190 S. LaSalle St., Suite 2200 , 60603 Phone: 312.563.5400

September 6, 2019

Re: CTA RPM Phase One Project Invitation to Bid

Dear Vendor:

Thank you for your interest in the Chicago Transit Authority’s (CTA) Red and Purple Modernization (RPM) Phase One Project. Attached please find the following documents associated with The Project:

• Scope Letter (will include scope of work and schedule outline) • Project DBE Goal Requirements • Project Workforce Participation Requirements • Contractor Controlled Insurance Program (CCIP) Description • CCIP Insurance Cost Worksheet – Form 1 • Buy America Contractual Requirement • Buy America Certification Waiver • Subcontractor Qualification Questionnaire

To receive access to the contract documents and submit a responsive bid for the project, an approved pre-qualification questionnaire must be on file. Our team will provide your company with access to BIM360 to review specifications and plans only if your company is pre-approved.

To assist certified DBE Subconsultants, Subcontractors and Suppliers, our team is committed to developing multiple bid packages for each work scope relative to geography and schedule to maximize the participation of disadvantaged businesses where practical. We also encourage all small businesses (e.g. M/W/SBE) who are willing to apply for DBE certification, or seek reciprocity within Illinois, to also consider this project. All subcontractors and material suppliers are required to execute our standard “Subcontract Agreement” and/or “Purchase Order”, and provision of a Performance & Payment bond for any subcontract with a value greater than $250,000.00 is a project requirement. If there are any questions or concerns with our standard subcontract, bonding requirements, insurance, or any other matter regarding this project please feel free to contact us. We are an Equal Opportunity Employer.

A responsive bidder must have a quote, executed Buy America waiver, and a completed CCIP Insurance cost worksheet (if your scope is applicable). If you have any questions or concerns about whether your company has been pre-approved, do not hesitate to contact Kweku Thompson at [email protected].

Sincerely,

Kweku Thompson, Diversity and Inclusion Manager Email: [email protected] Cell Phone: (312) 735 - 1628

CTA – RPM Phase 1

Request for 1124 W Argyle, Argyle Stationhouse, & Bryn Mawr Stationhouse Demolition Quotation

Project Owner: Chicago Transit Authority Project Name: Red-Purple Modernization – Phase 1 Return all Pre-qualifications to: [email protected] Quote Due Date: April 30, 2020 Return all Quotes to: [email protected] and [email protected]

The Walsh-Fluor Design-Build Team (WALSH-FLUOR) is requesting your quotation on the above referenced project for a select scope of work. We feel that your firm’s expertise in Demolition is complementary and we desire to work closely with your firm, so you can provide a competitive quotation.

Your company currently performs all or portions of the work to complete the bid items listed in the attached Section "1. Scope Letter Bid Items". WALSH-FLUOR desires to further refine this list along with the specific inclusions in Section "2. Scope Letter Bid Item - Inclusions" and exclusions in Section "3. Scope Letter Bid Items - Exclusions"

Attachments: • Project DBE Goal Requirements • Project Workforce Participation Requirements • Buy America Contractual Requirements • Buy America Certification Waiver • CTA Guidance Specifications o 02 41 16 Structure Demolition o 02 71 00 Interior Asbestos Abatement o 02 71 00 Exterior Asbestos Abatement o 02 72 00 Lead Abatement • CTA Part 3 – General Requirements • CTA Part 4 – Technical Requirements o Special attention to 4.1 Demolition • PSI Lawrence to Bryn Mawr Modernization • Design Package A18B – Argyle Stage A IFP, A18B Hazardous Material Survey Report • Design Package A18D – Bryn Mawr Stage A IFP, A18D Hazardous Material Survey Report

WALSH-FLUOR will provide certain support functions for this package of work. See 2. SCOPE LETTER BID ITEM – EXCLUSIONS for items that will be provided by WALSH-FLUOR and be tailored to match the specific requirements agreed to by both parties.

Sincerely,

______

The Walsh-Fluor Design-Build Team

Page 1 of 5

CTA – RPM Phase 1

1. SCOPE LETTER BID ITEMS Provide lump sum demolition price, including hazardous material removal and disposal removal for each station listed below.

1124 W Argyle: Provide pricing for demolition of 1-story building at 1124 W Argyle, as shown in Design Package A18B.

Argyle Stationhouse: Provide pricing for demolition of station, including existing platform, per Design Package A18B.

Bryn Mawr Stationhouse: Provide pricing for demolition of station, including existing escalator, per Design Package A18D. Provide pricing for selective demolition of existing platform. Provide pricing for demolition of existing communication hut and fiber panel, with material inside to be salvaged by Meade.

Page 2 of 5

CTA – RPM Phase 1

2. SCOPE LETTER BID ITEM – INCLUSIONS

1. SCHEDULE – UPON AWARD OF SCOPE PACKAGE SUBCONTRACTOR TO BEGIN DEMOLITION PROCESS. o Demolition of 1124 W Argyle to be completed in Q2 2020. o Demolition of A18B Argyle station and platform to be completed in Q4 2020, Q1 2021. o Demolition/salvage and relocation of A18D Bryn Mawr station, platform, and communications hut to be completed in Q4 2020, Q1 2021.

2. INCLUDE ALL LABOR, EQUIPMENT, AND MATERIALS TO PERFORM THE WORK PER THE ATTACHED SPECIFICATIONS AND REQUIREMENTS.

3. INCLUDE LABOR AND MATERIAL ESCALATIONS AS NECESSARY TO MEET THE PROJECT SCHEDULE. STORED MATERIAL PAYMENTS ARE POSSIBLE UPON REQUEST TO CTA.

