Digitized by the Internet Archive
in 2012 with funding from
CARLI: Consortium of Academic and Research Libraries in Illinois
http://www.archive.org/details/snowcontractormaOOchic
SNOW CONTRACTOR MANUAL
FOR
1990-1991 SNOW SEASON
CITY OF CHICAGO
DEPARTMENT OF AVIATION
T li i i (
IN APPRECIATION AND RECOGNITION
OF EVERYONE WHO CONTRIBUTED
TO THE SUCCESSFUL
O'HARE SNOW REMOVAL PROGRAM
HIWINNER OF THE BERNT BALCHEN AWARD!!!
1978, 1988, 1989
THE COLONEL BERNT BALCHEN AWARD
'Today goes fast, and tomorrow is almost here, and maybe
I have helped a little in the change. So I go on to the next
adventure, looking to the future but always thinking back
to the past, remembering my teammates and the lonely
places I have seen that no man ever saw before . . ."
Bernt Baichrn
FOR OUTSTANDING ACHIEVEMENT IN
AIRPORT SNOW AND ICE CONTROL
LARGE AND MEDIUM HUB U.S. CIVILIAN AIRPORTS.
CONTRACTORS INSTRUCTION MANUAL
Table of Contents
Introduction 1
Contract Obligations to the City 1
Parameter of Snow Removal Operations 2
Contractor Assignment and Call-Out Procedure 2
A. Airfield Ramp Contractor Call-Out 3
B. Snow Dump Call-Out 3
C. Parking Call-Out 4
D. Maintenance Garage & Roadways 4
Airport Rules and Regulations 4
GENERAL RULES 5
DRIVING RULES 6
SECURITY RULES 6
Airport Visit 8
Obstructions 8
Losses or Damages to Property 8
Contractor's Equipment Failure 8
Parking Restrictions 9
Vehicle Entrance Points 9
Contractor Supervisors 9
Training 9
Performance Evaluation 9
Submission of M/WBE Participation Information 10
Airport Layout 10
APPENDI
XA
Exhibit
1
Exhibit
II
Exhibit
III
Exhibit
IV
APPENDIX B
Exhibit
1
Exhibit
II
Exhibit
lll-A
lll-B
Exhibit
IV
Contractor Ramp Map
Initial and Full Call-Out Equipment
Requirement
Assignment Matrix
Contractor Call-Out Sheet
Snow Dump Contractor Map
Initial and Full Call-Out Equipment
Requirement
Assignment Matrix
Contractors Assigned areas
Contractor Call-Out Sheet
APPENDIX C
Exhibit
Exhibit
Exhibit
Exhibit
III
IV
Parking Area Contractor Map
Call-Out Equipment Requirement
Assignment Matrix
Contractor Call-Out Sheet
APPENDIX D
Entrance Road Map
APPENDIX E
Exhibit
Exhibit
Contractor Performance Evaluation
Form
Aviation Facility Restricted Area
Access Application Form
i
CONTRACTORS
INSTRUCTION MANUAL
1. Introduction
This manual has been prepared for contractors utilized at O'Hare International Airport
for snow removal operations. The purpose of the manual is to provide an overview of the
contractor's assignment and responsibility and to reiterate salient portions of the
contract requirements. This document in no way replaces the contract between the City
and the contractor.
2. Contract Obligations to the City
The following is a brief description of key obligations that are contained in the contract
between the City and contractors. This listing does not contain a_H items within the
contract-but highlights those that impact the day-to-day operations of the Snow
Removal Program. The contractor shall:
provide phone numbers for: 1. 24 hour answering service
2. Office and pager numbers
3. Key personnel
accept emergency calls on a 24 hour basis.
have equipment and operators available and ready to commence snow removal
operations within a maximum response time of two(2) hours or less.
provide operators, equipment, and supervisors during periods of snow removal
operations.
comply with any and all rules, regulations, directions and safety standards while
performing snow removal operations at O'Hare Airport.
maintain daily time sheets signed by their supervisor in charge at the airport
and countersigned by an authorized representative of the Department of
Aviation to verify work actually done.
Daily time sheets shall include the following information (The prime contractor shall be
responsible for all time sheets, including their subcontractors)
1 . Date and time of call out requested by the Department of Aviation.
2. Number of pieces and type of equipment used.
3. Names, signatures, and social security numbers of operators and
supervisors vorking at the airport during the snow call-out.
4. Date and time of arrival at work site.
5. Date and time of departure from the work site.
6 Location of work site (i.e., assigned area).
The contractor shall submit a copy of each daily time sheet for the applicable month
with the City Form C.P. 45 invoices to verify all charges.
All timekeeping and work order records kept by the contractor shall be available for
inspection by City representatives upon request.
3. Parameter of Snow Removal Operations
The Department of Aviation has snow removal responsibilities for all runways, taxiways,
aircraft passenger ramps, gate positions, roadways, all parking lots, the roof area of the
parking structure and the adjacent driveways and sidewalks within the terminal facility.
The Snow Removal Plan of operations, developed by the Department of Aviation, breaks
down these responsibilities into the following major groupings:
1. Department of Aviation equipment and personnel are primarily utilized to
remove snow on runways, taxiways, sidewalks, and roadways.
2. Contractors are hired to provide equipment and operations to clear:
aircraft passenger ramps and gate positions
assist DOA on the FIS roadway as needed
to maintain the snow dump sites
parking lots and the 6th level of parking structure
3. Airlines are responsible for snow removal operations on their respective
hangar and cargo ramps.
4. Contractor Assignment and Call-Out Procedure
Contractors retained by the City are assigned to three (3) general areas within the
O'Hare International Airport complex:
airfield-ramps
snow dumps
6th level of the parking structure and parking lots
In addition, the City may exercise the option to have contractor(s) assist DOA on
selected roadways.
The Department of Aviation has developed an overall master plan for snow removal
operations at O'Hare Airport. Within this plan, three DOA Divisions have responsibility
and criteria for calling out snow contractors based on both anticipated and existing
weather conditions. While these divisions work in close coordination, each division has
formulated its own weather criteria for calling out contractors. Consequently, weather
cor Jitions that require contracts cal'-out on airfield ramps do not automatically require
paring contractors to be called-out.
When a Contractor call-out is made by a DOA Division, the contractor is obligated to be
at their respective location at O'Hare within two (2) hours of the call-out. It is
imperative that all contractors respond to the call-out in a timely fashion. Contractor
response is very critical to public safety at O'Hare; any failure to respond by a
contractor will be promptly reported and documented by DOA, and could lead to default
action by the City.
A. Airfield Ramp Contractor Call-Out
City Operations determines when to call-out contractors for the airfield
ramps. Contractor assignments are illustrated in Appendix "A" Exhibit 1.
During a snow alert, City Operations also determines which contractors
will be needed on the ramps for an initial or full call-out, as defined in
Appendix "A" Exhibit 2. Only that equipment defined as "full call-out" is
included in the minimum guaranteed payment. However, should weather
conditions necessitate additional equipment as defined by DOA, the City
retains the option to request any additional equipment enumerated in the
contractor's proposal.
