the site for the work is not accessible to the public during normal business hours instructions for obtaining access including a date and time for guided visits is set out on the cover of the Bid Documents 1 6 Questions Regarding the Bid Documents Bidder Inquiry Deadline All inquiries regarding the Bid Documents or procurement process must be directed to the Procurement S
135. E WBE Subcontractor Supplier Consultant participating on this contract 1 Name of MBE WBE Address Contact Person Phone Number Dollar Value of Participation Percentage of Participation 96 Mentor Prot g Agreement attach executed Yes No Add Percentage Claimed Total Participation 2 Name of MBEANB Address Contact Person The Prime Contractor may claim an additional 0 333 percent participation credit up to a maximum of five 5 percent for every one 1 percent of the value of the contract performed by the MBE WBE prot g firm 08 2013 Page 1 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 105 Schedule D 1 Prime Contractor Affidavit MBE WBE Compliance Plan Phone Number Dollar Value of Participation Percentage of Participation 96 entor Prot g Agreement attach executed Yes No Add Percentage Claimed 96 Total Participation 3 Name of MBE WBE Address Contact Person Phone Number Dollar Value of Participation Percentage of Participation 96 Mentor Prot g Agreement attach executed Yes No Add Percentage Claimed 96 Total Participation 4 Name of MBE WBE Address Contact Person Phone Number Dollar Value of Participation Percentage of Participation Mentor Prot g Agreement attach executed Yes No Add Percentage C
136. ENERAL PROCEDURES kiria a a aa dese ec Dee do ad uu dee vee 59 IX INSPE CTIONS 61 A RESPONSIBILITIES Rode te be nodes M Tt 61 B HAZARDBS DEFIGIENGIES iine eere bee E rrr uote REPRE 61 C OSHA INSPEGTIO NS 63 X EMPLOYEE DISCIPLINARY 68 A POLIGY PIE 68 B PROGEDU RBES eec Le ML A E MIC an noe dena i E 68 C e 68 2015 CDA Construction Safety Manual Table of Contents Issued For Use 6 1 2015 Page 1 Exhibit V 1 Exhibit V 2 Exhibit V 3 Exhibit V 4 Exhibit V 5 Exhibit V 6 Exhibit V 7 2015 CDA Construction Safety Manual Issued For Use 06 01 2015 EXHIBITS Field Cable Locate Request O Hare Underground Construction Notification Request for FAA Assistance Incident Report Form Hot Work Permit Sample Confined Space Permit Sample ORD Notice to Airport Users Table of Contents Page 2 1 GENERAL DEFINITIONS Airport means O Hare International Airport and Chicago Midway Airport CAS means the Chicago Airport System CAS which includes O Hare International Airport Chicago Midway Airport Competent Person means one who is trained to identify existing and predictable hazards in the surroundings or working conditions which are unsanitary hazardous or dangerous to employees and who has authorization to take prompt corrective measure
137. Exhibit V 6 Exhibit V 7 EXHIBITS Field Cable Locate Request O Hare Underground Construction Notific ation Request for FAA Assistance Incident Report Form Hot Work Permit Sample Confined Space Permit Sample ORD Notice to Airport Users EXHIBIT V 1 Field Cable Locate Request Date Primary Contractor Information Sub Contractor Information Company Name Company Name Address Address City City State Zip Code State Zip Code Point of Contact Point of Contact Title Title Phone Numbers Phone Numbers C C Related Project Latitude and Longitude of requested locates Attach separate sheet Latitude if needed LAT LONG IS IN NAD83 FORMAT ONLY Longitude Was or is there a Pre Construction Meeting Yes No If yes Date Time Location Is there an Airspace Case Filed Yes No If Yes Case Number Additional Comments Completed By FAA Rep Date Contractor Rep Signature Upon completion fax this document to FAA 773 601 7702 CHICAGO DEPARTMENT OF AVIATION UNDERGROUND CONSTRUCTION NOTIFICATION PROJECT INFORMATION Project Name Date EXHIBIT V 2 1 Project No 2 Resident Engineer Work Location Description of Work General Contractor 1 Name of Superintendent Foreman 24 Hr Phone 2 Name of Superintendent Foreman 2
138. General Safety Requirements Issued for Use 6 1 2015 Page 32 5 The tank shall be completely surrounded by a protective guardrail which is located a minimum of two feet away from the tank 6 Dispensing of the flammable liquid shall be by means of a pump which is permanently attached to the top of the enclosing assembly described in subsection A 1 above and which is equipped with an anti syphon valve 7 Such tanks shall be located a minimum of ten feet away from any building or property line except that tanks containing Class or Class liquids as defined in Section 15 24 020 may be located within three feet of a fire resistive wall without openings 8 Each tank shall bear the words Flammable Keep Fire Away conspicuously on each side of the tank The coloring of the letters shall be a color which contrasts with the color of the tank and the letters each must be a minimum of four inches high 9 A lockable fill cap shall be provided 10 Tanks shall be electrically grounded 1l Emergency vents conforming with Section 15 24 190B shall be provided for both the primary tank and the secondary containment space B Above ground tanks used pursuant to this section shall not be used for any retail sales 4 HAZARDOUS WASTE REMOVAL Contractors involved in Hazardous Waste removal must meet the requirements of OSHA 29CFR 1910 120 by attending either the 24 hr or 40 hr OSHA Hazardous Waste Training and carry their certification
139. HEREOF hereunto set my hand and official seal Signature of Notary Public My Commission Expires SEAL Page 5 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 102 Schedule C 1 Letter of Intent From MBE WBE To Perform As Subcontractor Supplier and or Consultant M WBE Special Conditions for Commodities amp Services 05 09 2014 103 FOR NON CONSTRUCTION SCHEDULE C 1 PROJECTS ONLY MBE AWBE Letter of Intent to Perform as a Subcontractor Supplier or Consultant Project Name Specification No From Name of MBEANBE Firm To and the City of Chicago Name of Prime Contractor The MBE or WBE status of the undersigned is confirmed by the attached City of Chicago or Cook County Illinois Certification Letter 10096 MBE or WBE participation is credited for the use of a MBE or WBE manufacturer 6096 participation is credited for the use of a MBE or WBE regular dealer The undersigned is prepared to perform the following services in connection with the above named project contract If more space is required to fully describe the MBE or WBE proposed scope of work and or payment schedule including a description of the commercially useful function being performed Attach additional sheets as necessary The above described performance is offered for the following price and described terms of payment SUB SUBCONTRACTING LEVELS A zero 0 must be shown in each blank if the MBE or WBE will not
140. IGGING REQUIREMENTS a Allrigging equipment sets shall have permanently affixed identification stating size grade rated capacity and manufacturer b All rigging devices including slings chains and wire rope shall have permanently affixed identification stating size grade rated capacity and manufacturer c Rigging not in use shall be removed from the immediate work area d Rigging including slings shall be hung on a rigging frame so that bends and kinks do not develop e Wire rope slings shall be lubricated as necessary during use Slings shall be lubricated no less than every 4 months when in storage f Shop made grabs hooks clamps or other lifting devices shall not be used unless proof tested to 125 percent of their rated load by an approved testing agency Approved devices shall have the capacity permanently affixed g Slings on the job shall not be left lying on the ground or otherwise exposed to dirt and the elements h Eyes in wire rope bridles slings or bull wires shall not be formed by wire clips or knots i Protruding ends of strands in splices on slings or bridles shall be covered or blunted All rigging equipment in use shall have a safety factor of five 5 10 SAFE RIGGING PRACTICE a Slings in use shall not be shortened by knots bolts or other makeshift devices b Wire rope slings shall be padded or softeners used to protect from damage due to sharp corners c Slings used in a basket
141. Issued For Use 060115 DS doc 2015 CDA Construction Saf ety Manual Issued For Use 060115 DS doc TABLE OF CONTENTS l GENERAL DEFINITIONS 1 1 I STATEMENT OF POLICY AND INTENT 2 I PROGRAM ECTIVES 3 IV 4 CHICAGO AIRPORT SYSTEM erret ere ede deg idee nea gus 4 B CONTRACTOR 5 CONTRACTOR S SUPERVISORS 9 D CONTRACTOR SAFETY REPRESENTATIVES RESPONSIBILITIES 9 E CONTRACTOR S EMPLOYEE RESPONSIBILITIES 10 V SPECIAL REQUIREMENTS FOR AIRPORT SECURITY AND OPERATIONS 11 VI GENERAL SAFETY REQUIREMENTS 12 A PERSONNEL GONDUGT eire e Su ede yo ev apa eee 12 IDENTIFICA TION AND REPORTING OF UNSAFE CONDITIONS 12 C CONTRACTOR CORRECTIONS OF UNSAFE 12 D HOT WORK dp 13 E ELECTRICA HE 14 F LOCKOUT TAGOUT PROCEDURES seen renes 16 G CRANE SAFETY AND hne 17 H EXCAVATION ERR 24 l ASPHAL EWORK adie died 25 J PERSONAL PROTECTIVE
142. M Security 3 6 4 2 Access to Facilities For purposes of this section employee refers to any individual employed or engaged by Contractor or by any Subcontractor If the Contractor or any employee in the performance of this Contract has or will have access to a Department of Water Management DOWM facility the City may conduct such background and employment checks including criminal history record checks and work permit documentation as the Commissioner of the Department of Water Management and the City may deem necessary on the Contractor any Subcontractor or any of their respective employees The Commissioner of the Department of Water Management has the right to require the Contractor to supply or provide access to any additional information the Commissioner deems relevant Before beginning work on the project Contractor must Provide the City with a list of all employees requiring access to enable the City to conduct such background and employment checks Deliver to the City consent forms signed by all employees who will work on the project consenting to the City s and the Contractor s performance of the background checks described in this Section and Deliver to the City consent forms signed by all employees who will require access to the DOWM facility consenting to the searches described in this Section The Commissioner may preclude Contractor any Subcontractor or any employee from performing work on the project Further
143. M WEBE Special Conditions for Commodities amp Services 05 09 2014 89 b c d e f g h i Unavailability after receipt of reasonable notice to proceed Failure of performance Financial incapacity Refusal by the subcontractor to honor the bid or proposal price or scope Mistake of fact or law about the elements of the scope of work of a solicitation where a reasonable price cannot be agreed Failure of the subcontractor to meet insurance licensing or bonding requirements The subcontractor s withdrawal of its bid or proposal or De certification of the subcontractor as a MBE or WBE graduation from the MBE WBE program does not constitute de certification Termination of a Mentor Prot g Agreement 6 8 2 Procedure for Requesting Approval If it becomes necessary to substitute a MBE or WBE or otherwise change the Compliance Plan the procedure will be as follows a b c d e The bidder or contractor must notify the Contract Compliance Officer and Chief Procurement Officer in writing of the request to substitute a MBE or WBE or otherwise change the Compliance Plan The request must state specific reasons for the substitution or change A letter from the MBE or WBE to be substituted or affected by the change stating that it cannot perform on the contract or that it agrees with the change in its scope of work must be submitted with the request The City will approve or deny a request for subs
144. NCLUDED IN CONTRACT LINE ITEMS 7 THRU 8 LINE ITEM 11 1 All parts furnished by the Contractor for repair services and emergency repair services as ordered and accepted by the Commissioner will be billed by the Contractor at the marked up costs at the marked up costs as proposed on Bid Line Scope of Work and Detailed Specifications 74 Item 11 of the proposal pages The percentage mark up must not exceed eight percent 826 The percentage mark up will remain constant throughout the contract term and any extension periods that the City may elect to exercise 2 All costs associated with supplying of parts for repair and emergency repair services are included in the mark up The Contractor shall submit a proposal to the Commissioner for any Repair Work required The Contractor shall not proceed with any repair work until authorized by the Commissioner in the form of a written Purchase Order Release unless the work is of an emergency nature and does not contain a part in excess of 5 000 in which case the Commissioner may provide verbal approval to proceed with the emergency repair and then follow up with a written Purchase Order Release within three 3 calendar days of the emergency request 3 In the event any individual part or component exceeds 5 000 in Contractor s cost the Contractor must obtain written authorization from both the Commissioner and Chief Procurement Officer prior to ordering the part The Contractor must supply a written prop
145. NOT TOUCH IT leave the area notify the appropriate authorities immediately no bomb is found and a second threat is made shortly after the first one the premises should be evacuated again and searched again by the City of Chicago Police Department If a third threat occurs under similar circumstances which make the threat appear to be a mere continuation of the same pattern of false claims careful evaluation of the circumstances by the City of Chicago Police Department may indicate a need for no further action If a threat occurs after a substantial period of time has elapsed since the previous threat or if for any reason the threat seems to be unrelated to the earlier threats the above procedures of evacuation etc shall be followed The evacuation will consist of all personnel on the project or in the office A count will be made to assure all are present Do not allow anyone except authorized personnel to re enter the area necessary to stop or detour traffic away from the affected area utilize the City of Chicago Police or Contractor s flagperson Notify any affected businesses or residents who may be endangered Allow no photos Make no comments Refer all inquiries to the Chicago Department of Aviation 2015 CDA Construction Safety Manual Section VIII Emergency Procedures Issued for Use 6 1 2015 Page 60 IX INSPECTIONS A RESPONSIBILITIES 1 CONTRACTOR The Contractor has the responsibility to stop w
146. NTIFICATION AND REPORTING OF UNSAFE CONDITIONS The Contractor shall immediately report to the CM Manager of Safety all accidents arising out of or in connection with the performance of the work on the site which caused death personal injury or property damage A written report shall be submitted within 24 hours If any claim is made by anyone against the Contractor or any Subcontractor on account of any accident the Contractor shall promptly report the facts in writing to the CM Manager of Safety giving full details of the claim CONTRACTOR CORRECTIONS OF UNSAFE CONDITIONS Should the CM Manager of Safety determine the Contractor is not in compliance with a CDA Federal State or Local requirement after consultation with the Construction Manager amp CDA Safety the CM Manager of Safety shall have the authority to order cessation of the non compliant occurrence and require immediate correction All costs of abatement shall be borne by the Contractor deemed responsible and no time extension or additional costs shall be granted The Contractor shall correct any unsafe condition existing on the project immediately upon receipt of written notice The unsafe condition shall be corrected in accordance with applicable regulations at the Contractor s expense The Contractor shall be responsible for all liability created from unsafe conditions including but not limited to any legal expense re inspection costs and any delay to the project to othe
147. Prepare complete investigation and report of what happened and submit to the CM Manager of Safety The CM Manager of Safety shall forward a complete investigation report to the designated CDA Safety Manager 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 23 EXCAVATION The purpose of this program is to establish guidelines to be followed to control excavation activities All excavations will be done in full compliance of Subpart P 29 CFR 1926 Supervisors including foreman shall insure that all employees comply with all provisions contained in Subpart P All excavations shall be done under the supervision of a competent person All soils are to be considered type C so all safety provisions are to be reviewed and complied with in their entirety This is to include at least a 1 1 2 1 34 Degrees ratio when sloping the sides Any excavation greater than twenty 20 feet in depth shall have plans which are signed and stamped by a registered professional engineer 1 SUITABLE INSPECTION Once the initial excavation is completed a competent person will inspect the excavation and complete a Soils Analysis Checklist and a Daily Trenching Log These documents will be maintained at the jobsite employee will enter the excavation until this documentation is complete 2 DAILY INSPECTION Daily inspections of each excavation the adjacent area and the protective
148. R S SUPERVISORS RESPONSIBILITIES T Be responsible for planning and executing all work to comply with the Contractor s Safety Program and the Contract Specifications Be knowledgeable of loss control and public protection requirements identified in the safety specifications of the Contract Documents Require each supervisor and all workers to use the personal protective equipment in accordance with the Contractor s Safety Program CAS City ordinances and all State and Federal safety related statutes rules and regulations Participate in fact finding and resolution on all incident investigations Take immediate corrective action to abate identified unsafe conditions and practices Communicate to the Contractors project manager and to the Contractor s Safety Representative noted safety concerns or violations that require attention Cooperate with designated safety and government representatives D CONTRACTOR SAFETY REPRESENTATIVES RESPONSIBILITIES 1 Make daily job site safety inspections and take immediate abatement action to eliminate observed safety deficiencies 2015 CDA Construction Safety Manual Section IV Responsibilities Issued for Use 6 1 2015 Page 9 Provide appropriate written materials for those conducting weekly Tool Box Meetings review meeting reports for employee attendance and periodically attend Tool Box Meetings to evaluate their effectiveness Attend CAS Construction Safety and Safety Training Meetings
149. SSMENT Federal Compliance Officers CO State of Illinois inspectors or similar personnel are not to be harassed intimidated or abused Problems that may arise during the inspection which cannot be resolved are to be referred to the CM Manager of Safety Chicago Department of Aviation Safety will be immediately contacted if the Contractor refuses to allow entry of a Federal Compliance Officer Federal and State of Illinois safety agencies may impose severe penalties against person and or companies who fail to abide with this section Penalties may include monetary fines and jail terms 3 INSPECTION CLASSIFICATIONS There are two 2 basic classes of inspections a General scheduled inspection Companies are randomly selected by computer Inspectors then schedule an inspection Once entry to the site is obtained by either permission or warrant the inspector may move freely about the site Should the inspectors desire to enter a restricted area which contains trade secrets or hazardous materials they should be advised to contact their office for direction b Complaint Inspection Inspectors wishing to conduct a complaint inspection need not obtain a warrant but must deliver to the Contractor a properly executed copy of the complaint form This type of inspection does not grant the inspector free movement within the site The named Contractor has the right to determine the route to the complaint area so long as it is not unreaso
150. TION Allow the Compliance Officer to lead Do not permit unneeded employees to linger near the inspection party Do not harass threaten or otherwise intimidate the Compliance Officer 2015 CDA Construction Safety Manual Section IX Inspections Issued for Use 6 1 2015 Page 66 Issued for Use 6 1 2015 Keep a chronological record of where the Compliance Officer goes whom he talks with and how long he talks to employees and whether he returns to a location previously inspected When photographs are taken ask the nature of the suspected violation and record on the Inspection Notes form g THE CLOSING CONFERENCE At the completion of the inspection the Compliance Officer will either hold a general meeting or meet with each individual Contractor The CM Manager of Safety representative should attend all meetings if held individually for the purpose of recording each Contractor s alleged violations Remainder of page left intentionally blank 2015 CDA Construction Safety Manual Section IX Inspections Page 67 X EMPLOYEE DISCIPLINARY PROGRAM A POLICY In an effort to make individuals more responsible for their own safety the following disciplinary program is being implemented 1 First safety violation awritten warning 2 Second safety violation the individual s privilege to work at the airports will be revoked for a period of three days 3 Third safety violation the individual s privilege to work at the
151. The bid bond deposit for the awardee s bid will be returned after the contract has been awarded and a satisfactory performance and payment bond has been approved by the City where such bond is required The Chief Procurement Officer may return bid deposits sooner but reserves the right to hold all bid deposits until a contract has been awarded or in the case of multiple awards all contracts have been awarded for the Bid in question If a bid deposit is required it will be indicated on the front cover of the Bid Documents 1 12 4 Performance and Payment Bonds If a performance and payment bond is required failure to provide the required bond within the required time period when requested will result in rejection of the bid and forfeit of the bid deposit if a deposit was required The forfeiture shall not limit any other City remedies against the Bidder Performance and payment bonds must be in the form specified by the City a specimen of which will be attached to the Bid Documents as an exhibit or available from the Bid amp Bond Room MCC Section 2 92 040 requires that the surety be listed as a certified surety in the current edition of U S Treasury Department Circular 570 and have an underwriting limitation in that publication in an amount greater than the amount bid Circular 570 is available at www fms treas gov c570 Co sureties may be accepted in the sole discretion of the CPO but each co security must individually meet the requirement
152. able Names of officers must be typed into the system If you must provide an attachment for another reason please send it to your City of Chicago contact contract administrator or negotiator for procurements and they will attach it for you Documents can be sent in PDF preferred Word or paper format Q Whocan complete an Economic Disclosure Statement online A Any authorized representative of your business with a user ID and password can complete your EDS online One person such as an assistant can fill in the information and save it and another person can review and electronically sign the Online EDS Q What the benefits of filing my Economic Disclosure statement electronically A Filing electronically reduces the chance of filing an incomplete EDS and speeds up the processing of contract awards A certificate of filing can be printed at the completion of the process and inserted into your bid package The biggest benefit for those who frequently do business with the City is that after the first EDS each EDS is much easier to fill out because non contract specific information is pre filled from the last submitted EDS Q Will my information be secure A Yes When making your internet connection to our Web Server you will connect through a Secure Socket Layer SSL for short to the Online EDS login page All information you type will be protected using strong encryption Within the login page Economic Disclosure Statement
153. active construction site make many engineering controls difficult if not impossible to use considerable emphasis must be given to providing proper and adequate personal protective equipment However consideration should be given to using less toxic materials in the process providing suitable exhaust ventilation or isolation 4 SELECTION Since there are many types of respiratory protective devices it is imperative that they be selected with utmost care to insure that the proper protection is afforded and that personnel are thoroughly trained in their use and limitations Only equipment approved by the National Institute for Occupational Safety amp Health NIOSH will be used Respiratory protective devices vary in design application and protective capability The user must therefore assess the inhalation hazard and understand the specific use and limitations of available equipment to assure proper selection Respiratory protective devices fall into three classes air purifying supplied air and self contained breathing apparatus 5 TRAINING For safe use of any respiratory protective device it is essential that the user be properly instructed in the selection use and maintenance Both supervisors and workers shall be so instructed by competent persons Minimum training shall include the following Instruction in the nature of the hazard whether acute and or chronic and an honest appraisal of what might happen if the proper device i
154. ago Chapter 230 E Ohio Suite 400 Chicago IL 60611 Phone 312 224 2605 Fax 312 6448557 Email info nawbochicago org Web www nawbochicago org City of Chicago Department of Procurement Services Assist Agencies cont d Rainbow PUSH Coalition International Trade Bureau 930 E 50 Street Chicago IL 60615 Phone 773 256 2781 Fax 773 373 4104 Email bevans rainbowpush org Web www rainbowpush org South Shore Chamber Incorporated Black United Funds Bldg 1750 E 71 Street Chicago IL 60649 2000 Phone 773 955 9508 Email sshorechamber sbcglobal net Web www southshorechamberinc org Suburban Minority Contractors Association 1250 Grove Ave Suite 200 Barrington IL 60010 Phone 847 852 5010 Fax 847 382 1787 Email aprilcobra hotmail com Web www suburbanblackcontractors org Women Construction Owners amp Executives WCOE Chicago Caucus 308 Circle Avenue Forest Park IL 60130 Phone 708 366 1250 Fax 708 366 5418 Email mkm mkmservices com Web www wcoeusa org Women s Business Development Center 8 South Michigan Ave Suite 400 Chicago IL 60603 Phone 312 853 3477 Fax 312 853 0145 Email fcurry wbdc org Web www wbdc org M WBE Special Conditions for Commodities amp Services 05 09 2014 95 Attachment B Sample Format for Requesting Assist Agency Comments on Bidder s Request for Reduction or Waiver of MBE WBE Goals On Bidder Proposer s
155. agout the equipment to allow the removal of locks The oncoming shift attaches their lock s at which time the tag shall be removed by the oncoming supervisor G CRANE SAFETY AND RIGGING Cranes are a vital part of any construction operations To assure that they handle the loads properly safely and with the greatest efficiency the following procedures are necessary The inspection report for the cranes and derricks must be completed in accordance with 29 CFR 1926 Subpart CC Contractors must follow all requirements of Subpart CC Cranes and Derricks in Construction The contractor must designate an Assembly Disassembly Director in accordance with 29 CFR 1926 1404 a qualified signal person according to 29 CFR 1926 1428 and a qualified rigger described in 29 CFR 1926 1401 Additionally Contractors assume the role of the controlling entity as required in Subpart CC Fall protection must be used during assembly disassembly inspections or other operations where fall protection hazards exist Contractors are responsible for implementing the requirements of 29CFR1926 Subpart CC by the specified phase in dates 1 MOBILE CRANE SET UP The operator shall be responsible for a The proper placement of the crane in relationship to the load to be handled and the landing area so as to obtain the best rated lift capacity b Leveling the crane to within one degree of level and rechecking the level a minimum of three times during the eight h
156. ailed first class postage prepaid to the Commissioner of the using Department that appears on the applicable Purchase Order with a copy to the Chief Procurement Officer Room 806 City Hall 121 N LaSalle Street Chicago Illinois 60602 A copy of any communications or notices to the City relating to Contract interpretation a dispute or indemnification obligations shall also be sent by the same means set forth above to the Department of Law Room 600 City Hall 121 N LaSalle Street Chicago Illinois 60602 All communications and notices from the City to the Contractor unless otherwise provided for will be faxed delivered personally electronically mailed or mailed first class postage prepaid to the Standard Terms and Conditions 09 03 2015 20 Contractor care of the name and to the address listed on the Bid Documents proposal page If this contract was awarded through a process that does not use bid or proposal documents notices to contractor will be sent to an address specified in the Contract 3 1 4 9 Amendments Following Contract award no change amendment or modification of the Contract Documents or any part thereof is valid unless stipulated in writing and signed by the Contractor Mayor CPO and Comptroller unless specifically allowed for by the Contract Documents 3 1 4 10 No Waiver of Legal Rights Neither the acceptance by the City or any representative of the City nor any payment for or acceptance of the whole or
157. ailure to do so will be an event of default Upon receipt of any such notice of a general price reduction all participating Departments will be duly notified by the CPO Failure to notify the CPO of a General Price Reduction is an event of default and the City s remedies shall include a rebate to the City of any overpayments 3 3 Compliance With All Laws 3 3 1 General Contractor must observe and comply with all applicable federal state county and municipal laws statutes regulations codes ordinances and executive orders in effect now or later and as amended whether or not they appear in the Contract Documents Provisions required by law ordinances rules regulations or executive orders to be inserted in the Contract are deemed inserted in the Contract whether or not they appear in the Contract Contractor must pay all taxes and obtain all licenses certificates and other authorizations required in connection with the performance of its obligations hereunder and Contractor must require all Subcontractors to also do so Failure to do so is an event of default and may result in the termination of this Contract 3 3 2 Federal Affirmative Action It is an unlawful employment practice for the Contractor 1 to fail or refuse to hire or to discharge any individual or otherwise to discriminate against any individual with respect to his compensation or the terms conditions or privileges of his employment because of such individuals race
158. aintain the necessary security will result in an immediate closure by DOWM personnel of the point of access Stockpiling materials and parking of equipment or vehicles near DOWM security fencing is prohibited Standard Terms and Conditions 09 03 2015 52 Any security fencing gates or alarms damaged by the Contractor or its Subcontractors must be manned by a licensed and bonded security guard of the Contractor at Contractor s expense until the damaged items are restored Contractor must restore them to their original condition within an eight 8 hour period from the time of notice given by the Commissioner Temporary removal of any security fencing gate or alarm to permit construction must be approved by the Commissioner and Contractor must man the site by a licensed and bonded security guard approved by and armed as deemed necessary by the Commissioner at Contractor s expense on a twenty four 24 hour basis during the period of temporary removal Contractor must restore the items removed to their original condition when construction is completed 3 6 4 5 Hazardous or Illegal Materials Unauthorized hazardous or illegal materials including but not limited to hazardous materials as defined in 49 C F R Parts 100 185 e g explosives oxidizers radiological materials infectious materials contraband firearms and other weapons illegal drugs and drug paraphernalia may not be taken on DOWM property Alcoholic beverages are also prohibite
159. airport will be permanently revoked Note Aserious violation may result in a higher degree of discipline being imposed up to and including permanent revocation of work privileges Serious violations are acts which could result in serious bodily injury or death to themselves or to others i e failure to follow confined space procedures working from heights where fall protection is required unsafe excavations etc B PROCEDURE All personal violations will be recorded on Safety Violation notice form and will be recorded A Safety Violation Notice may be initiated by any Project Manager Resident Engineer Contractor supervisory staff or Safety Department staff When a violation notice is written copies will be given to the project Superintendent who will have the responsibility of discussing the violation with the employee and having the employee to sign the violation form If the employee refuses to sign the form the superintendent will write Refused to Sign in the space A copy will then be given to the employee with a copy forwarded to the CM Manager of Safety C APPEAL An employee who wishes to appeal a Safety Violation notice may do so by appealing in writing to the CM Manager of Safety The decision of the CM Manager of Safety will be final 2015 CDA Construction Safety Manual Section X Employee Disciplinary Program Issuedfor Use 6 1 2015 Page 68 Exhibit V 1 Exhibit V 2 Exhibit V 3 Exhibit V 4 Exhibit V 5
160. al Code of Chicago the Chief Procurement Officer has established a goal of awarding not less than 2596 of the annual dollar value of all non construction contracts to certified MBEs and 5 of the annual dollar value of all non construction contracts to certified WBEs Accordingly the Contractor commits to make Good Faith Efforts to expend at least the following percentages of the total contract price inclusive of any and all modifications and amendments if awarded for contract participation by MBEs and MBE Percentage WBE Percentage 16 9 4 5 This commitment is met by the Contractor s status as a MBE or WBE or by a joint venture with one or more MBEs or WBEs as prime contractor to the extent of the MBE or WBE participation in such joint venture or by subcontracting a portion of the work to one or more MBEs or WBEs or by the purchase of materials used in the performance of the contract from one or more MBEs or WBEs or by the indirect participation of MBEs or WBEs in other aspects of the Contractor s business but no dollar of such indirect MBE or WBE participation will be credited more than once against a Contractor s MBE or WBE commitment with respect to all government Contracts of such Contractor or by any combination of the foregoing Note MBE WBE participation goals are separate and those businesses certified with the City of Chicago as both MBE and WBE may only be listed on a bidder s compliance plan as either a MBE or a WBE
161. al for approval by the Commissioner This Section may include furnishing all labor and equipment required to satisfactorily complete the following repairs but the following list is not all inclusive of all possible repairs testing certification encountered work elements 1 Manufacturer representation when needed 2 Any specialized testing as required such as Eddy Current Test Vibration Testing Balancing etc 3 Certification and or Repair of a Control valves b Safety valves Transmitters and sensors d And or specialized valves 4 Any needed structural modification to install remove equipment The Contractor must submit a detailed written proposal estimating labor cost for completion of the work to the Commissioner for review and if the proposal is accepted the Commissioner will provide written approval to the Contractor The Contractor s proposal must be detailed and address the special requirements noted in the Commissioner s request Items that are inclusive to complete the work not covered by existing line items shall not be a higher unit price in detailed proposal than the cost of the work element covered within this Contract Upon written approval the Contractor must proceed to complete that work not covered by a specific line item and will be compensated at five 5 percent over the Contractor s cost of labor and materials to complete the work The Contractor must submit to the Commissioner certified payrolls for work completed by its
162. all be made of all training administered to Contractor employees and shall be retained for the duration of the project Training records shall be maintained onsite Copies of all written training material shall be forwarded to the CM Manager of Safety along with attendance documentation All Contractor employees shall attend a weekly safety training session Tool Box Meeting This session can be used as refresher training or a brief discussion of a new subject Copies of notes used and attendance documentation will be forwarded to the CM Manager of Safety no later than Monday following the session The CM Manager of Safety shall forward a copy of the Tool Box Meeting notes and attendees to CDA Safety 11 MONTHLY SAFETY COORDINATION MEETING To insure a steady flow of safety and health information a mandatory monthly Safety Coordination Meeting will be held with each Contractors Safety Representative in attendance This meeting will be chaired by the CDA Safety Manager or his designee Meeting minutes will be taken and attendance will be recorded 12 INSURE EMPLOYEE COMPLIANCE Code of Safe Practices Part of each employee s regular training shall be on safe practices applicable to particular job assignments For every job or class of jobs a code of safe practices shall be developed through a Job Hazard Analysis These codes are put in writing and shall be circulated to all employees whose jobs involve the performances of tasks covered by
163. all be used as a guide to insure that all items covered under this specification are inspected maintained and tested at least once a month The checklist shall include but not be limited to the following Contractor s name Control Fitter s name s date Contract number Equipment name and number manufacturer model serial number maintenance performed lubrication performed calibration performed repairs performed and replacement parts installed Once a year before the start of the heating season the Contractor shall perform a safety checklist as detailed in Exhibit D All equipment listed shall be safety checked before September 1 and every subsequent year of the contract H amp R Building Seasonal Inspection September May 1 H amp R Building and ring tunnel heating systems 2 H amp Rtaxiway bridge heating systems both alpha and bravo 3 H amp Rcooling tower freeze protection systems North South and East Outlying Building Seasonal Inspection September May Fire Station No 1 Building No 602 Fire Station No 2 Building No 702 Fire Station No 3 including solar panel systems Building No 475 Fire Station No 4 Radio Shop Building No 701 Elevated Parking Structure EPS Transportation Center Boiler Room Building No 411 amp related structures zv ux gt Airport Maintenance Complex AMC Building Building No 502 amp related structures 10
164. all not be resumed until all notifications are made according to the Chicago Department of Aviation Underground Construction Notification form and that CDA Safety and or CM Manager of Safety has determined work can resume 7 BARRICADING Excavations will be properly barricaded when actual work is not being done Barricading will be placed six feet from the edge of the excavation and will be of such strength to prevent entrance l ASPHALT WORK Due to the heavy viscous nature of asphalt and being one of the most dangerous of all hot products additional safety requirements are necessary for personnel working in all areas where asphalt is being handled Additional safety requirements include Long sleeved shirts Gloves loose enough to be thrown off with a flip of the wrist High top shoes 5 or more from the bottom of the sole to the ankle tops Long pants preferably without cuffs Need to have five 5 gallon water container labeled non drinking water onsite to be used for the possible treatment of burns NOTE It is recommended that nylon or polyester clothing NOT be worn due to the tendency of these materials to melt and adhere to the skin when heated or burned Woolis the best material to be worn with cotton being the next best 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 25 J PERSONAL PROTECTIVE EQUIPMENT This policy is to establish guidelines
165. an equivalent period of time It is otherwise understood that no extension of time will be granted to the Contractor unless Contractor immediately upon knowledge of the causes of an unavoidable delay first notifies the Commissioner and CPO in writing stating the approximate expected duration of delay Contractor shall not be entitled to an extension of time without such prior notification and request for extension The CPO and the Commissioner will determine the number of days if any that the Contractor has been delayed Such determination when approved and authorized in writing by the Commissioner and CPO will be final and binding It is further expressly understood and agreed that the Contractor shall not be entitled to any damages or compensation from the City or be reimbursed for any loss or expense on account of any delay or delays resulting from any of the causes aforesaid 4 2 7 Public Convenience All Services will be conducted in a manner that minimizes dust noise and inconvenience to the normal activities of the facility where the Services are performed The Contractor is responsible for conducting Special Conditions for Work Services Contracts 05 30 2014 56 Services in such a manner as to minimize debris left in the public way and shall provide clean up as required by the Commissioner Whenever the Commissioner determines any type of operation constitutes a nuisance the Contractor will immediately proceed to conduct its ope
166. an one contract bid the earned credit certificate shall be applied to the contract bid first to be advertised by the Department of Procurement Services or if multiple contract bids were advertised on the same date the earned credit certificate shall be applied only to the contract bid with the greatest dollar value The Contractor shall maintain accurate and detailed books and records necessary to monitor compliance with this section and shall submit such reports as required by the CPO or the commissioner of the supervising department Full access to the Contractor s and Subcontractor s records shall be granted to the CPO the commissioner of the supervising department or any duly authorized representative thereof The Contractor and Subcontractors shall maintain all relevant records for a period that is the longer of five years or as required by relevant retention schedules after final acceptance of the work The CPO is authorized to adopt promulgate and enforce reasonable rules and regulations pertaining to the administration and enforcement of this section 3 3 5 Wages Contractor must pay the highest of 1 prevailing wage Davis Bacon rate if applicable 2 minimum wage specified by Mayoral Executive Order 2014 4 Living Wage rate specified by MCC Sect 2 92 610 3 Chicago Minimum Wage rate specified by MCC Chapter 1 24 or 4 the highest applicable State or Federal minimum wage 3 3 5 1 Minimum Wage Mayoral Executive Order 2014
167. ance of such time and must obtain the Deputy Commissioner s approval prior to interrupting the service Interruption of service must be kept to an absolute minimum and to the extent practicable the work which occasions such interruptions must be performed in stages in order to reduce the time of each interruption In case of interruptions of electrical services service must be restored prior to sunset of the same day Prior to start of work the Contractor must request of the Deputy Commissioner in charge of the project to provide specific requirements and instructions which are applicable to the particular work site areas including but not limited to areas available for storage of any equipment materials tools and supplies needed to perform the work Contractors must advise the Deputy Commissioner in charge of the project of the volume of equipment materials tools and supplies that will be required in the secured areas of the airport in order to make arrangements for inspection of such equipment materials tools and supplies at a security checkpoint 3 6 1 4 3 Safeguarding of Airport Property and Operations The Contractor must not permit or allow its employees subcontractors material men invitees or any other persons over whom Contractor has control to enter or remain upon or to bring or permit any equipment materials tools or supplies to remain upon any part of the work site if any hazard to aircraft threat to airport security or
168. and Specifications Yes No Copies in Binder 6 Field Sketches Yes No Copies in Binder 7 Composite Utility Drawings Yes No Copies in Binder A Anticipated Potential Impacts 1 Facilities Affected or Nearby B Additional Power Sources 1 Does the Facility currently have backup power Yes No N A 2 Listitems on backup power a b d e 3 Remarks if necessary Page 3 of 7 EXHIBIT V 2 4 Generator Power a ls a Generator necessary to provide temporary power to Facilities before work starts Yes Who No Date Time Standby Only How b What Facilities require Generator Power A Safety Areas 1 Have the Safety Areas RSA TSA been identified Runway RSA 200 From Centerline Yes No N A Runway RSA in front of Existing Localizer Taxiway TSA 131 From Centerline 2 Have the Object Free Areas been ROFA TOFA been Runway OFA 400 From Centerline identified Runway OFA 1 000 From RW End Yes No N A Runway OFA 160 From Centerline B Critical Areas Have the navigational critical areas been identified with snow fence or silt fence to ensure adequate recognition of the area Yes No N A Fence to be installed prior to work 1 C Review of delineat
169. and reconstruction of such records 7 2 Additional Requirements The Contractor must furnish the City of Chicago Department of Aviation 10510 W Zemke Road 60666 original Certificates of Insurance or such similar evidence to be in force on the date of this Contract and Renewal Certificates of Insurance or such similar evidence if the coverages have an expiration or renewal date occurring during the term of this Contract The Contractor must submit evidence of insurance on the City of Chicago Insurance Certificate Form copy attached or equivalent prior to Contract award The receipt of any certificate does not constitute agreement by the City that the insurance requirements in the Contract have been fully met or that the insurance policies indicated on the certificate are in compliance with all Contract requirements The failure of the City to obtain certificates or other insurance evidence from Contractor is not a waiver by the City of any requirements for the Contractor to obtain and maintain the specified coverages The Contractor shall advise all insurers of the Contract provisions regarding insurance Non conforming insurance does not relieve Contractor of the obligation to provide insurance as specified herein Nonfulfillment of the insurance conditions may constitute a violation of the Contract and the City retains the right to stop work until proper evidence of insurance is provided or the Contract may be terminated The Contractor must
170. anical Room Date and time of picture Brief description of the picture Name or initials of person taking the picture and picture numbered chronologically e CONDUCTING THE INSPECTION The Compliance Officers will present their identification to the Contractor and state the purpose of the visit They will request that an opening conference be held with a representative of the Contractor they wish to inspect and the Contractor s union steward Absent the need for a warrant the Compliance Officer will begin the opening conference The Compliance Officer will 1 State the nature of the inspection general compliant target industry other 2 State the approximate time he will be onsite 3 Request copies of safety program accident reports and inspection surveys He may not review any contract documents other than general conditions and similar front end documents 4 Approve members of the inspection party Each member has a right to representation and the compliance Officer has the right to choose the representative Disruptive conduct by the employer employee representatives is cause for dismissal from the inspection party 5 Generally discuss the purpose of the OSHA Act its sanctions and the authority vested in them by the Act 6 Advise that at the conclusion of the inspection a closing conference will be held to advise of any alleged violations noted to determine corrective dates and answer questions f DURING THE INSPEC
171. ank Scaffold planks shall be visually inspected prior to use and if defective they must be destroyed immediately Access ladders shall be provided for each scaffold Climbing off the end frames or using cross braces for access is not allowed 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 35 Scaffolds shall be secured to the building or structure at intervals which do not exceed 30 feet horizontally and 20 feet vertically Overhead protection is required if employees are working on scaffolds and are exposed to overhead hazards Such protection must be at least 2 X 10 inch planks or the equivalent Contractors competent scaffolding person will post a scaffolding sign placard system to provide awareness of possible hazards near or on a scaffold The scaffolding sign placard system implemented by the competent person should include a DAILY inspection with that days competent persons initials time of day a m p m and repairs or modifications made to the scaffold since the initial erection The placement of the placard on the scaffold should have a designated position for all scaffolds All placards are to be placed at eye level approximately at a height of 5 feet adjacent to the access ladders for immediate employee hazard recognition Green placard Scaffold Safe for Use Yellow placard Scaffold Under Construction Fall Protection Required Red placard Scaffold Unsafe Do N
172. ans an amount deducted for bid evaluation purposes only from the contract base bid in order to calculate 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 or percentage reductions to the bid amount Eligible joint venture means an association of one or more small business enterprises in combination with one or more veteran owned business enterprises proposing to perform as a single for profit business enterprise in which each joint venture partner contributes property capital efforts skill and knowledge Joint ventures must have an agreement in writing specifying the terms and conditions of the relationship between the partners and their respective roles in the contract Owned means as MCC 2 92 670 may be updated from time to time having all of the customary incidents of ownership including the right of disposition and sharing in all of the risks responsibilities and profits commensurate with the degree of ownership Small business enterprise means as MCC 2 92 670 may be updated from time to time a small business as defined by the U S Small Business Administration pursuant to the business size standards found in 13 C F R Part 121 relevant to the scope s of work the firm seeks to perform on city contracts A firm is not an eligible small business enterprise in any city fiscal year in wh
173. arties The parties also agree to coordinate with the Center to create and maintain an integrated database of veterans interested in working on this project and of apprenticeship and employment opportunities for these Projects To the extent permitted by law the parties will give appropriate credit to such veterans for bona fide provable past experience in the building and construction industry The parties recognize the importance of facilitating the goals and objectives of the Apprenticeship amp Training Initiative agreed to by the parties in separate collective bargaining agreements applicable to employees of the Owner Additionally parties agree to incorporate the duties and responsibilities Page 155 associated with the Supplemental Addendum to the Multi Project Labor Agreement between the signatory labor organizations and the Chicago Public Schools attached hereto in Appendix c and incorporated herein Towards these ends the undersigned labor organizations will assist and cooperate with the Owner the Chicago Public Schools City Colleges and contractors in monitoring and enforcing the foregoing commitments including providing relevant information requested by the Owner for the purpose of such monitoring and enforcement including the information provided for in Paragraph S E of the Supplemental Addendum with CPS Upon execution of this Agreement representatives of the Owner and the Chicago Building Trades Council will immediately meet
174. arties agree to submit said dispute to final and binding arbitration before a Permanent Umpire who shall be mutually agreed to by the parties 2 With respect to a contractor or subcontractor who is the successful bidder but is not signatory to the applicable collective bargaining agreement the collective bargaining agreement s executed by said bidder shall be the relevant area wide agreement s regulating or governing wages hours and other terms and conditions of employment 3 During the term of this Agreement the Owner or any Project contractor and sub contractor shall engage in no lockout 4 During the term of this Agreement no labor organization signatory hereto or any of its members officers stewards agents representatives or employees shall instigate authorize support sanction maintain or participate in any strike walkout work stoppage work slowdown work curtailment cessation or interruption of production or in any picketing of any Site covered under this Agreement for any reason whatsoever including but riot limited to the expiration of any of the collective bargaining Page 153 agreements referred to on Appendix A In the event of an economic strike or other mob action upon the termination of an existing collective bargaining agreement in no event shall any adverse mob action be directed against any covered Project All provisions of the subsequently negotiated collective bargaining agreement shall be retroacti
175. ase Order or that are non compliant with the terms and conditions of the Contract Documents Any goods work or services which fail tests and or inspections are subject to correction exchange or replacement at the cost of the Contractor 3 2 1 4 Electronic Ordering and Invoices The Contractor will cooperate in good faith with the City in implementing electronic ordering and invoicing including but not limited to price lists catalogs purchase orders releases and invoices The electronic ordering and invoice documents will be in a format specified by the City and transmitted by an electronic means specified by the City Such electronic means may include but are not limited to disks e mail EDI FTP web sites and third party electronic services The CPO reserves the right to change the document format and or the means of transmission upon written notice to the Contractor Contractor will ensure that the essential information as determined by the CPO in the electronic document corresponds to that information submitted by the Contractor in its paper documents The electronic documents will be in addition to paper documents required by this Contract however by written notice to the Contractor the CPO may deem any or all of the electronic ordering and invoice documents the official documents and or eliminate the requirement for paper ordering and invoice documents 3 2 1 5 City Right to Offset The City may offset against any invoice from Cont
176. ase body temperature Heat stress can diminish work performance and adversely affect worker health and safety Note Environment conditions include high temperature high humidity and heat from hot surfaces Heavy Work Heavy lifting pushing or pulling as in pick and shovel work or climbing ladders and stairs turning valves and lifting or moving heavy objects Moderate Work Sitting with heavy arm or leg movement standing with some walking about or walking about with moderate lifting pushing and descending stairs ladders installing insulation or manual valve alignment ease 2015 CDA Construction Safety Manual Section VI Health Precautions Issued for Use 6 1 2015 Page 47 2 RESPONSIBILITY Supervisor shall Plan work tasks to reduce heat stress potential Emphasize the safe work practices the Heat Stress Policy Insure the use of the buddy system and monitoring in areas where heat exposure is severe due to protective clothing requirements Employees shall a Inform their supervisor of any medication which may preclude the employee from working in a heat stress area These medications include Diuretics Vasodilators Central nervous system inhibitors Antichlorinergic medications Antihistamines Muscle relaxants Tranquilizers Sedatives Amphetamines Atropine b Inform their supervisor of recent sunburns or any illness involving fever vomiting or diarrhea as these conditions ma
177. ase number if applicable Vendor name and or number Remittance address Name of City Department that ordered the goods or services Name and phone number of your contact at the ordering department Invoice quantities commodity codes description of deliverable s Amount due Receipt number provided by the ordering department after delivery of goods services Invoice quantities service description unit of measure pricing and or catalog information must correspond to the terms of the Bid Page s If applicable if invoicing Price List Catalog items indicate Price List Catalog number item number Price List Catalog date and Price List Catalog page number on the invoice Invoices for over shipments or items with price wage escalations will be rejected unless the Contract includes a provision for such an adjustment Freight handling and shipping costs are not to be invoiced deliveries are to be made F O B City of Chicago The City of Chicago is exempt from paying State of Illinois sales tax and Federal excise taxes on purchases 4 5 Clean Diesel Fleet MCC 2 92 595 Special Conditions for Work Services Contracts 05 30 2014 58 If this Contract is for construction demolition restoration repair renovation environmental remediation or environmental abatement of any building structure tunnel excavation roadway bridge transit station or parcel of land and the estimated value of this Contract is 2 000 000 or more A Contra
178. at we Principal hereinafter referred to as Contractor and Surety of the County of and State of are held and firmly bound unto the CITY OF CHICAGO in the penal sum of and 100 Dollars lawful money of the United States for the payment of which sum of money well and truly to be made we bind ourselves our heirs executors administrators successors and assigns jointly and severally firmly by these presents Sealed with our seals and dated this day of 20 The Condition of the Above Obligation is such that whereas the above bounden Contractor has entered into a certain contract with the City of Chicago bearing Contract No and Specification No 182826 all in conformity with said contract for Furnishing the City of Chicago Department of Aviation all labor tools material and equipment required and necessary for the project known as The attached rider is incorporated herein by reference Now if the said Contractor shall in all respects well and truly keep and perform the said contract on its part in accordance with the terms and provisions of all of the Contract Documents comprising said contract and in the time and manner therein prescribed and further shall save indemnify and keep harmless the City of Chicago against all loss damages claims liabilities judgments costs and expenses which may in anywise accrue against said City of Chicago in consequence of the granting of said contract or whic
179. ate A Bidder who does not file an electronic EDS prior to the bid due date may be found non responsive and its bid rejected If you are unable to complete the EDS online and print a Certificate of Filing prior to the response due date the City will accept a paper EDS provided written justification is provided explaining the Bidders good faith efforts to complete it before the response due date and the reasons why it could not be completed Refer to the Instructions for Completing Economic Disclosure Statement and Affidavit On Line 1 12 2 MBE WBE Program The goals for MBE and WBE participation are set forth in the Proposal Pages The rules regulations and forms for achieving these goals are set forth in the Special Conditions Regarding Minority Business Enterprise Commitment and Women Business Enterprise Commitment M WBE Special Conditions e Schedule B Affidavit of Joint Venture if applicable City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 If applicable complete and submit this form if a non certified firm has formed a joint venture with one or more MBE WBE certified firms to submit a Bid Such Affidavit should be signed by the appropriate Joint Venture members and notarized e Schedule C 1 If applicable include a completed Letter of Intent from each certified MBE or WBE that will perform as a Subcontractor Supplier and or Consultant Such letter s must be signed and notarized e
