+ All Categories
Home > Documents > City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table...

City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table...

Date post: 09-Jul-2020
Category:
Upload: others
View: 6 times
Download: 0 times
Share this document with a friend
606
City of Houston - Department of Aviation Infrastructure Division PROJECT MANUAL AIRFIELD PAVEMENT REPAIRS HOUSTON AIRPORT SYSTEM PROJECT No.: 460C CIP No.: A-0513 ISSUED FOR BID VOLUME NO. 1 OF 5 Divisions 00 through 01 July 2019 RS&H, Inc. 11011 Richmond Avenue, Suite900 Houston, TX 77042 (713) 914-4455 TBPE Firm Registration No. 3401 THE NEW HAS PROJECT NUMBER IS 460D. ALL REFERENCES TO PROJECT 460C SHOULD NOW BE REFERRED TO AS 460D. NOTICE:
Transcript
Page 1: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

City of Houston - Department of Aviation – Infrastructure Division

PROJECT MANUAL

AIRFIELD PAVEMENT REPAIRS HOUSTON AIRPORT SYSTEM

PROJECT No.: 460C

CIP No.: A-0513

ISSUED FOR BID VOLUME NO. 1 OF 5

Divisions 00 through 01

July 2019

RS&H, Inc. 11011 Richmond Avenue, Suite900 Houston, TX 77042 (713) 914-4455 TBPE Firm Registration No. 3401

THE NEW HAS PROJECT NUMBER IS 460D.

ALL REFERENCES TO PROJECT 460C

SHOULD NOW BE REFERRED TO AS 460D.

NOTICE:

Page 2: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013
Page 3: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TABLE OF CONTENTS

00010-1 3-16-2017

Document 00010

TABLE OF CONTENTS

NOTE: Bold capitalized Specification Sections are included in http://documents.publicworks.houstontx.gov/document-center/cat_view/88-engineering-and-construction/92-specifications.html; and are incorporated in Project Manuals by reference as if copied verbatim. Documents listed "for filing" are to be provided by Bidder and are not included in this Project Manual unless indicated for example only. The Document numbers and titles hold places for actual documents to be submitted by Contractor during Bid, post-bid, or construction phase of the Project. Specification Sections marked with an asterisk (*) are amended by a supplemental specification, printed on blue paper and placed in front of the Specification it amends. Documents in the 200, 300 and 400 series of Division 00, except for Document 00410B – Bid Form, Part B, are not part of the Contract.

This document contains five different volumes of information. Volume 1 consists of the bidding and contract requirements for the work at all three airports. Volume 2 corresponds with the plans and work being completed at HOU. Volume 3 corresponds with the plans and work being completed at IAH. Volume 4 reflects the plans and work being completed at EFD. Volume 5 is a compilation of geotechnical reports and CSPPs for all of the work being completed.

Doc.

No. Document Title

VOLUME 1

INTRODUCTORY INFORMATION

00010 Table of Contents 00011 Seals Page 00015 List of Drawings

BIDDING REQUIREMENTS

INSTRUCTIONS TO BIDDERS

00220 Request for Bid Information

INFORMATION AVAILABLE TO BIDDERS 00320 Geotechnical Information

BID FORMS AND SUPPLEMENTS (NOTE: TO BE PROVIDED WITH BID) 00410 Bid Form, Parts A & B 00430 Bidder’s Bond (For filing; Example Form) 00450 Bidder's Statement of MWBE/PDBE/DBE Status 00452 COH Fair Campaign Ordinance Form A Contractor Submission List 00453 Bidders Statement of Residency 00454 Affidavit of Non-interest

Page 4: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TABLE OF CONTENTS Project No. 460C

Doc.

No. Document Title

00010-2 3-16-2017

00455 Ownership Information Form 00457 Conflict of Interest Questionnaire 00460 POP Program Acknowledgement Form 00461 Hire Houston First Affidavit 00470 Bidder's MWSBE Participation Plan 00471 Pre-Bid Good Faith Efforts 00472 Bidder’s Goal Deviation Request 00480 Form SCM-1 Reference Verification 00481 Anti-Collusion Statement

POST-BID PROCEDURES 00495 Post-bid Procedures

CONTRACTING REQUIREMENTS

AGREEMENT: (NOTE: TO BE PROVIDED AFTER RECEIPT OF NOTICE OF INTENT TO AWARD)

00501 Resolution of Corporation 00520 Agreement 00570 Contractor’s MWSBE Participation Plan 00571 Post-Bid Good Faith Efforts 00572 Contractor’s Plan Deviation Request

BONDS AND CERTIFICATES: NOTE: TO BE PROVIDED AFTER RECEIPT OF NOTICE OF INTENT TO AWARD)

00600 List of Proposed Subcontractors and Suppliers, Parts A & B 00601 Drug Policy Compliance Agreement 00604 History of OSHA Actions and List of On-the-job Injuries 00605 List of Safety Impact Positions 00609 List of Nonroad Diesel Equipment 00610 Performance Bond 00611 Statutory Payment Bond 00612 One-year Maintenance Bond 00613 One-year Surface Correction Bond 00620 Affidavit of Insurance 00621 Certificate of Insurance ACORD Form 00629 Affidavit for FAA Form 7460-1 00630 Agreement to Comply with POP Program 00631 Pay or Play (POP) Program – List of Subcontractors 00632 EEO Certification by Material Suppliers, Professional Service Providers 00636 Certificate of Interested Parties FORM 1295

Page 5: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TABLE OF CONTENTS

Doc.

No. Document Title

00010-3 3-16-2017

GENERAL CONDITIONS

00700 General Conditions 00701 FAA General Provisions

SUPPLEMENTARY CONDITIONS

00800 Supplementary Conditions 00805 EEO Program Requirements 00808 Bidder Requirements for City’s MWSBE Program, and Persons with Disabilities Business Enterprise (PDBE) 00820 Wage Scale and Payroll Requirements for Engineering Construction 00840 Pay or Play (POP) Program 00842 Letter of Intent

Page 6: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TABLE OF CONTENTS Project No. 460C

Doc.

No. Document Title

00010-4 3-16-2017

SPECIFICATIONS

DIVISION 1 - GENERAL REQUIREMENTS 01110 Summary of Work 01145 Contractor’s Use of Premises 01210 Cash Allowances 01230 Alternates 01241 Contractor’s Value Engineering 01255 Modification Procedures 01270 Measurement and Payment 01290 Payment Procedures 01312 Coordination and Meetings 01321 Construction Photographs 01325 Construction Schedules 01326 Construction Sequencing 01330 Submittal Procedures 01340 Shop Drawings. Product Data and Samples 01410 TPDES Requirements (with Attachments) 01423 Reference 01450 Contractor's Quality Control 01455 City’s Acceptance Testing 01457 Estimating Percentage of Product Within Specification 01505 Temporary Facilities 01506 Temporary Controls 01507 Temporary Signs 01550 Public Safety and Contractor’s Safety Staffing 01555 Traffic Control and Regulation 01561 Trench Safety System 01570 Storm Water Pollution Prevention Control 01572 Erosion and Sedimentation Control 01575 Stabilized Construction Exit 01576 Waste Material Disposal 01578 Control of Ground and Surface Water 01579 Temporary Vehicle and Equipment Fueling Area 01610 Basic Product Requirements 01630 Product Options and Substitutions 01725 Field Surveying 01726 Base Facility Survey 01731 Cutting and Patching 01740 Site Restoration 01761 Protection of Existing Services 01770 Contract Closeout 01785 Project Record Documents

Page 7: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TABLE OF CONTENTS Project 460C

Doc.

No. Document Title

00010-5 3-16-2017

VOLUME 2 - HOU

00011 Seals Page

DIVISION 2 - SITE WORK

G-100 Mobilization & General Conditions G-102 Safety and Security G-104 Project Survey and Stakeout G-105 Temporary Construction Items G-106 Removal of Painted Pavement Marking G-109 Sawcutting G-113 Coordination of Contract, Plans, and Specifications G-115 Nonwoven Geotextile Interlayer G-117 Partial Depth Pavement Repair (Spall Repair) 02535 Sealing and Repair of Cracks in Concrete Pavements P-101 Surface Preparation P-152 Excavation, Subgrade, and Embankment P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P-306 Lean Concrete Base Course P-401 Hot Mix Asphalt (HMA) Pavements P-501 Portland Cement Concrete (PCC) Pavement (Flexural Strength) P-602 Bituminous Prime Coat P-605 Joint Sealants for Concrete Pavements P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Marking P-621 Saw-Cut Grooves P-629 Thermoplastic Coal Tar Emulsion Surface Treatments D-705 Pipe Underdrains for Airports D-751 Manholes, Catch Basins, Inlets and Inspection Holes T-904 Sodding

DIVISION 3 – CONCRETE (Not Used)

DIVISION 4 – MORTAR (Not Used)

DIVISION 5 – METALS (Not Used)

DIVISION 6 - WOOD AND PLASTICS (Not Used)

Page 8: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TABLE OF CONTENTS Project No. 460C

Doc.

No. Document Title

00010-6 3-16-2017

DIVISION 7 - THERMAL AND MOISTURE PROTECTION (Not Used)

DIVISION 8 - DOORS AND WINDOWS (Not Used)

DIVISION 9 – FINISHES (Not Used)

DIVISION 10 – SPECIALITIES (Not Used)

DIVISION 11 – EQUIPMENT (Not Used)

DIVISION 12 – FURNISHINGS (Not Used)

DIVISION 13 - SPECIAL CONSTRUCTION (Not Used)

DIVISION 14 - CONVEYING SYSTEMS (Not Used)

DIVISION 15 – MECHANICAL (Not Used)

DIVISION 16 – ELECTRICAL

16010 General Provisions - Electrical 16013 Recommended Lockout Procedure for Airfield Lighting Circuit 16031 Airfield Electrical Installation Testing 16090 Alteration, Removal, and Demolition 16113 Installation of Underground Cable for Airports 16116 Installation of Airport Underground Electrical Duct Banks and Conduits 16530 Installation of Airport Lighting Systems 16535 Medium-Intensity Approach Lighting System with Runway Alignment

Indicator Lights (MALSR)

VOLUME 5

Appendix A…………………………Construction Safety and Phasing Plan (CSPP) Appendix B……………………………………..FAA Advisory Circular 150/5370-2G- Operational Safety on Airports During Construction

Page 9: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TABLE OF CONTENTS Project 460C

Doc.

No. Document Title

00010-7 3-16-2017

VOLUME 3 - IAH

00011 Seals Page

DIVISION 2 – SITE WORK

G-100 Mobilization & General Conditions G-102 Safety and Security G-103 Engineer’s Field Office G-104 Project Survey and Stakeout G-105 Temporary Construction Items G-106 Removal of Painted Pavement Marking G-109 Sawcutting G-113 Coordination of Contract, Plans, and Specifications G-114 Contractor's Quality Control Program G-115 Nonwoven Geotextile Interlayer G-116 Portland Cement Treatment for Materials In Place G-117 Partial Depth Pavement Repair (Spall Repair) G-118 Fuel Hydrant Pit Assembly 02535 Sealing and Repair of Cracks in Concrete Pavements P-101 Surface Preparation P-152 Excavation, Subgrade, and Embankment P-154 Subbase Course P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P-306 Lean Concrete Base Course P-401 Hot Mix Asphalt (HMA) Pavements P-501 Portland Cement Concrete (PCC) Pavement P-602 Bituminous Prime Coat P-605 Joint Sealants for Concrete Pavements P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Marking P-621 Saw-Cut Grooves P-629 Thermoplastic Coal Tar Emulsion Surface Treatments D-705 Pipe Underdrains for Airports T-904 Sodding T-905 Topsoiling

DIVISION 3 – CONCRETE (NOT USED)

DIVISION 4 – MORTAR (NOT USED)

Page 10: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TABLE OF CONTENTS Project No. 460C

Doc.

No. Document Title

00010-8 3-16-2017

DIVISION 5 – METALS (NOT USED)

DIVISION 6 – WOOD AND PLASTICS (NOT USED)

DIVISION 7 – THERMAL AND MOISTURE PROTECTION (NOT USED)

DIVISION 8 – DOORS AND WINDOWS (NOT USED)

DIVISION 9 – FINISHES (NOT USED)

DIVISION 10 – SPECIALITIES (NOT USED)

DIVISION 11 – EQUIPMENT (NOT USED)

DIVISION 12 – FURNISHINGS (NOT USED)

DIVISION 13 – SPECIAL CONSTRUCTION (NOT USED)

DIVISION 14 – CONVEYING SYSTEMS (NOT USED)

DIVISION 15 – MECHANICAL (NOT USED)

DIVISION 16 – ELECTRICAL

16010 General Provisions 16013 Recommended Lockout Procedures 16031 Airfield Electrical Installation Testing 16090 Alteration, Removal, and Demolition 16113 Installation of Underground Cable 16116 Underground Duct Banks and Conduits 16530 Airport Lighting Systems

VOLUME 5 Appendix A ............................................ Construction Safety and Phasing Plan (CSPP) Appendix B ............................................................... Geotechnical Investigation Report Appendix C ......................................................... FAA Advisory Circular 150/5370-2F – . Operational Safety on Airports During Construction

Page 11: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TABLE OF CONTENTS Project 460C

Doc.

No. Document Title

00010-9 3-16-2017

VOLUME 4 – EFD

00011 Seals Page

DIVISION 2 – SITE WORK

G-100 Mobilization & General Conditions G-102 Safety and Security G-104 Project Survey and Stakeout G-105 Temporary Construction Items G-106 Removal of Painted Pavement Marking G-109 Sawcutting G-113 Coordination of Contract, Plans, and Specifications 02535 Sealing and Repair of Cracks in Concrete Pavements P-101 Surface Preparation P-152 Excavation, Subgrade, and Embankment P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P-501 Portland Cement Concrete (PCC) Pavement (Flexural Strength) P-605 Joint Sealants for Concrete Pavements P-620 Runway and Taxiway Marking P-621 Saw-Cut Grooves P-629 Thermoplastic Coal Tar Emulsion Surface Treatments D-705 Pipe Underdrains for Airports T-904 Sodding T-905 Topsoiling L-108 Underground Power Cable for Airports L-110 Airport Underground Electrical Duct Banks and Conduits L-125 Installation of Airport Lighting Systems

DIVISION 3 – CONCRETE (NOT USED)

DIVISION 4 – MORTAR (NOT USED)

DIVISION 5 – METALS (NOT USED)

DIVISION 6 - WOOD AND PLASTICS (NOT USED)

DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED)

DIVISION 8 - DOORS AND WINDOWS (NOT USED)

DIVISION 9 – FINISHES (NOT USED)

DIVISION 10 – SPECIALTIES (NOT USED)

Page 12: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TABLE OF CONTENTS Project No. 460C

00010-10 3-16-2017

DIVISION 11 – EQUIPMENT (NOT USED)

DIVISION 12 – FURNISHINGS (NOT USED)

DIVISION 13 - SPECIAL CONSTRUCTION (NOT USED)

DIVISION 14 - CONVEYING SYSTEMS (NOT USED)

DIVISION 15 – MECHANICAL (NOT USED)

DIVISION 16 – ELECTRICAL (NOT USED)

VOLUME 5 Appendix A - Construction Safety and Phasing Plan (CSPP) Appendix B - Geotechnical Investigation Report Appendix C - FAA Advisory Circular 150/5370-2F – Operational Safety on Airports

During Construction

Where portions of text have been lined through (example), this text has been deleted and does not apply to this project. Where portions of text have been added with shading (example), this text has been added and is binding to this project. This process is utilized throughout the specifications and contract documents (excluding the plans).

END OF DOCUMENT

Page 13: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

460C Airfield Pavement Repairs Project No. 460C SEALS PAGE

SEALS PAGE Airfield Pavement Repairs

Civil-

RS&H

TX Firm Registration 3401

00011-1

JULY 1, 2019JUJUJULYLYLY 1 1 1

Page 14: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

460C Airfield Pavement Repairs Project No. 460C SEALS PAGE

THIS SHEET LEFT INTENTIONALLY BLANK

00011-2

Page 15: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C LIST OF DRAWINGS

00015-1

02-01-2004

Document 00015

LIST OF DRAWINGS

460C - HOU Sheet No. Drawing Title

G001 COVER SHEET

G002 SHEET INDEX AND ABBREVIATIONS

G003 SUMMARY OF QUANTITIES (1 OF 2)

G004 SUMMARY OF QUANTITIES (1 OF 2)

G005 GENERAL NOTES (1 OF 2)

G006 GENERAL NOTES (2 OF 2)

G007 SWPPP NOTES

G008 SAFETY AND SECURITY NOTES (1 OF 2)

G009 SAFETY AND SECURITY NOTES (2 OF 2)

G010 PHASING PLAN GENERAL NOTES

G101 CONTRACT LAYOUT PLAN

G102 HORIZONTAL AND VERTICAL CONTROL PLAN

G103 PHASING PLAN - BID SCHEDULE 1

G104 PHASING PLAN - BID SCHEDULE 1 - PHASE 1

G105 PHASING PLAN - BID SCHEDULE 1 - PHASE 2

G106 PHASING PLAN - BID SCHEDULE 1 - PHASE 3

G107 PHASING PLAN - BID SCHEDULE 2

G108 PHASING PLAN - BID SCHEDULE 2 - PHASE 1

G109 PHASING PLAN - BID SCHEDULE 2 - PHASE 2

G110 PHASING PLAN - BID SCHEDULE 3

G111 PHASING PLAN - BID SCHEDULE 3 - PHASE 1

G112 PHASING PLAN - BID SCHEDULE 3 - PHASE 2

G113 PHASING PLAN - BID SCHEDULE 3 - PHASE 3

G114 PHASING PLAN - BID SCHEDULE 3 - PHASE 4

G115 PHASING PLAN - BID SCHEDULE 3 - PHASE 5

G116 PHASING PLAN - BID SCHEDULE 3 - PHASE 6

G117 PHASING PLAN - BID SCHEDULE 3 - PHASE 7

G118 PHASING PLAN - BID SCHEDULE 4

G119 PHASING PLAN - BID SCHEDULE 4 - PHASE 1

G120 PHASING PLAN - BID SCHEDULE 4 - PHASE 2

G121 PHASING PLAN - BID SCHEDULE 4 - PHASE 3

G122 PHASING PLAN - BID SCHEDULE 5

G123 PHASING PLAN - BID SCHEDULE 5 - PHASE 1

G124 PHASING PLAN - BID SCHEDULE 5 - PHASE 2

G125 PHASING PLAN - BID SCHEDULE 5 - PHASE 3

G126 PHASING PLAN - BID SCHEDULE 5 - PHASE 4

Page 16: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C LIST OF DRAWINGS

00015-2

02-01-2004

Sheet No. Drawing Title G127 PHASING PLAN - BID SCHEDULE 6

G128 PHASING PLAN - BID SCHEDULE 6 - PHASE 1

G129 PHASING PLAN - BID SCHEDULE 7

G130 PHASING PLAN - BID SCHEDULE 7 - PHASE 1

G131 PHASING PLAN - BID SCHEDULE 7 - PHASE 2

G132 PHASING PLAN - BID SCHEDULE 7 - PHASE 3

G133 PHASING PLAN - BID SCHEDULE 7 - PHASE 4

G134 PHASING PLAN - BID SCHEDULE 8

G135 PHASING PLAN - BID SCHEDULE 8 - PHASE 1

G136 PHASING PLAN - BID SCHEDULE 8 - PHASE 2

G137 PHASING PLAN - BID SCHEDULE 8 - PHASE 3

G138 PHASING PLAN - BID SCHEDULE 8 - PHASE 4

G139 PHASING PLAN - BID SCHEDULE 9

G140 PHASING PLAN - BID SCHEDULE 9 - PHASE 1

G141 PHASING PLAN - BID SCHEDULE 9 - PHASE 2

G142 PHASING PLAN - BID SCHEDULE 9 - PHASE 3

G143 PHASING PLAN - BID SCHEDULE 10

G144 PHASING PLAN - BID SCHEDULE 10 - PHASE 1

G145 PHASING PLAN - BID SCHEDULE 10 - PHASE 2

G146 PHASING PLAN - BID SCHEDULE 10 - PHASE 3

G147 PHASING PLAN - BID SCHEDULE 10 - PHASE 4

G148 PHASING PLAN - BID SCHEDULE 10 - PHASE 5

G149 PHASING PLAN - BID SCHEDULE 10 - PHASE 6

G150 PHASING PLAN - BID SCHEDULE 10 - PHASE 7

G151 PHASING PLAN - BID SCHEDULE 10 - PHASE 8

G152 PHASING PLAN - BID SCHEDULE 11

G153 PHASING PLAN - BID SCHEDULE 11 - PHASE 1

G154 PHASING PLAN - BID SCHEDULE 11 - PHASE 2

G155 PHASING PLAN - BID SCHEDULE 12

G156 PHASING PLAN - BID SCHEDULE 12 - PHASE 1

G157 PHASING PLAN - BID SCHEDULE 12 - PHASE 2

G158 PHASING PLAN - BID SCHEDULE 12 - PHASE 3

G501 SAFETY AND SECURITY DETAILS

C101 PAVEMENT REPAIR PLANS - OVERVIEW

C102 PAVEMENT REPAIR PLANS (1 OF 13)

C102A PAVEMENT REPAIR PLANS (1A OF 13)

C103 PAVEMENT REPAIR PLANS (2 OF 13)

C104 PAVEMENT REPAIR PLANS (3 OF 13)

C104A PAVEMENT REPAIR PLANS (3A OF 13)

C105 PAVEMENT REPAIR PLANS (4 OF 13)

C105A PAVEMENT REPAIR PLANS (4A OF 13)

C106 PAVEMENT REPAIR PLANS (5 OF 13)

C106A PAVEMENT REPAIR PLANS (5A OF 13)

C107 PAVEMENT REPAIR PLANS (6 OF 13)

Page 17: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C LIST OF DRAWINGS

00015-3

02-01-2004

Sheet No. Drawing Title C107A PAVEMENT REPAIR PLANS (6A OF 13)

C108 PAVEMENT REPAIR PLANS (7 OF 13)

C108A PAVEMENT REPAIR PLANS (7A OF 13)

C109 PAVEMENT REPAIR PLANS (8 OF 13)

C109A PAVEMENT REPAIR PLANS (8A OF 13)

C110 PAVEMENT REPAIR PLANS (9 OF 13)

C111 PAVEMENT REPAIR PLANS (10 OF 13)

C112 PAVEMENT REPAIR PLANS (11 OF 13)

C113 PAVEMENT REPAIR PLANS (12 OF 13)

C114 PAVEMENT REPAIR PLANS (13 OF 13)

C114A PAVEMENT REPAIR PLANS (13A OF 13)

C501 JOINT AND PANEL REPAIR DETAILS (1 OF 4)

C502 JOINT AND PANEL REPAIR DETAILS (2 OF 4)

C503 JOINT AND PANEL REPAIR DETAILS (3 OF 4)

C504 JOINT AND PANEL REPAIR DETAILS (4 OF 4)

C505 HMA REPAIR DETAILS

CG101 GRADING PLAN AND PROFILE TO ELIMINATE PONDING

CM101 MARKING PLAN - RUNWAY 17-35 (1 OF 3)

CM102 MARKING PLAN - RUNWAY 17-35 (2 OF 3)

CM103 MARKING PLAN - RUNWAY 17-35 (3 OF 3)

CM501 MARKING DETAILS (1 OF 3)

CM502 MARKING DETAILS (2 OF 3)

CM503 MARKING DETAILS (3 OF 3)

CP101 TAXIWAY M3 DEMOLITION PLAN

CP102 TAXIWAY M3 JOINT LAYOUT PLAN

CP501 PAVING DETAILS

CU101 TRENCH DRAIN PLAN

CU102 SWPPP AND UNDERDRAIN PLAN AND PROFILE

CU501 TRENCH DRAIN DETAIL

CU502 DRAINAGE DETAILS

CU701 SWPPP DATA SHEET

E301 ELECTRICAL AIRFIELD DETAILS IN PAVEMENT FIXTURE IN PCC PAVEMENT

E302 ELECTRICAL AIRFIELD DETAILS IN PAVEMENT FIXTURE IN HMAC PAVEMENT

E303 ELECTRICAL AIRFIELD DETAILS

E304 ELECTRICAL AIRFIELD DETAILS

E305 ELECTRICAL AIRFIELD DETAILS – FAA MALSR BAR

Page 18: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C LIST OF DRAWINGS

00015-4

02-01-2004

460C – IAH

Sheet No. Drawing Title G01.01 COVER SHEET

G02.01 SHEET INDEX AND ABBREVIATIONS

G03.01 SUMMARY OF QUANTITIES (1 OF 2)

G03.02 SUMMARY OF QUANTITIES (2 OF 2)

G04.01 GENERAL NOTES (1 OF 2)

G04.02 GENERAL NOTES (2 OF 2)

G04.03 SWPPP NOTES

G04.04 SAFETY AND SECURITY NOTES (1 OF 2)

G04.05 SAFETY AND SECURITY NOTES (2 OF 2)

G04.06 SAFETY AND SECURITY DETAILS

G04.07 CONTRACT LAYOUT PLAN

G04.08 SURVEY CONTROL PLAN

G05.00 PHASING PLAN GENERAL NOTES

G05.01 PHASING PLAN - BID SCHEDULE 1

G05.01.01 PHASING PLAN - BID SCHEDULE 1 PHASE 1

G05.01.02 PHASING PLAN - BID SCHEDULE 1 PHASE 2

G05.01.03 PHASING PLAN - BID SCHEDULE 1 PHASE 3

G05.01.04 PHASING PLAN - BID SCHEDULE 1 PHASE 4

G05.01.05 PHASING PLAN - BID SCHEDULE 1 PHASE 5

G05.01.06 PHASING PLAN - BID SCHEDULE 1 PHASE 6

G05.02 PHASING PLAN - BID SCHEDULE 2

G05.02.01 PHASING PLAN - BID SCHEDULE 2 PHASE 1

G05.02.02 PHASING PLAN - BID SCHEDULE 2 PHASE 2

G05.02.03 PHASING PLAN - BID SCHEDULE 2 PHASE 3

G05.02.04 PHASING PLAN - BID SCHEDULE 2 PHASE 4

G05.02.05 PHASING PLAN - BID SCHEDULE 2 PHASE 5

G05.02.06 PHASING PLAN - BID SCHEDULE 2 PHASE 6

G05.02.07 PHASING PLAN - BID SCHEDULE 2 PHASE 7

G05.03 PHASING PLAN - BID SCHEDULE 3

G05.03.01 PHASING PLAN - BID SCHEDULE 3 PHASE 1

G05.03.02 PHASING PLAN - BID SCHEDULE 3 PHASE 2

G05.03.03 PHASING PLAN - BID SCHEDULE 3 PHASE 3

G05.03.04 PHASING PLAN - BID SCHEDULE 3 PHASE 4

G05.03.05 PHASING PLAN - BID SCHEDULE 3 PHASE 5

G05.03.06 PHASING PLAN - BID SCHEDULE 3 PHASE 6

G05.03.07 PHASING PLAN - BID SCHEDULE 3 PHASE 7

G05.03.08 PHASING PLAN - BID SCHEDULE 3 PHASE 8

G05.04 PHASING PLAN - BID SCHEDULE 4 (1 OF 2)

G05.04A PHASING PLAN - BID SCHEDULE 4 (2 OF 2)

G05.04.01A.1 PHASING PLAN - BID SCHEDULE 4 PHASE 1A (1 OF 2)

G05.04.01A.2 PHASING PLAN - BID SCHEDULE 4 PHASE 1A (2 OF 2)

Page 19: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C LIST OF DRAWINGS

00015-5

02-01-2004

Sheet No. Drawing Title G05.04.01B PHASING PLAN - BID SCHEDULE 4 PHASE 1B

G05.04.02 PHASING PLAN - BID SCHEDULE 4 PHASE 2

G05.04.03A PHASING PLAN - BID SCHEDULE 4 PHASE 3A

G05.04.03B PHASING PLAN - BID SCHEDULE 4 PHASE 3B

G05.05 PHASING PLAN - BID SCHEDULE 5

G05.05.01 PHASING PLAN - BID SCHEDULE 5 PHASE 1

G05.06 PHASING PLAN - BID SCHEDULE 6

G05.06.01 PHASING PLAN - BID SCHEDULE 6 PHASE 1

G05.06.02 PHASING PLAN - BID SCHEDULE 6 PHASE 2

G05.06.03 PHASING PLAN - BID SCHEDULE 6 PHASE 3

G05.06.04 PHASING PLAN - BID SCHEDULE 6 PHASE 4

G05.06.05 PHASING PLAN - BID SCHEDULE 6 PHASE 5

G05.06.06 PHASING PLAN - BID SCHEDULE 6 PHASE 6

G05.06.07 PHASING PLAN - BID SCHEDULE 6 PHASE 7

G05.06.08 PHASING PLAN - BID SCHEDULE 6 PHASE 8

G05.06.09 PHASING PLAN - BID SCHEDULE 6 PHASE 9

G05.06.10 PHASING PLAN - BID SCHEDULE 6 PHASE 10

G05.06.11 PHASING PLAN - BID SCHEDULE 6 PHASE 11

G05.06.12 PHASING PLAN - BID SCHEDULE 6 PHASE 12

G05.07 PHASING PLAN - BID SCHEDULE 7

G05.07.01 PHASING PLAN - BID SCHEDULE 7 PHASE 1

G05.07.02 PHASING PLAN - BID SCHEDULE 7 PHASE 2

G05.07.03 PHASING PLAN - BID SCHEDULE 7 PHASE 3

G05.07.04 PHASING PLAN - BID SCHEDULE 7 PHASE 4

G05.07.05 PHASING PLAN - BID SCHEDULE 7 PHASE 5

G05.07.06 PHASING PLAN - BID SCHEDULE 7 PHASE 6

G05.07.07 PHASING PLAN - BID SCHEDULE 7 PHASE 7

G05.07.08 PHASING PLAN - BID SCHEDULE 7 PHASE 8

G05.07.09 PHASING PLAN - BID SCHEDULE 7 PHASE 9

G05.08 PHASING PLAN - BID SCHEDULE 8

G05.08.01 PHASING PLAN - BID SCHEDULE 8 PHASE 1

G05.08.02 PHASING PLAN - BID SCHEDULE 8 PHASE 2

G05.08.03 PHASING PLAN - BID SCHEDULE 8 PHASE 3

G05.08.04 PHASING PLAN - BID SCHEDULE 8 PHASE 4

G05.08.05 PHASING PLAN - BID SCHEDULE 8 PHASE 5

G05.08.06 PHASING PLAN - BID SCHEDULE 8 PHASE 6

G05.08.07 PHASING PLAN - BID SCHEDULE 8 PHASE 7

G05.08.08 PHASING PLAN - BID SCHEDULE 8 PHASE 8

G05.08.09 PHASING PLAN - BID SCHEDULE 8 PHASE 9

G05.08.10 PHASING PLAN - BID SCHEDULE 8 PHASE 10

G05.08.11 PHASING PLAN - BID SCHEDULE 8 PHASE 11

G05.08.12 PHASING PLAN - BID SCHEDULE 8 PHASE 12

G05.09 PHASING PLAN - BID SCHEDULE 9

Page 20: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C LIST OF DRAWINGS

00015-6

02-01-2004

Sheet No. Drawing Title G05.09.01 PHASING PLAN - BID SCHEDULE 9 PHASE 1

G05.10 PHASING PLAN - BID SCHEDULE 10

G05.10.01 PHASING PLAN - BID SCHEDULE 10 PHASE 1

G06.01 TAXIWAY SF SAFETY AND PHASING PLAN BID SCHEDULE 4 PHASE 1A

G06.02 TAXIWAY SF SAFETY AND PHASING PLAN BID SCHEDULE 4 PHASE 1B

G06.03 TAXIWAY SF SAFETY AND PHASING PLAN BID SCHEDULE 4 PHASE 2

G06.04 TAXIWAY SF SAFETY AND PHASING PLAN BID SCHEDULE 4 PHASE 3A

G06.05 TAXIWAY SF SAFETY AND PHASING PLAN BID SCHEDULE 4 PHASE 3B

C01.00 PAVEMENT PANEL REPAIR PLANS - OVERVIEW

C01.01 PAVEMENT PANEL REPAIR PLANS (1 OF 19)

C01.02 PAVEMENT PANEL REPAIR PLANS (2 OF 19)

C01.03 PAVEMENT PANEL REPAIR PLANS (3 OF 19)

C01.04 PAVEMENT PANEL REPAIR PLANS (4 OF 19)

C01.05 PAVEMENT PANEL REPAIR PLANS (5 OF 19)

C01.06 PAVEMENT PANEL REPAIR PLANS (6 OF 19)

C01.06A PAVEMENT PANEL REPAIR PLANS (6A OF 19)

C01.07 PAVEMENT PANEL REPAIR PLANS (7 OF 19)

C01.07A PAVEMENT PANEL REPAIR PLANS (7A OF 19)

C01.08 PAVEMENT PANEL REPAIR PLANS (8 OF 19)

C01.09 PAVEMENT PANEL REPAIR PLANS (9 OF 19)

C01.10 PAVEMENT PANEL REPAIR PLANS (10 OF 19)

C01.11 PAVEMENT PANEL REPAIR PLANS (11 OF 19)

C01.12 PAVEMENT PANEL REPAIR PLANS (12 OF 19)

C01.13 PAVEMENT PANEL REPAIR PLANS (13 OF 19)

C01.14 PAVEMENT PANEL REPAIR PLANS (14 OF 19)

C01.15 PAVEMENT PANEL REPAIR PLANS (15 OF 19)

C01.16 PAVEMENT PANEL REPAIR PLANS (16 OF 19)

C01.17 PAVEMENT PANEL REPAIR PLANS (17 OF 19)

C01.18 PAVEMENT PANEL REPAIR PLANS (18 OF 19)

C01.19 PAVEMENT PANEL REPAIR PLANS (19 OF 19)

C02.01 JOINT AND PANEL REPAIR DETAILS (1 OF 5)

C02.02 JOINT AND PANEL REPAIR DETAILS (2 OF 5)

C02.03 JOINT AND PANEL REPAIR DETAILS (3 OF 5)

C02.04 JOINT AND PANEL REPAIR DETAILS (4 OF 5)

C02.05 JOINT AND PANEL REPAIR DETAILS (5 OF 5)

C03.01 TAXIWAY SF DEMOLITION PLAN (1 OF 3)

C03.02 TAXIWAY SF DEMOLITION PLAN (2 OF 3)

C03.03 TAXIWAY SF DEMOLITION PLAN (3 OF 3)

C04.01 TAXIWAY SF PLAN AND PROFILE (STA. 100+00 TO STA. 110+50)

C04.02 TAXIWAY SF PLAN AND PROFILE (STA. 110+50 TO STA. 120+00)

C04.03 TAXIWAY SF PLAN AND PROFILE (STA. 120+00 TO STA. 131+75)

C05.01 TAXIWAY SF SHOULDER PAVEMENT TYPICAL SECTIONS (1 OF 2)

C05.01A TAXIWAY SF SHOULDER PAVEMENT TYPICAL SECTIONS (2 OF 2)

C05.02 UNDERDRAIN DETAILS

Page 21: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C LIST OF DRAWINGS

00015-7

02-01-2004

Sheet No. Drawing Title C05.03 JOINTING DETAILS

C05.04 CROSS SECTIONS (1 OF 6)

C05.05 CROSS SECTIONS (2 OF 6)

C05.06 CROSS SECTIONS (3 OF 6)

C05.07 CROSS SECTIONS (4 OF 6)

C05.08 CROSS SECTIONS (5 OF 6)

C05.09 CROSS SECTIONS (6 OF 6)

C05.10 TAXIWAY SF ENLARGED VIEWS

C06.01 TAXIWAY SF TEMPORARY MARKING PLAN BID SCHEDULE 4 PHASE 1A

C06.02 TAXIWAY SF TEMPORARY MARKING PLAN BID SCHEDULE 4 PHASE 3A

C06.03 TAXIWAY SF PAVEMENT MARKING PLAN

C06.04 TAXIWAY SF PAVEMENT MARKING DETAILS (1 OF 2)

C06.05 TAXIWAY SF PAVEMENT MARKING DETAILS (2 OF 2)

C07.01 SWPPP PLAN AND DETAILS

C07.02 SWPPP DATA SHEET

C08.01 RUNWAY 15L THL LIGHTS SAW KERF REPAIR

C09.01 MARKING PLAN: RUNWAY 15L-33R (1 OF 2)

C09.02 MARKING PLAN: RUNWAY 15L-33R (2 OF 2)

C09.03 MARKING DETAILS I

C09.04 MARKING DETAILS II

C09.05 MARKING PLAN: TAXIWAY WP

E01.01 ELECTRICAL AIRFIELD PLAN OVERALL MAP OF TW 'SF' WORK AREAS

E01.02 ELECTRICAL AIRFIELD PLAN OVERALL MAP OF RWSL WORK AREAS

E02.01 ELECTRICAL DEMOLITION PLAN TAXIWAY 'SF' - AREA 1 AND 2

E02.02 ELECTRICAL DEMOLITION PLAN TAXIWAY 'SF' - AREA 3

E02.03 ELECTRICAL AIRFIELD PLAN RUNWAY '15L' RWSL

E03.01 PROPOSED ELECTRICAL PLAN TAXIWAY 'SF' - AREA 1 AND 2

E03.02 PROPOSED ELECTRICAL PLAN TAXIWAY 'SF' - AREA 3

E03.03 ELECTRICAL AIRFIELD DETAILS

E03.04 ELECTRICAL AIRFIELD DETAILS

E03.05 ELECTRICAL AIRFIELD DETAILS

E03.06 ELECTRICAL AIRFIELD DETAILS

E04.01 ELECTRICAL AIRFIELD DETAILS ELEVATED EDGE LIGHT

E04.02 ELECTRICAL AIRFIELD DETAILS SEMIFLUSH EDGE LIGHT

E04.03 ELECTRICAL AIRFIELD DETAILS SIGN BASE AND MISC.

Page 22: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C LIST OF DRAWINGS

00015-8

02-01-2004

460C - EFD Sheet No. Drawing Title G01.01 COVER SHEET

G01.02 INDEX OF DRAWINGS AND SUMMARY OF QUANTITIES

G02.01 GENERAL CONTRACT NOTES

G02.02 SAFETY AND SECURITY NOTES

G02.03 SAFETY AND SECURITY DETAILS

G02.04 CONTRACT LAYOUT PLAN

G03.01 HORIZONTAL AND VERTICAL CONTROL PLAN – PAVED SAFETY AREA (BID ALTERNATE 1)

G03.02 HORIZONTAL AND VERTICAL CONTROL PLAN – TAXIWAY D AND T-HANGARS (BASE BID AND BID ALT 2)

G04.01 OVERALL PHASING PLAN

G04.02 PHASING PLAN – PHASE 1 (BASE BID AND BID ALTERNATE 1)

G04.03 PHASING PLAN – PHASE 2 (BASE BID ABD BID ALTERNATE 2)

C01.01 EXISTING CONDITIONS AND DEMOLITION PLAN (BID ALTERNATE 1)

C01.02 EXISTING CONDITIONS AND DEMOLITION PLAN – PAVED SAFETY AREA (BID ALTERNATE 1)

C01.03 EXISTING CONDITIONS AND DEMOLITION PLAN – TAXIWAY D SHOULDERS (1 OF 3) (BASE BID)

C01.04 EXISTING CONDITIONS AND DEMOLITION PLAN – TAXIWAY D SHOULDERS (2 OF 3) (BASE BID)

C01.05 EXISTING CONDITIONS AND DEMOLITION PLAN – TAXIWAY D SHOULDERS (3 OF 3) (BASE BID)

C01.06 EXISTING CONDITIONS AND DEMOLITION PLAN – T-HANGAR APRON (1 OF 3) (BID ALTERNATE 2)

C01.07 EXISTING CONDITIONS AND DEMOLITION PLAN – T-HANGAR APRON (2 OF 3) (BID ALTERNATE 2)

C01.08 EXISTING CONDITIONS AND DEMOLITION PLAN – T-HANGAR APRON (3 OF 3) (BID ALTERNATE 2)

C02.01 PAVEMENT REPAIR PLAN (BID ALTERNATE 1)

C02.02 PROPOSED PAVEMENT REHABILITATION PLAN – PAVED SAFETY AREA (BID ALTERNATE 1)

C02.03 PROPOSED PAVEMENT REHABILITATION PLAN – TAXIWAY D SHOULDERS (1 OF 3) (BASE BID)

C02.04 PROPOSED PAVEMENT REHABILITATION PLAN – TAXIWAY D SHOULDERS (2 OF 3) (BASE BID)

C02.05 PROPOSED PAVEMENT REHABILITATION PLAN – TAXIWAY D SHOULDERS (3 OF 3) (BASE BID)

C02.06 PROPOSED PAVEMENT REHABILITATION PLAN – T-HANGAR APRON (1 OF 3) (BID ALTERNATE 2)

C02.07 PROPOSED PAVEMENT REHABILITATION PLAN – T-HANGAR APRON (2 OF 3) (BID ALTERNATE 2)

C02.08 PROPOSED PAVEMENT REHABILITATION PLAN – T-HANGAR APRON (3 OF 3) (BID ALTERNATE 2)

C02.51 PROPOSED PAVEMENT SECTION AND DETAILS (1 OF 2)

C02.52 PROPOSED PAVEMENT SECTION AND DETAILS (2 OF 2)

C02.53 TYPICAL PAVEMENT NOTES AND DETAILS (BASE BID AND BID ALTERNATES 1 AND 2)

C03.01 PAVEMENT MARKING PLAN AND DETAILS (BID ALTERNATE 1)

C03.02 PAVEMENT MARKING PLAN – PAVED SAFETY AREA (BID ALTERNATE 1)

C03.03 PROPOSED MARKING PLAN – TAXIWAY D SHOULDERS (1 OF 3) (BASE BID)

C03.04 PROPOSED MARKING PLAN – TAXIWAY D SHOULDERS (2 OF 3) (BASE BID)

C03.05 PROPOSED MARKING PLAN – TAXIWAY D SHOULDERS (3 OF 3) (BASE BID)

C03.06 PROPOSED MARKING PLAN – T-HANGAR APRON (1 OF 3) (BID ALTERNATE 2)

C03.07 PROPOSED MARKING PLAN – T-HANGAR APRON (2 OF 3) (BID ALTERNATE 2) C03.08 PROPOSED MARKING PLAN – T-HANGAR APRON (3 OF 3) (BID ALTERNATE 2)

C03.09 PROPOSED MARKING PLAN – T-HANGAR APRON POINTS TABLES

C03.51 PAVEMENT MARKING DETAILS (BASE BID AND BID ALTERNATE 2)

E01.01 ELECTRICAL DEMOLITION PLAN (BID ALTERNATE 1)

E02.01 PROPOSED ELECTRICAL PLAN (BID ALTERNATE 1)

E04.01 ELECTRICAL DETAILS (BASE BID)

Page 23: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS REQUEST FOR Project No. 460C BID INFORMATION

00220-1 9-2-2014

Document 00220

REQUEST FOR BID INFORMATION

PROJECT: AIRFIELD PAVEMENT REPAIRS

PROJECT No.: PN 460C, CIP No. A-0513

TO: LaTonja P. Ware18600 Lee Road Humble, Texas 77338

Phone No. 281-233-8088 Fax No. 281-233-1685 Email Addr. [email protected]

(Type or Print question legibly; use back if more space is needed)

This request relates to and/or Drawing / Detail No. Specification Section No.