Note: In the event that a contractor has both an airfield ramp assignment and a snow
dump or parking assignment, the contractor should not automatically stage
his/her equipment in a snow dump unless specifically directed by Operations or
stage equipment in a parking lot unless specifically directed by the Director of
Parking. AN AIRFIELD RAMP CONTRACTOR CALL-OUT PERTAINS ONLY
TO RAMP EQUIPMENT UNLESS OTHERWISE SPECIFIED.
NOTE:
B. Snow Dump Call-Out
City Operations determines when to call-out contractors for the snow
dumps. Contractors assignments to the snow dumps are illustrated in
Appendix "B", Exhibit 1. During a snow alert, City Operations also
determines whether contractors will be needed in the snow dumps for an
initial or full call-out, as defined by Appendix "B", Exhibit 2. Only that
equipment defined as "full call-out" is included in the minimum
guaranteed payment. However, should weather conditions necessitate
additional equipment as defined by DOA, the City retains the option to
request any additional equipment enumerated in the contractor's proposal.
In the event that a contractor has both a snow dump assignment and an airfield
ramp or parking assignment, the contractor should not automatically stage
his/her equipment on the ramp unless specifically directed by Operations or
stage equipment in a parking lot unless specifically directed by the Director of
Parking. A SNOW DUMP CONTRACTOR CALL-OUT PERTAINS ONLY TO
DUMP EQUIPMENT UNLESS OTHERWISE SPECIFIED.
NOTE:
C. Parking Call-Out
The Director of Parking determines when to call-out contractors for the
parking structure and lots. Contractors assignment to the parking
structure and parking lots are illustrated in Appendix "C", Exhibit 1.
During a snow alert, the equipment and personnel contractor call-out
requirements are defined by Appendix "C", Exhibit 2. Only these
requirements are included in the minimum guaranteed payment.
However, should weather conditions necessitate additional equipment as
defined by DOA, the City retains the option to request any additional
equipment enumerated in the Contractor's proposal.
In the event that a contractor has both a parking assignment and an airfield
ramp or snow dump assignment, the contractor should not automatically stage
his/her equipment on the ramps or in the dumps unless specifically directed by
City Operations. A PARKING CONTRACTOR CALL-OUT PERTAINS ONLY
TO PARKING EQUIPMENT UNLESS OTHERWISE SPECIFIED.
NOTE:
D. Maintenance Garage & Roadways
The General Foreman of Motor Truck Drivers determines when and if
contractor(s) are needed to supplement DOA snow removal on the
roadways. The General Foreman also calls out the contractor assigned to
the Maintenance Garage.
The contractor assigned to the Maintenance Garage is illustrated in
Appendix "C", Exhibit 1. The equipment requirement for this contractor
is defined in Appendix "C" Exhibit 2. Only these requirements are
included in the minimum guaranteed payment. However, should weather
conditions necessitate additional equipment as defined by DOA, the City
retains the option to request any additional equipment enumerated in the
contractor's proposal.
In the event that the Maintenance Garage contractor or the supplemental
roadway contractor also has either a ramp, snow dump or parking assignment,
the contractor should not automatically stage his/her equipment on a ramp or
snow dump unless specifically directed by Operations or stage equipment in a
parking lot unless specifically directed by the Director of Parking. A
MAINTENANCE GARAGE OR ROADWAY CALL-OUT PERTAINS ONLY TO
MAINTENANCE GARAGE OR ROADWAY EQUIPMENT UNLESS OTHERWISE
SPECIFIED.
5. Airport Rules and Regulations
Safety and Security at O'Hare Airport is >f paramount concern to the Department of
Aviation. The FAA and the air carriers share this concern. The following rules and
regulations must be complied with by each Contractor, subcontractor, and operator while
operating within the Air Operations Area (AOA).
(
GENERAL RULES
a. It is understood that during the period of contractor performance on the
airfield, side, aircraft will continue exiting runways, taxiways, and
loading aprons. The airport will be used for continuous operations of
scheduled and unscheduled civilian aircraft. Arrivals and departures are
under the control of the FAA Control Tower Operator. Use of the airport
by all aircraft shall have precedence over all of the contractor's
operations.
b. The Contractor shall cooperate fully with the Department of Aviation and
in all matters pertaining to public safety and airport operation and shall
comply with the rules and regulations as defined by the Department of
Aviation.
c. The contractor shall not permit his/her employees or any other other
persons over whom he/she has supervision to enter or remain upon, or
within proximity to an aircraft movement area, defined as runways,
taxiways, or ramps, if the Department of Aviation deems it hazardous to
any aspect of airfield operations. Proper authority must be secured from
the Department of Aviation.
d. Between sunset and sunrise, all equipment shall be marked with yellow
flashing beacon construction lights, conforming to FAA specifications.
(FAA Advisory Circular 1 50/52 1 0-5B Painting, Marking and Lighting of
Vehicles Used On An Airport).
e. All supervisor vehicles that routinely traverse any portion of the AOA
under air traffic control (ATC) should be provided with a flag on a staff
attached to the vehicle so that the flag will be readily visible. This flag
should be at least a 3 foot square having a checkered pattern of
international orange and white squares at least 1 foot on each side.
(Refer to FAA Advisory Circular 1 50/52 1 0-5B)
f. All vehicles must have a number attached for easy identification. These
numbers must appear on each side of the vehicles and in a location visible
to the DOA Operations and Security personnel.
g. All obstruction lights shall be kept continuously in operation between
sunset and sunrise seven (7) days a week and also during any daylight
periods when aircraft ceiling is below 500 feet and visibility is less than
five (5) miles. Information on ceiling and visibility may be obtained by
the Contractor on request at the office of City Operations (686-2255).
Proper compliance with these obstruction light requirements is essential
to the orotect1 >n of aircraft and huma" 'ife and the contractor has th
respons bility o1 laking ihe initiative at ail times to be aware of ceil
and visibility conditions, without waiting for a City representative to ask
the contractor to post obstruction lights.
h. The Contractor shall, at all times, maintain all necessary protection to
safeguard the public and all persons engaged in the work and shall take
safety precautions as will accomplish such and, without interference to
the public, or maintenance and operations of the airport.
2. DRIVING RULES
All contractors will receive copies of the O'Hare Airport Driving Rules and
Regulations. The procedures outlined in this directive will be strictly enforced
by designated City personnel. (Contractors will maintain a 30 ft. separation
between their equipment and all aircraft, without exception.) Aircraft have the
right of way at all times.
ALL VEHICLES MUST BE EQUIPPED WITH TWO WAY RADIO COMMUNICATION
DEVICES TO INSURE PROPER COORDINATION BETWEEN THE SUPERVISOR ON THE
LOCATION, THEIR COMPANY HEADQUARTERS, AND OPERATORS ON THE
AIRFIELD.