180. aterial labor or services to complete the Work must contain the language of this section If the Contractor fails to incorporate the required language in all Subcontracts or purchase orders the provisions of this section are deemed incorporated in all Subcontracts or purchase orders 3 6 1 2 Aviation Security This Contract is subject to the airport security requirements of 49 United States Code Chapter 449 as amended the provisions of which govern airport security and are incorporated by reference including without limitation the rules and regulations in 14 CFR Part 107 and all other applicable rules and regulations promulgated under them All employees providing services at the City s airports must be badged by the City See Airport Security Badges Contractor Subcontractors and the respective employees of each are subject to such employment investigations including criminal history record checks as the Administrator of the Federal Aviation Administration FAA the Under Secretary of the Transportation Security Administration TSA and the City may deem necessary Contractor Subcontractors their respective employees invitees and all other persons under the control of Contractor must comply strictly and faithfully with any and all rules regulations and directions which the Commissioner the FAA or the TSA may issue from time to time may issue during the life of this Contract with regard to security safety maintenance and operation
181. ation which shall be so located and designed as to prevent motor vehicles from damaging such devices Systems wherein continuous pressure is maintained or water is used to displace liquid from storage tanks shall not be permitted The use of above ground storage tanks tank cars tank trucks or portable tanks in connection with gauging vending and dispensing devices shall not be permitted except for such equipment installed on tank vehicles complying with Section 15 24 1080 and tanks complying with Section 15 24 221 of this code Every remote fuel system shall be equipped with a fuel leak detector valve or device located as close as possible to or within the pumping unit An impact valve or device located as close as possible to or within the pumping unit An impact valve shall be provided at the base of each dispenser Such devices and valves shall be listed by a testing laboratory which has as its primary purpose the testing and evaluation of equipment and materials to meet appropriate standards Automatic hose nozzle valves with latch open devices shall not be permitted All dispensing devices shall be located so that all parts of the vehicles being served will be on private property In no case shall the dispensing hose be longer than 16 feet for filling stations and private locations Where dispensing equipment is used exclusively for trucks or other larger vehicles automatic hose retrievers may be used and shall not exceed 40 feet of hose
182. ation and hazards of hazardous chemicals present in the work area must be made available to other contractors Copies of the appropriate Material Safety Data Sheets shall be given to the Contractor s supervisory personnel by the Contractors Safety Representative when it is apparent that contractor employees are working in an area where hazardous chemicals are used B RESPIRATORY PROTECTION 1 RESPONSIBILITY The Contractor shall be responsible for administration of an effective respiratory protection program They may delegate the authority for this assignment to the safety specialist However it remains the Contractor s responsibility to assume full compliance with all sections of this program 2015 CDA Construction Safety Manual Section Health Precautions Issued for Use 6 1 2015 Page 45 2 HAZARD ASSESSMENT Proper written assessment of the hazard is the first important step to protection This requires thorough knowledge of the process related equipment raw materials and end products and by products which can possibly create an exposure hazard Air samples must be taken with proper sampling instruments during all conditions of operation to assess the atmosphere for oxygen content in concentration levels of particular and or gaseous contaminates The sampling device and the type and frequency of sampling will be dictated by the exposure and operating conditions 3 HAZARD CONTROL As operating conditions within an
183. be above the allowable Threshold Limit Value TLV the Contractor shall reduce them either through engineering controls watering trucks or sweepers The Contractor must provide maximum protection for those exposed to dust and comply with all City of Chicago Chicago Department of Aviation State of Illinois and Federal regulations The Contractor is responsible for keeping service roads taxiways and runways on which they are using or working clean and free of debris F HEARING PROTECTION Each employee shall wear hearing protection in areas designated as high noise areas Contractors foremen supervisors and managers are responsible for insuring that each employee under their direction fully complies with the provisions of this program 1 NOISE ASSESSMENT Contractor shall be responsible to conduct general noise level surveys and personal monitoring to assess the need for hearing protection A survey shall be made initially and whenever there is a major change in operating conditions If the survey indicates high noise areas 90 dBA or greater the area shall be posted for hearing protection requirements and periodically employees shall use personal monitors to identify inclusion in the program The survey and personal monitoring shall be performed using sound level meters or noise dosimetry under the weighing scale slow response If the 8 hour time weighted average TWA equals or exceeds 85 dBA the employee shall be en
184. be counted toward the stated Contract Specific Goals The Percent Amount of Participation depends on whether and with whom a MBE or WBE subcontracts out any portion of its work and other factors Firms that are certified as both MBE and WBE may only be listed on a bidder s compliance plan as either a MBE or a WBE to demonstrate compliance with the Contract Specific Goals For example a firm that is certified as both a MBE and a WBE may only be listed on the bidder s compliance plan under one of the categories but not both Only Payments made to MBE M WBE Special Conditions for Commodities amp Services 05 09 2014 83 and WBE firms that meet BOTH the Commercially Useful Function and Area of Specialty requirements above will be counted toward the Contract Specific Goals a Only expenditures to firms that perform a Commercially Useful Function as defined above may count toward the Contract Specific Goals i The CPO will determine whether a firm is performing a commercially useful function by evaluating the amount of work subcontracted whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the credit claimed for its performance of the work industry practices and other relevant factors ii A MBE or WBE does not perform a commercially useful function if its participation is only required to receive payments in order to obtain the appearance of MBE or WBE participation The CPO
185. be deemed to be positive for the prohibited substance Alcohol Testing All breath alcohol testing shall be conducted through use of an Evidential Breath Testing EBT device by a trained Breath Alcohol Technician If the result of the screening test is less than 0 04 percent alcohol concentration the result of the test is negative and no further testing shall be done If the result of the screening test is an alcohol concentration of 0 04 or greater a confirmation test shall be performed The confirmation test shall be performed not less than fifteen 15 nor more than twenty 20 minutes after completion of the screening test What constitutes a Positive test for alcohol If the result of the screening test and confirmation test are 0 04 percent alcohol concentration or greater the result is positive Consequences of a Positive drug or alcohol test If an employee s test is positive for a prohibited substance then the employee shall be deemed to have violated this Policy prohibiting the employee from reporting to work with a measurable amount of a prohibited substance in the employee s system 5 EMPLOYEE S RIGHTS In connection with the testing procedures the employee has the following rights Issued for Use 6 1 2015 a Contractor shall direct the testing facility to preserve part of the original samples for testing by the employee at the employee s expense b The Contractor shall provide the employee with copies of
186. be of suitable manufacture color coded or otherwise identified for lockout use only Tags Standard tags shall be used in all facilities It shall be the responsibility of each contractor to maintain an adequate supply of safety locks and a written record of lock number date issued and name employee to whom the lock was issued Affected employees shall be trained in all aspects of the purpose and use of the Lockout Tagout procedure by their Contractors The standard Lockout Tagout training program shall be utilized Documentation of such training will be submitted to the CM Manager of Safety An energy source shall be defined as any electrical mechanical hydraulic pneumatic chemical nuclear thermal or other energy source that could cause injury to personnel An energy isolating device shall be defined as physical device which prevents the transmission or release of energy for example but not limited to the following a manually operated electrical circuit breaker a disconnect switch manually operated switch a slide gate a slip blind line valve block or similar devices with visible indication of the position of the device A circuit tester is to be used to determine that the electrical line is in fact de energized prior to commencing work 2 CONTRACTOR DEVELOPED PROCEDURES Each affected Contractor Subcontractor shall supply the CM Manager of Safety with a copy of its Lockout Tagout procedure prior to starting work In add
187. be subcontracting any of the work listed or attached to this schedule 96 of the dollar value of the MBE or WBE subcontract that will be subcontracted to non MBE WBE contractors 96 of the dollar value of the MBE or WBE subcontract that will be subcontracted to MBE or WBE contractors NOTICE If any of the MBE or WBE scope of work will be subcontracted list the name of the vendor and attach a brief explanation description and pay item number of the work that will be subcontracted credit will not be given for work subcontracted to Non MBE WBE contractors except for as allowed in the Special Conditions Regarding Minority Business Enterprise Commitment and Women Business Enterprise Commitment The undersigned will enter into a formal written agreement for the above work with you as a Prime Contractor conditioned upon your execution of a contract with the City of Chicago within three 3 business days of your receipt of a signed contract from the City of Chicago The undersigned has entered into a formal written mentor prot g agreement as a subcontractor prot g with you as a Prime Contractor mentor Yes No NOTICE THIS SCHEDULE AND ATTACHMENTS REQUIRE ORIGINAL SIGNATURES ignature or FresiaenvOwnern or Authorized Agent oi ate Yame Title Please Print mal Number 08 2013 Page 1 of 1 M WBE Special Conditions for Commodities amp Services 05 09 2014 104 Schedule D 1 Affidavit of Implementation of MBE W
188. billing discounts offered will not be considered in the evaluation of bids 1 20 2 Determination of Responsibility The determination of the responsibility of a Bidder is within the sole discretion and authority of the Chief Procurement Officer The Chief Procurement Officer may request any Bidder to submit such additional information pertaining to the Bidder s responsibility as the Chief Procurement Officer deems necessary Failure to comply with any such request will result in a finding of non responsibility and rejection of the Bid 1 20 2 1 Bidder Debts or Defaults The Chief Procurement Officer reserves the right to refuse to award a Contract to any bidder that is in arrears or is in default to the City upon any debt or contract or that is a defaulter as surety or otherwise upon any obligation to the City or has failed to perform faithfully any previous contract with the City 1 20 2 2 Competency of Bidder The Bidder if requested must present within a reasonable time as determined by the Chief Procurement Officer evidence satisfactory to the Chief Procurement Officer of ability to perform the Contract and possession of necessary facilities pecuniary resources and adequate insurance to comply with the terms of these specifications and contract documents 1 21 Rejection of Bids and Waiver of Informalities The Chief Procurement Officer in his her sole discretion and authority may determine that it is in the best interest of the Ci
189. but not both to demonstrate compliance with the Contract Specific Goals As noted above the Contractor may meet all or part of this commitment by contracting with MBEs or WBEs for the provision of goods or services not directly related to the performance of this Contract However in determining the manner of MBE WBE participation the Contractor will first consider involvement of MBEs WBEs as joint venture partners subcontractors and suppliers of goods and services directly related to the performance of this Contract In appropriate cases the Chief Procurement Officer will require the Contractor to demonstrate the specific efforts undertaken by it to involve MBEs and WBEs directly in the performance of this Contract M WEBE Special Conditions for Commodities amp Services 05 09 2014 80 The Contractor also may meet all or part of this commitment through credits received pursuant to Section 2 92 530 of the Municipal Code of Chicago for the voluntary use of MBEs or WBEs in private sector contracts Pursuant to 2 92 535 the prime contractor may apply be awarded an additional 0 333 percent credit up to a maximum of a total of 5 percent additional credit for every 1 percent of the value of a contract self performed by MBEs or WBEs or combination thereof that have entered into a mentor agreement with the contractor This up to 596 may be applied to the Contract Specific Goals or it may be in addition to the Contract Specific Goals 6 2 Defini
190. by aragraph a or b above the matter shall be immediately referred to the Joint Conference Board established by the Standard Agreement between the Construction Employers Association and the Chicago amp Cook County Building amp Construction Trades Council which may be amended from time to time for final and binding resolution of said dispute Said Standard Agreement is attached hereto as Appendix B and specifically incorporated into this Agreement 12 This Agreement shall be incorporated into and become part of the collective bargaining agreements between the Unions signatory hereto and contractors and subcontractors In the event of any inconsistency between this Agreement and any collective bargaining agreement the terms of this Agreement shall supersede and prevail except for all work performed under the NT Articles of Agreement the National Stack Chimney Agreement the National Cooling Tower Agreement all instrument calibration work and loop checking shall be performed under the terms of the UA IBEW Joint National Agreement for instrument and Control Systems Technicians and the National Agreement of the International Union of Elevator Constructors with the exception of the content and subject matter of Articles V VI and VII of the AFL CIO s Building amp Construction Trades Department model Project Labor Agreement 13 The parties agree that in the implementation and administration of this Agreement it is vitally necessary to main
191. calendar days of the contractor receiving notification of the intent to arbitrate from the MBE WBE the above described disputes shall be arbitrated in accordance with the Commercial Arbitration Rules of the American Arbitration Association AAA a not for profit agency with an office at 225 North Michigan Avenue Suite 2527 Chicago Illinois 60601 7601 Phone 312 616 6560 Fax 312 819 0404 All such arbitrations shall be initiated by the MBE WBE filing a demand for arbitration with the AAA shall be conducted by the AAA and held in Chicago Illinois c Allarbitration fees are to be paid pro rata by the parties however that the arbitrator is authorized to award reasonable expenses including attorney and arbitrator fees as damages to a prevailing MBE WBE d The MBE WBE must send the City a copy of the Demand for Arbitration within ten 10 calendar days after it is filed with the AAA The MBE WBE also must send the City a copy of the decision of the arbitrator within ten 10 calendar days of receiving such decision Judgment upon the award rendered by the arbitrator may be entered in any court of competent jurisdiction 6 11 Equal Employment Opportunity Compliance with MBE and WBE requirements will not diminish or supplant equal employment opportunity and civil rights provisions as required by law M WBE Special Conditions for Commodities amp Services 05 09 2014 91 6 12 Attachments and Schedules The following attachments and sche
192. can be found on the City s website http www cityofchicago org city en depts dps provdrs comp svcs debarred firms list html Subcontracting of the services or work or any portion of the Contract without the prior written consent of the CPO is null and void Further the Contractor will not make any substitution of a previously approved Subcontractor without the prior written consent of the CPO any substitution of a Subcontractor without the prior written consent of the CPO is null and void The Contractor will only subcontract with competent and responsible Subcontractors If in the judgment of the Commissioner or the CPO any Subcontractor is careless incompetent violates safety or security rules obstructs the progress of the services or work acts contrary to instructions acts improperly is not responsible is unfit is incompetent violates any laws applicable to this Contract or fails to follow the requirements of this Contract then the Contractor will immediately upon notice from the Commissioner or the CPO discharge or otherwise remove such Subcontractor and propose an acceptable substitute for CPO approval 3 1 3 3 No Pledging or Assignment of Contract Funds Without City Approval The Contractor may not pledge transfer or assign any interest in this Contract or contract funds due or to become due without the prior written approval of the CPO Any such attempted pledge transfer or assignment without the prior written approval of t
193. card when on site 5 TEMPORARY BUILDINGS All temporary sheds built inside other building s shall be of non combustible materials Corrugated sheet metal is recommended Plastic tarpaulins and wood roofs are prohibited 6 FIRE EXTINGUISHER AND HOSES Each Contractor and Subcontractor work area shall be provided with suitable portable fire extinguishers and a fire watch where required Each Contractor and Subcontractor must be knowledgeable about the location and use of fire extinguishers fire stands and hoses Contractors and Subcontractors must replace any discharged extinguisher immediately Annual fire extinguisher inspections must be completed by a qualified person or agency The first priority in case of fire is the safety of the personnel In the event of fire notify the Chicago Fire Department immediately The CDA Safety Department Representative shall be notified as soon as practicable by the most expeditious means possible 7 INSPECTIONS The Chicago Fire Department may be asked to inspect the project periodically to keep up to date on the route of access to the building for their equipment availability of water and access for job personnel Reports will be provided of inspection results 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 33 LADDERS 1 GENERAL a Manufactured ladders must be rated for industrial or heavy duty work b Job made ladders
194. cent 896 penalty This penalty will increase their bid price for the Standard Terms and Conditions 09 03 2015 37 purpose of canvassing the bids in order to determine who is to be the lowest responsible bidder This penalty will apply only for purposes of comparing bid amounts and will not affect the amount of any contract payment The provisions of this Section will not apply to contracts for which the City receives funds administered by the United States Department of Transportation USDOT except to the extent Congress has directed that USDOT not withhold funds from states and localities that choose to implement selective purchasing policies based on agreement to comply with the MacBride Principles for Northern Ireland or to the extent that such funds are not otherwise withheld by the USDOT 3 3 9 3 2014 Hiring Plan Prohibitions A The City is subject to the June 16 2014 City of Chicago Hiring Plan the 2014 City Hiring Plan entered in Shakman v Democratic Organization of Cook County Case No 69 C 2145 United States District Court for the Northern District of Illinois Among other things the 2014 City Hiring Plan prohibits the City from hiring persons as governmental employees in non exempt positions on the basis of political reasons or factors B Contractor is aware that City policy prohibits City employees from directing any individual to apply for a position with Contractor either as an employee or as a subcontractor and fro
195. chanics and Field Welders Class 7 Dowell Machine with Air Compressor Gradall and machines of like nature OPERATING ENGINEER FLOATING Class 1 Craft Foreman Master Mechanic Diver Wet Tender Engineer Engineer Hydraulic Dredge Class 2 Crane Backhoe Operator Boat Operator with towing endorsement Mechanic Welder Assistant Engineer Hydraulic Dredge Leverman Hydraulic Dredge Diver Tender Class 3 Deck Equipment Operator Machineryman Maintenance of Crane over 50 ton capacity or Backhoe 115 000 lbs or more Tug Launch Operator Loader Dozer and like equipment on Barge Breakwater Wall Slip Dock or Scow Deck Machinery etc Class 4 Deck Equipment Operator Machineryman Fireman 4 Equipment Units or More Off Road Trucks Deck Hand Tug Engineer Crane Maintenance 50 Ton Capacity and Under or Backhoe Weighing 115 000 pounds or less Assistant Tug Operator Class 5 Friction or Lattice Boom Cranes Class 6 ROV Pilot ROV Tender https www illinois gov idol Laws Rules CONMED Rates 2015 july COOK9999 htm Page 165 Page 5 of 7 8 13 2015 Cook County Prevailing Wage for July 2015 SURVEY WORKER Operated survey equipment including data collectors G P S and robotic instruments as well as conventional levels and transits TERRAZZO FINISHER The handling of sand cement marble chips and all other materials that may be used by the Mosaic Terrazzo Mechanic and the mixing grinding grouting
196. chief procurement officer the commissioner of the supervising department the inspector general or any duly authorized representative thereof The contractor and subcontractors shall maintain all relevant records for a period of no less than seven years after final acceptance of the work D A bidder desiring to receive an incentive pursuant to this section shall include with its bid submission the Affidavit of Eligible Business for Bid Incentive for Alternative Powered Vehicles which affirms that the bidder satisfies all pertinent requirements as an eligible business E Upon completion of the work any eligible business that receives a bid preference but that fails to meet the definition as an eligible business during the term of the contract shall be fined in an amount equal to three times the amount of the bid incentive awarded F This section shall not apply to any contract to the extent that the requirements imposed by this section are inconsistent with procedures or standards required by any law or regulation of the United States or the State of Illinois to the extent such inconsistency is not permitted under law or the home rule powers of the city 1 22 4 Joint Ventures Between Small Business Enterprises and Veteran Owned Business Enterprises For purposes of this section only the following definitions shall apply City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 12 Bid incentive me
197. cial General Liability and if required Excess Liability or Umbrella Liability insurance written on an occurrence for with limits of not less than 50 000 000 per occurrence and 50 000 000 general aggregate for bodily injury and property damage combined and 50 000 000 products and completed operations aggregate The policy shall include coverage for liabilities arising out of premises operations independent contractors products and completed operations personal and advertising injury and liability assumed under an insured contract The policy shall not include exclusions Insurance Requirements 112 for property damage resulting from explosion collapse or underground hazard or the consequences of inadvertent construction defects b Workers Compensation Insurance State of Illinois statutory workers compensation insurance for Contractor s Subcontractors and Sub subcontractors employees who will be engaged in the performance of the work including special coverage extensions where applicable and Employer s Liability with limits of not less than 1 000 000 for each accident 1 000 000 as the aggregate disease policy limit and 1 000 000 as the disease limit for each employee C Additional coverage may be procured and will be outlined in the City s Project Insurance Manual Insurance Requirements 113 ARTICLE 8 ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT EDS 8 1 Online EDS Filing Required Prior To Bid Opening The Bidder must pre
198. cifications 63 the remote control panel and programmable logic controllers PLC associated with all domestic water booster pump stations at O Hare 14 The two 2 actuators and controllers for the chilled water differential pressure bypass control valves These consist of the following The valve mounted actuators for the two 2 valves The two 2 panel mounted controllers located on the chilled water central control panels 15 The reservoir fill valve operators 3 exclusive of the reservoir fill valve proper 16 The pneumatic actuator and positioners on all potable water pressure reducing valves 6 and associated flow 2 and water meters 1 at the H amp R O Hare 17 The service water tanks 3 north northwest and south including level temperature and pressure controls and their associated equipment 18 The actuators and controllers winter bypass butterfly valves for the North South and East H amp R Cooling Towers 19 All instrumentation recorders controls and equipment located on or related to the chilled water master control panels and the chilled water recorder panel including all signal generation transmission and indication 20 Chilled Water System Condenser Water Chemical Feed System Controllers the three 3 Cooling Tower condenser water chemical feed system controllers South Cooling Tower Lakewood Instruments Model 2175 RTC North Cooling Tower Lakewood Instrum
199. cified The time of the receipt of the bid will be determined solely by the clock located in the Bid amp Bond Room Bids must be dropped off in the Bid amp Bond Room during regular business hours 8 30 am to 4 30 pm Monday through Friday excluding Holidays of the City 1 16 2 Bids Must Be Sealed and Properly Labeled All Bids must be submitted in sealed envelopes The Department of Procurement Services provides official bid enclosure envelopes at the Bid amp Bond Room Use of official envelopes is not required but is preferred All envelopes containing Bids must be marked Bid Enclosed and must have the Bidder s name and address the Specification Number and the advertised date and time of bid opening stated on the envelope Failure to properly mark the envelope may result in a failed delivery and result in rejection of the Bid If more than one envelope is needed to submit the Bid each envelope must be marked with all the information required above and be marked to indicate that the envelopes belong together e g one of three two of three 1 16 3 Bidders Are Responsible for Bid Delivery Each Bidder is solely and completely responsible for delivery of its Bid to the Bid amp Bond Room before the date and time established for the Bid opening Any Bid that is not delivered on time including Bids mistakenly delivered to other City offices will not be accepted The City is under no obligation to ensure that misdirected Bids are del
200. control circuit control loop to functional performance test Each circuit so tested which performs within normally accepted tolerances will require no further testing adjusting or calibration of its individual control components Should a control circuit fail to function properly the Contactor shall in accordance with the manufacturer s recommendations and as otherwise required test adjust and calibrate each control component in the control circuit in order to restore it to acceptable operation This process is to be repeated as many times as necessary to restore optimum control circuit operation The Commissioner or his her authorized representative will have final approval as to the acceptable operation of the control circuits The control and burner management systems for the eight 8 HTW High Temperature Water generators located at the H amp R Building have a Digital Control System The Digital Control System is a Siemens Quadlog Rack to Rack Redundant Processor with non redundant Input Output 1 0 The maintenance portion of this Contract shall include any and all costs required by the Contractor to provide maintenance of the software system and system upgrades to be installed by manufacturers based on system revision bulletins from the network hardware MBUS amp Ethernet and to include all computer hardware e g computers monitors and touch screens The Digital Control System upgrades will be performed by the Contractor based on approv
201. ct Number Subcontractor N A if none Chartis Project Code OCC Notified 773 894 9111 g Bodily Injury lllness p MCC Notified 773 838 9111 Property Damage 1 Non CDA Emergency Agency Notified rj Motor Vehicle g Aircraft List Outside Fire Ambulance Police or other g Other Taken to Clinic Provide Name and Address of Clinic Emergency Medical Services Provided Contractor Employee g Aircraft pj Emergency Medical Services Not Provided Subcontractor Employee g Fire p Emergency Medical Services Refused g Passenger Public g HazMat Incident g Other g Utility Damage g Runway Incursion g Security Incident g City Vehicle Site Conditions g Wildlife Incident g Non City Vehicle Weather g Clear g Snow g Other Describe r1 Overcast g Fog Temp F Sleet r1 Rain r1 Windy g Wet Ice Snow pi Dry g Light Duty Restrict Describe g Cracked g Uneven Pothole Mud L Lost Time Incident g Daylight g Night rj Dawn r1 Artificial O Full Duty No Restrictions Dusk Glare Bodily InjuryMliness Individuals Parties who were injured Name of Person Address of Person Number Street City State Zip Code Description of Injury Illness Description of Injury IIIness Property Damage Information Contractor is responsible for obtaining police report 1 01 09 EXHIBIT V 4 Type of Property Describe Property Damage Building Aircraft Airfield Utility g City Owned E Non City Owned Motor Vehicl
202. ctor must comply with the Clean Diesel Contracting Ordinance MCC Section 2 92 595 B Contractor and any Subcontractor s must utilize Ultra Low Sulfur Diesel Fuel ULSD for any heavy duty diesel powered vehicle non road vehicle or non road equipment used in the performance of the Contract C Contractor and any Subcontractor s must minimize idling of motor vehicles and non road vehicles used in the performance of the Contract during periods of inactivity and must comply with the anti idling requirements imposed by any applicable federal state or local law D Contractor and any Subcontractor s may not use any of the following vehicles and equipment in the performance of the contract i heavy duty diesel vehicle not meeting or exceeding the US EPA s emission standards for heavy duty diesel vehicles for the 1998 engine model year unless such vehicle is fitted with a verified diesel emission control retrofit device or ii any non road vehicle or non road equipment not meeting or exceeding the US EPA s Tier 1 Non road Diesel Standards unless such vehicle or equipment is fitted with a verified diesel emission control retrofit device E Anyheavy duty diesel vehicles non road vehicles and non road equipment used in the performance of this Contract must incorporate such engine or retrofit technology so that the Contractor through such engine or retrofit technology used directly by the Contractor and all subcontractors shall hav
203. current standards insurance company requirements for the installations In addition to the above requirement the Contractor shall issue a certification of inspection for the underground storage tank s electronic indicating and monitoring systems The certification shall state that the systems have been inspected and their operation conforms to the United States Environmental Protection Agency USEPA and Illinois Environmental Protection Agency IEPA requirements for tank monitoring and alarm system In order to verify expenditures for labor performed under this Contract the Contractor shall submit time sheets with each invoice which shall contain the following items a Chargeable field time b Chargeable shop time Seasonal Inspection September The following H amp R and Outlying Building Seasonal Inspection listed systems shall require the once a month inspection only during the months of operation The systems will be in service from September through May for each heating season for the term of this Contract The Commissioner reserves the right to modify this list of equipment or tasks based on the needs of the Airport Scope of Work and Detailed Specifications 69 The Contractor shall fill out the checklist form Exhibit E1 after every monthly inspection from September through May the form shall be submitted to the CDA Chief Operating Engineer This checklist is for the systems equipment and controls to be tested and sh
204. d Standard Terms and Conditions 09 03 2015 53 ARTICLE 4 TERMS FOR WORK SERVICES CONTRACTS 4 1 The Services 4 1 1 Scope of Services The scope of services Services is described in the Scope of Work and Detailed Specifications article of this agreement Unless otherwise noted the Contractor must take out at Contractor s own expense all permits and licenses necessary to perform the Services in accordance with the requirements of this Contract 4 1 2 Estimated Quantities Level of Service Any quantities or level of usage shown herein are estimated for the initial Contract term The City reserves the right to increase or decrease the quantities or level of Services required under this Contract Nothing herein will be construed as intent on the part of the City to contract for any Services other than those determined by the City to be necessary to meet its needs The City will only be obligated to pay for such Services as are from time to time requested performed and issued via a Purchase Order release directly by the City 4 1 3 Unspecified Services Any service not specifically included in the Scope of Work and Detailed Specifications article may be added to this Contract if it falls within the same general category of Services already specified in the Contract Pursuant to MCC Section 2 92 646 the lifetime aggregate value of the City s purchase of any Services added to this Contract must not exceed ten percent 10 of the origi
205. d Document Holder are responsible for checking the City of Chicago s website for Clarifications and or Addenda There may be multiple Clarifications and Addenda Failure to obtain Clarifications and or Addenda for whatever cause will not relieve a Bidder from the obligation to bid according to and comply with any changed or additional terms and conditions contained in the Clarifications and Addenda City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 Failure to acknowledge Clarifications and or Addenda in the Bid Documents when submitting the bid will render the bid non responsive Any harm to the bidder resulting from failure to obtain all necessary documents for whatever cause will not be valid grounds for a protest against award s made under this bid solicitation 1 4 Examination of the Bid Documents and Work Site Bidders are required to carefully examine all of the Bid Documents before completing the forms and submitting a Bid If the specification calls for work to be performed onsite Bidders are also required to inspect the site of the work to be performed and familiarize itself with the conditions at the site that will affect the work A Bidder that is awarded a contract will be solely responsible for all costs arising from and associated with that Bidder s i failure to comply with the requirements of the Bid Documents including without limitation this requirement to inspect the Bid
206. d for continuity and shall be electrically continuous d Each receptacle and attachment cap or plug shall be tested for correct attachment of the equipment grounding conductor The equipment grounding conductor shall be connected to its terminal All required tests shall be performed a Before first use b Before equipment is returned to service following any repairs and c Before equipment is used after any incident which can be reasonable suspected to have sustained damage for example when a cord set is run over Contractors shall not make available or permit the use by employees of any equipment which has not met the requirements of this section Tests performed as required in this section shall be recorded This test record shall identify each receptacle cord set and the cord and plug connected equipment that passed the test and shall indicate the last date it was tested or interval for which it was tested This record shall be kept by means of logs color coding or other effective means The record shall be made available on the job site for inspection 4 ELECTRICAL TOOLS AND CORDS Portable tools and appliances protected by an approved system of double insulation or its equivalent need not be grounded Where such an approved system is employed the equipment shall be distinctively marked All extension cords shall be rated for hard or extra hard usage as defined by the National Electric Code with three wires and a ground p
207. d goods for which the Local Goods Incentive was allocated shall be fined in an amount equal to three times the amount of the difference between the bid incentive allocated and the bid incentive that would have been allocated to that contractor for the amount of locally manufactured goods actually supplied under the contract unless the contractor can demonstrate that due to circumstances beyond the contractor s control the contractor for good cause was unable to provide the required percentage of locally manufactured goods 1 22 3 Alternatively Powered Vehicles Bid Incentive 1 22 3 1 Definitions for Alternatively Powered Vehicles Bid Incentive For purposes of this Section 1 22 3 only the following definitions apply Alternative fuel has the meaning ascribed to that term in the Energy Policy Act of 1992 and the rules promulgated by the United States Department of Energy pursuant to that Act The term alternative fuel includes but is not limited to natural gas liquefied petroleum gas hydrogen ethanol E85 or electricity Alternatively powered vehicle means a vehicle that A is fueled by alternative fuel provided that if a vehicle is capable of being powered by alternative fuel and traditional petroleum based gasoline or petroleum based diesel fuel the vehicle must be powered by the alternative fuel for no less than 80 BTUs consumed during the three months prior to the submission of the bid or B is commonly referred to as a hybrid
208. d in for you in your new EDS You will have an opportunity to correct it if it has changed since your last filing When you submit your new EDS the information is saved and the one year clock begins running anew Q Whatare the system requirements to use the Online EDS A The following are minimum requirements to use the Online EDS A PDF viewer such as Adobe Reader is installed and your web browser is configured to display PDFs automatically You may download and install Adobe Reader free at www adobe comlproducts reader Your web browser is set to permit running of JavaScript Your web browser allows cookies to be set for this site Please note that while we use cookies in the Online EDS we do not use them to track personally identifiable information so your privacy is maintained Your monitor resolution is set to a minimum of 1024 x 768 While not required to submit an EDS if you wish to view the training videos you must have Adobe Flash Plugin version 9 or higher speakers and sound Please note that very old computers may not be able to run Adobe Flash and will not be able to play the training videos In that case we encourage you to seek help using the Online EDS Manuals You may download and install Adobe Flash Plugin free at htty get adobe comiflashplayer The Online EDS has been tested on Internet Explorer 6 0 7 0 Firefox 2 0 and 3 0 on Windows XP and Mac OS X Although it should work on other browsers and operating s
209. d in or has directly or indirectly caused an incident The term incident shall mean an event or occurrence which has all the attributes of an accident except that no injury was caused to a person or damage caused to property If CDA or designated representative have a reasonable suspicion that a violation of this policy has occurred The CDA or designated representative shall have such a reasonable suspicion in the event of erratic behavior such as noticeable imbalance incoherence and or disorientation or body odors of the employee Right to Obtain Information Concerning Prescription Medication The CDA or designated representative reserves the right to request an employee to identify the type of prescription medication and the dosage of prescription medication which is being taken by the employee and the period of time during which the employee expects to be taking the medication If the CDA or designated representative determines that the prescription medication is likely to impair the employee s ability to perform the employee s assigned work safely and efficiently then the CDA or CM Manager of Safety may ask that the employee be reassigned to a project not on CDA property 4 PROCEDURES FOR DRUG OR ALCOHOL TESTING If an employee is requested to submit to a drug and alcohol test then the testing will be conducted in the following manner a When the Tests will be Required The CDA or CM Manager of Safety throug
210. dance with the Contract Documents and provided the Contractor with all of the documents and information required of the Contractor The Contractor may delay or postpone payment for a to a Subcontractor when the Subcontractor s work or materials do not comply with the requirements of the Contract Documents the Contractor is acting in good faith and not in retaliation for a Subcontractor exercising legal or contractual rights 3 2 3 2 1 Reporting Failures to Promptly Pay The City posts payments to prime contractors on the web at http webapps cityofchicago org VCSearchWeb org cityofchicago vcsearch controller payme nts begin do agencyld city If the Contractor without reasonable cause fails to make any payment to its Subcontractors and material suppliers within 7 days after receipt of payment under a City contract the Contractor shall pay to its Subcontractors and material suppliers in addition to the payment due them interest in the amount of 2 per month calculated from the expiration of the 7 day period until fully paid In the event that a Contractor fails to make payment to a Subcontractor within the 7 day period required above the Subcontractor may notify the City by submitting a report form that may be downloaded from the DPS website at http www cityofchicago org content dam city depts dps ContractAdministration StandardF ormsAgreements Failure to Promtly Pay Fillable Form 3 2013 pdf The report will require the Subcontracto
211. day consists of 8 hours for this Contract shifts must be coordinated with the Department No overtime or premium pay is allowed unless otherwise specified in the Detailed Specifications and authorized by the Commissioner 4 2 3 Character of Workers The Contractor must employ only competent and efficient workers and whenever in the opinion of the City any such worker is careless incompetent violates safety or security rules obstructs the progress of the work or services to be performed under this Contract acts contrary to instructions or acts improperly or fails to follow the safety requirements of this Contract the Contractor must upon request of the City discharge or otherwise remove such worker from the work or services to be performed under this Contract and must not use such worker again except with the written consent of Special Conditions for Work Services Contracts 05 30 2014 54 the City The Contractor must not permit any person to work upon the work or services to be performed under this Contract or enter into any buildings connected therewith who is under the influence of intoxicating liquors or controlled substances 4 2 4 Quality of Materials and Inspection The City will have a right to inspect any material to be used in performance of the Services for this Contract The City is not responsible for the availability of any materials or equipment required under this Contract The Contractor is responsible for the meetin
212. dding and Instructions for Bidders non construction 09 09 2015 13 1 22 6 MacBride Principles Ordinance If the Bidder conducts any business operations in Northern Ireland it is hereby required that the Bidder will make reasonable and good faith efforts to conduct those operations in accordance with the MacBride Principles for Northern Ireland as defined in Illinois Public Act 85 1390 and Section 2 92 580 of the Municipal Code to promote fair and equal employment opportunities and labor practices for religious minorities in Northern Ireland Bidders who take exception to the provision set forth above will be assessed an eight percent 896 penalty on their Bids The penalty will pertain to the Bid only and will not affect the contract price or payments under the Contract 1 23 Consideration of Bids The CPO represents and acts for the City in all matters pertaining to this invitation for bids and any contract subsequently awarded The CPO reserves the right to reject any and all bids and to disregard any informalities in a bid or the bidding process when in his her opinion the best interest of the City will be served by such action 1 24 Bid Protests The bidder shall submit any protests or claims regarding this solicitation to the office of the City s Chief Procurement Officer located at City Hall Room 806 121 North LaSalle Street Chicago Illinois 60602 A pre bid protest must be filed no later than the five calendar days before the bid ope
213. de dad eh 1 Article 1 Requirements for Bidding and Instructions to 2 1 1 The Bid Docutents ie d Eye 2 1 2 Obtaining the Bid Documents sss enne nennen ness 2 1 2 1 Printed Bid Doc ments 5 1 ee Darei ee doe 2 1 2 2 Downloadable Bid nennen nnne tese esee enne nnns 2 1 3 Clarifications and Addenda sssssssseeseseeeeeeeee enne enne nnne nnne eene 2 1 4 Examination of the Bid Documents and Work Site enne 3 1 5 Pre Bid Conference and Site Visit 3 1 6 Questions Regarding the Bid Documents Bidder Inquiry Deadline 3 1 7 EXCeDLODS deese 3 1 8 Taxes Included in Bid 4 1 9 Bid Prices Must Incorporate All Costs 4 1 10 Completion of the Bid Documents seeseessessesseseeneene enne eene nennen neris nass asas nnns 4 1 11 Conflicts of Interest ecd een ren denen dh agen ene dea ahud ene ne ERR Ra eee nnde IRR 4 1 12 Required Forms and Fees ct e a eee ees 4 1 12 1 Certi
214. dent With regard to hazards that are uncovered by periodic inspections reported by employees or discovered as result of an incident the person receiving initial notice of the hazard whether an inspector manager or safety committee member is required to record the name of the person assigned responsibility for correction on the form on which the hazard is recorded and to forward copies of any such recommendation to all persons so named All recommendations shall be followed up within one week Failure on the part of the person assigned the responsibility for correction to take corrective action within the established time limit shall be reported immediately to the responsible person s supervisor and the CM Manager of Safety Completed inspection documentation employee hazard reports and accident investigation reports shall remain open before the safety committee and shall not be filed away until all corrective measures have been completed and documented In the case of imminent danger hazards that cannot be corrected safely without exposing employees to danger supervisory personnel are instructed to evacuate all nonessential personnel from the area of the hazard until such corrective measures have been completed and the area rendered safe 9 CONDUCT EMPLOYEE TRAINING All Contractor employees shall be required to take part in safety and health training Training sessions on general safety principles and practices shall be held for all
215. der 2014 1 is higher than the Base Wage rate Therefore the higher wage specified by the Executive Order or other applicable rule or law must be paid Each July 1st the Base Wage will be adjusted using the most recent federal poverty guidelines for a family of four 4 as published annually by the U S Department of Health and Human Services to constitute the following the poverty guidelines for a family of four 4 divided by 2000 hours or the current base wage whichever is higher At all times during the term of this Contract Contractor and all other Performing Parties must pay the Base Wage as adjusted in accordance with the above If the payment of prevailing wages is required for work or services done under this Contract and the prevailing wages for Covered Employees are higher than the Base Wage then the Contractor must pay the prevailing wage rates The Contractor must include provisions in all subcontracts requiring its Subcontractors to pay the Base Wage to Covered Employees The Contractor agrees to provide the City with documentation acceptable to the CPO demonstrating that all Covered Employees whether employed by the Contractor or by a subcontractor have been paid the Base Wage upon the City s request for such documentation The City may independently audit the Contractor and or subcontractors to verify compliance herewith Standard Terms and Conditions 09 03 2015 33 Failure to comply with the requirements of this Section
216. der loads landing and placing steel joists and falls to lower levels These provisions are specifically addressed to ALL EMPLOYEES exposed to any of the conditions aforementioned and is NOT specific to the ironworkers trade only Remainder of page left intentionally blank 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 43 A Vil HEALTH PRECAUTIONS HAZARD COMMUNICATION DEFINITIONS Article A manufactured item which is formed to a specific shape or design during manufacturer has end use functions dependent in whole or in part upon the shape or design and which does not result in exposure to a hazardous chemical under normal conditions of use Chemical Any element compound or mixture of elements and or compounds excluding articles food drugs or cosmetics intended for personal consumption wood wood products tobacco and tobacco products Name Scientific designation of a chemical in accordance with the nomenclature system of the International Union of Pure and Applied Chemistry IUPAC or the Chemical Abstracts Service CAS POLICY This program is designed to insure that the Contractor provides information to his employees at all levels regarding chemical projects to which they are exposed It will be accomplished by the following Contractors shall maintain a list of all hazardous chemical products used and stored onsite A copy of all MSDS shall be submit
217. dit Rules ALL Compliance Officer Compliance Type Description Percentage Type Desc Specification 132826 Procurement Type BID Bid Deposit Required NO Required Minority Owned Business Enterprise Target Percentage Rate 16 90 96 Women Owned Business Enterprise Target Percentage Rate 4 50 Proposal Pages Specit 132826 121 Proposal Pages Commodity Desc MAINTENANCE OF THE CONTROLS amp INSTRUMENTATION FOR HIGH TEMPERATURE COMBUSTION CHILLED POTABLE WATER DE ICING SYSTEMS amp CHEMICAL TREATMENT SYSTEMS CONTROL FITTER STRAIGHT TIME MAINTENANCE OF THE CONTROLS amp INSTRUMENTATION FOR HIGH TEMPERATURE COMBUSTION CHILLED POTABLE WATER DE ICING SYSTEMS amp CHEMICAL TREATMENT SYSTEMS CONTROL FITTER OVERTIME MAINTENANCE OF THE CONTROLS amp INSTRUMENTATION FOR HIGH TEMPERATURE COMBUSTION CHILLED POTABLE WATER DE ICING SYSTEMS amp CHEMICAL TREATMENT SYSTEMS CONTROL FITTER PREMIUM TIME MAINTENANCE OF THE CONTROLS amp INSTRUMENTATION FOR HIGH TEMPERATURE COMBUSTION CHILLED POTABLE WATER OPERATOR TRAINING PER HOUR AS SPECIFIED MAINTENANCE OF THE CONTROLS amp INSTRUMENTATION FOR HIGH TEMPERATURE COMBUSTION CHILLED POTABLE WATER DE ICING SYSTEMS amp CHEMICAL TREATMENT SYSTEMS CALIBRATION amp RECALIBRATION OF BTU amp TONS METERS CALIBRATION PRICED PER METER MAINTENANCE OF THE CONTROLS amp INSTRUMENTATION FOR HIGH METERS CERTIFICATION PRICED PER METER Ci
218. ds will be provided and their value based on the bid specification s estimated quantities attach additional sheets if necessary Bid Line Locally Manufactured Item s to be provided Manufacturer Value of Item s TOTAL Bidder must provide Manufacturer s Affidavit of Local Manufacturing for each manufacturer listed Bidder understands that if it fails to supply the committed percentage of Locally Manufactured Goods under MCC 2 92 410 it may be fined in an amount equal to three times the amount of the difference between the bid incentive allocated and the bid incentive that would have been allocated to that contractor for the amount of locally manufactured goods actually supplied Bidder understands that it may be required to produce records to the chief procurement officer to verify the information provided Under penalty of perjury the person signing below 1 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 State of County of Signed and sworn or affirmed to before me on date by name s of person s making statement Signature of Notary Public Seal Affida
219. dules follow they may also be downloaded from the Internet at http www cityofchicago org forms e Attachment A Assist Agencies e Attachment B Sample Format for Requesting Assist Agency Comments on Bidder s Request for Reduction or Waiver of MBE WBE Goals e Schedule B Affidavit of Joint Venture MBE WBE e Schedule C 1 Letter of Intent From MBE WBE To Perform As Subcontractor Supplier and or Consultant e Schedule 0 1 Compliance Plan Regarding MBE WBE Utilization M WBE Special Conditions for Commodities amp Services 05 09 2014 92 Attachment A Assist Agency List M WBE Special Conditions for Commodities amp Services 05 09 2014 93 CITY OF CHICAGO ASSIST AGENCY LIST DEPARTMENT OF amp DPS PROCUREMENT SERVICES Assist Agencies are comprised of not for profit agencies and or chamber of commerce agencies that represent the interest of small minority and or women owned businesses American Brotherhood of Contractors 935 West 175 Street Homewood Illinois 60430 Phone 773 491 5640 Email arba constructive business com Asian American Business Expo 207 East Ohio St Suite 218 Chicago IL 60611 Phone 312 233 2810 Fax 312 268 6388 Email Janny AsianAmericanBusinessExpo org Asian American Institute 4753 N Broadway St Suite 904 Chicago IL 60640 Phone 773 271 0899 Fax 773 271 1982 Email kfernicola aaichicago org Web www aaichicago org Association of Asian Constructi
220. e for profit business enterprise for which each joint venture partner contributes property capital efforts skills and knowledge and in which the MBE or WBE is responsible for a distinct clearly defined portion of the work of the contract and whose share in the capital contribution control management risks and profits of the joint venture are commensurate with its ownership interest Mentor Prot g Agreement means an agreement between a prime and MBE or WBE subcontractor pursuant to MCC 2 92 535 that is approved by the City of Chicago and complies with all requirements of MCC 2 92 535 and any rules and regulations promulgated by the Chief Procurement Officer Minority Owned Business Enterprise or MBE means a firm awarded certification as a minority owned and controlled business in accordance with City Ordinances and Regulations as well as a firm awarded certification as a minority owned and controlled business by Cook County Illinois However it does not mean a firm that has been found ineligible or which has been decertified by the City or Cook County Municipal Code of Chicago or MCC means the Municipal Code of the City of Chicago Supplier or Distributor refers to a company that owns operates or maintains a store warehouse or other establishment in which materials supplies articles or equipment are bought kept in stock and regularly sold or leased to the public in the usual course of business A regular distributor
221. e Chief Procurement Officer hereby reserves the right to approve as an equal or to reject as not being an equal any item the bidder proposes to furnish which contains major or minor variations from specifications requirements but which may comply substantially therewith 5 8 1 5 LABOR HOURS CONTROL FITTERS LINE ITEMS 1 THROUGH 3 Scope of Work and Detailed Specifications 67 All preventive maintenance repairs and emergency repair services performed by the Contractor under this Contract shall be performed during the following hours as directed by the Commissioner Straight Time or Regular service hours are 6 00 a m to 6 00 p m first eight 8 hours Monday through Friday Overtime Time hours are 6 01 p m though 5 59 a m after first eight 8 hours Monday through Friday and all day on Saturdays Premium Time hours are All day on Sundays and all day on holidays specified under this Contract The Contractor shall be available to provide services on twenty four 24 hours seven 7 days per week basis during the entire term of this Contract The Contractor shall have an emergency phone number available so Control Fitters can be reached twenty four 24 hours seven 7 days a week Upon arrival at the job site the Contractor or its Control Fitters shall report directly to the H amp R Building and or Department designee for verification of the start time and for any and all parts replacement and or services to be performed Comp
222. e Entry Program to the CM Manager of Safety prior to starting 2015 CDA Construction Safety Manual Section Health Precautions Issued for Use 6 1 2015 Page 49 work The Contractor shall also be responsible for notifying the Chicago Fire Department prior to beginning work in a confined space Further Job Hazard Analysis documentation and discussion related to specific confined space operations shall be submitted to the CM Manager of Safety The hazards encountered and associated with entering and working in confined spaces are capable of causing bodily injury illness and death to the worker Accidents occur because of failure to recognize that a confined space is a potential hazard Hazard potential is magnified when employee workspaces which previously have been free of contamination are for various reasons subject to conditions which alter their normal atmospheres An employee s awareness of conditions in and around his or her work areas must be instilled in those working in confined spaces An understanding of the nature of any problem shall be communicated to affected employees by their employers so that an awareness of entry into the space will be achieved 2 DEFINITION A confined space is defined as any space having limited entry or exit egress which may be subject to the development of any oxygen deficient atmosphere or the accumulation of toxic or flammable contaminants Confined spaces may include but are not limited to
223. e Incident Information Contractor is responsible for obtaining police report Type of Vehicle Describe Vehicle Incident Include Vehicle type year model number license location g Automobile g Bus p Truck L Other List police deparment s completing accident reports Police Report Number City State County Airport Circle Witness Information Use additional sheets for more witnesses Name of Person Name of Person Address of Person Number Street City State Zip Code Address of Person Number Street City State Zip Code Telephone Telephone Individual Completing Report Name of Person Were you an eyewitness to the incident O Yes O No Company Your Position Telephone Cause of Incident Please be as thorough as possible Use additional paper if needed Please use this area to sketch incident area Use north arrow and dimensions ES mE 2 01 09 CIO o o oO 5 2 2 EXHIBIT V 4 Additional Information Use this page to provide more detailed information not mentioned above Use this space to also describe injury in detail and medical disposition Describe in detail the corrective actions that will be taken to prevent reoccurrence 3 01 09 EXHIBIT V 4 USE THIS AREA FOR EYEWITNESS STATEMENTS MAKE COPIES AS NEEDED BE CERTAIN TO OBTAIN SIGNATURES AND DATES FROM ALL WHO ARE PROVIDING STATEMENTS 4 01 09 EXHIBIT V 5 HOT WORK PERMIT All temporary operations invo