Attachments to this request:

Signature Date

(Type or Print Name)

(Type or Print Company Name)

Page 24: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS REQUEST FOR Project No. 460C BID INFORMATION

00220-2 9-2-2014

END OF DOCUMENT

Page 25: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C GEOTECHNICAL INFORMATION

00320-1

02-01-2004

Document 00320

GEOTECHNICAL INFORMATION 1.0 DOCUMENT INCLUDES

A. Soils investigation reports.

B. Bidder's responsibilities. 2.0 RELATED DOCUMENTS

A. Section 01561 - Trench Safety System 3.0 SITE INVESTIGATION REPORTS

A. In the design and preparation of Contract documents for this Project, the City and Design Consultant have used information in geotechnical reports for the investigation and analysis of soils and subsurface conditions at the Project site.

B. A copy of each report is available for examination as an appendix in the

project manual.

C. Neither the City nor Design Consultant is responsible for accuracy or completeness of any information or data.

4.0 GEOTECHNICAL REPORTS

A. Report No. Hg1213273.1, prepared by the firm of HVJ Associates, Inc., entitled Geotechnical Investigation, Taxiway PN 640C Emergency Repairs, George Bush Intercontinental Aiprort (IAH), Houston, Texas, dated January 28, 2015, consisting of 26 pages.

B. Report No. HG1213271, prepared by the firm of HVJ Associates, Inc., entitled Geotechnical Investigation and Pavement Design, dated August 20, 2015, consisting of 48 pages.

5.0 BIDDER RESPONSIBILITIES

Page 26: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS GEOTECHNICAL INFORMATION Project No. 460C_HOU & 460C_IAH

00320-2

02-01-2004

A. Bidder shall take full responsibility for interpretation and use of information contained in above listed reports for its bidding and construction purposes.

B. Bidder may perform additional soils investigations as Bidder deems

appropriate.

END OF DOCUMENT

Page 27: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PARTS A

00410-A1 02-01-2017

Document 00410A

BID FORM – PART A

To: Supply Chain Management Office

18600 Lee Road, Humble, TX 77338

Attn: Justina J Mann, Procurement Officer Project: Airfield Pavement Repairs Project No.: PN 460C Bidder:

(Print or type full name of business entity, such as corporation, LLC, etc)

1.0 OFFER

A. Total Bid Price: Having examined the Project location and all matters referred to in Bid Documents for the Project, we, the undersigned, offer to enter into a Contract to perform the Work for the Total Bid Price shown on the signature page of this Document

B. Security Deposit: Included with the Bid is a Security Deposit in the amount of 2 percent of the Total Bid Price subject to terms described in Document 00200 – Instructions to Bidders.

C. Period for Bid Acceptance: This offer is open to acceptance and is irrevocable for 240 days from Bid Date. That period may be extended by mutual written agreement of the City and Bidder.

D. Addenda: All Addenda have been received. Modifications to Bid Documents have been considered and all related costs are included in the Total Bid Price.

E. Bid Supplements: The following documents are attached: [X] Security Deposit (as defined in Document 00200 – Instructions to Bidders) [X] Document 00450 - Bidder's Statement of MWSBE Status [X] Document 00452 – Contractor Submission List COH Fair Campaign

Ordinance Form A [X] Document 00453 – Bidder’s Statement of Residency [X] Document 00454 - Affidavit of Non-interest [X] Document 00455 - Ownership Information Form [ ] Document 00456 - Bidder’s Certificate of Compliance with Buy American

Program (required for AIP funded project) [X] Document 00457 – Conflicts of Interest Questionnaire (CIQ) [ ] Document 00458 - Bidder’s Certificate Regarding Foreign Trade Restriction

(required for AIP funded project) [ ] Document 00459 - Contractor’s Statement Regarding Previous Contracts

Subject to EEO (required for AIP funded project) [X] Document 00460 – Pay or Play Acknowledgement Form (POP 1-A) [X] Document 00461 – Hire Houston First Affidavit [X] Document 00470 – Bidder’s MWSBE Participation Plan (required unless no

MWSBE participation goal is provided in Document 00800 (the “Goal”)).

Page 28: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PARTS A

00410-A2 02-01-2017

[ ] Document 00471 – Bidder’s Record of Good Faith Efforts (required if the goal in Bidder’s Participation Plan–Document 00470 is lower than the Goal).

[ ] Document 00472 – Bidder’s Goal Deviation Request (required if the goal in Bidder’s Participation Plan–Document 00470 is lower than the Goal).

[X] Document 00480 – Form SCM-1 Reference Verification [X] Document 00481 – Non-Collusion Statement [ ] Others as listed:

2.0 CONTRACT TIME

A. If offer is accepted, Contractor shall achieve Date of Substantial Completion within

the Calendar Days Provided Below for Each Bid Schedule after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below, for each awarded Bid Schedule. A separate Notice to Proceed will be issued for each Bid Schedule, establishing the required date of completion for the subject Bid Schedule. In no case shall the contract time for the work described in 460C_HOU exceed 113 Calendar Days, assuming all Base Bid Schedules are awarded. In no case shall the contract time for the work described in 460C_HOU exceed 85 Calendar Days, assuming all Bid Alternate Bid Schedules are awarded. The maximum End of Contract will be the summation of the calendar days allotted for the awarded Base Bid or Bid Alternate Bid Schedules plus 365 Calendar Days which provides for periods of time between completion of one Bid Schedule and the HAS issuance of a Notice to Proceed with the next Bid Schedule. HAS may or may not issue Notices to Proceed for individual Bid Schedules in consecutive or numerical order.

460C – HOU – BASE BID

Bid Schedule 1: 15 calendar days Bid Schedule 2: 22 calendar days Bid Schedule 3: 76 calendar days

460C – HOU – BID ALTERNATES Bid Schedule 5: 33 calendar days Bid Schedule 8: 32 calendar days Bid Schedule 11: 20 calendar days

B. If offer is accepted, Contractor shall achieve Date of Substantial Completion within

the Calendar Days Provided Below for Each Bid Schedule after Date of

Page 29: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PARTS A

00410-A3 02-01-2017

Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below, for each awarded Bid Schedule. A separate Notice to Proceed will be issued for each Bid Schedule, establishing the required date of completion for the subject Bid Schedule. In no case shall the contract time for the work described in 460C_IAH exceed 191 Calendar Days, assuming all Base Bid Schedules are awarded. In no case shall the contract time for the work described in 460C_IAH exceed 211 Calendar Days, assuming all Bid Alternate Bid Schedules are awarded. The maximum End of Contract will be the summation of the calendar days allotted for the awarded Base Bid or Bid Alternate Bid Schedules plus 365 Calendar Days which provides for periods of time between completion of one Bid Schedule and the HAS issuance of a Notice to Proceed with the next Bid Schedule. HAS may or may not issue Notices to Proceed for individual Bid Schedules in consecutive or numerical order.

460C – IAH – BASE BID

Bid Schedule 1: 50 calendar days Bid Schedule 4: 70 calendar days Bid Schedule 5: 14 calendar days Bid Schedule 6: 57 calendar days

460C – IAH – BID ALTERNATES

Bid Schedule 2: 32 calendar days Bid Schedule 3: 30 calendar days Bid Schedule 7: 62 calendar days Bid Schedule 8: 57 calendar days Bid Schedule 9: 15 calendar days Bid Schedule 10: 15 calendar days

C. If offer is accepted, Contractor shall achieve Date of Substantial Completion within

the Calendar Days Provided Below after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below. In no case shall the contract time for the work described in 460C_EFD Base Bid exceed 21 Calendar Days. If Bid Alternate 1 and 2 are awarded the contract time shall not exceed 50 Calendar Days.

END OF SECTION

Document 00410B

Page 30: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-4 02-01-2017

BID FORM – PART B

1.0 TOTAL BID PRICE HAS BEEN CALCULATED BY BIDDER, USING THE

FOLLOWING COMPONENT PRICES AND PROCESS (PRINT OR TYPE

NUMERICAL AMOUNTS):

A. STIPULATED PRICE: $[N/A] (Total Bid Price; minus Base Unit Prices, Extra Unit Prices, Cash Allowances and All Alternates, if any)

B. BASE UNIT PRICE TABLE:

460C – HOU – BASE BID:

HOU BASE BID SCHEDULE 1 – RUNWAY 13R-31L PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 1.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.02 G-102-

10.1 Safety and Security LS 1

B 1.03 G-104-5.1 Project Survey and Stakeout LS 1

B 1.04 G-105-5.1 Temporary Construction Items

LS 1

B 1.05 G-106-5.1 Pavement Marking Obliteration

SF 2,232

B 1.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 61

B 1.07 01410 TPDES Requirements LS 1

B 1.08 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 6,465

B 1.09 02535 Crack Repair in Existing Concrete Pavement

LF 154

B 1.10 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 5

B 1.11 P-306-8.1 12” Lean Concrete Base Course

SY 1,356

Page 31: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-5 02-01-2017

HOU BASE BID SCHEDULE 1 – RUNWAY 13R-31L PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 1.12 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 12,046

B 1.13 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 68

B 1.14 P-602-5.1 Bituminous Prime Coat GAL 268

B 1.15 P-605-5.1 Joint Repair in Existing Pavement

LF 25,373

B 1.16 P-620-5.1 Waterborne Reflectorized Pavement Marking (White)

SF 225

B 1.17 P-620-5.2 Waterborne Reflectorized Pavement Marking (Yellow)

SF 1,155

B 1.18 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 852

B 1.19 P-621-5.1 Pavement Grooving SY 1,526

B 1.20 16530-2 Replace in-pavement Light in HMAC Pavement

EA 7

B 1.21 16090-1 Temporary Electrical Provisions

LS 1

B 1.22 16535-1 Replace MALSR In-Pavement 5-Light Bar in Pavement Panel

LS 1

HOU TOTAL BASE BID SCHEDULE 1 UNIT PRICES

$_______

Page 32: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-6 02-01-2017

HOU BASE BID SCHEDULE 2 – RUNWAY 4-22 PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 2.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 2.02 G-102-

10.1 Safety and Security LS 1

B 2.03 G-104-5.1 Project Survey and Stakeout LS 1

B 2.04 G-105-5.1 Temporary Construction Items

LS 1

B 2.05 G-106-5.1 Pavement Marking Obliteration

SF 2,156

B 2.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 167

B 2.07 01410 TPDES Requirements LS 1

B 2.08 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 2,056

B 2.09 02535 Crack Repair in Existing Concrete Pavement

LF 334

B 2.10 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 17

B 2.11 P-306-8.1 12” Lean Concrete Base Course

SY 365

B 2.12 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 2,675

B 2.13 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 268

B 2.14 P-602-5.1 Bituminous Prime Coat GAL 60

B 2.15 P-605-5.1 Joint Repair in Existing Pavement

LF 10,189

B 2.16 P-620-5.1 Waterborne Reflectorized Pavement Marking (White)

SF 930

Page 33: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-7 02-01-2017

HOU BASE BID SCHEDULE 2 – RUNWAY 4-22 PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

B 2.17 P-620-5.2 Waterborne Reflectorized Pavement Marking (Yellow)

SF 484

B 2.18 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 742

B 2.19 P-621-5.1 Pavement Grooving SY 2,306

B 2.20 16530-1 Replace in-pavement Light in PCC Pavement

EA 12

B 2.21 16090-1 Temporary Electrical Provisions

LS 1

HOU TOTAL BASE BID SCHEDULE 2 UNIT PRICES

$________

HOU BASE BID SCHEDULE 3 – TRENCH DRAIN RECONSTRUCTION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

B 3.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 3.02 G-102-

10.1 Safety and Security LS 1

B 3.03 G-104-5.1 Project Survey and Stakeout LS 1

B 3.04 G-105-5.1 Temporary Construction Items

LS 1

B 3.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 13

B 3.06 01410 TPDES Requirements LS 1

B 3.07 P-610-5.1 Remove and Replace Trench Drain

LF 1,050

B 3.08 P-610-5.2 Remove and Replace Inlet Grate

EA 8

HOU TOTAL BASE BID SCHEDULE 3 UNIT PRICES

$________

Page 34: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-8 02-01-2017

HOU BASE BID EXTRA ITEMS

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

C 1 P-620-5.1,2

Waterborne Reflectorized Pavement Marking (White or Yellow)

SF 2,000

C 2 P-620-5.4 Waterborne Reflectorized Pavement Marking (Red)

SF 2,000

C 3 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 2,000

C 4 P-620-5.5 Temporary Marking SF 2,000

C 5 01561 Trench Safety Systems LF 200

C 6 01578 Dewatering of Trench or Excavation

LF 200

C 7 G-115-5.1 Geotextile Interlayer SY 500

C 8 D-751-5.2 Inlet or Manhole Adjustment EA 2

C 9 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 500

C 10 G-106-5.1 Pavement Marking Obliteration

SF 5,000

HOU TOTAL BASE BID EXTRA ITEMS UNIT PRICES

$________

TOTAL HOU BASE BID SCHEDULES 1, 2, 3, AND EXTRA ITEMS UNIT PRICE $__________

Page 35: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-9 02-01-2017

460C – HOU – BID ALTERNATES:

HOU BID ALTERNATE BID SCHEDULE 5 - TAXIWAY B/Z PAVEMENT

REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 5.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 5.02 G-102-10.1 Safety and Security LS 1

B 5.03 G-104-5.1 Project Survey and Stakeout LS 1

B 5.04 G-105-5.1 Temporary Construction Items

LS 1

B 5.05 G-106-5.1 Pavement Marking Obliteration

SF 200

B 5.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 68

B 5.07 01410 TPDES Requirements LS 1

B 5.08 02535 Crack Repair in Existing Concrete Pavement

LF 105

B 5.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 20

B 5.10 P-306-8.1 12” Lean Concrete Base Course

SY 79

B 5.11 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 315

B 5.12 P-605-5.1 Joint Repair in Existing Concrete Pavement

LF 58,884

HOU TOTAL BID ALTERNATE BID SCHEDULE 5 UNIT PRICES $________

Page 36: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-10 02-01-2017

HOU BID ALTERNATE BID SCHEDULE 8 - NORTHEAST TAXIWAY K PAVEMENT

REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 8.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 8.02 G-102-

10.1 Safety and Security LS 1

B 8.03 G-104-5.1 Project Survey and Stakeout LS 1

B 8.04 G-106-5.1 Pavement Marking Obliteration SF 210

B 8.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 56

B 8.06 01410 TPDES Requirements LS 1

B 8.07 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 1,969

B 8.08 02535 Crack Repair in Existing Concrete Pavement

LF 109

B 8.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 1

B 8.10 P-306-8.1 12” Lean Concrete Base Course

SY 7

B 8.11 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 26

B 8.12 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 13

B 8.13 P-602-5.1 Bituminous Prime Coat GAL 3

B 8.14 P-605-5.1 Joint Repair in Existing Pavement

LF 9,421

B 8.15 16530-1 Replace in-pavement Light in PCC Pavement Panel

EA 2

B 8.16 16090-1 Temporary Electrical Provisions

LS 1

HOU TOTAL BID ALTERNATE BID SCHEDULE 8 UNIT PRICES $_______

Page 37: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-11 02-01-2017

HOU BID ALTERNATE BID SCHEDULE 11 - TAXIWAY J PAVEMENT

REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 11.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 11.02 G-102-

10.1 Safety and Security LS 1

B 11.03 G-104-5.1 Project Survey and Stakeout LS 1

B 11.04 G-106-5.1 Pavement Marking Obliteration

SF 200

B 11.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 49

B 11.06 01410 TPDES Requirements LS 1

B 11.07 02535 Crack Repair in Existing Concrete Pavement

LF 2

B 11.08 P-152-4.1 Unclassified Excavation CY 110

B 11.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 3

B 11.10 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 110

B 11.11 P-306-8.1 12” Lean Concrete Base Course

SY 9

B 11.12 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 33

B 11.13 P-605-5.1 Joint Repair in Existing Concrete Pavement

LF 3,079

B 11.14 D-751-5.1 3’ x 3’ Grate Inlet over Existing Storm Sewer

EA 1

B 11.15 T-904-5.1 Sodding SY 631

HOU TOTAL BID ALTERNATE BID SCHEDULE 11 UNIT PRICES $_______

TOTAL HOU BID ALTERNATES BID SCHEDULES 5, 8, AND 11 UNIT PRICE $__________

Page 38: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-12 02-01-2017

460C – IAH – BASE BID:

IAH BASE BID SCHEDULE 1 - RUNWAY 15L-33R AND ASSOCIATED TAXIWAYS PAVEMENT

REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.02 G-102-

10.1 Safety and Security LS 1

B 1.03 G-103-4.1 Engineer's Field Office LS 1

B 1.04 G-104-5.1 Project Survey and Stakeout LS 1

B 1.05 G-105-5.1 Temporary Construction Items LS 1

B 1.06 G-106-5.1 Pavement Marking Obliteration SF 169,519

B 1.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 279

B 1.08 01410 TPDES Requirements LS 1

B 1.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

B 1.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 335

B 1.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 3

B 1.12 P-605-5.1 Joint Repair in Existing Pavement

LF 69,563

B 1.13 02535 Crack Repair in Existing Pavement

LF 390

B 1.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 133,855

B 1.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 440

B 1.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 35,124

B 1.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BASE BID SCHEDULE 1 (RUNWAY 15L-33R AND ASSOCIATED

TAXIWAYS PAVEMENT REHABILITATION) UNIT PRICES $__________

Page 39: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-13 02-01-2017

IAH BASE BID SCHEDULE 1 - RUNWAY 15L STATUS LIGHT REPLACEMENT

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.18 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.19 G-102-

10.1 Safety and Security LS 1

B 1.20 G-103-4.1 Engineer's Field Office LS 1

B 1.21 G-104-5.1 Project Survey and Stakeout LS 1

B 1.22 G-105-5.1 Temporary Construction Items LS 1

B 1.23 G-106-5.1 Pavement Marking Obliteration SF 27,642

B 1.24 01410 TPDES Requirements LS 1

B 1.25 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 862

B 1.26 P-620-5.1 Reflectorized Pavement Marking (White)

SF 2,880

B 1.27 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 574

B 1.28 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 24,188

B 1.29 P-621-5.1 Portland Cement Concrete Pavement Grooving

SY 862

B 1.30 16090-2 Remove & Salvage In-Pavement Light/Remove Base Can in Modified Pavement Areas

EA 16

B 1.31 16090-6 Remove No. 8 AWG, L-824C in Conduit or Ductbank

LF 3,500

B 1.32 16090-7 Remove Conduit in Modified Pavement Areas incl Counterpoise Wire

LF 1,600

B 1.33 16113-1 No. 8 AWG, L-824C, Installed in conduit or duct

LF 3,900

B 1.34 16113-3 No. 1/0 AWG Bare Counterpoise Wire incl Ground Rods, Installed in conduit trench

LF 1,600

B 1.35 16116-5

1-way, 3" PVC Conduit, Conc Encased in Modified Full Strength Pvmt incl Conduit Transitions

LF 1,600

Page 40: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-14 02-01-2017

IAH BASE BID SCHEDULE 1 - RUNWAY 15L STATUS LIGHT REPLACEMENT

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.36 16530-2 Re-install existing fixture in new L-868B base can in modified pavement

EA 16

B 1.37 16530-4 Re-connect to existing fixture EA 1

IAH TOTAL BASE BID SCHEDULE 1 (RUNWAY 15L STATUS LIGHT

REPLACEMENT) UNIT PRICES $__________

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION

AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 4.02 G-102-

10.1 Safety and Security LS 1

B 4.03 G-103-4.1 Engineer's Field Office LS 1

B 4.04 G-104-5.1 Project Survey and Stakeout LS 1

B 4.05 G-105-5.1 Temporary Construction Items LS 1

B 4.06 G-106-5.1 Pavement Marking Obliteration SF 14,600

B 4.07 G-115-5.1 Geotextile Interlayer SY 139

B 4.08 G-116-

10.1 Portland Cement Treatment for Materials In-Place

SY 10,185

B 4.09 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 149

B 4.10 G-118-5.1 Fuel Hydrant Pit Assembly EA 1

B 4.11 01410 TPDES Requirements LS 1

B 4.12 01575 Installation and Removal of Stabilized Construction Exit

EA 1

B 4.13 01578 Control of Groundwater LS 1

B 4.14 P-152-4.1 Unclassified Excavation CY 1,132

Page 41: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-15 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION

AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.15 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 204

B 4.16 P-154-5.1 4" Subbase Course SY 405

B 4.17 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 2,826

B 4.18 P-306-8.1 Lean Concrete Base Course (12")

SY 139

B 4.19 P-401-8.1.1

3" HMA Surface Course TON 1,607

B 4.20 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 261

B 4.21 P-501-8.3 6” PCC Shoulder Pavement SY 405

B 4.22 P-501-8.4 11” PCC Shoulder Pavement SY 380

B 4.23 P-602-5.1 Bituminous Prime Coat GAL 1,382

B 4.24 P-605-5.1 Joint Repair in Existing Pavement

LF 38,254

B 4.25 02535 Crack Repair in Existing Pavement

LF 254

B 4.26 P-620-5.1 Reflectorized Pavement Marking (White)

SF 20

B 4.27 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 10,120

B 4.28 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 6,420

B 4.29 P-620-5.5 Temporary Marking SF 2,918

B 4.30 P-620-5.6 Apron Entrance Point Marking – “19” (2 Color) (Sign)

EA 2

B 4.31 P-620-5.7 Apron Entrance Point Marking – “20” (2 Color) (Sign)

EA 2

B 4.32 P-620-5.8 Surface Painted Gate Sign – “D12” (2 Color)

EA 1

B 4.33 P-620-5.9 Surface Painted Gate Sign – “D12A” (2 Color)

EA 1

B 4.34 P-620-5.10

Bid Item Not Used LF 0

B 4.35 P-620-5.11

Bid Item Not Used LF 0

Page 42: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-16 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION

AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.36 P-629-8.1 Thermoplastic Coal Tar Emulsion - Micro-Surface Type B

SY 2,771

B 4.37 D-705-5.1 Perforated Underdrain (6") (Schedule 40 PVC)

LF 2,420

B 4.38 D-705-5.2 Single Underdrain Cleanout (Type 1)

EA 4

B 4.39 D-705-5.3 Single Underdrain Cleanout (Type 2)

EA 4

B 4.40 D-705-5.4 Double Underdrain Cleanout (Type 3)

EA 2

B 4.41 D-705-5.5 Non-Perforated Underdrain (6") (Schedule 40)

LF 10

B 4.42 D-705-5.6 Connect Underdrain Pipe to Structure

EA 2

B 4.43 T-904-5.1 Sodding, Fertilizer SY 2,328

B 4.44 T-905-5.1 Topsoiling (Furnished From off the Site)

CY 259

B 4.45 16090-1 Remove & Salvage Elevated Edge Light/Remove Base Can in Modified Pavement Areas

EA 29

B 4.46 16090-2 Remove & Salvage In-Pavement Light/Remove Base Can in Modified Pavement Areas

EA 1

B 4.47 16090-3 Remove & Salvage Elevated Edge Light/Base Can to Remain and be Re-used

EA 13

B 4.48 16090-4 Remove & Salvage Sign/Remove Sign Pad

EA 4

B 4.49 16090-5 Remove & Salvage Sign at Conc. Island

EA 2

B 4.50 16090-6 Remove No. 8 AWG, L-824C in Conduit or Ductbank

LF 14,400

B 4.51 16090-7 Remove Conduit in Modified Pavement Areas incl Counterpoise Wire

LF 2,800

B 4.52 16090-8 Remove Conduit in Earth incl Counterpoise Wire

LF 50

B 4.53 16090-9 Temporary Electrical Provisions LS 1

Page 43: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-17 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION

AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.54 16113-1 No. 8 AWG, L-824C, Installed in conduit or duct

LF 12,500

B 4.55 16113-2 No. 6 AWG Bare Counterpoise Wire incl Ground Rods, Installed in conduit trench

LF 4,100

B 4.56 16116-1 1-way, 2" PVC Conduit, Conc Encased in Modified Shoulder Pvmt incl Conduit Transitions

LF 2,900

B 4.57 16116-3 Install new 2" sched 40 PVC in earth

LF 1,200

B 4.58 16116-4 L-867D Pullcan EA 2

B 4.59 16530-1 Install new L-861T(L) fixture in new base can in modified shoulder pavement

EA 31

B 4.60 16530-3 Install new L-861T(L) fixture in existing base can

EA 13

B 4.61 16530-4 Re-connect to existing fixture EA 2

B 4.62 16530-5 Install new Sign, 1-sided, 1-module incl Foundation

EA 2

B 4.63 16530-6 Install new Sign, 1-sided, 3-module incl. Foundation

EA 2

B 4.64 16530-7 Install new Sign, 1-sided, 3-module at Concrete Island

EA 1

B 4.65 16530-8 Install new Sign, 2-sided, 3-module at Concrete Island

EA 1

B 4.66 16530-9 Install new L-852T(L) semi-flush fixture in new base can in modified shoulder pavement

EA 1

IAH TOTAL BASE BID SCHEDULE 4 UNIT PRICES $__________

Page 44: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-18 02-01-2017

IAH BASE BID SCHEDULE 5 - RUNWAY 9-27 AND ASSOCIATED TAXIWAY PAVEMENTS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 5.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 5.02 G-102-

10.1 Safety and Security LS 1

B 5.03 G-103-4.1 Engineer's Field Office LS 1

B 5.04 G-104-5.1 Project Survey and Stakeout LS 1

B 5.05 G-105-5.1 Temporary Construction Items LS 1

B 5.06 G-106-5.1 Pavement Marking Obliteration SF 2,660

B 5.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 57

B 5.08 01410 TPDES Requirements LS 1

B 5.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 10

B 5.10 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 16

B 5.11 P-605-5.1 Joint Repair in Existing Pavement

LF 1,205

B 5.12 02535 Crack Repair in Existing Pavement

LF 100

B 5.13 P-620-5.1 Reflectorized Pavement Marking (White)

SF 1,000

B 5.14 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 480

B 5.15 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 1,080

B 5.16 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BASE BID SCHEDULE 5 UNIT PRICES $__________

Page 45: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-19 02-01-2017

IAH BASE BID SCHEDULE 6 - RUNWAY 8L-26R AND ASSOCIATED TAXIWAYS PAVEMENT

REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 6.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 6.02 G-102-10.1 Safety and Security LS 1

B 6.03 G-103-4.1 Engineer's Field Office LS 1

B 6.04 G-104-5.1 Project Survey and Stakeout LS 1

B 6.05 G-105-5.1 Temporary Construction Items LS 1

B 6.06 G-106-5.1 Pavement Marking Obliteration SF 1,200

B 6.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 94

B 6.08 01410 TPDES Requirements LS 1

B 6.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 2

B 6.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 25

B 6.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 32

B 6.12 P-605-5.1 Joint Repair in Existing Pavement

LF 3,464

B 6.13 02535 Crack Repair in Existing Pavement

LF 278

B 6.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 200

B 6.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 250

B 6.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 550

B 6.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

B 6.18 P-620-5.5 Temporary Marking SF 100

IAH TOTAL BASE BID SCHEDULE 6 UNIT PRICES $__________

TOTAL IAH BASE BID SCHEDULES 1, 4, 5, AND 6 UNIT PRICE $__________

Page 46: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-20 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 2 - RUNWAY 8R-26L AND ASSOCIATED TAXIWAYS

PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 2.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 2.02 G-102-

10.1 Safety and Security LS 1

B 2.03 G-103-4.1 Engineer's Field Office LS 1

B 2.04 G-104-5.1 Project Survey and Stakeout LS 1

B 2.05 G-105-5.1 Temporary Construction Items LS 1

B 2.06 G-106-5.1 Pavement Marking Obliteration SF 2,519

B 2.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 71

B 2.08 01410 TPDES Requirements LS 1

B 2.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 46

B 2.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 205

B 2.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 1,419

B 2.12 P-605-5.1 Joint Repair in Existing Pavement

LF 10,826

B 2.13 02535 Crack Repair in Existing Pavement

LF 278

B 2.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 1,175

B 2.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 475

B 2.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 769

B 2.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 2 UNIT PRICES $__________

Page 47: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-21 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 3 – NORTH CARGO RAMP PAVEMENT

REHABILITATION

Item Spec. Ref. No.

Item Description Unit of

Measure Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 3.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 3.02 G-102-

10.1 Safety and Security LS 1

B 3.03 G-103-4.1 Engineer's Field Office LS 1

B 3.04 G-104-5.1 Project Survey and Stakeout LS 1

B 3.05 G-105-5.1 Temporary Construction Items LS 1

B 3.06 G-106-5.1 Pavement Marking Obliteration SF 2,100

B 3.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 93

B 3.08 01410 TPDES Requirements LS 1

B 3.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 6

B 3.10 P-605-5.1 Joint Repair in Existing Pavement

LF 50,386

B 3.11 02535 Crack Repair in Existing Pavement

LF 100

B 3.12 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 700

B 3.13 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 1,400

IAH TOTAL BID ALTERNATE BID SCHEDULE 3 UNIT PRICES $__________

Page 48: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-22 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 7 - RUNWAY 15R-33L AND ASSOCIATED TAXIWAYS

PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 7.01

G-100-3.1 Mobilization and General Conditions

LS 1

B 7.02

G-102-10.1

Safety and Security LS 1

B 7.03

G-103-4.1 Engineer's Field Office LS 1

B 7.04

G-104-5.1 Project Survey and Stakeout LS 1

B 7.05

G-105-5.1 Temporary Construction Items LS 1

B 7.06

G-106-5.1 Pavement Marking Obliteration SF 21,700

B 7.07

G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 270

B 7.08

01410 TPDES Requirements LS 1

B 7.09

P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 31

B 7.10

P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 419

B 7.11

P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 38

B 7.12

P-605-5.1 Joint Repair in Existing Pavement LF 8,516

B 7.13

02535 Crack Repair in Existing Pavement

LF 1,568

B 7.14

P-620-5.1 Reflectorized Pavement Marking (White)

SF 320

B 7.15

P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 5,825

B 7.16

P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 12,305

B 7.17

P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 250

B 7.18

P-620-5.5 Temporary Marking SF 3,000

IAH TOTAL BID ALTERNATE BID SCHEDULE 7 UNIT PRICES $__________

Page 49: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-23 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 8 - TAXIWAY NC PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 8.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 8.02 G-102-10.1 Safety and Security LS 1

B 8.03 G-103-4.1 Engineer's Field Office LS 1

B 8.04 G-104-5.1 Project Survey and Stakeout LS 1

B 8.05 G-105-5.1 Temporary Construction Items LS 1

B 8.06 G-106-5.1 Pavement Marking Obliteration SF 4,680

B 8.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 303

B 8.08 01410 TPDES Requirements LS 1

B 8.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

B 8.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 331

B 8.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 183

B 8.12 P-605-5.1 Joint Repair in Existing Pavement

LF 64,780

B 8.13 02535 Crack Repair in Existing Pavement

LF 637

B 8.14 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 1,560

B 8.15 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 3,120

IAH TOTAL BID ALTERNATE BID SCHEDULE 8 UNIT PRICES $__________

Page 50: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-24 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 9 – TAXIWAY NG PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 9.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 9.02 G-102-

10.1 Safety and Security LS 1

B 9.03 G-103-4.1 Engineer's Field Office LS 1

B 9.04 G-104-5.1 Project Survey and Stakeout LS 1

B 9.05 G-105-5.1 Temporary Construction Items LS 1

B 9.06 G-106-5.1 Pavement Marking Obliteration SF 200

B 9.07 01410 TPDES Requirements LS 1

B 9.08 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 58

B 9.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 230

B 9.10 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 1,551

B 9.11 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 100

B 9.12 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 9 UNIT PRICES $__________

Page 51: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-25 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 10 - TAXIWAY NL PAVEMENT REHABILITATION

Item Spec. Ref. No.

Item Description Unit of

Measure Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 10.01 G-100-

3.1 Mobilization and General Conditions

LS 1

B 10.02 G-102-

10.1 Safety and Security LS 1

B 10.03 G-103-

4.1 Engineer's Field Office LS 1

B 10.04 G-104-

5.1 Project Survey and Stakeout LS 1

B 10.05 G-105-

5.1 Temporary Construction Items LS 1

B 10.06 G-106-

5.1 Pavement Marking Obliteration SF 200

B 10.07 01410 TPDES Requirements LS 1

B 10.08 P-152-

4.2 Undercut and Replace Unsuitable Subgrade

CY 140

B 10.09 P-501-

8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 559

B 10.10 P-501-

8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 4,406

B 10.11 P-620-

5.2 Reflectorized Pavement Marking (Yellow)

SF 100

B 10.12 P-620-

5.3 Non-Reflectorized Pavement Marking (Black)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 10 UNIT PRICES $__________

TOTAL IAH BID ALTERNATES BID SCHEDULES 2, 3, 7, 8, 9, AND 10 UNIT PRICE $__________

Page 52: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-26 02-01-2017

460C – EFD – BASE BID:

EFD BASE BID – TAXIWAY D SHOULDERS

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-105-5.2 Lighted-X Runway Closure Marker WK 3

6 01575 Installation and Removal of Stabilized Construction Exit

EA 1

7 01578 Control of Groundwater LS 1

8 G-106-5.1 Pavement Marking Obliteration SF 10,800

9 02535 Crack Repair in Existing Concrete Pavement

LS 1

10 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 6,700

11 P-620-5.2 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 4,100

12 P-629-8.1 Thermoplastic Coal Tar Emulation Micro-Surface Type A

SY 15,500

EFD TOTAL BASE BID UNIT PRICES

$________

Page 53: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-27 02-01-2017

460C – EFD – BID ALTERNATES:

EFD BID ALTERNATE 1

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-105-5.2 Lighted-X Runway Closure Marker WK 5

EFD BID ALTERNATE 1 – RUNWAY 4-22 REPAIRS

6 P-101-5.1 Removal of Existing 16” Concrete Airfield Pavement Including 2” Bond Breaker

SY 675

7 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 150

8 P-501-8.1 18” PCC Pavement SY 675

9 D-621-5.1 Pavement Grooving SY 580

10 T-904-5.1 Sodding SY 90

11 T-905-5.1 Topsoiling (Furnished from off the Site) CY 15

12 L-108-5.1 No. 6 AWG, 5kV, L-824, Type C Cable, Installed in Conduit

LF 200

13 L-110-5.1 Concrete Encased Electrical Conduit, 1-way, 2-inch Schedule 40 PVC

LF 40

14 L-125-5.1 L-850(A) Relocated Runway Centerline Light on new L-868B Base Can

EA 1

15 L-125-5.2 Remove Existing Conduit and Cable LS 1

EFD BID ALTERNATE 1 – TAXIWAY D SHOULDERS

16 G-106-5.1 Pavement Marking Obliteration SF 8,100

17 P-101-5.2 Crack Repair in Existing Asphalt Pavement

LS 1

18 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 6,000

Page 54: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-28 02-01-2017

19 P-620-5.2 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 2,100

20 P-629-8.1 Thermoplastic Coal Tar Emulsion Micro-Surface Type A

SY 16,700

EFD TOTAL BID ALTERNATE 1 UNIT PRICES

$________

EFD BID ALTERNATE 1 EXTRA ITEMS

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

21 P-152-4.1 Unclassified Excavation CY 50

22 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

23 D-705-5.1 Porous Backfill CY 20

EFD TOTAL BID ALTERNATE 1 EXTRA ITEMS UNIT PRICES

$________

EFD BID ALTERNATE 2

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

EFD BID ALTERNATE 2 – T-HANGAR APRON

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-106-5.1 Pavement Marking Obliteration SF 4,000

6 P-101-5.2 Crack Repair in Existing Asphalt Pavement

LS 1

7 P-156-5.2 Installation and Removal of Trench Drain Protection Barriers

LF 3,410

TOTAL EFD BID ALTERNATE 1 AND EXTRA ITEMS UNIT PRICE $__________

Page 55: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-29 02-01-2017

8 P-156-5.3 Installation and Removal of Inlet Protection Barriers

EA 26

9 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 4,000

10 P-629-8.1 Thermoplastic Coal Tar Emulsion Micro-Surface Type A

SY 75,000

EFD TOTAL BID ALTERNATE 2 UNIT PRICES

$________

CASH ALLOWANCE TABLE:

REST OF PAGE INTENTIONALLY LEFT BLANK

Item No.

Spec Ref.

Cash Allowance Short Title Cash

Allowance in figures (1)

D 1 01210 Cash Allowances $850,000

TOTAL CASH ALLOWANCES

$850,000

Page 56: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-30 02-01-2017

F. TOTAL BASE BID:

HOU TOTAL BASE BID PRICE: $__________________________________ IAH TOTAL BASE BID PRICE: $___________________________________ EFD TOTAL BASE BID PRICE: $___________________________________

TOTAL BASE BID (HOU, IAH, AND EFD) PRICE: $____________________ (Add Totals for Stipulated Price, Base Unit Price, Extra Unit Price, Cash Allowance, and All Alternates, if any)

2.0 SIGNATURES: By signing this Document, I agree that I have received and reviewed all Addenda and considered all costs associated with the Addenda in calculating the Total Bid Price.

Bidder:

(Print or type full name of your proprietorship, partnership, corporation, or joint venture.*)

** By:

Signature Date

Name:

(Print or type name) Title

Address:

(Mailing)

(Street, if different)

Telephone and Fax Number:

(Print or type numbers)

* If Bid is a joint venture, add additional Bid Form signature sheets for each member

of the joint venture. ** Bidder certifies that the only person or parties interested in this offer as principals

are those named above. Bidder has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding.

Note: This document constitutes a government record, as defined by § 37.01 of the Texas

Penal Code. Submission of a false government record is punishable as provided in § 37.10 of the Texas Penal Code.