3. SECURITY RULES
The Prime Contractor must complete a five (5) year background check on all
his/her employees and the subcontractor's employees prior to the issuance of
personnel snow security badges. Written verification of these background
checks must be submitted to the Department of Aviation. Thereafter, badges
will be issued to the contractor for distribution. A sample snow access badge
form and vehicle permit form are in Appendix E, Exhibit 2.
Each prime contractor is responsible for contacting the Department of Aviation
to obtain the necessary number of Restricted Area Access Applicant Forms.
The prime contractor is responsible for completing these forms on each
individual and vehicle, including subcontractors. The contractor must certify
references and the employment history of each applicant. Upon completion of
the applications, the contractor must return the form to DOA. Prior to the
issuance of a series of snow badges, the prime contractor must sign an affidavit
verifying that the five (5) year background checks were completed including
those for subcontractor(s). The number of snow badges a contractor will be
issued will be based solely on the number of completed forms submitted to the
Department of Aviation.
NOTE: Each contractor must complete sufficient forms and background checks to
ensure that the firm and its subcontractor(s) have requested enough snow
badges to ensure that his/her personnel can gain access to operate all
equipment specified in his/her proposal for 24 hours a day, 7 days a week. Each
contractor/subcontractor must present a complete list of all personnel to
O'Hare Associates, the DOA's private security coordinator.
During a snow call-out, the contractor is responsible for ensuring that his/her
personnel have badges prior to arriving at the airport. Badges must be
displayed on outer apparel at all times. All equipment must also be issued a
vehicle permit. The contractor is instructed in Appendix A as where to gain
access to the airfield. No employee of the contractor will be granted access
through security checkpoints unless both the vehicle and the driver of the
vehicle display current permits and Snow security badges. The Snow security
badge will enable access only during the period that Aviation Operations has a
snow call-out in effect.
Additionally, the contractor's personnel who function as supervisors and those
that escort the contractor's equipment/operators to their designated snow
areas, must also obtain and display an orange ORD (O'Hare) security badge in
addition to the snow badge. Furthermore, the contractor must complete a five
(5) year background check on all personnel required to obtain the orange ORD
security badge. This includes supervisors, escorters, and other individuals the
contractor designates for unescorted access. Employees of the contractor
displaying only a snow security badge must be escorted to their designated area
by properly badged supervisors or escorters of the contractor.
The contractor, his/her personnel and vehicles working within the airport
security limits shall be properly identified as determined by the Department of
Aviation, and shall comply with all airport security regulations. Failure to
comply may result in revocation of access to the airport followed by default
action by the City. In addition, the following regulations must be adhered to:
weapons, alcohol, illegal drugs or other contraband will not be allowed on
the airfield
individuals on the airfield are to remain within 20 feet of their equipment
individuals must remain within their assigned area and haul routes unless
otherwise instructed by DOA
all individuals handling equipment must be familiar and comply with the
State of Illinois, the City of Chicago, and the Department of Aviation's
motor vehicle driving regulations and procedures
relief periods for individuals must be pre-arranges and supervised by an
authorized escort of the contracting company.
6. Airport Visit
The contractor shall make every effort to familiarize her/himself with the locations of
entrances and areas in and around the airport, and with airport operations which may
affect their ability to satisfactorily perform snow removal operations.
The Contractor shall be responsible for visiting work sites to fully familiarize
her/himself with the location and the conditions to be encountered which may affect
his/her work and to fully understand the nature and scope of the work. No allowances
shall be granted to the Contractor for conditions which should have been foreseen by
proper examination.
7. Obstructions
The contractor and his/her employees shall exercise extreme caution and care to avoid
actual or potential damage to any permanent or movable object or structure on airport
property during its snow removal operations.
The Contractor shall pay particular attention to the locations of aircraft, airport service
vehicles, treadles, wheel stops, oil/fuel caps, drains, touchdown signs and lights, signs,
light posts, fences, gates, markers, in surface lighting, electrical fixtures and other
obstructions prior to the commencement of his/her operation.
8. Losses or Damages to Property
The Contractor shall be held responsible for any and all damage that he/she may cause to
the aforementioned obstruction during his/her snow removal operations and shall
reimburse the City for all costs incidental to any damage.
The Contractor shall be responsible for and shall pay for damages to new and existing
building structures, material, equipment, plant, stock, aircraft, airport service vehicles
and apparatuses where damages are directly related to work done under this contract or
where such damage is the result of neglect or carelessness on the part of the Contractor,
its employees, or subcontractors.
9. Contractor's Equipment Failure
The City shall not pay time charges to the contractor for any of his/her pieces of
equipment called out which will not start or operate properly due to mechanical failure
once at the work site.
The Contractor shall pay for all service vehicles, parts and mechanics time in the event
one of their pieces of equipment breaks down. If the contractor fails to repair a vehicle
within a reasonable timeframe, he/she should call for a replacement vehicle of the same
type f a arrive at the work site.
10 Parking Restrictions
The Contractor shall, at all times, require his/her employees to park their automobiles in
the public parking lots at the Airport.
The Contractor's employees must not at any time park their automobiles, no matter how
short the duration in any drive road or any other location within the boundaries of
Chicago O'Hare International Airport.
The Commissioner may authorize parking at the Contractor's designated storage area, if
existing conditions permit.
1 1. Vehicle Entrance Points
As per Appendix "A" assignments, Contractor snow removal equipment will enter
Chicago O'Hare International Airport at one of two points: Touhy and Mount Prospect
Roads (Guard Post #1), or Mannheim Road, between Lawrence Avenue and Irving Park
Road via the airport service road or Bessie Coleman Drive to Guard Post #11. Refer to
Appendix D.
12. Contractor Supervisors
Contractors engaged in snow removal operations shall have a supervisor in their
designated work areas at all time when work is being performed.
Contractors are responsible for providing drivers relief and the fueling and maintenance
of their equipment. Each contractor must provide a minimum of one supervisor to
monitor their snow removal operations or more as defined in the Call-Out Equipment
Requirement exhibits.
13. Training
Upon the award of a contract the contractor and his/her appropriate personnel shall be
required to attend training sessions(s) as defined by the Department of Aviation.
14. Performance Evaluation
Each contractor will be evaluated on the basis of prompt response to call-out,
performance, supervision and compliance with safety and security, rules and regulations
during each call-out by personnel designated by the First Deputy Commissioner of
Aviation. A sample performance evaluation form is in Appendix "E", Exhibit 1.
15. Submission of M/WBE Participation Information
Each contractor must comply with the City's goals relative to the participation of
Minority/Women Business Enterprises (M/WBE). Consequently, each contractor shall
provide the City a breakdown of the participation of minority and female firms. Such a
report is due on the 15th of each month, beginning December 15th. Specifically, the
contractor shall disclose the total amount of dollars received by the firm for snow
removal, along with the percentage of dollars that was bid to all subcontractors.