224. e Obligations eret te e ERE Pete 39 3 3 9 8 Wheel Tax City Sticker iensen tet cre t 39 3 3 10 Compliance with Environmental Laws and Related 39 3 3 10 1 Definitions nrc ne ten a ea eee 39 3 3 10 2 Joint Ventures eue ec ORO Ped eren dr aie ers 40 3 3 10 3 Compliance With Environmental 40 3 3 10 4 COSUS cine at eat tea sha ca pec ux he te Mose eR e cete Sar Us 40 3 3 10 5 Proof of Noncompliance Authority Cure 40 3 3 10 6 Copies of Notices and Reports Related Matters 41 3 3 10 7 Requests for Documents and Information esses 41 3 3 10 8 Environmental Claims and Related Matters 41 3 3 10 9 Preference for Recycled Materials esses eene 41 3 3 10 10 Waste Disposal in Public Way MCC 11 4 1600 41 3 4 eod redii 42 3 4 1 Procedure for Bringing Disputes to the 42 3 4 2 Procedure for Bringing Disputes before the CPO 42 3 5 Events of Default and Termination ercer 42 3 5 1 Events of Default ere e
225. e a minimum of 2 1 clean fleet score per a reporting period as calculated by using the methodology described in MCC subsection 2 92 595 c 5 Contractor may exclude from the calculation of the clean fleet score all of the heavy duty diesel vehicles non road vehicles and non road equipment used in the performance of the contract during a reporting period that are owned or leased by any firm that the CPO has granted a clean fleet score annual waiver certificate pursuant to MCC subsection 2 92 595 f F TheCity may conduct an audit of the Contractor or inspect any vehicle or equipment used in the performance of the Contract to ensure compliance with the requirements specified above In the event that Contractor or any Subcontractor fails to utilize ULSD or fails to minimize idling or comply with antiidling requirements Contractor will be subject to liquidated damages of 5 000 per day for each violation and each day of noncompliance will be a separate violation provided however the damages will not exceed 50 000 for any one vehicle or piece of equipment as specified in MCC Section 2 92 595 e Such liquidated damages are imposed not as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the project and inspection and other enforcement costs as well as the resultant damages to the public health of its citizens which damages by their nature are not capable of precise proof The City is authorized to withh
226. e facility in the manufacture of each item and the percentage of the item s value derived from manufacturing activities at this facility and attach a catalog page cut sheet or product specification for each item Item Production steps 926 of value Item Production steps of value 6 List City of Chicago business license s held If none are required indicate none required The undersigned commits to enter into a formal written agreement for supply with Bidder Contractor conditioned upon its execution of a contract with the City of Chicago to which the Locally Manufactured Goods Incentive is applied within three 3 business days of its receipt of a signed contract from the City of Chicago The Bidder Contractor understands that it may be required to produce records to the chief procurement officer to verify the information provided Under penalty of perjury the person signing below 1 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 Manufacturer Print or Type Signature of Manufacturer Authorized Officer Signature Title of Signatory Print or Type State of County of Signed and sworn or affirmed to before me on date by name s of person s making statement Signature of Notary Public Seal
227. e fully with the Commissioner and his representatives in all matters pertaining to Standard Terms and Conditions 09 03 2015 46 public safety and airport operation Whether or not measures are specifically required by this Contract the Contractor at all times must maintain adequate protection to safeguard aircraft the public and all persons engaged in the work and must take such precaution as will accomplish such end without interference with aircraft the public or maintenance and operations of the airport The Contractor s attention is drawn to the fact that airport facilities and infrastructure including but not limited to runways taxiways vehicular roadways loadways loading aprons concourses holdrooms gates and passenger right of ways are being used for scheduled and unscheduled civilian air transportation Arrivals and departures are under the control of the FAA control tower s Use of the Airport for air transportation takes precedence over all of the Contractor s operations No extra compensation will be allowed for any delays brought about by the operations of the Airport which require that Contractor s work must be interrupted or moved from one part of the work site to another 3 6 1 4 2 Interruption of Airport Operations If Contractor requires interruption of Airport facilities or utilities in order to perform work Contractor must notify the Deputy Commissioner in charge of the project at least five 5 working days in adv
228. e official City Holidays when the City is generally closed for business which includes New Year s Day Dr Martin Luther King Jr s Birthday Lincoln s Birthday President s Day Pulaski Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day and Christmas Day is the abbreviation for the Municipal Code of Chicago Party or collectively Parties refers to the entities that have entered into this Contract including the Contractor and the City Purchase Order means a written purchase order from a Department referencing this Contract Purchase Orders may also be referred to as Blanket Releases Services refers to all work services and materials whether ancillary or as required by the Detailed Specifications that Contractor provides in performance of its obligations under this Contract Specification means the Bid Documents including but not limited to the Detailed Specifications Subcontractor means any person or entity with whom the Contractor contracts to provide any part of the goods services or work to be provided by Contractor under the Contract including subcontractors of any tier suppliers and material men whether or not in privity with the Contractor 3 1 2 Interpretation of Contract 3 1 2 1 Order of Precedence The order of precedence of the component contract parts will be as follows e Standard Terms and Conditions Addenda if any Plans or drawings if any Detailed
229. e project Contractor must Provide the City with a list of all employees requiring access to enable the City to conduct such background and employment checks Deliver to the City consent forms signed by all employees who will work on the project consenting to the City s and the Contractor s performance of the background checks described in this Section and Deliver to the City consent forms signed by all employees who will require access to the O E M C facility consenting to the searches described in this Section The Executive Director may preclude Contractor any Subcontractor or any employee from performing work on the project Further the Contractor must immediately report any information to the Executive Director relating to any threat to O E M C infrastructure or facilities or the water supply of the City and must fully cooperate with the City and all governmental entities investigating the threat The Contractor must notwithstanding anything contained in the Contract Documents to the contrary at no additional cost to the City adhere and cause its Subcontractors to adhere to any security and safety guidelines developed by the City and furnished to the Contractor from time to time during the term of the Contract and any extensions of it Each employee whom Contractor wishes to have access to an O E M C facility must submit a signed completed Area Access Application to the O E M C to receive a O E M C Security Badge If Contractor wi
230. e services provided to the City under the contract and is included in the contract price as overhead unless that employee s regularly assigned work location is on City property or at a City jobsite It is also not required to be paid by employers that are 501 c 3 not for profits Except as further described the Minimum Wage is also not required to be paid to categories of employees subject to subsection 4 a 2 subsection 4 a 3 subsection 4 d subsection 4 e or Section 6 of the Illinois Minimum Wage Law 820 ILCS 105 1 et seq in force as of the date of this Standard Terms and Conditions 09 03 2015 32 Contract or as amended Nevertheless the Minimum Wage is required to be paid to those workers described in subsections 4 a 2 A and 4 a 2 B of the Illinois Minimum Wage Law Additionally the Minimum Wage is not required to be paid to employees subject to a collective bargaining agreement that provides for different wages than those required by Mayoral Executive Order 2014 1 if that collective bargaining agreement was in force prior to October 1 2014 or if that collective bargaining agreement clearly and specifically waives the requirements of the order If the payment a Base Wage pursuant to Municipal Code of Chicago Sect 2 92 610 is required for work or services done under this Contract and the Minimum Wage is higher than the Base Wage then the Contractor must pay the Minimum Wage Likewise if the payment of a prevailing wage
231. ected Officials MCC Sect 2 156 030 b 34 3 3 6 2 MCC 1 23 and 720 ILCS 5 33E Bribery Debts and Debarment Certification 34 3 3 6 3 Federal Terrorist No Business 1 ennemis 35 3 3 6 4 Governmental Ethics Ordinance 2 156 cecceeeceeeeeeeeeeeeeeeaaaeaaaaaaeaaecaeeeeeeeeeeeeees 35 3 3 6 5 Lobbylsts ctiain im nite ie ceteri feit fce ND RGB 35 3 3 7 Restrictions on Business 36 3 3 7 1 Conflicts of Interest dentelle decr eid Lect dte 36 3 3 7 2 Prohibition on Certain Contributions Mayoral Executive Order 2011 4 36 3 3 8 Debts Owed to the City Anti Scofflaw MCC Sect 2 92 380 37 Table of Contents iii 3 3 9 Other City Ordinances and Policies eese nemen nnn 37 3 3 9 1 False Statements e 37 3 3 9 2 MacBride Principles Ordinance MCC Sect 2 92 580 37 3 3 9 3 2014 Hiring Plan 38 3 3 9 4 Inspector General and Legislative Inspector 38 3 3 9 5 Duty to Report Corrupt 39 3 3 9 6 Electronic Mail Communication eeseeesseseeseee eene enne ennemis 39 3 3 97 EDS Updat
232. ected beneath hot work Permit Authorizing Individual WORK ON WALLS OR CEILINGS SIGNED Cd Combustibles moved away from other side of wall Person doing Hot Work WORK IN CONFINED SPACES will execute my responsibilities as a Fire Watch in accordance with g m 000 the CAS requirements to the best of my abilities L Confined space cleaned of all combustibles example grease oil flammable vapors SIGNED Containers purged of flammable liquids vapors Fire Watch C Follow confined space guidelines FIRE WATCH SIGNORE FIRE WATCH HOT WORK AREA MONITORING Work area and all adjacent areas to which sparks and heat might have spread were inspected Fire watch will be provided during and for 30 minutes C during the fire watch period and were found fire safe after work including any coffee or lunch breaks Fire watch may be required for opposite side of walls above and below floors and ceilings Signed C Fire watch is supplied with an appropriate charged extinguisher also making use of other extinguishers FINAL CHECKUP minimum 30 minutes after Hot Work located throughout work rea 1 Fire watch is trained in use of this equipment and Work area was monitored for hours s following is equipped to notify the OCC MCC in the event of an emergency Hot Work and found fire safe OTHER PRECAUTIONS TAKEN Signed FILL OUT EMERGENCY INFORMATION ON BACK OF 2 EXHIBIT V 5 WARNING HOT
233. ection with Contractor s performance under the Contract Contract means upon notice of award from the CPO the contract consisting of all Bid Documents relating to a specific invitation for bids or proposals and all amendments modifications or revisions made from time to time in accordance with the terms thereof All such documents comprising the Contract are referred to as the Contract Documents Standard Terms and Conditions 09 03 2015 16 Contractor means the Bidder or Proposer person firm or entity that is awarded the Contract by the CPO Any references to the Bidder or Proposer in the Contract Documents is understood to apply to the Contractor Department which may also be referred to as the using user Department is the City Department which appears on the applicable Purchase Order Release for goods work or services provided under this Contract Detailed Specifications refers to the contract specific requirements that includes but is not limited to a detailed description of the scope term compensation price escalation and such other additional terms and conditions governing this specific Contract Force Majeure Event means an event beyond the reasonable control of a party to this Contract which is limited to acts of God explosion acts of the public enemy fires floods earthquakes tornadoes epidemics quarantine restrictions work stoppages not caused or unmitigated by the Contractor Holidays refers to th
234. ed woven nylon type Plastic or polyethylene type shall not be used Snow fence shall be used in lieu of barricade tape at construction areas where pedestrian traffic is present or which can cause caution tape to be insufficient 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 41 TRAFFIC CONTROL When working in or near a public road or street barricades shall comply with IDOT Standards Specifications for Traffic Control This shall include but not be limited to spacing color coding size and lighting All barricaded areas shall be inspected twice per week once during daylight hours and once during the hours of darkness The inspection form shall be completed after each inspection and forwarded to the CM Manager of Safety When flag persons are used they shall have been trained and certified a flag person by a Laborers Union or some other certifying agency The flag person shall wear an appropriate traffic vest PPE and be equipped with a traffic paddle or flag during daytime activity and an illuminated wand for night work Any employee functioning as a flag person shall have in their possession a current certification card Employees not trained and certified may not perform flagging duties Reflective vests shall be worn by all personnel working on Roadways Taxiways Runways and Projects where employees are in the area of vehicular traffic and or airport Operations A daily t
235. ed sub order release from the Department of Aviation The Contractor will be required to submit a detailed scope of Work describing the changes to the control system to the Department of Aviation for approval prior to starting any Work The Department of Aviation will verify that the Control System Work has been completed prior to making any payment for the Work Should an item of instrumentation or control fail to perform properly during the above testing the Contractor shall immediately contact the Department of Aviation requesting direction for promptly completing the necessary repair work A Work Report on a form that has been approved by the Commissioner Exhibit A Work Report Example shall be submitted by the Contractor for each inspection The Work Report shall include a description of the Work done and the condition of each piece of instrumentation equipment and controls covered under this Contract to ensure proper operation The Work Report must be submitted to the Commissioner as a condition for approval of payment by the Commissioner The City will not be obligated to pay for unauthorized service calls or any invoices submitted for control parts materials and or services performed which cannot be verified by the City In addition to the above requirement a certification at the end of inspection that all combustion controls and flame safety interlocks are operational and the control and safety systems conform to all of the applicable
236. ed to 1 Requirements for Bidding and Instructions to Bidders 2 Standard Terms and Conditions General Conditions 3 Special Conditions for Supply Contracts 4 Contract Plans or Drawings if applicable 5 Detailed Specifications 6 Proposal Pages 7 Certifications and 8 Addenda Nos none unless indicated here and affirms that the sole proprietor shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether a complete set thereof is attached to this proposal except only to the extent that the sole proprietor has taken express written exception thereto in the sections of this specification designated for that purpose Under penalty of perjury the undersigned 1 warrants that he she was authorized to submit an EDS on behalf of the Disclosing Party on line 2 warrants that all certifications and statements contained in the EDS are true accurate and complete as of the date the EDS was submitted on line and 3 further warrants that as of the date of submission of this proposal or bid there have been no changes in Circumstances since the date that the EDS was submitted that would render any certification in the EDS false inaccurate or incomplete Further the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agre
237. eeded for the Contract shall be counted toward the Contract Specific Goals A manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the bidder or contractor e If the MBE or WBE is a distributor or supplier 6096 of expenditures for materials and supplies purchased from a MBE or WBE that is certified as a regular dealer or supplier shall be counted toward the Contract Specific Goals f If the MBE or WBE is a broker i Zero percent 096 of expenditures paid to brokers will be counted toward the Contract Specific Goals ii As defined above Brokers provide no commercially useful function g If the MBE or WBE is a member of the joint venture contractor bidder i A joint venture may count the portion of the total dollar value of the contract equal to the distinct clearly defined portion of the work of the contract that the MBE or WBE performs with its own forces toward the Contract Specific Goals or ii If employees of this distinct joint venture entity perform the work then the value of the work may be counted toward the Contract Specific Goals at a rate equal to the MBE or WBE firm s percentage of participation in the joint venture as described in the Schedule B iii A joint venture may also count the dollar value of work subcontracted to other MBEs and WBEs h If the MBE or WBE subcontracts out any of its work M WBE Special Cond
238. egrees F non fiber core Corrosion of the rope or end attachments occurs Natural and synthetic fiber rope slings shall be removed from service when scoc ooocp Abnormal wear is observed Powdered fibers are found between strands Fibers are cut or broken There are variations in the size or roundness of strands There is discoloration or rotting There is distortion of sling hardware Exposed to temperatures in excess of 180 degrees F There is no visible identification explaining the maximum load it can lift Synthetic web sling shall be removed from service when o 0ooocp Colored warning fibers are visible Subjected to acid or caustic burns Melting or chaffing of any part of the sling surface occurs Snags punctures tears or cuts are observed Stitches are worn or broken Fittings are distorted Exposed to temperatures in excess of 180 degrees F synthetic web or 200 degrees F polypropylene web There is no visible identification explaining the maximum safe workload 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 22 13 OVERHEAD UTILITIES Cranes working in the vicinity of overhead power lines must follow safe distance requirements established in 29 CFR 1926 1407 29 CFR 1926 1411 for operations and assembly disassembly of cranes 14 REPAIRS The listed slings may be repaired in accordance with manufacturer s directions a Synthetic slings b M
239. ely depending on the type of equipment involved The goal is to maintain the equipment in the conditions providing the same effectiveness it had when manufactured All equipment must be inspected periodically before and after use For equipment used only in emergencies the period between inspections should be no more than one month A record shall be kept of all inspections by date with the results tabulated The manufacturer s recommendations shall be followed precisely All respiratory protective equipment shall be cleaned and disinfected after each use Other maintenance includes replacement of disposal elements such as filters and cartridges whenever such replacement is necessary Following the cleaning of equipment it shall be placed in a plastic bag to maintain it free of contamination Replacement of other than disposable parts and any repair shall be done only be personnel with adequate training to insure that the equipment is functionally sound after the work is complete MEDICAL SURVEILLANCE Workers will not be assigned to any operation requiring respiratory protection until a physician has determined that they are physically and psychologically capable of performing the work using the respiratory protective equipment Documentation of the physical exams will be maintained onsite C HEAT STRESS 1 DEFINITIONS Heat stress A combination of environmental conditions work demands and clothing requirements that tend to incre
240. ement with any other Bidder proposer or prospective Bidder proposer or with any other person firm or corporation relating to the price named in this proposal or any other proposal nor any agreement or arrangement under which any act or omission in restraining of free competition among Bidders proposers and has not disclosed to any person firm or corporation the terms of this bid proposal or the price named herein Proposals must be submitted with original signatures in the space provided Proposals not properly signed will be rejected SIGNATURE OF PROPRIETOR Signature DOING BUSINESS AS Print or Type Business Address Print or Type Print or Type If you are operating under an assumed name provide County registration number herein under as provided in the Illinois Revised Statutes 1965 Chapter 96 Sec 4 et seq Registration Number Print or Type State of County of This instrument was acknowledged before me on this day of 20 by as President or other authorized officer and as Secretary of Corporation Name Notary Public Signature Commission Expires Seal Execution Pages 134 11 5 Bid Acceptance by City Contract No Specification No 132826 Vendor Name Total Amount Value Fund Chargeable The undersigned on behalf of the CITY OF CHICAGO a municipal corporation of the State of Illinois hereby accept the foregoing bid items as identified in the proposal CITY OF
241. ements False statements made in connection with this Contract including statements in omissions from and failures to timely update the EDS as well as in any other affidavits statements or Contract Documents constitute a material breach of the Contract Any such misrepresentation renders the Contract voidable at the option of the City notwithstanding any prior review or acceptance by the City of any materials containing such a misrepresentation In addition the City may debar Contractor assert any contract claims or seek other civil or criminal remedies as a result of a misrepresentation including costs of replacing a terminated Contractor pursuant to MCC Sect 1 21 010 3 3 9 2 MacBride Principles Ordinance MCC Sect 2 92 580 This law promotes fair and equal employment opportunities and labor practices for religious minorities in Northern Ireland and provide a better working environment for all citizens in Northern Ireland In accordance with MCC Sect 2 92 580 if the primary Contractor conducts any business operations in Northern Ireland it is hereby required that the Contractor will make all reasonable and good faith efforts to conduct any business operations in Northern Ireland in accordance with the MacBride Principles for Northern Ireland as defined in Illinois Public Act 85 1390 1988 III Laws 3220 For those bidders who take exception in competitive bid contracts to the provision set forth above the City will assess an eight per
242. en not in required metal containers 10 Flammable materials in unauthorized containers 11 Ladders Not properly secured broken or missing rungs cracked side rails etc 12 Catwalks No guardrails installed lack of toeboards obstructed etc 13 Scaffolding Improperly installed or secured in poor repair missing components not authorized etc 14 Compressed Gas Oylinders Unsecured improper storage caps missing hoses and regulators left pressurized etc 15 Tripping Slipping Hazards Temporary hoses cord pipes strung across walking surfaces holes in floor decking grating oil or water on floor obstruction at the bottom of stairs ladders ramps etc 16 Into aisles walkways without protective devices or warnings 2015 CDA Construction Safety Manual Section IX Inspections Issued for Use 6 1 2015 Page 61 17 Chemical Containers Proper labeling and storage barrels equipped with vent bungs and stored out of direct sunlight no incompatibilities stored together precautionary signs legible and strategically located etc 18 Equipment does not have guards installed 19 Safety latches are not installed where required 20 Safety signs are not posted where required 21 Failure to wear hard hats safety glasses proper footwear and hearing protection when required 22 Working on energized pressurized equipment without proper approval and protective equipment and clothing 23
243. ensation will be made for hours actually worked For travel time to and from the Work Site the Contractor will not be compensated If the Contractor is called out to provide services for Work other than the required preventive maintenance during normal working hours the Contractor will be guaranteed a minimum of four 4 hours of call out time at the hourly rates bid by the Contractor on the Proposal Pages 5 8 1 6 MAINTENANCE SERVICES EQUIPMENT AND MATERIALS The Contractor shall furnish all necessary supervision labor materials equipment tools and services required for the performance of the following work The work shall be as directed by the City and will be on a time and material basis The Maintenance listed in this specification shall be as directed by the Commissioner and it will be performed only after receiving an approved sub order release for the Work The Work consists of 1 Maintenance of all equipment systems and controls as specified and listed hereinafter 2 Testing of all equipment systems and controls as specified hereinafter 3 Checklists and reports on the condition of all equipment as specified hereinafter 4 Providing a Fitter whose expertise includes the maintenance of the equipment and systems covered under this Contract as specified hereinafter 5 Providing labor to install the replacement and spare parts in the various items of instrumentation and controls of the equipment specified hereinafter This work
244. ent Reports The Contractor must report payments to Subcontractors on a monthly basis in the form of an electronic report Upon the first payment issued by the City to the Contractor for services performed on the first day of each month and every month thereafter email and or fax notifications will be sent to the Contractor with instructions to report payments to Subcontractors that have been made in the prior month This information must be entered into the Certification and Compliance Monitoring System C2 or whatever reporting system is currently in place on or before the fifteenth 15th day of each month Once the Contractor has reported payments made to each Subcontractor including zero dollar amount payments the Subcontractor will receive an email and or fax notification requesting that they log into the system and confirm payments received All monthly confirmations must be reported on or before the twentieth 20th day of each month Contractor and Subcontractor reporting to the C2 system must be completed by the 25th of each month or payments may be withheld All contracts between the Contractor and its Subcontractors must contain language requiring the Subcontractors to respond to email and or fax notifications from the City requiring them to report payments received from the Contractor Access to the Certification and Compliance Monitoring System C2 which is a web based reporting system can be found at https chicago mwdbe com
245. ents Model 2175 RTC East Cooling Tower Lakewood Instruments Model 2175 RTC 21 The level controls for the three 3 Cooling Towers 22 Chlorine monitoring Equipment located at the H amp R Building The three 3 chlorine residual analyzers one in each potable water reservoir at the H amp R Building One 1 chlorine residual recorder and residual analyzer mounted in the main potable water control panel Contractor shall provide charts for the recorder during the term of this Contract 23 Chlorine feed system located at the H amp R Building The three 3 chlorine residual analyzers and controllers on the cooling towers North Hach cl 17 Chlorine analyzer and controller and Steiner pumps South Hach cl 17 Chlorine analyzer and controller and stener pumps East Hach cl 17 Chlorine analyzer and controller and stener pumps 24 The two 2 taxiway bridge deck heating systems 25 The three 3 H amp R Building low temperature water building heating systems 26 The three 3 freeze protection systems for the three 3 Cooling Towers 27 H amp R fuel oil supply system control panel excluding the fuel oil pumps and fuel oil piping for the eight 8 20 000 gallon fuel oil tanks located at the H amp R Building 28 The actuators and controllers for the cell valves for the North South and East cooling tower Also the dampers located on the Wet and Dry sections of the South tower Scope o
246. enture a veteran owned business enterprise as that term is defined in MCC 2 92 670 Yes No 4 Is the veteran owned business identified above certified by the State of Illinois as a qualified service disabled veteran owned small business or a qualified veteran owned small business pursuant to 30 ILCS 500 45 57 If yes please provide appropriate documentation Yes No 5 If the answer to 4 above is no is the veteran owned business an enterprise which is at least 51 percent owned by one or more veterans or in the case of a publicly held corporation at least 51 percent of all classes of stock of which are owned by one or more veterans Yes No 6 If qualifying as a veteran owned business under the requirements of 5 above please list all owners their percentage of ownership interest and provide appropriate documentation demonstrating status as veteran as that term is defined in MCC 2 92 418 7 List City of Chicago business license s held If none are required indicate none required Bidder understands that it may be required to produce records to the chief procurement officer to verify the information provided Under penalty of perjury the person signing below 1 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 Joint Venture
247. epartment of Procurement Services DPS Bid amp Bond Room no later than the date and time above during regular business hours 8 30 AM to 4 30 PM Central Time Bids will be read publicly Bid package must be complete and returned in its entirety Do not scan or recreate the bid package the original must be used Bid must be submitted in sealed envelope s or package s The outside of the envelope or package must clearly indicate the name of the project Maintenance Repair Replacement and New Installation of Combustion Control Systems for High Temperature Water HTW Generation System the specification number 132826 the time and date specified for receipt and marked Bid Enclosed The name address and phone number of the Bidder must also be clearly printed on the outside of all envelope s or package s Bid Deposit None DPS Unit Aviation Performance Bond None Reverse Auction City Business Preference Yes Drawings None Local Manufacture Preference Yes Exhibits 6 Alternative Fuel Vehicle Pref Yes Maps None Bid Specific Goals 16 996 MBE and 4 5 WBE Contract Term 60 Months Funding Source Non Federal Start Date Fund Number 740 085 4035 0162 0162 Expiration Date Jamie L Rhee Chief Procurement Officer Rahm I Emanuel Mayor City Vendor No Vendor Name City Contract PO No l 1 Table of Contents BID SUBMITTAE CHECKLEIST ode recede Eee ee ve
248. er this Contract are property of the City and are Standard Terms and Conditions 09 03 2015 21 confidential except as specifically authorized in this Contract or as be required by law Contractor must not allow the Deliverables to be made available to any other individual or organization without the prior written consent of the City Further all documents and other information provided to Contractor by the City are confidential and must not be made available to any other individual or organization without the prior written consent of the City Contractor must implement such measures as may be necessary to ensure that its staff and its Subcontractors are bound by the confidentiality provisions contained in this Contract Contractor must not issue any publicity news releases or grant press interviews and except as may be required by law during or after the performance of this Contract disseminate any information regarding its Services or the project to which the Services pertain without the prior written consent of the Commissioner If Contractor is presented with a request for documents by any administrative agency or with a subpoena duces tecum regarding any records data or documents which may be in Contractor s possession by reason of this Contract Contractor must immediately give notice to the Commissioner CPO and the Corporation Counsel for the City with the understanding that the City will have the opportunity to contest such process
249. erate with each other in the performance of this Contract The Contractor further agrees to implement such measures as may be necessary to ensure that its staff and its Subcontractors will be bound by the provisions of this Contract The City will be expressly identified as a third party beneficiary in the subcontracts and granted a direct right of enforcement thereunder Unless otherwise provided in Detailed Specifications if separate contracts are let for work within or adjacent to the project site as may be further detailed in the Contract Documents each Contractor must perform its Services so as not to interfere with or hinder the progress of completion of the work being performed by other contractors Each Contractor involved shall assume all liability financial or otherwise in connection with its contract and shall protect and hold harmless the City from any and all damages or claims that may arise because of inconvenience delay or loss experienced by the Contractor because of the presence and operations of other contractors working within the limits of its work or Services Each Contractor shall assume all responsibility for all work not completed or accepted because of the presence and operations of other contractors Standard Terms and Conditions 09 03 2015 19 The Contractor must as far as possible arrange its work and space and dispose of the materials being used so as not to interfere with the operations of the other contractors w
250. erified and shall contain the name and address of the claimant the business address of the claimant within the State of Illinois if any or if the claimant be a foreign corporation having no place of business with the State the principal place of business of said corporation and in all cases of partnership the names and residences of each of the partners the name of the contractor for the City of Chicago the name of the person firm or corporation by whom the claimant was employed or to whom such claimant furnished materials the amount of the claim and a brief description of the public improvement for the construction or installation of which the contract is to be performed Provided further that no defect in the notice herein provided for shall deprive the claimant of his right of action under the terms and provisions of this bond unless it shall affirmatively appear that such defect has prejudiced the rights of an interested party asserting the same provided further that no action shall be brought until the expiration of one hundred twenty 120 days after the date of the last item of work or of the furnishing of the last item of material except in cases where the final settlement between the City of Chicago and the Contractor shall have been made prior to the expiration of the 120 day period in which case action may be taken immediately following such final settlement and provided further that no action of any kind shall be brought later than six
251. es Protecting the public and property in the area of all staging and construction sites Maintaining mandatory personal protective equipment programs Using incident investigation information to abate deficiencies and increase controls in order to prevent similar accident recurrence NOTE The CAS Construction Safety Manual does not supersede the Contractor s Safety Program except where the CAS Construction Safety Manual exceeds the requirements of the Contractor s program The Contractor shall have first and foremost responsibility to enforce the more stringent safety program Remainder of page left intentionally blank 2015 CDA Construction Safety Manual Section Il Program Objectives Issued For Use 6 1 2015 Page 3 IV RESPONSIBILITIES A CHICAGO AIRPORT SYSTEM CDA Safety Staff shall coordinate safety on Chicago Airport System projects The CM Manager of Safety shall serve as liaison to the Managing Deputy Commissioner of Safety Security or their designee The CMs Manager of Safety shall be responsible for monitoring and coordinating the safety and property damage prevention program on projects the CM is assigned The CM Manager of Safety shall assist the CDA Commissioner of Safety with administration of the policies and procedures as established by this Construction Safety Manual The CM Manager of Safety shall monitor and evaluate the Contractor s Safety Program The CM Manager of Safety shall review the Contractor s Safety
252. es must be adhered to A Each person must wear and display his or her Airport Security Badge on their outer apparel at all times while at the airport B All individuals operating a vehicle on the Aircraft Operations Area AOA must be familiar and comply with motor driving regulations and procedures of the State of Illinois City of Chicago and the Department of Aviation The operator must be in possession of a valid State issued Motor Vehicle Operators Driver s License All individuals operating a vehicle on the AOA without an escort must also be in possession of a valid Aviation issued Airport Drivers Permit C Alloperating equipment must have an Airport Vehicle Access Permit affixed to the vehicle at all times while operating on the Airport All required City stickers and State Vehicle Inspection stickers must be valid D Individuals must remain within their assigned area and haul routes unless otherwise instructed by the Department of Aviation E The Contractors personnel who function as supervisors and those that escort the Contractors equipment operators to their designated work sites may be required to obtain an added multi area access designation on their personnel Airport Security Badge which must also be displayed while on the AOA 3 6 1 4 General Requirements Regarding Airport Operations 3 6 1 4 1 Priority of Airport Operations Where the performance of the Contract may affect airport operation the Contractor must cooperat
253. etal mesh slings c Wire rope slings Sling repairs must be performed by the manufacturer or any equivalent entity Once repaired each sling shall be permanently marked or tagged and a record of the repair maintained 15 CRITICAL LIFT PROCEDURES When two or more cranes are to lift a single load the requirements of 1926 1432 Multiple Crane Derrick Lifts supplemental requirements must be met A job hazard analysis is required for this type of work operation 16 IN CASE OF SERIOUS EVENT In the event the worst happens and a crane collapses turns over drops a load or otherwise fails the Contractor shall follow these procedures a Render emergency first aid b Call the Chicago Fire Department C Do not allow the crane its components or the load to be moved unless vitalto rescue operations until a complete and thorough investigation has been completed d Contact the CM Manager of Safety immediately to initiate proper accident reporting and investigation procedures The CM Manager of Safety shall contact the CDA Safety Manager e Take photographs of everything including overall photographs of entire scene detailed photos of components and anything that will explain what happened and submit complete copy to the Construction Manager f Begin the interviewing process of witnesses and participants to determine what happened g Assist other investigatory agencies while preserving the legal rights of all concerned parties h
254. event of inconsistencies between this Section Il and the Addendum the Owner Controlled Insurance Program Addendum shall control OCIP Coverage and Terms 1 Named Insureds City Construction Manager Subcontractors and Sub subcontractors of every tier enrolled in the OCIP 2 Additional Insureds as required by written contract 3 Term Any insurance policies provided under section 11 2 shall be in force until the end of the term of this contract completion of the project or termination of the OCIP as determined by the City 4 Completed Operations The completed operations insurance shall extend for a period of up to ten years 10 past the completion or termination of the project or cancellation of the OCIP 5 Waiver of Subrogation Each OCIP Insurer shall waive any right of recovery or subrogation it may have against the Named Insureds and additional Insureds for covered losses arising out of the services performed in the completion of the work 6 Cancellation All required insurance policies required under this Section Il shall contain a provision that coverage will not be materially changed or cancelled without thirty 30 days prior written notice to all Named Insureds 7 Loss Sharing The Contractor and all Subcontractors of every tier involved in a loss which arises from their negligence as determined by City shall share equally in the first 10 000 of such loss 8 Primary and non contributory Any insurance provided under t
255. f Procurement Services Jamie L Rhee Chief Procurement Officer 121 North LaSalle Street Room 806 Chicago Illinois 60602 1284 Fax 312 744 3281 MBE amp WBE SPECIAL CONDITIONS FOR COMMODITIES OR SERVICES CONTRACTS ARTICLE 6 SPECIAL CONDITIONS REGARDING MINORITY BUSINESS ENTERPRISE COMMITMENT AND WOMEN BUSINESS ENTERPRISE COMMITMENT FOR COMMODITIES OR SERVICES 6 1 Policy and Terms It is the policy of the City of Chicago that Local Businesses certified as Minority Owned Business Enterprises MBE and Women Owned Business Enterprises WBE in accordance with Section 2 92 420 et seq of the Municipal Code of Chicago and Regulations Governing Certification of Minority and Women owned Businesses and all other Regulations promulgated under the aforementioned sections of the Municipal Code as well as MBEs and WBEs certified by Cook County Illinois will have full and fair opportunities to participate fully in the performance of this contract Therefore the Contractor will not discriminate against any person or business on the basis of race color sex gender identity age religion disability national origin ancestry sexual orientation marital status parental status military discharge status or source of income and will take affirmative action to ensure that women and minority businesses will have the maximum opportunity to compete for and perform subcontracts for supplies or services Pursuant to Section 2 92 430 of the Municip
256. f Responsiveness DPS will review Bids to determine whether they conform to the requirements of the Bid Documents 1 20 1 1 Must Bid Line Items The Bidder must bid all Line Items set forth on the Proposal Pages except to the extent that the Specification expressly allows otherwise Bids submitted to the contrary will be considered incomplete and as a result will be rejected as being non responsive to this requirement Per the Basis of Award if Contract s will be awarded per Group Bidders must bid all items within a Group except to the extent that the Specification expressly allows otherwise but Bidders are not required to bid all Groups Bids submitted to the contrary will be considered incomplete and as a result will be rejected as being non responsive to this requirement 1 20 1 2 Mathematical Calculations The Chief Procurement Officer reserves the right to make corrections after receiving the bids to any clerical error apparent on the face of the bid including but not limited to obviously incorrect units or misplaced decimal points or arithmetic errors In the event that comparison of the Bidder s Unit Price and Total Price submitted for any line item reveals a calculation error the Unit Price will prevail 1 20 1 3 Unbalanced Bids The Chief Procurement Officer reserves the right to reject any Bid that in his or her sole discretion and authority determines is materially unbalanced 1 20 1 4 Cash Billing Terms Cash
257. f Work and Detailed Specifications 64 Outlying Buildings Low Temperature Water LTW Complete fuel burning systems including all combustion controls safety controls and programmer for the following Low Temperature Water LTW Boilers one each unless otherwise noted All instrumentation controls and equipment located on or related to the control and operation of the Low Temperature Water boilers located in the following facility buildings 29 Solar Panel Control System for Domestic Water Pre Heat at Fire Station No 3 Building No 475 30 The Airport Transit System ATS remote parking station heating and cooling system controls Building No 563 2 Bryan flexible tube BLR54601 BLR54602 31 Fire Station No 1 Building No 602 Two Rite Engineering amp Mfg Corp LTW boilers Dual fuel burner Input 2 050 MBH natural gas or 14 3 GPH No 2 fuel oil 32 Fire Station No 2 Building No 702 Burnham LTW boiler Dual fuel burner Input 2 373 MBH natural gas or 16 95 GPH No 2 fuel oil BLR702L01 33 Fire Station No 3 Building No 475 Burnham LTW boiler Input 396 MBH natural gas 34 Radio Shop Fire Station No 4 Building No 701 a Kewanee LTW boiler Input 1 438 MBH natural gas BLR701LO1 b Raytherm atmospheric LTW boiler Input 847 600 BTU HR 35 EPS Transportation Center Boiler Room Building No 411 Two 2 Cleaver Brooks LTW boilers Input 16 738 MBH natural gas
258. f the responsibility to protect yourself follow workers and the general public from accidental injury 8 Protect tools or equipment provided from needless damage or loss from theft 9 Call to the attention of the supervisor any broken or dangerous tools capable of causing injury 2015 CDA Construction Safety Manual Section IV Responsibilities Issued for Use 6 1 2015 Page 10 V SPECIAL REQUIREMENTS FOR AIRPORT SECURITY AND OPERATIONS A The requirements for Airport Security and Operations is incorporated by reference as if Article XV of the current General Conditions was repeated here word for word in this Article V B In addition to the above The Contractor shall a Take extreme care when locating existing underground utilities Contractor shall properly complete FAA Field Cable Locate Request forms see Exhibit V 1 submit them to the FAA Technical Operations office and simultaneously transmit a copy to the Construction Manager Contractor shall designate an on site person to monitor utility locating activities Hand excavation and appropriate equipment shall be utilized wherever and whenever appropriate DIGGER JULIE FAA and AGI shall be consulted to insure that utility locations are correctly marked addition prior to excavating the Contractor shall execute the procedures and requirements of the Underground Construction Notification form The meetings notifications activities and actions required by the form will be
259. f this contract The start date will be no later than the first day of the succeeding month from the date shown as the Contract Award and Release Date on the Proposal Acceptance Page 5 7 Price Adjustment CPI Original bid prices set forth on the Proposal Pages of the Contract will remain in effect for the first thirty six 36 months of the Contract term Contractor is not entitled to any price adjustment during this thirty six 36 month time period Contractor should factor in commodity and or input price escalations volatility risks and other factors in its proposed prices on the Proposal Pages for the initial thirty six 36 month period from the start date of this Contract After the initial thirty six 36 month period a price adjustment may be considered for the next twelve 12 month period and annually for each subsequent twelve 12 month period For purposes of determining any price adjustments for this Scope of Work and Detailed Specifications 61 Contract the City and Contractor will look to changes in the Consumer Price Index All requests for price adjustments will reference the Consumer Price Index CPI Non seasonally adjusted all urban consumers all items for the Chicago Gary Kenosha IL IN WI region series ID CUURA207SAQ as it appears in the periodical Consumer Price Indices published by the U S Department of Labor Bureau of Labor Statistics This index can currently be found on the Internet at http data bl
260. ficate of Filing for Online EDS seseesseeseeseeeeen ennemi nnn nnn nnns 4 1 12 2 MBE WBE Program eei eo oae rod do RR 4 1 12 3 Deposits and Bid Bonds sess nn nensis nini nnne nennen 5 1 12 4 Performance and Payment BONnds cccccsssssssccscceseeeeeeeceeeeceeseeseeeseeseeeeseessessasaaeaeeeeeeess 5 1 12 5 Contractor s Financial StateMent ccccecccecceecesencececeeeeseeeeeeceeeceeeaaaeceeeeeeeaaaeeeseneeaaees 6 1 12 6 Other Required Forms and nennen 6 1 13 Trade Names and 5 6 1 14 Authorized Dealer Distributor esee 7 1 15 Estimated B9 EUH 7 1 16 Submission Of Bids 15 een ae 7 1 161 Date Time and one e reete teer er b eee ee PRI 7 1 16 2 Bids Must Be Sealed and Properly Labeled 7 1 16 3 Bidders Are Responsible for Bid 7 1 16 4 Transparency Website Trade 8 1 17 Withdrawal ot Bids nere tine 8 1 18 stet eite nca mid unte
261. fications 62 5 8 1 DETAILED SPECIFICATIONS 5 8 1 1 SCOPE OF WORK The Contractor shall provide Materials and or labor at Chicago O Hare International Airport on a time and material basis to perform the Work when directed by the Commissioner through sub order s The Work under this Contract includes the furnishing of all necessary supervision labor equipment materials tools and services required for inspection maintenance replacement and repair of the instrumentation and controls listed in this Contract This Contract shall cover all control systems for High Temperature Water Generation combustion systems HTWG de icing systems potable water systems chilled water systems and chemical treatment systems 5 8 1 2 EQUIPMENT AND SYSTEMS COVERED UNDER THIS CONTRACT The following equipment controls instrumentation and systems shall be included in the provisions of this Contract for the Work and or to maintain services set forth in this Contract Terminal Areas Outlying Buildings and Heating and Refrigeration Building H amp R Facilities Item No Description H amp R Building All Systems 1 Complete fuel burning systems oil and Gas and controls instrumentation and for the eight 8 High Temperature Water Generators HTW and their respective consoles and related equipment including the flue gas oxygen analyzers computer software for the eight 8 HTW generators 2 All in
262. fluence of intoxicating liquors or controlled substances The Contractor will not permit obnoxious behavior or possession or consumption of alcoholic beverages or drugs anywhere on the site of any Services to be performed under this Contract The Commissioner has authority to request the Contractor to remove any worker who proves to be incompetent or negligent in his her duties If required by the Detailed Specifications the Contractor s employees or subcontractors are required to wear suitable uniforms during the time they are on duty on any City property The Contractor s employees or subcontractors must wear an identification badge at all times while on duty on any City property The Contractor s employees must have proper identification on their person before they will be allowed on any City property Smoking is prohibited in all City of Chicago facilities The Contractor will require that all employees refrain from disturbing papers on desks opening desk drawers or cabinets While on City premises the Contractor will not store any equipment tools or materials without prior written authorization from the Commissioner The City will not be responsible for or liable to pay the Contractor for any loss of equipment tools or materials stored in unsecured areas without proper authorization 4 2 10 Work In Progress Any Services in progress at the termination date of the Contract will be completed by the Contractor in the most expedient
263. for Excavators JULIE FAA and American Geological Institute AGI number for the project to insure the utility location is correctly marked Once exposed use visual markers such as fluorescent paint identify highlight their presence to others in the area 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 24 c The Contractor is directed to integrate the above information regarding utility identification into his program of daily safety toolbox talks The Construction Manager will establish report of locates which will reference pertinent drawings and identify findings 4 HAND TOOL EXCAVATION Where existing underground utilities etc are within ten 10 feet from the exposed excavation supervisor shall visually establish the position of the underground utilities etc from the observance of buried utilities surface markers or in their absence by hand tool excavation at sufficient intervals 5 MACHINE EXCAVATION When locations of all utilities etc have been established by surface markers hand tool excavations or accurate as built drawings and the permit does not contain a requirement for hand tool excavation only machine excavation shall commence under close supervision 6 UNEXPECTED UTILITIES ETC During excavation if unexpected utilities etc are discovered the excavation shall stop and the CM Manager of Safety shall be notified immediately Excavating sh
264. forces including subcontractors with their invoice to allow processing of payment on the work This line item can only be used when completing work related to this Contract and must be used only in conjunction with specified line items on the Contract The cost of work under this line item may not exceed 10 of the cost of the job for which this line item is being used Work performed under this line item will be included in the actual value of the contract for purposed of MBE WBE participation requirements A Contractor may not bid a lesser percentage markup on this line item The dollar value of the allowance on the proposal page must be added to the Base Bid by the Contractor when completing the proposal pages Any work requiring payment of 5 000 or more from this allowance shall additionally require approval of the Chief Procurement Officer The Contractor is not entitled to any remaining balance from the Allowance upon completion or termination of the contract The accepted labor hours will be measured for full payment based on costs as provided in the Contractor s proposal and supported by invoices from their suppliers and or subcontractors Bid value has been included on the proposal pages Bidder is not to remove or change figure The Contractor is not entitled to any reaming allowance at the conclusion of the contract 5 8 1 16 ALLOWANCE FOR PARTS COMPONENTS AND ASSEMBLIES FOR REPAIR REPLACEMENT AND NEW INSTALLATION SERVICES NOT I
265. formal court hearing COMPLIANCE OFFICERS The function of the Compliance Officers CO is to identify measure and photograph conditions and or acts which they consider unsafe and in violation of the construction safety regulations In the pursuit of their duties they may go wherever they wish on the project They may take any samples or measurements they feel are important They can request copies of any literature documents or contracts which relate to safety or industrial hygiene Compliance Officers may not violate any known safety regulation They are responsible for providing and wearing personal safety equipment where such is needed Failure to comply with the safety program is cause for not permitting them onsite or stopping an inspection that is already in progress Should this occur institute the following procedure Advise the CO that they are in violation and ask that they comply with the safety program Failing item above photograph in unsafe condition discontinue participation in inspection notify OSHA Area Director and the CM Manager of Safety The CO may consult with employees regarding matters of safety health to the extent that it is necessary for the conduct of an effective and thorough inspection The conduct of inspection shall be such as to preclude unreasonable disruption of operations on the project CONTRACTOR REPRESENTATIVE The Contractors assigned project superintendent shall
266. forth in these Regulations this subsection 6 5 Regulations Governing Reductions to or Waiver of MBE WBE Goals shall not apply where the Chief Procurement Officer determines prior to the bid solicitations that MBE WBE subcontractor participation is impracticable This may occur whenever the Chief Procurement Officer determines that for reasons of time need industry practices or standards not previously known by the Chief Procurement Officer or such other extreme circumstances as may be deemed appropriate such a Waiver is in the best interests of the City This determination may be made in connection with a particular contract whether before the contract is let for bid during the bid or award process before or during negotiation of the contract or during the performance of the contract For all notifications required to be made by bidders in situations where the Chief Procurement Officer has determined that time is of the essence documented telephone contact may be substituted for letter contact 6 6 Procedure to Determine Bid Compliance A bid may be rejected as non responsive if it fails to submit one or more of the following with its bid demonstrating its Good Faith Efforts to meet the Contract Specific Goals by reaching out to MBEs and WBEs to perform work on the contract An MBE WBE compliance plan demonstrating how the bidder plans to meet the Contract Specific Goals and or e Arequest for reduction or waiver of the Contract Specif
267. g the contractual obligations and standards regarding the quality of all materials components or services performed under this Contract up to the time of final acceptance by the City Non compliant materials components or Services may be rejected by the CPO and must be replaced or re performed by the Contractor at no cost to the City The City shall provide written notice to the Contractor indicating the time period in which Contractor must at its sole expense remove from City premises any materials or components rejected by the City Any and all labor and materials which may be required to correct or replace damaged defective or non conforming products must be provided by the Contractor at no cost to the City The Contractor must correct or replace the incorrect damaged or defective or non conforming goods within seven business days of the return unless otherwise provided in the Detailed Specifications The City of Chicago will not be subject to restocking charges Failure to correct or replace unacceptable goods or repeated delivery of unacceptable goods will be an event of default under this Contract 4 2 5 Manufacturer s Warranty and Product Information If in performance of the Services the Contractor provides any goods the Contractor must have and must demonstrate upon request that it has authorization to transfer product warranties to the City of Chicago The Contractor is required to provide and transfer all documentation is
268. ger shall function as part of the project job planning team with emphasis on safety and property damage prevention The CM Manager of Safety or CM Safety Staff shall inspect construction sites for unsafe conditions or practices and document that corrective action is taken where deficiencies are found The CM Manager of Safety shall forward the results of monitoring and status of corrective action to the CDA Safety Department The CM Manager of Safety may develop and implement a program of safety training and education for all Construction Manager s employees This includes initial orientation weekly safety briefs and periodic special sessions The CM Manager of Safety may act as a resource 2015 CDA Construction Safety Manul Section V Responsibilities _ Issued for Use 6 1 2015 Page 4 for providing material and assistance to Contractor s designated Safety Representative in the performance of safety training and education The CM Manager of Safety may assist CDA contractors and subcontractors in the investigation of all OSHA recordable incidents and other emergencies obtain accident investigation reports and forward all related copies to Chicago Department of Aviation Safety Department Upon notification of an incident the CM Manager of Safety will immediately notify the CDA Safety of the incident In the event of imminent danger situations or when necessary to enforce mandatory safety or property damage prevention requirements