Page 57: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-31 02-01-2017

Footnotes for Tables B through E: (1) Fixed Unit Price determined prior to Bid. Cannot be adjusted by the Bidder. (2) Minimum Bid Price determined prior to Bid. Can be increased by the Bidder, but not decreased, by crossing out the

Minimum and inserting revised price on the line above. Cannot be decreased by the Bidder. (3) Maximum Bid Price determined prior to Bid. Can be decreased by the BIdder, but not increased, by crossing out the

Maximum and inserting revised price on the line above. A Bid that increases the Maximum Bid Price may be found

non-conforming and non-responsive. Cannot be increased by the Bidder. (4) Fixed Range Bid Price determined prior to Bid. Unit Price can be adjusted by Bidder to any amount within the range

defined by crossing out prices noted and noting revised price on the line above.

Page 58: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-32 02-01-2017

THIS PAGE INTENTIONALLY LEFT BLANK

Page 59: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PARTS A

00410-A2 02-01-2017

[ ] Document 00471 – Bidder’s Record of Good Faith Efforts (required if the goal in Bidder’s Participation Plan–Document 00470 is lower than the Goal).

[ ] Document 00472 – Bidder’s Goal Deviation Request (required if the goal in Bidder’s Participation Plan–Document 00470 is lower than the Goal).

[X] Document 00480 – Form SCM-1 Reference Verification [X] Document 00481 – Non-Collusion Statement [ ] Others as listed:

2.0 CONTRACT TIME

A. If offer is accepted, Contractor shall achieve Date of Substantial Completion within

the Calendar Days Provided Below for Each Bid Schedule after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below, for each awarded Bid Schedule. A separate Notice to Proceed will be issued for each Bid Schedule, establishing the required date of completion for the subject Bid Schedule. In no case shall the contract time for the work described in 460C_HOU exceed 113 Calendar Days, assuming all Base Bid Schedules are awarded. In no case shall the contract time for the work described in 460C_HOU exceed 85 Calendar Days, assuming all Bid Alternate Bid Schedules are awarded. The maximum End of Contract will be the summation of the calendar days allotted for the awarded Base Bid or Bid Alternate Bid Schedules plus 365 Calendar Days which provides for periods of time between completion of one Bid Schedule and the HAS issuance of a Notice to Proceed with the next Bid Schedule. HAS may or may not issue Notices to Proceed for individual Bid Schedules in consecutive or numerical order.

460C – HOU – BASE BID

Bid Schedule 1: 15 calendar days Bid Schedule 2: 22 calendar days Bid Schedule 3: 76 calendar days

460C – HOU – BID ALTERNATES Bid Schedule 5: 33 calendar days Bid Schedule 8: 32 calendar days Bid Schedule 11: 20 calendar days

B. If offer is accepted, Contractor shall achieve Date of Substantial Completion within

the Calendar Days Provided Below for Each Bid Schedule after Date of

Page 60: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PARTS A

00410-A3 02-01-2017

Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below, for each awarded Bid Schedule. A separate Notice to Proceed will be issued for each Bid Schedule, establishing the required date of completion for the subject Bid Schedule. In no case shall the contract time for the work described in 460C_IAH exceed 191 Calendar Days, assuming all Base Bid Schedules are awarded. In no case shall the contract time for the work described in 460C_IAH exceed 211 Calendar Days, assuming all Bid Alternate Bid Schedules are awarded. The maximum End of Contract will be the summation of the calendar days allotted for the awarded Base Bid or Bid Alternate Bid Schedules plus 365 Calendar Days which provides for periods of time between completion of one Bid Schedule and the HAS issuance of a Notice to Proceed with the next Bid Schedule. HAS may or may not issue Notices to Proceed for individual Bid Schedules in consecutive or numerical order.

460C – IAH – BASE BID

Bid Schedule 1: 50 calendar days Bid Schedule 4: 70 calendar days Bid Schedule 5: 14 calendar days Bid Schedule 6: 57 calendar days

460C – IAH – BID ALTERNATES

Bid Schedule 2: 32 calendar days Bid Schedule 3: 30 calendar days Bid Schedule 7: 62 calendar days Bid Schedule 8: 57 calendar days Bid Schedule 9: 15 calendar days Bid Schedule 10: 15 calendar days

C. If offer is accepted, Contractor shall achieve Date of Substantial Completion within

the Calendar Days Provided Below after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below. In no case shall the contract time for the work described in 460C_EFD Base Bid exceed 21 Calendar Days. If Bid Alternate 1 and 2 are awarded the contract time shall not exceed 50 Calendar Days.

END OF SECTION

Document 00410B

Page 61: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-4 02-01-2017

BID FORM – PART B

1.0 TOTAL BID PRICE HAS BEEN CALCULATED BY BIDDER, USING THE

FOLLOWING COMPONENT PRICES AND PROCESS (PRINT OR TYPE

NUMERICAL AMOUNTS):

A. STIPULATED PRICE: $[N/A] (Total Bid Price; minus Base Unit Prices, Extra Unit Prices, Cash Allowances and All Alternates, if any)

B. BASE UNIT PRICE TABLE:

460C – HOU – BASE BID:

HOU BASE BID SCHEDULE 1 – RUNWAY 13R-31L PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 1.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.02 G-102-

10.1 Safety and Security LS 1

B 1.03 G-104-5.1 Project Survey and Stakeout LS 1

B 1.04 G-105-5.1 Temporary Construction Items

LS 1

B 1.05 G-106-5.1 Pavement Marking Obliteration

SF 2,232

B 1.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 61

B 1.07 01410 TPDES Requirements LS 1

B 1.08 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 6,465

B 1.09 02535 Crack Repair in Existing Concrete Pavement

LF 154

B 1.10 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 5

B 1.11 P-306-8.1 12” Lean Concrete Base Course

SY 1,356

Page 62: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-5 02-01-2017

HOU BASE BID SCHEDULE 1 – RUNWAY 13R-31L PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 1.12 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 12,046

B 1.13 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 68

B 1.14 P-602-5.1 Bituminous Prime Coat GAL 268

B 1.15 P-605-5.1 Joint Repair in Existing Pavement

LF 25,373

B 1.16 P-620-5.1 Waterborne Reflectorized Pavement Marking (White)

SF 225

B 1.17 P-620-5.2 Waterborne Reflectorized Pavement Marking (Yellow)

SF 1,155

B 1.18 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 852

B 1.19 P-621-5.1 Pavement Grooving SY 1,526

B 1.20 16530-2 Replace in-pavement Light in HMAC Pavement

EA 7

B 1.21 16090-1 Temporary Electrical Provisions

LS 1

B 1.22 16535-1 Replace MALSR In-Pavement 5-Light Bar in Pavement Panel

LS 1

HOU TOTAL BASE BID SCHEDULE 1 UNIT PRICES

$_______

Page 63: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-6 02-01-2017

HOU BASE BID SCHEDULE 2 – RUNWAY 4-22 PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 2.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 2.02 G-102-

10.1 Safety and Security LS 1

B 2.03 G-104-5.1 Project Survey and Stakeout LS 1

B 2.04 G-105-5.1 Temporary Construction Items

LS 1

B 2.05 G-106-5.1 Pavement Marking Obliteration

SF 2,156

B 2.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 167

B 2.07 01410 TPDES Requirements LS 1

B 2.08 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 2,056

B 2.09 02535 Crack Repair in Existing Concrete Pavement

LF 334

B 2.10 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 17

B 2.11 P-306-8.1 12” Lean Concrete Base Course

SY 365

B 2.12 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 2,675

B 2.13 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 268

B 2.14 P-602-5.1 Bituminous Prime Coat GAL 60

B 2.15 P-605-5.1 Joint Repair in Existing Pavement

LF 10,189

B 2.16 P-620-5.1 Waterborne Reflectorized Pavement Marking (White)

SF 930

Page 64: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-7 02-01-2017

HOU BASE BID SCHEDULE 2 – RUNWAY 4-22 PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

B 2.17 P-620-5.2 Waterborne Reflectorized Pavement Marking (Yellow)

SF 484

B 2.18 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 742

B 2.19 P-621-5.1 Pavement Grooving SY 2,306

B 2.20 16530-1 Replace in-pavement Light in PCC Pavement

EA 12

B 2.21 16090-1 Temporary Electrical Provisions

LS 1

HOU TOTAL BASE BID SCHEDULE 2 UNIT PRICES

$________

HOU BASE BID SCHEDULE 3 – TRENCH DRAIN RECONSTRUCTION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

B 3.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 3.02 G-102-

10.1 Safety and Security LS 1

B 3.03 G-104-5.1 Project Survey and Stakeout LS 1

B 3.04 G-105-5.1 Temporary Construction Items

LS 1

B 3.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 13

B 3.06 01410 TPDES Requirements LS 1

B 3.07 P-610-5.1 Remove and Replace Trench Drain

LF 1,050

B 3.08 P-610-5.2 Remove and Replace Inlet Grate

EA 8

HOU TOTAL BASE BID SCHEDULE 3 UNIT PRICES

$________

Page 65: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-8 02-01-2017

HOU BASE BID EXTRA ITEMS

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

C 1 P-620-5.1,2

Waterborne Reflectorized Pavement Marking (White or Yellow)

SF 2,000

C 2 P-620-5.4 Waterborne Reflectorized Pavement Marking (Red)

SF 2,000

C 3 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 2,000

C 4 P-620-5.5 Temporary Marking SF 2,000

C 5 01561 Trench Safety Systems LF 200

C 6 01578 Dewatering of Trench or Excavation

LF 200

C 7 G-115-5.1 Geotextile Interlayer SY 500

C 8 D-751-5.2 Inlet or Manhole Adjustment EA 2

C 9 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 500

C 10 G-106-5.1 Pavement Marking Obliteration

SF 5,000

HOU TOTAL BASE BID EXTRA ITEMS UNIT PRICES

$________

TOTAL HOU BASE BID SCHEDULES 1, 2, 3, AND EXTRA ITEMS UNIT PRICE $__________

Page 66: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-9 02-01-2017

460C – HOU – BID ALTERNATES:

HOU BID ALTERNATE BID SCHEDULE 5 - TAXIWAY B/Z PAVEMENT

REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 5.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 5.02 G-102-10.1 Safety and Security LS 1

B 5.03 G-104-5.1 Project Survey and Stakeout LS 1

B 5.04 G-105-5.1 Temporary Construction Items

LS 1

B 5.05 G-106-5.1 Pavement Marking Obliteration

SF 200

B 5.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 68

B 5.07 01410 TPDES Requirements LS 1

B 5.08 02535 Crack Repair in Existing Concrete Pavement

LF 105

B 5.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 20

B 5.10 P-306-8.1 12” Lean Concrete Base Course

SY 79

B 5.11 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 315

B 5.12 P-605-5.1 Joint Repair in Existing Concrete Pavement

LF 58,884

HOU TOTAL BID ALTERNATE BID SCHEDULE 5 UNIT PRICES $________

Page 67: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-10 02-01-2017

HOU BID ALTERNATE BID SCHEDULE 8 - NORTHEAST TAXIWAY K PAVEMENT

REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 8.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 8.02 G-102-

10.1 Safety and Security LS 1

B 8.03 G-104-5.1 Project Survey and Stakeout LS 1

B 8.04 G-106-5.1 Pavement Marking Obliteration SF 210

B 8.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 56

B 8.06 01410 TPDES Requirements LS 1

B 8.07 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 1,969

B 8.08 02535 Crack Repair in Existing Concrete Pavement

LF 109

B 8.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 1

B 8.10 P-306-8.1 12” Lean Concrete Base Course

SY 7

B 8.11 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 26

B 8.12 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 13

B 8.13 P-602-5.1 Bituminous Prime Coat GAL 3

B 8.14 P-605-5.1 Joint Repair in Existing Pavement

LF 9,421

B 8.15 16530-1 Replace in-pavement Light in PCC Pavement Panel

EA 2

B 8.16 16090-1 Temporary Electrical Provisions

LS 1

HOU TOTAL BID ALTERNATE BID SCHEDULE 8 UNIT PRICES $_______

Page 68: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-11 02-01-2017

HOU BID ALTERNATE BID SCHEDULE 11 - TAXIWAY J PAVEMENT

REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 11.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 11.02 G-102-

10.1 Safety and Security LS 1

B 11.03 G-104-5.1 Project Survey and Stakeout LS 1

B 11.04 G-106-5.1 Pavement Marking Obliteration

SF 200

B 11.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 49

B 11.06 01410 TPDES Requirements LS 1

B 11.07 02535 Crack Repair in Existing Concrete Pavement

LF 2

B 11.08 P-152-4.1 Unclassified Excavation CY 110

B 11.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 3

B 11.10 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 110

B 11.11 P-306-8.1 12” Lean Concrete Base Course

SY 9

B 11.12 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 33

B 11.13 P-605-5.1 Joint Repair in Existing Concrete Pavement

LF 3,079

B 11.14 D-751-5.1 3’ x 3’ Grate Inlet over Existing Storm Sewer

EA 1

B 11.15 T-904-5.1 Sodding SY 631

HOU TOTAL BID ALTERNATE BID SCHEDULE 11 UNIT PRICES $_______

TOTAL HOU BID ALTERNATES BID SCHEDULES 5, 8, AND 11 UNIT PRICE $__________

Page 69: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-12 02-01-2017

460C – IAH – BASE BID:

IAH BASE BID SCHEDULE 1 - RUNWAY 15L-33R AND ASSOCIATED TAXIWAYS PAVEMENT

REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.02 G-102-

10.1 Safety and Security LS 1

B 1.03 G-103-4.1 Engineer's Field Office LS 1

B 1.04 G-104-5.1 Project Survey and Stakeout LS 1

B 1.05 G-105-5.1 Temporary Construction Items LS 1

B 1.06 G-106-5.1 Pavement Marking Obliteration SF 169,519

B 1.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 279

B 1.08 01410 TPDES Requirements LS 1

B 1.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

B 1.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 335

B 1.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 3

B 1.12 P-605-5.1 Joint Repair in Existing Pavement

LF 69,563

B 1.13 02535 Crack Repair in Existing Pavement

LF 390

B 1.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 133,855

B 1.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 440

B 1.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 35,124

B 1.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BASE BID SCHEDULE 1 (RUNWAY 15L-33R AND ASSOCIATED

TAXIWAYS PAVEMENT REHABILITATION) UNIT PRICES $__________

Page 70: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-13 02-01-2017

IAH BASE BID SCHEDULE 1 - RUNWAY 15L STATUS LIGHT REPLACEMENT

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.18 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.19 G-102-

10.1 Safety and Security LS 1

B 1.20 G-103-4.1 Engineer's Field Office LS 1

B 1.21 G-104-5.1 Project Survey and Stakeout LS 1

B 1.22 G-105-5.1 Temporary Construction Items LS 1

B 1.23 G-106-5.1 Pavement Marking Obliteration SF 27,642

B 1.24 01410 TPDES Requirements LS 1

B 1.25 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 862

B 1.26 P-620-5.1 Reflectorized Pavement Marking (White)

SF 2,880

B 1.27 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 574

B 1.28 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 24,188

B 1.29 P-621-5.1 Portland Cement Concrete Pavement Grooving

SY 862

B 1.30 16090-2 Remove & Salvage In-Pavement Light/Remove Base Can in Modified Pavement Areas

EA 16

B 1.31 16090-6 Remove No. 8 AWG, L-824C in Conduit or Ductbank

LF 3,500

B 1.32 16090-7 Remove Conduit in Modified Pavement Areas incl Counterpoise Wire

LF 1,600

B 1.33 16113-1 No. 8 AWG, L-824C, Installed in conduit or duct

LF 3,900

B 1.34 16113-3 No. 1/0 AWG Bare Counterpoise Wire incl Ground Rods, Installed in conduit trench

LF 1,600

B 1.35 16116-5

1-way, 3" PVC Conduit, Conc Encased in Modified Full Strength Pvmt incl Conduit Transitions

LF 1,600

Page 71: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-14 02-01-2017

IAH BASE BID SCHEDULE 1 - RUNWAY 15L STATUS LIGHT REPLACEMENT

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.36 16530-2 Re-install existing fixture in new L-868B base can in modified pavement

EA 16

B 1.37 16530-4 Re-connect to existing fixture EA 1

IAH TOTAL BASE BID SCHEDULE 1 (RUNWAY 15L STATUS LIGHT

REPLACEMENT) UNIT PRICES $__________

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION

AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 4.02 G-102-

10.1 Safety and Security LS 1

B 4.03 G-103-4.1 Engineer's Field Office LS 1

B 4.04 G-104-5.1 Project Survey and Stakeout LS 1

B 4.05 G-105-5.1 Temporary Construction Items LS 1

B 4.06 G-106-5.1 Pavement Marking Obliteration SF 14,600

B 4.07 G-115-5.1 Geotextile Interlayer SY 139

B 4.08 G-116-

10.1 Portland Cement Treatment for Materials In-Place

SY 10,185

B 4.09 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 149

B 4.10 G-118-5.1 Fuel Hydrant Pit Assembly EA 1

B 4.11 01410 TPDES Requirements LS 1

B 4.12 01575 Installation and Removal of Stabilized Construction Exit

EA 1

B 4.13 01578 Control of Groundwater LS 1

B 4.14 P-152-4.1 Unclassified Excavation CY 1,132

Page 72: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-15 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION

AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.15 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 204

B 4.16 P-154-5.1 4" Subbase Course SY 405

B 4.17 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 2,826

B 4.18 P-306-8.1 Lean Concrete Base Course (12")

SY 139

B 4.19 P-401-8.1.1

3" HMA Surface Course TON 1,607

B 4.20 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 261

B 4.21 P-501-8.3 6” PCC Shoulder Pavement SY 405

B 4.22 P-501-8.4 11” PCC Shoulder Pavement SY 380

B 4.23 P-602-5.1 Bituminous Prime Coat GAL 1,382

B 4.24 P-605-5.1 Joint Repair in Existing Pavement

LF 38,254

B 4.25 02535 Crack Repair in Existing Pavement

LF 254

B 4.26 P-620-5.1 Reflectorized Pavement Marking (White)

SF 20

B 4.27 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 10,120

B 4.28 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 6,420

B 4.29 P-620-5.5 Temporary Marking SF 2,918

B 4.30 P-620-5.6 Apron Entrance Point Marking – “19” (2 Color) (Sign)

EA 2

B 4.31 P-620-5.7 Apron Entrance Point Marking – “20” (2 Color) (Sign)

EA 2

B 4.32 P-620-5.8 Surface Painted Gate Sign – “D12” (2 Color)

EA 1

B 4.33 P-620-5.9 Surface Painted Gate Sign – “D12A” (2 Color)

EA 1

B 4.34 P-620-5.10

Bid Item Not Used LF 0

B 4.35 P-620-5.11

Bid Item Not Used LF 0

Page 73: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-16 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION

AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.36 P-629-8.1 Thermoplastic Coal Tar Emulsion - Micro-Surface Type B

SY 2,771

B 4.37 D-705-5.1 Perforated Underdrain (6") (Schedule 40 PVC)

LF 2,420

B 4.38 D-705-5.2 Single Underdrain Cleanout (Type 1)

EA 4

B 4.39 D-705-5.3 Single Underdrain Cleanout (Type 2)

EA 4

B 4.40 D-705-5.4 Double Underdrain Cleanout (Type 3)

EA 2

B 4.41 D-705-5.5 Non-Perforated Underdrain (6") (Schedule 40)

LF 10

B 4.42 D-705-5.6 Connect Underdrain Pipe to Structure

EA 2

B 4.43 T-904-5.1 Sodding, Fertilizer SY 2,328

B 4.44 T-905-5.1 Topsoiling (Furnished From off the Site)

CY 259

B 4.45 16090-1 Remove & Salvage Elevated Edge Light/Remove Base Can in Modified Pavement Areas

EA 29

B 4.46 16090-2 Remove & Salvage In-Pavement Light/Remove Base Can in Modified Pavement Areas

EA 1

B 4.47 16090-3 Remove & Salvage Elevated Edge Light/Base Can to Remain and be Re-used

EA 13

B 4.48 16090-4 Remove & Salvage Sign/Remove Sign Pad

EA 4

B 4.49 16090-5 Remove & Salvage Sign at Conc. Island

EA 2

B 4.50 16090-6 Remove No. 8 AWG, L-824C in Conduit or Ductbank

LF 14,400

B 4.51 16090-7 Remove Conduit in Modified Pavement Areas incl Counterpoise Wire

LF 2,800

B 4.52 16090-8 Remove Conduit in Earth incl Counterpoise Wire

LF 50

B 4.53 16090-9 Temporary Electrical Provisions LS 1

Page 74: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-17 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION

AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.54 16113-1 No. 8 AWG, L-824C, Installed in conduit or duct

LF 12,500

B 4.55 16113-2 No. 6 AWG Bare Counterpoise Wire incl Ground Rods, Installed in conduit trench

LF 4,100

B 4.56 16116-1 1-way, 2" PVC Conduit, Conc Encased in Modified Shoulder Pvmt incl Conduit Transitions

LF 2,900

B 4.57 16116-3 Install new 2" sched 40 PVC in earth

LF 1,200

B 4.58 16116-4 L-867D Pullcan EA 2

B 4.59 16530-1 Install new L-861T(L) fixture in new base can in modified shoulder pavement

EA 31

B 4.60 16530-3 Install new L-861T(L) fixture in existing base can

EA 13

B 4.61 16530-4 Re-connect to existing fixture EA 2

B 4.62 16530-5 Install new Sign, 1-sided, 1-module incl Foundation

EA 2

B 4.63 16530-6 Install new Sign, 1-sided, 3-module incl. Foundation

EA 2

B 4.64 16530-7 Install new Sign, 1-sided, 3-module at Concrete Island

EA 1

B 4.65 16530-8 Install new Sign, 2-sided, 3-module at Concrete Island

EA 1

B 4.66 16530-9 Install new L-852T(L) semi-flush fixture in new base can in modified shoulder pavement

EA 1

IAH TOTAL BASE BID SCHEDULE 4 UNIT PRICES $__________

Page 75: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-18 02-01-2017

IAH BASE BID SCHEDULE 5 - RUNWAY 9-27 AND ASSOCIATED TAXIWAY PAVEMENTS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 5.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 5.02 G-102-

10.1 Safety and Security LS 1

B 5.03 G-103-4.1 Engineer's Field Office LS 1

B 5.04 G-104-5.1 Project Survey and Stakeout LS 1

B 5.05 G-105-5.1 Temporary Construction Items LS 1

B 5.06 G-106-5.1 Pavement Marking Obliteration SF 2,660

B 5.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 57

B 5.08 01410 TPDES Requirements LS 1

B 5.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 10

B 5.10 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 16

B 5.11 P-605-5.1 Joint Repair in Existing Pavement

LF 1,205

B 5.12 02535 Crack Repair in Existing Pavement

LF 100

B 5.13 P-620-5.1 Reflectorized Pavement Marking (White)

SF 1,000

B 5.14 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 480

B 5.15 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 1,080

B 5.16 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BASE BID SCHEDULE 5 UNIT PRICES $__________

Page 76: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-19 02-01-2017

IAH BASE BID SCHEDULE 6 - RUNWAY 8L-26R AND ASSOCIATED TAXIWAYS PAVEMENT

REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 6.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 6.02 G-102-10.1 Safety and Security LS 1

B 6.03 G-103-4.1 Engineer's Field Office LS 1

B 6.04 G-104-5.1 Project Survey and Stakeout LS 1

B 6.05 G-105-5.1 Temporary Construction Items LS 1

B 6.06 G-106-5.1 Pavement Marking Obliteration SF 1,200

B 6.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 94

B 6.08 01410 TPDES Requirements LS 1

B 6.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 2

B 6.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 25

B 6.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 32

B 6.12 P-605-5.1 Joint Repair in Existing Pavement

LF 3,464

B 6.13 02535 Crack Repair in Existing Pavement

LF 278

B 6.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 200

B 6.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 250

B 6.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 550

B 6.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

B 6.18 P-620-5.5 Temporary Marking SF 100

IAH TOTAL BASE BID SCHEDULE 6 UNIT PRICES $__________

TOTAL IAH BASE BID SCHEDULES 1, 4, 5, AND 6 UNIT PRICE $__________

Page 77: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-20 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 2 - RUNWAY 8R-26L AND ASSOCIATED TAXIWAYS

PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 2.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 2.02 G-102-

10.1 Safety and Security LS 1

B 2.03 G-103-4.1 Engineer's Field Office LS 1

B 2.04 G-104-5.1 Project Survey and Stakeout LS 1

B 2.05 G-105-5.1 Temporary Construction Items LS 1

B 2.06 G-106-5.1 Pavement Marking Obliteration SF 2,519

B 2.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 71

B 2.08 01410 TPDES Requirements LS 1

B 2.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 46

B 2.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 205

B 2.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 1,419

B 2.12 P-605-5.1 Joint Repair in Existing Pavement

LF 10,826

B 2.13 02535 Crack Repair in Existing Pavement

LF 278

B 2.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 1,175

B 2.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 475

B 2.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 769

B 2.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 2 UNIT PRICES $__________

Page 78: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-21 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 3 – NORTH CARGO RAMP PAVEMENT

REHABILITATION

Item Spec. Ref. No.

Item Description Unit of

Measure Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 3.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 3.02 G-102-

10.1 Safety and Security LS 1

B 3.03 G-103-4.1 Engineer's Field Office LS 1

B 3.04 G-104-5.1 Project Survey and Stakeout LS 1

B 3.05 G-105-5.1 Temporary Construction Items LS 1

B 3.06 G-106-5.1 Pavement Marking Obliteration SF 2,100

B 3.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 93

B 3.08 01410 TPDES Requirements LS 1

B 3.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 6

B 3.10 P-605-5.1 Joint Repair in Existing Pavement

LF 50,386

B 3.11 02535 Crack Repair in Existing Pavement

LF 100

B 3.12 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 700

B 3.13 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 1,400

IAH TOTAL BID ALTERNATE BID SCHEDULE 3 UNIT PRICES $__________

Page 79: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-22 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 7 - RUNWAY 15R-33L AND ASSOCIATED TAXIWAYS

PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 7.01

G-100-3.1 Mobilization and General Conditions

LS 1

B 7.02

G-102-10.1

Safety and Security LS 1

B 7.03

G-103-4.1 Engineer's Field Office LS 1

B 7.04

G-104-5.1 Project Survey and Stakeout LS 1

B 7.05

G-105-5.1 Temporary Construction Items LS 1

B 7.06

G-106-5.1 Pavement Marking Obliteration SF 21,700

B 7.07

G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 270

B 7.08

01410 TPDES Requirements LS 1

B 7.09

P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 31

B 7.10

P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 419

B 7.11

P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 38

B 7.12

P-605-5.1 Joint Repair in Existing Pavement LF 8,516

B 7.13

02535 Crack Repair in Existing Pavement

LF 1,568

B 7.14

P-620-5.1 Reflectorized Pavement Marking (White)

SF 320

B 7.15

P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 5,825

B 7.16

P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 12,305

B 7.17

P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 250

B 7.18

P-620-5.5 Temporary Marking SF 3,000

IAH TOTAL BID ALTERNATE BID SCHEDULE 7 UNIT PRICES $__________

Page 80: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-23 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 8 - TAXIWAY NC PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 8.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 8.02 G-102-10.1 Safety and Security LS 1

B 8.03 G-103-4.1 Engineer's Field Office LS 1

B 8.04 G-104-5.1 Project Survey and Stakeout LS 1

B 8.05 G-105-5.1 Temporary Construction Items LS 1

B 8.06 G-106-5.1 Pavement Marking Obliteration SF 4,680

B 8.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 303

B 8.08 01410 TPDES Requirements LS 1

B 8.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

B 8.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 331

B 8.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 183

B 8.12 P-605-5.1 Joint Repair in Existing Pavement

LF 64,780

B 8.13 02535 Crack Repair in Existing Pavement

LF 637

B 8.14 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 1,560

B 8.15 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 3,120

IAH TOTAL BID ALTERNATE BID SCHEDULE 8 UNIT PRICES $__________

Page 81: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-24 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 9 – TAXIWAY NG PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 9.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 9.02 G-102-

10.1 Safety and Security LS 1

B 9.03 G-103-4.1 Engineer's Field Office LS 1

B 9.04 G-104-5.1 Project Survey and Stakeout LS 1

B 9.05 G-105-5.1 Temporary Construction Items LS 1

B 9.06 G-106-5.1 Pavement Marking Obliteration SF 200

B 9.07 01410 TPDES Requirements LS 1

B 9.08 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 58

B 9.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 230

B 9.10 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 1,551

B 9.11 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 100

B 9.12 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 9 UNIT PRICES $__________

Page 82: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-25 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 10 - TAXIWAY NL PAVEMENT REHABILITATION

Item Spec. Ref. No.

Item Description Unit of

Measure Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 10.01 G-100-

3.1 Mobilization and General Conditions

LS 1

B 10.02 G-102-

10.1 Safety and Security LS 1

B 10.03 G-103-

4.1 Engineer's Field Office LS 1

B 10.04 G-104-

5.1 Project Survey and Stakeout LS 1

B 10.05 G-105-

5.1 Temporary Construction Items LS 1

B 10.06 G-106-

5.1 Pavement Marking Obliteration SF 200

B 10.07 01410 TPDES Requirements LS 1

B 10.08 P-152-

4.2 Undercut and Replace Unsuitable Subgrade

CY 140

B 10.09 P-501-

8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 559

B 10.10 P-501-

8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 4,406

B 10.11 P-620-

5.2 Reflectorized Pavement Marking (Yellow)

SF 100

B 10.12 P-620-

5.3 Non-Reflectorized Pavement Marking (Black)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 10 UNIT PRICES $__________

TOTAL IAH BID ALTERNATES BID SCHEDULES 2, 3, 7, 8, 9, AND 10 UNIT PRICE $__________

Page 83: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-26 02-01-2017

460C – EFD – BASE BID:

EFD BASE BID – TAXIWAY D SHOULDERS

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-105-5.2 Lighted-X Runway Closure Marker WK 3

6 01575 Installation and Removal of Stabilized Construction Exit

EA 1

7 01578 Control of Groundwater LS 1

8 G-106-5.1 Pavement Marking Obliteration SF 10,800

9 02535 Crack Repair in Existing Concrete Pavement

LS 1

10 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 6,700

11 P-620-5.2 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 4,100

12 P-629-8.1 Thermoplastic Coal Tar Emulation Micro-Surface Type A

SY 15,500

EFD TOTAL BASE BID UNIT PRICES

$________

Page 84: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-27 02-01-2017

460C – EFD – BID ALTERNATES:

EFD BID ALTERNATE 1

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-105-5.2 Lighted-X Runway Closure Marker WK 5

EFD BID ALTERNATE 1 – RUNWAY 4-22 REPAIRS

6 P-101-5.1 Removal of Existing 16” Concrete Airfield Pavement Including 2” Bond Breaker

SY 675

7 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 150

8 P-501-8.1 18” PCC Pavement SY 675

9 D-621-5.1 Pavement Grooving SY 580

10 T-904-5.1 Sodding SY 90

11 T-905-5.1 Topsoiling (Furnished from off the Site) CY 15

12 L-108-5.1 No. 6 AWG, 5kV, L-824, Type C Cable, Installed in Conduit

LF 200

13 L-110-5.1 Concrete Encased Electrical Conduit, 1-way, 2-inch Schedule 40 PVC

LF 40

14 L-125-5.1 L-850(A) Relocated Runway Centerline Light on new L-868B Base Can

EA 1

15 L-125-5.2 Remove Existing Conduit and Cable LS 1

EFD BID ALTERNATE 1 – TAXIWAY D SHOULDERS

16 G-106-5.1 Pavement Marking Obliteration SF 8,100

17 P-101-5.2 Crack Repair in Existing Asphalt Pavement

LS 1

18 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 6,000

Page 85: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-28 02-01-2017

19 P-620-5.2 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 2,100

20 P-629-8.1 Thermoplastic Coal Tar Emulsion Micro-Surface Type A

SY 16,700

EFD TOTAL BID ALTERNATE 1 UNIT PRICES

$________

EFD BID ALTERNATE 1 EXTRA ITEMS

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

21 P-152-4.1 Unclassified Excavation CY 50

22 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

23 D-705-5.1 Porous Backfill CY 20

EFD TOTAL BID ALTERNATE 1 EXTRA ITEMS UNIT PRICES

$________

EFD BID ALTERNATE 2

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

EFD BID ALTERNATE 2 – T-HANGAR APRON

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-106-5.1 Pavement Marking Obliteration SF 4,000

6 P-101-5.2 Crack Repair in Existing Asphalt Pavement

LS 1

7 P-156-5.2 Installation and Removal of Trench Drain Protection Barriers

LF 3,410

TOTAL EFD BID ALTERNATE 1 AND EXTRA ITEMS UNIT PRICE $__________

Page 86: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-29 02-01-2017

8 P-156-5.3 Installation and Removal of Inlet Protection Barriers

EA 26

9 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 4,000

10 P-629-8.1 Thermoplastic Coal Tar Emulsion Micro-Surface Type A

SY 75,000

EFD TOTAL BID ALTERNATE 2 UNIT PRICES

$________

CASH ALLOWANCE TABLE:

REST OF PAGE INTENTIONALLY LEFT BLANK

Item No.

Spec Ref.

Cash Allowance Short Title Cash

Allowance in figures (1)

D 1 01210 Cash Allowances $850,000

TOTAL CASH ALLOWANCES

$850,000

Page 87: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-30 02-01-2017

F. TOTAL BASE BID:

HOU TOTAL BASE BID PRICE: $__________________________________ IAH TOTAL BASE BID PRICE: $___________________________________ EFD TOTAL BASE BID PRICE: $___________________________________

TOTAL BASE BID (HOU, IAH, AND EFD) PRICE: $____________________ (Add Totals for Stipulated Price, Base Unit Price, Extra Unit Price, Cash Allowance, and All Alternates, if any)

2.0 SIGNATURES: By signing this Document, I agree that I have received and reviewed all Addenda and considered all costs associated with the Addenda in calculating the Total Bid Price.

Bidder:

(Print or type full name of your proprietorship, partnership, corporation, or joint venture.*)

** By:

Signature Date

Name:

(Print or type name) Title

Address:

(Mailing)

(Street, if different)

Telephone and Fax Number:

(Print or type numbers)

* If Bid is a joint venture, add additional Bid Form signature sheets for each member

of the joint venture. ** Bidder certifies that the only person or parties interested in this offer as principals

are those named above. Bidder has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding.

Note: This document constitutes a government record, as defined by § 37.01 of the Texas

Penal Code. Submission of a false government record is punishable as provided in § 37.10 of the Texas Penal Code.

Page 88: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-31 02-01-2017

Footnotes for Tables B through E: (1) Fixed Unit Price determined prior to Bid. Cannot be adjusted by the Bidder. (2) Minimum Bid Price determined prior to Bid. Can be increased by the Bidder, but not decreased, by crossing out the

Minimum and inserting revised price on the line above. Cannot be decreased by the Bidder. (3) Maximum Bid Price determined prior to Bid. Can be decreased by the BIdder, but not increased, by crossing out the

Maximum and inserting revised price on the line above. A Bid that increases the Maximum Bid Price may be found

non-conforming and non-responsive. Cannot be increased by the Bidder. (4) Fixed Range Bid Price determined prior to Bid. Unit Price can be adjusted by Bidder to any amount within the range

defined by crossing out prices noted and noting revised price on the line above.

Page 89: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PART B

00410B-32 02-01-2017

THIS PAGE INTENTIONALLY LEFT BLANK

Page 90: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PARTS A

00410-A2 02-01-2017

[X] Document 00470 – Bidder’s MWSBE Participation Plan (required unless no MWSBE participation goal is provided in Document 00800 (the “Goal”)).

[ ] Document 00471 – Bidder’s Record of Good Faith Efforts (required if the goal in Bidder’s Participation Plan–Document 00470 is lower than the Goal).

[ ] Document 00472 – Bidder’s Goal Deviation Request (required if the goal in Bidder’s Participation Plan–Document 00470 is lower than the Goal).

[X] Document 00480 – Form SCM-1 Reference Verification [X] Document 00481 – Non-Collusion Statement [ ] Others as listed:

2.0 CONTRACT TIME

A. If offer is accepted, Contractor shall achieve Date of Substantial Completion within the Calendar Days Provided Below for Each Bid Schedule after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below, for each awarded Bid Schedule. A separate Notice to Proceed will be issued for each Bid Schedule, establishing the required date of completion for the subject Bid Schedule. In no case shall the contract time for the work described in 460C_HOU exceed 113 Calendar Days, assuming all Base Bid Schedules are awarded. In no case shall the contract time for the work described in 460C_HOU exceed 85 Calendar Days, assuming all Bid Alternate Bid Schedules are awarded. The maximum End of Contract will be the summation of the calendar days allotted for the awarded Base Bid or Bid Alternate Bid Schedules plus 365 Calendar Days which provides for periods of time between completion of one Bid Schedule and the HAS issuance of a Notice to Proceed with the next Bid Schedule. HAS may or may not issue Notices to Proceed for individual Bid Schedules in consecutive or numerical order.

460C – HOU – BASE BID

Bid Schedule 1: 15 calendar days Bid Schedule 2: 22 calendar days Bid Schedule 3: 76 calendar days

460C – HOU – BID ALTERNATES Bid Schedule 5: 33 calendar days Bid Schedule 8: 32 calendar days Bid Schedule 11: 20 calendar days

Page 91: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM

Project No. 460C PARTS A

00410-A3 02-01-2017

B. If offer is accepted, Contractor shall achieve Date of Substantial Completion within the Calendar Days Provided Below for Each Bid Schedule after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below, for each awarded Bid Schedule. A separate Notice to Proceed will be issued for each Bid Schedule, establishing the required date of completion for the subject Bid Schedule. In no case shall the contract time for the work described in 460C_IAH exceed 191 Calendar Days, assuming all Base Bid Schedules are awarded. In no case shall the contract time for the work described in 460C_IAH exceed 211 Calendar Days, assuming all Bid Alternate Bid Schedules are awarded. The maximum End of Contract will be the summation of the calendar days allotted for the awarded Base Bid or Bid Alternate Bid Schedules plus 365 Calendar Days which provides for periods of time between completion of one Bid Schedule and the HAS issuance of a Notice to Proceed with the next Bid Schedule. HAS may or may not issue Notices to Proceed for individual Bid Schedules in consecutive or numerical order.

460C – IAH – BASE BID

Bid Schedule 1: 50 calendar days Bid Schedule 4: 70 calendar days Bid Schedule 5: 14 calendar days Bid Schedule 6: 57 calendar days 460C – IAH – BID ALTERNATES Bid Schedule 2: 32 calendar days Bid Schedule 3: 30 calendar days Bid Schedule 7: 62 calendar days Bid Schedule 8: 57 calendar days Bid Schedule 9: 15 calendar days Bid Schedule 10: 15 calendar days

C. If offer is accepted, Contractor shall achieve Date of Substantial Completion within the Calendar Days Provided Below after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below. In no case shall the contract time for the work described in 460C_EFD Base Bid exceed 21 Calendar Days. If Bid Alternate 1 and 2 are awarded the contract time shall not exceed 50 Calendar Days.