Reports shall be sent to:
Timothy O. Phillips
Deputy Commissioner
Chicago O'Hare International Airport
Department of Aviation
P.O. Box 66142
Chicago, Illinois 60666
16. Airport Layout
An overview of the airport layout is illustrated in Exhibit 1 on the following page.
10
)
aIbIcIdIeIfIgIh
2
3
4
5
6
7
8
9
10
II
)
12
13
14
15
16
17
18
19
20
21
22
23
24
25
MOTEi TUMAY GUDAMCE 9GN WWtFVUriOKS
SMOH M PMOmCSES 0CP1CT TIC
ACTUAL TAMfAY GUDAMX SAW VOWAGE
ON THE AlULD.
A iBlCiDjElFiGlHi I | J | K | L ! M | N j 0 | P | Q | R i S | T
APPENDIX A
AIRFIELD RAMP AREA
Exhibit I Contractor Ramp Map
Exhibit II Initial and Full Call-Out Equipment Requirement
Exhibit III Assignment Matrix
Exhibit IV Contractor Call-Out Sheet
I
<
X
Q
Z
LU
CL.
<
(N
lo m
*- ro
^ fN «-
rsi lo
rsi lO
«- CM
CTl
00
rsi rsi <— <n
rs *- rsi
CO
co
<tf CO
i£>
<d- co
^ r».
ro to
»* co
«tf co
<
LU
<
a.
<
cc
<
3
' u.
LU —I
s <
SE P
< z
vO
H
Z
LU
LU
OC
ZD
a
LU r-
tr at
t 6
z cr>
LU CT
o.
a
<
U
<
m co
00 CTi
no co
ro CO
00 CO
ro r-v
CM LO
ro wo
o ro lO
ro lo
M- CO
«tf CT>
«sT CO
co ro
^» <N
o
III3
<0
c3 c3 c-3 c -> c -> c3
z=>
*J»
a-
t/»
0»
0>
l_
>/>
i/t
3
LU 2
L-
3
o
* o
o
c
00 \J
U
<J
o
u
kS
00
C
o
rjQ U
m
u
ID
3
o
c
o
u
I
LU U
c
o
00
3 c .5 o
O «U > \3
« tt < Q
_J I O LL.
—I
<
»-
O
a. o
3 s
0 <r
x 2
a:
>.
O
^
i/i
h-
T>
O
VJ
Of
fe-
<
^
rn
c
CC
.c
k_
k.
r-
6
ro
41
3
Z
O
a>
L-
c
E
be
i
E
o
w
+-<
WO
a>
c
a<
a
>.
c
<0
o
5ki
VJ
3
^
X
a*
*> LA
IS
<
X
m
X
£5
O ^ uji
is* Q c/»i
<
CM
<
cm fN
< Q < Q
3 «- 3 *-
o , o
"Or!"0?!
<u '—• cd w
j* _*:
O O
on
Q
a— '
E i-
2, ^
en +->
L_ -
^
Q
a*— '
§i
*— -
03
u
m
a
U
k_ -
03
U
H>
c
Q
03
■»
e
a*
in
0
^~
u
Q
cd
'«/>
m
cd
CQ
CD
Q.
E
E
CD
3
rsi
Q
c
13
E
cd
3"
0
Q
u
^
a*
in
Q
v/*
cd
«q-
CO
Q
cd
Q.
E
E
d;
3
rsi
a
a;
a;
CD
>~>
^j
v
c
c
c
»^s
cd
CD
a>
"O
L_
+-»
•+-1
k_
I*
cc:
*-•
§
cd
cd
^
a>
$
03
Q.
Q.
03
03
v
_1
cd
iyi
u%
_l
_l
a>
C
CD
CD
O
CL
O
Ql
c
CO
C
cu
a
0
cd
CQ
fN
a>
0
CD
5.
a;
CO
k_
•!-•
•1-'
CO
fN
CQ
^.^
Cu
O
=fc
^
1>
"a
=te
-O
+-<
-0
, — .
"~~
■D
"O
en
CC
^
c
T3
■O
0
C
C
J*
O
-*
X
03
03
"D
cc
O-
03
03
"O
i—
o_
"O
03
08
>.
O
03
^
O
>,
>,
03
03
Q.
0
03
>.
i/> «
-C
QC
O
i_
■i-i
-C
.c
0
1->
O
JC
O- "3
3
■>->
Cd
03
3
3
cc:
C3^
cc:
en
3
< ^
cc 1-
• Z
LU
— 1
LU
U
z
<
cc
1-
Z
LU
a
O
»-
<->
CD
Q.
O
L.
E
cd
.c
c
c
Q
c
03
E
O
^
0
1—
<•>
E
<v
JZ
c
C
>
03
Q
c
03
E
E
c
c
>
O
Q LU
I
LU
>
<
0
cc
O
CL
c
03
"O
c
03
cd
0
u
</>
O
CL
03
O
cc:
O
03
O
DC
c
03
5
>
<
0
c
03
ai
>
<
■/>
0
Q.
S !5
<3
H
03
u
Z
LU
CO
CD
>/»
c3
CQ
CD
z
3
0
O
La
V
3
uo
c
C
<•>
0
O
<
u
u
CD
u>
3
o
c
o
u
X
CD
u^
3
o
w
c
o
u
3
o
c
o
u
08
CD
1/1
3
o
c
o
u
c
o
Cl
<
-o
c
03
03
X
c
cc
V
0
(0
L»
H-
■•-•
U
c
<
CC
0
u
h-
0
z
0
CD
u
(J
03
TO
C
CD
-t-J
o
CO
w_
CD
E
CD
a:
O
CQ
c
3
J3
E
o
03
C
o
u
03
O
U
"03
L.
CD
C
CD
C
o
T3
3
X
AIRFIELD RAMP CONTRACTORS
CALL-OUT CONTACT SHEET
1990-91 SNOW SEASON
APPENDIX A
EXHIBIT IV
Chicago O'Hare International Airport
P.O. Box 66142
Chicago, Illinois 60666
Operations 24 Hr. Phone
Snow Desk
686-2255
686-2256
686-2257
686-2322
686-2323
Contractors:
Greco Contractors, Inc.
2 1 00 S. Mt. Prospect Road
DesPlaines, Illinois 60618
**UNLESS OTHERWISE INDICATED ALL
THE FOLLOWING ARE AREA CODE 708
24 Hr. Answering Service
Ted Milas
John Gleason
Craig Shellman
Rick Greco
Ron Greco
John Coleman
635-7800
991-6114
827-0364
439-5416
(815)338-6383
(815)338-6383
532-4878
Hudson General Corporation
1 86 Armstrong Court
DesPlaines, Illinois 60018
24Hr. Answering Service
Norm Kaiser
(312)Pager 310-7250)
Ross Jacobs
(3 12)Pager 660-3851)
Kirk Heyde
(312)Pager310-7992)
Uwe Dannhauer
(3 12)Pager 660-3852)
(312)686-6565
298-6140
766-7194
991-7482
364-4167
824-7186
Lindahl Brothers
622 E. Green Street
Bensenville, Illinois 60106
24 Hr. Answering Service
Bud Lindahl, Jr.