269. gs of 10 to 25 of full scale accuracy is to be 0 5 of full scale at meter readings above 25 of full scale accuracy is to be 2 of Indication These limits apply to temperature flow BTU and ton indications 5 8 1 9 LUBRICATION SCHEDULE The Contractor shall establish a periodic lubrication schedule for all items of instrumentation equipment and systems covered under this Contract Such schedule shall be based on the lubrication requirements of the manufacturers of various items This schedule shall be submitted to the Commissioner for review within a month after the start of the Contract and shall be used by the CDA Operating Engineers who will provide normal lubrication to the equipment The Contractors Fitter shall instruct the Operating Engineers in the proper lubricating techniques including type of lubricant to be used and frequency of lubrication The Contractor Fitter s shall also instruct the Operating Engineers as to the normal control adjustments needed for the daytime operation of the instrumentation equipment and controls 5 8 1 10 ADJUSTMENT OF CONTROLS REPORT At no extra cost to the City the Contractor shall submit a complete detailed report twice a year on the general condition of the equipment instrumentation controls and systems with recommendations for upgrading the systems The first report shall be submitted approximately halfway through the first year of the Contract with the final report submitted thirty 30 days
270. h may in anywise result therefrom or which may result from strict liability or which may in anywise result from any injuries to or death of any person or damage to any real or personal property arising directly or indirectly from or in connection with work performed or to be performed under said contract by said Contractor its Agents Employees or Workmen assignees subcontractors or anyone else in any respect whatever or which may result on account of any infringement of any patent by reason of the materials machinery devices or apparatus used in the performance of said contract and moreover shall pay to said City any sum or sums of money determined by the Purchasing Agent and or by a court of competent jurisdiction to be due said City by reason of any failure or neglect in the performance of the requirements of said contract wherefore the said Purchasing Agent shall have elected to suspend or cancel the same and shall pay all claims and demands whatsoever which may accrue to each and every materialman and subcontractor and to each and every person who shall be employed by the said Contractor or by its assignees and subcontractors in or about the performance of said contract and with wages paid at prevailing wage rates if so required by said contract and shall insure its liability to pay the compensation and shall pay all claims and demands for compensation which may accrue to each and every person who shall be employed by them or any
271. h the City during the life of this Contract Contractor acknowledges and agrees that in the event of a default under this Contract the City may also declare a default under any such other agreements M Contractor s repeated or continued violations of City ordinances unrelated to performance under the Contract that in the opinion of the CPO indicate a willful or reckless disregard for City laws and regulations N Contractor s use of a subcontractor that is currently debarred by the City or otherwise ineligible to do business with the City 3 5 2 Cure or Default Notice The occurrence of any event of default permits the City at the City s sole option to declare Contractor in default The CPO will give Contractor written notice of the default either in the form of a cure notice Cure Notice or if no opportunity to cure will be granted a default notice Default Notice If a Cure Notice is sent the CPO may in his her sole discretion will give Contractor an opportunity to cure the default within a specified period of time which will typically not exceed 30 days unless extended by the CPO The period of time allowed by the CPO to cure will depend on the nature of the event of default and the Contractor s ability to cure In some circumstances the event of default may be of such a nature that it cannot be cured Failure to cure within the specified time may result in a Default Notice to the Contractor Standard Terms and Conditions 0
272. h the Contractor s personnel i e A Corporate Officer Risk Manager Manager of Safety Superintendent General Foreman and or Foreman will orally request the employee to submit to a drug and alcohol test and explain to the employee the reason why the tests are being 2015 CDA Construction Safety Manual Section VII Health Precautions Issued for Use 6 1 2015 Page 56 requested The employee then is obligated to promptly submit to the tests as soon as practicable In this regard a representative will be entitled to accompany the employee to the Contractor testing facility Who will take the samples The tests on the samples shall be conducted by an independent certified or licensed drug testing facility selected by the medical facility or by the medical facility itself The employee shall be requested to sign a consent form authorizing the testing facility to conduct the tests The tests shall be conducted at the expense of the Contractor What test shall be performed The initial drug screening procedure or test shall be performed using an Enzyme Multiple Immunoassay Test Emit Test If the Emit Test indicates the presence of a measurable amount of prohibited substance then a second Gas Chromatography Mass Spectrometry Test GC MS Test shall be utilized What constitutes a Positive test for a prohibited substance If the GC MS Test confirms the presence of a measurable amount of a prohibited substance then the test shall
273. he Construction Industry course or equivalent course In addition the Safety Representative must have completed a First aid CPR course within the last twelve 12 months The Safety Representative must also have a minimum of three 3 years of verifiable safety experience on construction projects developing safety programs providing safety orientation and conducting safety inspections Prior to the start of the Project a representative from the Contractor and representatives of its Subcontractors the Contractor s Project Manager the City s Construction Manager and the City s Resident Engineer shall attend a mandatory Pre Construction Safety Orientation meeting on subjects outlined by the CM Manager of Safety The Contractor s Safety Program must be submitted in writing to the CM Manager of Safety for review The Contractor s Safety Program must as a minimum include 1 REVIEW OF SAFETY PROCEDURES AND OTHER REGULATIONS The Safety Representative shall review procedures regulations and industry standards applicable to the processes equipment materials and procedures used at the worksite in order to evaluate whether hazards are present 2015 CDA Construction Safety Manual Section IV Responsibilities Issued for Use 6 1 2015 Page 5 2 REVIEW OF INTERNAL RECORDS AND INFORMATION The Safety Representative shall review internal records of accidents injuries occupational illnesses near miss accidents and safety violations to detect
274. he CPO is void as to the City and will be deemed an event of default under this Contract 3 1 3 4 City s Right to Assign Standard Terms and Conditions 09 03 2015 18 The City expressly reserves the right to assign or otherwise transfer all or any part of its interests in this Contract without the consent or approval of the Contractor 3 1 3 5 Assigns All of the terms and conditions of this Contract are binding upon and inure to the benefit of the parties hereto and their respective legal representatives successors transferees and assigns 3 1 4 Contract Governance 3 1 4 1 Governing Law and Jurisdiction This Contract will be governed in accordance with the laws of the State of Illinois without regard to choice of law principles The Contractor hereby irrevocably submits and will cause its Subcontractors to submit to the original jurisdiction of those State or Federal courts located within the County of Cook State of Illinois with regard to any controversy arising out of relating to or in any way concerning the execution or performance of this Contract and irrevocably agrees to be bound by any final judgment rendered thereby from which no appeal has been taken or is available The Contractor irrevocably waives any objection including without limitation any objection of the laying of venue or based on the grounds of forum non conveniens which it may now or hereafter have to the bringing of any action or proceeding with respect to this
275. he chin tucked in lift by using the leg and thigh muscles and hold the load close to your body PAINTING CHEMICAL USE The Contractor shall take appropriate measures to minimize the spread of airborne paint particles i e hand tarps visqueen cover other equipment material and cease outside spraying during windy conditions The Contractor shall provide adequate ventilation in enclosed areas Employees whether applying or stripping paint shall use all required personal protective equipment when in doubt contact your supervisor Consult the Material Safety Data Sheet MSDS for all precautionary measures No spray painting will be permitted in the presence of open flames acetylene torches gas burners welding operations heaters furnaces boilers etc due to the possibility of igniting flammable materials contained in the paint products Please refer to VII B for detailed information on the respiratory safety requirements R BARRICADING TRAFFIC CONTROL 1 BARRICADES Barricades shall be maintained around excavations confined spaces or other hazardous areas at all times Barricades may be 2 X 4 planks attached to upright stations or yellow and black ribbon If 2 X 4 planks are used they shall consist of handrails and midrails Handrails shall be 42 from the floor or ground and the midrail shall be placed 24 from the floor or ground If the yellow and black caution tape is used it shall be the plastic coat
276. high class workmanship in all respects to the satisfaction of the Commissioner Any imperfect Work defective workmanship substandard materials improper performance that may be discovered before or after the final acceptance of the Work must be corrected by the Contractor immediately The inspection of the Work shall not relieve the Contractor of any of its obligations to perform proper and satisfactory Work In addition all mechanical and electrically operated equipment furnished and installed under the various items of this Contract shall be given such operating tests as are necessary to demonstrate that the equipment is in satisfactory operating condition and adjustment prior to the start of any operational test required by this Contract All preventive maintenance repair services replacement of major components performed under this Contract shall be performed by competent personnel thoroughly trained and certified by the manufacturer or a nationally recognized institution or organization where applicable All Work under this Contract must be performed in a workmanlike manner using industry accepted practices and established manufacturer s procedures The equipment repaired shall be returned to its original intended operating function All unsatisfactory repairs shall be corrected by the Contractor at no expense to the City 5 8 1 29 EXCEPTIONS Any deviations from these specifications shall be noted on the Proposal Page or Pages attached the
277. hile in use shall be removed from service tagged and not used again until deemed to be in safe working condition c Impact tools with mushroomed heads such as chisels drills hammers and wedges shall not be used until they have been reconditioned d Hammers axes shovels and similar tools shall not be used if the handles are loose cracked or splintered The handles shall be replaced and never repaired with tape or wire e and adjustable wrenches with sprung or damaged jaws shall not be used Pipe wrenches with dull teeth shall not be used Shims shall not be used to make a wrench fit 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 37 Pipe or other extensions shall not be used a wrench handle for added leverage unless the wrench is specifically designed for such use Hammers with metal handles screwdrivers or knives with metal continuing through the handle metal rulers metal tape lines or tape lines containing metal wires shall not be used on or near energized electrical circuits or equipment Insulation on hand tools shall not be relied on to protect users from an electrical shock Tools shall not be left lying around where they may cause someone to trip or stumble Tools shall not be thrown from place to place or from person to person Appropriate buckets etc firmly attached to hand lines shall be used to raise or lower tools from one ele
278. hin thirty 30 calendar days of each twelve 12 month anniversary of the Contract thereafter If the Contractor does not request a price increase within such thirty 30 calendar day period the Contractor will not be entitled to a price increase for the relevant twelve 12 month period After the initial thirty six 36 month term if the CPI has decreased resulting in a reduction of contract prices the City will notify the vendor in writing within sixty 60 days of the Contract s anniversary stating the City s intention to reduce prices retroactive to the anniversary date of the Contract The City will adhere to such notification requirement for any price decreases for each subsequent twelve 12 month anniversary of the Contract thereafter The Contractor s unit prices for line items will be adjusted beginning the thirty seventh 37th month of the Contract and each year thereafter by an amount determined in accordance with the following formula or 05 e g five percent 596 whichever absolute value is smaller for each subsequent one 1 year period New Contract Price each item Original Bid Price for line items x 1 percentage change in the CPI The percentage change in the CPI should be expressed as a decimal point and rounded to the nearest thousandth e g 015 Please note that the percentage change in the CPI may be positive or negative but will never be more than 05 therefore any new price will never be greater than 10596 or
279. his Section II shall be endorsed to be primary and non contributing with any insurance or self insurance maintained by the named insureds and additional insureds 9 Loss Sharing The limits of liability provided under the Commercial General Liability insurance apply collectively for all named insureds and additional insureds 10 Insurance Credits The Contractor and Subcontractors of every tier are to bid with their normal insurance costs for all coverages provided under this Section Il Should the City implement an OCIP the Contractor and all Subcontractors of every tier will deduct a credit as specified by the City or its OCIP Administrator from each enrolled OCIP participant The credit process will be outlined in the City s Project Insurance Manual 11 Contract Obligations Any OCIP insurance provided by the City is not intended to and shall not qualify limit or waive any liabilities or obligations of Contractor and Subcontractors assumed under this contract or contract between Contractor and Subcontractors 12 Contractor and Subcontractors Insurance The Contractor and all Subcontractors will continue to be responsible to provide any insurance required under Section that is not provided by the City under this Section II 13 OCIP Insurance Prior to the commencement of performance of the Construction Phase the City may at its sole discretion furnish any of the project insurance as follows a Commercial General Liability Commer
280. houlders are required at all times Tank tops or shirts that do not completely cover the upper body are prohibited 6 TROUSERS Long trousers are required at all times 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 28 7 HOUSEKEEPING Daily cleanup of the work area shall be required Good housekeeping is an integral part of our safety program It is the responsibility of all employees supervisors and workers alike to maintain a clean and healthful workplace Waste materials and debris such as bread and lunch cups papers etc shall be deposited in the appropriate waste container and those containers are to be emptied on a routine or as needed basis Oily rags waste are to be deposited in closed metal containers designated for that purpose Oil and liquid chemicals spillage or leakage spills of dirt sand and gravel or any other form of solid waste spills are to be cleaned up as they occur Field offices tool rooms supply facilities etc are to be maintained clean and orderly Floors are to be swept and cleaned on a routine or as needed basis Personnel having muddy oily or snow packed footwear shall scrape or otherwise clean the shoes boots before entering these areas Operating supplies are to be stored in approved storage areas These storage areas shall be maintained in an orderly manner labeled and identified Empty containers including drums are t
281. ht of contribution by any other insurance or self insurance maintained by or available to the City Contractor must ensure that the City is an additional insured on insurance required from subcontractors Subcontractors performing work for the Contractor must maintain limits of not less than 5 000 000 for airside access and 2 000 000 for landside with the same terms herein 7 1 3 Automobile Liability Primary and Umbrella When any motor vehicles owned non owned and hired are used in connection with work to be performed the Contractor must provide Automobile Liability Insurance with limits of not less than 5 000 000 for bodily injury and property damage The City of Chicago is to be named as an additional insured on a primary non contributory basis Subcontractors performing work for the Contractor must maintain limits of not less than 5 000 000 for airside access and 2 000 000 for landside with the same terms herein 7 1 4 All Risk Property When Contractor undertakes any rehabilitation or replacement on the pumping systems and fan equipment including improvements betterments upgrades and or repairs the Contractor must provide all Risk Property Installation Insurance at replacement cost for loss or damage to pumping system and fan equipment machinery materials supplies and fixtures that are part of the permanent facility project Coverages must include but are not limited to the following materials stored off site and in transit
282. ic Disclosure Statement and Affidavit EDS 114 8 5 Preparation Checklist for Registration To expedite and ease your registration process we recommend that you collect the following information prior to registering for an Online EDS user account 1 2 3 4 Invitation number if you were provided an invitation number EDS document from previous years if available Email address to correspond with the Online EDS system Company Information a Legal Name b FEIN SSN C City of Chicago Vendor Number if available d Address and phone number information that you would like to appear on your EDS documents e EDS Captain Check for an EDS Captain in your company this maybe the person that usually submits EDS for your company or the first person that registers for your company 8 6 Preparation Checklist for EDS Submission To expedite and ease your EDS submission we recommend that you collect the following information prior to updating your EDS information online Items 1 through 47 are needed for both EDS information updates and contract related EDS documents 1 2 3 4 5 Invitation number if you were provided with an invitation number Site address that is specific to this EDS Contact that is responsible for this EDS EDS document from previous years if available Ownership structure and if applicable owners company information a 96 of ownership b Legal Name c FEIN SSN d City of Chicago Ve
283. ic Goals in accordance with Section 2 92 450 of the MCC Only compliance plans utilizing MBE and WBE firms that meet BOTH the Commercially Useful Function and Area of Specialty requirements will be counted toward the Contract Specific Goals The following Schedules and described documents constitute the bidder s MBE WBE proposal and must be submitted in accordance with the guidelines stated 1 Schedule C 1 Letter of Intent from MBE WBE to Perform as Subcontractor Supplier and or Consultant The bidder must submit the appropriate Schedule C 1 with the bid for each MBE and WBE included on the Schedule D 1 Suppliers must submit the Schedule C 1 for Suppliers first tier subcontractors must submit a Schedule C 1 for Subcontractors to the Prime Contractor and second or lower tier subcontractors must submit a Schedule C 1 for second tier Subcontractors The City encourages subcontractors to utilize the electronic fillable format Schedule C 1 which is available at the Department of Procurement Services website http cityofchicago org forms Each Schedule C 1 must be executed by each MBE and WBE and accurately M WBE Special Conditions for Commodities amp Services 05 09 2014 87 detail the work to be performed by the MBE or WBE and the agreed upon rates prices Each Schedule C must also include a separate sheet as an attachment on which the MBE or WBE fully describes its proposed scope of work including a description of the commercially useful funct
284. ich its gross receipts averaged over the firm s previous five fiscal years exceed the size standards of 13 C F R Part 121 Veteran owned business enterprise means an enterprise which 1 is at least 51 percent owned by one or more veterans or in the case of a publicly held corporation at least 51 percent of all classes of the stock of which is owned by one or more veterans whose management policies major decisions and daily business operations are independently managed and controlled by one or more veterans or 2 has been certified by the State of Illinois as a qualified service disabled veteran owned small business or a qualified veteran owned small business pursuant to 30 ILCS 500 45 57 Veteran means a person who has served in the United States armed forces and was discharged or separated under honorable conditions Unless otherwise prohibited by any federal state or local law the CPO shall allocate a bid incentive of 596 of the contract base price in accordance with section 2 92 418 of the MCC to any qualified bidder that is an eligible joint venture Bidders desiring to receive this incentive must submit an affidavit and other supporting documents demonstrating that the bidder satisfies all pertinent requirements as an eligible joint venture As a condition of being awarded the bid incentive the eligible joint venture shall continue to meet the definition of an eligible joint venture If a contract is awarded to the eligible
285. ich shall be reviewed by the CM Manager of Safety prior to such fall protection being utilized All submitted fall protection systems will be required to have a licensed professional engineer PE approve the engineering capability of the system A full body safety harness shall be accompanied with an attached shock absorbing lanyard or a retractable lanyard which is secured to an anchorage that will support 5 000 Ibs per worker attached to anchor point Positioning devices such as belly hooks alone do not constitute compliance with fall protection If the belly hook is used it must be used in conjunction with a typical personal fall arrest system as determined by the competent person The harness anchor point shall be at or above the same elevation as the user s waist to minimize the fall distance Safety harnesses shall be suitable for the particular task being performed and for the hazard to which the employee is exposed The initial use of fall protection equipment must be documented and inspected by a competent person In addition the Contractor shall follow the manufacturer s recommendations on additional inspections of equipment Safety harnesses and safety lines shall be inspected before each use and will be replaced if found defective Contractor shall mandate that all employees in scissor lifts manlifts and all other human lifting equipment will be tied off at all times 5 SHIRTS Shirts with sleeves that cover the s
286. id amp Bond Room by the Department of Procurement Services immediately after the deadline for the submission of Bids has passed Announcement of the Bids and the apparent low Bidder are neither final nor binding All Bids and Bid Documents are subject to review by the Department of Procurement Services to determination the lowest responsive and responsible bidder and whether a contract will be awarded Bid tabulations are public information and are posted on the City s website www cityofchicago org BidTab URL is case sensitive Select Get Started Online and search by specification number 1 19 Effective Term of Bid Unless a Bid is expressly rejected by the Chief Procurement Officer all Bids will remain in effect for ninety 90 days subsequent to the Bid opening The City may request that Bidders extend the effective period of their Bids Such requests shall be in writing and will require the Bidders written consent to the extension Bidder may not withdraw or cancel or modify its Bid for a period of ninety 90 calendar days after the advertised closing time for the receipt of Bids The City reserves the right to withhold and deposit as City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 liquidated damages the bid deposit of any bidder requesting withdrawal cancellation or modification of its Proposal prior to the ninety 90 day period 1 20 Evaluation of Bids 1 20 1 Determination o
287. idated damages will be assessed according to the following schedule First Unexcused Report 50 Second Unexcused Report 100 Third Unexcused Report 250 Fourth Unexcused Report 500 3 2 3 5 Direct Payment to Subcontractors By City The CPO may notify the Contractor that payments to the Contractor will be suspended if the CPO has determined that the Contractor has failed to pay any Subcontractor employee or workman for work performed If Contractor has not cured a failure to pay a Subcontractor employee or workman within 10 days after receipt of such notice the CPO may request the Comptroller to apply any money due or that may become due to Contractor under the Contract to the payment of such Subcontractors workmen and employees and the effect will be the same for purposes of payment to Contractor of the Contract Price as if the City had paid Contractor directly Further if such action is otherwise in the City s best interests the CPO may but is not obligated to request that the Comptroller make direct payments to Subcontractors for monies earned on contracts and the effect will be the same for purposes of payment to Contractor of the Contract Price as if the City had paid Contractor directly The City s election to exercise or not to exercise its rights under this paragraph shall not in any way affect the liability of the Contractor or its sureties to the City or to any such Subcontractor workman or employee upon any bond give
288. ield arccsc in a enne nennen nen 47 3 6 1 4 5 Parking nennen eene nennen nennen ennt sss nana 48 3 6 1 5 General Civil Rights Airport and Airway Improvement Act of 1982 Section 520 48 3 6 2 Emergency Management and Communications OEMC Security Requirements 48 3 6 2 1 Identification of Workers and Vehicles eeesseseseeeeenee enne 48 3 6 2 2 Access to Facdilities ee tte eter di Pr me Do x EU RATE eee 48 3 6 2 3 Security Badges and Vehicle Permits sess 49 3 6 2 4 Gates and Felices oet rte eee nee eere SU eee Cds Ten aee Lee re EOS 50 Table of Contents 3 6 2 5 Hazardous or Illegal Materials ccccccccecceccsesenseseseececceececeecuensuseeeseseeeeeesaeanaes 50 3 6 3 Chicago Police Department Security Requirements eeeesesesssee nnn 50 3 6 4 Department of Water Management DOWM Security Requirements 51 3 6 4 1 Identification of Workers and VehiCIOS c ccccccccssccseceeseceecceseseseeseeseeseseeseeaeaaeas 51 3 6 4 2 Access to Facilities nna aa aai eaha 51 3 6 4 3 Security Badges and Vehicle Permits ssec 51 3 6 4 4 Gates and Ferices soot nena tat E aec icis 52 3 6 4 5 Hazardous or Illegal Materials at iaa aaa 53 Article 4 Terms for Work Services Contracts eene eene 54 4 1 Services cem
289. ies of test results shall be maintained onsite Where possible testing of confined spaces must be conducted from outside the space Where remote testing is not possible and entry must be made in order to perform the appropriate testing respiratory protection lifelines and other necessary protective equipment and procedures designed for atmospheres immediately dangerous to life or health must be utilized while conducting these tests 2015 CDA Construction Safety Manual Section VII Health Precautions Issuedfor Use 6 1 2015 Page 52 At no time shall sources of ignition be introduced into questionable atmospheres while testing is being done This requirement will necessitate the use of spark proof flashlights in areas being tested if such lighting is needed Prior to entry all confined spaces shall be monitored and the atmosphere shall not exceed the following limits Oxygen Not less than 19 5 or more than 23 596 Combustible 1096 of LEL CO 35 P P M H2S 10 P P M Note The Contractor shall be responsible for the testing of confined spaces the issuing of permits the training of employees and the enforcement of all applicable standards DUST CONTROL PLAN Each Contractor is responsible for controlling dust that a Might endanger the health of employees or others b Creates a nuisance to the general operations of the airport and public safety C Creates a nonconformance to environmental regulations Should the dust levels
290. ify the information provided Under penalty of perjury the person signing below 1 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 State of County of Signed and sworn or affirmed to before meon date by name s of person s making statement Signature of Notary Public Seal Affidavits 128 SMALL BUSINESS ENTERPRISE AND VETERAN OWNED BUSINESS ENTERPRISE JOINT VENTURE 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 of Chicago MCC for joint ventures between Small Business Enterprises and Veteran Owned Business Enterprises Bidders that do not complete this page will not be regarded as eligible joint ventures Please use additional sheets if necessary Attach all relevant certifications and or support documents 1 Is bidder an eligible joint venture as defined in Section X of this bid solicitation and in MCC 2 92 418 Yes 2 Is at least one member of the eligible joint venture a small business enterprise as defined 2 92 670 Yes No 3 Is at least one member of the eligible joint v
291. igned that it will safely relieve internal pressure and equipped with a flashback arrester in the spout The use of plastic containers for storage of flammable or combustible liquids is prohibited Good housekeeping practices shall be followed for minimizing the accumulation of combustible scrap and debris This scrap and debris shall be removed daily Smoking is not permitted on any project considered to be Airside or in a City owned building Tarpaulins and visqueen used in construction areas shall be flame retardant resistive Existing fire hydrants shall not be obstructed from view or access and shall not be taken out of service without prior approval of the Chicago Fire Department At O Hare submittal of the ORD Notice to Airport Users form shall be required prior to taking out of service Existing sprinkler systems in buildings shall not be taken out of service without prior approval of the Chicago Fire Department At O Hare submittal of the ORD Notice to Airport Users form shall be required prior to taking out of service Open flames or barrel fires shall not be permitted at any time on airport property 2 TEMPORARY HEATING Portable heaters shall be equipped with an automatic shut off device that will shut the heater off if it tips over Such heaters having outputs above 50 000 BTU hr shall have either a pilot which must be lighted prior to main burner ignition or an electrical system ignition Containers of LP Gas capaci
292. in Electrical extension cords will not be plugged together A cord of sufficient length must be used Electrical extension cords must not be placed on the ground of the floor They must be secured at least seven 7 feet off the ground or floor Tools and cords in need of repair will be removed from from service immediately The tool or cord will be rendered inoperative either by tagging by removing the end plug or by locking until it is repaired and tested 5 ELECTRICAL PANELS AND TEMPORARY WIRING All energized panels shall be marked with its operating voltage by the installing contractor All energized panels shall have its live parts covered and protected from accidental contact with an appropriate solid cover Cardboard does not meet this requirement All temporary wiring shall be installed in accordance with 29 CFR 1926 405 Wiring methods components and equipment for general use 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 15 LOCKOUT TAGOUT PROCEDURES 1 GENERAL REQUIREMENTS When a lock tag is placed on any energy source that source will not be used until the lock tag is removed in accordance with this policy Contractor management shall instruct all affected employees in the purpose use and safety significance of the Lockout Tagout procedure The Lockout Tagout devices used for compliance with this procedure shall be as follows Locks Locks shall
293. ined in writing by the Contractor that will not allow for the installation of non proprietary equipment and approved in writing by the Commissioner prior to installation During the term of the Contract the Contractor will be required to maintain records and detail prints of system upgrades and modifications As systems upgrades are completed the Contractor shall turn over to the Commissioner for records of all information needed including CDs Catalogs and maintenance programs This item is considered part of the Contract and at no additional cost to the Department of Aviation it is not a Work item but it pertains to documents and or information update 5 8 1 23 WARRANTY The Contractor hereby warrants for a period of one year from the date of final acceptance by the City all repair services and that it will at its own expense and without any cost to the City replace all defective parts and make any repairs that may be required or made necessary by reason of defective design material or workmanship or by reason of non compliance with these specifications The warranty period shall commence on the first day the unit is placed in service by the City If a longer warranty can be furnished at no additional cost to the City the longer period shall prevail Exceptions to this warranty shall be damage or loss due to theft vandalism accidental occurrences outside the Contractor s control 5 8 1 24 FACILITY CONVENIENCE All Work performed under
294. ing performed in the field The 3 Day Notice excludes Holidays Saturdays and Sundays 2 Did you receive an approved copy Yes No Copies in Binder The FAA has been onsite to give the contractor location of FAA utilities FAA Assistance Forms 1 Have FAA assistance forms been submitted Yes No Copies in Binder Note FAA cable locate forms must be submitted five 5 days prior to the desired assistance being performed in the field The 5 Day Notice excludes Holidays Saturdays and Sundays 2 Did you receive an approved copy Yes No Copies in Binder Not Required CDA User Form if applicable 1 Hasthe CDA User Form been submitted Yes No Copies in Binder 2 Wasthe CDA User Form approved Yes No Copies in Binder Page 2 of 7 EXHIBIT V 2 E Airspace Case Study 1 Hasthe Airspace Case Study been approved Yes No Copies in Binder 2 Approved Airspace Case No 3 he ee Case Study review conducted Yes No Copies in Binder F Applicable Installation Documentation 1 Shop Drawings Yes No N A 2 Submittals Yes No N A 3 Field Orders Yes No Copies in Binder 4 RFPs Yes No Copies in Binder 5 Work Related Drawings
295. inst each and all parties to this obligation as to amount liability and all other things pertaining thereto Every person furnishing material or performing labor in the performance of said contract either as an individual as a subcontractor or otherwise shall have the right to sue on this bond in the name of the City of Chicago for his use and benefit and in such suit said person as plaintiff shall file a copy of this bond certified by the party or parties in whose charge this bond shall be which copy shall be unless execution thereof be denied under oath prima facie evidence of the execution and delivery of the original provided that nothing in thus bond contained shall be taken to make the City of Chicago liable to any subcontractor materialman laborer or to any other person to any greater extent than it would have been liable prior to the enactment of the Public Construction Bond Act 30 ILCS 550 as amended provided further that any person having a claim for labor and materials furnished m the performance of this contract shall have no right of action unless he shall have filed a verified notice of such claim with the Clerk of the City of Chicago within one hundred eighty 180 days after the date of the last item of work or the furnishing Of the last item of materials and shall have furnished a copy of such verified notice to the contractor within ten 10 days of the filing of the notice with the City of Chicago Such claim shall lie v
296. invalidity illegality or unenforceability of any one or more phrases sentences clauses or sections in this Contract does not affect the remaining portions of this Contract 3 1 2 4 Entire Contract The Contract Documents constitute the entire agreement between the parties and may not be modified except by the subsequent written agreement of the parties 3 1 3 Subcontracting and Assignment 3 1 3 1 No Assignment of Contract Pursuant to 65 ILCS 8 10 14 Contractor may not assign this Contract without the prior written consent of the CPO In no case will such consent relieve the Contractor from its obligations or change the terms of the Contract The Contractor must notify the CPO in writing of the name of any proposed assignee and the reason for the assignment consent to which is solely in the CPO s discretion 3 1 3 2 Subcontracts No part of the goods work or services to be provided under this Contract may be subcontracted without the prior written consent of the CPO but in no case will such consent relieve the Contractor from its obligations or change the terms of the Contract The Contractor must notify the CPO of the names of all Subcontractors to be used and shall not employ any that the CPO has not approved Prior to proposing the use of a certain Subcontractor the Contractor must verify that neither the Subcontractor nor any of its owners is debarred from or otherwise ineligible to participate on City contracts This information
297. ion VI General Safety Requirements Issuedfor Use 6 1 2015 Page 42 GENERAL SAFETY COMMUNICATION Regardless of the method of communication all Contractor s supervisors and or foreman must be able to verbally communicate with their employees If there are employees on the jobsite that choose to communicate with a language other than English then the Contractor shall at all times work is conducted have supervisory personnel on the jobsite that is proficient in the chosen language of the employees and English The ability to verbally communicate with all employees is paramount to safety training and hazard abatement U STEEL ERECTION Safety Standards are governed by OSHA Section 1926R Effective January 18 2002 Subpart R was revised Contractors involved with steel erection are required to comply with all requirements of Subpart R The key provisions of the revised steel erection standard include The site layout and construction sequence Site specific erection plan Hoisting and rigging Structural steel assembly Column anchorage Beams and columns Open web steel joists Systems engineered metal buildings Falling object protection 0 Fall protection The airport 6 fall protection rule shall supersede the 1926R fall protection requirements 11 Training c This subpart addresses hazards associated with but not limited to hoisting landing and placing decking column stability double connections working un
298. ion being performed by the MBE or WBE in its Area of Specialty If a facsimile copy of the Schedule C 1 has been submitted with the bid an executed original Schedule C 1 must be submitted by the bidder for each MBE and WBE included on the Schedule D 1 within five business days after the date of the bid opening Failure to submit a completed Schedule C 1 in accordance with this section shall entitle the City to deem the bid proposal non responsive and therefore reject the bid proposal 2 Letters of Certification A copy of each proposed MBE WBE firm s current Letter of Certification from the City of Chicago or Cook County Illinois must be submitted with the bid proposal All Letters of Certification issued by the City of Chicago and Cook County include a statement of the MBE WBE firm s Area of Specialty The MBE WBE firm s scope of work as detailed by their Schedule C 1 must conform to their stated Area of Specialty Letters of Certification for firms that the City or Cook County has found ineligible or has decertified will not be accepted 3 Schedule B Affidavit of Joint Venture and Joint Venture Agreements if applicable If the bidder s MBE WBE proposal includes the participation of a MBE WBE as joint venture on any tier either as the bidder or as a subcontractor the bidder must provide a copy of the joint venture agreement and a Schedule B along with all other requirements listed in Section 6 3 Joint Ventures above In order to demon
299. ion from the proposed manufacturer verifying bidder s status Manufacturer s name Address Phone Location of facility where inventory maintained Bid Line Exceptions explain Bidder s Contact Information 124 CITY BASED BUSINESS AFFIDAVIT The City Based Business bid preference of 296 as described in Section 2 92 412 of the Municipal Code of Chicago MCC is applicable to competitively bid Contracts funded in whole by City funds Bidder must complete this form and provide a copy of its Chicago business license s if applicable if it desires to be considered for this preference Bidders that do not complete this page will not be regarded as City Based Businesses If bidder s operations are at multiple locations in the City of Chicago use additional sheets if necessary If this preference is allocated the Local Goods Incentive described in described in MCC 2 92 410 will not be allocated to the same bid 1 1 Is bidder a City Based Business as defined in the Requirements for Bidding and Instructions for Bidders portion of this bid solicitation and in MCC 2 92 412 Yes No 2 Does the bidder report to the Internal Revenue Service that the place of employment for the majority more than 50 of its regular full time workforce is a facility within the City of Chicago Yes No 3 Does the bidder conduct meaningful day to day business operations at a facility within the City of Chicago Yes No
300. ion of critical safety areas 1 Have the governing agencies reviewed the proposed delineation plan CDA FAA N A All Pre Activity Meeting A Layout of Proposed or New Work Has the Contractor clearly identified the line of the proposed excavation Yes No If YES See Utility Drawing B Utility Locate Organization 1 Identify organizations that have completed utility locates FAA Date CDA Date DIGGER No Active Date JULIE No Active Date OTHER Explain Date OTHER Explain Date Page 4 of 7 1 2 UTILITY LOCATES Continued Identified Utilities EXHIBIT V 2 Have all known Utilities around the Facility FAA DOA ComEd SBC AGI Other been physically located on the ground by the FAA and others as applicable Identify point of origin and point of termination for each line a Power N A Yes No Origin Termination b Control N A Yes No Origin Termination c Grounding N A Yes No Origin Termination d Comm Data N A Yes No Origin Termination e Water N A Yes No Origin
301. ion of said meters under Line Item 6 of the Proposal Pages NOTE ACCURACY OF THE BTU AND TONS METERS AND FLOW METERS ARE TO BE MAINTAINED WITHIN THE FOLLOWING LIMITS At meter readings of 10 to 25 of full scale accuracy is to be 0 5 of full scale at meter readings above 25 of full scale accuracy is to be 2 of Indication These limits apply to temperature flow BTU and ton indications 5 8 1 13 REPLACEMENT PARTS AND REPAIRS LINE ITEMS 7 AND 8 The Contractor shall furnish and deliver all necessary replacement parts for the equipment covered under this Contract subject to the following limitations 1 When directed by the Commissioner through sub order s the Contractor shall furnish and install all Maintenance replacement parts required for those systems in need of repair and covered in this Contract The installation of these replacement repair parts shall be done by the Contractor at the hourly labor rates set forth under Line Items 1 2 and 3 of the Proposal Pages 2 The price charged by the Contractor for the replacement parts shall be based on a percentage discount off or mark up on the Contractor s invoiced price based on current price list per Line Items 7 and 8 of the Proposal Pages The Contractor shall submit copies of its invoices for the replacement parts to substantiate its billing at the percentage of mark up or discount bid by the Contractor per Line Items 7 and 8 of the Proposal Pages Payments shall be made based on a
302. ions as possible without City intervention Because many organizations have multiple staff filing an EDS the EDS Captain role allows those organizations to self manage the contact information and users Q Whoisthe EDS team A The EDS team for an organization is everyone who is registered to file an EDS on behalf of the organization Q Iforgot my password What should do A Toretrieve a temporary password click the Forgot your password link on the login page Enter your user ID that you provided when you registered your account The system will automatically generate a temporary password and send it to you When you log in with your temporary password you will be asked to create a new password Q How dol complete an Online EDS A Click on Create New after logging in The Online EDS system will walk you through the EDS questions Please see the User Manual for details Q How dol fill out a Disclosure of Retained Parties A Thereis no longer a separate Disclosure of Retained Parties filing After logging in click on Create New Answer click Contract to Is this EDS for a contract or an EDS information update Click Fill out EDS and click on the Retained Parties tab When finished click on Ready to Submit Q How dolattach documents A Attachments are discouraged If at all possible please provide a concise explanation in the space provided in the online form Attachments with pages of officers are not accept
303. ir lockers baggage desks tool boxes clothing and vehicles located on CDA controlled premises if and only if the CDA or designated representative have a reasonable suspicion that the employee has violated some portion of this policy The CDA or CM will report the results of any search or inspection which results in the discovery of prohibited substances to the appropriate law enforcement authorities 2015 CDA Construction Safety Manual Section VII Health Precautions Issuedfor Use 6 1 2015 Page 55 Right to Jobsite Access The CDA and its authorized representatives or order to enforce the rules reserves the following rights Note The designated CDA representative has the same authority and rights as the Construction Manager CM under this section The Construction Manager has the right at all times under all circumstances and for any reason to access any jobsite Once site is accessed CDA or the designated representative can operate as it deems fit to maintain a safe jobsite Right to Require Drug Alcohol Tests The CDA or designated representative has the right to require a Contractor s employee to submit to drug and alcohol testing as described below if any one or more of the following occurs If the employee is involved in or has directly or indirectly caused an accident The term accident shall mean any event or occurrence resulting in injury to a person or damage to property If the employee is involve
304. ired within the Taxiway Safety Area TSA Yes Identify the method the utility locates have been identified Paint No N A Flags The scheduling of utility locates within a Taxi Safety Area TSA shall be coordinated with CDA Operations Protection and Delineation of Existing Facilities Have Snow Fence Silt Fence Barricades or other protective devices been installed around nearby existing Facilities i e Buildings Antenna Transformers Markers RVRs LLWAS etc to ensure adequate 1 recognition Yes Facility Yes Facility Yes Facility Yes Facility Yes Facility Deviation from Approved Procedure Request for Waiver 1 If approved procedural means of excavating have been determined to be Yes No ineffective have you sough approval for an alternative approach to the work If yes describe the approach that is not effective and then describe the proposed alternative method of approach a Ineffective method b Proposed method Was a Waiver from the planned approach sought and approved Yes No By Whom Date Time How Page 6 of 7 EXHIBIT V 2 General Contractor Signature Required Date Construction Manager Signature Required Date Federal Aviation Administration Signature Required Date
305. is Agreement as modified 15 Owner and General Contractor on behalf of themselves and their contractors and subcontractors agree that the applicable substance abuse policy i e drug alcohol etc applicable to the employees working on any covered Project shall be that as contained or otherwise provided for in the area wide collective bargaining agreements attached at Appendix A to this Agreement Nothing in the foregoing shall limit the Owners and or General Contractor its contractors or subcontractors from instituting its own substance abuse policy governing other employees performing work on a Project not otherwise covered under this Agreement In the event there is no substance abuse policy in the applicable collective bargaining agreement the policy adopted by the Owners and or General Contractor may apply 16 The parties recognize a desire to facilitate the entry into the building and construction trades of veterans who are interested in careers in the building and construction industry The parties agree to utilize the services of the Center for Military Recruitment Assessment and Veterans Employment hereinafter referred to as the Center and the Center s Helmets to Hardhats program to Service as a resource for preliminary orientation assessment of construction aptitude referral to apprenticeship programs or hiring halls counseling and mentoring support network employment opportunities and other needs as identified by the p
306. ith respect to any subcontract or procurement as the sponsor or the applicable federal agency may direct as a means of enforcing such provisions including sanctions for noncompliance Provided that if the contractor becomes involved in or is threatened with litigation by a subcontractor or supplier because of such direction the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor In addition the contractor may request the United States to enter into the litigation to protect the interests of the United States 3 3 4 Other Non Discrimination Requirements 3 3 4 1 Illinois Human Rights Act Contractor must comply with the Illinois Human Rights Act 775ILCS 5 1 1 01 et seq as amended and any rules and regulations promulgated in accordance therewith including but not limited to the Equal Employment Opportunity Clause 445 111 Admin Code 750 Appendix A Contractor must comply with the Public Works Employment Discrimination Act 775 ILCS 10 0 01 et seq as amended and all other applicable state laws rules regulations and executive orders 3 3 4 2 Chicago Human Rights Ordinance MCC Ch 2 160 Contractor must comply with the Chicago Human Rights Ordinance MCC Ch 2 160 Sect 2 160 010 et seq as amended and all other applicable municipal code provisions rules regulations and executive orders Contractor must furnish or shall cause each of its Subcontractors to furnish such report
307. ith the relevant user Department s specific requirements in the performance of this Contract if applicable 3 6 1 Department of Aviation Standard Requirements For purposes of this section Airport refers to either Midway International Airport or O Hare International Airport which are both owned and operated by the City of Chicago 3 6 1 1 Confidentiality of Airport Security Data Contractor has an ongoing duty to protect confidential information including but not limited to any information exempt from disclosure under the Illinois Freedom of Information Act such as information affecting security of the airport Airport Security Data Airport Security Data includes any Sensitive Security Information as defined by 49 CFR Part 1520 Contractor acknowledges that information provided to generated by or encountered by Contractor may include Airport Security Data If Contractor fails to safeguard the confidentiality of Airport Security Data Contractor is liable for the reasonable costs of actions taken by the City the airlines the Federal Aviation Administration FAA or the Transportation Security Administration TSA that the applicable entity in its sole discretion determines to be necessary as a result including without limitation the design and construction of improvements procurement and installation of security devices and posting of guards All Subcontracts or purchase orders entered into by the Contractor with parties providing m
308. ithin or adjacent to the limits of the project site 3 1 4 4 No Third Party Beneficiaries The parties agree that this Contract is solely for the benefit of the parties and nothing herein is intended to create any third party beneficiary rights for subcontractors or other third parties 3 1 4 5 Independent Contractor This Contract is not intended to and does not constitute create give rise to or otherwise recognize a joint venture partnership corporation or other formal business association or organization of any kind between Contractor and the City The rights and the obligations of the parties are only those set forth in this Contract Contractor must perform under this Contract as an independent contractor and not as a representative employee agent or partner of the City This Contract is between the City and an independent contractor and if Contractor is an individual nothing provided for under this Contract constitutes or implies an employer employee relationship such that The City will not be liable under or by reason of this Contract for the payment of any workers compensation award or damages in connection with the Contractor performing the Services required under this Contract Contractor is not entitled to membership in any City Pension Fund Group Medical Insurance Program Group Dental Program Group Vision Care Group Life Insurance Program Deferred Income Program vacation sick leave extended sick leave or any other
309. iting stating the basis for its determination The Contractor will thereafter have 30 days in which to respond with reasons why the Contractor believes a conflict of interest does not exist If the Contractor does not respond or if the City still reasonably determines a conflict of interest to exist the Contractor must terminate its interest in the other enterprise 3 3 7 2 Prohibition on Certain Contributions Mayoral Executive Order 2011 4 No Contractor or any person or entity who directly or indirectly has an ownership or beneficial interest in Contractor of more than 7 596 Owners spouses and domestic partners of such Owners Contractor s Subcontractors any person or entity who directly or indirectly has an ownership or beneficial interest in any Subcontractor of more than 7 596 Sub owners and spouses and domestic partners of such Sub owners Contractor and all the other preceding classes of persons and entities are together the Identified Parties shall make a contribution of any amount to the Mayor of the City of Chicago the Mayor or to his political fundraising committee during i the bid or other solicitation process for this Contract or Other Contract including while this Contract or Other Contract is executory ii the term of this Contract or any Other Contract between City and Contractor and or iii any period in which an extension of this Contract or Other Contract with the City is being sought or negotiated Contract
310. ition each Contractor Subcontractor will provide a copy to the CM Manager of Safety a Lockout Tagout checklist listing the start up and shut down procedures for its equipment and all other activities involving Lockout Tagout 3 SEQUENCE OFLOCKOUT PROCEDURE When necessary shut equipment down by the normal stopping procedure depress stop button open toggle switch valve etc Open disconnect switch operate valve or other energy isolating device so that the energy source s electrical mechanical hydraulic or air gas steam water pressure etc must also be dissipated 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 16 Lockout Tagout the energy source s with assigned individual devices In situations involving more than one person all affected employees are required to place their assigned individual lock or tag on the energy isolating device After assuring no personnel are exposed operate push button or other normal operating controls to make certain the equipment will not operate CAUTION Return operating controls to neutral or off position after test Where Lockout Tagout is not feasible in the case of required repetitive adjustments or production operations the tests or work shall be accomplished under the protection of one designated individual If work on a piece of equipment has not been completed by the end of the shift the supervisor in charge shall T
311. itions for Commodities amp Services 05 09 2014 84 i 10096 of the value of the work subcontracted to other MBEs or WBEs performing work in its Area of Specialty may be counted toward the Contract Specific Goals ii 096 of the value of work that a MBE or WBE subcontracts to a non certified firm counts toward the Contract Specific Goals except as allowed by c above iii The fees or commissions charged for providing a bona fide service such as professional technical consulting or managerial services or for providing bonds or insurance and assistance in the procurement of essential personnel facilities equipment materials or supplies required for performance of the Contract provided that the fee or commission is determined by the Chief Procurement Officer to be reasonable and not excessive as compared with fees customarily allowed for similar services iv The fees charged for delivery of materials and supplies required on a job site but not the cost of the materials and supplies themselves when the hauler trucker or delivery service is not also the manufacturer of or a regular dealer in the materials and supplies provided that the fee is determined by the Chief Procurement Officer to be reasonable and not excessive as compared with fees customarily allowed for similar services V The fees or commissions charged for providing any bonds or insurance but not the cost of the premium itself specifically required for the performance of
312. ive Director and Contractor must man the site by a licensed and bonded security guard approved by and armed as deemed necessary by the Executive Director at Contractor s expense on a twenty four 24 hour basis during the period of temporary removal Contractor must restore the items removed to their original condition when construction is completed 3 6 2 5 Hazardous or Illegal Materials Unauthorized hazardous or illegal materials including but not limited to hazardous materials as defined in 49 C F R Parts 100 185 e g explosives oxidizers radiological materials infectious materials contraband firearms and other weapons illegal drugs and drug paraphernalia may not be taken on O E M C property Alcoholic beverages are also prohibited 3 6 3 Chicago Police Department Security Requirements As part of Police operations and security the Contractor must obtain from the Police Department Security Badges for each of its employees subcontractors material men invitees or any person s over whom Contractor has control which must be visibly displayed at all times while at any Police Department facility No person will be allowed beyond security checkpoints without a valid Security Badge Each such person must submit signed and properly completed application forms to receive Security Badges The application forms will solicit such information as the Superintendent may require including but not limited to name address date of birth driver
313. ivered to the Bid amp Bond Room prior to Bid opening When bids are sent via U S Postal Service messenger printing service or any other carrier Bidder is responsible for their delivery and drop off to the correct location during business hours before the date City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 and hour set for the opening of bids It is Bidder s sole responsibility to ensure the Bid is delivered to the correct location and received as required Bids are not to be delivered after hours by pushing them under the door 1 16 4 Transparency Website Trade Secrets Consistent with the City s practice of making available all information submitted in response to a public procurement all bids any information and documentation contained therein any additional information or documentation submitted to the City as part of this solicitation and any information or documentation presented to City as part of negotiation of a contract or other agreement may be made publicly available through the City s Internet website However Bidders may designate those portions of a Bid which contain trade secrets or other proprietary data Data which Bidder desires remain confidential To designate portions of a Bid as confidential Bidder must A Mark the cover page as follows This bid includes trade secrets or other proprietary data B Mark each sheet or Data to be restricted with the follo