END OF SECTION

Page 92: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-4 02-01-2017

Document 00410B

BID FORM – PART B

1.0 TOTAL BID PRICE HAS BEEN CALCULATED BY BIDDER, USING THE FOLLOWING COMPONENT PRICES AND PROCESS (PRINT OR TYPE NUMERICAL AMOUNTS):

A. STIPULATED PRICE: $[N/A]

(Total Bid Price; minus Base Unit Prices, Extra Unit Prices, Cash Allowances and All Alternates, if any)

B. BASE UNIT PRICE TABLE:

460C – HOU – BASE BID:

HOU BASE BID SCHEDULE 1 – RUNWAY 13R-31L PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 1.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.02 G-102-

10.1 Safety and Security LS 1

B 1.03 G-104-5.1 Project Survey and Stakeout LS 1

B 1.04 G-105-5.1 Temporary Construction Items

LS 1

B 1.05 G-106-5.1 Pavement Marking Obliteration

SF 2,232

B 1.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 61

B 1.07 01410 TPDES Requirements LS 1

B 1.08 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 6,465

B 1.09 02535 Crack Repair in Existing Concrete Pavement

LF 154

B 1.10 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 5

B 1.11 P-306-8.1 12” Lean Concrete Base Course

SY 1,356

Page 93: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-5 02-01-2017

HOU BASE BID SCHEDULE 1 – RUNWAY 13R-31L PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 1.12 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 12,046

B 1.13 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 68

B 1.14 P-602-5.1 Bituminous Prime Coat GAL 268

B 1.15 P-605-5.1 Joint Repair in Existing Pavement

LF 25,373

B 1.16 P-620-5.1 Waterborne Reflectorized Pavement Marking (White)

SF 225

B 1.17 P-620-5.2 Waterborne Reflectorized Pavement Marking (Yellow)

SF 1,155

B 1.18 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 852

B 1.19 P-621-5.1 Pavement Grooving SY 1,526

B 1.20 16530-2 Replace in-pavement Light in HMAC Pavement

EA 7

B 1.21 16090-1 Temporary Electrical Provisions

LS 1

B 1.22 16535-1 Replace MALSR In-Pavement 5-Light Bar in Pavement Panel

LS 1

HOU TOTAL BASE BID SCHEDULE 1 UNIT PRICES

$_______

Page 94: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-6 02-01-2017

HOU BASE BID SCHEDULE 2 – RUNWAY 4-22 PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 2.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 2.02 G-102-

10.1 Safety and Security LS 1

B 2.03 G-104-5.1 Project Survey and Stakeout LS 1

B 2.04 G-105-5.1 Temporary Construction Items

LS 1

B 2.05 G-106-5.1 Pavement Marking Obliteration

SF 2,156

B 2.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 167

B 2.07 01410 TPDES Requirements LS 1

B 2.08 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 2,056

B 2.09 02535 Crack Repair in Existing Concrete Pavement

LF 334

B 2.10 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 17

B 2.11 P-306-8.1 12” Lean Concrete Base Course

SY 365

B 2.12 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 2,675

B 2.13 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 268

B 2.14 P-602-5.1 Bituminous Prime Coat GAL 60

B 2.15 P-605-5.1 Joint Repair in Existing Pavement

LF 10,189

B 2.16 P-620-5.1 Waterborne Reflectorized Pavement Marking (White)

SF 930

Page 95: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-7 02-01-2017

HOU BASE BID SCHEDULE 2 – RUNWAY 4-22 PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

B 2.17 P-620-5.2 Waterborne Reflectorized Pavement Marking (Yellow)

SF 484

B 2.18 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 742

B 2.19 P-621-5.1 Pavement Grooving SY 2,306

B 2.20 16530-1 Replace in-pavement Light in PCC Pavement

EA 12

B 2.21 16090-1 Temporary Electrical Provisions

LS 1

HOU TOTAL BASE BID SCHEDULE 2 UNIT PRICES

$________

HOU BASE BID SCHEDULE 3 – TRENCH DRAIN RECONSTRUCTION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

B 3.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 3.02 G-102-

10.1 Safety and Security LS 1

B 3.03 G-104-5.1 Project Survey and Stakeout LS 1

B 3.04 G-105-5.1 Temporary Construction Items

LS 1

B 3.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 13

B 3.06 01410 TPDES Requirements LS 1

B 3.07 P-610-5.1 Remove and Replace Trench Drain

LF 1,050

B 3.08 P-610-5.2 Remove and Replace Inlet Grate

EA 8

HOU TOTAL BASE BID SCHEDULE 3 UNIT PRICES

$________

Page 96: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-8 02-01-2017

HOU BASE BID EXTRA ITEMS

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls) Total in figures

C 1 P-620-5.1,2

Waterborne Reflectorized Pavement Marking (White or Yellow)

SF 2,000

C 2 P-620-5.4 Waterborne Reflectorized Pavement Marking (Red)

SF 2,000

C 3 P-620-5.3 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 2,000

C 4 P-620-5.5 Temporary Marking SF 2,000

C 5 01561 Trench Safety Systems LF 200

C 6 01578 Dewatering of Trench or Excavation

LF 200

C 7 G-115-5.1 Geotextile Interlayer SY 500

C 8 D-751-5.2 Inlet or Manhole Adjustment EA 2

C 9 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 500

C 10 G-106-5.1 Pavement Marking Obliteration

SF 5,000

HOU TOTAL BASE BID EXTRA ITEMS UNIT PRICES

$________

TOTAL HOU BASE BID SCHEDULES 1, 2, 3, AND EXTRA ITEMS UNIT PRICE $__________

Page 97: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-9 02-01-2017

460C – HOU – BID ALTERNATES:

HOU BID ALTERNATE BID SCHEDULE 5 - TAXIWAY B/Z PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 5.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 5.02 G-102-10.1 Safety and Security LS 1

B 5.03 G-104-5.1 Project Survey and Stakeout LS 1

B 5.04 G-105-5.1 Temporary Construction Items

LS 1

B 5.05 G-106-5.1 Pavement Marking Obliteration

SF 200

B 5.06 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 68

B 5.07 01410 TPDES Requirements LS 1

B 5.08 02535 Crack Repair in Existing Concrete Pavement

LF 105

B 5.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 20

B 5.10 P-306-8.1 12” Lean Concrete Base Course

SY 79

B 5.11 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 315

B 5.12 P-605-5.1 Joint Repair in Existing Concrete Pavement

LF 58,884

HOU TOTAL BID ALTERNATE BID SCHEDULE 5 UNIT PRICES $________

Page 98: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-10 02-01-2017

HOU BID ALTERNATE BID SCHEDULE 8 - NORTHEAST TAXIWAY K PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 8.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 8.02 G-102-

10.1 Safety and Security LS 1

B 8.03 G-104-5.1 Project Survey and Stakeout LS 1

B 8.04 G-106-5.1 Pavement Marking Obliteration SF 210

B 8.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 56

B 8.06 01410 TPDES Requirements LS 1

B 8.07 P-101-5.1 Crack Repair in Existing Asphalt Pavement

LF 1,969

B 8.08 02535 Crack Repair in Existing Concrete Pavement

LF 109

B 8.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 1

B 8.10 P-306-8.1 12” Lean Concrete Base Course

SY 7

B 8.11 P-401-8.1 Sawcut, Remove, and Replace Damaged Asphalt Pavement

SF 26

B 8.12 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 13

B 8.13 P-602-5.1 Bituminous Prime Coat GAL 3

B 8.14 P-605-5.1 Joint Repair in Existing Pavement

LF 9,421

B 8.15 16530-1 Replace in-pavement Light in PCC Pavement Panel

EA 2

B 8.16 16090-1 Temporary Electrical Provisions

LS 1

HOU TOTAL BID ALTERNATE BID SCHEDULE 8 UNIT PRICES $_______

Page 99: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-11 02-01-2017

HOU BID ALTERNATE BID SCHEDULE 11 - TAXIWAY J PAVEMENT REHABILITATION

Item No.

Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

B 11.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 11.02 G-102-

10.1 Safety and Security LS 1

B 11.03 G-104-5.1 Project Survey and Stakeout LS 1

B 11.04 G-106-5.1 Pavement Marking Obliteration

SF 200

B 11.05 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 49

B 11.06 01410 TPDES Requirements LS 1

B 11.07 02535 Crack Repair in Existing Concrete Pavement

LF 2

B 11.08 P-152-4.1 Unclassified Excavation CY 110

B 11.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 3

B 11.10 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 110

B 11.11 P-306-8.1 12” Lean Concrete Base Course

SY 9

B 11.12 P-501-8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 33

B 11.13 P-605-5.1 Joint Repair in Existing Concrete Pavement

LF 3,079

B 11.14 D-751-5.1 3’ x 3’ Grate Inlet over Existing Storm Sewer

EA 1

B 11.15 T-904-5.1 Sodding SY 631

HOU TOTAL BID ALTERNATE BID SCHEDULE 11 UNIT PRICES $_______

TOTAL HOU BID ALTERNATES BID SCHEDULES 5, 8, AND 11 UNIT PRICE $__________

Page 100: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-12 02-01-2017

460C – IAH – BASE BID:

IAH BASE BID SCHEDULE 1 - RUNWAY 15L-33R AND ASSOCIATED TAXIWAYS PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.02 G-102-

10.1 Safety and Security LS 1

B 1.03 G-103-4.1 Engineer's Field Office LS 1

B 1.04 G-104-5.1 Project Survey and Stakeout LS 1

B 1.05 G-105-5.1 Temporary Construction Items LS 1

B 1.06 G-106-5.1 Pavement Marking Obliteration SF 169,519

B 1.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 279

B 1.08 01410 TPDES Requirements LS 1

B 1.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

B 1.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 335

B 1.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 3

B 1.12 P-605-5.1 Joint Repair in Existing Pavement

LF 69,563

B 1.13 02535 Crack Repair in Existing Pavement

LF 390

B 1.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 133,855

B 1.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 440

B 1.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 35,124

B 1.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BASE BID SCHEDULE 1 (RUNWAY 15L-33R AND ASSOCIATED TAXIWAYS PAVEMENT REHABILITATION) UNIT PRICES

$__________

Page 101: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-13 02-01-2017

IAH BASE BID SCHEDULE 1 - RUNWAY 15L STATUS LIGHT REPLACEMENT

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.18 G-100-3.1 Mobilization and General Conditions

LS 1

B 1.19 G-102-

10.1 Safety and Security LS 1

B 1.20 G-103-4.1 Engineer's Field Office LS 1

B 1.21 G-104-5.1 Project Survey and Stakeout LS 1

B 1.22 G-105-5.1 Temporary Construction Items LS 1

B 1.23 G-106-5.1 Pavement Marking Obliteration SF 27,642

B 1.24 01410 TPDES Requirements LS 1

B 1.25 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 862

B 1.26 P-620-5.1 Reflectorized Pavement Marking (White)

SF 2,880

B 1.27 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 574

B 1.28 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 24,188

B 1.29 P-621-5.1 Portland Cement Concrete Pavement Grooving

SY 862

B 1.30 16090-2 Remove & Salvage In-Pavement Light/Remove Base Can in Modified Pavement Areas

EA 16

B 1.31 16090-6 Remove No. 8 AWG, L-824C in Conduit or Ductbank

LF 3,500

B 1.32 16090-7 Remove Conduit in Modified Pavement Areas incl Counterpoise Wire

LF 1,600

B 1.33 16113-1 No. 8 AWG, L-824C, Installed in conduit or duct

LF 3,900

B 1.34 16113-3 No. 1/0 AWG Bare Counterpoise Wire incl Ground Rods, Installed in conduit trench

LF 1,600

B 1.35 16116-5

1-way, 3" PVC Conduit, Conc Encased in Modified Full Strength Pvmt incl Conduit Transitions

LF 1,600

Page 102: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-14 02-01-2017

IAH BASE BID SCHEDULE 1 - RUNWAY 15L STATUS LIGHT REPLACEMENT

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 1.36 16530-2 Re-install existing fixture in new L-868B base can in modified pavement

EA 16

B 1.37 16530-4 Re-connect to existing fixture EA 1

IAH TOTAL BASE BID SCHEDULE 1 (RUNWAY 15L STATUS LIGHT REPLACEMENT) UNIT PRICES

$__________

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 4.02 G-102-

10.1 Safety and Security LS 1

B 4.03 G-103-4.1 Engineer's Field Office LS 1

B 4.04 G-104-5.1 Project Survey and Stakeout LS 1

B 4.05 G-105-5.1 Temporary Construction Items LS 1

B 4.06 G-106-5.1 Pavement Marking Obliteration SF 14,600

B 4.07 G-115-5.1 Geotextile Interlayer SY 139

B 4.08 G-116-

10.1 Portland Cement Treatment for Materials In-Place

SY 10,185

B 4.09 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 149

B 4.10 G-118-5.1 Fuel Hydrant Pit Assembly EA 1

B 4.11 01410 TPDES Requirements LS 1

B 4.12 01575 Installation and Removal of Stabilized Construction Exit

EA 1

B 4.13 01578 Control of Groundwater LS 1

B 4.14 P-152-4.1 Unclassified Excavation CY 1,132

Page 103: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-15 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.15 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 204

B 4.16 P-154-5.1 4" Subbase Course SY 405

B 4.17 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 2,826

B 4.18 P-306-8.1 Lean Concrete Base Course (12")

SY 139

B 4.19 P-401-8.1.1

3" HMA Surface Course TON 1,607

B 4.20 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 261

B 4.21 P-501-8.3 6” PCC Shoulder Pavement SY 405

B 4.22 P-501-8.4 11” PCC Shoulder Pavement SY 380

B 4.23 P-602-5.1 Bituminous Prime Coat GAL 1,382

B 4.24 P-605-5.1 Joint Repair in Existing Pavement

LF 38,254

B 4.25 02535 Crack Repair in Existing Pavement

LF 254

B 4.26 P-620-5.1 Reflectorized Pavement Marking (White)

SF 20

B 4.27 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 10,120

B 4.28 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 6,420

B 4.29 P-620-5.5 Temporary Marking SF 2,918

B 4.30 P-620-5.6 Apron Entrance Point Marking – “19” (2 Color) (Sign)

EA 2

B 4.31 P-620-5.7 Apron Entrance Point Marking – “20” (2 Color) (Sign)

EA 2

B 4.32 P-620-5.8 Surface Painted Gate Sign – “D12” (2 Color)

EA 1

B 4.33 P-620-5.9 Surface Painted Gate Sign – “D12A” (2 Color)

EA 1

B 4.34 P-620-5.10

Bid Item Not Used LF 0

B 4.35 P-620-5.11

Bid Item Not Used LF 0

Page 104: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-16 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.36 P-629-8.1 Thermoplastic Coal Tar Emulsion - Micro-Surface Type B

SY 2,771

B 4.37 D-705-5.1 Perforated Underdrain (6") (Schedule 40 PVC)

LF 2,420

B 4.38 D-705-5.2 Single Underdrain Cleanout (Type 1)

EA 4

B 4.39 D-705-5.3 Single Underdrain Cleanout (Type 2)

EA 4

B 4.40 D-705-5.4 Double Underdrain Cleanout (Type 3)

EA 2

B 4.41 D-705-5.5 Non-Perforated Underdrain (6") (Schedule 40)

LF 10

B 4.42 D-705-5.6 Connect Underdrain Pipe to Structure

EA 2

B 4.43 T-904-5.1 Sodding, Fertilizer SY 2,328

B 4.44 T-905-5.1 Topsoiling (Furnished From off the Site)

CY 259

B 4.45 16090-1 Remove & Salvage Elevated Edge Light/Remove Base Can in Modified Pavement Areas

EA 29

B 4.46 16090-2 Remove & Salvage In-Pavement Light/Remove Base Can in Modified Pavement Areas

EA 1

B 4.47 16090-3 Remove & Salvage Elevated Edge Light/Base Can to Remain and be Re-used

EA 13

B 4.48 16090-4 Remove & Salvage Sign/Remove Sign Pad

EA 4

B 4.49 16090-5 Remove & Salvage Sign at Conc. Island

EA 2

B 4.50 16090-6 Remove No. 8 AWG, L-824C in Conduit or Ductbank

LF 14,400

B 4.51 16090-7 Remove Conduit in Modified Pavement Areas incl Counterpoise Wire

LF 2,800

B 4.52 16090-8 Remove Conduit in Earth incl Counterpoise Wire

LF 50

B 4.53 16090-9 Temporary Electrical Provisions LS 1

Page 105: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-17 02-01-2017

IAH BASE BID SCHEDULE 4 – TAXIWAY SF SHOULDER AND GATE D12 RECONSTRUCTION AND PAVEMENT REPAIRS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column

controls)

Total in Figures

B 4.54 16113-1 No. 8 AWG, L-824C, Installed in conduit or duct

LF 12,500

B 4.55 16113-2 No. 6 AWG Bare Counterpoise Wire incl Ground Rods, Installed in conduit trench

LF 4,100

B 4.56 16116-1 1-way, 2" PVC Conduit, Conc Encased in Modified Shoulder Pvmt incl Conduit Transitions

LF 2,900

B 4.57 16116-3 Install new 2" sched 40 PVC in earth

LF 1,200

B 4.58 16116-4 L-867D Pullcan EA 2

B 4.59 16530-1 Install new L-861T(L) fixture in new base can in modified shoulder pavement

EA 31

B 4.60 16530-3 Install new L-861T(L) fixture in existing base can

EA 13

B 4.61 16530-4 Re-connect to existing fixture EA 2

B 4.62 16530-5 Install new Sign, 1-sided, 1-module incl Foundation

EA 2

B 4.63 16530-6 Install new Sign, 1-sided, 3-module incl. Foundation

EA 2

B 4.64 16530-7 Install new Sign, 1-sided, 3-module at Concrete Island

EA 1

B 4.65 16530-8 Install new Sign, 2-sided, 3-module at Concrete Island

EA 1

B 4.66 16530-9 Install new L-852T(L) semi-flush fixture in new base can in modified shoulder pavement

EA 1

IAH TOTAL BASE BID SCHEDULE 4 UNIT PRICES $__________

Page 106: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-18 02-01-2017

IAH BASE BID SCHEDULE 5 - RUNWAY 9-27 AND ASSOCIATED TAXIWAY PAVEMENTS

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 5.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 5.02 G-102-

10.1 Safety and Security LS 1

B 5.03 G-103-4.1 Engineer's Field Office LS 1

B 5.04 G-104-5.1 Project Survey and Stakeout LS 1

B 5.05 G-105-5.1 Temporary Construction Items LS 1

B 5.06 G-106-5.1 Pavement Marking Obliteration SF 2,660

B 5.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 57

B 5.08 01410 TPDES Requirements LS 1

B 5.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 10

B 5.10 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 16

B 5.11 P-605-5.1 Joint Repair in Existing Pavement

LF 1,205

B 5.12 02535 Crack Repair in Existing Pavement

LF 100

B 5.13 P-620-5.1 Reflectorized Pavement Marking (White)

SF 1,000

B 5.14 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 480

B 5.15 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 1,080

B 5.16 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BASE BID SCHEDULE 5 UNIT PRICES $__________

Page 107: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-19 02-01-2017

IAH BASE BID SCHEDULE 6 - RUNWAY 8L-26R AND ASSOCIATED TAXIWAYS PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 6.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 6.02 G-102-10.1 Safety and Security LS 1

B 6.03 G-103-4.1 Engineer's Field Office LS 1

B 6.04 G-104-5.1 Project Survey and Stakeout LS 1

B 6.05 G-105-5.1 Temporary Construction Items LS 1

B 6.06 G-106-5.1 Pavement Marking Obliteration SF 1,200

B 6.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 94

B 6.08 01410 TPDES Requirements LS 1

B 6.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 2

B 6.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 25

B 6.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 32

B 6.12 P-605-5.1 Joint Repair in Existing Pavement

LF 3,464

B 6.13 02535 Crack Repair in Existing Pavement

LF 278

B 6.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 200

B 6.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 250

B 6.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 550

B 6.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

B 6.18 P-620-5.5 Temporary Marking SF 100

IAH TOTAL BASE BID SCHEDULE 6 UNIT PRICES $__________

TOTAL IAH BASE BID SCHEDULES 1, 4, 5, AND 6 UNIT PRICE $__________

Page 108: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-20 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 2 - RUNWAY 8R-26L AND ASSOCIATED TAXIWAYS PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 2.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 2.02 G-102-

10.1 Safety and Security LS 1

B 2.03 G-103-4.1 Engineer's Field Office LS 1

B 2.04 G-104-5.1 Project Survey and Stakeout LS 1

B 2.05 G-105-5.1 Temporary Construction Items LS 1

B 2.06 G-106-5.1 Pavement Marking Obliteration SF 2,519

B 2.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 71

B 2.08 01410 TPDES Requirements LS 1

B 2.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 46

B 2.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 205

B 2.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 1,419

B 2.12 P-605-5.1 Joint Repair in Existing Pavement

LF 10,826

B 2.13 02535 Crack Repair in Existing Pavement

LF 278

B 2.14 P-620-5.1 Reflectorized Pavement Marking (White)

SF 1,175

B 2.15 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 475

B 2.16 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 769

B 2.17 P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 2 UNIT PRICES $__________

Page 109: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-21 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 3 – NORTH CARGO RAMP PAVEMENT REHABILITATION

Item Spec. Ref. No.

Item Description Unit of

Measure Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 3.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 3.02 G-102-

10.1 Safety and Security LS 1

B 3.03 G-103-4.1 Engineer's Field Office LS 1

B 3.04 G-104-5.1 Project Survey and Stakeout LS 1

B 3.05 G-105-5.1 Temporary Construction Items LS 1

B 3.06 G-106-5.1 Pavement Marking Obliteration SF 2,100

B 3.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 93

B 3.08 01410 TPDES Requirements LS 1

B 3.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 6

B 3.10 P-605-5.1 Joint Repair in Existing Pavement

LF 50,386

B 3.11 02535 Crack Repair in Existing Pavement

LF 100

B 3.12 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 700

B 3.13 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 1,400

IAH TOTAL BID ALTERNATE BID SCHEDULE 3 UNIT PRICES $__________

Page 110: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-22 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 7 - RUNWAY 15R-33L AND ASSOCIATED TAXIWAYS PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 7.01

G-100-3.1 Mobilization and General Conditions

LS 1

B 7.02

G-102-10.1

Safety and Security LS 1

B 7.03

G-103-4.1 Engineer's Field Office LS 1

B 7.04

G-104-5.1 Project Survey and Stakeout LS 1

B 7.05

G-105-5.1 Temporary Construction Items LS 1

B 7.06

G-106-5.1 Pavement Marking Obliteration SF 21,700

B 7.07

G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 270

B 7.08

01410 TPDES Requirements LS 1

B 7.09

P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 31

B 7.10

P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 419

B 7.11

P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 38

B 7.12

P-605-5.1 Joint Repair in Existing Pavement LF 8,516

B 7.13

02535 Crack Repair in Existing Pavement

LF 1,568

B 7.14

P-620-5.1 Reflectorized Pavement Marking (White)

SF 320

B 7.15

P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 5,825

B 7.16

P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 12,305

B 7.17

P-620-5.4 Non-Reflectorized Pavement Marking (Red)

SF 250

B 7.18

P-620-5.5 Temporary Marking SF 3,000

IAH TOTAL BID ALTERNATE BID SCHEDULE 7 UNIT PRICES $__________

Page 111: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-23 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 8 - TAXIWAY NC PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 8.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 8.02 G-102-10.1 Safety and Security LS 1

B 8.03 G-103-4.1 Engineer's Field Office LS 1

B 8.04 G-104-5.1 Project Survey and Stakeout LS 1

B 8.05 G-105-5.1 Temporary Construction Items LS 1

B 8.06 G-106-5.1 Pavement Marking Obliteration SF 4,680

B 8.07 G-117-5.1 Partial Depth Pavement Repair (Spall Repair)

CF 303

B 8.08 01410 TPDES Requirements LS 1

B 8.09 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

B 8.10 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 331

B 8.11 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 183

B 8.12 P-605-5.1 Joint Repair in Existing Pavement

LF 64,780

B 8.13 02535 Crack Repair in Existing Pavement

LF 637

B 8.14 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 1,560

B 8.15 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 3,120

IAH TOTAL BID ALTERNATE BID SCHEDULE 8 UNIT PRICES $__________

Page 112: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-24 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 9 – TAXIWAY NG PAVEMENT REHABILITATION

Item Spec. Ref.

No. Item Description

Unit of Measure

Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 9.01 G-100-3.1 Mobilization and General Conditions

LS 1

B 9.02 G-102-

10.1 Safety and Security LS 1

B 9.03 G-103-4.1 Engineer's Field Office LS 1

B 9.04 G-104-5.1 Project Survey and Stakeout LS 1

B 9.05 G-105-5.1 Temporary Construction Items LS 1

B 9.06 G-106-5.1 Pavement Marking Obliteration SF 200

B 9.07 01410 TPDES Requirements LS 1

B 9.08 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 58

B 9.09 P-501-8.1 Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 230

B 9.10 P-501-8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 1,551

B 9.11 P-620-5.2 Reflectorized Pavement Marking (Yellow)

SF 100

B 9.12 P-620-5.3 Non-Reflectorized Pavement Marking (Black)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 9 UNIT PRICES $__________

Page 113: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-25 02-01-2017

IAH BID ALTERNATE BID SCHEDULE 10 - TAXIWAY NL PAVEMENT REHABILITATION

Item Spec. Ref. No.

Item Description Unit of

Measure Estimated Quantity

Unit Price (this column controls)

Total in Figures

B 10.01 G-100-

3.1 Mobilization and General Conditions

LS 1

B 10.02 G-102-

10.1 Safety and Security LS 1

B 10.03 G-103-

4.1 Engineer's Field Office LS 1

B 10.04 G-104-

5.1 Project Survey and Stakeout LS 1

B 10.05 G-105-

5.1 Temporary Construction Items LS 1

B 10.06 G-106-

5.1 Pavement Marking Obliteration SF 200

B 10.07 01410 TPDES Requirements LS 1

B 10.08 P-152-

4.2 Undercut and Replace Unsuitable Subgrade

CY 140

B 10.09 P-501-

8.1

Sawcut, Remove, and Replace Cracked or Damaged Panels in Existing 16"-20" Pavement

SY 559

B 10.10 P-501-

8.2 Additional PCC Pavement for Depths Greater Than 20"

CF 4,406

B 10.11 P-620-

5.2 Reflectorized Pavement Marking (Yellow)

SF 100

B 10.12 P-620-

5.3 Non-Reflectorized Pavement Marking (Black)

SF 100

IAH TOTAL BID ALTERNATE BID SCHEDULE 10 UNIT PRICES $__________

TOTAL IAH BID ALTERNATES BID SCHEDULES 2, 3, 7, 8, 9, AND 10 UNIT PRICE $__________

Page 114: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-26 02-01-2017

460C – EFD – BASE BID:

EFD BASE BID – TAXIWAY D SHOULDERS

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-105-5.2 Lighted-X Runway Closure Marker WK 3

6 01575 Installation and Removal of Stabilized Construction Exit

EA 1

7 01578 Control of Groundwater LS 1

8 G-106-5.1 Pavement Marking Obliteration SF 10,800

9 02535 Crack Repair in Existing Concrete Pavement

LS 1

10 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 6,700

11 P-620-5.2 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 4,100

12 P-629-8.1 Thermoplastic Coal Tar Emulation Micro-Surface Type A

SY 15,500

EFD TOTAL BASE BID UNIT PRICES

$________

Page 115: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-27 02-01-2017

460C – EFD – BID ALTERNATES:

EFD BID ALTERNATE 1

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-105-5.2 Lighted-X Runway Closure Marker WK 5

EFD BID ALTERNATE 1 – RUNWAY 4-22 REPAIRS

6 P-101-5.1 Removal of Existing 16” Concrete Airfield Pavement Including 2” Bond Breaker

SY 675

7 P-156-5.1 Installation and Removal of Filter Fabric Barriers

LF 150

8 P-501-8.1 18” PCC Pavement SY 675

9 D-621-5.1 Pavement Grooving SY 580

10 T-904-5.1 Sodding SY 90

11 T-905-5.1 Topsoiling (Furnished from off the Site) CY 15

12 L-108-5.1 No. 6 AWG, 5kV, L-824, Type C Cable, Installed in Conduit

LF 200

13 L-110-5.1 Concrete Encased Electrical Conduit, 1-way, 2-inch Schedule 40 PVC

LF 40

14 L-125-5.1 L-850(A) Relocated Runway Centerline Light on new L-868B Base Can

EA 1

15 L-125-5.2 Remove Existing Conduit and Cable LS 1

EFD BID ALTERNATE 1 – TAXIWAY D SHOULDERS

16 G-106-5.1 Pavement Marking Obliteration SF 8,100

17 P-101-5.2 Crack Repair in Existing Asphalt Pavement

LS 1

18 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 6,000

Page 116: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-28 02-01-2017

19 P-620-5.2 Waterborne Non-Reflectorized Pavement Marking (Black)

SF 2,100

20 P-629-8.1 Thermoplastic Coal Tar Emulsion Micro-Surface Type A

SY 16,700

EFD TOTAL BID ALTERNATE 1 UNIT PRICES

$________

EFD BID ALTERNATE 1 EXTRA ITEMS

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

21 P-152-4.1 Unclassified Excavation CY 50

22 P-152-4.2 Undercut and Replace Unsuitable Subgrade

CY 25

23 D-705-5.1 Porous Backfill CY 20

EFD TOTAL BID ALTERNATE 1 EXTRA ITEMS UNIT PRICES

$________

EFD BID ALTERNATE 2

Item No. Spec Ref.

Base Unit Short Title Unit of

Measure Estimated Quantity

Unit Price (this column

controls)

Total in figures

EFD BID ALTERNATE 2 – T-HANGAR APRON

1 G-100-3.1 Mobilization and General Conditions LS 1

2 G-102-10.1 Safety and Security LS 1

3 G-104-5.1 Project Survey and Stakeout LS 1

4 G-105-5.1 Temporary Construction Items LS 1

5 G-106-5.1 Pavement Marking Obliteration SF 4,000

6 P-101-5.2 Crack Repair in Existing Asphalt Pavement

LS 1

7 P-156-5.2 Installation and Removal of Trench Drain Protection Barriers

LF 3,410

TOTAL EFD BID ALTERNATE 1 AND EXTRA ITEMS UNIT PRICE $__________

Page 117: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-29 02-01-2017

8 P-156-5.3 Installation and Removal of Inlet Protection Barriers

EA 26

9 P-620-5.1 Waterborne Reflectorized Pavement Marking

SF 4,000

10 P-629-8.1 Thermoplastic Coal Tar Emulsion Micro-Surface Type A

SY 75,000

EFD TOTAL BID ALTERNATE 2 UNIT PRICES

$________

CASH ALLOWANCE TABLE:

REST OF PAGE INTENTIONALLY LEFT BLANK

Item No.

Spec Ref.

Cash Allowance Short Title Cash

Allowance in figures (1)

D 1 01210 Cash Allowances $850,000

TOTAL CASH ALLOWANCES

$850,000

Page 118: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-30 02-01-2017

F. TOTAL BASE BID:

HOU TOTAL BASE BID PRICE: $__________________________________ IAH TOTAL BASE BID PRICE: $___________________________________ EFD TOTAL BASE BID PRICE: $___________________________________ TOTAL BASE BID (HOU, IAH, AND EFD) PRICE: $____________________ (Add Totals for Stipulated Price, Base Unit Price, Extra Unit Price, Cash Allowance, and All Alternates, if any)

2.0 SIGNATURES: By signing this Document, I agree that I have received and

reviewed all Addenda and considered all costs associated with the Addenda in calculating the Total Bid Price.

Bidder:

(Print or type full name of your proprietorship, partnership, corporation, or joint venture.*)

** By:

Signature Date

Name:

(Print or type name) Title

Address:

(Mailing)

(Street, if different)

Telephone and Fax Number:

(Print or type numbers)

* If Bid is a joint venture, add additional Bid Form signature sheets for each member

of the joint venture. ** Bidder certifies that the only person or parties interested in this offer as principals

are those named above. Bidder has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding.

Note: This document constitutes a government record, as defined by § 37.01 of the Texas

Penal Code. Submission of a false government record is punishable as provided in § 37.10 of the Texas Penal Code.

Page 119: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-31 02-01-2017

Footnotes for Tables B through E: (1) Fixed Unit Price determined prior to Bid. Cannot be adjusted by the Bidder. (2) Minimum Bid Price determined prior to Bid. Can be increased by the Bidder, but not decreased, by crossing out the

Minimum and inserting revised price on the line above. Cannot be decreased by the Bidder. (3) Maximum Bid Price determined prior to Bid. Can be decreased by the BIdder, but not increased, by crossing out the

Maximum and inserting revised price on the line above. A Bid that increases the Maximum Bid Price may be found non-conforming and non-responsive. Cannot be increased by the Bidder.

(4) Fixed Range Bid Price determined prior to Bid. Unit Price can be adjusted by Bidder to any amount within the range defined by crossing out prices noted and noting revised price on the line above.

Page 120: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BID FORM Project No. 460C PART B

00410B-32 02-01-2017

THIS PAGE INTENTIONALLY LEFT BLANK

Page 121: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C BIDDER’S BOND

00430-1 02-01-2004

Document 00430

BIDDER'S BOND THAT WE, _________________________________________________________________, as Principal, (Bidder)

(“Bidder”), and the other subscriber hereto, ________________________________, as Surety, do hereby acknowledge ourselves to be held and firmly bound to the City of Houston, a municipal corporation, in the sum of _________________________________________________________ Dollars ($___________) (an amount equal to 2 percent of the Total Bid Price, including Cash Allowances and Alternates, if any, for the payment of which sum, well and truly to be made to the City of Houston and its successors, the Bidder and Surety do bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally.

THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT: WHEREAS, the Bidder has submitted on or about this day a proposal offering to perform the following: ________________________________________________________________________________________ ________________________________________________________________________________________ (Project Name, Location and Number)

in accordance with the Drawings, Specifications, and terms and conditions related thereto to which reference is hereby made. NOW, THEREFORE, if the Bidder's offer as stated in the Document 00410 – Bid Form is accepted by the City, and the Bidder executes and returns to the City Document 00520 – Agreement, required by the City, on the forms prepared by the City, for the Work and also executes and returns the same number of the Performance, Payment and Maintenance Bonds (such bonds to be executed by a Corporate Surety authorized by the State Board of Insurance to conduct insurance business in the State of Texas, and having an underwriting limitation in at least the amount of the bond) and other submittals as required by Document 00495 - Post-Bid Procedures, in connection with the Work, within the Contract Time, then this obligation shall become null and void; otherwise it is to remain in full force and effect. If Bidder is unable to or fails to perform the obligations undertaken herein, the undersigned Bidder and Surety shall be liable to the City for the full amount of this obligation which is hereby acknowledged as the amount of damages which will be suffered by the City on account of the failure of such Bidder to perform such obligations, the actual amount of such damages being difficult to ascertain. Notices required or permitted hereunder shall be in writing and shall be deemed delivered when actually received or, if earlier, on the third day following deposit in a United States Postal Service post office or receptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respective other Party at the address prescribed in the Contract documents, or at such other address as the receiving Party may hereafter prescribe by written notice to the sending Party. IN WITNESS THEREOF, the Bidder and Surety have signed and sealed this instrument on the respective dates written below their signatures and have attached current Power of Attorney. ATTEST, SEAL: (if a corporation) WITNESS: (if not a corporation) (Name of Bidder) By: By:

Name: Name: Title: Title: Date: ATTEST/SURETY WITNESS: (SEAL) (Full Name of Surety)

(Address of Surety for Notice) (Telephone Number of Surety) By: By:

Name: Name: Title: Title: Date: Date:

END OF DOCUMENT

Page 122: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C BIDDER’S BOND

00430-2 02-01-2004

INTENTIONALLY LEFT BLANK

Page 123: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BIDDER’S STATEMENT Project No. 460C OF MBE/WBE/PDBE/DBE/SBE STATUS

00450-1 03-13-2007

Document 00450

BIDDER'S STATEMENT OF MBE/WBE/PDBE/DBE/SBE STATUS

This certifies that the status of the Bidder, _________________________________, in (Bidder's Name)

regard to the City of Houston Code of Ordinances, Chapter 15, Article V, relating to City-wide percentage goals for contracting with Minority and Women-owned Business Enterprises (MWBE) and Disadvantaged Business Enterprises (DBE), Chapter 15, Article VI, relating to City-wide percentage goals for contracting with Persons with Disabilities Business Enterprises (PDBE) and Chapter 15, Article IX, relating to City-wide percentage goals for contracting with a Small Business Enterprise (SBE) is as follows:

1. Bidder (individual, partnership, corporation) is [ ] is not [ ] a MinorityBusiness Enterprise as certified by the Affirmative Action and ContractCompliance Division.

2. Bidder (individual, partnership, corporation) is [ ] is not [ ] a Women-ownedBusiness Enterprise as certified by the Affirmative Action and ContractCompliance Division.

3. Bidder (individual, partnership, corporation) does [ ] does not [ ] declareitself to be a Persons with Disabilities Business Enterprise as defined above.

4. Bidder (individual, partnership, corporation) does [ ] does not [ ] declareitself to be a Disadvantaged Business Enterprise as defined above.

5. Bidder (individual, partnership, corporation) does [ ] does not [ ] declareitself to be a Small Business Enterprise as defined above.

Signature:

Title:

Date:

END OF DOCUMENT

Page 124: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BIDDER’S STATEMENT Project No. 460C OF MBE/WBE/PDBE/DBE/SBE STATUS

00450-2 03-13-2007

INTENTIONALLY LEFT BLANK

Page 125: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONTRACTOR SUBMISSION LIST Project No. 460C CAMPAIGN FINANCE ORDINANCE

00452-1 12-15-2016

Document 00452 Form A

CONTRACTOR SUBMISSION LIST CITY OF HOUSTON CAMPAIGN FINANCE ORDINANCE

By submitting a bid or proposal to the City of Houston for a Contract in excess of $50,000 or for which a request is presented to City Council for approval, all respondents agree to comply with Chapter 18 of the Code of Ordinances. Pursuant to Section 18-36 of the Code of Ordinances, it is unlawful either for any contractor to contribute or offer any contribution to a candidate, or for any candidate to solicit or accept any contribution from a contractor for a period commencing at the time of posting of the City Council Meeting Agenda including an item for the award of the Contract and ending upon the 30th day after the award of the Contract by City Council, or a determination by City Council of the Mayor that the contract will not be awarded to a contractor. The term “contractor” means any person who has received the award of a contract, has submitted a bid or proposal in any form for the award of a contract, or has been proposed to be awarded the contract in an item placed upon the City Council agenda, including any other person who seeks the award of the contract and is contesting, appealing, or protesting the award of the contract as proposed. This list is submitted under the provisions of Section 18-36(b) of the City of Houston Code of Ordinances in connection with the attached Bid/Proposal of:

Firm or Company Name: Firm or Company Address:

The firm/company is organized as indicated below. Check one as applicable and attach additional pages if needed to supply the required names and addresses. [ ] SOLE PROPRIETOR

Name Proprietor Address

[ ] A PARTNERSHIP

LIST EACH PARTNER HAVING EQUITY INTEREST OF 10% OR MORE OF PARTNERSHIP (IF NONE STATE “NONE”)

Name

Partner Address

Name

Partner Address

Page 126: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONTRACTOR SUBMISSION LIST Project No. 460C CAMPAIGN FINANCE ORDINANCE

00452-2 12-15-2016

[ ] A LIMITED LIABILITY COMPANY

LIST EACH MEMBER OR MANAGER (IF NO MEMBERS) HAVING EQUITY INTEREST OF 10% OR MORE IN THE LIMITED LIABILITY COMPANY (IF NONE, STATE “NONE”)

Name

Member/Manager Address

Name

Member/Manager Address

Name

Member/Manager Address [ ] A CORPORATION

LIST ALL DIRECTORS OF THE CORPORATION (IF NONE STATE “NONE”)

Name Director Address

Name

Director Address

Name

Director Address

LIST ALL OFFICERS OF THE CORPORATION (IF NONE STATE “NONE”)

Name Officer Address

Name

Officer Address

Name

Officer Address

LIST ALL INDIVIDUALS OWNING 10% OR MORE OF OUTSTANDING SHARES OF STOCK OF THE CORPORATION (IF NONE STATE “NONE”)

Name

Owner Address

Name

Owner Address

Name

Owner Address

Page 127: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONTRACTOR SUBMISSION LIST Project No. 460C CAMPAIGN FINANCE ORDINANCE

00452-3 12-15-2016

I certify that I am duly authorized to submit this list on behalf of the firm, that I am associated with the firm in the capacity noted below, and that I have knowledge of the accuracy of the information provided herein.

Signature

Printed Name

Title

Note: This list constitutes a government record as defined by § 37.01 of the Texas Penal Code.

END OF DOCUMENT

Page 128: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONTRACTOR SUBMISSION LIST Project No. 460C CAMPAIGN FINANCE ORDINANCE

00452-4 12-15-2016

INTENTIONALLY LEFT BLANK

Page 129: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C BIDDER'S STATEMENT OF RESIDENCY

00453-1

12-15-2016

Document 00453

BIDDER'S STATEMENT OF RESIDENCY The City may not award a contract for general construction, services, or purchases to a Nonresident Bidder unless Nonresident's Bid is lower than the lowest Bid submitted by a responsible Texas Resident Bidder by the same amount that a Texas Resident bidder would be required to underbid the Nonresident Bidder to obtain a comparable contract in the state in which Nonresident's principle place of business is located. 1. This certifies that the Bidder, , is a

State of Texas Resident Bidder as defined in TEX. GOVT. CODE ANN. § 2252.001(4) (Vernon 2016).

Signature Title "Texas Resident Bidder" means a bidder whose principal place of business is in this State, and includes a Contractor whose ultimate parent company or majority owner has its principal place of business in this State. When bidder cannot sign 1, above, proceed to 2. 2. a. is a resident of

and is a Nonresident Bidder as defined in TEX. GOVT. CODE ANN. § 2252.001(3) (Vernon 2016).

Signature Title

"Nonresident Bidder" means a bidder whose principal place of business is not in this State, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this State.

b. The State of [does/does not] have a state statute giving preference to resident bidders.

Signature Title If the answer to 2.b is that your state does have a statute giving preference to resident bidders, then you must provide a copy and proceed to 3. 3. A copy of the State of statute is attached.

Signature Title

Date

END OF DOCUMENT

Page 130: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C BIDDER'S STATEMENT OF RESIDENCY

00453-2

12-15-2016

INTENTIONALLY LEFT BLANK

Page 131: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AFFIDAVIT OF NON-INTEREST

00454-1 02-01-2004

Document 00454

AFFIDAVIT OF NON-INTEREST BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , who

Affiant

being by me duly sworn on his oath stated that he is , of Title

, Name of Firm

the firm named and referred to and in the foregoing; and that he knows of no officer,

agent, or employee of the City of Houston being in any manner interested either directly

or indirectly in such Contract.