4. INCLUDE MOBILIZATIONS AND UNLOADING OF MATERIALS AS REQUIRED.

5. PROPOSAL MUST INCLUDE MEASURES NECESSARY TO MEET PROJECT SCHEDULE REQUIREMENTS.

6. EQUIPMENT REQUIREMENTS; SEE SPECIFICATION 3.7.5.5.B FOR CLEAN FLEET REQUIREMENTS & 3.7.1 FOR NOISE REQUIREMENTS.

7. WORK MUST BE PERFORMED IN ACCORDANCE WITH PART 4: TECHNICAL REQUIREMENTS. (SPECIAL ATTENTION TO SLOW ZONES AND CTA FLAGGER REQUIREMENTS).

8. ALL WORK AT TRACK LEVEL WILL BE LIMITED TO NON-RUSH HOUR PERIODS. RUSH HOUR PERIODS ARE MONDAY THROUGH FRIDAY, 5AM-9AM AND 3PM-7PM.

9. RAIL SAFETY TRAINING AS REQUIRED FOR OPERATIONS WITHIN 50’ OF TRACKS SHOULD BE INCLUDED ALONG WITH ALL REQUIRED PPE. (A WAIVER FOR RAIL SAFETY TRAINING AND ACCESS CAN BE PROVIDED ON A CASE BY CASE BASIS)

10. NO PARKING WITHIN THE PUBLIC WAY WITHIN 2 MILES OF THE PROJECT BEYOND THE WORK ZONE LIMITS. WORK ZONE PARKING WILL BE HANDLED ON A CASE BY CASE BASIS.

11. INCLUDE DISPOSAL OF ALL MATERIALS GENERATED BY DEMOLITION ACTIVITIES.

12. TEMPORARY PROTECTION OF EXISTING STRUCTURES.

13. GENERAL HOUSEKEEPING OF WORK AREA.

14. SITE ORIENTATIONS ARE REQUIRED PRIOR TO START OF WORK FOR SAFETY & QUALITY FOR ALL EMPLOYEES. (APPROXIMATELY 2 HRS)

Page 3 of 5

CTA – RPM Phase 1

15. PARTICIPATION IN JOBSITE COORDINATION & SAFETY MEETINGS WILL BE REQUIRED ON A REGULAR BASIS.

16. SUBCONTRACTOR WILL BE REQUIRED TO PROVIDE THEIR OWN QUALITY PLAN OR AGREE TO COMPLY WITH THE QUALITY PLAN PROVIDED BY WALSH-FLUOR.

17. PROJECT CONTROLS AND DOCUMENTATION TO BE PROCESSED VIA BIM 360. INCLUDING SUBMITTALS, RFI’S, DAILY REPORTS, AND QUALITY DOCUMENTATION. ACCESS WILL BE PROVIDED AFTER AWARD. ANY NON-COMPLIANCE REPORTS AND/OR DEFICENCIES WILL BE ISSUED VIA BIM 360.

18. SUBCONTRACTOR IS REQUIRED TO USE CTA REQUIRED PROGRAMS TO PROVIDE PROJECT UPDATES. THESE INCLUDE WEEKLY CERTIFIED PAYROLL INTO CTA’S LCP TRACKER AND PAYMENT INFORMATION INTO B2G NOW. (TRAINING WILL BE PROVIDED)

19. SUBCONTRACTOR TO COMPLY WITH ALL BUY AMERICA REQUIREMENTS.

20. SUBCONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL PERMITS/LICENSES NECESSARY TO PERFORM THE WORK.

21. BONDS ARE REQUIRED FOR ANY CONTRACTS OVER $250,000.00. PLEASE CONTACT WALSH- FLUOR FOR QUESTIONS REGARDING THIS REQUIREMENT.

22. ALL CONTRACTS ARE SUBJECT TO 5% RETENTION. RETENTION RELEASE FOR COMPLETED WORK WILL BE CONSIDERED BY CTA ON A CASE BY CASE BASES UPON REQUEST.

23. INCLUDE UTILITY DISCONNECTS AND CAPPING.

24. INCLUDE ALL REQUIRED DEMOLITION PERMITS.

25. REMOVE SLABS, GRADE BEAMS, AND FOOTINGS TO 2’ BELOW EXISTING GRADE.

26. INCLUDE ANY UTILITY DISCONNECTS AND CAPPING.

27. INCLUDE ALL REQUIRED DEMOLITION PERMITS.

28. REMOVE SLABS, GRADE BEAMS, AND FOOTINGS TO BE 2’ BELOW EXISTING GRADE WHERE SHOWN.

29. UPON DEMOLITION OF EXISTING ESCALATOR IN BRYN MAWR STATION, LEAVE PIT FOR FUTURE USE.

Page 4 of 5

CTA – RPM Phase 1

3. SCOPE LETTER BID ITEM - EXCLUSIONS

1. NOISE AND VIBRATION MONITORING WILL BE HANDLED BY GC.

2. EXCLUDE BARRIER, FENCING, AND DEMARCATION FENCING.

3. EXCLUDE EROSION CONTROL.

4. EXCLUDE STREET SWEEPING.

5. SALES TAX FOR PERMANENT MATERIALS ONLY.

Page 5 of 5