314. joint venture upon completion of the work any eligible joint venture that receives a bid preference but fails to meet the definition of eligible joint venture during the term of the contract for which the bid incentive was awarded 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 such reports as required by the chief procurement officer Full access to the contractor s and subcontractors records shall be granted to the chief procurement officer the commissioner of the supervising department the inspector general or any duly authorized representative thereof The contractor and subcontractor shall maintain all relevant records a period that is the longer of seven years or as after final acceptance of the work in accordance with the Local Records Act 1 22 5 Child Support Arrearage Pursuant to Section 2 92 415 of the MCC an eight percent 896 penalty will be applied to the Bids of Bidders whose substantial owners as defined in the Code are in arrears on court ordered child support payments and who have not entered into an agreement for payment or are otherwise not in compliance with the order The penalty will pertain to the Bid only and will not affect the contract price or payments under the Contract This penalty does not apply to federally funded contracts City Funded Requirements for Bi
315. l or from whom or which he has derived any income or compensation during the preceding twelve months or from whom or which he reasonably expects to derive any income or compensation in the following twelve months Violation of MCC Sect 2 156 030 by any elected official with respect to this contract will be grounds for termination of this contract The term financial interest is defined as set forth in MCC Chapter 2 156 3 3 6 2 MCC 1 23 and 720 ILCS 5 33E Bribery Debts and Debarment Certification The Contractor or each joint venture partner if applicable must complete the appropriate subsections in the EDS which certify that the Contractor or each joint venture partner its agents employees officers and any subcontractors a have not been engaged in or been convicted of bribery or attempted bribery of a public officer or employee of the City of Chicago the State of Illinois any agency of the federal government or any state or local government in the United States or engaged in or been convicted of bid rigging or bid rotation activities as defined in this section as required by the Illinois Criminal Code b do not owe any debts to the State of Illinois in accordance Standard Terms and Conditions 09 03 2015 34 with 65 ILCS 5 11 42 1 1 and c are not presently debarred or suspended Certification Regarding Environmental Compliance Certification Regarding Ethics and Inspector General and Certification Regarding Court Ordered Child Sup
316. l president thechicagourbanleaque org Web www cul chicago org Chicago Women in Trades CWIT 4425 S Western Blvd Chicago IL 60609 3032 Phone 773 376 1450 Fax 312 942 0802 Email cwitinfo cwit2 org Web www chicagowomenintrades org Coalition for United Community Labor Force 1253 W 63 Street Chicago IL 60636 Phone 312 243 5149 Email johnrev hatchett comcast net 94 Federation of Women Contractors 5650 S Archer Avenue Chicago IL 60638 Phone 312 360 1122 Fax 312 360 0239 Email fwechicago aol com Web www fwcchicago com Hispanic American Construction Industry Association HACIA 650 West Lake Street Chicago IL 60661 Phone 312 666 5910 Fax 312 666 5692 Email info haciaworks org Web www haciaworks org Illinois Hispanic Chamber of Commerce 855 W Adams Suite 100 Chicago IL 60607 Phone 312 425 9500 Fax 312 425 9510 Email oduque ihccbusiness net Web www ihccbusiness net Latin American Chamber of Commerce 3512 West Fullerton Avenue Chicago IL 60647 Phone 773 252 5211 Fax 773 252 7065 Email d lorenzopadron latinamericanchamberofcommerce com Web www latinamericanchamberofcommerce com National Organization of Minority Engineers 33 West Monroe Suite 1540 Chicago Illinois 60603 Phone 312 425 9560 Fax 312 425 9564 Email shandy infrastructure eng com Web www nomeonline org National Association of Women Business Owners Chic
317. l be kept to a minimum The entry permit must be hung at point of entry A written record must be maintained at the point of entry of the name and time entered exited 2015 CDA Construction Safety Manual Section VII Health Precautions Issued for Use 6 1 2015 Page 51 When entering confined spaces employees shall attach their personal identification badges to the confined space entry permit They shall reclaim their badge upon leaving the confined space When an employee enters any confined space such as but not limited to a bin silo hopper or tank which contains bulk or loose material that could engulf the employee the supply of material shall be shut off and the discharge shall be shut off if feasible The employee shall wear an approved full safety body harness attached to an approved lifeline The lifeline shall be strung from overhead and down to the employee where it is attached to the D ring on the full safety body harness and kept reasonably taut at all times When this is done another employee shall be in sight or within hearing distance Safety harnesses and lifelines shall be so attached to the employee entering the confined space that his body cannot be jammed in the opening Whenever employees are in a confined space there shall be an attendant immediately outside the opening who shall have been trained in attendant duties and who shall be performing no functions other than that of an attendant Communications such a
318. l subcontractors to provide the insurance required herein or Contractor may provide the coverages for subcontractors All subcontractors are subject to the same insurance requirements of Contractor unless otherwise specified in this Contract Contractors must ensure that the City is an additional insured on Endorsement CG 2010 of the insurance required from subcontractors If Contractor or subcontractor desires additional coverages the party desiring the additional coverages is responsible for the acquisition and cost Notwithstanding any provision in the Contract to the contrary the City of Chicago Risk Management Department maintains the right to modify delete alter or change these requirements Insurance Requirements 111 SECTION II A Owner Controlled Insurance Program The City has the option at its sole discretion of implementing an Owner Controlled Insurance Program OCIP in connection with the Project The OCIP will include any or all of the types of insurance indicated in below insuring the City Contractor Subcontractors and Sub subcontractors of every tier while performing work at the project site until completion of the project If City implements an OCIP the terms conditions coverages and responsibilities of Contractor Subcontractors and Sub subcontractors in connection with the OCIP shall be set forth in the Owner Controlled Insurance Program Addendum to the Contract which will be incorporated by this reference In the
319. lacement part component and or accessory from a bona fide supplier The Contractor must provide invoices from their suppliers to substantiate pricing 7 The Contractor s cost for materials replacement parts components and accessories i e the actual price the Contractor paid for the specific materials replacement parts components and accessories must accompany the invoice sent to the Using Department in the form of an invoice from the Contractor s supplier to the contractor However if for example the Contractor s cost for materials replacement parts components and accessories purchased or used was part of a bulk purchase made by the Contractor for the Contractor s own inventory then the Contractor must provide a copy of that bulk purchase invoice When invoicing the Contractor s cost billed to the City may include the part supplier s cost to have the item shipped from the part supplier to the Contractor s facility however if the part is shipped directly to the Airport by the supplier the City will not pay the shipping cost 8 The City reserves the right to buy parts components and assemblies either without or without service to be installed by the City s employee s or other contractors 9 It is the Contractor s responsibility to ensure the City is getting the most competitive price available for materials replacement parts components and or accessories that the Contractor purchases or uses in conjunction with this Contract 5 8 1 17
320. laimed 96 Total Participation 5 Attach Additional Sheets as Needed ll Indirect Participation of MBE WBE Firms NOTE This section need not be completed if the MBEAWBE goals have been met through the direct participation outlined in Section If the MBEANBE goals have not been met through direct participation Contractor will be expected to demonstrate that the proposed MBE WBE direct participation represents the maximum achievable under the circumstances Only after such a demonstration will indirect participation be considered MBEANBE Subcontractors Suppliers Consultants proposed to perform work or supply goods or services where such performance does not directly relate to the performance of this contract 1 Name of MBE WBE Address Contact Person 08 2013 Page 2 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 106 Schedule D 1 Prime Contractor Affidavit MBEAWBE Compliance Plan Phone Number Dollar Value of Participation Percentage of Participation 96 Mentor Prot g Agreement attach executed Yes No Add Percentage Claimed 96 Total Participation 2 Name of MBE WBE Address Contact Person Phone Number Dollar Value of Participation Percentage of Participation Mentor Prot g Agreement attach executed Yes No Percentage Claimed Total Participation 3 Name of MBE WBE Address Contact Person Phone Number
321. liability partnership or joint venture that has a general partner managing member manager or other entity that can control the day to day management of the Disclosing Party that entity must also file an EDS on its own behalf Each entity with a beneficial interest of more than 7 596 in the controlling entity must also file an EDS on its own behalf What information is needed to submit an EDS A The information contained in the Preparation Checklist for EDS submission I don t have a user ID amp password Can I still submit an Online EDS A No You must register and create a user ID and password before submitting an Online EDS What information is needed to request a user ID amp password for Online EDS A The information contained in the Preparation Checklist for Registration is needed to request a login for the Online EDS Q lalready have a username and password from another City web site City Web Portal Department of Construction and Permits Department of Consumer Services etc Can I log in the Online EDS with that account A Usually not The Online EDS uses a user ID and password system that is shared by the Public Vehicle Advertising and Water Payment web sites You may use a username and password from those sites by answering Yes to Is this an existing City of Chicago user ID when registering Other usernames and passwords will not be automatically recognized However you may choose to create an identical username for
322. ll the Contractor will be required to respond within one 1 hour of receipt of the call and be onsite within two 2 hours The Straight Overtime and Premium time is defined for this Contract per Section 5 8 1 5 Labor Hours of the Detailed Specifications Scope of Work and Detailed Specifications 76 The Commissioner will be the sole person to deem the need for Emergency Repair Services The cost of Emergency Repair Service will be billed on a time and material basis as follows 1 Hours of labor to repair the equipment 2 Cost of parts to repair the equipment After completion of any emergency repair service the Contractor must complete and submit to the Department of Aviation a detailed cost for the Emergency Repair Service and a Work Report per Section 5 8 1 19 and Section 5 8 1 20 A Work Report on a form that has been approved by the Commissioner Exhibit A Work Report Example shall be submitted by the Contractor for each repair 5 8 1 22 SYSTEM UPGRADES During the term of this Contract the Contractor may be required to replace or upgrade components and or operating systems and software programs as directed by the Commissioner When performing the system upgrades the Work shall be done in a manner that will allow for the Department of Aviation or other term Contractors to work on the system All equipment and programs must be of a non proprietary nature unless due to justifiable and or unavoidable circumstances as expla
323. lpha and bravo 3 H amp R cooling tower freeze protection systems North South and East Outlying Buildings Seasonal Inspection September May Location Inspection Inspector Name PM Date Signature 4 FireStation No 1 Building No 602 5 Fire Station No 2 Building No 702 6 Fire Station No 3 including solar panel systems Building No 475 7 Fire Station No 4 Radio Shop Building No 701 8 Elevated Parking Structure EPS Transportation Center Boiler Room Building No 411 amp related structures 9 Airport Maintenance Complex AMC Building Building No 502 amp related structures 10 Airport Transit System ATS remote parking lot station Building No 563 11 Aviation Administration Building Boiler Room Building No 808 12 Safety amp Security Building Boiler Room Building No 850 13 Any other new or added locations at O Hare Airport Contractor Supervisor CDA ACOE Name Signature CDA ACOE Name Signature Signature Date 146 EXHIBIT 1 E2 Monthly Equipment Checklist Year Round 147 Monthly Equipment Checklist Year Around Exhibit 1 E2 Must be submitted with invoice for payment H amp R Building Year Round Monthly Inspection Location Inspection Inspector Name PM Date Signature 1 H amp R building and ring tunnel heating systems 2 H amp Rtaxiway bridge heating syste
324. lving open flames or producing heat and or sparks require a Hot Work Permit This includes but is not limited to Brazing Cutting Grinding Soldering Thawing and Welding This form must be prepared and signed prior to the start of any Hot Work operation for each shift that Hot Work Occurs INSTRUCTIONS FOR FIRE OK HOT WORK CHECKLIST N A SAFETY SUPERVISOR Project Name amp there an approved User Form for the Hot Work _ Have the participants in this work been appropriately trained for f this activity Contractor L Its the area ventilated __ Will the smoke and fumes affect operations an effort be made to capture and filter the fumes E Finish the fumes set off a local smoke alarm LOCATION BUILDING amp FLOOR Be Specific the fumes travel to other areas If so list precautions to L be taken DESCRIPTION OF WORK BEING PERFORMED 0 NAME OF SUPERVISOR AUTHORIZING HOT WORK NAME OF PERSON DOING HOT WORK deposits removed floors swept clean NAME OF FIRE WATCH N Xj Explosive atmosphere in area eliminated __ Combustible floors e g wood tile carpeting wet own covered with damp sand or fire blankets The above location has been examined the prec ution A Remove flammable and combustible material where possible Otherwise protect with fire blankets guards or metal shields C All wall and floor openings covered SIGNED Li Walkways prot
325. m directing Contractor to hire an individual as an employee or as a Subcontractor Accordingly Contractor must follow its own hiring and contracting procedures without being influenced by City employees Any and all personnel provided by Contractor under this Contract are employees or Subcontractors of Contractor not employees of the City of Chicago This Contract is not intended to and does not constitute create give rise to or otherwise recognize an employer employee relationship of any kind between the City and any personnel provided by Contractor C Contractor will not condition base or knowingly prejudice or affect any term or aspect of the employment of any personnel provided under this Contract or offer employment to any individual to provide services under this Contract based upon or because of any political reason or factor including without limitation any individual s political affiliation membership in a political organization or party political support or activity political financial contributions promises of such political support activity or financial contributions or such individual s political sponsorship or recommendation For purposes of this Contract a political organization or party is an identifiable group or entity that has as its primary purpose the support of or opposition to candidates for elected public office Individual political activities are the activities of individual persons in support of or in oppositi
326. mated contract value of 100 000 or more the CPO may apply a bid preference City Based Business Preference of two percent of the contract base bid in accordance with section 2 92 412 of the MCC to any qualified bidder that is a Prime Contractor If the CPO has determined that a City Based Business Preference may be applied it will be indicated on the cover page of the Bid Documents If a City Based Business Preference is applied to a Bidder s Bid the Local Goods Incentive pursuant to Section 2 92 410 of the MCC will not be applied to that same Bid Bidders desiring to take advantage of the City Based Business Preference must submit documentation with their Bid that Bidder is a City Based Business 1 22 2 Locally Manufactured Goods For purposes of this section only the following definitions shall apply City based manufacturer means a person who i holds any appropriate city license ii is subject to applicable city taxes and iii owns operates or leases a manufacturing facility within the city Contract for Goods means any contract purchase order or agreement for the purchase of goods awarded by the city and whose cost is to be paid from funds belonging to or administered by the city provided that a contract does not include i a delegate agency contract ii a lease of real property iii a collective bargaining agreement or iv a construction contract as defined in Section 2 92 670 of the MCC Locally manufactu
327. me or other Laws Contractor s and or Subcontractor s actions or inaction towards mitigating the noncompliance and its effects and Contractor s or Subcontractor s actions or inaction towards preventing future noncompliance Standard Terms and Conditions 09 03 2015 40 3 3 10 6 Copies of Notices and Reports Related Matters If any Environmental Law requires Contractor or any Subcontractor to make submit or file any non Routine notice or report of any kind to any Environmental Agency or other person including without limitation any agency or other person having any responsibility for any type of emergency response activity then Contractor must deliver a complete copy of the notice or report or in the case of legally required telephonic or other oral notices or reports a comprehensive written summary of same to the Law Department within 48 hours of making submitting or filing the original report The requirements of this provision apply regardless of whether the subject matter of the required notice or report concerns performance of this Contract Failure to comply with any requirement of this provision is an event of default 3 3 10 7 Requests for Documents and Information If the Commissioner requests documents or information of any kind that directly or indirectly relate s to performance of this Contract Contractor must obtain and provide the requested documents and or information to the Commissioner within 5 business days Fail
328. med by the Contractor 5 8 1 14 UPDATE AS BUILTS RECORDS OF EQUIPMENT LINE ITEM 9 As part of this Contract the Contractor shall be required to update the existing as built record drawings schematics etc that pertain to the operation of all equipment and controls and burner management systems Whenever the Contractor makes a modification to the controls and or burner management system the changes shall be recorded on updated As Built drawings The information shall include changes in operation set points alarm status range of operation and any updates to field components and upgrades provided by the control system manufacturer by way of product bulletins The updates will be performed twice a year and be documented along with testing and maintenance reports required under this Contract The cost of the twice a year updates shall be performed at the straight time rate submitted by the Contractor per Line Item 9 of the Proposal Pages Scope of Work and Detailed Specifications 73 5 8 1 15 ALLOWANCE FOR LABOR NOT INCLUDED IN CONTRACT LINE ITEMS 1 THRU 6 LINE ITEM 10 This allowance shall be used when labor does not have a separate bid item under the Contract is encountered in the performance of needed work The Commissioner shall provide written request to the Contractor listing the work items and any special requirements that must be complied with the Contractor in completing the work in order to allow the Contractor to complete a cost propos
329. mented the unsuccessful solicitation for either subcontractors or joint venture partners of at least 5096 or at least five when there are more than eleven certified firms in the commodity area of the appropriate certified MBE WBE firms to perform any direct or indirect work identified or related to the advertised bid proposal Documentation must include but is not necessarily limited to 1 A detailed statement of efforts to identify and select portions of work identified in the bid solicitation for subcontracting to certified MBE WBE firms 2 A listing of all MBE WBE firms contacted that includes o Name address telephone number and email of MBE WBE firms solicited o Date and time of contact o Method of contact written telephone transmittal of facsimile documents email etc 3 Copies of letters or any other evidence of mailing that substantiates outreach to MBE WBE vendors that includes o Project identification and location o Classification commodity of work items for which quotations were sought o Date item and location for acceptance of subcontractor bid proposals o M Detailed statement which summarizes direct negotiations with appropriate MBE WBE firms for specific portions of the work and indicates why negotiations were unsuccessful o Affirmation that Good Faith Efforts have been demonstrated by e choosing subcontracting opportunities likely to achieve MBE WBE goals e not imposing any limiting conditions which we
330. missioner However if at any time beyond the one year Contractor s Warranty period a latent defect in the work is discovered the Contractor shall be responsible for re performance payment of damages or such other remedy as deemed appropriate by the City 4 2 6 1 Correction or Re Performance of Services If the Contractor has failed to properly perform the Services upon direction in writing from the Commissioner Contractor will promptly re perform or correct all work or Services identified to be defective or as failing to conform to the standards set forth in the Contract Documents whether observed before or after completion of the Services The Contractor is responsible for all costs of correcting such defective or nonconforming Services including costs associated with fixing any damages re performing the Services and any costs required due to Contractor s inadequate performance 4 2 6 2 Timeliness The Contractor must provide the Services in the time frame required in the Detailed Specifications If Contractor s response and or completion time for performance of the Services fails to meet this standard the CPO may declare the Contractor in default 4 2 6 3 Delay If the City has caused the Contractor be obstructed or delayed in the commencement prosecution or completion of the Services by any act or delay of the City or by order of the Commissioner then the time herein fixed for the completion of said Services will be extended for
331. ms both alpha and bravo 3 H amp Rcooling tower freeze protection systems North South and East 4 H amp Rcontrol air compressors 9 5 North and South HTW and CHW expansion tanks and level controllers 6 H amp R Building s 6 electric boiler controls 7 H amp R Building north and south de ionizing units controls 8 HTW feed water pump controls 9 H amp R Building Atomizing Air Compressors 10 H amp R Building Chlorinating and Chlorine monitoring Equipment 11 North and South de aerators and Deionizer units Water Softeners H amp R Basement Outlying Buildings Year Round Monthly Inspection Location Inspection Inspector Name PM Date Signature 12 Bessie Coleman pump house Building No 903 13 Burn Pit Firefighting training facility propane gas system and leak detection system Building No 703 704 707 and 711 14 Any other new or added locations at O Hare Airport Contractor Supervisor Signature CDA ACOE Name Signature CDA ACOE Name Signature 148 EXHIBIT 1 F CONTRACTORS AFFIDAVIT REGARDING REMOVAL OF ALL WASTE MATERIALS AND IDENTIFICATION OF ALL LEGAL DUMP SITES 149 CONTRACTOR S AFFIDAVIT REGARDING REMOVAL OF ALL WASTE MATERIALS AND IDENTIFICATION OF ALL LEGAL DUMP SITES Contractor to show here the name and location of the ultimate disposal site he she is proposing to use for the subject project SPECIFY THE TYPE OF MATERIALS TO BE DISPOSED OF LEGAL NAME OF LANDFILL DISPOSAL SITE
332. must be constructed to conform with established federal and state standards c Broken or damaged ladders must not be used Repair or destroy them immediately Ladders to be repaired must be tagged and removed from the area d Wooden ladders shall not be painted so as to obscure a defect in the wood only a clear non conductive finish shall be used e Allladders shall be manufactured from non electrically conductive materials f Ladders shall not be placed in front of doors opening toward the ladder unless the door is open locked or guarded g Only one person shall work from a ladder at one time If two persons are required a second ladder shall be used h Ladders shall not be used as scaffold platforms i Boxes chairs etc shall not be used as ladders j When ascending or descending ladders employees shall have both hands free and shall face the ladder unsecured ladders shall not be left unattended k Areas around the top and base of ladders must be free of tripping hazards such as loose materials debris cords hoses etc Employees shall be tied off when using either straight ladders or stepladders and when reaching to the side of the ladder at heights greater than six 6 feet 2 STRAIGHT LADDERS Issued for Use 6 1 2015 a All straight ladders shall be equipped with non skid safety feet The base of the ladder must be set back a safe distance from the vertical unit approximately one forth of the length of the
333. n in connection with such Contract 3 2 4 General Price Reduction Automatic Eligibility for General Price Reductions If at any time after the Bid Opening Date the Contractor makes a general reduction in the price of any goods services or work covered by the Contract to its customers generally an equivalent price reduction based on similar quantities and or considerations shall apply to the Contract for the duration of the contract period or until the price is further reduced Such price reduction will be effective at the same time and in the same manner as the reduction in the price to customers generally For purpose of this provision a general price reduction will mean any reduction in the price of an article or service offered 1 to Contractor s customers generally or 2 in the Contractor s price schedule for Standard Terms and Conditions 09 03 2015 27 the class of customers i e wholesalers jobbers retailers etc which was used as the basis for bidding on this Contract An occasional sale at a lower price or sale of distressed merchandise at a lower price would not be considered a general price reduction under this provision The Contractor must invoice at such reduced prices indicating on the invoice that the reduction is pursuant to the General Price Reduction provision of the Contract The Contractor in addition must within 10 calendar days of any general price reduction notify the CPO of such reduction by letter F
334. n licenses by an approved agency or union and are in possession of a City of Chicago Operator s permit 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 18 Trainees who are under the direct supervision of the designated operator Inspectors certified for crane inspection No one other than the above personnel shall be in or on the crane during operations Exceptions are oilers or supervisors whose duties may require their presence 6 OPERATION PROCEDURES Resident Engineer will notify CDA Operations when a crane is to be used Airside including height of boom and length of time crane will be in use The crane must be equipped with a flag or mars light at its highest point according to approved FAA 7460 The operator shall a Not engage in any practice which may divert the operator s attention while engaged in crane operation to include not wearing walkman type radio entertainment headsets b Not operate the crane if physically or mentally unfit or if taking prescription drugs that may impair vision balance or produce other adverse affects c Not respond to any signal which is unclear or is given by anyone other than appointed signalmen Exception The operator shall respond to a stop signal given by anyone d Not permit trainees to make initial lifts The operator shall perform the first lift to determine lift stability crane function and safety in general
335. n the event that the Chief Procurement Officer in his or her sole opinion determines such exception s or deviations to be material 1 8 Taxes Included in Bid Prices Materials purchased by the City of Chicago are not subject to the Federal Excise Tax The City s Tax Exemption Certificate number is 36 6005820 Materials purchased by the City of Chicago are not subject to the State of Illinois Sales Tax The City s Tax Exemption Certificate number is E9998 1874 07 The Illinois Retailers Occupation Tax Use Tax and Municipal Retailers Occupation Tax do not apply to materials or services purchased by the City of Chicago Bidders shall include all other applicable Federal State and local taxes direct or indirect in their Bid prices 1 9 Bid Prices Must Incorporate All Costs Bid pricing must incorporate any all peripheral costs including but not limited to the costs of products services delivery transportation charges training materials labor insurance applicable taxes warranty overhead and profit etc that are required by the Bid Documents 1 10 Completion of the Bid Documents Each Bidder must complete all of the forms listed on the Bid Submittal Checklist The forms including the Bid Proposal Pages must be completed in ink or typewritten Bidders may not change any of the Bid Documents Any changes made by a Bidder to the Bid Documents may result in rejection of the Bid and will not be binding upon the City Bidders m
336. nable The inspectors may not enlarge the inspection into other areas nor may they concern themselves with non serious conditions observed en route to the complaint area However should an imminent condition be observed the inspectors may involve themselves should they desire An imminent danger is one reasonable expected to result in death or permanent injury 2015 CDA Construction Safety Manual Section IX Inspections Issuedfor Use 6 1 2015 Page 63 Disaster accidents involving death or multiple injuries come within the parameters of a compliant inspection Fatal injuries and complaint inspections are given priority Persons initiating complaint inspections need not be named on the complaint form and may remain anonymous 4 RIGHTS AND PRIVILEGES a Employer The employer has the right of representation during the inspection The representative may question the acts and comments of the inspector and may also request clarifications where the actions of the inspector appear to be contrary to the rules of inspection The employees have the right of representation through their craft union during the inspection They may also answer questions regarding the inspection without fear of punitive actions by the employer b Compliance Officer The Compliance Officer has the right to take photographs samples of material atmosphere and measurements as they relate to the inspection They may also privately interview employees The
337. nal value of the Contract The Department will notify the Contractor in writing of the services which are necessary and request a written price proposal for the addition of the services to this Contract under the same terms and conditions of the original Contract then forward the documents to the CPO Such services may be added to the Contract only if the prices are competitive with current market prices and said services are approved by the CPO in writing The CPO reserves the right to seek competitive pricing information on said services from other vendors and to solicit such services in a manner that serves the best interest of the City Any such services provided by the Contractor without a written approval signed by the CPO are done so entirely at the Contractor s risk Consequently in the event that such addition to the Contract is not approved by the CPO the Contractor hereby releases the City from any liability whatsoever to pay for any services provided prior to the Contractor s receipt of the fully signed modification 4 2 Performance of the Services 4 2 1 Standard of Performance Contractor shall perform the Services with that degree of skill and care required to satisfactorily meet the requirements as set forth in the Detailed Specifications and to the satisfaction of the CPO The Contractor will at all times act in the best interest of the City 4 2 2 Standard Working Hours Pursuant to MCC Section 2 92 220 a standard working
338. nd bravo Scope of Work and Detailed Specifications 70 H amp R cooling tower freeze protection systems North South and East H amp R control air compressors 9 North and South HTW and CHW expansion tanks and level controllers H amp R Building s 6 electric boiler controls H amp R Building north and south de ionizing units controls HTW feed water pump controls ar CO H amp R Building Atomizing Air Compressors 10 H amp R Building Chlorinating and Chlorine monitoring Equipment 11 North and South De Aerators and Deionizer units Water Softeners H amp R Basement Outlying Building Year Round Monthly Inspection 12 Bessie Coleman Pump House Building No 903 13 Burn Pit Firefighting training facility propane gas system and leak detection system Building No 703 704 707 and 711 14 Any other new or added locations at O Hare Airport TUNE UPS FOR AIR POLLUTION PERMIT REQUIREMENTS To assist the Commissioner in meeting the obligations of State of Illinois air pollution permit requirements the Contractor shall perform tune ups on each of the eight 8 HTWG generators at the H amp R Building and the two 2 boilers at Fire Station No 1 The equipment must be firing fuel oil during the tune ups The Contractor shall perform an annual tune up on the eight 8 HTW generators at the H amp R Building Each annual tune up must be conducted no more
339. nd joint ventures of such person or entity Broker means a person or entity that fills orders by purchasing or receiving supplies from a third party supplier rather than out of its own existing inventory and provides no commercially useful function other than acting as a conduit between his or her supplier and his or her customer Chief Procurement Officer or CPO means the chief procurement officer of the City of Chicago or his or her designee Commercially Useful Function means responsibility for the execution of a distinct element of the work of the contract which is carried out by actually performing managing and supervising the work involved evidencing the responsibilities and risks of a business owner such as negotiating the terms of sub contracts taking on a financial risk commensurate with the contract or its subcontract responsibility for acquiring the appropriate lines of credit and or loans or fulfilling responsibilities as a joint venture partner as described in the joint venture agreement Contract Specific Goals means the subcontracting goals for MBE and WBE participation established for a particular contract Contractor means any person or business entity that has entered into a contract with the City as described herein and includes all partners affiliates and joint ventures of such person or entity Direct Participation the value of payments made to MBE or WBE firms for work that is performed in their Area of
340. ndor Number if available e Address List of directors officers titleholders etc if applicable For partnerships LLC LLP Joint ventures etc List of controlling parties if applicable Items 8 and 9 are needed ONLY for contract related EDS documents 1 Contract related information if applicable a City of Chicago contract package b Cover page of City of Chicago bid solicitation package C If EDS is related to a mod then cover page of your current contract with the City 2 List of subcontractors and retained parties Economic Disclosure Statement and Affidavit EDS 115 b Address C Fees Estimated or paid 8 7 EDS Frequently Asked Questions Where dol file A The web link for the Online EDS is https webapps cityofchicago org EDSWeb Q How dol get help A If there is a question mark on a page or next to a field click on the question mark for help filling out the page or field You may also consult the User Manual and the Training Videos available on the left menu Q Why Ihave to submit an EDS A The Economic Disclosure Statement EDS is required of applicants making an application to the City for action requiring City Council City department or other City agency approval For example all bidders seeking a City contract are required to submit an EDS Through the EDS applicants make disclosures required by State law and City ordinances and certify compliance with various law
341. ng combustion and safety controls for high temperature water boilers as well as low temperature hot water boilers and the instrumentation and control systems normally associated with potable water and refrigeration systems or power Buildings with systems similar to the HTW CHW potable water and heating or process steam systems The Contractor will be required to provide with its bid written proof of having successfully performed similar services This documentation shall include the name and address of those firms for whom the Contractor has performed and the telephone number of the person to contact to verify the performance The Contractor shall have in his employment adequate qualified Control Fitter s who shall be available on twenty four 24 hours per day seven 7 days per week basis and be able to respond within two 2 hours after contact and or receiving a call from the City Control Fitters furnished by the Contractor shall be trained in electronics pneumatics and control theory and shall have experience in the repair and calibration of instrumentation and controls The Contractor shall have experience in servicing PLC s and associated instrumentation products The Control Fitters shall at the request of the Commissioner provide documentation and proof of having experience in the field and being familiar with the various manufacturers of the systems listed herein Submitted with this bid shall be the complete resumes of a minimum t
342. ng of at least one half hour 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 13 ELECTRICAL 1 RESPONSIBILITY Each contractor performing the work has the responsibility for the proper use of all electrical tools and equipment GROUNDING The non current carrying metal parts of portable and or plug connected equipment shall be grounded Exposed non current carrying metal parts of fixed electrical equipment including motors generators frames and tracks of electrically operated cranes electrically driven machinery etc shall be grounded The path from circuits equipment structures and conduits or enclosures to ground shall be permanent and continuous and have ample carrying capacity to conduct safely the maximum current which may be imposed on it Driven rod electrodes shall have a resistance to ground not to exceed 25 ohms Where the resistance is over 25 ohms two or more electrodes connected in parallel shall be used Grounding of circuits shall be checked to ensure that the circuit between the ground and the grounded power conductor has a resistance which is low enough to permit sufficient current to flow or cause the fuse or circuit breaker to interrupt the current All temporary wiring shall be effectively grounded in accordance with the Chicago Electrical Code Article VI Grounding and all other applicable provisions of the Chicago Electrical Code
343. ng the form for each employee and subcontractor employee who will be working at the Airport and all vehicles to be used on the job site Upon signed approval of the application by the Commissioner or his designee the employee will be required to attend a presentation regarding airport security and have his or her photo taken for the badge The Commissioner may grant or deny the application in his sole discretion The Contractor must make available to the Commissioner within one day of request the personnel file of any employee who will be working on the project As provided in Aviation Security above in order for a person to have an Airport Security Badge that allows access to the airfield or aircraft a criminal history record check CHRC conducted by the Department of Aviation will also be required The CHRC will typically include a fingerprint analysis by the Federal Bureau of Investigation and such other procedures as may be required by the TSA Airport Security Badges Vehicle Permits and Drivers Licenses will only be issued based upon properly completed application forms Employees or vehicles without proper credentials may be removed from the secured area and may be subject to fine or arrest Contractor will be jointly and severally liable for any fines imposed on its employees or its Subcontractors employees In addition to other rules and regulations the following rules related to Airport Security Badges Vehicle Permits and Drivers Licens
344. ng the term of this Contract or as the result of or during the Contractor s performance of work or services beyond the term Contractor acknowledges that the requirements set forth in this section to indemnify keep and save harmless and defend the City are apart from and not limited by the Contractor s duties under this Contract including the insurance requirements set forth in the Contract 3 1 7 Non Liability of Public Officials Contractor and any assignee or Subcontractor of Contractor must not charge any official employee or agent of the City personally with any liability or expenses of defense or hold any official employee or agent of the City personally liable to them under any term or provision of this Contract or because of the City s execution attempted execution or any breach of this Contract 3 1 8 Contract Extension Option The City may extend this Contract once following the expiration of the contract term for up to 181 Calendar Days or until such time as a new contract has been awarded for the purpose of providing continuity of services and or supply while procuring a replacement contract subject to acceptable performance by the Contractor and contingent upon the appropriation of sufficient funds The CPO will give the Contractor notice of the City s intent to exercise its option to renew the Contract for the approaching option period 3 2 Compensation Provisions 3 2 1 Ordering Invoices and Payment 3 2 1 1 Purchase Orders
345. ng welding hot work permits to its employees and those of its Subcontractors 1 No Hot Work may be done without a Hot Work Permit 2 All flammable materials shall be removed from the area before a permit is issued 3 The CM Manager of Safety may assist in determining necessary precautions to safeguard life and property 4 Contractors shall supply their own fire extinguishers for each welder and torch 5 Contractors shall supply their own fire watch for each Hot Work operation The fire watch must remain at the location of each hot work operation a minimum of thirty 30 minutes after hot work is complete 6 Shields shall be provided by the contractor to protect workers from welding flashes 7 All areas will be kept clean of all trash 8 Contractor shall provide flammable resistant clothing for its employees 9 Contractors shall be responsible for the work of their Subcontractors 10 Contractor shall provide Flash Curtains welding screens or other means around cutting burning or welding work to protect surrounding Contractor employees and the general public 11 When cylinders are transported by power vehicles they shall be secured in a vertical position with the caps in place Oxygen oylinders in storage shall be separated from fuel gas cylinders or combustible materials especially oil or grease a minimum distance of 20 feet or by a noncombustible barrier fire wall at least 5 foot high having a fire resistant rati
346. ning date a pre award protest must be filed no later than ten calendar days after the bid opening date and a post award protest must be filed no later than ten calendar days after the award of the contract All protests or claims must set forth the name and address of the protester the specification number the grounds for the protest or claim and the course of action that the protesting party desires that the CPO undertake Copies of the Bid Protest Procedures entitled Department of Procurement Services Solicitations and Contracting Process Protest Procedures are available at the Bid amp Bond Room and on DPS website www cityofchicago org procurement under Rules Regulations and Ordinances then under Contract Rules and Regulations 1 25 Award of Contract Notice of Award The Contract consists of the Bid Documents Upon the award and execution of a contract pursuant to the Bid Documents the Bid Documents become the Contract Documents which collectively comprise the Contract The Department of Procurement Services will by written notice notify the Bidder that is per the Basis of Award the lowest responsive and responsible Bidder of the City s award of a Contract 1 26 Title VI Solicitation Notice The City in accordance with the provisions of Title VI of the Civil Rights Act of 1964 78 Stat 252 42 U S C 88 2000d to 2000d 4 and the Regulations hereby notifies all bidders that it will affirmatively ensure that any contract e
347. nis 8 1 19 Effective Term of Bid e 8 1 20 TIE uponnteidu m 9 1 20 1 Determination of RESPONSIVENESS 9 1 20 1 1 Must Bid All Line nen nennen nnne niente sees 9 1 20 1 2 Mathematical Calculations cccccccsecccccccceccececeeeeeeeeeeeeeseeeesesaeessesasaaaaaaaeaaeeaeeeeeees 9 1 20 1 3 Unbalanced Bids a 9 1 20 14 Gash Billing Terms tec er ere Pet hee tete e er 9 1 20 2 Determination of Responsibility eeeesesseesseeeeeeen eene nennen nnn nnn nnns 9 1 20 2 1 Bidder Debts or Defaults sess nnne ennt enne 9 1 20 2 2 Competency of Bidder 9 1 21 Rejection of Bids and Waiver of Informalities essen enne 9 1 22 Statutory Adjustments to nennen enne nennen 9 1 22 1 City based Businesses Chicago Business 10 Table of Contents 1 22 2 Locally Manufactured 5 10 1 22 3 Alternatively Powered Vehicles Bid Incentive ccceccecceccecaeseseeseseeceeeeeceesasaesenenenss 11 1 22 3 1 Definitions for Alternatively Powered Vehicles Bid 1
348. nsideration of the contract entered into with the named insured and it is mutually understood that the City of Chicago relies on this certificate as a basis for continuing such agreement with the named insured Type of Insurance Insurer Name Policy Number Expiration Date Limits of Liability All Limits in Thousands General Liability CSL Per Claims made Occurrence Occurrence Premise Operations Explosion Collapse Underground General Products Completed Operations Aggregate Blanket Contractual Broad Form Property Damage Products Completed Independent Contractors Operations Personal Injury Aggregate Pollution Automobile Liability CSL Per Occurrence Excess Liability Each Umbrella Liability Occurrence 5 Worker s Compensation and Employer s Liability Statutory Illinois Employers Liability Builders Risk Course of Construction Professional Liability a Each Insurance policy required by this agreement excepting policies for worker s compensation and professional liability will read The City of Chicago is an additional insured as respects operations and activities of or on behalf of the named insured performed under contract with or permit from the City of Chicago b The General Automobile and Excess Umbrella Liability Policies described provide for severability of Interest cross liability applicable to the named insured and the City c Workers Compensation and Property Insurers
349. nstrated increase in other contract costs as a result of subcontracting to the M WBE or other firm 6 5 2 Assist Agency Participation in wavier reduction requests Every waiver and or reduction request must include evidence that the bidder has provided timely notice of the need for subcontractors to an appropriate association assist agency representative of the MBE WBE business community This notice must be given at least five 5 business days in advance of the initial bid due date The notice requirement of this Section will be satisfied if a bidder contacts at least one of the associations on Attachment A to these Regulations when the prime contractor seeks a waiver or reduction in the utilization goals Attachment B to these Regulations provides the letter format that a prime contractor may use Proof of notification prior to bid submittal e g certified mail receipt or facsimile transmittal receipt will be required to be submitted with the bid for any bid proposal to be deemed responsive If deemed appropriate the Contract Compliance Officer may contact the assist agency for verification of notification 6 5 3 Impracticability If the Chief Procurement Officer determines that a lesser MBE and or WBE percentage standard is appropriate with respect to a particular contract subject to competitive bidding prior to the bid solicitations for such contract bid specifications shall include a statement of such revised standard The requirements set
350. ntered into pursuant to this advertisement disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race color or national origin in consideration for an award City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 14 ARTICLE 2 INCORPORATION OF EXHIBITS The following attached Exhibits are made a part of this agreement Exhibit 1A Contractor Work Report Example Exhibit 1B Contractor Sign in Sheet Example Exhibit 1C Commodity Code Lines Exhibit 1D Annual Safety Testing Sheet Exhibit 1 E1 Monthly Equipment Checklist Seasonal Sept May Exhibit 1 E2 Monthly Equipment Checklist Year Round Exhibit 1 CONTRACTORS AFFIDAVIT REGARDING REMOVAL OF ALL WASTE MATERIALS AND IDENTIFICATION OF ALL LEGAL DUMP SITES Exhibit 1F Example Insurance Certificate of Coverage Exhibit 2 Example Insurance Certificate of Coverage Exhibit 3 Project labor Agreement Exhibit 4 Prevailing Wage Rate Exhibit 5 Performance and Payment Bond Example Exhibit 6 Construction Safety Manual Incorporation of Exhibits 15 ARTICLE 3 STANDARD TERMS AND CONDITIONS 3 1 General Provisions 3 1 1 Definitions Addendum is an official revision of the Bid Documents issued by the Chief Procurement Office prior to Bid Opening Date Airports means Chicago O Hare International Airport and
351. ntify each current City of Chicago contract and each contract completed during the past two 2 years by a joint venture of two or more firms participating in this joint venture VII Control of and Participation in the Joint Venture Identify by name and firm those individuals who are or will be responsible for and have the authority to engage in the following management functions and policy decisions Indicate any limitations to their authority such as dollar limits and co signatory requirements A Joint venture check signing B Authority to enter contracts on behalf of the joint venture C Signing co signing and or collateralizing loans D Acquisition of lines of credit Page 2 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 99 VIII Schedule B Affidavit of Joint Venture MBE WBE Acquisition and indemnification of payment and performance bonds Negotiating and signing labor agreements Management of contract performance Identify by name and firm only 1 Supervision of field operations 2 Major purchases 3 Estimating 4 Engineering Financial Controls of joint venture Which firm and or individual will be responsible for keeping the books of account Identify the managing partner if any and describe the means and measure of their compensation What authority does each venturer have to commit or obligate the other to insurance and bonding companies financing institutions
352. ntractor or any Subcontractor is a joint venture then every party to every such joint venture is deemed a Subcontractor for purposes of this section which is entitled Compliance with Environmental Laws and Related Matters and every subsection thereof 3 3 10 3 Compliance With Environmental Laws Any noncompliance by Contractor or any Subcontractor with any Environmental Law during the time that this Contract is effective is an event of default regardless of whether the noncompliance relates to performance of this Contract This includes without limitation any failure by Contractor or any Subcontractor to keep current throughout the term of this Contract all insurance certificates permits and other authorizations of any kind that are required directly or indirectly by any Environmental Law 3 3 10 4 Costs Any cost arising directly or indirectly in whole or in part from any noncompliance by Contractor or any Subcontractor with any Environmental Law will be borne by the Contractor and not by the City No provision of this Contract is intended to create or constitute an exception to this provision 3 3 10 5 Proof of Noncompliance Authority Cure Any adjudication whether administrative or judicial against Contractor or any Subcontractor for a violation of any Environmental Law is sufficient proof of noncompliance and therefore of an event of default for purposes of this Contract Any citation issued to against Contractor or an
353. o be removed promptly from the work place disposed of properly labeled and identified All original containers and its satellite containers need to be labeled and placed with the H M I S coding Personal equipment and other items are to be kept in designated areas Tools and equipment are to be properly stored in their designated location when not in use Temporary storage of tools and equipment in operating areas is permitted provided walkways and working areas are not blocked or restricted and that tripping hazards are not created Holes that are dug are to be backfilled immediately or protected by barricades All excess fill is to be removed Temporarily installed floor gratings shall be secured in such a way as to prevent movement or tipping Gratings or railings that are removed shall be replaced as soon as practicable Substantial barricades are to be erected when gratings or railings are removed 8 SANITATION Toilets wash up facilities and drinking water shall be provided by the Contractor or Subcontractor for the convenience and comfort of their employees in accordance with applicable standards These facilities shall be secured in such a way as to prevent them from being blown over by high winds or jet blasts Portable toilets shall be cleaned disinfected and re supplied on a regular basis 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 29 9 LIGHTING Cons
354. o the Inspector General directly and without undue delay any and all information concerning conduct which it knows to involve corrupt activity Corrupt activity means any conduct set forth in Subparagraph a 1 2 or 3 of Section 1 23 020 of the MCC Knowing failure to make such a report will be an event of default under this Contract Reports may be made to the Inspector General s toll free hotline 866 IG TIPLINE 866 448 4754 3 3 9 6 Electronic Mail Communication Electronic mail communication between Contractor and City employees must relate only to business matters between Contractor and the City 3 3 9 7 EDS Update Obligation Contractor is required to notify the City and update the EDS whenever there is a change in circumstances that makes any certification or information provided in an EDS inaccurate obsolete or misleading Failure to notify the City and update the EDS is grounds for declaring the Contractor in default termination of the Contract for default and declaring that the Contractor is ineligible for future contracts 3 3 9 8 Wheel Tax City Sticker Contractor must pay all Wheel Tax required by Chapter 3 56 of the MCC as amended from time to time Contractor should take particular notice of MCC 3 56 020 and MCC 3 56 125 which relate to payment of the tax for vehicles that are used on City streets or on City property by City residents For the purposes of Chapter 3 56 any business that owns leases or otherwise c
355. o time Acts and Regulations which include e Title VI of the Civil Rights Act of 1964 42 U S C 8 2000d et seq 78 stat 252 prohibits discrimination on the basis of race color national origin e CFR part 21 Non discrimination In Federally Assisted Programs of The Department of Transportation Effectuation of Title VI of The Civil Rights Act of 1964 Standard Terms and Conditions 09 03 2015 28 e Section 504 of the Rehabilitation Act of 1973 29 U S C 794 et seq as amended prohibits discrimination on the basis of disability and 49 CFR part 27 e Age Discrimination Act of 1975 as amended 42 U S C 6101 et seq prohibits discrimination on the basis of age e The Civil Rights Restoration Act of 1987 PL 100 209 Broadened the scope coverage and applicability of Title VI of the Civil Rights Act of 1964 The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973 by expanding the definition of the terms programs or activities to include all of the programs or activities of the Federal aid recipients sub recipients and contractors whether such programs or activities are Federally funded or not e Titles Il and Ill of the Americans with Disabilities Act of 1990 which prohibit discrimination on the basis of disability in the operation of public entities public and private transportation systems places of public accommodation and certain testing entities 42 U S C 88
356. obstruction of airport maintenance and operations on or off the ground would be created in the opinion of either the Commissioner or the Deputy Commissioner Contractors must safeguard and may be required to account for all items brought beyond a security checkpoint especially with respect to tools used in a terminal building 3 6 1 4 4 Work on the Airfield For any work on the airfield between sunset and sunrise any equipment and materials stored outside must be marked with red obstruction lights acceptable to the Commissioner and in conformity with all FAA requirements including Advisory Circular 150 5345 43F All obstruction lights must be kept continuously in operation between sunset and sunrise 7 days a week and also during any daylight periods when aircraft ceiling is below 500 feet and visibility is less than 5 miles Information on ceiling and visibility may be obtained by the Contractor on request at the office of the Deputy Commissioner of Operations or from the FAA Control Tower Operator Proper compliance with these obstruction light requirements is essential to the protection of aircraft and human life and the Contractor has the responsibility of taking the initiative at all times to be aware of ceiling and visibility conditions without waiting for the FAA Standard Terms and Conditions 09 03 2015 47 Control Tower Operator or any other City representative to ask the Contractor to post obstruction lights For any work on the ai
357. of the Airport and must promptly report any information regarding suspected violations in accordance with those rules and regulations Gates and doors that permit entry into restricted areas at the Airport must be kept locked by Contractor at all times when not in use or under Contractor s constant security surveillance Gate or door malfunctions must be reported to the Commissioner without delay and must be kept under constant surveillance by Contractor until the malfunction is remedied Standard Terms and Conditions 09 03 2015 45 3 6 1 3 Airport Security Badges As part of airport operations and security the Contractor must obtain from the airport badging office Airport Security Badges for each of his employees subcontractors material men invitees or any person s over whom Contractor has control which must be visibly displayed at all times while at the airport No person will be allowed beyond security checkpoints without a valid Airport Security Badge Each such person must submit signed and properly completed application forms to receive Airport Security Badges Additional forms and tests may be required to obtain Airport Drivers Certification and Vehicle Permits The application forms will solicit such information as the Commissioner may require in his discretion including but not limited to name address date of birth and for vehicles driver s license and appropriate stickers The Contractor is responsible for requesting and completi