Affiant's Signature

SWORN AND SUBSCRIBED before me on .

Date

Notary Public in and for the State of TEXAS

Print or type name

My Commission Expires: Expiration Date

END OF DOCUMENT

Page 132: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AFFIDAVIT OF NON-INTEREST

00454-2 02-01-2004

INTENTIONALLY LEFT BLANK

Page 133: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS AFFIDAVIT OF Project No. 460C OWNERSHIP OR CONTROL

00455-1 12/15/2016

Document 00455

OWNERSHIP INFORMATION FORM INSTRUCTION: ENTITIES USING AN ASSUMED NAME SHOULD DISCLOSE THAT FACT TO AVOID REJECTION OF THIS

AFFIDAVIT. THE FOLLOWING FORMAT IS RECOMMENDED: CORPORATE/LEGAL NAME DBA ASSUMED NAME.

STATE OF §

§ AFFIDAVIT OF OWNERSHIP OR CONTROL

COUNTY OF §

BEFORE ME, the undersigned authority, on this day personally appeared

[FULL NAME] (the “Affiant”),

[STATE TITLE/CAPACITY WITH CONTRACTING ENTITY] of

[CONTRACTING ENTITY’S CORPORATE/LEGAL NAME] (”Contracting

Entity”), who being by me duly sworn on oath stated as follows:

1. Affiant is authorized to give this affidavit and has personal knowledge of the facts and matters herein

stated.

2. Contracting Entity seeks to do business with the City in connection with

[DESCRIBE PROJECT OR MATTER] which is expected to be in an amount that exceeds $50,000.

3. The following information is submitted in connection with the proposal, submission or bid of Contracting Entity in connection with the above described project or matter.

4. Contracting Entity is organized as a business entity as noted below (check box as applicable).

FOR PROFIT ENTITY: NON-PROFIT ENTITY:

[ ] SOLE PROPRIETORSHIP [ ] NON-PROFIT CORPORATION [ ] CORPORATION [ ] UNINCORPORATED ASSOCIATION [ ] PARTNERSHIP [ ] LIMITED PARTNERSHIP [ ] JOINT VENTURE [ ] LIMITED LIABILITY COMPANY [ ] OTHER (Specify type in space below)

Page 134: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS AFFIDAVIT OF Project No. 460C OWNERSHIP OR CONTROL

00455-2 12/15/2016

5. The information shown below is true and correct for the Contracting Entity; and 6. All owners of 10% or more of the Contracting Entity and, where the Contracting Entity is a non-profit

entity, the required information has been shown for each officer, i.e., president, vice-president, secretary, treasurer, etc. [NOTE: IN ALL CASES, USE FULL NAMES, LOCAL BUSINESS AND RESIDENCE ADDRESSES AND TELEPHONE

NUMBERS. DO NOT USE POST OFFICE BOXES FOR ANY ADDRESS. INCLUSION OF E-MAIL ADDRESSES IS OPTIONAL, BUT

RECOMMENDED. ATTACH ADDITIONAL SHEETS AS NEEDED.]

Contracting Entity

Name: Business Address [NO./STREET]

[CITY/STATE/ZIP CODE]

Telephone Number (_____) Email Address [OPTIONAL] Residence Address [NO./STREET]

[CITY/STATE/ZIP CODE]

Telephone Number (_____) Email Address [OPTIONAL]

10% Owner(s) or More (IF NONE, STATE “NONE.”)

Name:

Business Address [NO./STREET]

[CITY/STATE/ZIP CODE]

Telephone Number (_____)

Email Address [OPTIONAL]

Residence Address [NO./STREET]

[CITY/STATE/ZIP CODE]

Telephone Number (_____)

Email Address [OPTIONAL]

Page 135: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS AFFIDAVIT OF Project No. 460C OWNERSHIP OR CONTROL

00455-3 12/15/2016

7. Optional Information

Contracting Entity and/or [NAME OF OWNER OR

NON-PROFIT OFFICER] is actively protesting, challenging or appealing the accuracy and/or amount of taxes levied against [CONTRACTING ENTITY, OWNER OR NON-PROFIT OFFICER] as follows:

Name of Debtor: Tax Account Nos. Case or File Nos. Attorney/Agent Name Attorney/Agent Phone No. (_____) Tax Years

Status of Appeal [DESCRIBE]

Affiant certifies that he or she is duly authorized to submit the above information on behalf of the Contracting Entity, that Affiant is associated with the Contracting Entity in the capacity noted above and has personal knowledge of the accuracy of the information provided herein, and that the information provided herein is true and correct to the best of Affiant’s knowledge and belief.

Affiant

SWORN TO AND SUBSCRIBED before me this day of , 20 . (Seal)

Notary Public

NOTE: This affidavit constitutes a government record as defined by Section 37.01 of the Texas Penal Code. Submission of a false government record is punishable as provided in Section 37.10 of the Texas Penal Code. Attach additional pages if needed to supply the required names and addresses.

Page 136: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS AFFIDAVIT OF Project No. 460C OWNERSHIP OR CONTROL

00455-4 12/15/2016

INTENTIONALLY LEFT BLANK

Page 137: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONFLICT OF Project No. 460C INTEREST QUESTIONNAIRE

00457 3-3-2015

Document 00457

Conflict of Interest Questionnaire

Local Government Code Chapter 176 requires Bidders with the City of Houston (“City”) to file a Conflict of Interest Questionnaire with the City Secretary of the City of Houston.

The Conflict of Interest Questionnaire is available for downloading on the Texas Ethics Commission’s website at: http://www.ethics.state.tx.us/forms/CIQ.pdf The completed Conflict of Interest Questionnaire will be posted on the City Secretary’s website. Also you will find a list of the City Local Government Officers on the City Secretary’s website.

For your convenience the CIQ form is attached as part of this document. Although the City has provided this document for the Bidders convenience, it is the Bidders responsibility to submit the latest version of the CIQ form as promulgated by the Texas Ethics Commission.

The Failure of any Bidder to comply with this law is a Class C misdemeanor.

END OF DOCUMENT

Page 138: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONFLICT OF Project No. 460C INTEREST QUESTIONNAIRE

00457 3-3-2015

THIS PAGE INTENTIONALLY LEFT BLANK

Page 139: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Revised 11/30/2015Form provided by Texas Ethics Commission www.ethics.state.tx.us

FORM CIQ

OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.

This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor whohas a business relationship as defined by Section 176.001(1-a) with a local governmental entity and thevendor meets requirements under Section 176.006(a).

By law this questionnaire must be filed with the records administrator of the local governmental entity not laterthan the 7th business day after the date the vendor becomes aware of facts that require the statement to befiled. See Section 176.006(a-1), Local Government Code.

A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. Anoffense under this section is a misdemeanor.

CONFLICT OF INTEREST QUESTIONNAIREFor vendor doing business with local governmental entity

Date Received

A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,other than investment income, from the vendor?

Yes No

B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the directionof the local government officer or a family member of the officer AND the taxable income is not received from thelocal governmental entity?

Yes No

7

Check this box if the vendor has given the local government officer or a family member of the officer one or more giftsas described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).

Signature of vendor doing business with the governmental entity Date

Name of vendor who has a business relationship with local governmental entity.1

Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated

completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which

you became aware that the originally filed questionnaire was incomplete or inaccurate.)

2

3 Name of local government officer about whom the information is being disclosed.

Name of Officer

Describe each employment or other business relationship with the local government officer, or a family member of theofficer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.Complete subparts A and B for each employment or business relationship described. Attach additional pages to this FormCIQ as necessary.

4

6

5Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or

other business entity with respect to which the local government officer serves as an officer or director, or holds anownership interest of one percent or more.

Page 140: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Revised 11/30/2015Form provided by Texas Ethics Commission www.ethics.state.tx.us

CONFLICT OF INTEREST QUESTIONNAIRE

For vendor doing business with local governmental entity

A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.

Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more partiesbased on commercial activity of one of the parties. The term does not include a connection based on:

(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or anagency of a federal, state, or local governmental entity;(B) a transaction conducted at a price and subject to terms available to the public; or(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency andthat is subject to regular examination by, and reporting to, that agency.

Local Government Code § 176.003(a)(2)(A) and (B):(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:

***(2) the vendor:

(A) has an employment or other business relationship with the local government officer or afamily member of the officer that results in the officer or family member receiving taxableincome, other than investment income, that exceeds $2,500 during the 12-month periodpreceding the date that the officer becomes aware that

(i) a contract between the local governmental entity and vendor has been executed;or(ii) the local governmental entity is considering entering into a contract with thevendor;

(B) has given to the local government officer or a family member of the officer one or more giftsthat have an aggregate value of more than $100 in the 12-month period preceding the date theofficer becomes aware that:

(i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor.

Local Government Code § 176.006(a) and (a-1)(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationshipwith a local governmental entity and:

(1) has an employment or other business relationship with a local government officer of that localgovernmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);(2) has given a local government officer of that local governmental entity, or a family member of theofficer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding anygift described by Section 176.003(a-1); or

(3) has a family relationship with a local government officer of that local governmental entity.(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administratornot later than the seventh business day after the later of: (1) the date that the vendor:

(A) begins discussions or negotiations to enter into a contract with the local governmentalentity; or(B) submits to the local governmental entity an application, response to a request for proposalsor bids, correspondence, or another writing related to a potential contract with the localgovernmental entity; or

(2) the date the vendor becomes aware:(A) of an employment or other business relationship with a local government officer, or afamily member of the officer, described by Subsection (a);(B) that the vendor has given one or more gifts described by Subsection (a); or(C) of a family relationship with a local government officer.

Page 141: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Document 00460 OBO 7/3/2012

Form POP- 1

City of Houston

Pay or Play Program

Acknowledgement Form

It has been determined that the project currently open for bidding meets the criteria of the City of Houston Pay or Play program. This form acknowledges your awareness of the Pay or Play program which is authorized by Ordinance 2007-534. Your signature below affirms that you will comply with the requirements of the program if you are the successful bidder/proposer, and ensure the same on behalf of subcontracts subject to the Pay or Play Program. I declare under penalty of perjury under the laws of the State of Texas that if awarded this contract which meets the criteria for the City of Houston’s Pay or Play Program, I will comply with all requirements of the Pay or Play Program in accordance with Executive Order 1-7. *Fill out all information below and submit this form with your bid/proposal packet. Solicitation Number Signature Date

Print Name City Vendor ID

Company Name Phone Number

Email Address

Note: For more information contact your POP Liaison or the POP Contract Administrator. All

contact information can be found on www.houstontx.gov Departments Office of Business

Opportunity Pay or Play.

Page 142: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013
Page 143: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Hire Houston First

Application and Affidavit

1 Revised 10/23/2012

Thank you for your interest in the Hire Houston First initiative. It is the policy of the City of Houston as defined in Chapter 15, Article

XI, to use the City’s spending powers in a manner that promotes fiscal responsibility and maximizes the effectiveness of local tax

dollars by ensuring a portion of citizens’ tax dollars remain in the local economy for economic benefit of the citizens by utilizing all

available legal opportunities to contract with city and/or local businesses.

Businesses interested in becoming eligible to participate in the Hire Houston First initiative must complete this application and sign

the attached affidavit. Only businesses that meet the requirements will be eligible to participate in the Hire Houston First initiative. A

completed HHF application is NOT evidence of designation under the Hire Houston First initiative. An applicant’s eligibility must be

confirmed in writing by the Office of Business Opportunity.

Definitions:

A. City Business means a business with a principal place of business within city limits.

B. Local Area means eight counties in and surrounding Houston city limits. The counties are Harris, Fort Bend, Montgomery,

Brazoria, Galveston, Chambers, Waller, and Liberty.

C. Local Business means a business with a principal place of business in the local area.

D. Principal place of business means the business must be headquartered or have an established place or places of business in

the incorporated limits of the city or the local area as applicable, from which 20% or more of the entity’s workforce are

regularly based, and from which a substantial role in the entity’s performance of a commercially useful function or a

substantial part of its operations is conducted. A location utilized solely as a post office box, mail drop or telephone

message center or any combination thereof, with no other substantial work function, shall not be construed as a principal

place of business.

E. Headquartered means the location where an entity’s leadership directs, controls, and coordinates the entity’s activities.

Application

Please complete the following form/affidavit and submit it to the Office of Business Opportunity, Houston Business Solutions Center

located at 611 Walker, Lobby Level, Houston, TX 77002 (832) 393-0954. Applications may be submitted via e-mail to

[email protected] or faxed to 832.393.0650. Incomplete applications and affidavits will not be processed. Please answer

all questions.

1. Application Date:

2. Company is applying as (please check at least one box):

� City Business (CB) with a principal place of business within the city limits from which a substantial role in the

entity’s performance of a commercially useful function or a substantial part of its operations is conducted as

defined in Chapter 15, Article XI.

� Local Business (LB) with a principal place of business in the local area from which a substantial role in the entity’s

performance of a commercially useful function or a substantial part of its operations is conducted as defined in

Chapter 15, Article XI.

3. Name of Owner or CEO: Name of Company:

FOR OFFICE USE ONLY:

Page 144: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

2 Revised 10/23/2012

4. Business Address(for use in determining HHF eligibility):

Street City State Zip Code

5. Mailing Address(If different from Business Address):

Street City State Zip Code

6. Business Phone Number: Business Fax Number:

7. Business E-Mail: Business Website:

8. Federal Tax ID Number: COH Vendor Registration ID Number:

9. Describe the primary activities of your firm:

10. In accordance with the aforementioned definition for “headquartered”, is your company’s headquarters or corporate

office located in one of the following eight counties?

YES � NO �

If yes, check all that apply.

� Harris

� Brazoria

� Chambers

� Fort Bend

� Galveston

� Liberty

� Montgomery

� Waller

How many employees are based within the county or counties you selected?

If you answered “no” to question 10, please answer questions 11, 12 and 13.

11. What is the number of employees that are based within the following eight counties?

· Harris

· Brazoria

· Chambers

· Fort Bend

· Galveston

· Liberty

· Montgomery

· Waller

12. List all company locations inside city limits and in the 8 county local area as well as addresses, primary activities and

number of employees at each location.

Business Address Primary Activities Number of Employees

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

Page 145: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

3 Revised 10/23/2012

Business Address Primary Activities Number of Employees

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

13. List all company locations OUTSIDE the eight (8) county local area, including headquarters locations, as well as addresses,

primary activities and number of employees at each location.

Business Address Corporate

Headquarters?

Primary Activities Number of

Employees

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

YES/NO

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

YES/NO

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

YES/NO

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

YES/NO

Business Name:

Street Address:

City, State:

Zip Code:

Main Phone Number:

YES/NO

14. What is the total number of employees in the entire company?

15. Is the company represented on this application an independent or dependent subsidiary of a company with

headquarters located outside the eight county local area? (Check One)

� NOT a subsidiary of any company

� YES – An independent subsidiary. Please submit Federal corporate tax returns and any other documentation necessary

to show independence from the parent company.

� YES – A dependent subsidiary. Please answer the following questions:

(a). What is the total number of employees within the (8) county local area inclusive of the company represented on this

application and the parent company?

(b). What is the total number of all employees inclusive of the company represented on this application and the parent

company?

Page 146: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

4 Revised 10/23/2012

Hire Houston First Affidavit

I __________________________ certify and affirm that my business is not

Name of Company Owner Name of Company

a location utilized solely as a post office box, mail drop or telephone message center or any combination thereof, with

no other substantial work function.

The undersigned swear/affirm that the foregoing information and statements are true and correct with regard to the

employee breakdown of the company’s work force, location, and principal place of business. In addition, the

undersigned gives permission to the City of Houston to conduct random audits to ensure compliance with the Hire

Houston First Initiative under Chapter 15, Article XI.

Name of Company Owner Name of Company

On this day before me appeared (name) with proper

identification, who being duly sworn, did execute the foregoing affidavit and did aver that he or she was properly

authorized to execute this affidavit and did so as his or her free act/deed.

Signature (Owner /Applicant) Title

Name (Print) Date

(Seal)

Notary Attest:

Notary Public Commission Expiration

Page 147: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

<<ShortPrjName>> BIDDER’S MWSBE

WBS NO. «WBSNo» PARTICIPATION PLAN

00470-1 <<Bidder or Proposer Name>>

08-01-2015

Document 00470

BIDDER’S MWSBE PARTICIPATION PLAN

The Bidder or Proposer shall submit this completed form with the bid, to demonstrate the Bidder/Proposer’s plan to

meet the contract-specific MWSBE goal (“contract goal”). If the Bidder or Proposer cannot meet the contract goal, the

Bidder/Proposer has the burden to demonstrate “Good Faith Efforts”, which shall include correctly and accurately

preparing and submitting this form, a Record of Good Faith Efforts (Document 00471), a Request for Deviation from

the Goal (Document 00472), and providing supporting documentation evidencing their “Good Faith Efforts”, as

required by the City of Houston’s Good Faith Efforts Policy (Document 00808). The City will review the Participation

Plan and Good Faith Efforts at the time of bid opening. Visit http://www.houstontx.gov/obo for more information.

City

Contract

Goal

MBE WBE MBE and WBE Goals are two separate Contract Goals. Any excess of one Goal cannot be applied to meet another Goal. An SBE can be applied to the MBE and/or WBE Goal, but not to exceed 4%.

NAICS

Code

(6 digit)

Description of Work (Plan

Sheet #, Unit Price #, Scope

of Work #, as applicable)

% of Total Bid

Price (2 decimal

places; for

example, 5.00%)

Cert. Type

for Goal:

MBE, WBE,

or SBE

Certified Firm Name

Firm Address

Contact Name

Phone No. and E-Mail

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

Signature for Company: * Printed Name: Company Name: Phone #:

Date:

*I understand that supplying inaccurate information may violate Texas Penal Code Section 37.10 and lead to City sanctions.

Bidder’s

Participation

Plan Total

MBE WBE SBE

Page 148: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

<<ShortPrjName>> BIDDER’S MWSBE

WBS NO. «WBSNo» PARTICIPATION PLAN

00470-2 <<Bidder or Proposer Name>>

08-01-2015

Document 00470 CONTINUATION PAGE

NAICS

Code

(6 digit)

Description of Work (Plan

Sheet #, Unit Price #, Scope of

Work #, as applicable)

% of Total Bid

Price (2 decimal

places; for

example, 5.00%)

Cert. Type

for Goal

MBE, WBE,

or SBE

Certified Firm Name

Firm Address

Contact Name

Phone No. and E-Mail

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

MBE WBE SBE

Signature for Company: * Date: Print Name/Company Name: Phone: *I understand that supplying inaccurate information may violate Texas Penal Code Section 37.10 and lead to City sanctions.

Page 149: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS PRE-BID Project No. 460C GOOD FAITH EFFORTS

00471-1

08-01-2015

Document 00471 PRE-BID GOOD FAITH EFFORTS

Bidder Name: Project Name A Bidder or Proposer that may be unable to complete or follow a Participation Plan (Document 00470) to meet the Contract Goal in the Supplemental Conditions (Document 00800), must submit this completed form, Goal Deviation Request Form (Document 00472), providing supporting documentation evidencing their “Good Faith Efforts”, as required by the City of Houston’s Good Faith Efforts Policy (see Document 00808). The Bidder or Prime Contractor has the burden to demonstrate “Good Faith Efforts” to meet the MWSBE goal, which includes correctly and accurately preparing and submitting this form and other efforts described in the City’s Good Faith Efforts Policy (Document 00808). The Office of Business Opportunity will review Good Faith Efforts and Participation Plan after selection of an apparent low bidder.

UNLESS THE BIDDER’S/PROPOSER’S PARTICIPATION PLAN MEETS THE CONTRACT GOAL, FAILURE TO

SUBMIT THIS FORM MAY RESULT IN THE BID BEING FOUND NON-RESPONSIVE.

NAICS Code

Plan Item No.

MWSBE Type for

Goal

Certified Firm Name Address, Phone No.,

and E-Mail

Certified Firm

Contact Person

Methods of

Contact

Prime Contact Dates

Certified Firm

Response

Results of Contact

(why suitable or not suitable for

work)

MBE WBE SBE

Phone E-mail Fax

MBE WBE SBE

Phone E-mail Fax

MBE WBE SBE

Phone E-mail Fax

MBE WBE SBE

Phone E-mail Fax

Authorized Signature: Date: Phone:

Print Name: Email Address: Company Name:

Page 150: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS PRE-BID Project No. 460C GOOD FAITH EFFORTS

00471-2

08-01-2015

CONTINUATION PAGE

NAICS Code

Plan Item No.

MWSBE Type for

Goal

Certified Firm Name Address, Phone No.,

and E-Mail

Certified Firm

Contact Person

Method of

Contact

Prime Contact Dates

Certified Firm

Response

Results of Contact (why

suitable or not suitable for work)

MBE WBE SBE

Phone E-mail Fax

MBE WBE SBE

Phone E-mail

Fax

MBE WBE SBE

Phone E-mail

Fax

MBE WBE SBE

Phone E-mail

Fax

MBE WBE SBE

Phone E-mail

Fax

MBE WBE SBE

Phone E-mail

Fax

MBE WBE SBE

Phone E-mail

Fax

Authorized Signature: Date: Phone:

Print Name: Email Address: ___ Company Name:

Page 151: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BIDDER’S MWSBE GOAL Project No. 460C DEVIATION REQUEST

00472-1

08-01-2015

Document 00472 BIDDER’S MWSBE GOAL DEVIATION REQUEST

Company Name:

Project Name:

Department Approved

Contract Goals

MBE

% WBE

% Total

%

Bidder’s Proposed

Participation Plan

MBE

% WBE

% SBE (Max 4%

for Credit)

%

Total

%

Justification: Please provide the reason the Bidder is unable to meet the Contract Goal in Document 00800.

Good Faith Efforts: Please list any efforts not listed in the Bidder’s Pre-Bid Good Faith Effort (Document 00471) and provide supporting documentation evidencing “Good Faith Efforts”, as required by the City of Houston’s Good Faith Efforts Policy (Document 808).

Date: Company Name: Email: Company Representative: Phone Number: Title:

FOR OFFICIAL USE ONLY: Approved [ ] Not Approved [ ]

OBO Representative Date:

Title:

Page 152: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS BIDDER’S MWSBE GOAL Project No. 460C DEVIATION REQUEST

00472-2

08-01-2015

THIS PAGE INTENTIONALLY LEFT BLANK

Page 153: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

DOCUMENT 00480 REFERENCE VERIFICATION

00480

3-20-15

1.0 REFERENCES

1.1 Contractor must be able to demonstrate that they have sufficient expertise, qualified personnel

experienced and that their company has done or currently providing the services of similar size as specified in the statement of work. Contractor must have been actively engaged as an actual business entity in the activities described in the bid document for at least the five (5) years immediately prior to the submission of their bid.

1.2 The reference(s) must be included in the space provided below. Additional pages may be added if

necessary. References must be included at the time of bid submittal.

LIST OF CURRENT/PREVIOUS CUSTOMERS

1. Company Name:

Contact Person/Title: Phone No.:

E-mail Address:

Address:

Contract Award Date: Contract Completion Date:

Contract Name/Title:

Project Description:

2. Company Name:

Contact Person/Title: Phone No.:

E-mail Address:

Address:

Contract Award Date: Contract Completion Date:

Contract Name/Title:

Project Description:

3. Company Name:

Contact Person/Title: Phone No.:

E-mail Address:

Address:

Contract Award Date: Contract Completion Date:

Contract Name/Title:

Project Description:

Page 154: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

DOCUMENT 00480 REFERENCE VERIFICATION

00480

3-20-15

SAMPLE REFERENCE VERIFICATION

Houston Airport System

Planning, Design & Construction

Reference Verification for _________________________________________(Respondent's Company Name)

Name of Company:

Name of Contact:

Phone Number of Contact:

E-Mail Address of Contact:

QUESTIONS TO BE ASKED BY HOUSTON AIRPORT SYSTEM

1. When did this company perform work for you?

2. What type of service did this company perform for you?

3. Did they perform the work as agreed?

4. Was the company timely with responding to your needs?

5. How many instances of services has this company provided for you?

6. Did company representatives conduct themselves in a professional manner?

7. Would you do business with this company again?

Additional Comments:

Name/Phone Number of Person conducting Reference Verification:

SIGNATURE:______________________________________________ DATE: ___________________

Page 155: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

DOCUMENT 00481 ANTI-COLLUSION STATEMENT

00481

8-4-15

Anti-Collusion Statement

The undersigned, as Proposer, certifies that the only person or parties interested in

this Proposal as principals are those named herein; that the Proposer has not, either

directly or indirectly entered into any Agreement, participated in any collusion, or

otherwise taken any action in restraint of free competitive bidding in connection with

the award of this Contract.

__________________________ __________________________________ Date Proposer Signature

Page 156: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

DOCUMENT 00481 ANTI-COLLUSION STATEMENT

00481

8-4-15

THIS PAGE INTENTIONALLY LEFT BLANK

Page 157: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C POST-BID PROCEDURES

00495-1 6-30-2016

Document 00495

POST-BID PROCEDURES

1.0 DOCUMENT ADDRESSES

A. Notice of Intent to Award.

B. Monitoring Authority

C. Requirements of Bidder.

D. Failure of Bidder to comply with requirements.

E. Notice to Proceed.

2.0 NOTICE OF INTENT TO AWARD

A. The City will provide written Notice of Intent to Award to Low Bidder.

3.0 DEFINITIONS

A. The “Monitoring Authority” for this Project is:

Houston Airport System Office of Business Opportunity Contract Compliance Section 18600 Lee Road, Suite 131

Humble, Texas 77338

4.0 REQUIREMENTS OF BIDDER

A. Within10 work days of receipt of Notice of Intent to Award, The Successul Proposer shall execute and deliver to LaTonja P. Ware, Division Manager (Supply Chain Management) and Monitoring Authority, for the City's approval, documents indicated by an "X" below:

[ X ] Document 00501 - Resolution of Contractor [ X ] Document 00520 – Agreement [ ] Document 00570 – Revised MWSBE Participation Plan (Do not submit if

OBO approved Bidder’s Plan – Document 00470) [ X ] Document 00600 - List of Proposed Subcontractors and Suppliers [ X ] Document 00601 - Drug Policy Compliance Agreement

Page 158: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C POST-BID PROCEDURES

00495-2 6-30-2016

[ X ] Document 00602 - Contractor's Drug-free Workplace Policy (Contractor creates this document.)

[ X ] Document 00604 - History of OSHA Actions and List of On-the-job Injuries

[ X ] Document 00605 - List of Safety Impact Positions (Contractor completes this list. Do not submit if submitting Document 00606.)

[ ] Document 00606 - Contractor's Certification of No Safety Impact Positions (Do not submit if submitting Document 00605.)

[ ] Document 00607 - Certification Regarding Debarment, Suspension, and Other Responsibility Matters (For AIP Grant only)

[ ] Document 00608 - Contractor's Certification Regarding Non-segregated Facilities for Project Funded by AIP Grant (For AIP Grant only)

[ X ] Document 00610 - Performance Bond (100% of total amount of bid) [ X ] Document 00611 - Statutory Payment Bond (100% of total amount of

bid) [ X ] Document 00612 - One-year Maintenance Bond (100% of total amount

of bid) [ X ] Document 00613 - One-year Surface Correction Bond (4% of total

amount of bid) [ X ] Document 00620 - Affidavit of Insurance [ X ] Document 00621 – City of Houston Certificate of Insurance (for

guidance, see Document 00800, Article 11) [ X ] Document 00622 - Name and Qualifications of Proposed

Superintendent (Contractor creates this document.) [ ] Document 00623 - Contractor's Act of Assurance (SRF Form ED-103) [ ] Document 00626 - SRF Affirmative Steps Solicitation Report [ ] Document 00627 - SRF Prime Contractor Affirmative Steps Certification

and Goals [ ] Document 00628 - Affidavit of Compliance with DBE Program (For AIP

Grant only) [ X ] Document 00629 - Affidavit for FAA Form 7460-1 [ X ] Document 00630 – Agreement to comply with POP Program [ X ] Document 00631 - City of Houston Pay or Play Program – List of

Participating Subcontractors [ X ] Document 00632 – EEO Certification by Material Suppliers, Professional

Service Providers [ X ] Document 00636 – Certificate of Interested Parties FORM 1295 [ ] Document 00810 – Wage Scale for Engineering Construction; Exhibit B,

Certificate from Contractor Appointing Officer or Employee to Supervise Payment of Employees; Exhibit C, Certificate from Subcontractor Appointing Officer or Employee to Supervise Payment of Employees (For AIP Grant only)

[ ] Document 00811 – Wage Scale for Building Construction; Exhibit B, Certificate from Contractor Appointing Officer or Employee to Supervise Payment of Employees; Exhibit C, Certificate from Subcontractor

Page 159: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C POST-BID PROCEDURES

00495-3 6-30-2016

Appointing Officer or Employee to Supervise Payment of Employees (For AIP Grant only)

[ ] Document 00812 – Wage Scale for Engineering Heavy Construction [For Water and Sewer]; Exhibit B, Certificate from Contractor Appointing Officer or Employee to Supervise Payment of Employees; Exhibit C, Certificate from Subcontractor Appointing Officer or Employee to Supervise Payment of Employees

[ ] Document 00814 – Wage Scale for Engineering Heavy Construction [For Flood Control]; Exhibit B, Certificate from Contractor Appointing Officer or Employee to Supervise Payment of Employees; Exhibit C, Certificate from Subcontractor Appointing Officer or Employee to Supervise Payment of Employees

[ X ] Document 00820 – Wage Scale for Civil Engineering Construction [For CIP Funded Project]; Exhibit B, Certificate from Contractor Appointing Officer or Employee to Supervise Payment of Employees; Exhibit C, Certificate from Subcontractor Appointing Officer or Employee to Supervise Payment of Employees

[ ] Document 00821 – Wage Scale for Building Construction [For CIP Funded Project]; Exhibit B, Certificate from Contractor Appointing Officer or Employee to Supervise Payment of Employees; Exhibit C, Certificate from Subcontractor Appointing Officer or Employee to Supervise Payment of Employees

[ X ] Executed Subcontract(s), Document 00842 Letter(s) of Intent (M/WBE)

B. Original forms contained in Document 00805 - Equal Employment Opportunity Program Requirements:

1. Original forms contained in Document 00805 - Equal EmploymentOpportunity Program Requirements:[ X ] EEO-3, Certification by Bidder Regarding Equal Employment

Opportunity [ X ] EEO-6, Total Work Force Composition of the Company or in lieu

thereof, a copy of the latest Equal Employment Opportunity Commission’s EEO-1 form (This information is required only if the Contractor has a work force of 50 or more people and the Contract is $50,000 or more.)

[ X ] EEO-7, Company’s Equal Employment Opportunity Compliance Program

[ X ] EEO-26, Certification by Proposed Subcontractor Regarding Equal Employment Opportunity

Page 160: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C POST-BID PROCEDURES

00495-4 6-30-2016

C. Designations of Subcontractors and Suppliers, who have been selected by Bidder in Part B - Schedule of Non-MWBE/PDBE/DBE/SBE Subcontractors and Suppliers of Document 00600 - List of Proposed Subcontractors and Suppliers, and accepted by the City, may be changed only with prior notice and acceptance by Project Manager as provided in Conditions of the Contract.

D. On Bidder's written request, LaTonja P.Ware, Division Manager may grant an extension of time, not to exceed 5 days, to furnish documents specified in Paragraphs 4.0.A and 4.0.B. If Bidder is required to resubmit documents specified in Paragraph 4.0.A or 4.0.B, Bidder shall do so within time limits provided in the request for resubmission.

E. Designations of Subcontractors and Suppliers, who have been selected by Bidder in its Participation Plan, and accepted by the City, may be changed only with prior notice and acceptance by the Monitoring Authority as provided in Document 00808 - Minority and Women-owned Business Enterprise (MWBE),Persons with Disabilities Business Enterprise (PDBE) and Small Business Enterprise (SBE)Program.

5.0 FAILURE OF BIDDER TO COMPLY WITH REQUIREMENTS

A. Should Bidder, on receipt of Notice of Intent to Award, fail to comply with requirements of this Document 00495 within stated time, the City may declare award in default and require forfeiture of the Security Deposit.

B. After the City's written notice of default to Low Bidder, the City may award the Contract to Bidder whose offer is the next lowest bid, and Security Deposit of Bidder in default shall be forfeited to the City in accordance with provisions of Document 00200 - Instructions to Bidders.

6.0 NOTICE TO PROCEED

A. Upon the City's execution of the Agreement and delivery to Contractor, SCM will give Document 00551 - Notice to Proceed to Contractor, which establishes Date of Commencement of the Work.

END OF DOCUMENT

Page 161: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C RESOLUTION OF CONTRACTOR

00501-1 Ver. 01-15-2010

Document 00501

RESOLUTION OF CONTRACTOR

_________________________________________________________ (“Contractor”),

(Name of Contractor, e.g., “Biz. Inc.”, “Biz LLP”)

is a _________________________________________________________________________,

(Type of Organization, e.g.: Corporation, Limited Partnership, Limited Liability Partnership, Limited Liability Company, etc.)

which is bound by acts of _ ______________________________________,

(Name and Form of Governing Entity, e.g., “Biz Inc. Board of Directors”, “Bill Smith, GP”, etc.)

(“Governing Entity”).

On the day of , 20 , the Governing Entity resolved, in

accordance with all documents, rules, and laws applicable to the Contractor, that

_____________________________________________, is authorized to act as the

(Contractor’s Representative)

Contractor’s Representative in all business transactions (initial one) conducted in

the State of Texas OR related to this Contract; and

The Governing Entity warrants that the above resolution (a) was entered into

without dissent or reservation by the Governing Entity, (b) has not been rescinded or

amended, and (c) is now in full force and effect; and

In authentication of the adoption of this resolution, I subscribe my name on this

day of _ ____, 20 .

____________________________________________ ____________________________________________ (Authorized Signature for Governing Entity) (Print or Type Name and Title of Authorized Signatory)

SWORN AND SUBSCRIBED before me on _____________________________ Date

_____________________________

Notary Public in and for the State of Texas

My Commission Expires: ___________ _____________________________ Expiration Date Print or Type Name of Notary Public

INSTRUCTIONS: Contractor must execute a Resolution of Contractor for each individual authorized to sign Contract Documents related to this Contract. Contractor may rescind Resolutions of Contractor through a written document in similar form.

END OF DOCUMENT

Page 162: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS RESOLUTION OF CONTRACTOR Project No. 460C

THIS PAGE INTENTIONALLY LEFT BLANK

Page 163: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AGREEMENT

00520-1

Ver. 6-30-2016

Document 00520

AGREEMENT

Project: Airfield Pavement Repairs

Project Location: William P. Hobby Airport/Houston (HOU), George Bush Intercontinental

Airport/Houston (IAH), Ellington Airport (EFD)

Project No: 460C

The City: THE CITY OF HOUSTON, 900 Bagby Street, Houston, Texas 77002 (the “City”)

and

Contractor:

(Address for Written Notice)

Phone Number:

E-mail Address:

City Engineer, with respect to Section 4.1.9 and 4.3 thru 4.5 of the General Conditions, is:

Devon Tiner, P.E. – Design Division, Department of Aviation, City Of Houston (or his or her successor)

Address for Written Notice: P. O. Box 60106, Houston, Texas 77205-0106

Phone Number: 281-233-1942

Email Address: [email protected]

THE CITY AND CONTRACTOR AGREE AS FOLLOWS:

ARTICLE 1

THE WORK OF THE CONTRACT

1.1 Contractor shall perform the Work in accordance with the Contract.

1.2 The City intends to issue a Notice to Proceed for the Contractor to commence Work on City of

Houston Project 460C, Miscellaneous Airfield Pavement Repairs at Houston Hobby Airport,

Houston George Bush Intercontinental Airport and Houston Ellington Field during the city of

Houston’s Fiscal Year 2019. The City Engineer, in his sole discretion, may authorize the

Contractor to proceed with individual Bid Schedules. HAS may or may not issue Notices to

Proceed for individual Bid Schedules in consecutive or numerical order.

Page 164: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AGREEMENT

00520-2

Ver. 6-30-2016

ARTICLE 2

CONTRACT TIME

2.1 Contractor shall achieve Date of Substantial Completion, for each project location, within the

contract time(s) as set forth below. The contract time specified for the Project(s) awarded, after Date of

Commencement of the Work, are subject to adjustments of Contract Time as provided in the Contract.

Project 460C, HOU: Contractor shall achieve Date of Substantial Completion within the Calendar Days Provided for Each Bid Schedule after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below, for each awarded Bid Schedule. A separate Notice to Proceed will be issued for each Bid Schedule, establishing the required date of completion for the subject Bid Schedule. In no case shall the contract time for the work described in 460C_HOU exceed 113 Calendar Days if the base bid only is awarded. If all of the bid alternates are awarded, they should not exceed 85 Calendar Days. The maximum End of Contract will be the summation of the calendar days allotted for the awarded Bid Schedules plus 365 Calendar Days which provides for periods of time between completion of one Bid Schedule and the HAS issuance of a Notice to Proceed with the next Bid Schedule. HAS may or may not issue Notices to Proceed for individual Bid Schedules in consecutive or numerical order.

Project 460C, IAH: Contractor shall achieve Date of Substantial Completion within the Calendar Days Provided for Each Bid Schedule after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below, for each awarded Bid Schedule. A separate Notice to Proceed will be issued for each Bid Schedule, establishing the required date of completion for the subject Bid Schedule In no case shall the contract time for the work described in 460C_IAH exceed 191 Calendar Days if the base bid only is awarded. If all of the bid alternates are awarded, they should not exceed 211 Calendar Days. The maximum End of Contract will be the summation of the calendar days allotted for the awarded Bid Schedules plus 365 Calendar Days which provides for periods of time between completion of one Bid Schedule and the HAS issuance of a Notice to Proceed with the next Bid Schedule. HAS may or may not issue Notices to Proceed for individual Bid Schedules in consecutive or numerical order.

Project 460C, EDF: Contractor shall achieve Date of Substantial Completion within the Calendar Days Provided after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract. Contractor shall achieve Substantial Completion within the summation of the calendar days allowed, as provided below. In no case shall the contract time for the work described in the 460C_EFD exceed 21 Calendar Days. If all of the bid alternates are awarded, they should not exceed 50 Calendar Days. The maximum End of Contract will be the number of the calendar days allotted for the awarded Bid Schedule plus 365 Calendar Days.

2.2 The Parties recognize that time is of the essence for this Agreement and that the City will suffer

financial loss if the Work is not completed within the Contract Time. Parties also recognize delays,

expense, and difficulties involved in proving in a legal or arbitration proceeding actual loss suffered by the

City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Parties

agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay the City the

amount stipulated in Document 00800 – Supplementary Conditions, for each day beyond Contract Time.

Page 165: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AGREEMENT

00520-3

Ver. 6-30-2016

ARTICLE 3

CONTRACT PRICE

3.1 Subject to terms of the Contract, the City will pay Contractor in current funds for Contractor's

performance of the Contract, Contract Price of $ ______________, which includes Alternates, if any,

accepted below.

3.2 The City accepts Alternates as follows:

ARTICLE 4 PAYMENTS

4.1 The City will make progress payments to Contractor as provided below and in Conditions of the Contract. 4.2 The Period covered by each progress payment is one calendar month ending on the 25th day of

the month.

4.3 The City will issue Certificates for Payment and will make progress payments on the basis of such

Certificates as provided in Conditions of the Contract.

4.4 Final payment, constituting entire unpaid balance of Contract Price, will be made by the City to

Contractor as provided in Conditions of the Contract.

ARTICLE 5

CONTRACTOR REPRESENTATIONS

5.1 Contractor represents:

5.1.1 Contractor has examined and carefully studied Contract documents and other related data

identified in Bid Documents.

5.1.2 Contractor has visited the sites and become familiar with and is satisfied as to general, local, and

site conditions that may affect cost, progress, and performance of the Work.

5.1.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations

that may affect cost, progress, and performance of the Work.

5.1.4 Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions

at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or

subsurface structures at or contiguous to the site (except Underground Facilities) which have been

identified in Contract documents and (2) reports and drawings of a hazardous environmental condition, if

any, at the site which has been identified in Contract documents.

5.1.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all

additional or supplementary examinations, investigations, explorations, tests, studies, and data

concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site which

may affect cost, progress, or performance of the Work or which relate to any aspect of the means,

Page 166: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AGREEMENT

00520-4

Ver. 6-30-2016

methods, techniques, sequences, and procedures of construction to be employed by Contractor,

including applying specific means, methods, techniques, sequences, and procedures of construction, if

any, expressly required by the Contract to be employed by Contractor, and safety precautions and

programs incident thereto

5.1.6 Contractor does not consider that any further examinations, investigations, explorations, tests,

studies, or data are necessary for performance of the Work at Contract Price, within Contract Time, and in

accordance with the Contract.