Clarence Lindahl
John Lindahl
Larry Lindahl
Allen Lindahl
(312)622-4500
766-1508
595-8862
766-7336
980-4227
351-2501
Mc Kay Contractors, Inc.
11600W. Irving Park Road
Bensenville, Illinois 60106
24 Hr. Answering Service
Mike Mc Kay
Allen Dadian
Bill Scannell
Stan Pryka
Bill McKay
D.J. McKay
(312)625-7363
584-9394
213-2522
885-9028
289-2041
377-6669
513-0104
APPENDIX A
EXHIBIT IV
(cont'd)
AIRFIELD RAMP CONTRACTORS
CALL-OUT CONTACT SHEET
1990-91 SNOW SEASON
Milburn Brothers, Inc.
1100 Brandt Drive
Elgin, Illinois 60120
24 Hr. Answering Service 695-9300
BurtDahlstrom 253-6078
Warren Dahlstrom 437-1224
Mike Henry 893-9368
Pete Phillips 526-3807
Riemer Brothers
900 Elmhurst Road
Elk Grove, Illinois 60007
Roy Strom Excavating & Grading, Inc.
1201 Greenwood Avenue
Maywood, Illinois 60153
Main Office
Wally Poehler
(Pager (312) 812-8254)
Wayne Reed
(Pager 314-2078)
Greg Reimer
Tim Hanson
(Pager (312)812-8255)
24 Hr. Answering Service
Thomas Forrestal
George Strom
Roy Strom
Jim Dewitt
Dave More
437-6330
213-8018
885-2018
215-9359
428-0275
(312)237-4440
(312)237-5030
344-5000
366-6058
366-8993
469-3526
858-4398
279-9690
APPENDIX B
Exhibit I Contractor Snow Dump Map
Exhibit II Initial and Full Call-Out Equipment Requirement
Exhibit lll-A Assignment Matrix
lll-B Contractors Assigned Areas
Exhibit IV Contractor Call-Out Sheet
APPENDIX B
EXHIBIT 1
)
aIbIcIdIeIfIgIhI i IjIkIlImInIo
Q | R
4
5
6
7
8
9
IO
CAGOO'HARE
NTERNATIONAL AIRPORT
ntractor's
Dump Map
I3
14
15
16
17
18
19
20
2!
22
23
24
HOTEi TUWAT OJDWCE SGN ABBREVIATIONS
SHOW* K PARCNTHESES OCPCT TIC
ACTUAL TAXKAT GUDAMCE 9CN VERSbUX
ON r* **FELD.
A | B i C I D i E F j G j H |
DUMP
Appendix B
Exhibit II
INITIAL CALL
SNOW DUMP EQUIPMENT
FULL CALL
D1
Lindahl (1) dozer
Lindahl (2) dozers, D2Agradall, (1) backhoe
D2
Riemer Bros (1) dozer
Englewood-Urban (1) backhoe
Riemer Bros (2) dozers
Englewood-Urban (1) backhoe
D2A
Lindahl (1) dozer frm D1
Lindahl (1) dozer moved frm D1
Greco (1) dozer moved frm D3
McKay (1) gradall
D3
Greco-Medley ( 1 ) dozer
Englewood-Urban (1) backhoe
Greco-Medley (2) dozers
Englewood-Urban (1) backhoe
D4
Roy Strom (1) dozer
Roy Strom (1) dozer, (1) backhoe
D5
Milburn (2) dozer
Milburn (2) dozer, (2) backhoe
D6
Northern Exc (1) dozer
McKay ( 1 ) dozer, ( 1 ) backhoe
Northern Exc (1) dozer
McKay (1) dozer, (1) backhoe
SM/D5 Hudson Gen (1)hi-lift
(On special call only)
Hudson Gen (1) hi-lift, (1) backhoe
NOTES:
All equipment should be in place by 1 1/16/90.
Lock on D6 belongs to McKay.
Hudson General will commute from their yard to the SM/D5 and back.
APPENDIX B
EXHIBIT IH-A
AREAS AVAILABLE:
SNOW DUMP SITES
ASSIGNMENT MATRIX
D 1 Approx 550 X 500 ft 275,000 sq ft
D2 Approx 375 X 425 ft 1 59,375 sq ft
D2A APPROX 800 X 700 ft 560,000 sq ft
D3 Approx 300 X 900 ft 270,000 sq ft
D4 Approx 425 X 450 ft 191,250 sq ft
D5 Approx 400 X 500 ft 200,000 sq ft
SM Snow Melter
D6 Approx 300 X 500 ft 1 80,000 sq ft
S1/S2 Staging area for snow equipment available
CONTRACTORS ASSIGNED AREAS
AND ADDITIONAL AREAS
APPENDIX B
EXHIBIT lll-B
Hudson General:
McKay:
Milburn:
Riemer:
Roy Strom:
Greco:
Lindahl:
1 . North side of " L" Concourse, International Hardstand,
Butler Ramp.
2. *Run 2-3 large rubber blades on Inner Twy from United Express
to Inner Bridge. (DOA escort required)
3. *C- 1 , C-2, C-3, C-4, Wedge, Outer/Wedge/Cargo Triangle.
4. 2 roads in front of Rescue 3 between the Service Road and the
Cargo Twy** Rescue 3 parking lot if heavy snowfall.
1. "L-K" Concourse and i"H-K" "Y".
2. *Stub Twy, North/South Twy, Branch Twy, 27L pad. East/West
Snow Rd., snow can be wind rowed to the south side of the road
unless a haul-out is requested by DOA**.
1. 2/3 "G- H" Channel from Gate G-5 to Gate G-1 west to the G
Concourse and ? of the "H - K" "Y".
2. *Crossovers between Inner & Outer C-4, Wedge, (with Hudson
General), C-5, C-6, North/South, C-7, C-8 and C-9.
1. F -G Channel & east side of the "G" Concourse to the lease line
from the Inner to G-5.
2. Rescue 1 access road to SW Cargo Twy - re-check after
South/West Twy is plowed.
3. Old Irving, access road to 4R pad and 4R pad. Remain clear of
Rwy4R-22L
4. South Block House lot if heavy snow.
1. i "B,C-E" Channel and "E-F" "Y".
2. * Crossovers C- 10, (T-1, T-2, and T-3 between Inner and Outer
and the 14R parallel), C-1 1, C-12, triangle and Outer-Jog split,
T-4 between 14R parallel and Jog.
1. "B-C" to i of "B-C-E" Channel. Northern limit Gates B-6, C-
15, C-12.
2. *Penalty Box, Rescue 2 access road, Duckworth Dr. to 14L
parr**.
North Block House to 14L parallel**, 14L& 14Rpads.
1. United "B" and "C" Concourses down to Gates B-6, C-1 5, C-12.
2. Ovietts Road snow can be wind rowed to the north side of the
road u-~'ess hau1 ~<Jt is requested by DOA**.