358. of them in or about the performance of said contract or which shall accrue to the beneficiaries or dependents of any such person under the provisions of the Workers Compensation Act 820 ILCS 305 as amended and the Workers Occupational Disease Act 820 ILCS 310 as amended hereinafter referred to as Acts then is this obligation to be null and void otherwise to remain in full force and effect And it is hereby expressly understood and agreed and made a condition hereof that any judgement rendered against said City in any suit based upon any loss damages claims liabilities judgements costs or expenses which may in anywise accrue against said City as a consequence of the granting of said contract or which may in anywise result therefrom or which may in anywise result from any injuries to or death of any person or damage to any real or personal property arising directly or indirectly from or in connection with work performed or to be performed under said contract by said Contractor or its agents employees or workmen assignees subcontractors or anyone else and also any decision of the Industrial Commission of the State of Illinois and any order of court based upon such decision or judgement thereon rendered against said City of Chicago in any suit Page 169 or claim arising under the aforementioned Acts when notice of the pendency or arbitration proceedings or suit shall have been given said Contractor shall be conclusive aga
359. old and deduct from monies otherwise payable to the contractor the amount of liquidated damages due to the City Contractor understands that pursuant to MCC subsection 2 92 595 e 6 any person knowingly making a false statement of material fact to any City department with respect to compliance with the contract provisions specified in MCC subsection 2 92 595 e Chicago may be fined not less than 1 000 or more than 5 000 for each statement 4 6 Multi Project Labor Agreement PLA The City has entered into the PLA with various trades regarding projects involving construction demolition maintenance rehabilitation and or renovation work as described in the PLA a copy of which may be found on the City s website at http www cityofchicago org dam city depts dps RulesRegulations Multi ProjectLaborAgreement PLAandSignatoryUnions pdf Special Conditions for Work Services Contracts 05 30 2014 59 To the extent that this Contract involves a project that is subject to the PLA Contractor acknowledges familiarity with the requirements of the PLA and its applicability to any Work under this Contract and shall comply in all respects with the PLA Special Conditions for Work Services Contracts 05 30 2014 60 ARTICLE 5 SCOPE OF WORK AND DETAILED SPECIFICATIONS 5 1 General The Contractor shall provide Materials and or labor at Chicago O Hare International Airport on a time and material basis to perform the Work when directed by the Commissione
360. on Enterprises 333 N Ogden Avenue Chicago IL 60607 Phone 847 525 9693 Email nakmancorp aol com Black Contractors United 400 W 76 Street Suite 200 Chicago IL 60620 Phone 773 483 4000 Fax 773 483 4150 Email bcunewera att net Web www blackcontractorsunited com Cosmopolitan Chamber of Commerce 203 N Wabash Suite 518 Chicago IL 60601 Phone 312 499 0611 Fax 312 332 2688 Email ccarey cosmococ org Web www cosmochamber org Eighteenth Street Development Corporation 1843 South Carpenter Chicago Illinois 60608 Phone 312 733 2287 Fax 773 353 1683 asoto eighteenthstreet org www eighteenthstreet org M WEE Special Conditions for Commodities amp Services 05 09 2014 Chatham Business Association Small Business Development Inc 8441 S Cottage Grove Avenue Chicago IL 60619 Phone 773 994 5006 Fax 773 994 9871 Email melkelcba sbcglobal net Web www cbaworks org Chicago Area Gay amp Lesbian Chamber of Commerce 3656 N Halsted Chicago IL 60613 Phone 773 303 0167 Fax 773 303 0168 Email info glchamber org Web www glchamber org Chicago Minority Supplier Development Council Inc 105 W Adams Suite 2300 Chicago IL 60603 6233 Phone 312 755 8880 Fax 312 755 8890 Email pbarreda chicagomsdc org Web www chicagomsdc org Chicago Urban League 4510 S Michigan Ave Chicago IL 60653 Phone 773 285 5800 Fax 773 285 7772 Emai
361. on designated for that purpose Under penalty of perjury the undersigned 1 warrants that he she was authorized to submit an EDS on behalf of the Disclosing Party on line 2 warrants that all certifications and statements contained in the EDS are true accurate and complete as of the date the EDS was submitted on line and 3 further warrants that as of the date of submission of this proposal or bid there have been no changes in circumstances since the date that the EDS was submitted that would render any certification in the EDS false inaccurate or incomplete Further the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder proposer or prospective Bidder proposer or with any other person firm or corporation relating to the price named in this proposal or any other proposal nor any agreement or arrangement under which any act or omission in restraining of free competition among Bidders proposers and has not disclosed to any person firm or corporation the terms of this bid proposal or the price named herein Proposals must be submitted with original signatures in the space provided Proposals not properly signed will be rejected JOINT VENTURE NAME Print or Type JOINT VENTURE ADDRESS Print or Type If you are ope
362. on of each venturer in the undertaking Further the undersigned covenant and agree to provide to the City current complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any provision of the joint venture agreement and to permit the audit and examination of the books records and files of the joint venture or those of each venturer relevant to the joint venture by authorized representatives of the City or the Federal funding agency Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under federal or state laws concerning false statements Note If after filing this Schedule B and before the completion on the joint venture s work on the project there is any change in the information submitted the joint venture must inform the City of Chicago either directly or through the prime contractor if the joint venture is a subcontractor Name of MBE WBE Partner Firm Name of Non MBE WBE Partner __ Firm Signature of Affiant gt Signature of Affiant Name and Title of Affiant Name and Title of Affiant Date Date Onthis dayof 20 the above signed officers names of affiants personally appeared and known to me be the persons described in the foregoing Affidavit acknowledged that they executed the same in the capacity therein stated and for the purpose therein contained IN WITNESS W
363. on to political organizations or parties or candidates for elected public office D Inthe event of any communication to Contractor by a City employee or City official in violation of paragraph B above or advocating a violation of paragraph C above Contractor will as soon as is reasonably practicable report such communication to the Hiring Oversight Section of the City s Office of the Inspector General and also to the head of the relevant City Department utilizing services provided under this Contract Contractor will also cooperate with any inquiries by OIG Hiring Oversight 3 3 9 4 Inspector General and Legislative Inspector General It is the duty of any bidder proposer or Contractor all Subcontractors every applicant for certification of eligibility for a City contract or program and all officers directors agents partners and employees of any bidder proposer Contractor Subcontractor or such applicant to cooperate with the Inspector General or the Legislative Inspector General in any investigation or hearing if applicable undertaken pursuant to MCC Ch 2 56 or 2 55 respectively Contractor understands and will abide by all provisions of MCC Ch 2 56 and 2 55 Standard Terms and Conditions 09 03 2015 38 All subcontracts must inform Subcontractors of this provision and require understanding and compliance with them 3 3 9 5 Duty to Report Corrupt Activity Pursuant to MCC 2 156 018 it is the duty of the Contractor to report t
364. onnection with the goods work or services provided under this Contract Each calendar year or partial calendar year may be deemed an audited period 3 2 1 7 2 Recovery for Over Billing If as a result of such an audit it is determined that Contractor or any of its Subcontractors has overcharged the City in the audited period the City will notify Contractor Contractor must then promptly reimburse the City for any amounts the City has paid Contractor due to the overcharges and depending on the facts also some or all of the cost of the audit as follows If the audit has revealed overcharges to the City representing less than 5 of the total value based on the contract prices of the goods work or services provided in the audited period then the Contractor must reimburse the City for 5096 of the cost of the audit and 50 of the cost of each subsequent audit that the City conducts If however the audit has revealed overcharges to the City representing 596 or more of the total value based on the contract prices of the goods work or services provided in the audited period then Contractor must reimburse the City for the full cost of the audit and of each subsequent audit Failure of Contractor to reimburse the City in accordance with the foregoing is an event of default under this Contract and Contractor will be liable for all of the City s costs of collection including any court costs and attorneys fees 3 2 2 Subcontractor Paym
365. ons Reference to a specific manufacturer or trade name in this solicitation is intended to be descriptive but not restrictive and to indicate to prospective bidders those product s that have been deemed by the City to be satisfactory The Bidder must if awarded the Contract provide the product s specified unless equivalent alternatives have been proposed as described below and found acceptable to the Chief Procurement Officer A Bidder that chooses to respond to this solicitation for bids with alternate product s from those specified in the solicitation must identify such alternate items with its Bid with a detailed explanation and documentation in support of how the alternate items proposed by the Bidder can perform as well as or better than those specified Unless an alternate item is so identified it is understood that the Bidder proposes and will be required to provide the specific item described in the specifications No substitution of specified items will be allowed thereafter except as otherwise provided for in the specifications Documentation in support of alternate items includes 1 Complete data substantiating compliance of proposed alternate items with requirements stated in the solicitation including a Product identification including manufacturer s name and address b Manufacturer s literature identifying i Product description ii Reference standards iii Performance and test data c Samples as applicable d Name
366. ontractor shall submit two 2 copies of its Work Report to the Chief Operating Engineer COE of the Department of Aviation The Contractor shall allow the COE to inspect any work materials and equipment installed The COE will be responsible for verifying all work performed by the Contractor before signing on the reports and or time and material tickets and sending one 1 copy of the Contractor s report s to the Deputy Commissioner of Facilities All work performed by the Contractor shall adhere to the construction safety manual 2015 CASMAN or latest revised edition Exhibit 6 5 8 1 20 TIMEKEEPING PROCEDURES AND RECORDS Upon the City s request the Contractor shall be required to furnish all necessary information regarding the Work performed such as The number of persons employed the dates and times during which they worked type and cost of materials used machinery and equipment used and cost in repair equipment involved The Contractor shall submit such information with invoices to support and verify all changes All timekeeping and work order records kept by the Contractor shall be subject to review and approval by the Commissioner Daily time sheets must be signed by every Contractor s representative as he she arrives at or leaves the H amp R Building Weekly time sheets will be counter signed by the engineer in charge of the H amp R Building and a copy of the weekly time sheet will be given to the Contractor s representative A cop
367. ontrols a place of business within the City wherein motor vehicles or semi trailers are stored repaired serviced or loaded or unloaded in connection with the business is also considered to be a City resident 3 3 10 Compliance with Environmental Laws and Related Matters 3 3 10 1 Definitions For purposes of this section the following definitions shall apply Environmental Agency An Environmental Agency is any governmental agency having responsibility in whole or in part for any matter addressed by any Environmental Law An agency need not be responsible only for matters addressed by Environmental Law s to be an Environmental Agency for purposes of this Contract Environmental Claim An Environmental Claim is any type of assertion that Contractor or any Subcontractor is liable or allegedly is liable or should be held liable under any Environmental Law or that Contractor or any Subcontractor has or allegedly has violated or otherwise failed to comply with any Environmental Law A non exhaustive list of Environmental Claims includes without limitation demand letters lawsuits and citations of any kind regardless of originating source Environmental Law An Environmental Law is any Law that in any way directly or indirectly in whole or in part bears on or relates to the environment or to human health or safety A non exhaustive list of Environmental Laws includes without limitation the Comprehensive Environmental Response Compensation
368. or represents and warrants that since the date of public advertisement of the specification request for qualifications request for proposals or request for information or any combination of those requests or if not competitively procured from the date the City approached the Contractor or the date the Contractor approached the City as applicable regarding the formulation of this Contract no Identified Parties have made a contribution of any amount to the Mayor or to his political fundraising committee Contractor shall not a coerce compel or intimidate its employees to make a contribution of any amount to the Mayor or to the Mayor s political fundraising committee b reimburse its employees for a contribution of any amount made to the Mayor or to the Mayor s political fundraising committee or c bundle or solicit others to bundle contributions to the Mayor or to his political fundraising committee The Identified Parties must not engage in any conduct whatsoever designed to intentionally violate this provision or Mayoral Executive Order No 2011 4 or to entice direct or solicit others to intentionally violate this provision or Mayoral Executive Order No 2011 4 Violation of non compliance with misrepresentation with respect to or breach of any covenant or warranty under this provision or violation of Mayoral Executive Order No 2011 4 constitutes a breach and default under this Contract and under any Other Contract for which no opp
369. ork at any time an imminent danger to persons or property exists with their own operation or with the operation of a subcontractor The Contractor will receive no recompense for additional cost or time extension The Contractor shall periodically inspect all areas under their control The Contractor shall insure that at least a thorough documented inspection is completed on a weekly basis FAA funded projects shall have a documented daily inspection Such documented inspections shall be forwarded to the CM Manager of Safety The CM Manager of Safety shall forward a copy of inspection reports to the designated CDA safety representative CONTRACTOR S SUPERVISION Each Contractor supervisor shall insure that ongoing observations are done in their area s of responsibility for the purpose of identifying and correcting hazards and deficiencies This activity should be an ongoing responsibility of all supervisors INDIVIDUAL EMPLOYEES Each employee shall be held responsible for identifying hazards and deficiencies in their immediate work area B HAZARDS DEFICIENCIES The following is a partial list of items that need to be checked during each inspection 1 Proper storage of materials 2 Scrap material in proper containers 3 Overflowing trash containers 4 Unused tools in proper place 5 Signs appropriate and legible 6 Walkways unobstructed 7 Storage areas disorderly 8 Spills not wiped up 9 Oily rags left in the op
370. ormed by the City of Chicago the parties to this Agreement have determined that it is in their interest to have these Projects completed in the most timely productive economical and orderly manner possible and without labor disruptions of any kind that might interfere with or delay any of these Projects Whereas the parties have determined that it is desirable to eliminate the potential for friction and disruption of these Projects by using their best efforts and ensuring that all work is performed by the trade unions that are signatory hereto and which have traditionally performed and have trade and geographic jurisdiction over such work Experience has proven the value of such cooperation and that such mutual undertakings should be maintained and if possible strengthened and that the ultimate beneficiaries remain the Owner of the project and Whereas the Owner acknowledges that it has a serious and ongoing concern regarding labor relations associated with the Projects and through its completion irrespective of the existence of a collective bargaining relationship with any of the signatory labor organizations NOW THEREFORE in order to further these goals and objectives and to maintain the spirit of harmony labor management cooperation and stability the parties agree as follows l During the term of this Agreement Owner its representatives and agents shall not contract or subcontract nor permit any other person firm company o
371. ortunity to cure will be granted Such breach and default entitles the City to all remedies including without limitation termination for default under this Contract under Other Contract at law and in equity This provision amends any Other Contract and supersedes any inconsistent provision contained therein If Contractor violates this provision or Mayoral Executive Order No 2011 4 prior to award of the Contract resulting from this specification the CPO may reject Contractor s bid For purposes of this provision Standard Terms and Conditions 09 03 2015 36 Other Contract means any agreement entered into between the Contractor and the City that is i formed under the authority of MCC Ch 2 92 ii for the purchase sale or lease of real or personal property or iii for materials supplies equipment or services which are approved and or authorized by the City Council Contribution means a political contribution as defined in MCC Ch 2 156 as amended Political fundraising committee means a political fundraising committee as defined in MCC Ch 2 156 as amended 3 3 8 Debts Owed to the City Anti Scofflaw MCC Sect 2 92 380 In addition to the certifications regarding debts owed to the City in the EDS Contractor is subject to MCC Sect 2 92 380 Pursuant to MCC Sect 2 92 380 and in addition to any other rights and remedies including set off available to the City under this Contract or permitted at law or in equity
372. osal to the Commissioner requesting such approval which must include documentation to show the Contractor s cost and contain multiple price quotes or in the case that multiple proposals are not possible to obtain explain why only one supplier quote is being provided The City approval will be in the form of a letter signed by both the Commissioner and Chief Procurement Officer listing the part and its approved price The City will include a copy of this executed letter in its Purchase Order Release for that work 4 Parts components refrigerant assemblies and or accessories furnished under this Contract must be genuine parts as manufactured or supplied by the Original Equipment Manufacturer OEM unless OEM replacement parts components assemblies and or accessories are no longer available All parts components and or assemblies furnished that are not OEM must be considered Generic and must be compatible and interchangeable with existing City owned equipment 5 Materials replacement parts components refrigerant and or accessories will be invoiced by the Contractor at a mark up over actual verifiable costs paid by the Contractor to the Supplier The Contractor will furnish with its bid the percentage mark up 6 The Contractor s cost for materials replacement parts components and or accessories charged to the City cannot exceed any retail or commercially published price list or any price quoted to the City for the same or equal material rep
373. ose shall be bled at the tool before breaking the connection Metal reinforced hose shall not be used near energized equipment When this type hose must be used proper clearances shall be maintained 5 GRINDERS Issued for Use 6 1 2015 a Stationary grinders shall be mounted securely on substantial floors benches or foundations to prevent excessive vibration or tipping b Enclosures for grind wheels are required Toolrests shall be kept 1 8 inch from the wheel and gap distance shall be adjusted for wheel wear d The abrasive wheel disc etc shall meet or exceed the maximum RPM rating of the grinder e Immediately before mounting all wheels shall be closely inspected by the user to assure the wheels have not been damaged Any wheel that shows damage or has been dropped on a hard surface shall not be used f Guards are required on all portable grinders when the diameter of the wheel exceeds 2 inches in diameter g The abrasive wheel and accessories shall meet or exceed the maximum RPM of the grinder 2015 CDA Construction Safety Manual Section VI General Safety Requirements Page 39 6 h The abrasive wheel shall be closely inspected for damage prior to mounting on the grinder i Abrasive grinding wheels shall not be dropped into a gang box onto concrete or shall not have other materials or tools dropped on them j When a grinder is first used at the beginning of the job it should be brought up to ope
374. ot Use Scaffolds or work platforms shall not be altered by unauthorized personnel Contractors are required to develop a written plan if suspended scaffolds are used The written plan must address all requirements in 29 CFR 1926 450 Additionally a JHA must be developed and shared with personnel working on the suspended scaffold The perimeter around the scaffold shall be barricaded 1 ROLLING SCAFFOLDS a Nooneis permitted to ride rolling scaffolds while they are being moved b Rolling scaffolds shall only be used on level and suitable surfaces Use leveling jacks where required or equivalent Cc height shall not exceed four times the minimum base dimension d The work platform shall be fully planked Planks must be cleated or otherwise secured to prevent movement e scaffold shall have the casters or wheels in the locked position when the scaffold is not being moved f Obtain assistance when moving rolling scaffolds and assure the travel route is clear of holes and overhead obstructions g Re inspectthe rolling scaffold if moved more than 200 in an eight 8 hour work shift h Secure or remove all loose tools materials and equipment before moving the scaffold 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 36 2 INSPECTION OF SCAFFOLDS a All scaffolds shall be inspected by a competent person after being erected and prior to use b
375. ot be allowed on O E M C property The following rules related to Security Badges and Vehicle Permits must be adhered to A Eachemployee must wear and display the O E M C Security Badge issued to that employee on his or her outer apparel at all times B Atthe sole discretion of the Executive Director and law enforcement officials including but not limited to the Chicago Police Department Cook County Sheriffs Office Illinois State Police or any other municipal state or federal law enforcement agency all vehicles and their contents are subject to interior and or exterior inspection entering or exiting Standard Terms and Conditions 09 03 2015 49 O E M C facilities and all employees and other individuals entering or exiting O E M C facilities are subject to searches Vehicles may not contain any materials other than those needed for the project The Executive Director may deny access to any vehicle or individual in his sole discretion C Allindividuals operating a vehicle on O E M C property must be familiar and comply with motor driving regulations and procedures of the State of Illinois and the City of Chicago The operator must be in possession of a valid state issued Motor Vehicle Operator s Driver License D All required City stickers and State Vehicle Inspection stickers must be valid E Individuals must remain within their assigned area and haul routes unless otherwise instructed by the City Access to the Work site
376. our work shift c Assuring the outriggers are fully extended and locked in place or if the manufacturer allows deployment as specified in the crane s load chart d The determination of stable or unstable ground of footing should additional floats cribbing timbers or other structural members be needed they shall be of proper design and sufficient to uniformly distribute the load e Theinstallation and maintenance of crane swing radius protection f The proper barricading of the outriggers 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 17 2 LOAD RATING The weight of all auxiliary handling devices such as hoist blocks headache balls hooks and rigging shall be considered as part of the total load Additionally the weight of all items added to the load at the site must be determined and added to the total weight The Bill of Lading provided to the operator must be used to assist in determining the load s total weight 3 CRANE INSPECTION All cranes shall have posted on the crane or in the cab a valid annual inspection certificate showing a certified third party inspection The frequency of and criteria for inspections must be performed in accordace with 29 CFR 1926 1412 Cranes shall be inspected After setup and prior to initial lift Before each shift After every malfunction or severe service After modifications or repairs to the crane and or it
377. ovide reasonable protection against penetration The following types of footwear are not considered to be a sturdy work boot or shoe 2290p Athletic or running shoes including those with leather uppers and or steel toe Moccasins sandals Spike or platform heel shoes with canvas or suede uppers Shoes that expose the toes Boat shoes All street shoes When cuiting material with a chainsaw or chop saw full chaps are required 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 27 Whenever a work which creates additional hazards for the employee s feet i e using jack hammer or a jumping jack compactor employees will be required to wear additional foot protection such as metatarsal guards NOTE Exception to this requirement is granted to secretaries clerks and other office personnel that work outside the actual construction area However those personnel are not permitted into the construction area unless they are wearing the approved footwear 4 FALL PROTECTION Personal fall protection is required by every employee when engaged in work more than six 6 feet above a floor or ground level unprotected by standard guardrails Contractors must adhere to all requirements in 29 CFR 1926 500 The fall protection requirements are as follows a Where personal fall protection is to be used the employer shall be required to submit a written fall protection plan wh
378. ovided by the Contractor to the Indemnified Parties will be to the maximum extent permitted under applicable law Losses means individually and collectively liabilities of every kind including monetary damages and reasonable costs payments and expenses such as but not limited to court costs and reasonable attorneys fees and disbursements claims demands actions suits proceedings fines judgments or settlements any or all of which in any way arise out of or relate to the negligent or otherwise wrongful errors acts or omissions of Contractor its employees agents and subcontractors The Contractor will promptly provide or cause to be provided to the Commissioner and the Corporation Counsel copies of such notices as Contractor may receive of any claims actions or suits as may be given or filed in connection with the Contractor s performance or the performance of any Subcontractor and for which the Indemnified Parties are entitled to indemnification hereunder At the City Corporation Counsel s option Contractor must defend all suits brought upon all such Losses and must pay all costs and expenses incidental to them but the City has the right at its option to participate at its own cost in the defense of any suit without relieving Contractor of any of its obligations under this Contract Any settlement must be made only with the prior written consent of the City Corporation Counsel if the settlement requires any action on the pa
379. pare an online EDS prior to the bid opening date A BIDDER THAT DOES NOT PREPARE AN ELECTRONIC EDS PRIOR TO THE BID OPENING WILL BE FOUND NON RESPONSIVE AND ITS BID WILL BE REJECTED NOTE A Filing an EDS Information Update does NOT satisfy the requirement to file an electronic EDS prior to bid opening B Filing an EDS in a hard copy or paper copy form does NOT satisfy the requirement to file an electronic EDS prior to bid opening C Filing an EDS for another mater different bid contract etc does NOT satisfy the requirement to file an electronic EDS prior to bid opening D When completing the online EDS please choose the Department of Procurement Services as the City agency or department that is requesting the EDS 8 2 Online EDS Web Link The web link for the Online EDS is https webapps cityofchicago org EDSWeb 8 3 Online EDS Number Upon completion of the online EDS submission process the Bidder will be provided an EDS number Bidders should provide this number here EDS Number 8 4 Online EDS Certification of Filing Upon completion of the online submission process the Bidder will be able to print a hard copy Certificate of Filing The Bidder should submit the signed Certificate of Filing with its bid Please insert your Certification of Filing following this page A Bidder that does not include a signed Certificate of Filing with its bid must provide it upon the request of the Chief Procurement Officer Econom
380. pecialist Senior Procurement Specialist at the email address listed on the front cover of the Bid Documents Inquiries must be submitted via email and MUST include the specification number in the subject line of the email The Bidder Inquiry Deadline is listed on the front cover of the Bid Documents Inquiries received after the Bidder Inquiry Deadline will not be answered except at the discretion of the Chief Procurement Officer Bidders may only rely on written answers in a Clarification or in an Addendum duly issued by the Chief Procurement Officer Bidders cannot rely on oral or informal responses such answers will not be binding upon the City 1 7 Exceptions Any deviations from or exceptions to any provisions or requirements of the Bidding documents including but not limited to the specifications of the goods and or services to be provided must be noted on the Proposal Page s or attached thereto with the exact nature of the change outlined in sufficient detail and as provided below under Trade Names and Substitutions as applicable Bidder must provide the reason for which deviations were made Failure of a Bidder to comply with the terms of this paragraph may be cause for rejection of its Bid City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 If a Bidder takes exception to or deviates from any provision or requirement the Chief Procurement Officer shall reject the Bid as non responsive i
381. perating load before and after the tune up of the boiler b A description of any corrective actions taken as a part of the tune up of the boiler Scope of Work and Detailed Specifications 71 C The type and amount of fuel used over the 12 months prior to the tune up of the boiler but only if the unit was physically and legally capable of using more than one type of fuel during that period Units sharing a fuel meter may estimate the fuel use by each unit The cost of this work should be included by the Contractor in its proposed price for Line Item 1 5 8 1 8 ANNUAL METER CALIBRATION The Contractor shall perform British Thermal Units BTU and TONS Meter Calibration of the BTU Meters for HTW and TONS Meters located in the H amp R Building These meters consist of Flow Meters and the inlet and outlet temperature sensors which must be calibrated or replaced if necessary and are located at in the H amp R Building In Addition these meters and controls must also be calibrated annually 1 All potable water system controls and equipment located in or mounted on the potable water system control panel excluding the remote control panel and programmable logic controllers PLC associated with the domestic water booster pump station located at O Hare 2 The water controller for potable water flow to the terminal buildings and its associated water meter 3 Theservice water make up flow recorder and its associated water meter At meter readin
382. perator and Winch Trucks 2 Axles Class 3 Five axle trucks Dump Crets and Adgetors 7 yards and over Dumpsters Track Trucks Euclids Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self loading equipment or similar equipment over 16 cubic yards Explosives and or Fission Material Trucks Mixer Trucks 7 yards or over Mobile Cranes while in transit Oil Distributors 1 man operation Pole Trailer over 40 feet Pole and Expandable Trailers hauling material over 50 feet long Slurry trucks l man operation Winch trucks 3 axles or more Mechanic Truck Welder and Truck Painter Class 4 Six axle trucks Dual purpose vehicles such as mounted crane trucks with hoist and accessories Foreman Master Mechanic Self loading equipment like P B and trucks with scoops on the front Other Classifications of Work For definitions of classifications not otherwise set out the Department generally has on file such definitions which are available If a task to be performed is not subject to one of the classifications of pay set out the Department will upon being contacted state which neighboring county has such a classification and provide such rate such rate being deemed to exist by reference in this document If no neighboring county rate applies to the task the Department shall undertake a special determination such special determination being then deemed to have existed under this determination If a project requires these
383. port Compliance Contractor in performing under this contract shall comply with MCC Sect 2 92 320 as follows No person or business entity shall be awarded a contract or sub contract if that person or business entity a has been convicted of bribery or attempting to bribe a public officer or employee of the City of Chicago the State of Illinois or any agency of the federal government or of any state or local government in the United States in that officers or employee s official capacity or b has been convicted of agreement or collusion among bidders or prospective bidders in restraint of freedom of competition by agreement to bid a fixed price or otherwise or c has made an admission of guilt of such conduct described in a or b above which is a matter of record but has not been prosecuted for such conduct For purposes of this section where an official agent or employee of a business entity has committed any offense under this section on behalf of such an entity and pursuant to the direction or authorization of a responsible official thereof the business entity will be chargeable with the conduct One business entity will be chargeable with the conduct of an affiliated agency Ineligibility under this section will continue for three 3 years following such conviction or admission The period of ineligibility may be reduced suspended or waived by the CPO under certain specific circumstances Reference is made to Section 2 92 32
384. ppropriated for payment under this Contract are exhausted No payments will be made to the Contractor under this Contract beyond those amounts appropriated and budgeted by the City to fund payments under this Contract 3 1 4 12 Participation By Other Government Agencies Other Local Government Agencies defined below may be eligible to participate in this Contract if a such agencies are authorized by law or their governing bodies to execute such purchases b such authorization is consented to by the City of Chicago s CPO and c such purchases have no net adverse effect on the City of Chicago and result in no diminished services from the Contractor to the City s Departments Examples of such Local Government Agencies are the Chicago Board of Education Chicago Park District City Colleges of Chicago Chicago Transit Authority Chicago Housing Authority Chicago Board of Elections Metropolitan Pier and Exposition Authority McCormick Place Navy Pier and the Municipal Courts Said purchases will be made upon the issuance of a purchase order directly from the Local Government Agency The City will not be responsible for payment of any amounts owed by any other Local Government Agencies and will have no liability for the acts or omissions of any other Local Government Agency 3 1 5 Confidentiality All deliverables and reports data findings or information in any form prepared assembled or encountered by or provided by Contractor und
385. pproved bills for parts submitted by the Contractor as described in this Contract 3 The City reserves the right to purchase the parts based on current price list per Line Items 7 and 8 of the Proposal Pages either in conjunction with labor or without labor for installation by the City forces or by other Contractors The City also reserves the right to obtain parts from its own stock or other sources for installation by the Contractor 4 Prior to placing an order for the purchase of any replacement or repair part the Contractor shall obtain prior written approval of the Commissioner 5 In the event that repairs are required but replacement parts to effect the repairs are not available from the manufacturer or other sources the Contractor shall so state in a special report to the Commissioner 6 When requested by the Commissioner to perform any repair s the Contractor shall select the required replacement part s The Contractor shall submit three 3 copies of the manufacturer s data sheets and or drawings in support of its selection These submittals shall be clearly marked to indicate the pertinent data of the specific system to be repaired the parts and an estimate of delivery time installation time 7 Upon approval of the Contractor s submittal by the Commissioner the Contractor shall procure and install the replacement parts Adjustment and calibration of the parts to properly integrate them into the overall system shall be perfor
386. prior to the expiration date of this Contract 5 8 1 11 OPERATOR TRAINING LINE ITEM 4 The Contractor shall furnish a competent control fitter to instruct representatives of the Department of Aviation in the operation and maintenance of the equipment and controls included in this Contract This Operator Training will include the operation of all of the equipment described in this Contract and all associated controls recording and alarm components Operator Training shall be provided during straight time whenever requested by the Department of Aviation The costs of this service is included in hourly rates set forth on Line Item 4 of the Proposal Pages 5 8 1 12 BTU METER AND TONS METER CALIBRATION AND CERTIFICATION O HARE HILTON HOTEL LINE ITEM 5 amp LINE ITEM 6 The Contractor shall hire the services of a third party Contractor who shall perform British Thermal Units BTU and TONS Meter Calibration and Certification for the BTU Meter for HTW and TONS Meter for the CHW including both the Flow Meters and the temperature sensors located at O Hare Hilton Hotel Scope of Work and Detailed Specifications 72 The Calibration and Certification Reports will be sent directly to the Department of Aviation for record Calibration and Certification shall be performed at every six 6 months interval during the Contract term The Contractor shall be compensated for both the CHW and HTW TONS and BTU Meter Calibrations under Line Item 5 and Certificat
387. provide for 60 days prior written notice to be given to the City in the event coverage is substantially changed canceled or non renewed Any deductibles or self insured retentions on referenced insurance coverages must be borne by Contractor The Contractor hereby waives and agrees to require their insurers to waive their rights of subrogation against the City of Chicago its employees elected officials agents or representatives The coverages and limits furnished by Contractor in no way limit the Contractor s liabilities and responsibilities specified within the Contract or by law Any insurance or self insurance programs maintained by the City of Chicago do not contribute with insurance provided by the Contractor under the Contract The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law If the Contractor maintains higher limits than the minimums shown above the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City If Contractor is a joint venture or limited liability company the insurance policies must name the joint venture or limited liability company as a named insured The Contractor must require al
388. quire parking Contractors are encouraged to provide employee parking elsewhere and shuttle their employees to the work site The Department of Aviation may but is not required to provide parking areas for a limited number of vehicles in designated storage areas All other vehicles must be parked in the public parking lots at the Airport and there will be no reduced rate or complimentary parking for such vehicles Employees must not at any time park their personal automobiles no matter how short the duration in any drive road or any other non parking lot location at the airport Such vehicles will be subject to immediate towing at the employees expense 3 6 1 5 General Civil Rights Airport and Airway Improvement Act of 1982 Section 520 The contractor agrees that it will comply with pertinent statutes Executive Orders and such rules as are promulgated to ensure that no person shall on the grounds of race creed color national origin sex age or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance This provision binds the contractors from the bid solicitation period through the completion of the contract This provision is in addition to that required of Title VI of the Civil Rights Act of 1964 3 6 2 Emergency Management and Communications OEMC Security Requirements 3 6 2 1 Identification of Workers and Vehicles All employees and vehicles working within O E M C facilities mu
389. r Type Note In the event that this bid proposal is signed by other than the President attach hereto a certified copy of that section of Corporate By Laws or other authorization such as a resolution by the Board of Directors which permits the person to sign the offer for the Corporation ATTEST Corporate Secretary Signature Affix Corporate Seal State of County of This instrument was acknowledged before meonthis day of 20 by as President or other authorized officer and as Secretary of Corporation Name Commission Expires Notary Public Signature Execution Pages 131 11 2 Bid Execution A Joint Venture The undersigned hereby acknowledges having received Specification Number 132826 containing a full set of Contract Documents including but not limited to 1 Requirements for Bidding and Instructions to Bidders 2 Standard Terms and Conditions General Conditions 3 Special Conditions for Supply Contracts 4 Contract Plans or Drawings if applicable 5 Detailed Specifications 6 Proposal Pages 7 Certifications and 8 Addenda Nos none unless indicated here and affirms that the Joint Venture shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether a complete set thereof is attached to this proposal except only to the extent that the Joint Venture has taken express written exception thereto in the sections of this specificati
390. r contractors Each Contractor shall in a readily visible manner identify all of his tools and similar material either by paint color or label Contractors shall immediately report any occurrences of theft vandalism personal threats or bodily violence to the CM Manager of Safety Contractors shall provide any security measures they feel are necessary to protect their personnel material equipment or other property 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issuedfor Use 6 1 2015 Page 12 D HOT WORK Hot work is defined as a process or procedure which could result in a fire if not properly controlled Common types of hot work in construction include but are not limited to welding burning cutting brazing soldering gasoline or fuel storage areas repair grinding spark producing or heat generating activity Hot work will be permitted only during normal working hours unless authorized by the CM Manager of Safety Regardless of hours of Hot Work CM Manager of Safety must be notified of all Hot Work activity Permits shall be obtained by the Contractor s Safety Representative the day before work is to be accomplished The work area shall be inspected by the Contractor s Safety Representative to verify that adequate control has been established A copy of the permit will be posted or available within fifty 50 feet of the point of work for which a permit is issued The Contractor will issue all cutti
391. r entity to contract or subcontract any construction demolition rehabilitation or renovation work for the Project work covered under this Agreement or within the trade jurisdiction of the signatory labor organization to be performed at the Site of construction or off site solely for installation at the Site including all tenant improvements if applicable unless such work is performed only by a person firm or company signatory or willing to become signatory to the applicable area wide collective bargaining agreement s with the union s or the appropriate trade craft union s or subordinate body or affiliate of the Chicago amp Cook County Building amp Construction Trades Council Council or the Teamsters Joint Council No 25 Copies of all such current collective bargaining agreements constitute Appendix A of this Agreement attached hereto and made an integral part hereof and as may be modified from time to time during the term of this Agreement Said provisions of this Agreement shall be included in all Requests for Bids and or Proposals and shall be explicitly included in all contracts or subcontracts of whatsoever tier by all contractors and subcontractors provided that the total Project value exceeds 25 000 00 In no event shall contracts be split so as to avoid the applicability of this Agreement In the event a dispute arises with respect to the applicability of this Multi Project Labor Agreement to a particular project the p
392. r foods after work hours Heat Syncope Fainting while standing erect Remove to cooler area rest and immobile in heat in recumbent position drink water Heat Exhaustion Fatigue nausea headache Remove to cooler area Rest giddiness skin clammy and in reclined position moist may faint with rapid pulse administer fluids by mouth and low blood pressure 5 TRAINING Sufficient annual training shall be provided to cover heat stress problems employees could experience The training should include Recognition and treatment of heat stress Safe work practices Instrumentation for heat stress monitoring Physiological heat exposure limits WBGT Documentation of training will be maintained onsite D CONFINED SPACE ENTRY All confined space work shall be done under the supervision of a competent person 1 INTRODUCTION The Contractor shall have the responsibility for recognizing areas considered to be a confined space and for notifying employees assigned to such locations The Contractor shall be responsible for providing equipment and special instructions for the workmen such as ventilating units respirators safety belts lifelines all atmospheric testing and testing equipment and all conformance to all applicable OSHA standards The buddy system shall be used and an observer shall tend all workmen in a confined space Rescue procedures shall be agreed upon beforehand The Contractor shall submit a complete Confined Spac
393. r relinquish any of its rights 3 5 6 Early Termination The City may terminate this Contract in whole or in part at any time by a notice in writing from the City to the Contractor The effective date of termination will be the date the notice is received by the Contractor or the date stated in the notice whichever is later After the notice is received the Contractor must restrict its activities and those of its Subcontractors to activities pursuant to direction from the City No costs incurred after the effective date of the termination are allowed unless the termination is partial Standard Terms and Conditions 09 03 2015 44 Contractor is not entitled to any anticipated profits on services work or goods that have not been provided The payment so made to the Contractor is in full settlement for all services work or goods satisfactorily provided under this Contract If the Contractor disputes the amount of compensation determined by the City to be due Contractor then the Contractor must initiate dispute settlement procedures in accordance with the Disputes provision If the City s election to terminate this Contract for default pursuant to the default provisions of the Contract is determined in a court of competent jurisdiction to have been wrongful then in that case the termination is to be deemed to be an early termination pursuant to this Early Termination provision 3 6 Department specific Requirements Contractor must comply w
394. r s regularly scheduled periodic payment from the contractor or subcontractor or their agents until such time as said claim is resolved 11 In the event of a jurisdictional dispute by and between any labor organizations signatory hereto such labor organizations shall take all steps necessary to promptly resolve the dispute In the event of a dispute relating to trade or work jurisdiction ail parties including the employers contractors or subcontractors agree that a final and binding resolution of the dispute shall be resolved as follows a Representatives of the affected trades shall meet on the job site within forty eight 48 hours after receiving notice in an effort to resolve the dispute In the event there is a dispute between local unions affiliated with the same International Union the decision of the General President or his her designee as the internal jurisdictional authority of that International Union shall constitute a find and binding decision and determination as to the jurisdiction of work b If no settlement is achieved subsequent to the preceding Paragraph the matter shall be referred to the Chicago amp Cook County Building amp Construction Trades Council which shall meet with the affected trades within forty eight 48 hours subsequent to receiving notice An agreement reached at this Step shall be final and binding Page 154 If settlement agreements is reached during the proceedings contemplated
395. r through sub order s The Work under this Contract includes the furnishing of all necessary supervision labor equipment materials tools and services required for inspection maintenance replacement and repair of the instrumentation and controls listed in this Contract This Contract shall cover all control systems for High Temperature Water Generation combustion systems HTWG de icing systems potable water systems chilled water systems and chemical treatment systems 5 2 Basis of Award In the event that a contract is awarded pursuant to this specification the Chief Procurement Officer will award such contract to the lowest responsive and responsible bidder as determined by the bid price including any statutorily mandated adjustments to the bid price as applicable meeting the terms and conditions set out in the Bid Documents Contractor s bid pricing must incorporate any peripheral costs including but not limited to the costs of products and or services delivery transportation charges training materials labor insurance applicable taxes warranty overhead and profit etc that are required by this Contract 5 3 Prevailing Wages Contractor is required to pay prevailing wage rates for any laborers workers or mechanics performing work under this Contract The Department publishes the prevailing wage rates on its website at http www state il us agency idol rates rates HTM The Department revises the prevailing wage rates and the con
396. r to affirm that a its invoice to the Contractor was included in the payment request submitted by the contractor to the City and b Subcontractor has not at the time of the report received payment from the contractor for that invoice The report must reference the payment voucher number posted on line by the City in the notice of the payment to the contractor Subcontractors are hereby reminded that per Chapters 1 21 False Statements and 1 22 False Claims of the Municipal Code of Chicago making false statements or claims to the City are violations of law and subject to a range of penalties including fines and debarment 3 2 3 2 2 Whistleblower Protection Contractor shall not take any retaliatory action against any Subcontractor for reporting non payment pursuant to this Sub Section O Any such retaliatory action is an event of default under this Contract and is subject to the remedies set forth in Section 3 5 hereof including termination In addition to those remedies any retaliatory action by a contractor may result in a contractor being deemed non responsible for future City contracts or if in the sole judgment Standard Terms and Conditions 09 03 2015 26 of the Chief Procurement Officer such retaliatory action is egregious the Chief Procurement Officer may initiate debarment proceedings against the contractor Any such debarment shall be for a period of not less than one year 3 2 3 3 Liquidated Damages for Failure to P
397. ractor any costs incurred by the City as a result of event of default by Contractor under this Contract or otherwise resulting from Contractor s performance or non performance under this Contract including but not limited to any credits due as a result of over billing by Contractor or overpayments made by the City If the amount offset is insufficient to cover those costs Contractor is liable for and must promptly remit to the City the balance upon written demand for it This right to offset is in addition to and not a limitation of any other remedies available to the City 3 2 1 6 Records Upon request the Contractor must furnish to the City such information related to the progress execution and cost of the Services All books and accounts in connection with this Contract must be open to inspection by authorized representatives of the City The Contractor must make these records available at reasonable times during the performance of the Services and will retain them in a safe place and must retain them for a period that is the longer of five 5 years or as required by relevant retention schedules after the expiration or termination of the Contract Standard Terms and Conditions 09 03 2015 24 3 2 1 7 Audits 3 2 1 7 1 City s Right to Conduct Audits The City may in its sole discretion audit the records of Contractor or its Subcontractors or both at any time during the term of this Contract or within five years after the Contract ends in c
398. raffic log must be completed and signed off These records must remain on file for review S SAFE USE OF EQUIPM ENT GENERAL EQUIPMENT 1 Any Contractor employee operating a piece of equipment that the employee sits in will be required to wear a functional seatbelt unless the equipment lacks ROPS Rollover Protection System or is designed for standup operation 2 Safety glasses andreflective vests shall be worn while operating equipment Hardhats are required when outside a protective cab 3 Functional fire extinguishers will be secured and located in all contractor equipment 4 Daily equipment inspection sheets shall be completed by the operator and remain in the cab available for review upon request 5 Functional amber MARS lights must be activated at all times while equipment is operating Exception Tracked Equipment 6 Functional back up and movement alarms must be operating on all moving equipment 7 Contractors operators must be trained on the proper operation of the piece of equipment they are using and certified or licensed where required 8 vertical or articulating machinery that is used to lift workers or equipment must be equipped with a vertical and horizontal motion detection signal 9 Impaired visibility caused by the equipment or the location of the equipment shall require the use of a spotter for the movement of equipment or vehicles on the construction site 2015 CDA Construction Safety Manual Sect
399. ral Aviation Administration Federal Highway Administration Federal Transit Authority Transportation Security Administration Department of Housing and Urban Development etc providing funding to the City department s on this contract to be pertinent to ascertain compliance with such Acts Regulations and instructions Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information the contractor will so certify to the sponsor or the federal agency as appropriate and will set forth what efforts it has made to obtain the information 3 3 3 5 Sanctions for Noncompliance In the event of a contractor s noncompliance with the Non discrimination provisions of this contract the City will impose such contract sanctions as it or the relevant federal funding agency may determine to be appropriate including but not limited to A Withholding payments to the contractor under the contract until the contractor complies and or B Cancelling terminating or suspending a contract in whole or in part 3 3 3 6 Incorporation of Provisions The contractor will include the provisions of above paragraphs 3 3 3 1 Compliance With Regulations through 3 3 3 6 Incorporation of Provisions in every subcontract including procurements of materials and leases of equipment unless exempt by the Acts the Regulations and directives issued pursuant thereto The contractor will take action w
400. rating speed with the wheel oriented so that any breakage will be deflected away from the user and other personnel MACHINE GUARDS AND SAFETY APPLIANCES a Machine guards on components such as flywheels belts and pulley drives or pump couplings shall not be removed unless the equipment is de energized and tagged and locked out b df guards are removed to make repairs the guards shall be replaced before the machinery is put back in operation c Only properly trained and authorized personnel shall make any adjustments to safety appliances such as relief valves vents or overspeed trips d Safety appliances such as relief valves vents or overspeed trips etc shall not be bypassed or made inoperative without express concurrence of management and the project safety representative Q MATERIAL HANDLING AND STORAGE 1 POWERED INDUSTRIAL TRUCKS FORKLIFTS When the use of a forklift is called for the operator of the forklift must be certified in its use OSHA regulations 1926 602d states the employer shall ensure that each powered industrial truck forklift operator is competent to operate a powered industrial truck forklift safely as demonstrated by the successful completion of the training The operator must have his certification card which signifies successful completion of this training on his person whenever operating the forklift STORAGE All material must be properly stacked and secured to prevent sliding
401. rating under an assumed name provide County registration number herein under as provided in the Illinois Revised Statutes 1965 Chapter 96 Sec 4 et seq Registration Number SIGNATURES AND ADDRESSES OF ALL MEMBERS OF THE JOINT VENTURE If all members of the Joint Venture do not sign indicate authority of signatories by attaching copy of Joint Venture agreement or other authorizing document SIGNATURE OF Authorized Party Signature TITLE OF SIGNATORY Print or Type BUSINESS ADDRESS Print or Type ATTEST Joint Venture Secretary Signature Affix Joint Venture Seal OR Joint Venturer Signature Signature Address Print or Type Joint Venturer Signature Signature Address Print or Type Joint Venturer Signature Signature Address Print or Type State of County of This instrument was acknowledged before me on this day of 20 by as President or other authorized officer and as Secretary of Corporation Name Notary Public Signature Commission Expires Seal Execution Pages 132 11 3 Bid Execution By A Partnership The undersigned hereby acknowledges having received Specification Number 132826 containing a full set of Contract Documents including but not limited to 1 Requirements for Bidding and Instructions to Bidders 2 Standard Terms and Conditions General Conditions 3 Special Conditions for Supply Contracts 4 Contract Plans or Drawings if applicable