5.1.7 Contractor is aware of general nature of work to be performed by the City and others at the site

that relates to the Work as indicated in Contract documents.

5.1.8 Contractor has correlated information known to Contractor, information and observations obtained

from visits to the site, reports and drawings identified in the Contract, and all additional examinations,

investigations, explorations, tests, studies, and data with the Contract.

5.1.9 Contractor has given City Engineer written notice of all conflicts, errors, ambiguities, or

discrepancies that Contractor has discovered in the Contract, and written resolution thereof by City

Engineer is acceptable to Contractor.

5.1.10 Contract documents are generally sufficient to indicate and convey understanding of all terms and

conditions for performance and furnishing of the Work.

ARTICLE 6

MISCELLANEOUS PROVISIONS

6.1 The Contract may be terminated by either Party as provided in Conditions of the Contract.

6.2 The Work may be suspended by the City as provided in Conditions of the Contract.

ARTICLE 7

ENUMERATION OF CONTRACT DOCUMENTS

7.1 The following documents are incorporated into this Agreement:

7.1.1 Document 00700 - General Conditions.

7.1.2 Document 00800 - Supplementary Conditions.

7.1.3 General Requirements Division 01.

7.1.4 Technical Specs: Divisions 02 through 17 of Specifications (Division 17 – Telecommunications -

may be substituted by the Division 27 under the CSI Masterformat 04 numbering system.)

7.1.5 Drawings listed in Document 00015 - List of Drawings and bound separately.

7.1.6 Addenda and Riders which apply to the Contract, are as follows:

Addendum No. 1, dated [ ]

Addendum No. 2, dated [ ]

Addendum No. 3, dated [ ]

Rider No. 1, dated [ ]

Rider No. 2, dated [ ]

Page 167: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AGREEMENT

00520-5 Ver. 6-30-2016

7.1.7 Other documents:

Document No. Title

[ X ] 00410B Bid Form – Part B

[ X ] 00470 Pre-bid MWSBE Participation Plan

[ ] 00471 Pre-bid Good Faith Efforts

[ ] 00472 Pre-bid Goal Deviation Request

[ X ] 00501 Resolution of Corporation (if a corporation)

[ ] 00570 Post-bid MWSBE Participation Plan

[ ] 00571 Post-bid Good Faith Efforts

[ ] 00572 Post-bid Goal Deviation Request

[ ] 00607 Contractor's Certification Regarding Debarment, Suspension for

Project Funded by AIP Grant

[ ] 00608 Contractor's Certification Regarding Non-Segregated Facilities for

Project Funded by AIP Grant

[ X ] 00610 Performance Bond

[ X ] 00611 Statutory Payment Bond

[ X ] 00612 One-year Maintenance Bond

[ X ] 00613 One-year Surface Correction Bond

[ X ] 00620 Affidavit of Insurance

[ X ] 00621 City of Houston Certificate of Insurance

[ ] 00628 Affidavit of Compliance with Disadvantaged Business Enterprise (DBE)

Program for Project Funded By AIP Grant

[ X ] 00630 Agreement to Comply with Pay or Play Program

[ X ] 00631 List of Participating Subcontractors (POP-3)

[ ] 00801 FAA Supplementary Conditions (for AIP Only)

[ ] 00804 ARRA requirements (for ARRA grants Only)

[ X ] 00805 EEO Program Requirements

[ ] 00806 Disadvantaged Business Enterprise (DBE) Program (For AIP Only)

[ ] 00807 Bidder/Contractor Requirements For Disadvantaged

Business Enterprise (DBE) Program (For AIP Only)

[ X ] 00808 Bidder Requirements for MWSBE Program

Page 168: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AGREEMENT

00520-6

Ver. 6-30-2016

[ ] 00810 Federal Wage Rate - Highway

[ ] 00811 Federal Wage Rate - Building

[ ] 00812 Wage Rate for Engineering Heavy – Water & Sewer Line

[ ] 00814 Wage Rate for Engineering Heavy – Flood Control

[ X ] 00820 Wage Rate for Engineering Construction

[ ] 00821 Wage Rate for Building Construction

[ X ] 00840 Pay or Play Program

[ X ] 00842 Letter of Intent

[ ] 00912 Rider (Contractor Initials: )

Page 169: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AGREEMENT

00520-7

Ver. 6-30-2016

ARTICLE 8

SIGNATURES

8.1 This Agreement is executed in two original copies and is effective as of the date of

countersignature by City Controller.

CONTRACTOR: By:

Name:

Title:

Date:

Tax Identification Number:

CITY OF HOUSTON, TEXAS APPROVED: By:

Director, Department of Aviation ATTEST/SEAL: By:

City Secretary

(If Joint Venture) By:

Name:

Title:

Date:

Tax Identification Number:

SIGNED: By:

Mayor COUNTERSIGNED: By:

City Controller Date Countersigned:

8.2 This Contract and Ordinance have been reviewed as to form by the undersigned legal assistant and have been found to meet established Legal Department criteria. Legal Department has not reviewed the content of these documents.

Legal Assistant Date

END OF DOCUMENT

Page 170: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AGREEMENT

00520-7

Ver. 6-30-2016

ARTICLE 8

SIGNATURES

8.1 This Agreement is executed in two original copies and is effective as of the date of

countersignature by City Controller.

CONTRACTOR: By:

Name:

Title:

Date:

Tax Identification Number:

CITY OF HOUSTON, TEXAS APPROVED: By:

Director, Department of Aviation ATTEST/SEAL: By:

City Secretary

(If Joint Venture) By:

Name:

Title:

Date:

Tax Identification Number:

SIGNED: By:

Mayor COUNTERSIGNED: By:

City Controller Date Countersigned:

8.2 This Contract and Ordinance have been reviewed as to form by the undersigned legal assistant and have been found to meet established Legal Department criteria. Legal Department has not reviewed the content of these documents.

Legal Assistant Date

END OF DOCUMENT

THIS SHEET LEFT INTENTIONALLY BLANK

Page 171: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONTRACTOR’S REVISED MWSBE

Project No. 460C PARTICIPATION PLAN

00570-1 <<Bidder Name>> Ver. 08-01-2013

Document 00570

CONTRACTOR’S REVISED MWSBE PARTICIPATION PLAN

As soon as the Contractor becomes aware that the Contractor may not abide by the most

current approved Plan, the Contractor shall submit this completed form with a Record of Post-

Bid Good Faith Efforts (Document 00571), a Request for Plan Deviation (Document 00572),

and any other document evidencing “Good Faith Efforts”, as required by the Good Faith Efforts

Policy (Document 00808). The City will review this Revised Participation Plan and may

approve this Revised Plan if the Contractor has made Good Faith Efforts. For more

information, visit http://www.houstontx.gov/obo.

Original Participation

Plan Percentage

MBE

WBE

SBE

Revised Participation

Plan Percentage

MBE

WBE

SBE

NAICS

Code

(6 digit)

Description of Work (Plan Sheet #, Unit

Price #, Scope of Work #, as applicable)

% of Total

Bid Price

(2 decimal

places)

Cert. Type

for Goal

(MBE,

WBE, SBE)

Certified Firm Name

Firm Address

Contact Name

Phone No. and E-Mail (if available)

Signature for Company: * Date: ____ Print Name: Phone: _________

*I understand that supplying inaccurate information may violate Texas Penal Code Section 37.10 and lead to City sanctions.

Page 172: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CONTRACTOR’S REVISED MWSBE AIRFIELD PAVEMENT REPAIRS

PARTICIPATION PLAN Project No. 460C

Document 00570

CONTINUATION PAGE

NAICS

Code

(6 digit)

Plan Item Number (if applicable)/

Description of Work

% of Total

Bid Price

(2 decimal

places)

Cert. Type

for Goal

(MBE,

WBE, SBE)

Certified Firm Name

Firm Address

Contact Name

Phone No. and E-Mail (if available)

Signature for Company: * Date: ____ Print Name: Phone: _________ *I understand that supplying inaccurate information may violate Texas Penal Code Section 37.10 and lead to City sanctions.

Page 173: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS RECORD OF POST-AWARD Project No. 460C GOOD FAITH EFFORTS

00571-1

Ver. 08-01-2013

Document 00571

RECORD OF POST-AWARD GOOD FAITH EFFORTS

Contractor Name: Project Name: Airfield Pavement Repairs

A Contractor that may be unable to follow an agreed Participation Plan (Document 00470 or

00570) must submit this completed form, a Plan Deviation Request Form (Document 00572), and

any other documentation of “Good Faith Efforts” (see Document 00808) that the OBO

Representative may require. The Contractor shall submit one completed Document 00571 (Part A)

for each Certified Firm that is no longer performing part or all of its work duties under the Approved

Plan. The Contractor has the burden to demonstrate “Good Faith Efforts” to meet the MWSBE

goal, which includes correctly and accurately preparing and submitting this form and other efforts

described in the Good Faith Efforts Policy (Document 00808). The Office of Business Opportunity

may review Participation Plan and Good Faith Efforts from time to time and may request that the

Contractor submit this form and other information.

UNLESS THE CONTRACTOR MEETS THE GOALS IN THE AGREED PARTICIPATION PLAN, FAILURE TO SUBMIT

THIS FORM MAY RESULT IN A DEFAULT OF THE CONTRACT.

PART A (REASON FOR NON-USE OF CERTIFIED FIRM IN AGREED PLAN)

NAICS

Code

Plan

Item

No.

MWSBE

Type

for

Goal

Certified Firm Name,

Address, Phone No. and

E-mail

Plan Goal

& Actual

Use (in %

of total)

Method

of

Contact

Reason for Non-Use

(why the Contractor was not able to use

the Certified Firm in accordance with the

Agreed Plan)

Plan %:

____

Actual %:

____

Phone

E-mail

Fax

PART B (REASON FOR NONUSE OF REPLACEMENT CERTIFIED FIRMS—IF APPLICABLE)

NAICS

Code

Plan

Item

No.

MWSBE

Type

for

Goal

Certified Firm Name

Address, Phone No. and

E-Mail

Certified

Firm

Contact

Person

Method

of

Contact

Prime

Contact

Date

Certified

Firm

Response

Results of Contact

(why Certified

Firm was

unsuitable or

unusable)

Phone

E-mail

Fax

Phone

E-mail

Fax

Authorized Signature: Date: ________ Phone: __________

Print Name: Email Address: ___

Page 174: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

RECORD OF POST-AWARD AIRFIELD PAVEMENT REPAIRS GOOD FAITH EFFORTS Project No. 460C

Document 00571

PART B CONTINUATION (REASON FOR NONUSE OF REPLACEMENT CERTIFIED FIRMS)

NAICS

Code

Plan

Item

No.

MWSBE

Type

for

Goal

Certified Firm Name

Address, Phone No. and

E-Mail

Certified

Firm

Contact

Person

Method

of

Contact

Prime

Contact

Date

Certified

Firm

Response

Results of Contact

(why Certified

Firm was

unsuitable or

unusable)

Phone

E-mail

Fax

Phone

E-mail

Fax

Phone

E-mail

Fax

Phone

E-mail

Fax

Phone

E-mail

Fax

Phone

E-mail

Fax

Phone

E-mail

Fax

Phone

E-mail

Fax

Authorized Signature: Date: ________ Phone: __________

Print Name: Email Address: ___

Page 175: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONTRACTOR’S REQUEST Project No. 460C FOR PLAN DEVIATION

00572-1

Ver. 08-01-2013

Document 00572

CONTRACTOR’S REQUEST FOR PLAN DEVIATION

Contractor Name:

Project Name: Airfield Pavement Repairs

Approved Participation

Plan Percentages

MBE

%

WBE

%

SBE

%

Total

%

Contractor’s Requested

Participation Plan

MBE

%

WBE

%

SBE

%

Total

%

Justification: Please provide the reason the Contractor is unable to meet the MWSBE goal in the Approved Plan.

Good Faith Efforts: Please list any efforts not listed in Contractor’s Record of Good Faith Effort (Document 00571).

Please attach additional pages if the space for Justification or Good Faith Efforts is insufficient.

Date: *Contractor:

E-mail: *By:

Phone Number: Title:

*I understand that the approval of this deviation request does not constitute a final decision by OBO that Contractor

has used Good Faith Efforts in meeting the Contracting Goal.

FOR OFFICIAL USE ONLY: Approved Not Approved

OBO Representative Date:

Title:

Page 176: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CONTRACTOR’S REQUEST AIRFIELD PAVEMENT REPAIRS FOR PLAN DEVIATION Project No. 460C

THIS PAGE LEFT INTENTIONALLY BLANK

Page 177: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS LIST OF PROPOSED Project No. 460C SUBCONTRACTORS AND SUPPLIERS

00600-1 Ver. 07-01-2013

Document 00600

LIST OF PROPOSED SUBCONTRACTORS AND SUPPLIERS

PROJECT NAME: Airfield Pavement Repairs TOTAL DBE AWARD: $ ORIG. CONTRACT PRICE: $ TOTAL MWSBE AWARD: $ PROJECT NO.: 460C_________________________ TOTAL HUB AWARD: $ DATE OF REPORT: TOTAL PDBE AWARD: $

NAICS (6 digits)

SUBCONTRACTOR OR SUPPLIER (INCLUDE

“MWSBE”, “PDBE”, “DBE”, OR “HUB” DESIGNATION)2

ADDRESS SCOPE OF

WORK3

NOTES: 1. RETURN FOR ALL PROJECTS AS REQUIRED IN DOCUMENT 00800 – SUPPLEMENTARY CONDITIONS. RETURN WITHIN THE SPECIFIED NUMBER OF DAYS AFTER RECEIPT OF NOTICE OF INTENT TO AWARD

2. DESIGNATE FIRMS CERTIFIED BY THE CITY OFFICE OF BUSINESS OPPORTUNITY ON THIS FORM.3. DESCRIBE THE WORK TO BE PERFORMED, FOR WHICH THE FIRM IS CERTIFIED, SUCH AS “PAVING”,

“ELECTRICAL”, ETC. 4. CONTRACTOR SHALL EXECUTE CONTRACTS WITH APPROVED SUBCONTRACTORS AND SUPPLIERS

WITHIN 30 DAYS AFTER THE DATE OF THE NOTICE TO PROCEED. COPIES OF CONTRACTS WITH DESIGNNATED FIRMS MUST BE SENT TO THE OFFICE OF BUSINESS OPPORTUNITY.

SIGNATURE: COMPANY NAME:

NAME: TITLE: (Type or Print)

Page 178: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

LIST OF PROPOSED AIRFIELD PAVEMENT REPAIRS SUBCONTRACTORS AND SUPPLIERS Project No. 460C

Document 00600

Continuation Page

PROJECT NAME: Airfield Pavement Repairs DATE OF REPORT: PROJECT NO.: 460C_HOU, 460C_IAH, and 460C_EFD____

NAICS (6 digits)

SUBCONTRACTOR OR SUPPLIER (INCLUDE

“MWSBE”, “PDBE”, “DBE”, OR “HUB” DESIGNATION)2

ADDRESS SCOPE OF

WORK3

SIGNATURE: COMPANY NAME:

NAME: TITLE: (Type or Print)

END OF DOCUMENT

Page 179: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS DRUG POLICY Project No. 460C COMPLIANCE AGREEMENT

(Attachment A) 00601-1 Ver. 02-01-2004

Document 00601

DRUG POLICY COMPLIANCE AGREEMENT

I, , , Name Title

of Contractor

have authority to bind Contractor with respect to its Bid, Proposal, or performance of any and all contracts it may enter into with the City of Houston; and that by making this Agreement, I affirm that Contractor is aware of and by the time the Contract is awarded will be bound by and agree to designate appropriate safety impact positions for company employee positions, and to comply with the following requirements before the City issues a Notice to Proceed: 1. Develop and implement a written Drug Free Workplace Policy and related drug testing

procedures for Contractor that meet the criteria and requirements established by the Mayor's Amended Policy on Drug Detection and Deterrence (Mayor's Drug Policy) and the Mayor's Drug Detection and Deterrence Procedures for Contractors (Executive Order No. 1-31).

2. Obtain a facility to collect urine samples consistent with Health and Human Services

(HHS) guidelines and an HHS-certified drug-testing laboratory to perform drug tests.

3. Monitor and keep records of drug tests given and results; and upon request from the City of Houston, provide confirmation of such testing and results.

4. Submit semi-annual Drug Policy Compliance Declarations.

I affirm on behalf of Contractor that full compliance with the Mayor's Drug Policy and Executive Order No. 1-31 is a material condition of the Contract with the City of Houston,

I further acknowledge that falsification, failure to comply with or failure to timely submit declarations or documentation in compliance with the Mayor's Drug Policy or Executive Order No. 1-31 will be considered a breach of the Contract with the City and may result in non-award or termination of the Contract by the City. Contractor Title Signature Date

END OF DOCUMENT

Page 180: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

DRUG POLICY AIRFIELD PAVEMENT REPAIRS COMPLIANCE AGREEMENT Project No. 460C

THIS PAGE INTENTIONALLY LEFT BLANK

Page 181: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS HISTORY OF OSHA ACTIONS AND Project No. 460C LIST OF ON-THE-JOB INJURIES

00604-1 Ver. 02-01-2004

Document 00604

HISTORY OF OSHA ACTIONS AND LIST OF ON-THE-JOB INJURIES Prior to award of the Contract, Low Bidder will be required to file the following with the City:

1. A history of all OSHA actions, advisories, etc., Contractor has received on all jobs worked in any capacity, prime or subcontractor. The history shall be for the two-year period preceding the Bid Date of the Project.

2. A list of all on-the-job injuries, accidents, and fatalities suffered by any

present or former employees of Contractor during the same two-year period.

3. If less than the two-year period, give the date Contractor started doing

business. This information must be submitted to the City within the time period stated in Document 00498 - Notice of Intent to Award. An officer of the company must certify in a notarized statement that the information submitted is true and correct.

END OF DOCUMENT

Page 182: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

HISTORY OF OSHA ACTIONS AND AIRFIELD PAVEMENT REPAIRS LIST OF ON-THE-JOB INJURIES Project No. 460C

00604-2 Ver. 02-01-2004

THIS PAGE INTENTIONALLY LEFT BLANK

Page 183: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS LIST OF SAFETY

Project No. 460C IMPACT POSITIONS

00605-1

Ver. 02-01-2004

Document 00605

LIST OF SAFETY IMPACT POSITIONS

******************************************************************************

Contractor is to provide a complete List of Employee Classifications that are considered in a “Safety Impact Position” and the number of employees in each of those classifications. ******************************************************************************

Employee Classification Number of Employees

Page 184: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

LIST OF SAFETY AIRFIELD PAVEMENT REPAIRS

IMPACT POSITIONS Project No. 460C

THIS PAGE LEFT INTENTIONALLY BLANK

Page 185: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS LIST OF NONROAD Project No. 460C DIESAL EQUIPMENT

00609 02-28-2006

Document 00609

List of Nonroad Diesel Equipment

Provide a list of nonroad diesel equipment that will be used in the performance of work on this Project as defined under this Contract or on a project-specific location that supports only the Project and is within one mile of the Project (“Project Site”). This list shall include the following information:

An assigned Contractor-unique identification number, which shall be prominently placed on the exterior of individual pieces of Equipment;

The dates each piece of Equipment is anticipated to arrive and depart the Project Site, and an indication of whether the Equipment will be used in performance of Project work;

For each piece of Equipment: the make, description, model number, identification number, and model year;

For each engine: the make, model, identification number, model year, horsepower rating, test group (family code); and

Certification by either EPA, CARB or TCEQ, and the Tier 1, 2 or 3 emission standard claimed.

END OF DOCUMENT

Page 186: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

LIST OF NONROAD AIRFIELD PAVEMENT REPAIRS DIESAL EQUIPMENT Project No. 460C

THIS PAGE LEFT INTENTIONALLY BLANK

Page 187: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C PERFORMANCE BOND

00610-1 11-4-2009

Document 00610

PERFORMANCE BOND

THAT WE, , as Principal, (the “Contractor”), and the other subscriber hereto, , as Surety, do hereby acknowledge ourselves to be held and firmly bound to the City of Houston (the “City”), a municipal corporation, in the penal sum of $ for the payment of which sum, well and truly to be made to the City, its successors and assigns, Contractor and Surety do bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT:

WHEREAS, the Contractor has on or about this day executed a Contract in writing with the City for , all of such work to be done as set out in full in said Contract documents therein referred to and adopted by the City Council, all of which are made a part of this instrument as fully and completely as if set out in full herein.

NOW THEREFORE, if the said Contractor shall faithfully and strictly perform the Contract in all its terms, provisions, and stipulations in accordance with its true meaning and effect, and in accordance with the Contract documents referred to therein and shall comply strictly with each and every provision of the Contract and with this Bond, then this obligation shall become null and void and shall have no further force and effect; otherwise the same is to remain in full force and effect. Should the Contractor fail to faithfully and strictly perform the Contract in all its terms, including but not limited to the indemnifications thereunder, the Surety shall be liable for all damages, losses, expenses and liabilities that the City may suffer in consequence thereof, as more fully set forth herein.

It is further understood and agreed that the Surety does hereby relieve the City or its representatives from the exercise of any diligence whatever in securing compliance on the part of the Contractor with the terms of the Contract, and the Surety agrees that it shall be bound to take notice of and shall be held to have knowledge of all acts or omissions of the Contractor in all matters pertaining to the Contract. The Surety understands and agrees that the provision in the Contract that the City will retain certain amounts due the Contractor until the expiration of 30 days from the acceptance of the Work is intended for the City's benefit, and the City will have the right to pay or withhold such retained amounts or any other amount owing under the Contract without changing or affecting the liability of the Surety hereon in any degree.

It is further expressly agreed by Surety that the City or its representatives are at liberty at any time, without notice to the Surety, to make any change in the Contract documents and in the Work to be done thereunder, as provided in the Contract, and in

Page 188: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS PERFORMANCE BOND Project No. 460C

00610-2 11-4-2009

the terms and conditions thereof, or to make any change in, addition to, or deduction from the Work to be done thereunder; and that such changes, if made, shall not in any way vitiate the obligation in this Bond and undertaking or release the Surety therefrom.

It is further expressly agreed and understood that the Contractor and Surety will fully indemnify and save harmless the City from any liability, loss, cost, expense, or damage arising out of Contractor’s performance of the Contract.

If the City gives Surety notice of Contractor’s default, Surety shall, within 45 days, take one of the following actions:

1. Arrange for Contractor, with consent of the City, to perform and complete the

Contract; or 2. Take over and assume completion of the Contract itself, through its agents or

through independent contractors, and become entitled to the payment of the balance of the Contract Price.

If the Surety fails to take either of the actions set out above, it shall be deemed to

have waived its right to perform and complete the Contract and receive payment of the balance of the Contract Price and the City shall be entitled to enforce any remedies available at law, including but not limited to completing the Contract itself and recovering any cost in excess of the Original Contract Price from the Surety.

This Bond and all obligations created hereunder shall be performable in Harris

County, Texas. This Bond is given in compliance with the provisions of Chapter 2253, Texas Government Code, as amended, which is incorporated herein by this reference.

Notices required or permitted hereunder shall be in writing and shall be deemed delivered when actually received or, if earlier, on the third day following deposit in a United States Postal Service post office or receptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respective other Party at the address prescribed in the Contract documents, or at such other address as the receiving party may hereafter prescribe by written notice to the sending party.

Any party wishing to file a claim may call the Texas Department of Insurance at

1-800-252-3439 to obtain Surety’s address for claims processing.

Page 189: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C PERFORMANCE BOND

00610-3 11-4-2009

IN WITNESS THEREOF, the said Contractor and Surety have signed and sealed this instrument on the respective dates written below their signatures and have attached current Power of Attorney. ATTEST, SEAL: (if a corporation) WITNESS: (if not a corporation) Name of Contractor By: By:

Name: Name: Title: Title:

Date: ATTEST/SURETY WITNESS:

Full Name of Surety

(SEAL) Address of Surety for Notice

Telephone Number of Surety

By: By:

Name: Name: Title: Title: Attorney-in-Fact Date: Date:

This Ordinance or Contract has been reviewed as to form by the undersigned legal assistant and have been found to meet established Legal Department criteria. The Legal Department has not reviewed the content of these documents. Legal Assistant Date

END OF DOCUMENT

Page 190: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS PERFORMANCE BOND Project No. 460C

00610-4 11-4-2009

THIS PAGE LEFT INTENTIONALLY BLANK

Page 191: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C STATUTORY PAYMENT BOND

00611-1 11-4-2009

Document 00611

STATUTORY PAYMENT BOND

THAT WE, , as Principal, hereinafter called Contractor and the other subscriber hereto, , as Surety, do hereby acknowledge ourselves to be held and firmly bound unto the City of Houston, a municipal corporation, in the sum of $ for the payment of which sum, well and truly to be made to the City of Houston, and its successors, the said Contractor and Surety do bind themselves, their heirs, executors, administrators, successors, jointly and severally.

THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT:

WHEREAS, the Contractor has on or about this day executed a contract in writing with the City of Houston for , all of such work to be done as set out in full in said Contract documents therein referred to and adopted by the City Council, all of which are made a part of this instrument as fully and completely as if set out in full herein;

NOW, THEREFORE, if the said Contractor shall pay all claimants supplying labor and materials to him or a Subcontractor in the prosecution of the Work provided for in the Contract, then, this obligation shall be void; otherwise the same is to remain in full force and effect;

PROVIDED HOWEVER, that this Bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this Bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein.

IN WITNESS THEREOF, the said Contractor and Surety have signed and sealed this instrument on the respective dates written below their signatures and have attached current Power of Attorney.

Any party wishing to file a claim may obtain Surety’s address for claims

processing on file with the Texas Department of Insurance by calling 1-800-252-3439.

Page 192: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS STATUTORY PAYMENT BOND Project No. 460C

00611-2 11-4-2009

ATTEST, SEAL: (if a corporation) WITNESS: (if not a corporation) Name of Contractor By: By:

Name: Name: Title: Title:

Date: ATTEST/SURETY WITNESS:

Full Name of Surety

(SEAL) Address of Surety for Notice

Telephone Number of Surety

By: By:

Name: Name: Title: Title: Attorney-in-Fact Date: Date:

This Ordinance or Contract has been reviewed as to form by the undersigned legal assistant and have been found to meet established Legal Department criteria. The Legal Department has not reviewed the content of these documents. Legal Assistant Date

END OF DOCUMENT

Page 193: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C ONE-YEAR MAINTENANCE BOND

00612-1 6-5-2007

Document 00612

ONE-YEAR MAINTENANCE BOND

THAT WE, , as Principal, hereinafter called Contractor, and the other subscriber hereto, , as Surety, do hereby acknowledge ourselves to be held and firmly bound to the City of Houston, a municipal corporation, in the sum of $ , for the payment of which sum well and truly to be made to the City of Houston and its successors, the said Contractor and Surety do bind themselves, their heirs, executors, administrators, successors, jointly and severally. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT:

WHEREAS, the Contractor has on or about this day executed a Contract in writing with the City of Houston for , all of such work to be done as set out in full in said Contract documents therein referred to and adopted by the City Council, all of which are made a part of this instrument as fully and completely as if set out in full herein.

NOW THEREFORE, if the said Contractor shall comply with the provisions of Paragraph 11.5.1 of the General Conditions, and correct work not in accordance with the Contract documents discovered within the established one-year period, then this obligation shall become null and void, and shall be of no further force and effect; otherwise, the same is to remain in full force and effect.

Notices required or permitted hereunder shall be in writing and shall be deemed delivered when actually received or, if earlier, on the third day following deposit in a United States Postal Service post office or receptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respective other party at the address prescribed in the Contract documents, or at such other address as the receiving party may hereafter prescribe by written notice to the sending party.

IN WITNESS THEREOF, the said Contractor and Surety have signed and sealed this instrument on the respective dates written below their signatures and have attached current Power of Attorney. ATTEST, SEAL: (if a corporation) WITNESS: (if not a corporation) Name of Contractor By: By:

Name: Name: Title: Title:

Date:

Page 194: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS ONE-YEAR MAINTENANCE BOND Project No. 460C

00612-2 6-5-2007

ATTEST/SURETY WITNESS:

Full Name of Surety

(SEAL) Address of Surety for Notice

Telephone Number of Surety

By: By:

Name: Name: Title: Title: Attorney-in-Fact Date: Date:

This Ordinance or Contract has been reviewed as to form by the undersigned legal assistant and have been found to meet established Legal Department criteria. The Legal Department has not reviewed the content of these documents. Legal Assistant Date

END OF DOCUMENT

Page 195: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS ONE-YEAR SURFACE Project No. 460C CORRECTION BOND

00613-1 6-5-2007

Document 00613

ONE-YEAR SURFACE CORRECTION BOND

THAT WE, , as Principal, herein after called Contractor, and the other subscriber hereto, , as Surety, do hereby acknowledge ourselves to be held and firmly bound to the City of Houston, a municipal corporation, in the sum of $ , such sum being equal to four percent of the Original Contract Price, for the payment of which sum to be made to the City of Houston and its successors, Contractor and Surety do bind themselves, their successors, jointly and severally. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT:

WHEREAS, the Contractor has entered into a Contract in writing with the City of Houston, Texas, dated of even date herewith, for , all of such work to be done in accordance with the Contract documents therein referred to, and adopted by the City Council of the City of Houston.

NOW THEREFORE, if the Contractor shall comply with the provisions of Paragraph 11.5.1 of the General Conditions, and repair, replace, restore, and correct surface work associated with backfill operations of subsurface work not in accordance with the Contract documents discovered within one year from the date that the One-year Maintenance Bond has expired, then this obligation shall become null and void, and shall be of no further force and effect; otherwise, the same is to remain in full force and effect.

Notices required or permitted hereunder shall be in writing and shall be deemed delivered when actually received or, if earlier, on the third day following deposit in a United States Postal Service post office or receptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respective other party at the address prescribed in the Contract documents, or at such other address as the receiving party may hereafter prescribe by written notice to the sending party.

IN WITNESS THEREOF, the said Principal and Surety have signed and sealed this instrument on the respective dates written below their signatures. ATTEST, SEAL: (if a corporation) WITNESS: (if not a corporation) Name of Contractor By: By:

Name: Name: Title: Title:

Date:

Page 196: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

ONE-YEAR SURFACE AIRFIELD PAVEMENT REPAIRS CORRECTION BOND Project No. 460C

00613-2 6-5-2007

ATTEST/SURETY WITNESS:

Full Name of Surety

(SEAL) Address of Surety for Notice

Telephone Number of Surety

By: By:

Name: Name: Title: Title: Attorney-in-Fact Date: Date:

This Ordinance or Contract has been reviewed as to form by the undersigned legal assistant and have been found to meet established Legal Department criteria. The Legal Department has not reviewed the content of these documents. Legal Assistant Date

END OF DOCUMENT

Page 197: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C AFFIDAVIT OF INSURANCE

00620-1 6-6-2007

Document 00620

AFFIDAVIT OF INSURANCE

BEFORE ME, the undersigned authority, on this day personally appeared , who

Affiant

being by me duly sworn on his oath stated that he is , of Title

, Contractor's Company Name

the Contractor named and referred to within the Contract documents; that he is fully

competent and authorized to give this affidavit and that the attached original insurance

certificate truly and accurately reflects the insurance coverage that is now available and will

be available during the term of the Contract.

Affiant's Signature

SWORN AND SUBSCRIBED before me on .

Date

Notary Public in and for the State of TEXAS

Print or type Notary Public name

My Commission Expires:

Expiration Date

END OF DOCUMENT

Page 198: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS AFFIDAVIT OF INSURANCE Project No. 460C

00620-2 6-6-2007

THIS PAGE LEFT INTENTIONALLY BLANK

Page 199: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013
Page 200: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CERTIFICATE OF LIABILITY INSURANCE

Project No. 460C

00621-2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 201: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C AFFIDAVIT FOR FAA FORM 7460-1

00629-1

Document 00629

AFFIDAVIT FOR FAA FORM 7460-1

BEFORE ME, the undersigned authority, on this day personally appeared

, who Affiant

being by me duly sworn on his oath stated that he is , Title

of , Contractor

the Contractor named and referred to within the Contract documents; that he is fully

competent and authorized to give this affidavit and that Affiant affirms the maximum

height* of construction equipment used for the Work shall not exceed _____________

feet in height during use within the contract limits from ______________, 20__ through

_____________, 20__.

Affiant’s Signature

SWORN AND SUBSCRIBED before me on this day of , 20 .

Notary Public in and for the State of TEXAS

Print or Type Notary Public Name

My Commission Expires:

Expiration Date

“*”Notes: The Contractor must contact PDC Planning Division (Contact: Lisa.Rocabado @ Tel: 281-233-1943, or Email: [email protected]) to initiate process of securing approval of the maximum construction equipment height from the FAA.

END OF DOCUMENT

Page 202: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AFFIDAVIT FOR AIRFIELD PAVEMENT REPAIRS FAA FORM 7460-1 Project No. 460C

00629-2 8-25-2011

THIS PAGE LEFT INTENTIONALLY BLANK

Page 203: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Contractor Name: $ (Contractor/Subcontractor) (Amount of Contract)

Contractor Address:

Project No.: [GFS/CIP/AIP/File No.]

Project Name: [Legal Project Name]

POP Liaison Name:

In accordance with the City of Houston Pay or Play Program authorized by Ordinance 2007-534 and Executive Order 1-7, Contractor/Subcontractor agrees to abide by the terms of this Program. This certification is required of all contractors for contracts subject to the program. You must agree EITHER to PAY or to PLAY for all covered employees. The Contractor/Subcontractor may also Pay on behalf of some covered employees and Play on behalf of other covered employees. The Contractor/Subcontractor will comply with all provisions of the Pay or Play Program and will furnish all information and reports requested to determine compliance with program requirements of the Pay or Play Program (See Executive Order 1-7 for the terms of the Pay or Play program) The criteria of the program is as follows:

The Contractor/Subcontractor agrees to “Pay” $1.00 per hour for work performed by covered employees under the contract with the City. If independent contract labor is utilized the Contractor/Subcontractor agrees to report hours worked by the independent contract laborer and pay $1.00 per hour for work performed.

Otherwise the Contractor/Subcontractor agrees to “Play” by providing health benefits to each covered employee. The health benefits must meet the following criteria: 1. The employer will contribute no less than $150 per employee per month toward the total premium cost for single coverage only;

and 2. The employee contribution, if any amount, will be no greater than 50% of the total premium cost and no more than $150 per

month. 3. Pursuant to E.O. 1-7 section 4.04 a contractor is deemed to have complied with respect to a covered employee who is not

provided health benefits if the employee refuses the benefits and the employee’s contribution to the premium is no more than $40 per month.

Please select whether you choose to: Pay Play Both

The Contractor/Subcontractor will file compliance reports with the City, which will include activity for covered employees subject to the program, in the form and to the extent requested by the administering department. Compliance reports shall contain information including, but not limited to, documentation showing employee health coverage and employee work records. Note: The Contractor is responsible to the City for the compliance of covered employees of covered subcontractors and only forms that are accurate and complete will be accepted.

*Estimated Number of: Prime

Contractor Sub-

Contractor

Total Employees on City Job

Covered Employees

Non-Covered Employees

Exempt Employees

*Required

I hereby certify that the above information is true and correct.

Contractor (Signature) Date

Name and Title (Print or type)

Document 00630 OBO 7/3/2012

City of Houston

Certification of Compliance with

Pay or Play Program

Form POP-2

Page 204: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS AGREEMENT TO COMPLY Project No. 460C WITH POP PROGRAM

00630-2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 205: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

City of HoustonPay or Play Program List of Subcontractors

Form POP-3

Prime Contractor: POP Contact Person:

Project Number/Description: Address:

Email:

Phone:

Subcontractor NameSupplier

Y/N?

Amount of

SubcontractPay Play

Both

(Pay

and

Play)

N/A Contact Person Phone Email Address Mailing Address

Contractor Authorized Representative & Title Date

Name & Signature

Document 00631 OBO 7/3/2012

Affidavit

I hereby solemnly affirm, certify and confirm that the total sub-contract value stated above is the final value of the contract (*) including all material costs, fuel, payroll, taxes, fees, profit

sharing, labor or any payments in relation to the contracted work and no separate payment or contract has been made for the sub-contract under contract no._____________________ . The

above sub-contract value includes all the costs related to work under the contract. The contractor and sub-contractor(s) agree to inform The Mayor's Office of Business Opportunity of any

related cost(s) added to the contracted work and re-submit POP-3 with the current value of the sub-contract. I understand that compliance with "Pay or Play" program is mandatory and

nothing has been hidden to circumvent the program requirements.

*If the above information is found to be submitted fraudulently with the intent to bypass or deceive the purpose of the Pay or Play Program the contractor will be held liable for all compliance

requirements from the inception of the contract. All subcontracts that surpass the $200,000.00 threshold will be responsible for Pay or Play compliance from the inception of the contract.

Note: Include ALL subcontractors (use additional form if necessary)

Check One

Page 206: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS PAY OR PLAY (POP) PROGRAM - Project No. 460C LIST OF SUBCONTRACTORS

00631-2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 207: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON OFFICE OF BUSINESS OPPORTUNITY STANDARD SPECIFICATION CERTIFICATION BY MATERIAL SUPPLIERS

00632-1 07/11/2016

Document 00632

CERTIFICATION BY PROPOSED MATERIAL SUPPLIERS, LESSORS, AND PROFESSIONAL SERVICE PROVIDERS

REGARDING EQUAL EMPLOYMENT OPPORTUNITY Company Name: $

(Supplier, Lessor, Professional Service Provider) (Amount of Contract) Company Address: Company Telephone Number: Fax: E-mail Address: Web Page/URL Address: Company Tax Identification Number: Project Name & No.: Materials/Services Provided: In accordance with Chapter 15 of the City of Houston’s Code of Ordinances, Supplier/Lessor/Professional Service Provider represents to be an equal opportunity employer and agrees to abide by the terms of the Ordinance. This certification is required of all Suppliers/Lessors/Professional Service Providers providing goods or service to this project with agreements $50,000 or more.

[ ] Yes [ ] No Supplier agrees not to discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, or age.

[ ] Yes [ ] No Supplier agrees that all qualified applicants will receive consideration for employment

without regard to race, religion, color, sex, national origin, or age.

[ ] Yes [ ] No Supplier will comply with all provisions of Executive Order No. 11246 and rules, regulations and applicable orders of the Department of Labor or other Federal Agency responsible for enforcement of applicable equal opportunity and affirmative action provisions and will likewise furnish all information and reports required by the Mayor or Contract Compliance Officers for the purpose of investigation to ascertain and effect compliance with the City of Houston’s Office of Business of Opportunity.

[ ] Yes [ ] No The Supplier shall file and cause their sub-tier contractors to file compliance reports with

the City in the form and to the extent as may be prescribed by the Mayor or Contract Compliance Officers. Compliance reports filed at such times as directed shall contain information including, but not limited to, the practices, policies, programs, and employment policies.

I hereby certify that the above information is true and correct. COMPANY OFFICER (Signature) DATE NAME AND TITLE (Print or type)

END OF DOCUMENT

Page 208: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON OFFICE OF BUSINESS OPPORTUNITY STANDARD SPECIFICATION CERTIFICATION BY MATERIAL SUPPLIERS

00632-2 07/11/2016

THIS PAGE INTENTIONALLY LEFT BLANK

Page 209: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CERTIFICATE OF INTERESTED Project No. 460C PARTIES FORM 1295

00636 2-8-2016

Document 00636

Certificate of Interested Parties

In accordance with Texas Gov’t Code §2252.908, the successful bidder must complete Form 1295, Certificate of Interested Parties. Form 1295 is available for downloading on the Texas Ethics Commission’s (TEC) website: https://www.ethics.state.tx.us/forms/1295.pdf.

The successful bidder must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number.

No later than 30 days after the contract’s effective date, the City will upload the successful bidder’s completed Form 1295. The TEC will post the Contractor’s completed Form 1295 within seven business days of receipt.

For your reference, Form 1295 is attached as part of this document.