3. 32Rpa_
*
* *
As traffic permits when directed by DOA
Snow pile height must not exceed 18 inches within 131 feet of any taxiway
centerline.
NOTE: DOA will assign contractor to the ARFF I parking lot and hold pads.
SNOW DUMPS
CALL-OUT CONTACT SHEET
1990-91 SNOW SEASON
APPENDIX B
EXHIBIT IV
Chicago O'Hare International Airport
P.O. Box 66142
Chicago, Illinois 60666
Contractors:
Englewood-Urban
4647 W. Huron
Chicago, Illinois 60644
Operations 24 Hr. Phone
Snow Desk
24 Hr. Answering Service
Office
Cleveland Chapman/HM
Robert Perry
Beeper
Tom Harrington
Home Phone
Beeper
**UNLESS OTHERWISE INDICATED ALL THE FOLLOWING ARE AREA CODE 708
Greco Contractors, Inc.
2 1 00 S. Mt. Prospect Road
DesPlaines, Illinois 60618
24 Hr. Answering Service
Ted Milas
John Gleason
Craig Shellman
Rick Greco
Ron Greco
John Coleman
686-2255
686-2256
686-2257
686-2322
686-2323
233-3546
264-2700
233-3546
379-0897
905-4701
921-0463
287-6535
905-4701
635-7800
991-6114
827-0364
439-5416
(815)338-6383
(815)338-6383
532-4878
Hudson General Corporation
186 Armstrong Court
DesPlaines, Illinois 60018
Lindahl Brothers
622 E. Green Street
Bensenville, Illinois 60106
24Hr. Answering Service
Norm Kaiser
(Pager 310-7250)
Ross Jacobs
(Pager 660-3851)
Kirk Heyde
(Pager 310-7992)
Uwe Dannhauer
(Pager 660-3852)
Nick Fasano
(Pager 660-3844)
24 Hr. Answering Service
Bud Lindahl, Jr.
(Car #(3 12) 7 18-4774)
Clarence Lindahl
John Lindahl
Larry Lindahl
Allen Lindahl
(312)686-6565
298-6140
766-7194
991-7482
364-4167
271-3503
213-8381
(312)622-4500
766-1508
595-8862
766-7336
980-4227
351-2501
Mc Kay Contractors, Inc.
1 1 600 W. Irving Park Road
Bensenville, Illinois 60106
24 Hr. Answering Service
Mike Mc Kay
Allen Dadian
Bill Scannell
Stan Pryka
Bill McKay
D.J. McKay
(312)625-7363
584-9394
213-2522
885-9028
289-2041
377-6669
513-0104
SNOW DUMPS
CALL-OUT CONTACT SHEET
1990-91 SNOW SEASON
APPENDIX B
EXHIBIT IV
(cont'd)
Milburn Brothers, Inc.
1100 Brandt Drive
Elgin, Illinois 60120
24 Hr. Answering Service 695-9300
Burt Dahlstrom 253-6078
(Car #624-8208)
Warren Dahlstrom 437-1224
(Car #624-8209)
Mike Henry 893-9368
Pete Phillips 526-3807
Northern Excavators
19 W. 374 Lake Street
Addison, Illinois 60101
P.O. Box 244
24 Hr. Answering Service 543-382 1
Bob Kabbe 530-4274
Bob Denning 669-5827
Hal Kappie 669-3134
Riemer Brothers
900 Elm hurst Road
Elk Grove, Illinois 60007
Roy Strom Excavating & Grading, Inc.
1201 Greenwood Avenue
Maywood, Illinois 60153
Main Office
WallyPoehler
(Pager (3 12) 81 2-8254)
Wayne Reed
(Pager 3 14-2078)
Greg Reimer
Tim Hanson
(Pager (312)812-8255)
24 Hr. Answering Service
Thomas Forrestal
George Strom
Roy Strom
Jim Dewitt
Dave More
437-6330
213-8018
885-2018
215-9359
428-0275
(312)237-4440
(312)237-5030
344-5000
366-6058
366-8993
469-3526
858-4398
279-9690
APPENDIX C
PARKING AREA
Exhibit I Parking Area Contractor Map
Exhibit II Call-Out Equipment Requirement
Exhibit III Assignment Matrix
Exhibit IV Contractor Call-out Sheet
PARKING STRUCTURE & LOTS
CALL-OUT EQUIPMENT REQUIREMENTS
Outside West 1
Outside East 1
Hotel Road 1
APPENDIX C
EXHIBIT II
CONTRACTOR
Englewood-Urban
LOCATION
Parking
Lot A
LOADERS
SEMI'S
SUPERVISORS
TOTALS
Roof
2
1 Bobcat
3
1
7
Greg Salgado
SubTotal
'C" Lot
6
18
10
32
Mc Kay
"D" Lot
J.S. Riemer
"E" Lot
3
Mc Kay
Commercial Lot
3
*D&P
Maintenance
Garage
2
*Hudson General
FIS Roadway
2
(Hardstand)
Sub-Total
1
10
4
4
20
7
7
38
GRAND TOTAL:
21
38
10
70
fNOTE: To be called separately, as determined by the General Foreman of Motor Truck Drivers
O ^ lu
t/i D uo
0)
0»
0)
(U
<v
<U
V ^— K
V-* ^—^
VJ «^>
V ' — ■
*-* -tr-
<•* r^r
,_ i_ LO
l_ t_ LO
i_ i_ lD
k. k_ VO
i_ »- LO
l_ »- LO
< Li- ^
< Ll_ ^,
t: O Q
< LL. ^
< LL. ^_
"5 O Q
< U. ^
u
X
go
X
X
a:
O
O
<
X
ce
< S
<z
O LU
2 2
*: Z
cc (J?
°- LO
-t-1
a>
LA
x
cn
'«/»
c
3
12
o
1-
03
-t-J
z
LU
5
CL
M—
o
a;
z
~Q}
a>
o
>
x
■s\
CA
+•>
</>
-C
+->
LO
3
<
o
u
cn
c
03
Q.
XI
C
03
X
O
CC
O
X
en
c
03
CL
c
(0
Q.
cn
03
k_
03
KD
(V
C
0J
c
I-'
c
03
>»
03
X
0J
O
cc
o
<
cc
LU
X
I—
>
CO
Q
<
vj
.
<
c
CL
CC
o
<
cc
O
(-
<
0£
c
03
k_
■6
o
o
O
X
03
o
LV
03
k.
+->
C
o
u
0)
E
J
c
C
CALLED SEP
DRIVERS
£
03
03
5
D_
o
LU \£
1-
z
o
cn
c
Cn
0)
QC
o3
X
X
CO u
O 3
t- cc
U
LU
o
— i
*
*
* h-
PARKING STRUCTURE & LOTS
CALL-OUT CONTACT SHEET
1990-91 SNOW SEASON
APPENDIX C
EXHIBIT IV
Chicago O'Hare International Airport
P.O. Box 66142
Chicago, Illinois 60666
Operations 24 Hr. Phone
Snow Desk
686-2255
686-2256
686-2257
686-2322-3
Contractors:
D & P Construction Company, Inc.