402. rations in an approved manner The Commissioner may at any time require additional provisions if such are deemed necessary for public safety or convenience 4 2 8 Clean Up The Contractor must during the performance of Services remove and dispose of all materials and the resultant dirt and debris on a daily basis and keep the work site s and adjacent premises in a clean condition satisfactory to the City Upon completion of work activities the Contractor must remove all materials tools and machinery and restore the site to the same general condition that existed prior to the commencement of its operation 4 2 9 Work Performed on City Property Contractor s personnel will exercise safe and sound business practices with the skill care and diligence normally shown by professional technicians employed in the type of Services required under this Contract The Contractor will employ only competent and efficient employees and whenever in the opinion of the Commissioner any employee is careless incompetent obstructs the progress of the Services acts contrary to instructions or conducts themselves improperly the Contractor will upon the request of the Commissioner remove the employee from the premises and will not employ such employee again for the Services under this Contract except with the written consent of the Commissioner The Contractor will not permit any person to enter any part of a City facility or property while under the in
403. re and is based on the most reliable information available to the author The City of Chicago the Chicago Department of Aviation CDA and the Chicago Airports Resources Enterprise Plus LLC CARE Plus LLC make no warranty expressed or implied of the fitness accuracy or completeness of this information Judgments as to the suitability of the information herein for the user s purposes are necessarily the user s responsibility INTRODUCTION The Contractor shall have sole and complete responsibility for the implementation of a worksite safety plan The Contractor shall take necessary precautions for the health and safety of employees and fully comply with applicable provisions of All sections of 29 CFR 1926 OSHA Construction Industry Safety and Health Standards 29 CFR 1910 OSHA General Industry Safety and Health Standards FAA Advisory Circular 150 5 170 2C Operation Safety of Airports During Contract National Fire Protection Association codes City of Chicago Fire Prevention Code National Electrical Code all applicable American National Standards Institute standards City of Chicago Building Code The CDA Construction Safety manual All standards or codes referred to in the listed document Any other applicable standards Due to the changing nature of health and safety regulations and because new information is constantly becoming available this plan is subject to change without notice 2015 CDA Construction Saf ety Manual
404. re not mandatory for all subcontractors e providing notice of subcontracting opportunities to M WBE firms and assist agencies at least five 5 business days in advance of the initial bid due date OR b Subcontractor participation will be deemed excessively costly when the MBE WBE subcontractor proposal exceeds the average price quoted by more than twenty percent 2096 In order to establish that a subcontractor s quote is excessively costly the bidder must provide the following information 1 A detailed statement of the work identified for MBE WBE participation for which the bidder asserts the MBE WBE quote s were excessively costly in excess of 2096 higher o Alisting of all potential subcontractors contacted for a quotation on that work item o Prices quoted for the subcontract in question by all such potential subcontractors for that work item 2 Other documentation which demonstrates to the satisfaction of the Chief Procurement Officer that the MBE WBE proposals are excessively costly even though not in excess of 2096 higher than the average price quoted This determination will be based on factors that include but are not limited to the following M WBE Special Conditions for Commodities amp Services 05 09 2014 86 o TheCity s estimate for the work under a specific subcontract o bidder s own estimate for the work under the subcontract o An average of the bona fide prices quoted for the subcontract o Demo
405. red goods means goods whose value either in whole or in part is derived from growing producing processing assembling or manufacturing activities that occur within a city based manufacturer s facility located within the city Manufacture means to produce tangible goods for use from raw or prepared materials by giving the materials new forms qualities properties or combinations whether by hand labor or machines If these Bid Documents pertain to a contract for goods having an estimated contract value of 100 000 or more the CPO may allocate a bid incentive Local Goods Incentive in accordance with section 2 92 410 of the MCC If the CPO has determined that a Local Goods Incentive will be allocated it will be indicated on the cover page of the Bid Documents and shall consist of the following Total Dollar Value of Locally Manufactured Goods Bid Incentive Provided in the Contract 2596 to 4996 196 of the contract base bid 5096 to 7496 1 596 of the contract base bid 7596 or greater 296 of the contract base bid City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 10 Bidders desiring to take advantage of the Local Goods Incentive if allocated must submit documentation with their bid that the goods to be provided will be locally manufactured goods Upon completion of the work any contractor that has failed to supply the required percentage of locally manufacture
406. reparation Checklist for Registration isses nennen nennen 115 8 6 Preparation Checklist for EDS Submission eese eene nennen 115 8 7 EDS Frequently Asked 116 Article9 Proposal 120 Article 10 Bidder Contact 124 City Based Business annis kiss dissi sss s essen nennen 125 Bidder s Commitment to Provide Locally Manufactured Goods Affidavit 126 Local Manufacturing ennt nennen nenne tenes 127 Eligible Business For Bid Incentive For Alternatively Powered Vehicles Affidavit 128 Small Business Enterprise And Veteran Owned Business Enterprise Joint Venture Affidavit 129 Article 11 Execution And Acceptance nennen rne nennen nensis nnn 130 11 1 Bid Execution By a Corporation rennen neret nnn 131 11 2 Bid Execution By A Joint 132 11 3 Bid Execution A a
407. rer s share in the ownership control management responsibilities risks and profits of the joint venture the proposed joint venture agreement must include specific details related to 1 the contributions of capital and equipment 2 work items to be performed by the MBEAWBE s own forces 3 work items to be performed under the supervision of the MBE WBE venturer and 4 the commitment of management supervisory and operative personnel employed by the MBE WBE to be dedicated to the performance of the project Ownership of the Joint Venture A What are the percentage s of MBEAWBE ownership of the joint venture MBE WBE ownership percentage s Non MBE WBE ownership percentage s B Specify MBEAWBE percentages for each of the following provide narrative descriptions and other detail as applicable 1 Profit and loss sharing 2 Capital contributions a Dollar amounts of initial contribution Page 1 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 98 Schedule Affidavit of Joint Venture MBE WBE b Dollar amounts of anticipated on going contributions 3 Contributions of equipment Specify types quality and quantities of equipment to be provided by each venturer 4 Other applicable ownership interests including ownership options or other agreements which restrict or limit ownership and or control 5 Provide copies of all written agreements between venturers concerning this project 6 Ide
408. ressly forbidden Nothing in the foregoing shall restrict any party to otherwise judicially enforce any provision of its collective bargaining agreement between any labor organization and a contractor with whom it has a collective bargaining relationship 8 This Agreement shall become effective and shall be included in all Requests for Pro posals and or Bids all Purchase Orders Contracts or other arrangements issued by the City of Chicago for work described in Paragraph above immediately subsequent to the ratification of the Ordinance authorizing this Multi Project Labor Agreement by the City Council 9 This Agreement shall expire on December 31 2016 and shall be automatically extended for an additional five 5 year term unless the parties issue a notice to terminate between sixty 60 and 30 days prior to the initial expiration date 10 In the event a dispute shall arise between any contractor or subcontractor of the Project and any signatory labor organization and or fringe benefit fund established under any of the appropriate collective bargaining agreements as to the obligation and or payment of fringe benefit contributions provided under the collective bargaining agreement upon proper notice to the contractor s or subcontractor s by the applicable labor organization or fringe benefit fund and to the contractor or subcontractor an amount sufficient to satisfy the amount claimed shall be withheld from the contractor s or subcontracto
409. reto with the exact nature of the change outlined in sufficient detail The reason for which deviations were made shall also follow if not self explanatory Failure of a bidder to comply with the terms of this paragraph may be cause for rejection The City reserves the right to disqualify bids which do not completely meet outlined specifications The impact of exceptions to the specification will be evaluated by the City in determining its need 5 8 1 30 NOTICES FROM CONTRACTOR Notices provided herein unless expressly provided for otherwise in this Contract will be in writing and must be delivered by United States mail first class and certified return receipt requested with postage prepaid and addressed as follows Commissioner of Aviation O Hare International Airport 10510 Zemke Road Bldg 804 Chicago IL 60666 Scope of Work and Detailed Specifications 78 With Copies to Chief Procurement Officer City Hall Room 806 121 North LaSalle Street Chicago IL 60602 If to the Contractor Notices delivered by mail will be deemed effective three 3 calendar days after mailing in accordance with this Section Notices delivered personally will be deemed effective upon receipt The addresses stated herein may be revised without need for modification or amendment of this Contract provided written notification is given in accordance with this Section Scope of Work and Detailed Specifications 79 CITY OF CHICAGO Department o
410. rfield the Contractor must furnish aircraft warning flags colored orange and white in two sizes one size 2 x 3 for hand use and one size 3 x 5 Each separate group or individual in all work areas regardless of whether or not near runways taxiways or aprons must display a flag which must be maintained vertical at all times Each truck or other piece of equipment of the Contractor must have attached to it in a vertical and clearly visible position a warning flag of the larger size Except as otherwise agreed by the Commissioner or his designee all cranes or booms used for construction work on the airfield must be lowered to ground level and moved 200 feet off the runways taxiways and aprons during all hours of darkness and during all daylight hours when the aircraft ceiling is below the minimums specified in this section The Contractor acknowledges the importance of fully complying with the requirements of this section in order to protect aircraft and human life on or off the ground Failure on the part of the Contractor to perform the work in accordance with the provisions of this section and to enforce same with regard to all subcontractors material men laborers invitees and all other persons under the Contractor s control is an event of default 3 6 1 4 5 Parking Restrictions Prior to commencing work the Contractor must provide the Deputy Commissioner in charge of the project with an estimate of the number of vehicles that will re
411. ribed in Section 2 92 410 of the Municipal Code of Chicago MCC is applicable to competitively bid Contracts funded in whole by City funds Bidder must submit this form with the bid as well as a Manufacturer s Affidavit of Local Manufacturing for each local manufacturer from which goods will be sourced if it desires to be considered for this bid incentive Bidders that do not submit this page with their bid will not be regarded as providing locally manufactured goods Attach additional sheets if necessary If this incentive is allocated the City Based Business Preference described in described in MCC 2 92 412 will not be allocated to the same bid Unless otherwise provided in the applicable bid solicitation in order for an item to be considered Locally Manufactured Goods more than 5096 of the value of the item must be derived from manufacturing activities that occur within a city based manufacturer s facility located within the City of Chicago Note The CPO may request additional information or documentation before determining to apply the preference 1 Contract title Specification 2 The value of Locally Manufactured Goods as defined in MCC 2 92 410 and the applicable bid solicitation that Bidder commits to provide will be what percentage of the total dollar value of the contract 25 to 49 1 incentive 50 to 74 1 5 incentive 75 or greater 2 incentive 3 Identify the bid lines under which Locally Manufactured Goo
412. rly seated on the drum in the sheaves the load line is not kinked and multiple part lines are not twisted around each other d Allloads must have a tagline attached to them During Hoisting The operator shall not suddenly accelerate or decelerate a moving load The operator shall not permit the load to contact any obstruction The operator shall not swing loads over personnel The operator shall not permit side loading of booms or dragging load Lifts shall be limited to freely suspended loads Total Imposed Load The load on the tires outriggers wheels or tracks is derived from the gross weight of the crane and suspended load i e the sum However additional loading can be exerted by shock or dynamic movement loads due to fast hoisting lowering swinging or wind forces This total load must be considered 8 GROUND STABILITY One of the critical factors of proper crane setup is a firm supporting surface For maximum capacity the crane must be level However to maintain a level condition the ground surface must be adequate to support the dynamic load of a working crane Four basic elements that are to be considered Total imposed load Supporting surface area Pounds per square foot Soil Stability The amount of area in contact with the ground will determine the bearing pressure the crane and load exert on the soil When it is determined that the bearing pressure exceeds soil stabili
413. rolled in the Hearing Conservation Program 2015 CDA Construction Safety Manual Section VII Health Precautions Issued for Use 6 1 2015 Page 53 The Contractor shall notify each employee exposed at or above the action level of an 8 hour TWA or 85 dBA of the result of the monitoring HEARING PROTECTORS The Contractor shall make hearing protectors available to all employees exposed to an 8 hour time weighted average of 85 dBA or greater at no cost to the employees Hearing protectors shall be replaced as necessary Each supervisor operator etc shall insure that hearing protectors are worn in all posted areas by all employees Employees shall be given the opportunity to select their hearing protectors from a variety of suitable hearing protectors three minimum where possible Training in the use and care of all provided hearing protectors shall be given to employees Proper initial fitting shall be assured and the correct use of all hearing protectors shall be supervised EMPLOYEE TRAINING The Contractor shall provide a training program of all employees who are exposed to a noise level at or above an 8 hour time weighted average of 85 decibels Training shall be documented with the documentation being maintained onsite The training program shall be repeated annually for each employee working in the affected area Information provided in the training program shall be updated to be consistent with changes in protective equipment and
414. romptly Pay Much of the City s economic vitality derives from the success of its small businesses The failure by contractors to pay their subcontractors in a timely manner therefore is clearly detrimental to the City Inasmuch as the actual damages to the City due to such failure are uncertain in amount and difficult to prove Contractor and City agree that the Chief Procurement Officer may assess liquidated damages against contractors who fail to meet their prompt payment requirements Such liquidated damages shall be assessed to compensate the City for any and all damage incurred due to the failure of the Contractor to promptly pay its subcontractors and does not constitute a penalty Any and all such liquidated damages collected by the City shall be used to improve the administration and outreach efforts of the City s Small Business Program 3 2 3 4 Action by the City Upon receipt of a report of a failure to pay the City will issue notice to the contractor and provide the contractor with an opportunity to demonstrate reasonable cause for failing to make payment within applicable period set forth in the Contract The Chief Procurement Officer in his or her sole judgment shall determine whether any cause for nonpayment provided by a contractor is reasonable In the event that the contractor fails to demonstrate reasonable cause for failure to make payment the City shall notify the contractor that it will assess liquidated damages Any such liqu
415. roposed MBEs must at least equal the MBE goal and the total dollar commitment to proposed WBEs must at least equal the WBE goal Bidders are responsible for calculating the dollar equivalent of the MBE and WBE goals as percentages of their total base bids or in the case of Term Agreements depends upon requirements agreements and blanket agreements as percentages of the total estimated usage All commitments made by the bidder s Schedule D 1 must conform to those presented in the submitted Schedule C 1 If Schedule C 1 is submitted after the opening the bidder may submit a revised Schedule D 1 executed and notarized to conform with the Schedules C 1 Bidders shall not be permitted to add MBEs or WBEs after bid opening to meet the Contract Specific Goals however contractors are encouraged to add additional MBE WBE vendors to their approved compliance plan during the performance of the contract when additional opportunities for participation are identified Except in cases where substantial and documented justification is provided bidders will not be allowed to reduce the dollar commitment made to any MBE or WBE in order to achieve conformity between the Schedules C 1 and D 1 All commitments for joint venture agreements must be delineated in the Schedule B 5 Application for Approval of Mentor Prot g Agreement M WBE Special Conditions for Commodities amp Services 05 09 2014 88 Any applications for City approval of a Mentor Prot
416. rt of the City The Contractor shall be solely responsible for the defense of any and all claims demands or suits against the Indemnified Parties including without limitation claims by an employee subcontractors Standard Terms and Conditions 09 03 2015 22 agents or servants of Contractor even though the claimant may allege that the Indemnified Parties were in charge of the work or service performed under the Contract that it involves equipment owned or furnished by the Indemnified Parties or allege negligence on the part of the Indemnified Parties The City will have the right to require Contractor to provide the City with a separate defense of any such suit To the extent permissible by law Contractor waives any limits to the amount of its obligations to indemnify defend or contribute to any sums due to third parties arising out of any Losses including but not limited to any limitations on Contractor s liability with respect to a claim by any employee of Contractor arising under the Workers Compensation Act 820 ILCS 305 1 et seq or any other related law or judicial decision such as Kotecki v Cyclops Welding Corporation 146 IIl 2d 155 1991 The City however does not waive any limitations it may have on its liability under the Illinois Workers Compensation Act the Illinois Pension Code or any other statute The indemnities in this section survive expiration or termination of this Contract for matters occurring or arising duri
417. s and information as requested by the Chicago Commission on Human Relations 3 3 4 3 Business Enterprises Owned by People With Disabilities BEPD It is the policy of the City of Chicago that businesses certified as a BEPD in accordance with MCC Sect 2 92 337 et seq Regulations Governing Certification of BEPDs and all other Regulations promulgated under the aforementioned sections of the MCC shall have the full and fair opportunities to participate fully in the performance of this Contract Standard Terms and Conditions 09 03 2015 30 Contractor shall not discriminate against any person or business on the basis of disability and shall take affirmative actions to ensure BEPDs shall have full and fair opportunities to compete for and perform subcontracts for supplies or services Failure to carry out the commitments and policies set forth herein shall constitute a material breach of the Contract and may result in the termination of the Contract or such remedy as the City deems appropriate For purposes of this section only the following definitions apply Business Enterprises owned by People with Disabilities or BEPD has the same meaning ascribed to it in MCC Sect 2 92 586 Bid incentive means an amount deducted for bid evaluation purposes only from the contract base bid in order to calculate the bid price to be used to evaluate the bid on a competitively bid contract Construction project has the same meaning ascribed to i
418. s and ordinances An EDS is also required of certain parties related to the applicant such as owners and controlling parties Q Whoisthe Applicant A Applicant means any entity or person making an application to the City for action requiring City Council or other City agency approval The applicant does not include owners and parent companies Who is the Disclosing Party A Disclosing Party means any entity or person submitting an EDS This includes owners and parent companies Q Whatis an entity or legal entity A Entity or Legal Entity means a legal entity for example a corporation partnership joint venture limited liability company or trust What is a person for purposes of the EDS A Person means a human being Who must submit an EDS A AnEDS must be submitted in any of the following three circumstances Applicants An Applicant must always file this EDS If the Applicant is a legal entity state the full name of that legal entity If the Applicant is a person acting on his her own behalf state his her name Entities holding an interest Whenever a legal entity has a beneficial interest E G direct or indirect ownership of more than 7 596 in the Applicant each such legal entity must file an EDS on its own behalf Economic Disclosure Statement and Affidavit EDS 116 Controlling entities Whenever a Disclosing Party is a general partnership limited partnership limited liability company limited
419. s components After repairs or adjustments When the crane has been idle for three 3 months or more 2290p Written Daily Inspection items to be checked a All control mechanisms for maladjustment interfering with operation b control mechanisms for excessive wear of component and contamination by lubricants or other foreign matter c A All safety devices for malfunction d Deterioration or leakage in air or hydraulic systems e Crane hooks with deformation or cracks sling and chokers for broken strands fraying or kinking f Safety latches in an operable condition on all hooks except where otherwise specifically authorized g Electrical apparatus for malfunctioning signs of excessive wear dirt and moisture accumulation h Periodic and annual inspections shall be performed in accordance with the manufacturer s recommendations 4 RECORD KEEPING All written records pertaining to crane inspections daily and annual shall be kept with the crane If during any safety inspection the operator or supervisor cannot produce the required crane inspection sheets the crane shall immediately be shut down and inspected 5 OPERATOR QUALIFICATIONS AND OPERATION PROCEDURES Operator shall have in his possession a current City of Chicago Crane Operator s permit and be qualified and certified in accordance with 29 CFR 1926 1427 Cranes shall be operated by the following personnel Designated operators who have bee
420. s gov All price adjustment calculations will be based upon the latest version of the CPI available on the eighteenth 18th day of the month following the anniversary of the Contract The effective date of an adjustment will be the anniversary of the start date of the contract If during the term of the Contract the manner in which the CPI as determined by Bureau of labor Statistics is substantially revised including a change in the base index year the City will make an adjustment in the revised index that would produce results equivalent as nearly as possible to those that would have been obtained if the CPI had not been so revised If the CPI becomes unavailable to the public because publication is discontinued or otherwise or if equivalent data are not readily available to enable the City to make the adjustment then the City will substitute a comparable index based upon changes in the cost of living or purchasing power of the consumer dollar published by any other governmental agency or if no such index is available then a comparable index published by a major bank or other financial institution by a university or a recognized financial publication A formal modification will not be required to change the index should the subject index CPI cease publication The Contractor must submit a written request for a positive price adjustment no later than thirty 30 calendar days after the expiration of initial thirty six 36 month term and wit
421. s license The Contractor is responsible Standard Terms and Conditions 09 03 2015 50 for requesting and completing the form for each employee and subcontractors employee The Superintendent may grant or deny the application in his sole discretion The Contractor must make available to the Superintendent within one 1 day of request the personnel file of any employee who will be working on the project In addition to other rules and regulations the following rules related to Security Badges must be adhered to A Each person must wear and display his or her Security Badge on their outer apparel at all times while at any Chicago Police Department facility B Individuals must remain within their assigned area unless otherwise instructed by the Chicago Police Department 3 6 4 Department of Water Management Security Requirements 3 6 4 1 Identification of Workers and Vehicles All employees and vehicles working within DOWM facilities must be properly identified All vehicles and personnel passes will be issued to the Contractor by the Commissioner as required Contractor Subcontractors and employees must return identification material to the Commissioner upon completion of their respective work within the Project and in all cases the Contractor must return all identification material to the Commissioner after completion of the Project Final Contract Payment will not be made until all passes issued have been returned to DOW
422. s not used Explanation of why a more positive control is not immediately feasible This shall include recognition that every reasonable effort is being made to reduce or eliminate the need for respiratory protection A discussion of the devices capabilities and limitations a Instruction and training in actual use especially a respiratory protective device for emergency use with close and frequent supervision to assure that it continues to be properly used Classroom and field training to recognize and cope with an emergency situation b Training shall provide the employees an opportunity to handle the device have it fitted properly test its face piece to face seal wear it in normal air for long periods and finally to wear it in a test atmosphere Respiratory protective devices shall never be worn when a satisfactory face seal cannot be obtained There are many 2015 CDA Construction Safety Manual Sectio Health Precautions Issuedfor Use 6 1 2015 Page 46 conditions that may prevent a satisfactory face seal from being worn such as excessively long side burns beard temples on glasses or an unusually structured face All training will be documented and that documentation maintained onsite INSPECTION MAINTENANCE AND REPAIR Proper inspection maintenance and repair of respiratory protective equipment is mandatory to assure success of any respiratory protection program The precise nature of the program will vary wid
423. s of CAS projects All practical steps shall be taken to maintain a safe place to work The Contractors must accept the responsibility for the prevention of accidents on work under their direction and shall be responsible for the thorough safety training of their employees The objective of this policy is to establish throughout the entire CAS system the concept that the prevention of accidents and protection of property is most important and therefore shall receive top priority support and participation Remainder of page left intentionally blank 2015 CDA Construction Safety Manual Section I Statement of Policy and Intent Issued For Use 6 1 2015 Page 2 Ill PROGRAM ECTIVES The CAS Construction Safety Manual has been created to coordinate the elimination or reduction of hazards and risks associated with the construction of the CAS projects prevent accidents reduce employee injury prevent damage to property promote maximum efficiency and affect savings by the reduction of unplanned business interruption Only active participation by CAS and the Contractor s supervisory staffs and employees will make the program effective Active participation will also assist the participants in performing the following tasks Providing a safe environment for employees to perform high quality work Using safety planning as a tool to reduce bodily injury and property damage Providing inspections to locate and abate unsafe conditions and practic
424. s responding to Request for Proposals RFPs who have been identified as a short listed candidate and or a prospective awardee will be given a designated time allowance but no more than fourteen 14 calendar days to submit to the Department of Procurement Services complete documentation that adequately addresses the conditions for waiver described herein and e Bidders responding to Request for Information and or Qualifications RFI RFQs deemed by the Chief Procurement Officer or authorized designee to be the most responsive and responsible shall submit documentation that adequately addresses the conditions for waiver described herein during negotiations Failure to submit documentation sufficient to support the waiver request will cause the bid proposal to be found non responsive by the Chief Procurement Officer and the bid proposal will be rejected In such cases the remedies to be taken by the Chief Procurement Officer in his or her discretion may include but are not limited to forfeiture of bid deposit negotiating with the next lowest bidder or re advertising the bid proposal All bidders must submit all required documents at the time of bid opening to expedite the contract award 6 5 1 Direct Indirect Participation Each of the following elements must be present in order to determine whether or not such a reduction or waiver is appropriate M WBE Special Conditions for Commodities amp Services 05 09 2014 85 The bidder has docu
425. s to eliminate them Such persons will be available on site whenever work requiring a Competent Person is being done scaffolding excavation confined space fall protection respiratory protection or any other operation identified by CDA Safety Construction Manager or CM means that entity identified in Part Ill Division of the Contract Documents typically in section 01010 the entities that the City has contracted with to provide construction management services for the Chicago Airport System Contractor means the employer awarded the contract to complete a project from the owner through their Construction Manager Contractor s Safety Program means the program covering worksite safety and property damage prevention that the Contractor must submit to the Chicago Department of Aviation as required by General Conditions Article XIV B 1 a Contractor s Safety Representative means the person assigned by the Contractor to be the Safety Representative for the project Employee means any person or persons on the payroll of any participant that is under contract with the Owner through the Construction Manager or the Contractor Jobsite means the location where work is expressly required under the applicable contract documents CM Manager of Safety for a Project means the person or entity who is notified in writing he or it has been so designated by CDA Safety Participant means the Contractor Subcontractor or their employees whom are
426. s visual voice or signal line shall be maintained between a rescue person outside the confined space and all employees inside the space A mechanical means to lift the employee out of the confined space shall be provided In order to enhance communications work being performed in confined spaces shall be planned far enough in advance so that responsible for the testing will schedule it accordingly 5 AIR SAMPLING Air sampling is necessary before entry is made It is the responsibility of the Contractor whose employees will be entering any confined space new or existing to provide testing An extension wand attached to the air monitor shall be used when entering a horizontal type confined space Carbon monoxide levels must be monitored regularly in enclosed areas when temporary heaters construction equipment and portable generators are being used Should gases vapors fumes ducts or mist levels be above the allowable OSHA Threshold Limit Values TLV the Contractor shall reduce them through engineering controls or have a respiratory program in place In either case the Contractor must provide maximum protection for those exposed and comply with all City of Chicago State of Illinois and Federal regulations Responsibilities for air sampling are as follows a Contractor supervision has the responsibility for sampling air in the confined spaces they plan to access Training for this duty will be provided by the Contractor b Cop
427. s will be as shown or designated on the Contract Documents Drawings or determined by the Executive Director The Executive Director may deny access when in his sole discretion the vehicle or individual poses some security risk to O E M C 3 6 2 4 Gates and Fences Whenever the Contractor receives permission to enter O E M C property in areas that are exit entrance points not secured by the City the Contractor may be required to provide gates that comply with O E M C design and construction standards Contractor must provide a licensed and bonded security guard subject to the Executive Director s approval and armed as deemed necessary by the Executive Director at the gates when the gates are in use O E M C Security will provide the locks Failure to provide and maintain the necessary security will result in an immediate closure by O E M C personnel of the point of access Stockpiling materials and parking of equipment or vehicles near O E M C security fencing is prohibited Any security fencing gates or alarms damaged by the Contractor or its Subcontractors must be manned by a licensed and bonded security guard of the Contractor at Contractor s expense until the damaged items are restored Contractor must restore them to their original condition within an eight 8 hour period from the time of notice given by the Executive Director Temporary removal of any security fencing gate or alarm to permit construction must be approved by the Execut
428. sed to protect tile installations Blastrac equipment and all floor scarifying equipment used in preparing floors to receive tile The clean up and removal of all waste and materials 1 demolition of existing tile floors and walls to be re tiled COMMUNICATIONS ELECTRICIAN Installation operation inspection maintenance repair and service of radio television recording voice sound vision production and reproduction telephone and telephone interconnect facsimile data apparatus coaxial fibre optic and wireless equipment appliances and systems used for the transmission and reception of signals of any nature business domestic commercial education entertainment and residential purposes including but not limited to communication and telephone electronic and sound equipment fibre optic and data communication systems and the performance of any task directly related to such installation or service whether at new or existing Sites such tasks to include the placing of wire and cable and electrical power conduit or other raceway work within the equipment room and pulling wire and or cable through conduit and the installation of any incidental conduit such that the employees covered hereby can complete any job in full MARBLE FINISHER Loading and unloading trucks distribution of all materials all stone sand etc stocking of floors with material performing all rigging for heavy work the handling of all material that may be
429. shall be accomplished during the Contractor s normal working hours as herein specified or any other 8 hour period and when directed by the Commissioner during overtime and or premium time hours 6 Providing replacement repair parts for the various items of instrumentation and controls specified in this Contract 5 8 1 7 SCHEDULED EQUIPMENT INSPECTION The Contractor shall provide the services of qualified Control Fitters familiar with the systems controls and equipment involved the qualified Control Fitters shall provide the following services Inspections of the entire systems shall be conducted on a once a month basis Inspections shall be performed on time and material basis as directed by the Commissioner through a Sub order for the purpose of establishing the condition of all equipment instrumentation and controls The Contractor shall submit an equipment inspection checklist for approval by the Commissioner The approved checklist shall cover each piece of equipment listed in the Contract The checklist shall be completed by the Contractor with the dates when the equipment inspection is performed The checklists shall be reviewed by the Scope of Work and Detailed Specifications 68 Department of Aviation to ensure that the equipment inspection has been properly executed and approved by the City The checklists are part of the scheduled equipment inspection At a minimum during the inspections the Contractor shall subject each
430. shall waive all rights of subrogation against the City of Chicago d The receipt of this certificate by the City does not constitute agreement by the City that the insurance requirements in the contract have been fully met or that the insurance policies indicated by this certificate are in compliance with all contract requirements Name and Address of Certificate Holder and Recipient of Notice Certificate Holder Additional Insured City of Chicago Signature of Authorized Rep Procurement Department Agency Company 121 N LaSalle St 4806 Address Chicago IL 60602 Telephone For City use only Name of City Department requesting certificate Using Dept Address ZIP Code Attention 151 Exhibit 3 Project Labor Agreement Page 152 CITY OF CHICAGO MULTI PROJECT LABOR AGREEMENT This Model Multi Project Labor Agreement Agreement is entered into by and between City of Chicago an Illinois municipal corporation as Owner on behalf of itself and each of its contractors subcontractors of whatsoever tier performing construction work on any project to which this Agreement shall be applicable and each of the undersigned labor organizations signatory hereto Whereas Owner is responsible for construction demolition rehabilitation maintenance and or renovation of real property located in Chicago Illinois due to the size scope cost and duration of the multitude of Projects traditionally perf
431. shes a vehicle to have access to a O E M C facility Contractor must submit a vehicle access application for that vehicle The applications will solicit such information as the Executive Director may require in his discretion including name address date of birth and for vehicles driver s license and appropriate stickers The Contractor is responsible for requesting and completing these forms for each employee who will be working at O E M C facilities and all vehicles to be used on the job site The Executive Director may grant or deny the application in his sole discretion The Contractor must make available to the Executive Director within one 1 day of request the personnel file of any employee who will be working on the project At the Executive Director s request the Contractor and Subcontractor must maintain an employment history of employees going back five years from the date Contractor began Work or Services on the project If requested Contractor must certify that it has verified the employment history as required on the form designated by the Executive Director Contractor must provide the City at its request a copy of the employment history for each employee Employment history is subject to audit by the City 3 6 2 3 Security Badges and Vehicle Permits O E M C Security Badges and Vehicle Permits will only be issued based upon properly completed Area Access Application Forms Employees or vehicles without proper credentials will n
432. st be properly identified All vehicles and personnel passes will be issued to the Contractor by the Executive Director as required Contractor Subcontractors and employees must return identification material to the Executive Director upon completion of their respective work within the Project and in all cases the Contractor must return all identification material to the Executive Director after completion of the Project Final Contract Payment will not be made until all passes issued have been returned to O E M C Security 3 6 2 2 Access to Facilities For purposes of this section employee refers to any individual employed or engaged by Contractor or by any Subcontractor If the Contractor or any employee in the performance of this Contract has or will have access to a Office of Emergency Management and Communications O E M C facility the City may conduct such background and employment checks including criminal history record checks and work permit documentation as the Executive Director of the Office of Standard Terms and Conditions 09 03 2015 48 Emergency Management and Communications and the City may deem necessary on the Contractor any Subcontractor or any of their respective employees The Executive Director of the Office of Emergency Management and Communications has the right to require the Contractor to supply or provide access to any additional information the Executive Director deems relevant Before beginning work on th
433. st be provided where welding or cutting is done in confined spaces All gas or oxygen cylinders and manifolds shall be located outside the confined spaces When used in confined spaces portable lights and electric tools shall be grounded unless they are UL approved double insulated Work in damp confined spaces or metal tanks or enclosures requires exceptional protection from electrical hazards Ground fault circuit interrupters battery powered equipment or approved protected low voltage systems shall be used Sufficient lighting shall be provided in the confined space without use of matches or an open flame Portable lights shall have protective guards to prevent bulb breakage Explosion proof plug in lights flashlights and electric motors shall be used in confined spaces where flammable materials are present Where contact with any contaminants which could result in skin or eye irritation is possible protective clothing shall be worn to prevent contact This may include face shields goggles protective hats gloves sleeves and rubber boots and rain jackets Head protection is required except where it might constitute a hazard Prior to entry workers shall be made familiar with diagrams and plans of the interior of the confined space ladder locations access openings and process lines The area surrounding the confined space entry point shall be kept clear of all debris of equipment and the number of employees entering the space shal
434. stance as used throughout this policy is defined in the following table 2 SCHEDULE OF MEASURABLE AMOUNTS OF PROHIBITED SUBSTANCES Per GC MS Test Per Emit Test Amphetamines Methamphetamines 1000 ng ml 500 ng ml Barbiturates 300 ng ml 150 ng ml Benzodiazepines 300 ng ml 150 ng ml Marijuana 100 ng ml 15 ng ml Cocaine 300 ng ml 150 ng ml Methaqualone 300 ng ml 150 ng ml Propoxyphene 300 ng ml 150 ng ml Methadone 300 ng ml 50 ng ml Opiates 300 ng ml 300 ng ml Phencyclidine 25 ng ml 25 ng ml Any employee taking prescribed medication which may affect their ability to perform their duties in a safe and efficient manner is required to notify their immediate supervisor that such medication is being taken The term prescribed medication which may affect an employee s ability to perform the employee s work in a safe and efficient manner means any prescription medication where the label indicates that the drug may cause drowsiness imbalance or includes a caution with regard to operating a vehicle or machinery or may impair their ability to perform the work safely and efficiently 3 ENFORCEMENT OF RULES The CDA or CM in order to enforce the rules reserve the following rights a hRightto Inspect The CDA or CM have the right at all times under all circumstances and for any reason to inspect CDA controlled premises The CDA or CM has the right to inspect employees and their personal property including but not limited to the
435. strate the MBE WBE partner s share in the ownership control management responsibilities risks and profits of the joint venture the proposed joint venture agreement must include specific details related to 1 contributions of capital and equipment 2 work responsibilities or other performance to be undertaken by the MBE WBE and 3 the commitment of management supervisory and operative personnel employed by the MBE WBE to be dedicated to the performance of the contract The joint venture agreement must also clearly define each partner s authority to contractually obligate the joint venture and each partner s authority to expend joint venture funds e g check signing authority 4 Schedule D 1 Required Schedules Regarding MBE WBE Utilization Bidders must submit together with the bid a completed Schedule D 1 committing them to the utilization of each listed MBE WBE firm The City encourages bidders to utilize the electronic fillable format Schedule D 1 which is available at the Department of Procurement Services website http cityofchicago org forms Except in cases where the bidder has submitted a request for a complete waiver of or variance from the MBE WBE commitment in accordance with Section 6 5 Regulations Governing Reductions to or Waiver of MBE WBE Goals herein the bidder must commit to the expenditure of a specific dollar amount of participation by each MBE WBE firm included on their Schedule D 1 The total dollar commitment to p
436. strumentation recorders controls and equipment located on or related to the two 2 HTW master control panels and one 1 HTW recorder panel including all signal generation transmission and indication alarming including the two 2 HTW Differential Pressure Control Systems 3 All controls instrumentation and recorders related to the HTW and CHW systems within the Heating and Refrigeration Building and ring tunnel loop 4 The controls and instrumentation for the six 6 Electric Boilers Electric Steam Generators The controls and instrumentation for the 4 atomizing steam boilers located in the basement of the H amp R Building 5 The H amp R Building two 2 de aerator systems including all controls 6 The H amp R Building and ring tunnel loop control air compressors 7 The H amp R Building North and South HTW and CHW Expansion Tanks and level controls 8 The H amp R Building North and South de ionizing unit controls 9 The H amp R Building water softener units and controls 10 The H amp R Building North and South HTW feed water pump controls 11 The H amp R Building atomizing air compressors 12 The ten 10 Dravo Corporation gas fired make up air heating units and the associated carbon monoxide detection systems 13 All potable water system controls computers and equipment located in or mounted on the potable water system control panel at the Heating and Refrigeration Building H amp R Building and Scope of Work and Detailed Spe
437. sued by the manufacturer for the products to be provided under this Contract This includes the manufacturer s genuine parts product information recall notices manuals licenses assemblies and or accessories as supplied by the original equipment manufacturer O E M The Contractor must provide the original product warranty and related services for the goods provided under this Contract in accordance with the standard warranty regularly supplied 4 2 6 Contractor s Warranties If in performance of the Services the Contractor provides any goods the Contractor warrants that the title to the goods to be provided under this Contract is good and its transfer is rightful and that the goods will be delivered free from any security interest or other encumbrance of which Contractor has not informed the City The Contractor expressly warrants that all goods shall be merchantable within the meaning of Article 2 314 2 of the Uniform Commercial Code in effect on the date they are ordered In addition to all warranties that may be prescribed by law the goods shall conform to specifications drawings and other description and shall be free from defects in materials and workmanship Contractor also warrants that except where the goods are produced pursuant to detailed designs furnished by the City they will be free from defects in design Such warranties including warranties prescribed by law shall run to City its successors assigns customers and to
438. suppliers subcontractors and or other parties participating in the performance of this contract or the work of this project State the approximate number of operative personnel by trade needed to perform the joint venture s work under this contract Indicate whether they will be employees of the non MBEAWBE firm the MBE WBE firm or the joint venture Page 3 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 100 Schedule Affidavit of Joint Venture MBE WBE Trade Non MBEANBE Firm MBEANBE Joint Venture Number Number Number If any personnel proposed for this project will be employees of the joint venture Are any proposed joint venture employees currently employed by either venturer Currently employed by non MBEANBE number Employed by MBEAVBE B Identify by name and firm the individual who will be responsible for hiring joint venture employees Which venturer will be responsible for the preparation of joint venture payrolls X Please state any material facts of additional information pertinent to the control and structure of this joint venture Page 4 of 5 M WBE Special Conditions for Commodities amp Services 05 09 2014 101 Schedule Affidavit of Joint Venture MBE WBE The undersigned affirms that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operations of our joint venture and the intended participati
439. t during the contract will not discriminate on the grounds of race color or national origin in the selection and retention of subcontractors including procurements of materials and leases of equipment The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations including employment practices when the contract covers any activity project or program set forth in Appendix B of 49 CFR part 21 Nondiscrimination in Federally Assisted Programs of the US Department of Transportation 3 3 3 3 Solicitations for Subcontracts Including Procurements of Materials and Equipment In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract including procurements of materials or leases of equipment each potential subcontractor or supplier will be notified by the contractor of the contractor s obligations under this contract and the Acts and the Regulations relative to Non discrimination on the grounds of race color or national origin Standard Terms and Conditions 09 03 2015 29 3 3 3 4 Information and Reports The contractor will provide all information and reports required by the Acts the Regulations and directives issued pursuant thereto and will permit access to its books records accounts other sources of information and its facilities as may be determined by the City or applicable federal agency e g Fede
440. t in MCC Sect 2 92 335 Contract means any contract purchase order construction project or other agreement other than a delegate agency contract or lease of real property or collective bargaining agreement awarded by the City and whose costs is to be paid from funds belonging to or administered by the City Contract base bid means the total dollar amount a contractor bids contract without factoring any bid incentive or percentage reductions to the bid amount Earned credit means the amount of the bid incentive allocated to a contractor upon completion of a contract in which the contractor met or exceeded his or her goals for the utilization of BEPDs in the performance of the contract Earned credit certificate means a certificate issued by the Chief Procurement Officer evidencing the amount of earned credit a contractor has been awarded The CPO shall award a bid incentive to Contractor for utilization of a BEPD as a prime contractor or subcontractor in accordance with the provisions of this section The bid incentive shall be earned in the performance of the Contract provided that the bid incentive earned in the performance of the Contract shall only be applied to a future contract Where not otherwise prohibited by federal state or local law the CPO shall allocate to any qualified bidder the following bid incentive for utilization of a BEPD as a prime contractor or subcontractor in the performance of the contract
441. t least five years after project closeout Full access to these records shall be granted to City federal or state authorities or other authorized persons 6 8 Changes to Compliance Plan 6 8 1 Permissible Basis for Change Required No changes to the Compliance Plan or contractual MBE and WBE commitments or substitution of MBE or WBE subcontractors may be made without the prior written approval of the Contract Compliance Officer Unauthorized changes or substitutions including performing the work designated for a subcontractor with the contractor s own forces shall be a violation of these Special Conditions and a breach of the contract with the City and may cause termination of the executed Contract for breach and or subject the bidder or contractor to contract remedies or other sanctions The facts supporting the request for changes must not have been known nor reasonably could have been known by the parties prior to entering into the subcontract Bid shopping is prohibited The bidder or contractor must negotiate with the subcontractor to resolve the problem If requested by either party the Department of Procurement Services shall facilitate such a meeting Where there has been a mistake or disagreement about the scope of work the MBE or WBE can be substituted only where an agreement cannot be reached for a reasonable price for the correct scope of work Substitutions of a MBE or WBE subcontractor shall be permitted only on the following basis
442. tain effective and immediate communication so as to minimize the potential of labor relations disputes arising out of this Agreement To that end each party hereto agrees to designate in writing a representative to whom problems can be directed which may arise during the term of this Agreement Within forty eight 48 hours after notice of the existence of any problem representatives of each party shall meet to discuss and where possible resolve such problems The representative of the signatory unions shall be Thomas Villanova or his designee President of the Chicago amp Cook County Building amp Construction Trades Council The representative of Owner shall be the Corporation Counselor his her designee 14 If any provision section subsection or other portion of this Agreement shall be determined by any court of competent jurisdiction to be invalid illegal or unenforceable in whole or in part and such determination shall become final such provision or portion shall be deemed to be severed or limited but only to the extent required to render the remaining provisions and portions of this Agreement enforceable This Agreement as thus amended shall be enforced so as to give effect to the intention of the parties insofar as that is possible In addition the parties hereby expressly empower a court of competent jurisdiction to modify any term or provision of this Agreement to the extent necessary to comply with existing law and to enforce th
443. tal contribution control management risks and profits of the joint venture is equal to its ownership interest ii The MBE or WBE joint venture partner is responsible for a distinct clearly defined portion of the requirements of the contract for which it is at risk iii Each joint venture partner executes the bid to the City and iv The joint venture partners have entered into a written agreement specifying the terms and conditions of the relationship between the partners and their relationship and responsibilities to the contract and all such terms and conditions are in accordance with the conditions set forth in Items i ii and iii above in this Paragraph a M WBE Special Conditions for Commodities amp Services 05 09 2014 82 b The Chief Procurement Officer shall evaluate the proposed joint venture agreement the Schedule B submitted on behalf of the proposed joint venture and all related documents to determine whether these requirements have been satisfied The Chief Procurement Officer shall also consider the record of the joint venture partners on other City of Chicago contracts The decision of the Chief Procurement Officer regarding the eligibility of the joint venture for credit towards meeting the Contract Specific Goals and the portion of those goals met by the joint venture shall be final The joint venture may receive MBE or WBE credit for work performed by the MBE or WBE joint venture partner s equal to the value of work
444. te LABELS Hazardous chemicals received onsite shall be properly labeled by the manufacturer supplier If labels are not provided the supplier shall be contacted to get the specific labels Containers will not be received onsite without labels These labels must provide the following information Identity of the chemical projects or substances in the container Hazard Warnings Name and address of the manufacturer or other responsible party The labels must not be removed and must be replaced if illegible apop All containers of hazardous chemical projects including laboratory bottles solvent cans and dispensers must be labeled and must be of proper construction in order to contain the chemical EMPLOYEE TRAINING AND INFORMATION Contractors shall provide to employees whose work includes the use of hazardous chemicals training in the handling of chemical products There will be periodic reviews of the training program The training program will provide instruction in the following a location and availability of the MSDS sheets b Explanation of the MSDS data and manufacturer s label C Methods and observations to detect the presence or release of hazardous chemicals in the work area d Protection measures for employees This includes safe work practices and available protective equipment such as face and eye protection outerwear gloves and respirators INFORMING OTHER CONTRACTORS Information concerning the loc
445. tectable tiles cement tiles epoxy composite materials pavers glass mosaics fiberglass and all substitute materials for tile made in tile like units all mixtures in tile like form of cement metals and other materials that are for and intended for use as a finished floor Surface stair treads promenade roofs walks walls ceilings swimming pools and all other places where tile is to form a finished interior or exterior The mixing of all setting mortars including but not limited to thin set mortars epoxies wall mud and any other sand and cement mixtures or adhesives when used in the preparation installation repair or maintenance of tile and or similar materials The handling and unloading of all sand cement lime tile fixtures equipment adhesives or any other materials to be used in the preparation installation repair or maintenance of tile and or similar materials Ceramic Tile Finishers shall fill all joints and https www illinois gov idol Laws Rules CONMED Rates 2015 july COOK9999 htm 8 13 2015 Page 162 Cook County Prevailing Wage for July 2015 voids regardless of method on all tile work particularly and especially after installation of said tile work Application of any and all protective coverings to all types of tile installations including but not be limited to all soap compounds paper products tapes and all polyethylene coverings plywood masonite cardboard and any new type of products that may be u