END OF DOCUMENT

Page 210: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CERTIFICATE OF INTERESTED Project No. 460C PARTIES FORM 1295

00636 2-8-2016

THIS PAGE INTENTIONALLY LEFT BLANK

Page 211: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013
Page 212: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CERTIFICATE OF INTERESTED Project No. 460C PARTIES FORM 1295

00636 2-8-2016

THIS PAGE INTENTIONALLY LEFT BLANK

Page 213: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Page 00700/iii of iii CITY OF HOUSTON - CONDITIONS OF THE CONTRACT DOCUMENT 00700 - GENERAL CONDITIONS

Document 00700

GENERAL CONDITIONS

May 10, 2019 EDITION

TABLE OF ARTICLES

1. GENERAL PROVISIONS 2. THE CITY 3. CONTRACTOR 4. ADMINISTRATION OF THE

CONTRACT 5. SUBCONTRACTORS AND

SUPPLIERS 6. CONSTRUCTION BY THE CITY OR

BY SEPARATE CONTRACTORS 7. CHANGES IN THE WORK

8. TIME 9. PAYMENTS AND COMPLETION 10. SAFETY PRECAUTIONS 11. INSURANCE AND BONDS 12. UNCOVERING AND CORRECTION

OF THE WORK 13. MISCELLANEOUS PROVISIONS 14. TERMINATION OR SUSPENSION

OF THE CONTRACT

Page 214: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/1 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

ARTICLE 1 - GENERAL PROVISIONS .................................... 3

1.1 DEFINITIONS ........................................................... 3 1.2 EXECUTION, CORRELATION, AND INTENT .......... 5 1.3 OWNERSHIP AND USE OF DOCUMENTS ............. 6 1.4 INTERPRETATION ................................................... 6

ARTICLE 2 - THE CITY ............................................................ 6

2.1 LIMITATIONS OF THE CITY'S OFFICERS AND

EMPLOYEES ............................................................ 6 2.2 DUTIES OF THE CITY .............................................. 6 2.3 AVAILABILITY OF LAND AND USE OF SITE .......... 6 2.4 THE CITY'S RIGHT TO STOP THE WORK .............. 7 2.5 THE CITY'S RIGHT TO CARRY OUT WORK .......... 7

ARTICLE 3 - CONTRACTOR ................................................... 7

3.1 RESPONSIBILITIES ................................................. 7 3.2 REVIEW OF CONTRACT AND FIELD CONDITIONS

BY CONTRACTOR ................................................... 7 3.3 SUPERVISION AND CONSTRUCTION

PROCEDURES ......................................................... 7 3.4 SUPERINTENDENT ................................................. 8 3.5 LABOR ...................................................................... 8 3.6 PREVAILING WAGE RATES .................................... 9 3.7 LABOR CONDITIONS............................................... 9 3.8 DRUG DETECTION AND DETERRENCE ................ 9 3.9 MATERIALS & EQUIPMENT .................................. 10 3.10 PRODUCT OPTIONS AND SUBSTITUTIONS ....... 10 3.11 CASH ALLOWANCES ............................................ 11 3.12 WARRANTY ............................................................ 11 3.13 TAXES .................................................................... 12 3.14 PERMITS, FEES, AND NOTICES .......................... 12 3.15 CONSTRUCTION SCHEDULES ............................ 12 3.16 DOCUMENTS AND SAMPLES AT THE SITE ........ 12 3.17 MANUFACTURER'S SPECIFICATIONS ................ 12 3.18 SHOP DRAWINGS, PRODUCT DATA, AND

SAMPLES ............................................................... 13 3.19 CULTURAL RESOURCES AND ENDANGERED

SPECIES ................................................................. 13 3.20 CUTTING AND PATCHING .................................... 14 3.21 CLEANING .............................................................. 14 3.22 SANITATION ........................................................... 14 3.23 ACCESS TO WORK AND TO INFORMATION ....... 14 3.24 TRADE SECRETS .................................................. 14 3.25 INDEMNIFICATION ................................................ 14 3.26 RELEASE AND INDEMNIFICATION – PATENT,

COPYRIGHT, TRADEMARK, AND TRADE SECRET

INFRINGEMENT ..................................................... 15 3.27 INDEMNIFICATION PROCEDURES ...................... 15

ARTICLE 4 - ADMINISTRATION OF THE CONTRACT ......... 16

4.1 CONTRACT ADMINISTRATION ............................. 16

4.2 COMMUNICATIONS IN ADMINISTRATION OF THE

CONTRACT ............................................................ 17 4.3 CLAIMS AND DISPUTES ....................................... 17 4.4 RESOLUTION OF CLAIMS AND DISPUTES ......... 18

ARTICLE 5 - SUBCONTRACTORS AND SUPPLIERS .......... 19

5.1 AWARD OF SUBCONTRACTS OTHER CONTRACTS

FOR PORTIONS OF THE WORK .......................... 19 5.2 CONTRACTOR RESPONSIBILITY FOR

SUBCONTRACTORS ............................................. 19

ARTICLE 6 - CONSTRUCTION BY THE CITY OR BY

SEPARATE CONTRACTORS .......................... 19

6.1 THE CITY'S RIGHT TO PERFORM CONSTRUCTION

AND TO AWARD SEPARATE CONTRACTS ......... 19 6.2 COORDINATION .................................................... 19 6.3 MUTUAL RESPONSIBILITY ................................... 20 6.4 THE CITY'S RIGHT TO CLEAN UP ....................... 20

ARTICLE 7 - CHANGES IN THE WORK ................................ 20

7.1 CHANGES .............................................................. 20 7.2 WORK CHANGE DIRECTIVES .............................. 20 7.3 ADJUSTMENTS IN CONTRACT PRICE ................ 21 7.4 MINOR CHANGES IN THE WORK ........................ 22

ARTICLE 8 - TIME .................................................................. 22

8.1 PROGRESS AND COMPLETION .......................... 22 8.2 DELAYS AND EXTENSIONS OF TIME .................. 22

ARTICLE 9 - PAYMENTS AND COMPLETION ..................... 23

9.1 UNIT PRICE WORK ............................................... 23 9.2 ESTIMATES FOR PAYMENT, UNIT PRICE WORK23 9.3 STIPULATED PRICE WORK .................................. 24 9.4 APPLICATIONS FOR PAYMENT, STIPULATED

PRICE WORK ......................................................... 24 9.5 CERTIFICATES FOR PAYMENT ........................... 24 9.6 COMPUTATIONS OF CERTIFICATES FOR

PAYMENT .............................................................. 24 9.7 DECISIONS TO WITHHOLD CERTIFICATION...... 24 9.8 PROGRESS PAYMENTS ....................................... 25 9.9 DATE OF SUBSTANTIAL COMPLETION .............. 25 9.10 PARTIAL OCCUPANCY OR USE .......................... 26 9.11 FINAL COMPLETION AND FINAL PAYMENT ....... 26 9.12 LIQUIDATED DAMAGES ....................................... 27

ARTICLE 10 - SAFETY PRECAUTIONS................................ 27

10.1 SAFETY PROGRAMS ............................................ 27 10.2 POLLUTANTS AND POLLUTANT FACILITIES...... 27 10.3 SAFETY OF THE ENVIRONMENT, PERSONS, AND

PROPERTY ............................................................ 28

Page 215: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/2 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

10.4 EMERGENCIES ...................................................... 28

ARTICLE 11 - INSURANCE AND BONDS ............................. 28

11.1 GENERAL INSURANCE REQUIREMENTS ........... 28 11.2 INSURANCE TO BE PROVIDED BY CONTRACTOR

................................................................................ 29 11.2 INSURANCE TO BE PROVIDED BY CONTRACTOR

................................................................................ 29 11.3 PROOF OF INSURANCE ....................................... 32 11.4 PERFORMANCE AND PAYMENT BONDS ............ 32 11.5 MAINTENANCE BONDS ........................................ 32 11.6 SURETY ................................................................. 33 11.7 DELIVERY OF BONDS ........................................... 33

ARTICLE 12 - UNCOVERING AND CORRECTION OF THE

WORK ............................................................... 33

12.1 UNCOVERING OF THE WORK ............................. 33 12.2 CORRECTION OF THE WORK .............................. 33 12.3 ACCEPTANCE OF NONCONFORMING WORK .... 34

ARTICLE 13 - MISCELLANEOUS PROVISIONS ................... 34

13.1 GOVERNING LAW AND VENUE ............................ 34 13.2 SUCCESSORS ....................................................... 34 13.3 BUSINESS STRUCTURE AND ASSIGNMENTS ... 34 13.4 WRITTEN NOTICE ................................................. 34 13.5 RIGHTS AND REMEDIES ...................................... 34 13.6 TESTS AND INSPECTIONS ................................... 35 13.7 INTEREST .............................................................. 35 13.8 PARTIES IN INTEREST ......................................... 35 13.9 ENTIRE CONTRACT .............................................. 35 13.10 WRITTEN AMENDMENT ........................................ 35 13.11 COMPLIANCE WITH LAWS ................................... 35 13.12 SEVERABILITY ....................................................... 35 13.13 ANTI-BOYCOTT OF ISRAEL. ................................. 35 13.14 ZERO TOLERANCE POLICY FOR HUMAN

TRAFFICKING & RELATED ACTIVITIES. .............. 35

ARTICLE 14 - TERMINATION OR SUSPENSION OF THE

CONTRACT ...................................................... 36

14.1 TERMINATION BY THE CITY FOR CAUSE .......... 36 14.2 TERMINATION BY THE CITY FOR CONVENIENCE

................................................................................ 36 14.3 SUSPENSION BY THE CITY FOR CONVENIENCE37 14.4 TERMINATION BY CONTRACTOR ....................... 37

Page 216: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/3 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

ARTICLE 1 - GENERAL PROVISIONS

1.1 DEFINITIONS 1.1.1 Agreement: Document signed by the Parties and binding the Parties, containing the name of Contractor, title and location of the Project, Original Contract Time, Original Contract Price, enumeration of documents included in the Contract, and other provisions.

1.1.2 Bonds: Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 1.1.3 Business Enterprise: Any business entity registered in a program authorized by 49 C.F.R. § 26 (where applicable) or City Code of Ordinances, Chapter 15, Article II, relating to Equal Opportunity Employment and taking affirmative action to ensure that applicants are employed and employees are treated without regard to race, religion, color, sex, national origin, or age. The term “Business Enterprise” may include any Disadvantaged Business Enterprise (“DBE”), Minority Business Enterprise (“MBE”), Woman Business Enterprise (“WBE”), Small Business Enterprise (“SBE”), Person with Disability Enterprise (“PDBE”), and any Historically Underutilized Business (“HUB”). 1.1.4 Business Enterprise Policy: Contract documents and applicable policies relating to Business Enterprises and authorized under 49 C.F.R. § 26 or City Code of Ordinances, Chapter 15, Article II. 1.1.5 Cash Allowance: An estimated sum of money to be used only for a limited class of expenditures such as utility relocation costs, fees for special licenses or permits, or other “pass-through” costs that would be the same for any contractor. Cash Allowances may not be used to purchase goods or services that are not specified in the Contract. The unspecified items must be purchased according to the terms of Article 7.

1.1.6 Change Order: Written instrument prepared by the City and signed by City Engineer and Contractor, specifying the following:

1.1.6.1 a change in the Work; 1.1.6.2 a change in Contract Price, if any; and 1.1.6.3 a change in Contract Time, if any.

The value of a Change Order is the net amount after offsetting all deductions against all additions effected by the Change Order.

1.1.7 City: The City of Houston, a home rule municipality located principally within Harris County, Texas, including its successors and its authorized representatives.

1.1.8 City Engineer: The City Engineer, or the City employee representing the City Engineer, designated in the Agreement and authorized to represent the City, or successors.

1.1.9 Claim: Written demand or written assertion by one Party seeking adjustment of the Contract, payment of money, extension of time, or other relief under the Contract and includes, but is not limited to, claims for materials, labor, equipment, delay, changes, adjustments, substitutions, fees and third party claims. The Party making the Claim has the responsibility to substantiate the Claim. 1.1.10 Conditions of the Contract: General Conditions and Supplementary Conditions.

1.1.11 Construction Manager: Person or firm under contract with the City as its authorized representative to oversee and administer construction of the Work, and who may perform the role of Project Manager and Inspector, as designated by City Engineer in writing.

1.1.12 Contract: The Agreement; documents enumerated in and incorporated into the Agreement, Modifications, and amendments. 1.1.13 Contract Price: The monetary amount stated in the Agreement adjusted by Change Order, and increases or decreases in Unit Price Quantities, if any. 1.1.14 Contract Time: The number of days stated in the Agreement to substantially complete the Work, plus days authorized by Change Order. 1.1.15 Contractor: Person or firm identified as such in the Agreement including its successors and its authorized representatives. 1.1.16 Date of Commencement of the Work: Date established in Notice to Proceed on which Contract Time will commence. This date will not be changed by failure of Contractor, or persons or entities for whom Contractor is responsible, to act. 1.1.17 Date of Substantial Completion: Date that construction, or portion thereof designated by City Engineer, is certified by City Engineer to be substantially complete.

Page 217: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/4 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 1.1.18 Design Consultant: Person or firm, under contract with the City, to provide professional services during construction and its authorized representatives. If a Design Consultant is not employed for services during construction, Project Manager will perform duties of Design Consultant designated in the Contract in addition to usual duties of Project Manager. 1.1.19 Drawings: Graphic and pictorial portions of the Contract that define the character and scope of the Work. 1.1.20 Extra Unit Price: Unit Prices, which may be required for completion of the Work. These Unit Prices and Unit Price Quantities are in the Contract and are included in Original Contract Price. 1.1.21 Furnish: To supply, pay for, deliver to the site, and unload. 1.1.22 General Requirements: The sections of Division 01 Specifications that specify administrative and procedural requirements and temporary facilities required for the Work. 1.1.23 Inspector: City’s employee or agent authorized to assist with inspection of the Work. 1.1.24 Install: Unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, clean, protect, and similar operations. 1.1.25 Legal Holiday: Day established by the City Council as a holiday. 1.1.26 Major Unit Price Work: An individual Unit Price item,

1.1.26.1 whose value is greater than five percent of Original Contract Price,

1.1.26.2 whose value becomes greater than five percent of Original Contract Price as the result of an increase in quantity, or

1.1.26.3 whose value is $100,000, whichever is least.

1.1.27 Mayor’s Office of Business Opportunity: any reference to, or use of, the “Office of Affirmative Action” shall mean the Mayor’s Office of Business Opportunity, or any such future name to which it is changed. 1.1.28 Minor Change in the Work: A written change in the Work, ordered by City Engineer, that does not change Contract Price or Contract Time, and that is consistent with the general scope of the Contract.

1.1.29 Modification: Change Order, Work Change Directive, or Minor Change in the Work. 1.1.30 Notice of Noncompliance: A written notice by City Engineer to Contractor regarding defective or nonconforming work that does not meet the Contract requirements, and that establishes a time by which Contractor shall correct the defective or nonconforming work. 1.1.31 Notice to Proceed: A written notice by City Engineer to Contractor establishing Date of Commencement of the Work. 1.1.32 Original Contract Price: The monetary amount originally stated in the Agreement. 1.1.33 Parties: Contractor and the City. When in singular form, refers to Contractor or the City. 1.1.34 Pollutant: Any materials subject to the Texas Solid Waste Disposal Act. 1.1.35 Pollutant Facility: Any facility regulated by the State of Texas to protect the health and environment from contamination by Pollutants, including without limitation, landfills, oil and gas production and storage facilities, wastewater facilities, waste injection wells, and storage tanks (including drums). 1.1.36 Product: Materials, equipment, or systems incorporated into the Work or to be incorporated into the Work. 1.1.37 Product Data: Illustrations, standard schedules, performance charts, instructions, brochures, diagrams, and other information furnished by Contractor to illustrate a Product. 1.1.38 Project: Total construction, of which the Work performed under the Contract may be the whole or a part, and which may include construction by the City or by separate contractors. 1.1.39 Project Manager: City Engineer’s authorized representative for administration of the Work. Titles used within the City’s departments may be different than those used in this definition. 1.1.40 Provide: Furnish and Install, complete, ready for intended use. 1.1.41 Samples: Physical examples that illustrate Products, or workmanship, and establish standards by which the Work is judged. 1.1.42 Shop Drawings: Drawings, diagrams, schedules, and other data specially prepared for the

Page 218: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/5 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

Work by Contractor, Subcontractor or Supplier, to illustrate a portion of the Work. 1.1.43 Specifications: Divisions 01 through 16 of the documents that are incorporated into the Agreement, consisting of written General Requirements and requirements for Products, standards, and workmanship for the Work, and performance of related services. 1.1.44 Stipulated Price: Single lump sum amount stated in the Contract for completion of the Work, or for designated portion of the Work. 1.1.45 Subcontractor: Person or firm that has direct or indirect contract with Contractor or with another Subcontractor to perform a portion of the Work and its authorized representatives. 1.1.46 Superintendent: Employee of Contractor having authority and responsibility to act for and represent Contractor. 1.1.47 Supplementary Conditions: Part of Conditions of the Contract that amends or supplements General Conditions. 1.1.48 Supplier: Manufacturer, distributor, materialman, or vendor having a direct agreement with Contractor or Subcontractor for Products, or services and its authorized representatives. 1.1.49 Surety: Corporate entity that is bound by one or more Bonds, and is responsible for completion of the Work, including the correction period, and for payment of debts incurred in fulfilling the Contract. Surety shall include co-surety or reinsurer, as applicable. 1.1.50 Underground Facilities: Pipes, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments and encasements containing such facilities that exist below ground level. 1.1.51 Unit Price: An amount stated in the Contract for an individual, measurable item of work, which, when multiplied by actual quantity incorporated into the Work, amounts to full compensation for completion of the item, including work incidental to it. 1.1.52 Unit Price Quantities: Quantities indicated in the Contract that are approximations made by the City for contracting purposes. 1.1.53 Work: Entire construction required by the Contract, including all labor, Products, and

services provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a portion of the Project. 1.1.54 Work Change Directive: A written change in the Work, ordered by City Engineer, that is within the general scope of the Contract and consisting of additions, deletions, or other revisions. A Work Change Directive will state proposed basis for adjustment, if any, in Contract Price or Contract Time, or both.

1.2 EXECUTION, CORRELATION, AND INTENT

1.2.1 Execution of the Contract by Contractor is conclusive that Contractor has visited the Work site, become familiar with local conditions under which the Work will be performed, and fully informed itself as to conditions and matters which can affect the Work or costs. Contractor further agrees that it has carefully correlated personal observations with requirements of the Contract. 1.2.2 The Contract and Modifications have been read and carefully considered by Contractor, who understands and agrees to their sufficiency for the Work. The Contract may not be more strongly construed against the City than against Contractor and Surety. 1.2.3 Contractor shall include all items necessary for proper execution and completion of the Work.

1.2.4 Reference to standard specifications, manuals, or codes of a technical society, organization, or association, or to laws or regulations of a governmental authority, whether specific or implied, mean the latest edition in effect as of date of receipt of bids, except as may be otherwise specifically stated in the Contract. 1.2.5 No provision of any referenced standard, specification, or manual changes the duties and responsibilities of the City, City Engineer, Contractor, or Design Consultant from those set forth in the Contract. Nor do these provisions assign to Design Consultant any duty or authority to supervise or direct performance of the Work or any duty or authority to undertake any actions contrary to provisions of the Contract. 1.2.6 Organization of Specifications into divisions, sections, and articles and arrangement of Drawings does not control Contractor in dividing the Work among Subcontractors or in establishing the extent of work to be performed by any trade.

Page 219: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/6 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 1.2.7 Unless otherwise defined in the Contract, words which have well-known construction industry technical meanings are used in the Contract in accordance with these recognized meanings.

1.3 OWNERSHIP AND USE OF DOCUMENTS

1.3.1 Drawings, Specifications, and other documents prepared by the City or by Design Consultant are instruments of service through which the Work to be executed by Contractor is described. Contractor may retain one Contract record set. 1.3.2 Neither Contractor, Subcontractor, nor Supplier will own or claim a copyright to documents contained in the Contract or any part of the Contract. 1.3.3 Documents contained in the Contract, prepared by the City or by Design Consultant, and copies furnished to Contractor, are for use solely with respect to the Work. They may not be used by Contractor, Subcontractor or Supplier on other projects or for additions to the Work, outside the scope of the Work, without the specific written consent of City Engineer, and Design Consultant, when applicable. 1.3.4 Contractor, Subcontractors, and Suppliers are granted a limited license to use and reproduce applicable portions of the Contract appropriate to and for use in execution of their work under the Contract.

1.4 INTERPRETATION 1.4.1 Specifications are written in an imperative streamlined form and are directed to Contractor, unless noted otherwise. When written in this form, words "shall be" are included by inference where a colon (:) is used within sentences or phrases.

1.4.2 In the interest of brevity, the Contract frequently omits modifying words such as "all" and "any" and articles such as "the" and "an", but an absent modifier or article is not intended to affect interpretation of a statement. ARTICLE 2 - THE CITY

2.1 LIMITATIONS OF THE CITY'S OFFICERS AND EMPLOYEES

2.1.1 No officer or employee of the City may authorize Contractor to perform an act or work

contrary to the Contract, except as otherwise provided in the Contract.

2.2 DUTIES OF THE CITY 2.2.1 If a building permit is required, the City will process an application for, and Contractor shall purchase the building permit before Date of Commencement of the Work. 2.2.2 The City will make available to Contractor a reproducible set of Drawings. Additional copies will be furnished, on Contractor's request, at the cost of reproduction. 2.2.3 When necessary for performance of the Work, the City will provide surveys describing physical characteristics, legal limitations, legal description of site, and horizontal and vertical control adequate to lay out the Work. 2.2.4 Information or services that the City is required to provide under the Contract will be provided by the City with reasonable promptness to avoid delay in orderly progress of the Work. 2.2.5 The Contract imposes no implied duty on the City. The City does not warrant any plans or specifications associated with the Contract. 2.2.6 Except as expressly stated in this Article, the City owes no duty to the Contractor or any subcontractor.

2.3 AVAILABILITY OF LAND AND USE OF SITE

2.3.1 The City will furnish, as indicated in the Contract, rights-of-way, land on which the Work is to be performed, and other land designated in the Contract for use by Contractor unless otherwise provided in the Contract. 2.3.2 Contractor shall confine operations at site to those areas permitted by law, ordinances, permits, and the Contract, and may not unreasonably encumber site with materials or equipment. 2.3.3 In addition to land provided by the City under Section 2.3, Contractor shall provide all land and access to land that may be required for use by Contractor for temporary construction facilities or for storage of materials and equipment, and shall indemnify the City during its use of the land as stated in Section 3.25.

Page 220: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/7 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

2.4 THE CITY'S RIGHT TO STOP THE WORK

2.4.1 If Contractor fails to carry out the Work in accordance with the Contract, or fails to correct work which is not in accordance with requirements of the Contract as required in Sections 12.1 and 12.2, the City may, by Notice of Noncompliance, order Contractor to stop the Work or any portion of the Work until the cause for the order has been eliminated. However, the right of the City to stop the Work will not give rise to a Claim for delay or to a duty on the part of the City to exercise this right for the benefit of Contractor or any other person or entity, except to the extent required by Section 6.2. If Contractor corrects the defective or nonconforming work within the time established in Notice of Noncompliance, City Engineer will give written notice to Contractor to resume performance of the Work.

2.5 THE CITY'S RIGHT TO CARRY OUT WORK

2.5.1 If Contractor fails to carry out work in accordance with the Contract, and fails within the period established in a Notice of Noncompliance to correct the nonconforming work, the City may, after expiration of the required period, correct the deficiencies without prejudice to other remedies the City may have, including rights of the City under Section 14.1.

2.5.1.1 When the City corrects deficiencies, City

Engineer will issue an appropriate Change Order and deduct from payments then or thereafter due Contractor the cost of correcting the deficiencies, including compensation for Design Consultant’s and Construction Manager’s additional services and expenses made necessary by such default, neglect, or failure. This action by the City and amounts charged to Contractor are both subject to prior approval of City Engineer. If payments, then or thereafter due Contractor, are not sufficient to cover these amounts, Contractor shall pay the difference to the City.

2.5.2 Notwithstanding the City's right to carry out work, maintenance and protection of the Work remains Contractor's responsibility, as provided in the Contract.

ARTICLE 3 - CONTRACTOR

3.1 RESPONSIBILITIES 3.1.1 Contractor shall maintain office with agent in the greater City of Houston area during the Contractor’s performance under the Contract. Contractor shall file its street address with City Engineer.

3.1.2 Contractor and Contractor's employees shall not give or lend money or anything of value to an officer or employee of the City. Should this Paragraph 3.1.2 be violated, City Engineer may terminate the Contract under Section 14.1.

3.2 REVIEW OF CONTRACT AND FIELD CONDITIONS BY CONTRACTOR

3.2.1 Contractor shall carefully study and compare documents contained in the Contract with each other and with information furnished by the City pursuant to Section 2.2 and shall immediately report, in writing, any errors, inconsistencies, or omissions to City Engineer. If work is affected, Contractor shall obtain a written interpretation or clarification from City Engineer before proceeding with the affected work. However, Contractor will not be liable to the City for failure to report an error, inconsistency, or omission in the Contract unless Contractor had actual knowledge or should have had knowledge of the error, inconsistency, or omission.

3.2.2 Contractor shall take field measurements and verify field conditions, and shall carefully compare the conditions and other information known to Contractor with the Contract, before commencing activities. Contractor shall immediately report, in writing, to City Engineer for interpretation or clarification of discrepancies, inconsistencies, or omissions discovered during this process. 3.2.3 Contractor shall make a reasonable attempt to understand the Contract before requesting interpretation from City Engineer.

3.3 SUPERVISION AND CONSTRUCTION PROCEDURES

3.3.1 Contractor shall supervise, direct, and inspect the Work competently and efficiently, devoting the attention and applying the skills and expertise as necessary to perform the Work in accordance with the Contract. Contractor is solely responsible and has control over construction means, methods, techniques, sequences, and procedures of construction; for safety precautions

Page 221: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/8 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 and programs in connection with the Work; and for coordinating all work under the Contract. 3.3.2 Regardless of observations or inspections by the City or City’s consultants, Contractor shall perform and complete the Work in accordance with the Contract and submittals approved pursuant to Section 3.18. The City is not liable or responsible to Contractor or Surety for work performed by Contractor that is not in accordance with the Contract regardless of whether discovered during construction or after acceptance of the Work.

3.4 SUPERINTENDENT 3.4.1 Contractor shall employ a competent Superintendent and necessary assistants who shall be present at the site during performance of the Work. Communications given to Superintendent are binding on the Contractor.

3.4.2 Contractor shall notify City Engineer in writing of its intent to replace the Superintendent. Contractor may not replace the Superintendent if City Engineer makes a reasonable objection in writing.

3.5 LABOR 3.5.1 Contractor shall provide competent, qualified personnel to survey and lay out the Work and perform construction as required by the Contract. The City may, by written notice, require Contractor to remove from the Work any employee of Contractor or Subcontractors to whom City Engineer makes reasonable objection.

3.5.2 Contractor shall comply with the applicable Business Enterprise Policy set out in this Agreement and in the Supplementary Conditions, as set out in Chapter 15, Article V of the City of Houston Code of Ordinances.

3.5.3 When Original Contract Price is greater than $1,000,000, Contractor shall make Good Faith Efforts to award subcontracts or supply agreements in at least the percentages set out in the Supplementary Conditions for Business Enterprise Policy. Contractor acknowledges that it has reviewed the requirements for Good Faith Efforts on file with the City's Office of Business Opportunity and shall comply with them.

3.5.3.1 Contractor shall require written

subcontracts with Business Enterprises and shall submit all disputes with Business Enterprises to voluntary mediation. Business Enterprise subcontracts complying with City Code of Ordinances Chapter 15, Article II must contain the

terms set out in Subparagraph 3.5.3.2. If Contractor is an individual person, as distinguished from a corporation, partnership, or other legal entity, and the amount of the subcontract is $50,000 or less, the subcontract must also be signed by the attorneys of the respective parties.

3.5.3.2 Contractor shall ensure that subcontracts

with Business Enterprise firms are clearly

labeled "THIS CONTRACT MAY BE

SUBJECT TO MEDIATION ACCORDING

TO THE TEXAS ALTERNATIVE

DISPUTE RESOLUTION ACT" and contain the following terms: 3.5.3.2.1 (Business Enterprise) may

not delegate or subcontract more than 50 percent of work under this subcontract to any other subcontractor without the express written consent of the City’s OBO Director (the “Director”).

3.5.3.2.2 (Business Enterprise) shall permit representatives of the City of Houston, at all reasonable times, to perform (1) audits of the books and records of the Subcontractors and Suppliers, and (2) inspections of all places where work is to be undertaken in connection with this subcontract. (Business Enterprise) shall keep the books and records available for this purpose for at least four years after the end of its performance under this subcontract. Nothing in this provision shall affect the time for bringing a cause of action nor the applicable statute of limitations.

3.5.3.2.3 Within five business days of execution of this subcontract, Contractor and (Business Enterprise) shall designate in writing to the Director an agent for receiving any notice required or permitted to be given pursuant to Chapter 15 of the Houston City Code of Ordinances, along with the street and mailing address and phone number of the agent.

3.5.4 The requirements and terms of the City of Houston Pay or Play Program, as set out in Executive Order 1-7, as revised from time to time, are incorporated into the Contract for all purposes. Contractor has reviewed Executive Order 1-7 and

shall comply with its terms and conditions. IF CONTRACTOR DOES NOT PAY IN

Page 222: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/9 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

ACCORDANCE WITH THE PAY OR PLAY PROGRAM WITHIN 30 DAYS OF THE DATE CITY ENGINEER SENDS CONTRACTOR WRITTEN NOTIFICATION, CITY CONTROLLER MAY DEDUCT FUNDS UP TO THE AMOUNT OWED FROM ANY PAYMENTS OWED TO CONTRACTOR UNDER THIS CONTRACT, AND CONTRACTOR WAIVES ANY RECOURSE.

3.6 PREVAILING WAGE RATES 3.6.1 Contractor shall comply with governing statutes providing for labor classification of wage scales for each craft or type of laborer, worker, or mechanic. 3.6.2 Prevailing wage rates applicable to the Work may be one or a combination of the following wage rates identified in Division 00:

3.6.2.1 Federal Wage Rate General Decisions 3.6.2.1.1 Highway Rates 3.6.2.1.2 Building Rates 3.6.2.1.3 Heavy Construction Rates 3.6.2.1.4 Residential Rates

3.6.2.2 City Prevailing Wage Rates 3.6.2.2.1 Building Construction Rates 3.6.2.2.2 Engineering Construction

Rates 3.6.2.2.3 Asbestos Worker Rates

3.6.3 Each week Contractor shall submit to the City’s Mayor’s Office of Business Opportunity certified copies of payrolls showing classifications and wages paid by Contractor, Subcontractors, and Suppliers for each employee under the Contract, for any day included in the Contract.

3.7 LABOR CONDITIONS 3.7.1 In the event of labor disputes affecting Contractor or Contractor's employees, Contractor shall utilize all possible means to resolve disputes in order that the Work not be delayed to any extent. These means will include seeking injunctive relief and filing unfair labor practice charges, and any other action available to Contractor. 3.7.2 When Contractor has knowledge that any actual or potential labor dispute is delaying or is threatening to delay timely performance of the Work, Contractor shall immediately notify City Engineer in writing. No Claims will be accepted by City Engineer for costs incurred as a result of jurisdictional or labor disputes.

3.8 DRUG DETECTION AND DETERRENCE

3.8.1 It is the policy of the City to achieve a drug-free work force and to provide a workplace that is free from the use of illegal drugs and alcohol. It is also the policy of the City that manufacture, distribution, dispensation, possession, sale, or use of illegal drugs or alcohol by contractors while on the City's premises is prohibited. By executing the Contract, Contractor represents and certifies that it meets and will comply with all requirements and procedures set forth in the Mayor's Policy on Drug Detection and Deterrence, City Council Motion No. 92-1971 (“Mayor's Policy”) and the Mayor's Drug Detection and Deterrence Procedures for Contractors, Executive Order No. 1-31, (Revised) ("Executive Order"). Mayor's Policy is on file in the office of the City Secretary. Copies of Executive Order may be obtained at the location specified in the Advertisement for Bids.

3.8.1.1 The Executive Order applies to the City's contracts for labor or services except the following: 3.8.1.1.1 contracts authorized by

Emergency Purchase Orders, 3.8.1.1.2 contracts in which

imposition of requirements of the Executive Order would exclude all potential bidders or proposers, or would eliminate meaningful competition for the Contract,

3.8.1.1.3 contracts with companies that have fewer than 15 employees during any 20-week period during a calendar year and no safety impact positions,

3.8.1.1.4 contracts with non-profit organizations providing services at no cost or reduced cost to the public, and

3.8.1.1.5 contracts with federal, state, or local governmental entities.

3.8.1.2 Prior to execution of the Contract,

Contractor shall have filed with the City: 3.8.1.2.1 a Drug Policy Compliance

Agreement form (Attachment “A” to the Executive Order), and

3.8.1.2.2 a copy of Contractor’s drug free workplace policy, and

3.8.1.2.3 a written designation of all safety impact positions, if applicable, or a Contractor’s Certification of a No Safety Impact Positions form (Attachment “C” to the Executive Order).

Page 223: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/10 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

3.8.1.3 Every six months during performance of the Contract and upon completion of the Contract, Contractor shall file a Drug Policy Compliance Declaration form (Attachment “B” to the Executive Order). The Contractor shall submit the Drug Policy Compliance Declaration within 30 days of expiration of each six-month period of performance and within 30 days of completion of the Contract. The first six-month period shall begin on Date of Commencement of the Work.

3.8.1.4 Contractor shall have a continuing

obligation to file updated designation of safety impact positions when additional safety impact positions are added to Contractor's employee workforce during performance of the Work.

3.8.1.5 Contractor shall require its Subcontractors

and Suppliers to comply with the Mayor's Policy and Executive Order. Contractor is responsible for securing and maintaining required documents from Subcontractors and Suppliers for the City inspection throughout the term of the Contract.

3.8.1.6 Failure of Contractor to comply with

requirements will be a material breach of the Contract entitling the City to terminate in accordance with Section 14.1.

3.9 MATERIALS & EQUIPMENT 3.9.1 Unless otherwise provided in the Contract, Contractor shall provide and assume full responsibility for Products, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, transportation, temporary facilities, supplies, and other facilities and incidentals necessary for Furnishing, performing, testing, starting-up, and completing the Work.

3.9.1.1 Contractor, Subcontractors, and Suppliers shall use Ultra Low Sulfur Diesel Fuel in all diesel operating vehicles and motorized equipment utilized in performing the Work. Ultra Low Sulfur Diesel Fuel is defined as diesel fuel having 15 ppm or the applicable standard set by state or federal law or rules and regulations of the Texas Commission on Environmental Quality, or the Environmental Protection Agency, whichever is less in sulfur content. Off-road Ultra Low Sulfur Diesel Fuel may be used in lieu of on-road Ultra Low Sulfur Diesel Fuel. Contractor shall provide,

upon request by City Engineer, proof that Contractor, Subcontractors, and Suppliers are using Ultra Low Sulfur Diesel Fuel.

3.9.2 Contractor shall provide Products that are:

3.9.2.1 new, unless otherwise required or permitted by the Contract, and

3.9.2.2 of specified quality. If required by City Engineer, Contractor shall furnish satisfactory evidence, including reports of required tests, as to kind and quality of Products. 3.9.3 Contractor shall store Products in a safe, neat, compact, and protected manner. Contractor shall also store Products delivered during the work, along the right-of-way:

3.9.3.1 so as to cause the least inconvenience to property owners, tenants, and general public; and

3.9.3.2 so as not to block access to, or be closer than, three feet to any fire hydrant.

Contractor shall protect trees, lawns, walks, drives, streets, and other improvements that are to remain, from damage. If private or public property is damaged by Contractor, Contractor shall, at its sole expense, restore the damaged property to at least its original condition.

3.9.3.1 Contractor shall obtain City Engineer's approval for storage areas used for Products for which payment has been requested under Paragraph 9.6.1. Contractor shall provide the City access to the storage areas for inspection purposes. Products, once paid for by the City, become the property of the City and may not be removed from place of storage, without City Engineer's written permission except for a movement to the site. Contractor's Installation Floater, required under Section 11.2, shall cover all perils, including loss or damage to Products during storage, loading, unloading, and transit to the site.

3.10 PRODUCT OPTIONS AND SUBSTITUTIONS

3.10.1 For Products specified by reference standards or by description only, Contractor may provide any Product meeting those standards or description. 3.10.2 For Products specified by naming one or more manufacturers with provision for substitutions or equal, Contractor may submit a request for substitution for any manufacturer not named.

Page 224: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/11 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

3.10.3 City Engineer will consider requests for substitutions only within the first 15 percent of Contract Time, or first 90 days after date of Notice to Proceed, whichever is less. 3.10.4 Contractor shall document each request for substitution with complete data substantiating compliance of proposed substitution with the Contract. 3.10.5 A request for substitution constitutes a representation that Contractor:

3.10.5.1 has investigated the proposed Product and determined that it meets or exceeds the quality level of the specified Product;

3.10.5.2 shall provide the same warranty for the substitution as for the specified Product;

3.10.5.3 shall coordinate installation of the proposed substitution and make changes to other work which may be required for the Work to be completed, with no additional cost or increase in time to the City;

3.10.5.4 confirms that cost data is complete and includes all related costs under the Contract;

3.10.5.5 waives Claim for additional costs or time extensions that may subsequently become apparent; and

3.10.5.6 shall provide review or redesign services by a design consultant with appropriate professional license and shall obtain re-approval and permits from authorities.

3.10.6 City Engineer will not consider and will not approve substitutions when:

3.10.6.1 they are indicated or implied on Shop Drawing or Product Data submittals without separate written request; or

3.10.6.2 acceptance will require revision to the Contract.

3.10.7 City Engineer may reject requests for substitution, and his decision will be final and binding on the Parties.

3.11 CASH ALLOWANCES 3.11.1 Contract Price includes Cash Allowances as identified in the Contract. 3.11.2 The City will pay the actual costs of Cash Allowance item exclusive of profit, overhead or administrative costs. If actual costs exceed the

Cash Allowance, City Engineer must approve a Change Order for the additional costs.

3.12 WARRANTY 3.12.1 Contractor warrants to the City that Products furnished under the Contract are:

3.12.1.1 free of defects in title; 3.12.1.2 of good quality; and 3.12.1.3 new, unless otherwise required or

permitted by the Contract. If required by the City Engineer, Contractor shall furnish satisfactory evidence as to kind, quality and title of Products, and that Products conform to requirements of the Contract. 3.12.2 In the event of a defect in a Product, either during construction or warranty period, Contractor shall take appropriate action with manufacturer of Product to assure correction or replacement of defective Product with minimum delay. 3.12.3 Contractor warrants that the Work is free of defects not inherent in the quality required or permitted, and that the Work does conform with the requirements of the Contract. Contractor further warrants that the Work has been performed in a thorough and workmanlike manner. 3.12.4 Contractor warrants that the Work is free of concentrations on polychlorinated biphenyl (PCB) and other substances defined as hazardous by the Comprehensive Environmental Response Compensation and Liability Act (CERCLA) or any other applicable law or regulation. 3.12.5 Work not conforming to requirements of Section 3.12, including substitutions not properly approved and authorized, may be considered nonconforming work. 3.12.6 Contractor's warranty excludes remedy for damage or defect caused by:

3.12.6.1 improper or insufficient maintenance by the City;

3.12.6.2 normal wear and tear under normal usage; or

3.12.6.3 claim that hazardous material was incorporated into the Work, if that material was specified in the Contract.

3.12.7 Contractor warrants that title to all work covered by Contractor's request for payment passes to the City upon incorporation into the Work or upon Contractor's receipt of payment, whichever occurs first. The Contractor further warrants that the title is free of all liens, claims, security interests or other

Page 225: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/12 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 interests ("Encumbrances"). If not, upon written demand from City Engineer, Contractor shall immediately take legal action necessary to remove Encumbrances.

3.13 TAXES 3.13.1 Contractor shall pay all sales, consumer, use, and similar taxes, which are in effect or scheduled to go into effect on or before bids are received, related to work provided by Contractor. 3.13.2 Contractor shall obtain, and require Subcontractors and Suppliers to obtain, necessary permits from the state and local taxing authorities to perform contractual obligations under the Contract, including sales tax permits.

3.13.3 The City is exempt from the Federal Transportation and Excise Tax. Contractor shall comply with federal regulations governing the exemptions.

3.13.4 Products incorporated into the Work are exempt from state sales tax according to provisions of the TEX. TAX CODE ANN. CH. 151, Subsection H.

3.14 PERMITS, FEES, AND NOTICES 3.14.1 Unless otherwise provided in the Contract, Contractor shall secure and pay for all construction permits, licenses, and inspections:

3.14.1.1 necessary for proper execution and completion of the Work; and

3.14.1.2 legally required at time bids are received.

3.15 CONSTRUCTION SCHEDULES 3.15.1 On receipt of Notice to Proceed, Contractor shall promptly prepare and submit construction schedule for the Work for City Engineer's review. The schedule must reflect the minimum time required to complete the Work not to exceed Contract Time.