6833 W. Grand Avenue
Chicago, Illinois
Englewood-Urban
4647 W. Huron
Chicago, Illinois 60644
Hudson General Corporation
1 86 Armstrong Court
DesPlaines, Illinois 60018
McKayCc ractors, Inc.
116. A ng Park Road
Bensenville, Illinois 60106
24 Hr. Answering Service
Superintendent Peter Difronzo
Main Office
Roger Schimanski
Pager (3 12)999- 1024
24 Hr. Answering Service
Office
Cleveland Chapman/Hm
Robert Perry
Beeper
Tom Harrington
Home Phone
Beeper
24Hr. Answering Service
Norm Kaiser
(Pager 310-7250)
Ross Jacobs
(Pager 660-3851)
Kirk Heyde
(Pager 3 10-7992)
Uwe Dannhauer
(Pager 660-3852)
Nick Fasano
(Pager 660-3844)
24 Hr. Answering Service
Mike Mc Kay
Allen Dadian
Bill Scannell
Stan Pryka
Bill McKay
D.J. McKay
456-1660
(Pager (312)417-1984)
(312)625-5017
(312)456-4189
233-3546
264-2700
233-3546
379-0897
905-4701
921-0463
287-6535
905-4701
(312)686-6565
298-6140
766-7194
991-7482
364-4167
271-3503
213-8381
(312)625-7363
584-9394
213-2522
885-9028
289-2041
377-6669
513-0104
PARKING STRUCTURE & LOTS
CALL-OUT CONTACT SHEET
1990-91 SNOW SEASON
APPENDIX C
EXHIBIT IV
(cont'd)
J.S. Riemer
19N041 GalliganRoad
Dundee, Illinois 601 18
Greg Salgado Trucking, Inc.
2320 N. Damen
Chicago, Illinois 60195
Main Office (24 hr)
Jim Dahmer
Mobile (913-4904)
Dave Cates
Mobile (913-4908)
Ron Varney
Mobile (91 3-4908)
24 Hr. Answering Service
Main Office
Greg Salgado
(Pager 603-8855)
Dave Mayor
(Pager 603-8858)
669-3026
669-5180
669-5295
(815)568-5713
934-4423
490-0055
934-0147
740-2109
APPENDIX D
ENTRANCE ROAD MAP
K j L | M ; N I 0 P ! Q ; R
APPENDIX E
Exhibit I Contractor Performance Evaluation Form
Exhibit II Aviation Facility Restricted Area Access Application Form
APPENDIX E
EXHIBIT 1
SNOW CONTRACTOR PERFORMANCE EVALUATION FORM
DATE:
CONTRACTOR:
LOCATION:
Time of Initial Call-Out: Arrival: Departure:
Time of Full Call-Out: Arrival: Departure:
Record how many of each of the following pieces of equipment the Contractor had in their
designate area. List the number underthe appropriate column of either initial or full call-out. IF
A FULL CALL-OUT IS MADE AFTER an initial call-out has already been in effect, illustrate this by
making a second entry in the full call-out column and also record arrival time above.
QUANTITY
EQUIPMENT INITIAL FULL BLIZZARD
GRADERS
SEMIS ~~~~~~ ~~~~~~ ~~~~~~~~~~
LOADERS ~~~~~~ ~~~~~~
SUPERVISORS ~~~~~ ~~~~~~~
DOZERS ~~~~~~ ~~~~~~ ~~~~~~~~
GRADALS ~~~~~~~ ~~~~~~ ~~~~~~~~~
OTHER (be specific)
Rate the performance of the contractors by the following categories: (1 -Unsatisfactory; 2-Fair;
3-Good; 4-Excellent)
a. prompt call-out response 1 2 3 4
b. adherence to DOA procedures 1 2 3 4
c. quality of snow removal work 1 2 3 4
d. equipment performance 1 2 3 4
e. cooperation with DOA 1 2 3 4
f. communication with DOA " 1 2 4
g. quality of supervisor(s) 1 2 _> 4
Total Points: -r 7 = score
COMMENTS: If any rating is lower than 3, give specific explanation on the back of this form.
Also detail any incident or problem.
SIGNATURE OF EVALUATOR:
RETURN TO DEPUTY COMMISSIONER OF OPERATIONS
APPENDIX "E'
Exhibit II
AVIATION FACILITY RESTRICTED AREA ACCESS
APPLICATION FORM
Attached is a Sample application form which must be filled out prior to issuance
of a Restricted Area Access Badge and vehicle access permit. Copies of this
application form can be obtained at:
Department of Aviation
Security Office
O' Hare Airport
Each person who requires access to the Air Operations Area (AOA) at O'Hare
Airport must complete this form and return to the above location in order to
receive a personal identification badge and vehicle access permit.
Federal Regulations requires:
1 . Each person must wear an access badge
2. Each vehicle must display a vehicle access permit; and most importantly
3. Each person who has been employed after November 1st, 1985 must:
a. provide at least two (2) character references and
b. provide employment history for the past five (5) years
This application must contain this information, be signed by the employee as being
true and signed by the employer certifying that this information has been checked
and/or verified. The Department of Aviation reserves the right to re-check this
information, prior to issuing a clearance at this airport.
)
<^ 1
a
E
O)
o
m
LL
CL
1 X^^^i. \ •
C
o
CO
E
i_
o
w
;■:•■
CD
O
o
1
>*
0J
1
7)
C/) \£
o o
(0
: L
So
0)
0)
— i — ' "*-" '
c
CO
Q
z
o
>»
a>
o
£
C CD
t: en
O cd
Q. U
■
5
IBM
■ ■■■
o
<
o
n
n
E ->
LU c/)
T3 CD
C >
(5
o
LL
o
o
(0
LL
! c
03
0
<
LL
C
o
■ ■■■
T3 "°
CD 9>
co o
D- <
8 O
O QL
CO .1=
CD <
c
Lj-
CL
o
CD
1
z
LU
s
JMI
o
■■■■
"co
a>
"cS
o
■ ■■■
i-
<D
en
ro
\ CD
D_
icago
LU
Q
■ ■MB
>
o
■■■■
to
CL
<
-^
o
|
0
a:
«+■■
V
o
>»
:•:•:
^H#
S
■ ■Hi
5:5
o
ii
S: ., •-!.•'
co c
|
Q- CO
< £
O to
1:
CD O
1
E ^ S
h
CO Q. co
h
J ^
'. <
Q
o
Q.
E
LU
co
CO
CD CD
l_
"O
<
E
co
CD
C
o
-C
Q_
o
_CD
F
CD
E
CO
o
CO
CD
CD CD
CD
c
o
x:
Z h Q-
CO CO CO
o>
CD CO CO
E co co
< c
O O
CO CO
Q.
Q.