446. ted to investigating the facts of the dispute and meeting to discuss the issue s In order to bring a dispute to the Commissioner of a Department Contractor must provide a general statement of the basis for its claim the facts underlying the claim reference to the applicable Contract provisions and all documentation that describes relates to and supports the claim By submitting a Claim the Contractor certifies that A The Claim is made in good faith B The Claim s supporting data are accurate and complete to the best of the person s knowledge and belief C The amount of the Claim accurately reflects the amount that the claimant believes is due from the City and D The certifying person is duly authorized by the claimant to certify the Claim The Commissioner shall have 30 days from receipt of the Claim to render a written final decision of the Commissioner stating the Commissioner s factual and contractual basis for the decision However the Commissioner may take an additional period not to exceed 10 days to render the final decision If the Commissioner does not render a final decision of the Commissioner within the prescribed time frame then the Claim should be deemed denied by the Commissioner 3 4 2 Procedure for Bringing Disputes before the CPO Only after the Commissioner has rendered a final decision denying the Contractor s claim may a dispute be brought before the CPO If the Contractor and using Department are
447. ted to the Contractor safety representative prior to being brought onto the site A master index will be located in the CM Manager of Safety s and the Contractor s office Appropriate labeling on containers of all chemical materials used All labeling shall conform to the National Fire Protection Association NFPA systems Making available Material Safety Data Sheets MSDS s for all chemical products used at the airport Employee training to recognize and interpret labels warnings color coding signs etc that are affixed to containers so that they can properly protect themselves against potential hazards Employee training to understand the elements of the Material Safety Data Sheet and to recognize possible risks to health and physical harm This written program shall be made available upon request to employees their designated representative s and all City of Chicago State and Federal officials who have proper authority CHEMICAL PRODUCT INVENTORY LISTS AND MATERIAL SAFETY DATA SHEETS A list of all hazardous chemicals and a copy of MSDS s used shall be maintained in the CM Manager of Safety s office 2015 CDA Construction Safety Manu Health Precautions Issuedfor Use 6 1 2015 Page 44 Each Contractor shall be required to maintain a copy of a chemical inventory and a copy of all MSDS s for chemicals used by their employees or employees of their subcontractors These copies will be maintained onsi
448. than 13 months after the previous tune up The Contractor shall perform a tune up on each of the two 2 boilers at Fire Station No 1 during the 2017 calendar year If the unit is not operating on the required date for a tune up the tune up must be conducted within 30 days of startup Each tune up must include the following items 1 As applicable inspect the burner and clean or replace any components of the burner as necessary 2 Inspect the flame pattern as applicable and adjust the burner as necessary to optimize the flame pattern The adjustment should be consistent with the manufacturer s specifications if available 3 Inspect the system controlling the air to fuel ratio as applicable and ensure that it is correctly calibrated and functioning properly 4 Optimize total emissions of CO This optimization should be consistent with the manufacturer s specifications 5 Measure the concentrations in the effluent stream of CO in parts per million by volume and oxygen in volume percent before and after the adjustments are made measurements may be either on a dry or wet basis as long as it is the same basis before and after the adjustments are made Measurements may be taken using a portable CO analyzer 6 Prepare and submit a report to the CDA that contains the following information a The concentration of CO in the effluent stream in parts per million by volume and oxygen in volume percent measured at high fire or typical o
449. the CM Manager of Safety may temporarily interrupt the work The interruption of work activities shall be communicated to CDA Safety Department immediately CDA Safety will direct any extended work stoppage and will determine when work may restart B CONTRACTOR RESPONSIBILITIES Contractor shall designate a Safety Representative for the project This person shall be onsite at the project whenever work is being performed at the site or any staging area on Airport property Dual roles i e Supervisor Safety Representative are unacceptable Multiple shifts will require additional safety representatives The Safety Representative shall have project safety as his or her exclusive responsibility and not have any other responsibilities regarding this project The Contractor must provide the Safety Representative with the authority necessary to ensure the safety of Contractors and Subcontractors employees and property Among other responsibilities concerning the project safety the Safety Representative shall provide safety training safety orientation safety inspection and conduct tool box safety meetings The Contractor shall provide the resume of its proposed Safety Representative to the CM Manager of Safety review and approval If the proposed Safety Representative is not approved the Contractor must propose another individual for approval The Safety Representative shall as a minimum have completed an OSHA 30 hour Safety and Health Standards for t
450. the City will be entitled to set off a portion of the contract price or compensation due under the Contract in an amount equal to the amount of the fines and penalties for each outstanding parking violation complaint and the amount of any debt owed by the contracting party to the City For purposes of this section outstanding parking violation complaint means a parking ticket notice of parking violation or parking violation complaint on which no payment has been made or appearance filed in the Circuit Court of Cook County within the time specified on the complaint and debt means a specified sum of money owed to the City for which the period granted for payment has expired However no such debt s or outstanding parking violation complaint s will be offset from the contract price or compensation due under the contract if one or more of the following conditions are met the contracting party has entered into an agreement with the Department of Revenue or other appropriate City department for the payment of all outstanding parking violation complaints and debts owed to the City and the Contracting party is in compliance with the agreement or the contracting party is contesting liability for or the amount of the debt in a pending administrative or judicial proceeding or the contracting party has filed a petition in bankruptcy and the debts owed the City are dischargeable in bankruptcy 3 3 9 Other City Ordinances and Policies 3 3 9 1 False Stat
451. the Contractor must immediately report any information to the Commissioner relating to any threat to DOWM infrastructure or facilities or the water supply of the City and must fully cooperate with the City and all governmental entities investigating the threat The Contractor must notwithstanding anything contained in the Contract Documents to the contrary at no additional cost to the City adhere and cause its Subcontractors to adhere to any security and safety guidelines developed by the City and furnished to the Contractor from time to time during the term of the Contract and any extensions of it 3 6 4 3 Security Badges and Vehicle Permits Each employee whom Contractor wishes to have access to a DOWM facility must submit a signed completed Area Access Application to the DOWM to receive a DOWM Security Badge If Contractor wishes a vehicle to have access to a DOWM facility Contractor must submit a vehicle Standard Terms and Conditions 09 03 2015 51 access application for that vehicle The applications will solicit such information as the Commissioner may require in his discretion including name address date of birth and for vehicles driver s license and appropriate stickers The Contractor is responsible for requesting and completing these forms for each employee who will be working at DOWM facilities and all vehicles to be used on the job site The Commissioner may grant or deny the application in his sole discretion The Contractor
452. the MCC Construction project has the meaning ascribed to that term in Section 2 92 335 of the MCC Contract means any contract purchase order construction project or other agreement other than a delegate agency contract or lease of real property or collective bargaining agreement awarded by the city and whose cost is to be paid from funds belonging to or administered by the city City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 11 Contract base bid means the total dollar amount a contractor bids on a contract without factoring any bid incentive or percentage reductions in the bid amount Eligible business means a business located within the counties of Cook DuPage Kane Lake McHenry or Will in the State of Illinois the Six County Region and as to which 1 a majority of the business fleet is located and used within the Six County Region and 2 a majority of those vehicles located and used within the Six County Region are alternatively powered vehicles Fleet means 10 or more vehicles that are owned operated leased or otherwise controlled by a business Vehicle means every device powered by a motor or engine and by upon or in which any person or property is or may be transported or drawn upon a street or highway except a vehicle shall not include motorized wheelchairs golf carts neighborhood electric vehicles as that term is defined in Section 9 4 010 of the MC
453. the standard City of Chicago construction contract The parties also agree to cooperatively work and monitor compliance with these requirements and to work cooperatively to facilitate and work in good faith to the achievement of said required Residency provision including union attendance at pre bid conferences with prospective contractors and subcontractors as well as other reasonable undertakings to demonstrate progress in this regard 17 The parties agree that contractors and subcontractors working under the provisions of this Agreement shall be required to strive to utilize the maximum number of apprentices on said Project as permitted under the applicable collective bargaining agreement as contained in Appendix 18 This document with each of the Attachments constitutes the entire agreement of the parties and may not be modified or changed except by the subsequent written agreement of the parties 19 All parties represent that they have the full legal authority to enter into this Agreement The undersigned as the Owner and Labor Organizations on the Project agree to all of the terms and conditions contained in this Agreement Dated this the 9th day of February 2011 in Chicago Cook County Illinois On behalf of Owner Corporation Counsel Duly Authorized Officer of the City of Chicago On behalf of Page 156 Insert Name of Labor Organization Its Duly Authorized Officer Page 157 Signatory Unions
454. the undersigned 1 warrants that he she was authorized to submit an EDS on behalf of the Disclosing Party on line 2 warrants that all certifications and statements contained in the EDS are true accurate and complete as of the date the EDS was submitted on line and 3 further warrants that as of the date of submission of this proposal or bid there have been no changes in circumstances since the date that the EDS was submitted that would render any certification in the EDS false inaccurate or incomplete Further the undersigned being duly sworn deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder proposer or prospective Bidder proposer or with any other person firm or corporation relating to the price named in this proposal or any other proposal nor any agreement or arrangement under which any act or omission in restraint of freedom of competition among Bidders proposers and has not disclosed to any person firm or corporation the terms of this bid proposal or the price named herein Proposals must be submitted with original signatures in the space provided Proposals not properly signed will be rejected NAME OF CORPORATION SIGNATURE OF PRESIDENT EN u EN _ Or Authorized Officer Signature TITLE OF SIGNATORY BUSINESS ADDRESS Print o
455. tion the following shall constitute a material breach of this contract and entitle the City to declare a default terminate the contract and exercise those remedies provided for in the contract at law or in equity 1 failure to demonstrate Good Faith Efforts and 2 disqualification as a MBE or WBE of the contractor or any joint venture partner subcontractor or supplier if its status as an MBE or WBE was a factor in the award of the contract and such status was misrepresented by the contractor Payments due to the contractor may be withheld until corrective action is taken M WBE Special Conditions for Commodities amp Services 05 09 2014 90 Pursuant to 2 92 445 or 2 92 740 as applicable remedies or sanctions may include a penalty in the amount of the discrepancy between the amount of the commitment in the Compliance Plan as such amount may be amended through change orders or otherwise over the term of the contract and the amount paid to MBEs or WBEs and disqualification from contracting or subcontracting on additional City contracts for up to three years The consequences provided herein shall be in addition to any other criminal or civil liability to which such entities may be subject The contractor shall have the right to protest the final determination of non compliance and the imposition of any penalty by the Chief Procurement Officer pursuant to MCC 2 92 445 or 2 92 740 within 15 business days of the final determination 6
456. tion of welds structural steel fireproofing masonry soil facade reinforcing steel formwork cured concrete and concrete and asphalt batch plants adjusting proportions of bituminous mixtures OPERATING ENGINEER BUILDING Class 1 Asphalt Plant Asphalt Spreader Autograde Backhoes with Caisson Attachment Batch Plant Benoto requires Two Engineers Boiler and Throttle Valve Caisson Rigs Central Redi Mix Plant Combination Back Hoe Front End loader Machine Compressor and Throttle Valve Concrete Breaker Truck Mounted Concrete Conveyor Concrete https www illinois gov idol Laws Rules CONMED Rates 2015 july COOK9999 htm Page 163 Page 3 of 7 8 13 2015 Cook County Prevailing Wage for July 2015 Conveyor Truck Mounted Concrete Paver Over 27E cu ft Concrete Paver 27E cu ft and Under Concrete Placer Concrete Placing Boom Concrete Pump Truck Mounted Concrete Tower Cranes 11 Cranes Hammerhead Cranes GCI and similar Type Creter Crane Spider Crane Crusher Stone etc Derricks All Derricks Traveling Formless Curb and Gutter Machine Grader Elevating Grouting Machines Heavy Duty Self Propelled Transporter or Prime Mover Highlift Shovels or Front Endloader 2 1 4 yd and over Hoists Elevators outside type rack and pinion and similar machines Hoists One Two and Three Drum Hoists Two Tugger One Floor Hydraulic Backhoes Hydraulic Boom Trucks Hydro Vac and similar equipment Locomotives
457. tions Area of Specialty means the description of an MBE or WBE firm s business which has been determined by the Chief Procurement Officer to be most reflective of the MBE or WBE firm s claimed specialty or expertise Each MBE WBE letter of certification contains a description of the firm s Area of Specialty This information is also contained in the Directory defined below Credit toward this Contract s MBE and WBE participation goals shall be limited to the participation of firms performing within their Area of Specialty NOTICE The City of Chicago does not make any representation concerning the ability of any MBE WBE to perform work within their Area of Specialty It is the responsibility of all contractors to determine the capability and capacity of MBES WBES to satisfactorily perform the work proposed B E P D means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC Section 2 92 586 Bid means a bid proposal or submittal detailing a description of the services or work to be provided by the contractor in response to a bid solicitation request for proposal request for qualification of task order request issued in accordance with the Master Consulting Agreement that is issued by the City Bidder means any person or business entity that submits a bid proposal qualification or submittal that seeks to enter into a contract with the City and includes all partners affiliates a
458. titution or other change within 15 business days of receipt of the written request Where the bidder or contractor has established the basis for the substitution to the satisfaction of the Chief Procurement Officer it must make Good Faith Efforts to meet the Contract Specific Goal by substituting a MBE or WBE subcontractor Documentation of a replacement MBE or WBE or of Good Faith Efforts must meet the requirements in section 5 If the MBE or WBE Contract Specific Goal cannot be reached and Good Faith Efforts have been made as determined by the Chief Procurement Officer the bidder or contractor may substitute with a non MBE or non WBE If a bidder or contractor plans to hire a subcontractor for any scope of work that was not previously disclosed in the Compliance Plan the bidder or contractor must obtain the approval of the Chief Procurement Officer to modify the Compliance Plan and must make Good Faith Efforts to ensure that MBEs or WBEs have a fair opportunity to bid on the new scope of work A new subcontract must be executed and submitted to the Contract Compliance Officer within five business days of the bidder s or contractor s receipt of City approval for the substitution or other change The City shall not be required to approve extra payment for escalated costs incurred by the contractor when a substitution of subcontractors becomes necessary to comply with MBE WBE contract requirements 6 9 Non Compliance and Damages Without limita
459. to control or minimize those hazards All scaffolds shall be erected and maintained to conform with established standards and manufacturer requirements Supported scaffold systems must include screw jacks and mudsills Before assembling and dismantling the scaffold the Contractor must conduct a Job Hazard Analysis JHA specifically related to fall protection The JHA must be submitted to the CM Manager of Safety for review and comment and only after review by the CM Manager of Safety may the Contractor work without fall protection if fall protection provides a greater risk Scaffolds shall be constructed with sound materials securely fastened and be capable of supporting at least four 4 times the combined weight of the workers and tools material which may be placed on them Scaffold components produced by different manufacturers shall not be intermixed Guardrails midrails and toe boards shall be installed on all open sides of the scaffold Guardrails midrails and toe boards should be constructed from components supplied by the manufacturer Where this is not possible sound 2 X 4 inch limber must be used for the guardrails and 1 X 4 inch lumber for the toe boards Scaffold planks shall not be less than 2 X 10 inch They must be cleaned and secured to prevent movement and shall not extend beyond the outer supports more than 12 inches nor less than 6 inches All scaffolds shall be fully planked No employee shall work from a single pl
460. tor operator exclusive of the reservoir fill valve proper Scope of Work and Detailed Specifications 65 Below Grade Pump Room Brooks Magnetic flow meter Brooks Magnetic meter Signal Converter Mercoid switch low water pressure cut off one on each of the three 3 pumps Two 2 jockey pumps located in below grade pump room North Reservoir Fill House North Block House Building No 430 Ultrasonic level control for automatic reservoir fill system Fill valve motor operator exclusive of the reservoir full valve proper All items located in or mounted on the Reservoir Fill System Indicator Control Panel Underground Storage Tanks 43 The underground storage tank electronic indicating and monitoring systems for the following locations each location has multiple panels O Hare Terminal Facilities 9 locations one panel each H amp R Building 2 panels North Lighting Vault 3 panels South Lighting Vault 1 panels Fire Station No 1 1 panel Fire Station No 2 1 panel AMC Maintenance Building 2 panels and Bessie Coleman Pump House 1 panel O Hare Terminal Facilities H amp R Building Building No 450 and related structures North Lighting Vault Building No 721 South Lighting Vault Building No 607 Fire Station No 1 Building No 602 Fire Station No 2 Building No 702 Bessie Coleman Pump Station Building No 903 AMC Maintenance Building Building No 502 and related structures
461. tractor subcontractor has an obligation to check the Department s web site for revisions to prevailing wage rates For information regarding current prevailing wage rates please refer to the Illinois Department of Labor s website All contractors and subcontractors rendering services under this Contract must comply with all requirements of the Act including but not limited to all wage requirements and notice and record keeping duties 5 4 Bid Deposit and Performance Bond A Performance and Payment Bond may be required for this contract For any sub work order valued at 100 000 or more the Commissioner and the CPA may request that the Contractor provide a performance bond for the amount of such sub work order The Bond must be on the Contractor s Performance and Payment Bond form a specimen which is attached as Exhibit 5 issued by a surety that is satisfactory to the CPO and the City Comptroller and comply with the provisions of 30 ILCS 550 1 et seq and MCC Section 2 92 030 5 5 Funding The source of funds for payments under this Contract is Fund Number 740 085 4035 0612 0162 Funding for this Agreement is subject to the availability of funds and their appropriation by the City Council of the City 5 6 Contract Term The Term for this Contract will be sixty 60 months unless terminated earlier or extended pursuant to the terms this Contract The City will establish the start and expiration dates at the time of formal award and release o
462. truction areas ramps runways corridors offices shops and storage areas shall be lighted to not less than the minimum illumination intensities while any work is in progress as outlined by OSHA in 29CFR Part 1926 10 NUCLEAR DENSITY MACHINE Employees using Nuclear Density Machines must have a visible Radiation Badge Employees not engaged in the actual testing must be at a minimum 15 feet away from the testing area Nuclear Density Machines shall not be left unattended Also Proper storage and transportation shall be maintained 11 VESTS Clean reflective vests shall be worn at all times when airside on jobsites and while working on roadways K VEHICLE SAFETY Unattended running vehicles Airside must have the emergency brake engaged All company owned vehicles or vehicles used on company business are to be driven defensively using common sense courtesy and consideration for other motorists is the Contractors responsibility to insure that all vehicles and equipment used on the project are properly maintained and fully functional Strict observance of CDA City of Chicago and State of Illinois traffic laws is mandatory Seat belts are to be worn by the driver and all passengers at all times while the vehicle is in motion Contractors shall insure that all motor vehicles and equipment except tracked equipment operating airside except on service roads are equipped with an amber MARS light that shall be operating at all times The
463. tse etse e d eo dx ee a A ea ded Na qae 42 3 5 2 Default Notice 43 3 5 3 oe vet tee ce e etre ie tecei tutu dated ise A E S En 44 3 5 4 Non Exclusivity of 4 nennen 44 3 5 5 City Reservation of RIgEhts eren ra eret eai e eerte edere pe ma eR Ven etus 44 3 5 6 Early Termination citet ee wide ete ei n t lera 44 3 6 Department specific 45 3 6 1 Department of Aviation Standard Requirements 4 45 3 6 1 1 Confidentiality of Airport Security 45 3 6 1 2 AVIATION m 45 3 6 1 3 Airport Security Bad ges ccccccccccccccscsssesssseeeseceececaeaeueessseeenceeeesesseaaueseseeeeeeeeeees 46 3 6 1 4 General Requirements Regarding Airport Operations 46 3 6 1 4 1 Priority of Airport Operations nennen nennen nenne innen 46 3 6 1 4 2 Interruption of Airport 47 3 6 1 4 3 Safeguarding of Airport Property and Operations 47 3 6 1 4 4 Work on the Airf
464. ty the bearing area of the crane must be increased by the use of cribbing Cribbing to be used must be a Strong enough to withstand the weight of the crane without major deflection thus actually increasing the bearing surface b Bolted or secured together to prevent slippage and collapsing C In complete contact with the soil no voids unsupported areas etc For descriptive purposes it is necessary to distinguish between three broad groups of soil a Granular soils including sand and gravel b Fine grained soils including silts and clays c Organic soils including peat 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 20 Different type soils will give different load bearing pressure When setting up a machine the contractor s Assembly Disassembly Director must be able to distinguish between the three groups of soil the approximate mixture of each their moisture content and their depth The Assembly Disassembly Director as defined in 29CFR1926 1901 must consider factors such as water tables and distance to excavations which affect the soil s ability to withstand the pressure without collapse The project soil analysis report may be used as an indicator of soil conditions Various tables are available which give the relative load bearing capabilities of the soil types under static loads Local building code departments are usually a good source for the tables 9 R
465. ty of Chicago Catalog RFQ No Group Lines PUO851I Comments Spec 132826 City of Chicago PUO85I Catalog RFQ No Group Lines _ Price Extended Price Catalog ID Date and Mfr Comments Line Type Item Category Commodity Desc UOM 73 eet sage Catalog Line PARTS amp ACCESSORIES Discount 15 150000 N A CONTROLS amp INSTRUMENTATION Gf From List amp O CATALOG DISCOUNT FROM Ed LIST PRICES LATEST Catalog Line 889028 91 89028 91 Discount 5 250000 N A From List PRICES LATEST VERSION Work 8902882106 189028 MAINTENANCE OF THE CONTROLS Services amp INSTRUMENTATION FOR HIGH TEMPERATURE COMBUSTION CHILLED POTABLE WATER DE ICING SYSTEMS amp CHEMICAL TREATMENT SYSTEMS AS BUILT RECORD UPDATE STRAIGHT TIME Catalog Line 90596 4 350000 6 Catalog Line MAINTENANCE OF THE CONTROLS 250000 N A amp INSTRUMENTATION FOR HIGH TEMPERATURE COMBUSTION CHILLED POTABLE WATER DE ICING SYSTEMS amp CHEMICAL TREATMENT SYSTEMS N A 14 Total Price Spec 132826 Proposal Pages 123 ARTICLE 10 BIDDER CONTACT INFORMATION Person to contact regarding bid Name Phone Address Indicate if you are Manufacturer YES __ NO E Exclusive dealer distributor reseller YES NO Authorized dealer distributor reseller YES _ f an exclusive or authorized distributor of the proposed manufacturer bidder must attach to the bid current written documentat
466. ty one pound or more must stand on a firm substantial and level surface and shall be secured in an upright position to prevent them from being overturned 3 STORAGE Where combustible materials must be stored in work areas they shall be sorted and placed into approved containers All combustible materials shall be protected from falling sparks from welding and cutting Indoor storage shall not obstruct or adversely affect means of exit No more than one day 8 hours of compressed gasses shall be stored in any building At fuel or combustible material storage areas suitable extinguishers shall be located within 50 feet of the stored material Such areas shall also have No Smoking signs prominently displayed 2015 CDA Construction Safety Manual Section VI General Safety Requirements Issued for Use 6 1 2015 Page 31 The Chicago Fire Department Fire Prevention Bureau and the Chicago Department of Aviation prohibits the storage of gasoline and other CLASS I flammables in above ground tanks CLASS Il diesel will be permitted provided they are in compliance with the CDA Memorandum dated May 15 1991 and the Municipal Code of Chicago Fire Prevention Bureau Section 15 24 220 Motor Fuel Dispensing and 15 24 221 Above ground tanks Sec 15 24 220 Motor Fuel Dispensing All flammable liquid gauging vending and dispensing devices used for motor vehicle fuel shall be of substantial construction and firmly secured to a concrete found
467. ty procedures have been received and are understood Entry cannot be approved if any squares are marked in the NO column This permit is not valid unless all appropriate items are completed This permit is to be kept at the jod site Return site copy to supervisor Entrants Name Signature Date Attendants Name Signature Date Supervisors Name Signature Date EXHIBIT V 6 CONFINED SPACE PERMIT This permit is to be completed prior to entry into confined space A separate permit needs to be completed each day and shift that work is done Date Specific location and space Confined Space Supervisor Confined Space Attendant nemen iosas MN Between 19 596 amp 23 596 COMB Combustible Gases M o o a Oe Less than 35 ppm ARA H2S Hydrogen Sulfide Less than 10 ppm Attendant Initials Entrant p Print Name O HARE COMMAND CENTER OCC EMERGENCY 773 894 9111 O HARE COMMAND CENTER OCC NON EMERGENCY 773 894 5000 ORD Airside Operations 773 686 2255 ORD H amp R Monitor Room 773 686 2248 Page 1 EXHIBIT V 6 CONFINED SPACE PERMIT This permit is to be completed prior to entry into confined space separate permit needs to be completed each day and shift that work is done Date Specific location and space Confined Space Supervisor Confined Space Attendant ATMOSPHERIC READ KI Time of Readings i VEY HII I J 02 O
468. ty to reject any or all Bids submitted in response to any Invitation for Bids The Chief Procurement Officer in his her sole discretion and authority may disregard or waive any informality in the Bids or bidding process 1 22 Statutory Adjustments to the Bid City Funded Requirements for Bidding and Instructions for Bidders non construction 09 09 2015 1 22 1 City based Businesses Chicago Business Preference For purposes of this section only the following definitions shall apply City based business means a person who i conducts meaningful day to day business operations at a facility located within the city and reports such facility to the Internal Revenue Service as a place of employment for the majority of its regular full time workforce ii holds any appropriate city license and iii is subject to applicable city taxes These taxes may include the City Wheel Tax as provided at Chapter 3 56 of the MCC Contract means any contract purchase order or agreement awarded by the city and whose cost is to be paid from funds belonging to or administered by the city provided that a contract does not include i a delegate agency contract ii a lease of real property or iii a collective bargaining agreement Prime Contractor means a person who is a city based business and the primary contractor on a contract A Prime Contractor does not include any subcontractors If these Bid Documents pertain to a Contract having an esti
469. ure to comply with any requirement of this provision is an event of default 3 3 10 8 Environmental Claims and Related Matters Within 24 hours of receiving notice of any Environmental Claim Contractor must submit copies of all documents constituting or relating to the Environmental Claim to the Law Department Thereafter Contractor must submit copies of related documents if requested by the Law Department These requirements apply regardless of whether the Environmental Claim concerns performance of this Contract Failure to comply with any requirement of this provision is an event of default 3 3 10 9 Preference for Recycled Materials To the extent practicable and economically feasible and to the extent that it does not reduce or impair the quality of any work or services Contractor must use recycled products in performance of the Contract pursuant to U S Environment Protection Agency U S EPA guidelines at 40 CFR Parts 247 253 which implement section 6002 of the Resource Conservation and Recovery Act as amended 42 USC 8 6962 3 3 10 10 No Waste Disposal in Public Way MCC 11 4 1600 E Contractor warrants and represents that it and to the best of its knowledge its Subcontractors have not violated and are not in violation of the following sections of the Code collectively the Waste Sections 7 28 390 Dumping on public way 7 28 440 Dumping on real estate without permit 11 4 1410 Disposal in waters prohibited 11 4 1420
470. urposes therein set forth and caused the corporate seal of said Company to be thereto attached GIVEN under my hand and Notarial Sealthis 1 dayof A 3 20 Notary Public SURETY IF CORPORATE STATE OF RS COUNTY OF COOK I a Notary Public in and for the County and State aforesaid DO HEREBY CERTIFY that ofthe h 0h who personally known to be the same person whose name subscribed in the foregoing instrument as such appeared before me this day in person and acknowledged that signed sealed and delivered the said instrument of writing as 1 free and voluntary act and as the free and voluntary act of the said for the uses and purposes therein set forth and caused the corporate seal of said Company to be thereto attached GIVEN under my hand and Notarial Sealthis 1 dayof 20 Notary Public PRINCIPAL IF INDIVIDUAL STATE OF ES as COUNTY OF COOK I a Notary Public in and for the County and State aforesaid DO HEREBY CERTIFY that who personally known to me to be the same persons whose name subscribed in the foregoing instrument appeared before me this day in person and acknowledged that he signed sealed and delivered the said instrument of writing as free and voluntary act for the uses and purposes therein set forth GIVEN under my hand and Notarial Seal this day of 20 Notary Public GRC 160211 26 1
471. ust use the Bid Execution Page that is appropriate for their form of business organization e g sole proprietorship corporation partnership or joint venture The individual s that sign the Bid Execution Page on behalf of the Bidder by their signature represents and warrants to the City that such individual is authorized to execute bids and contracts on behalf of the Bidder and that the Bidder agrees and shall be bound to all of the terms and conditions of the Bid Documents and upon execution by the City the Contract Documents Signatures must be sworn before a Notary Public 1 11 Conflicts of Interest If any Bidder or any partner in a joint venture or partnership or any member of the limited liability company if the Bidder is a joint venture partnership LLP or LLC has assisted the City in the preparation of these Bidding Documents such that provision of such assistance would give Bidder an unfair advantage or otherwise impair the integrity of the procurement process or if Bidder has an organizational conflict of interest that might compromise Bidder s ability to perform the contract that Bidder may be disqualified from bidding If applicable Bidder must provide a statement and information disclosing its participation with respect to the Bid Documents and or potential organizational conflicts of interest 1 12 Required Forms and Fees 1 12 1 Certificate of Filing for Online EDS Bidders must complete an online EDS prior to the bid due d
472. vation to another Tools shall be stored on appropriate tool boards boxes racks or compartments when not in use When working on or above grating a suitable covering shall be used to cover the grating to prevent tools or parts from dropping to a lower level where personnel and equipment are present The lower danger area should be barricaded or guarded with appropriate warning signs posted 2 POWER TOOLS ELECTRIC AND PNEUMATIC a f g No repairs or adjustment shall be made on a power tool electric or pneumatic unless the tool is disconnected from its power source If it is necessary to be out of sight of the plug or connection while repairs are being made attach a tog to the plug or connection Never operate a power impact tool unless the retainer ring and or pin is in place and the head is against a solid object Damaged or defective tools must be removed from service immediately Power tools shall be hoisted or lowered by a hand line bucket etc never by the cord or hose Cords and hoses must be kept out of walkways and off stairs and ladders They must also be secured with care to prevent them from being damaged by other equipment or materials Safety switches shall not be bypassed or made inoperable All proper guards must be in place at all times 3 ELECTRIC TOOLS Issued for Use 6 1 2015 a The non current carrying metal parts of electric tools such as drills saws and grinders shall be effectivel
473. ve for all employees working at a Project Site provided such a provision for retroactivity is contained in the newly negotiated collective bargaining agreement 5 Each Union signatory hereto agrees that it will use its best efforts to prevent any of the acts forbidden in Paragraph 4 and that in the event any such act takes place or is engaged in by any employee or group of employees each Union signatory hereto further agrees that it will use its best efforts including its full disciplinary power under its Constitution and or By Laws to cause an immediate cessation thereof 6 Any contractor of subcontractor signatory or otherwise bound stipulated or required to abide by and to any provisions of this Agreement shall have the right to discharge or discipline any employee who violates the provisions of this Agreement Such discharge or discipline by a contractor or subcontractor shall be subject to the Grievance Arbitration procedure of the applicable collective bargaining agreement only as to the fact of such employee s violation of this Agreement If such fact is established the penalty imposed shall not be disturbed Work at any Site covered under this Agreement shall continue without disruption or hindrance of any kind during any Grievance Arbitration procedure 7 The parties expressly authorize a court of competent jurisdiction to order appropriate injunctive relief to restrain any violation of this Agreement any form of self help remedy is exp
474. vices yet to be performed effective at a time specified by the City C Theright to seek specific performance an injunction or any other appropriate equitable remedy D Theright to seek money damages E Theright to withhold all or any part of Contractor s compensation under this Contract F Theright to deem Contractor non responsible in future contracts to be awarded by the City 3 5 4 Non Exclusivity of Remedies The remedies under the terms of this Contract are not intended to be exclusive of any other remedies provided but each and every such remedy is cumulative and is in addition to any other remedies existing now or later at law in equity or by statute No delay or omission to exercise any right or power accruing upon any event of default impairs any such right or power nor is it a waiver of any event of default nor acquiescence in it and every such right and power may be exercised from time to time and as often as the City considers expedient 3 5 5 City Reservation of Rights If the CPO considers it to be in the City s best interests the CPO may elect not to declare default or to terminate this Contract The parties acknowledge that this provision is solely for the benefit of the City and that if the City permits Contractor to continue to provide the Services despite one or more events of default Contractor is in no way relieved of any of its responsibilities duties or obligations under this Contract nor does the City waive o
475. vits 126 LOCAL MANUFACTURING AFFIDAVIT The Locally Manufactured Goods Incentive as described in Section 2 92 410 of the Municipal Code of Chicago MCC is applicable to competitively bid Contracts funded in whole by City funds Bidder must submit this form with the bid in order to be considered for this bid incentive Bidders that do not submit this page with their bid will not be regarded as providing locally manufactured goods If goods will be manufactured by multiple manufacturers or at multiple facilities in the City of Chicago submit an affidavit for each Attach additional sheets if necessary If this incentive is allocated the City Based Business Preference described in described in MCC 2 92 412 will not be allocated to the same bid Note The CPO may request additional information or documentation before determining to apply the preference 1 Contract Title Specification Bidder Contractor Name 2 Is manufacturer a City Based Manufacturer as defined in the Requirements for Bidding and Instructions for Bidders portion of this bid solicitation and in MCC 2 92 410 Yes No 3 Street address of manufacturing facility location within the City of Chicago P O address not accepted 4 Describe the manufacturing activities carried out at the location listed above 5 List the goods to be manufactured at this facility manufacturer is prepared to provide to Bidder Contractor describe the production steps performed at th
476. wing legend Confidential Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this bid C Provide a CD ROM with a redacted copy of the entire bid or submission in pdf format for posting on the City s website Bidder is responsible for properly and adequately redacting any Data which Bidder desires remain confidential If entire pages or sections are removed they must be represented by a page indicating that the page or section has been redacted Failure to provide a CD ROM with a redacted copy may result in the posting of an un redacted copy Indiscriminate labeling of material as Confidential may be grounds for deeming a bid as non responsive All Bids submitted to the City are subject to the Freedom of Information Act The City will make the final determination as to whether information even if marked confidential will be disclosed pursuant to a request under the Freedom of Information Act valid subpoena or other legal requirement Bidder agrees not to pursue any cause of action against the City with regard to disclosure of information 1 17 Withdrawal of Bids Bidders may withdraw their Bid at any time prior to the date and time for Bid opening Requests for withdrawal must be made in writing on the Bidder s letterhead to the Bid amp Bond Room Bidders must make their own arrangements for the return of their Bids 1 18 Bid Opening Bids will be opened and read publicly in the B
477. wo 2 Control Fitters selected to perform the Work under this Contract The resumes shall include their names a full description of their work experience with name and telephone number of the person to contact to verify employment education and training It is the Department s intention that the Contractor has available at least two 2 Control Fitters trained on O Hare equipment and O Hare Operating Standards manufacturer s instructions including but not limited to applicable reference standards The Contractor shall not be allowed to substitute Control Fitters in lieu of those submitted and approved without the prior written consent of the Commissioner 5 8 1 4 TRADE NAME In case where an item is identified by a manufactures name trade name catalog number or reference it is understood that the bidder proposes to furnish the item so identified and does not propose to furnish an equal unless the proposed equal is definitely indicated therein by the bidder Reference to a specific manufacturer trade name or catalog is intended to be descriptive not restrictive and only to indicate to the prospective bidder items that will be satisfactory Bids on other makes and catalogs will be considered provided each bidder clearly states on the face of the Proposal exactly what it proposes to furnish or forwards with the bid a cut illustration or other descriptive matter which will clearly indicate the character of the item covered by the bid Th
478. worn by someone else until they have been disinfected Assure the head bands are in good condition The lens must be securely held in place in the frame Inspect them for scratches which may distort vision or cause eye strain Do not make any repairs to or wear defective goggles Face Shields are to be worn when metal sawing working with chemicals in a laboratory taking samples buffing sanding light grinding table saws etc NOTE Safety glasses and or goggles must be worn when a face shield is used The headband is the only adjustable feature and should fit snug enough to hold the face shield in place and attached to the hardhat in areas where head protection is required Since the shield is plastic and is easily scratched it shall be replaced when distortion or eye strain is experienced Employees wearing prescription glasses shall insure that the glasses have side shields and that the glasses and side shields meet or exceed the standards set forth in ANSI Z87 3 FOOT AND LEG PROTECTION Safety toe footwear is not generally required but is highly recommended However safety toe boots or safety rubber boots are to be worn when required The following are footwear requirements Acceptable general footwear is limited to sturdy work boots or shoes A sturdy work boot or shoe is one that has a firm toe and leather or leather like uppers that will provide reasonable protection against impact and also a hard sole that will pr
479. xygen D Between 19 596 amp 23 596 COMB Combustible Gases NE Less than 1096 CO Carbon Monoxide NE Less than 35 ppm H2S Hydrogen Sulfide Less than 10 ppm Attendant Initials Readings recorded above must be within the i gafe limits Entrant ne Time In Time Time In Time Time In Time Print Name y Out Out Out OE __ AUFL MIDWAY COMMAND CENTER MCC EMERGENCY 773 838 9111 Midway Airside Operations 773 838 0677 Page 1 CONFINED SPACE CHECKLIST EXHIBIT V 6 Attached this form to the Confined Space Permit A new form must be Date completed at the beginning of each shift Phone Form completed by Signed NOTIFICATION On site radio telephone che with OCC o Wes On site radio telephone P eee TO feb Has each eh confined spa e Confined space d TUN determified v e L N A OCC duty supervisor notified Name Monitoring office notified of work to be completed at H amp R Predetermined emergency me location arranged with OCC if in remote area Confined space supervisor Y determined 9 aam N A N A N A ii m Confined space attendant FS ARM Confined space entrant s 2 ee meet rescue N A determined pane ined Personnel informed of potential hazards and safety talk conducted efstands potential signs amp symptoms aid equipment available pem e Tag out needed prior to work Yes Yes N A
480. y employees of the newly formed joint venture entity iii Work items to be performed under the supervision of the MBE or WBE joint venture partner and iv The MBE s or WBE s commitment of management supervisory and operative personnel to the performance of the contract NOTE Vague general descriptions of the responsibilities of the MBE or WBE joint venture partner do not provide any basis for awarding credit For example descriptions such as participate in the budgeting process assist with hiring or work with managers to improve customer service do not identify distinct clearly defined portions of the work Roles assigned should require activities that are performed on a regular recurring basis rather than as needed The roles must also be pertinent to the nature of the business for which credit is being sought For instance if the scope of work required by the City entails the delivery of goods or services to various sites in the City stating that the MBE or WBE joint venture partner will be responsible for the performance of all routine maintenance and all repairs required to the vehicles used to deliver such goods or services is pertinent to the nature of the business for which credit is being sought 6 4 Counting MBE WBE Participation Toward the Contract Specific Goals Refer to this section when preparing the MBE WBE compliance plan and completing Schedule D 1 for guidance on what value of the participation by MBEs and WBEs will
481. y the Chief Procurement Officer as being available on the City s website and incorporated by such reference in connection with an invitation for bids or proposals Except for such Bid Documents as are posted on the City s website and incorporated by reference all Bid Documents must be submitted by a bidder on the Bid Opening Date Business Day means business days Monday through Friday excluding legal holidays or City shut down days in accordance with the City of Chicago business calendar Calendar Day means all calendar days in accordance with the world wide accepted calendar Chief Procurement Officer abbreviated as CPO means the chief executive of the City s Department of Procurement Services DPS and any representative duly authorized in writing to act on the Chief Procurement Officer s behalf City means the City of Chicago a municipal corporation and home rule government under Sections 1 and 6 a Article VII of the 1970 Constitution of the State of Illinois Commissioner means the chief executive of any City department that participates in this Contract regardless of the actual title of such chief executive and any representative duly authorized in writing to act on the Commissioner s behalf with respect to this Contract Contact Person means the Contractor s management level personnel who will work as liaison between the City and the Contractor and be available to respond to any problems that may arise in conn
482. y Prevailing Wage for July 2015 Page 1 of 7 Cook County Prevailing Wage for July 2015 See explanation of column headings at bottom of wages Trade Name RG TYP C Base FRMAN M F gt 8 OSA OSH H W Pensn Vac Trng ASBESTOS ABT GEN ALL 1 5 1 5 2 0 13 98 10 72 0 000 0 500 ASBESTOS ABT MEC BLD 36 340 38 840 1 5 1 5 2 0 11 47 10 96 0 000 0 720 BOILERMAKER BLD 47 070 51 300 2 0 2 0 2 0 6 970 18 13 0 000 0 400 BRICK MASON BLD 43 780 48 160 1 5 1 5 2 0 10 05 14 43 0 000 1 030 CARPENTER ALL 44 350 46 350 1 5 1 5 2 0 11 79 16 39 0 000 0 630 CEMENT MASON ALL 43 750 45 750 2 0 1 5 2 0 13 05 14 45 0 000 0 480 CERAMIC TILE FNSHER BLD 36 810 0 000 1 5 1 5 2 0 10 55 9 230 0 000 0 770 COMM ELECT BLD 40 000 42 800 1 5 1 5 2 0 8 670 12 57 1 100 0 750 ELECTRIC PWR EQMT OP ALL 46 100 51 100 1 5 1 5 2 0 10 76 14 87 0 000 0 460 ELECTRIC PWR GRNDMAN ALL 37 050 52 500 155 2 0 2 0 8 630 12 28 0 000 0 370 ELECTRIC PWR LINEMAN ALL 47 500 52 500 1 5 2 0 1 5 11 06 15 75 0 000 0 480 ELECTRICIAN ALL 45 000 48 000 1 5 1 5 2 0 13 83 15 27 0 000 1 000 ELEVATOR CONSTRUCTOR BLD 50 800 57 150 2 0 2 0 2 0 13 57 14 21 4 060 0 600 FENCE ERECTOR ALL 37 340 39 340 1 5 1 5 2 0 13 05 12 06 0 000 0 300 GLAZIER BLD 40 500 42 000 1 5 2 0 2 0 13 14 16 99 0 000 0 940 HT FROST INSULATOR BLD 48 450 50 950 1 5 LeS 240 11 47 12 16 0 000 0 720 IRON WORKER ALL 44 200 46 200 2 0 2 0 2 0 13 65 21 14 0 000 0 350 LABORER ALL 39 200 39 950 1 5 145 2 0 13 98 10 72 0 000 0 3 00 LATHER ALL 44 350 46 350
483. y Subcontractor by any government agent or entity alleging a violation of any Environmental Law is sufficient proof of noncompliance for purposes of this Contract and therefore of an event of default if the citation contains or is accompanied by or the City otherwise obtains any evidence sufficient to support a reasonable conclusion that a violation has occurred Any other evidence of noncompliance with any Environmental Law is sufficient proof of noncompliance for purposes of this Contract and therefore of an event of default if the evidence is sufficient to support a reasonable conclusion that noncompliance has occurred The CPO shall have the authority to determine whether noncompliance with an Environmental Law has occurred based on any of the foregoing types of proof Upon determining that noncompliance has occurred s he may in his her discretion declare an event of default and may in his her discretion offer Contractor an opportunity to cure the event of default such as by taking specified actions which may include without limitation ceasing and desisting from utilizing a Subcontractor The CPO may consider many factors in determining whether to declare an event of default whether to offer an opportunity to cure and if so any requirements for cure including without limitation the seriousness of the noncompliance any effects of the noncompliance Contractor s and or Subcontractor s history of compliance or noncompliance with the sa
484. y dehydrate a person C Immediately notify the person in charge and leave the area when feeling discomfort from heat stress e g Dizziness Headache Nausea Fainting Note When working outside rest in the shade d Follow these directions to reduce the potential of heat stress problems Increase fluid intake Do not skip meals Avoid alcohol use 3 DESCRIPTION OF HEAT STRESS Under heat stress conditions the body produces heat faster than it can be shed to the surrounding environment or when the body absorbs heat from the surrounding environment The body must maintain itself between 98 degrees 100 degrees F To do this the body increases blood flow to take heat from the muscles to the skin and increase perspiration to cool by evaporation 2015 CDA Construction Safety Section VII Health Precautions Manual Issued for Use 6 1 2015 Page 48 4 RECOGNITION AND TREATMENT OF HEAT ILLNESSES ILLNESS SYMPTOMS TREATMENT ed Heat Stroke Dry skin usually red mottled of Immediate and rapid cooling cyanotic confusion loss of by immersion in chilled water consciousness convulsions or wrapping in a wet sheet fatal if treatment is delayed Heat Rash Red rash with blister like Intermittent relief from heat bumps prickling sensation maintain dry skin prevent during heat exposure secondary infection Heat Cramps Painful spasms of muscles used Drink more water eat salty during work onset during o
485. y grounded when connected to a power source unless b tool is an approved double insulted type or 2015 CDA Construction Safety Manual Section VI General Safety Requirements Page 38 The tool is connected to the power supply by means of an isolating transformer or other isolated power supply such as a 24 volt DC system All power tools shall be examined prior to use to insure general serviceability and the presence of all applicable safety devices The electric cord end electric components shall be given an especially thorough examination Electric tools shall not be used where there is a hazard of flammable vapors gases or dusts Assure the ground prong is present 4 PNEUMATIC TOOLS a Pneumatic tools shall only be operated by competent persons who have been trained in their use Documentation of training shall be available onsite Pneumatic tools shall be secured to the hose by some positive means also each hose connection must be provided a safety retaining clip These tools shall never be pointed at another person Compressed air shall not be used for cleaning purposes Compressed air shall not be used to blow dust or dirt from clothing Assure all appropriate personnel protective clothing is worn including hearing protection when necessary Prior to making adjustments or changing air tools unless equipped with quick change connectors the air shall be shut off at the air supply valve ahead of the hose The h
486. y may not however unduly disrupt work 5 CITATIONS As a result of an inspection citations and notice of monetary penalty may be received onsite Should a citation penalty notice be received the following must be done Immediately forward copies of the material received along with completed copies of inspection records and pictures to the CM Manager of Safety Post copies of citations near the area cited Postings must remain for three 3 working days or until corrections have been made Each citation provides for the removal of assessed penalty figures This section is to be detached before citations are copied and posted Failure to post citation is punishable by fine 6 WHAT TO DO WHEN OSHA INSPECTS a INTRODUCTION This is to assist you in the event of an inspection of your site by an Occupational Safety and Health Administration Compliance Officer Its purpose is to provide a guide for chronological recording of information and evidence to support an affirmative defense The forms should be copied in an amount to provide for field use during inspection At the completion of the inspection final forms should be typed and photographs attached 2015 CDA Construction Safety Manul hspections Issuedfor Use 6 1 2015 Page 64 is extremely important that all information be accurate that pictures are clear and that measurements be accurate since the information may be introduced as evidence under oath at a
487. y of the weekly time sheet countersigned by the Chief Operating Engineer of the H amp R Building must be attached to each invoice submitted to the Commissioner for payment When the invoices are received the Contractor s weekly time sheets will be compared with copies of the daily sign in sheets kept on the City s records See Exhibit B Sign In Sheet Example 5 8 1 21 EMERGENCY REPAIRS Annually the Commissioner at its sole discretion may require the Contractor to perform Emergency Repairs ER during Straight Overtime or Premium Time hours on the Combustion Control Systems located at the Chicago O Hare International Airport When directed by the Commissioner through verbal and or email authorization and followed by sub order s issued under the sub order provision of the Special Conditions the Contractor will furnish all Control Fitters replacement parts accessories and materials tools equipment machinery and services required to perform the emergency repairs Estimated quantities of Straight Overtime and Premium time hours that may be required for a period of five 5 years for Control Fitters are listed on the Proposal Pages The Contractor must submit its Straight Overtime and Premium time hourly labor rates for Control Fitters listed on the Proposal Pages per Line Items 1 2 3 The Contractor must be available to perform the Emergency Repairs on twenty four 24 hours a day seven 7 days a week basis In response to an emergency ca
488. y s Airport 7 CONCLUSION The Contractor s compliance and cooperation with this policy including cooperation with CDA or the CM Manager of Safety requested drug and alcohol testing and inspection procedures is a condition of employment The failure of a Contractor to comply and cooperate with this policy shall be grounds for disciplinary action including termination of the contract Remainder of page left intentionally blank 2015 CDA Construction Safety Manual Section VII Health Precautions Issued for Use 6 1 2015 Page 58 Vill EMERGENCY PROCEDURES A INTRODUCTION The Contractor shall prepare written procedures governing actions to be taken in the event of serious injury property damage or catastrophic events These procedures shall be updated as the work progresses Emergency procedures will include necessary action to be taken who will take them names of persons to be notified and location of emergency equipment and supplies These procedures wil be provided to all key personnel involved and will be posted in conspicuous locations throughout the project B GENERAL At the time of the project job start up copies of emergency procedures shall be given to all supervisors The Contractor s Superintendent shall review the program with each supervisor to be certain they understand the requirement and their responsibilities Upon completion of the review the project superintendent shall note in his job diary that he reviewed this
489. ystems the City of Chicago cannot guarantee compatibility Economic Disclosure Statement and Affidavit EDS 119 ARTICLE 9 PROPOSAL PAGES Proposal page s follow Remainder of page intentionally blank Proposal Pages 120 RFQ Header Information Please Respond By 1 7 2016 RFQ Number 4970 Ship To Location 085 1005 O HARE For More Information Please Contact THOMAS MAGNO 312 744 4941 City of Chicago PUO085I Catalog RFQ No Group Lines Maintenance Repair Replacement and New Installation of Combustion Controls Systems for RFQ Description HTW Generation System Spec 132826 Special Instructions Your Quote is Effective as of 1 7 2016 RFQ Status In Process Bid Proposal pricing for all commodity and or service line items must be based on the standard unit of measure indicated below Pricing on alternate units of measure may not be accepted Unit costs must be limited to three decimal places Each quote must be signed and unit price extended price and total price must be typed or written in ink Quotes on or equal items must be identified as alternate to specified item on the comment line If quoting an alternate indicate manufacturer name model part catalog number and attach descriptive literature Alternate items may not be accepted Any exceptions to items specified or other terms must be clearly indicated on the bid RFQ Header Details Contract Type WORK SERV AVIATION Target Market NO Advertise Date WEB BID E
Download Pdf Manuals
Related Search
Related Contents
User Manual-ENZ-51029-K100 - eFluxx Anestesia Generale interno 42WLG66 Kodak 7 User's Manual Owner`s Manual - Infiniti Owner Portal ありがとうございます。 Lexmark Forms Printer 2400 Series DAQ 6711/6713/6715 User Manual Copyright © All rights reserved.
Failed to retrieve file