Skip to main content

Full text of "Snow contractor manual for ... season"

See other formats


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