CD
CL
D
in
E ?5
CO
8*^
. t- CO
»- 0_ 2
E£
_ .52
2 I
co g
co
< -
"8
"r> ~> — ' — ' — '
!> :> CO GO 03
§ D
-a
Q. co
E m
m 75
o.E
a) E
ro cu
Q \-
o cT
E E
<D LU
c« 08
S ®
O o
« c
0) Q>
Q. co
CO "53
go;
£ CO
• I
2 O
CO
IE
i
o
I
Q.
E <*
CO
CO O)
<° o
CO *-
CO o
o CD
c
Q) «_;
< E
2 x
co co
O
co
"- 16
"O CD
L_. k_
CD CD
"8
CD
C
o
.c
Q.
_CD
CD
T3
CD
C
co co
CO
CD
>
=3
O
<
C
o
'•4—*
CO
o
CL
co
c
o
CD
cr
LU
□C
LU
X
_l
LU
CD
LL
LL
<
3
c
o
(0
0
QL
CD
3
■o
■C : en
^ co
"— CD CD
C « "o
— z <
1
c
•4—*
LL
CO
_J
-
-
*
£•
CO
CD
I ° e
CO o o
=3
o
q> co
o
o
CD
CO
C ?D
CD 3
o to
•-: CO
CD
CO
CO
c
Q
Vt->
co
Q.
X
LU
x £ £ 52 o o o
O) O) CD q) 3 0
Q O w O
CD
X
CD £
CO
Q
co
*-«
CO
co
Q
CO
CO
CD
t5
■o
<
C/>
0)
o
c
0
l_
Q)
O
tx
"5
CD
i»
CD
o
CD
E
CO
♦
t
CD
c
o
.c
Q.
0)
CO
co
CO
CD
i_
73
T5
<
CO
k_
CD
CD
>
•4— I
CO
co
CL
o
(0
c
o
IT
a
E
i±i
CD
>«
O
Q.
E
LU
CD >_
H Q S
E CD £
o +•* C^
U_ Q IE
CD
CD
t
CD
o
CD
ca
Q
c
o
CO
"(0
>
O
■a
o
sz
«*— »
CD
en
ca
.Q5
"to
CD
>
c
CD
CO
>
QL
a
co
a
CD
c
o
.c
Q.
CD
D
a
o
Q.
E
LU
*■*
C
<D
v.
i—
o
o
"55
c
a>
E
>
o
a
E
LU
O
B
O
• mm
«*-
■ ■■■
O
O
o
CD
To
E
CO
c
o
CO
T3
CD
E
i_
CD
«♦—
5
o
Q.
E
CD
■a ±
ca o
O .S
CD "O
»_ CD
CD «=
CO
2 E
CO
CD
CD
O
it
o
-a
CD
N
ID
CO
_>*
=3
"O
CO
E
co
"co
.c
J
CD
CJ
CD C
« J) i.
2^
2 co t
-C CO 3
CO CO _
fe CD
o ^ •
^ u* s
Q. ^ O
Q. co ^~
C0 CO
Q. i_
O
f 1 1
CO >* j?
c -Q o
-"> "g>
i So
c o
w "ca
CD ■£
1! <
r~ *•—
CO
ca
CD
o
^o cc
■c
CD
O
i_
CD
_C
■c
T3
C
CO
CO
C
CD
E
o
Q.
E
CD
<
LL
CD
CJ
C
CO
"O
CD
CD
CD
E.
■c
ca
Q.
CD
a
CO
m O)
CO
CO
.JO
15 o .
CO >«co
So
Q. CD
co x:
CD ^
o
c
o
f<
u_ o
CO
c c
CD
E
>»
o
a.
E
CD
T3
C
co
CO
CD
O
c
CD
I s
' C CD
o.2 5
Z. °
. >.
53 E
2 >,
D -Q
8td
CO .CD
"o ^H
s ®
CO >
® CD
2 -Q >•
— — E
a. a.
E E
CD D
^ CO
03 -a
co c
8 «
E
E
CO
c
CD
CO
CO
CD
CD O
03 CO
n
u
CD
co
o
E *-
*i CO
J5 >
CD ^
, Q- O
O ai *i
a)
o
ca
co
o
CD
>
o
.Q
CO
CD
j^, co
c 5
g-8
o 2r
CD O
Q. CO
CO^
CD *i
-1
C >»
-= O
o
Q.
E
CD
E
CD +-
^ CO
CO £
.y o
~0 CO
C CO
— >»
CD P
Q- ^
o .£
b *-
CO
CD
CD
.C
o
co
CD
C
CD
Si
V—
>%
_D
CO
co
E
LL
c^
CD
o
+- •
CO
>>
O
'£1
c
CD
E
■c
CO
Q.
CD
Q
r co
^ co
= o
-Q -c
to Q
o o
Q.
CO
CD
c
CD
■g
o
c
i_
<D
C
E
E
X
CO
E
CD
ft
CD
C
o
co
o
o
o
Q. C
E g
CD E
2-5 **
O LL. O
o t=;
c
O)
CO
l_
CD
>>
_o
Q.
E
LU
CO
c
o
co
i—
CD Z t- =
CD
i_
co
c
O)
CO
c
CO
o
c
o
in*
CB
O
»*-
r
o
o
♦-
0)
■■■■
I
c
E
o
Q.
E
LU
"D
C
ca
o
o
c
a>
0)
o
LX
Q.
Q.
<
03
O
o
CO
a>
CO
Ql
CD
c
o
CO
v_
CD
Q_
O
CO
c
o
o
CD
c
o
Q.
_CD
CD
CD
E
CO
c
^-
CL
o
CD
Q.
>^
CD
CO
CO
CD
CO
CO
CO CD
J. <
CO
o
CO
<
o
G
CD
D
CO
CD O O
°> CD ©
tj <— • ■«— •
CD CD CD
CO Q Q
c
g
<
G
CC
o
c
o
o
-J
(0
10
CD
o
o
<
CD
CD
"o c
CD
<
CD
<D
CD
CD
CD
<
CO
<
<
i_
1_
£
Q.
E
O
D)
CO
O)
c
CD
CO
CO
CO
hioi
51
Q t
2 <
CO
CO
CD
o
o
<
"CD
c
a
E
CO
cc
"co
c
E E-
E E
CD
E
CO
cc
x:
■c
o
z
CO
cc
co
cc
- £
to "5
> CO
CO
CO
cc
o
o
o
CO
Q)
CC
CD
'cd
CD
T3
CD
co
I
b
CD
E
CD
CD CD
C C
O O
Q_
"O
CD *• "-1-
E Q. Q. .
CD CD CD CD
Z CC CC Li.
O
O
O O
■4— ' -t— '
o o
o
*-> *-• /-»
C C £
O O cc
O O O
q CO CO CO CD
CD +->+-•+-> ■»-•
c c c c
o o o o
£ O O O Q
3 5556 041 217761
8/9/2010
WT 206068 1 52 00
llll urn i
i
Q.
EC
cs
GAYLORD