3.15.2 Contractor shall give 24-hour written notice to City Engineer before commencing work or resuming work where work has been stopped. Contractor shall also give the same notice to inspectors.

3.15.3 Contractor shall incorporate milestones specified in Summary of Work Specification into the construction schedule. Contractor's failure to meet a milestone, as determined by City Engineer, may be considered a material breach of the Contract.

3.15.4 Each month, Contractor shall submit to City Engineer a copy of an updated construction schedule indicating actual progress, incorporating applicable changes, and indicating courses of action required to assure completion of the Work within Contract Time. 3.15.5 Contractor shall keep a current schedule of submittals that coordinates with the construction schedule, and shall submit the initial schedule of submittals to City Engineer for approval.

3.16 DOCUMENTS AND SAMPLES AT THE SITE

3.16.1 Contractor shall maintain at the site, and make available to City Engineer, one record copy of Drawings, Specifications, and Modifications. Contractor shall maintain the documents in good order and marked currently to record changes and selections made during construction. In addition, Contractor shall maintain at the site, approved Shop Drawings, Product Data, Samples, and similar submittals, which will be delivered to City Engineer prior to final inspection as required in Paragraph 9.11.4. 3.16.2 Contractor shall maintain all books, documents, papers, accounting records, and other relevant documentation pursuant to the Work and shall make the books, documents, papers, and accounting records available to representatives of the City for review and audits during the Contract term and for the greater of three years following Date of Substantial Completion or until all litigation or audits are fully resolved. 3.16.3 Contractor shall provide to City Attorney all documents and records that City Attorney deems necessary to assist in determining Contractor’s compliance with the Contract, with the exception of those documents made confidential by federal or state law or regulation.

3.17 MANUFACTURER'S SPECIFICATIONS 3.17.1 Contractor shall handle, store, and Install Products and perform all work in the manner required by Product manufacturer. Should the Contract and manufacturer's instructions conflict, Contractor shall report conflict to City Engineer for resolution prior to proceeding with the affected work. 3.17.2 References in the Contract to the manufacturer's specifications, directions, or recommendations, mean manufacturer's current published documents in effect as of date of receipt of bids, or in the case of a Modification, as of date of Modification.

Page 226: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/13 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

3.18 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

3.18.1 Shop Drawings, Product Data, and Samples are not part of the Contract. The purpose of Contractor submittals is to demonstrate, for those portions of the Work for which submittals are required, the way Contractor proposes to conform to information given and design concept expressed in the Contract. 3.18.2 Contractor shall submit to Project Manager for review the Shop Drawings, Product Data, and Samples, which are required by the Contract. Review by Project Manager is subject to limitations of Paragraph 4.1.4. Contractor shall transmit the submittals to the Project Manager with reasonable promptness and in a sequence, so as to cause no delay in the Work or in activities of the City or of separate contractors. Contractor shall transmit submittals in time to allow a minimum of 30 days for Project Manager’s review prior to date Contractor needs reviewed submittals returned. This time may be shortened for a particular job requirement if approved by Project Manager in advance of submittal. 3.18.3 Contractor shall certify that the content of submittals conforms to the Contract without exception by affixing Contractor’s approval stamp and signature. By certifying and submitting Shop Drawings, Product Data, and Samples, Contractor represents, and Contractor’s stamp of approval shall state, that Contractor has determined and verified materials, quantities, field measurements, and field construction criteria related to the submittal, and has checked and coordinated information contained within the submittals with requirements of the Contract. 3.18.4 Contractor may not perform any work requiring submittal and review of Shop Drawings, Product Data, or Samples until the submittal has been returned with appropriate review decision by the Project Manager. Contractor shall perform work in accordance with the review. 3.18.5 If Contractor performs any work requiring submittals prior to review and acceptance of the submittals by Project Manager, such work is at Contractor’s risk and the City is not obligated to accept work if the submittals are later found to be unacceptable. 3.18.6 If, in the opinion of Project Manager, the submittals are incomplete, or demonstrate an inadequate understanding of the Work or lack of review by the Contractor, then submittals may be

returned to the Contractor for correction and resubmittal. 3.18.7 Contractor shall direct specific attention in writing and on the resubmitted Shop Drawings, Product Data, or Samples to any additional proposed revisions, other than those revisions requested by Project Manager on previous submittals. 3.18.8 Contractor is not relieved of responsibility for deviations from requirements of the Contract by Project Manager’s review of Shop Drawings, Product Data, or Samples unless Contractor has specifically informed Project Manager in writing of the deviation at the time of the submittal, and Project Manager has given written approval of the deviation. 3.18.9 When professional certification of performance criteria of Products is required by the Contract, the City may rely upon accuracy and completeness of the calculations and certifications. 3.18.10 For Product colors or textures to be selected by the City, Contractor shall submit all samples together to allow preparation of a complete selection schedule. 3.18.11 Contractor shall submit informational submittals, on which Project Manager is not expected to take responsive action, as required by the Contract. 3.18.12 Submittals made by Contractor which are not required by the Contract may be returned to Contractor without action.

3.19 CULTURAL RESOURCES AND ENDANGERED SPECIES

3.19.1 Contractor may not remove or disturb, or cause to be removed or disturbed, any historical, archaeological, architectural, or other cultural artifacts, relics, vestiges, remains, or objects of antiquity. If Contractor discovers one of these items, Contractor shall immediately notify City Engineer and further comply with the requirements of 13 Tex. Admin. Code Chs. 25 and 26 (2002), or successor regulation. Contractor shall protect site and cultural resources from further disturbance until professional examination can be made or until clearance to proceed is authorized in writing by City Engineer.

3.19.2 Should either threatened or endangered plant or animal species be encountered, Contractor shall cease work immediately in the area of encounter and notify City Engineer.

Page 227: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/14 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 3.20 CUTTING AND PATCHING 3.20.1 Contractor is responsible for necessary cutting, fitting, and patching to accomplish the Work and shall suitably support, anchor, attach, match, and trim or seal materials to work of other contractors. Contractor shall coordinate the Work with work of other contractors to minimize conflicts, as provided in Article 6. 3.20.2 Contractor may not endanger work by cutting, digging, or other action, and may not cut or alter work of other contractors except by written consent of City Engineer and affected contractor.

3.21 CLEANING 3.21.1 Contractor shall perform daily cleanup of all dirt, debris, scrap materials and other disposable items resulting from Contractor's operations, whether on-site or off-site. Unless otherwise authorized in writing by City Engineer, Contractor shall keep all streets, access streets, driveways, areas of public access, walkways, and other designated areas clean and open at all times. 3.21.2 Failure of Contractor to maintain a clean site, including access streets, is the basis for City Engineer to issue a Notice of Noncompliance. Should compliance not be attained within the time period in the Notice of Noncompliance, City Engineer may authorize necessary cleanup to be performed by others and the cost of the cleanup will be deducted from monies due Contractor. Contractor shall legally dispose off-site, all waste materials and other excess materials resulting from Contractor's operations.

3.22 SANITATION 3.22.1 Contractor shall provide and maintain sanitary facilities at site for use of all construction forces under the Contract. Newly-constructed or existing sanitary facilities may not be used by Contractor.

3.23 ACCESS TO WORK AND TO INFORMATION

3.23.1 Contractor shall provide the City, Design Consultant, testing laboratories, and governmental agencies which have jurisdictional interests, access to the Work in preparation and in progress wherever located. Contractor shall provide proper and safe conditions for the access. 3.23.2 If required by City Engineer, Contractor shall furnish information concerning character of

Products and progress and manner of the Work, including information necessary to determine cost of the Work, such as number of employees, pay of employees, and time employees worked on various classes of the Work.

3.24 TRADE SECRETS 3.24.1 Contractor will not make any claim of ownership of trade secrets as to products used in the Work, or preparation of any mixture for the Work. City Engineer will at all times have the right to demand and Contractor shall furnish information concerning materials or samples of ingredients of any materials used, or proposed to be used, in preparation of concrete placed or other work to be done. Mixtures, once agreed on, shall not be changed in any manner without knowledge and consent of City Engineer. The City will make its best efforts to protect confidentiality of proprietary information.

3.25 INDEMNIFICATION

3.25.1 CONTRACTOR AGREES TO AND SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY, ITS AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE “CITY”) HARMLESS FOR ALL CLAIMS, CAUSES OF ACTION, LIABILITIES, FINES, AND EXPENSES (INCLUDING, WITHOUT LIMITATION, ATTORNEYS’ FEES, COURT COSTS, AND ALL OTHER DEFENSE COSTS AND INTEREST) FOR INJURY, DEATH, DAMAGE, OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE UNDER THE CONTRACT INCLUDING, WITHOUT LIMITATION, THOSE CAUSED BY:

3.25.1.1 CONTRACTOR’S AND/OR ITS AGENTS’, EMPLOYEES’, OFFICERS’, DIRECTORS’, CONTRACTORS’, OR SUBCONTRACTORS’ (COLLECTIVELY IN NUMBERED SUBPARAGRAPHS .1 through .3, “CONTRACTOR”) ACTUAL OR ALLEGED NEGLIGENCE OR INTENTIONAL ACTS OR OMISSIONS;

3.25.1.2 THE CITY’S AND CONTRACTOR’S ACTUAL OR ALLEGED CONCURRENT NEGLIGENCE, WHETHER CONTRACTOR IS IMMUNE FROM LIABILITY OR NOT;

3.25.1.3 THE CITY’S AND CONTRACTOR’S ACTUAL OR ALLEGED STRICT PRODUCTS LIABILITY OR STRICT STATUTORY LIABILITY, WHETHER CONTRACTOR IS IMMUNE FROM LIABILITY OR NOT.

Page 228: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/15 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

CONTRACTOR SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY HARMLESS DURING THE TERM OF THE CONTRACT AND FOR FOUR YEARS AFTER THE CONTRACT TERMINATES. CONTRACTOR SHALL NOT INDEMNIFY THE CITY FOR THE CITY’S SOLE NEGLIGENCE.

3.25.2 NOTWITHSTANDING ANYTHING TO THE CONTRARY, THE LIABILITY OF CONTRACTOR FOR THE CITY’S CONCURRENT NEGLIGENCE SHALL NOT EXCEED $1,000,000.

3.26 RELEASE AND INDEMNIFICATION – PATENT, COPYRIGHT, TRADEMARK, AND TRADE SECRET INFRINGEMENT

3.26.1 UNLESS OTHERWISE SPECIFICALLY REQUIRED BY THE CONTRACT, CONTRACTOR AGREES TO AND SHALL RELEASE AND DEFEND, INDEMNIFY, AND HOLD HARMLESS THE CITY, ITS AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE “CITY”) FROM ALL CLAIMS OR CAUSES OF ACTION BROUGHT AGAINST THE CITY BY ANY PARTY, INCLUDING CONTRACTOR, ALLEGING THAT THE CITY’S USE OF ANY EQUIPMENT, SOFTWARE, PROCESS, OR DOCUMENTS CONTRACTOR FURNISHES DURING THE TERM OF THE CONTRACT INFRINGES ON A PATENT, COPYRIGHT, OR TRADEMARK, OR MISAPPROPRIATES A TRADE SECRET. CONTRACTOR SHALL PAY ALL COSTS (INCLUDING, WITHOUT LIMITATION, ATTORNEYS’ FEES, COURT COSTS, AND ALL OTHER DEFENSE COSTS, AND INTEREST) AND DAMAGES AWARDED.

3.26.2 CONTRACTOR SHALL NOT SETTLE ANY CLAIM ON TERMS WHICH PREVENT THE CITY FROM USING THE EQUIPMENT, SOFTWARE, PROCESS, OR PRODUCT WITHOUT THE CITY ENGINEER'S PRIOR WRITTEN CONSENT.

3.26.3 UNLESS OTHERWISE SPECIFICALLY REQUIRED BY THE CONTRACT, WITHIN 60 DAYS AFTER BEING NOTIFIED OF THE CLAIM, CONTRACTOR SHALL, AT ITS OWN EXPENSE, EITHER:

3.26.3.1 OBTAIN FOR THE CITY THE RIGHT TO CONTINUE USING THE EQUIPMENT, SOFTWARE, PROCESS, OR PRODUCT, OR

3.26.3.2 IF BOTH PARTIES AGREE, REPLACE OR MODIFY THEM WITH COMPATIBLE AND FUNCTIONALLY EQUIVALENT PRODUCTS.

IF NONE OF THESE ALTERNATIVES IS REASONABLY AVAILABLE, THE CITY MAY RETURN THE EQUIPMENT, SOFTWARE, OR PRODUCT, OR DISCONTINUE THE PROCESS, AND CONTRACTOR SHALL REFUND THE PURCHASE PRICE.

3.27 INDEMNIFICATION PROCEDURES

3.27.1 Notice of Indemnification Claims: If the City or Contractor receives notice of any claim or circumstances which could give rise to an indemnified loss, the receiving party shall give written notice to the other Party within 10 days. The notice must include the following:

3.27.1.1 a description of the indemnification event in reasonable detail,

3.27.1.2 the basis on which indemnification may be due, and

3.27.1.3 the anticipated amount of the indemnified loss.

This notice does not estop or prevent the City from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. If the City does not provide this notice within the 10-day period, it does not waive any right to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay. 3.27.2 Defense of Indemnification Claims:

3.27.2.1 Assumption of Defense: Contractor may assume the defense of the claim at its own expense with counsel chosen by it that is reasonably satisfactory to the City. Contractor shall then control the defense and any negotiations to settle the claim. Within 10 days after receiving written notice of the indemnification request, Contractor must advise the City as to whether or not it will defend the claim. If Contractor does not assume the defense, the City shall assume and control the defense, and all defense expenses constitute an indemnified loss.

3.27.2.2 Continued Participation: If Contractor elects to defend the claim, the City may retain separate counsel to participate in, but not control, the defense and to participate in, but not control, any settlement negotiations. Contractor may settle the claim without the consent or agreement of the City, unless it: 3.27.2.2.1 would result in injunctive

relief or other equitable remedies or otherwise require the City to comply with restrictions or

Page 229: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/16 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

limitations that adversely affect the City;

3.27.2.2.2 would require the City to pay amounts that Contractor does not fund in full; or

3.27.2.2.3 would not result in the City's full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement.

3.28 CONTRACTOR DEBT

IF CONTRACTOR, AT ANY TIME DURING THE

TERM OF THIS AGREEMENT, INCURS A DEBT,

AS THE WORD IS DEFINED IN SECTION 15-122

OF THE HOUSTON CITY CODE OF

ORDINANCES, IT SHALL IMMEDIATELY NOTIFY

CITY CONTROLLER IN WRITING. IF CITY

CONTROLLER BECOMES AWARE THAT

CONTRACTOR HAS INCURRED A DEBT, IT

SHALL IMMEDIATELY NOTIFY CONTRACTOR IN

WRITING. IF CONTRACTOR DOES NOT PAY

THE DEBT WITHIN 30 DAYS OF EITHER SUCH

NOTIFICATION, CITY CONTROLLER MAY

DEDUCT FUNDS IN AN AMOUNT EQUAL TO THE

DEBT FROM ANY PAYMENTS OWED TO

CONTRACTOR UNDER THIS AGREEMENT, AND

CONTRACTOR WAIVES ANY RECOURSE

THEREFOR. CONTRACTOR SHALL FILE A NEW

AFFIDAVIT OF OWNERSHIP, USING THE FORM

DESIGNATED BY CITY, BETWEEN FEBRUARY 1

AND MARCH 1 OF EVERY YEAR DURING THE

TERM OF THE CONTRACT.

ARTICLE 4 - ADMINISTRATION OF THE CONTRACT

4.1 CONTRACT ADMINISTRATION 4.1.1 City Engineer will provide administration of the Contract and City Engineer is authorized to issue Change Orders, Work Change Directives, and Minor Changes in the Work.

4.1.2 City Engineer may act through Project Manager, Design Consultant, or Inspector. When the term "City Engineer" is used in the Contract, action by City Engineer is required unless City Engineer delegates his authority in writing. The City Engineer may not delegate authority to render decisions under Section 4.4.

The City does not have control over or charge of, and is not responsible for, supervision, construction, and safety procedures enumerated in Section 3.3. The City does not have control over or charge of and

is not responsible for acts or omissions of Contractor, Subcontractors, or Suppliers.

4.1.3 The City and Design Consultant may attend project meetings and visit the site to observe progress and quality of the Work. The City and Design Consultant are not required to make exhaustive or continuous on-site inspections to check quality or quantity of the Work. 4.1.4 Project Manager will review and approve or take other appropriate action on Contractor's submittals, but only for limited purpose of checking for conformance with information given and design concept expressed in the Contract.

4.1.5 Project Manager's review of the submittals is not conducted for purpose of determining accuracy and completeness of other details, such as dimensions and quantities, or for substantiating instructions for installation or performance of Products, all of which remain the responsibility of Contractor.

4.1.6 Project Manager’s review of submittals does not relieve Contractor of its obligations under Sections 3.3, 3.12, and 3.18. Review does not constitute approval of safety precautions or, unless otherwise specifically stated by Project Manager in writing, of construction means, methods, techniques, sequences, or procedures. Project Manager’s review of a specific item does not indicate approval of an assembly of which the item is a component. 4.1.7 Based on field observations and evaluations, Project Manager will process Contractor's progress payments, certify amounts due Contractor, and issue Certificates for Payment in the amount certified. 4.1.8 Project Manager will receive and forward to City Engineer for his review and records, written warranties and related documents required by the Contract and assembled by Contractor. 4.1.9 Upon written request by Contractor or Project Manager, City Engineer will resolve matters of interpretation of or performance of the Contract, which are not Claims. City Engineer’s decisions are final and binding on the Parties. 4.1.10 City Engineer may reject work which does not conform to the Contract. 4.1.11 When City Engineer considers it necessary to implement the intent of the Contract, City Engineer may require additional inspection or testing of work in accordance with Paragraphs 13.6.3 and 13.6.4, whether such work is fabricated, Installed, or completed.

Page 230: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/17 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

4.2 COMMUNICATIONS IN ADMINISTRATION OF THE CONTRACT

4.2.1 Except as otherwise provided in the Contract or when authorized by City Engineer in writing, Contractor shall communicate with Project Manager. Contractor shall communicate with Design Consultant, Design Consultant’s subconsultants, and separate contractors through Project Manager. The City will communicate with Subcontractors and Suppliers through Contractor.

4.3 CLAIMS AND DISPUTES 4.3.1 Documentation by Project Manager: Contractor shall submit Claims, including those alleging an error or omission by Project Manager or Design Consultant, to Project Manager for documentation and recommendation to City Engineer. 4.3.2 Decision of City Engineer: Upon submission of Claim by Project Manager or Contractor, City Engineer will resolve Claims in accordance with Section 4.4. 4.3.3 Time Limits on Claims: Claims by Contractor must be made within 90 days after occurrence of event giving rise to the Claim. 4.3.4 Continuing the Contract Performance: Pending final resolution of a Claim including referral to non-binding mediation, unless otherwise agreed in writing, Contractor shall proceed diligently with the performance of the Contract and the City will continue to make payments in accordance with the Contract.

4.3.4.1 Pending final resolution of a Claim including referral to non-binding mediation, Contractor is responsible for safety and protection of physical properties and conditions at site.

4.3.5 Claims for Concealed or Unknown Conditions: Concealed or unknown physical conditions include utility lines, other man-made structures, storage facilities, Pollutants and Pollutant Facilities, and the like, but do not include conditions arising from Contractor operations, or failure of Contractor to properly protect and safeguard subsurface facilities. Concealed conditions also include naturally-occurring soil conditions outside the range of soil conditions identified through

geotechnical investigations, but do not include conditions arising from groundwater, rain, or flood.

4.3.5.1 If conditions are encountered at the site which are Underground Facilities or otherwise concealed or unknown conditions which differ materially from: 4.3.5.1.1 those indicated by the

Contract; or 4.3.5.1.2 conditions which Contractor

could have discovered through site inspection, geotechnical testing, or otherwise;

then Contractor will give written notice to City Engineer no later than five days after Contractor's first observation of the condition and before condition is disturbed. Contractor's failure to provide notice constitutes a waiver of a Claim.

4.3.5.2 City Engineer will promptly investigate

concealed or unknown conditions. If City Engineer determines that conditions at the site are not materially different and that no change in Contract Price or Contract Time is justified, City Engineer will notify Contractor in writing, stating reasons. If City Engineer determines the conditions differ materially and cause increase or decrease in Contractor’s cost or time required for performance of part of the Work, City Engineer will recommend an adjustment in Contract Price or Contract Time, or both, as provided in Article 7. Opposition by a Party to the City Engineer’s determination must be made within 21 days after City Engineer has given notice of the decision. If the Parties cannot agree on adjustment to Contract Price or Contract Time, adjustment is subject to further proceedings pursuant to Section 4.4.

4.3.6 Claims for Additional Cost: If Contractor wishes to make a Claim for increase in Contract Price, Contractor shall give written notice before proceeding with work for which Contractor intends to submit a Claim. Prior notice is not required for Claims relating to an emergency endangering life or property arising under Section 10.4.

4.3.6.1 Contractor may file a Claim in accordance with Section 4.4 if Contractor believes it has incurred additional costs, for the following reasons: 4.3.6.1.1 written interpretation of City

Engineer;

Page 231: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/18 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

4.3.6.1.2 order by City Engineer to stop the Work when Contractor is not at fault;

4.3.6.1.3 suspension of the Work by City Engineer;

4.3.6.1.4 termination of the Contract by City Engineer; or

4.3.6.1.5 The City's non-compliance with another provision of the Contract.

4.3.6.2 No increase in Contract Price is allowed

for delays or hindrances to the Work, except for direct and unavoidable extra costs to Contractor caused by failure of the City to provide information and services, or to make land and materials available, when required of the City under the Contract. Any increase claimed is subject to the provisions of Section 4.4 and Article 7.

4.3.6.3 The City is not liable for Claims for delay

when Date of Substantial Completion occurs prior to expiration of Contract Time.

4.3.7 Claims for Additional Time: If Contractor wishes to make a Claim for an increase in Contract Time, Contractor shall give written notice as provided in Section 8.2. In case of continuing delay, only one Claim is necessary.

4.4 RESOLUTION OF CLAIMS AND DISPUTES

4.4.1 City Engineer will review Claims and take one or more of the following preliminary actions within 30 days of receipt of Claim:

4.4.1.1 submit a suggested time to meet and discuss the Claim with City Engineer;

4.4.1.2 reject Claim, in whole or in part, stating reasons for rejection;

4.4.1.3 recommend approval of the Claim by the other Party;

4.4.1.4 suggest a compromise; or 4.4.1.5 take other actions as City Engineer deems

appropriate to resolve the Claim. 4.4.2 City Engineer may request additional supporting data from claimant. Party making Claim shall, within 10 days after receipt of City Engineer's request, submit additional supporting data requested by City Engineer.

4.4.3 At any time prior to rendering a written decision regarding a Claim, City Engineer may refer Claim to non-binding mediation. If Claim is resolved, City Engineer will prepare and obtain all appropriate documentation. If Claim is not resolved, City

Engineer will take receipt of Claim and begin a new review under Section 4.4.

4.4.4 If Claim is not referred to or settled in non-binding mediation, City Engineer may conduct a hearing and will render a written decision, including findings of fact, within 75 days of receipt of Claim, or a time mutually agreed upon by the Parties in writing. City Engineer may notify Surety and request Surety's assistance in resolving Claim. City Engineer's decision is final and binding on the Parties. 4.5 CONDITION PRECEDENT TO SUIT;

WAIVER OF ATTORNEY FEES AND INTEREST

4.5.1 A final decision by the City Engineer is a condition precedent to file suit in any jurisdiction for a claim made in connection with this Contract. 4.5.2 Neither the City nor Contractor may recover attorney fees for any claim brought in connection with this Contract. 4.5.3 Neither the City nor the Contractor may recover interest for any damages claim brought in connection with this Contract except as allowed by TEXAS LOCAL GOVERNMENT CODE Chapter 2251. 4.6 INTERIM PAYMENT WAIVER &

RELEASE 4.6.1 In accordance with section 4.3, the Contractor shall use due diligence in the discovery and submission of any Claim against the City related to the Contractor’s work. 4.6.2 The Contractor shall submit any Claim to the City not later than the 90th day after the occurrence of the event giving rise to the Claim. 4.6.3 Any failure to timely comply with the requirements of section 4.6.2 waives and releases any Claim when the Contractor submits an application for payment after the 90th day. 4.6.4 This waiver does not cover any retainage. In case of any conflict of law, this language shall be revised to the minimum extent necessary to avoid legal conflict. This waiver is made specifically for the benefit of the City.

Page 232: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/19 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

ARTICLE 5 - SUBCONTRACTORS AND SUPPLIERS

5.1 AWARD OF SUBCONTRACTS OTHER CONTRACTS FOR PORTIONS OF THE WORK

5.1.1 Contractor may not contract with a Subcontractor, Supplier, person, or entity that City Engineer has made a reasonable and timely objection to. 5.1.2 If City Engineer has a reasonable objection to person or entity proposed by Contractor, Contractor shall propose another with whom City Engineer has no reasonable objection. 5.1.3 Contractor shall execute contracts with approved Subcontractors, Suppliers, persons, or entities before the Subcontractors or Suppliers begin work under the Contract. All such contracts must be executed and sent to the OBO Director and Contracting Department within 30 days after the date of the Notice to Proceed and must include provisions set forth in Articles 3 and 5 of this Document. 5.1.4 Contractor shall notify City Engineer in writing of any proposed change of Subcontractor, Supplier, person, or entity previously accepted by the City. 5.1.5 Contractor shall make timely payments to Subcontractors and Suppliers for performance of the Contract. Contractor shall protect, defend, and indemnify the City from any claim or liability arising out of Contractor's failure to make the payments. Disputes relating to payment of Business Enterprise Subcontractors or Suppliers will be submitted to arbitration in same manner as other disputes under Business Enterprise subcontracts. Failure of Contractor to comply with decisions of arbitrator may be determined by City Engineer a material breach leading to termination of the Contract.

5.2 CONTRACTOR RESPONSIBILITY FOR SUBCONTRACTORS

5.2.1 Contractor is responsible to the City, as may be required by laws and regulations, for all acts and omissions of Subcontractors, Suppliers, and other persons and organizations performing or furnishing any of the Work under direct or indirect contract with Contractor.

5.2.2 Contractor shall make available to each proposed Subcontractor, prior to execution of subcontract, copies of the Contract to which Subcontractor is bound by this Section 5.2.

Contractor shall notify Subcontractor of any terms of proposed subcontract which may be at variance with the Contract. 5.2.3 The City’s approval of Subcontractor or Suppliers does not relieve Contractor of its obligation to perform, or to have performed to the full satisfaction of the City, the Work required by the Contract. 5.2.4 Unless there is a contractual relationship between Contractor and a Subcontractor or Supplier to the contrary, Contractor shall withhold no more retainage from Subcontractors or Suppliers than City withholds from Contractor under this Agreement. However, once a Subcontractor or Supplier completes performance, Contractor shall release all retainage to that Subcontractor or Supplier regardless if City continues to retain under this Agreement. 5.2.5 Prior to a Subcontractor or Supplier commencing performance for Contractor, Contractor shall meet with that Subcontractor or Supplier to provide instructions on invoicing procedures, dispute resolution procedures, and statutory rights, such as claim filing procedures under the McGregor Act. Subcontractors and Suppliers must certify to the City Engineer that Contractor has fulfilled the requirements of this Section. ARTICLE 6 - CONSTRUCTION BY THE CITY OR BY SEPARATE CONTRACTORS

6.1 THE CITY'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS

6.1.1 The City may perform on-site construction operations related to the Work and as part of the Project with the City’s workforce or with separate contractors.

6.2 COORDINATION 6.2.1 The City will coordinate activities of the City's workforce and of each separate contractor with work of Contractor, and Contractor shall cooperate with the City and separate contractors.

6.2.1.1 Contractor shall participate with other separate contractors and the City in reviewing their construction schedules when directed to do so by the Project Manager. Contractor shall make revisions to construction schedule and Contract Price deemed necessary after joint review

Page 233: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/20 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

and mutual agreement. Construction schedules shall then constitute schedules to be used by Contractor, separate contractors, and the City, until subsequently revised.

6.2.2 Contractor shall afford to the City and to separate contractors reasonable opportunity for introduction and storage of their materials and equipment, and for performance of their activities. 6.2.3 If part of Contractor's work depends on proper execution of construction or operations by the City or a separate contractor, Contractor shall, prior to proceeding with that portion of the Work, inspect the other work and promptly report to City Engineer apparent discrepancies or defects in the other construction that would render it unsuitable for the proper execution of the Work. Failure of Contractor to report apparent discrepancies or defects in the other construction shall constitute acknowledgment that the City's or separate contractor's completed or partially completed construction is fit and proper to receive Contractor's work, except as to discrepancies or defects not then reasonably discoverable.

6.3 MUTUAL RESPONSIBILITY 6.3.1 The responsible party bears the costs caused by delays, by improperly timed activities, or by nonconforming construction.

6.3.2 Contractor shall promptly remedy damage caused by Contractor to completed or partially completed construction or to property of the City or separate contractor. 6.3.3 Claims or disputes between Contractor and other City contractors, or subcontractors of other City contractors, working on the Project must be submitted to binding arbitration in accordance with Construction Industry Arbitration Rules of the American Arbitration Association upon demand by any party to the dispute or by the City.

6.4 THE CITY'S RIGHT TO CLEAN UP 6.4.1 If dispute arises among Contractor, separate contractors, and the City as to responsibility under their respective contracts for maintaining premises and surrounding area free from waste materials and rubbish as described in Section 3.21, the City may clean up and allocate cost among those responsible, as determined by City Engineer.

ARTICLE 7 - CHANGES IN THE WORK

7.1 CHANGES 7.1.1 Changes in scope of the Work, subject to limitations in Article 7 and elsewhere in the Contract, may be accomplished without invalidating the Contract, or without notifying Surety by:

7.1.1.1 Change Order; 7.1.1.2 Work Change Directive; or 7.1.1.3 Minor Change in the Work.

7.1.2 The following types of Change Orders require City Council approval:

7.1.2.1 a single Change Order that exceeds five percent of Original Contract Price,

7.1.2.2 a Change Order which, when added to previous Change Orders, exceeds five percent of Original Contract Price,

7.1.2.3 a Change Order, in which the total value of increases outside of the general scope of work approved by City Council, when added to increases outside the general scope of work approved by City Council in previous Change Orders, exceeds 40 percent of the Original Contract Price, even if the net increase to the Original Contract Price is five percent or less.

In this context, “increase” means an increase in quantity resulting from the addition of locations not within the scope of work approved by City Council, or the addition of types of goods or services not bid as unit price items.

Nothing in this Section is intended to permit an increase of the Contract Price in excess of the limit set out in TEX. LOC. GOV’T CODE ANN. §252.048 or its successor statute.

7.1.3 Contractor shall proceed promptly to execute changes in the Work provided in Modifications, unless otherwise stated in the Modification.

7.2 WORK CHANGE DIRECTIVES 7.2.1 A Work Change Directive cannot change Contract Price or Contract Time, but is evidence that the Parties agree that a change, ordered by directive, will be incorporated in a subsequently issued Change Order as to its effect, if any, on Contract Price or Contract Time.

7.2.2 Failure by Contractor to commence work identified in a Work Change Directive within the time specified by City Engineer, or to complete the work in a reasonable period of time, may be determined by City Engineer to be a material breach of Contract.

Page 234: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/21 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

7.2.3 A Work Change Directive is used in the absence of total agreement of the terms of a Change Order. Interim payments are made in accordance with Paragraph 9.6.1. 7.2.4 If Contractor signs a Work Change Directive, then Contractor agrees to its terms including adjustment in Contract Price and Contract Time or method for determining them. Agreement by the Parties to adjustments in Contract Price and Contract Time are immediately recorded as a Change Order. 7.2.5 City Engineer, by Work Change Directive, may direct Contractor to take measures as necessary to expedite construction to achieve Date of Substantial Completion on or before expiration of Contract Time. When the Work is expedited solely for convenience of the City and not due to Contractor’s failure to prosecute timely completion of the Work, then Contractor is entitled to an adjustment in Contract Price equal to actual costs determined in accordance with Article 7.

7.3 ADJUSTMENTS IN CONTRACT PRICE 7.3.1 Adjustments in Contract Price are accomplished by Change Order and are based on one of the following methods:

7.3.1.1 mutual acceptance of fixed price, properly itemized and supported by sufficient data to permit evaluation;

7.3.1.2 unit prices stated in the Contract or subsequently agreed upon;

7.3.1.3 cost to be determined in a manner agreed upon by the Parties and mutually acceptable fixed or percentage fee; or

7.3.1.4 as provided in Paragraph 7.3.2.

7.3.2 If Contractor does not agree with a change in Contract Price or Contract Time or the method for adjusting them specified in the Work Change Directive within 21 days from date of the Work Change Directive’s issuance, method and adjustment are determined by City Engineer. If Project Manager or Contractor disagree with City Engineer's determination they then may file a Claim in accordance with Section 4.4.

7.3.2.1 If City Engineer determines a method and adjustment in Contract Price under Paragraph 7.3.2, Contractor shall provide, in a form as City Engineer may prescribe, appropriate supporting data for items submitted under Paragraph 7.3.2. Failure to submit the data within 21 days of request for the data by City Engineer shall constitute waiver of a Claim.

7.3.2.2 Unless otherwise provided in the Contract,

costs for the purposes of this Paragraph 7.3.2 are limited to the following: 7.3.2.2.1 costs of labor, including

labor burden as stated below for social security, unemployment insurance, customary and usual fringe benefits required by agreement or custom, and Workers' Compensation insurance; 7.3.2.2.1.1 the maximum labor

burden applied to costs of labor for changes in the Work is 55 percent;

7.3.2.2.2 costs of materials, supplies, and equipment, including cost of transportation, whether incorporated or consumed;

7.3.2.2.3 rental costs of machinery and equipment, exclusive of hand tools, whether rented from Contractor or others, with prior approval of City Engineer;

7.3.2.2.4 costs of premiums for Bonds and insurance and permit fees related to the change in the Work;

7.3.2.2.5 additional costs of direct supervision of work and field office personnel directly attributable to the change; and

7.3.2.2.6 allowances for overhead and profit as stated below. 7.3.2.2.6.1 the maximum

allowances for overhead and profit on increases due to Change Orders:

7.3.2.2.6.2 for changes in the Work performed by Contractor and Subcontractors, allowance for overhead and profit are applied to an amount equal to cost of all additions less cost of all deletions to the Work. Allowance for overhead to Contractor and first tier Subcontractors on changes performed by Subcontractors are applied to an amount equal to the sum of all increases to the Work by applicable Subcontractors.

Page 235: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/22 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

7.3.3 If the City deletes or makes a change, which results in a net decrease in Contract Price, the City is entitled to a credit calculated in accordance with Paragraphs 7.3.1 and 7.3.2 and Subparagraphs 7.3.2.1, and 7.3.2.2.1 through 7.3.2.2.5. When both additions and credits covering related work or substitutions are involved in a change, allowance for overhead and profit is figured on the basis of a net increase, if any, with respect to that change in accordance with Subparagraph 7.3.2.2.6.

7.3.4 When Contractor agrees with the determination made by City Engineer concerning adjustments in Contract Price and Contract Time, or the Parties otherwise reach agreement upon the adjustments, the agreement will be immediately recorded by Change Order.

7.4 MINOR CHANGES IN THE WORK 7.4.1 A Minor Change in Work is binding on the Parties. Contractor shall acknowledge, in a written form acceptable to City Engineer, that there is no change in Contract Time or Contract Price and shall carry out the written orders promptly. ARTICLE 8 - TIME

8.1 PROGRESS AND COMPLETION 8.1.1 Time is of the essence in the Contract. By executing the Contract, Contractor agrees that Contract Time is a reasonable period for performing the Work.

8.1.2 Computation of Time: In computing any period of time prescribed or allowed by the General Conditions, the day of the act, event, or default after which designated period of time begins to run is not to be included. Last day of the period so computed is to be included, unless it is a Sunday or Legal Holiday, in which event the period runs until end of

next day which is not a Sunday or Legal Holiday. Sundays and Legal Holidays are considered to be days and are to be included in all other time computations relative to Contract Time. 8.1.3 Contractor may not commence the Work prior to the effective date of insurance and Bonds required by Article 11. 8.1.4 Contractor shall proceed expeditiously and without interruption, with adequate forces, and shall achieve Date of Substantial Completion within Contract Time. 8.1.5 Should progress of the Work fall behind construction schedule, except for reasons stated in Paragraph 8.2.1, Contractor shall promptly submit at the request of Project Manager, updated construction schedule to City Engineer for approval. Contractor's failure to submit updated schedule may, at City Engineer's discretion, constitute a material breach of the Contract. Contractor shall take action necessary to restore progress by working the hours, including night shifts and lawful overtime operations as necessary, to achieve Date of Substantial Completion within Contract Time. 8.1.6 Except in connection with safety or protection of persons or the Work or property at the site or adjacent to the site, and except as otherwise indicated in the Contract, all the Work at the site will be performed Monday through Saturday between the hours of 7:00 a.m. and 7:00 p.m. Contractor may not perform work between 7:00 p.m. and 7:00 a.m., on a Sunday, or on a Legal Holiday, without giving City Engineer 24-hour prior written notice and receiving written consent of City Engineer.

8.2 DELAYS AND EXTENSIONS OF TIME 8.2.1 Contractor may request extension of Contract Time for a delay in performance of work that arises from causes beyond control and without fault or negligence of Contractor. Examples of these causes are:

8.2.1.1 acts of God or of the public enemy; 8.2.1.2 acts of government in its sovereign

capacity; 8.2.1.3 fires; 8.2.1.4 floods; 8.2.1.5 epidemics; 8.2.1.6 quarantine restrictions; 8.2.1.7 strikes; 8.2.1.8 freight embargoes; 8.2.1.9 unusually severe weather; and 8.2.1.10 discovery of Pollutants or Pollutant

Facilities at the site. 8.2.2 For any reason other than those listed in Section 4.3.6.2, if the Contractor’s work is delayed in

Overhead

Profit

to Contractor for change in the Work performed by Subcontractors: 10 percent 0 percent

to first tier Subcontractors for change in the Work performed by its Subcontractors: 10 percent 0 percent

to Contractor and Subcontractor for change in the Work performed by their respective firms: 10 percent 5 percent

Page 236: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/23 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

any manner or respect, the Contractor shall have no claim for damages and shall have no right of additional compensation from the City by reason of any delay or increased expense to the Contractor’s work, except for an extension of time as provided in this provision. 8.2.3 Contractor may request an extension of Contract Time for delay only if:

8.2.3.1 delay is caused by failure of Subcontractor or Supplier to perform or make progress; and

8.2.3.2 cause of failure is beyond control of both Contractor and Subcontractor or Supplier.

8.2.4 Claims relating to Contract Time must be made in accordance with Paragraph 4.3.7.

8.2.5 Claims for extending or shortening Contract Time are based on written notice promptly delivered by the Party making Claim to other Party. Claim must accurately describe occurrence generating Claim, and a statement of probable effect on progress of the Work. 8.2.6 Claims for extension of Contract Time are considered only when a Claim is filed within the time limits stated in Paragraph 4.3.3.

8.2.6.1 Notwithstanding paragraph 4.3.3, an extension of time for delays under this paragraph may be granted only upon written application by the Contractor within 48 hours from the claimed delay.

8.2.7 Written notice of Claim must be accompanied by claimant’s written statement that adjustment claimed is entire adjustment to which claimant is entitled as a result of the occurrence of the event. When the Parties cannot agree, Claims for adjustment in Contract Time are determined by City Engineer in accordance with Section 4.4. 8.2.8 Adjustments to Contract Time are accomplished by Change Order. ARTICLE 9 - PAYMENTS AND COMPLETION

9.1 UNIT PRICE WORK 9.1.1 Where the Contract provides that all or part of the Work is based on Unit Prices, the Original Contract Price includes, for all Unit Price work, an amount equal to the sum of Unit Prices times Unit Price Quantities for each separately identified item of Unit Price work.

9.1.2 Each Unit Price includes an amount to cover Contractor's overhead and profit for each separately identified item. 9.1.3 The Contractor may not make a Claim against the City for excess or deficiency in Unit Price Quantities provided in the Contract, except as provided in Subparagraph 9.1.4. Payment at the prices stated in the Contract is in full for the completed work. Contractor is not entitled to additional payment for materials, supplies, labor, tools, machinery and all other expenditures incidental to satisfactory completion of the Work. 9.1.4 City Engineer may increase or decrease quantities of the Work within limitations stated in Paragraph 7.1.2. Contractor is entitled to payment for actual quantities of items provided at Unit Prices set forth in the Contract. 9.1.5 Where the final quantity of work performed by Contractor on Major Unit Price Work item differs by more than 25 percent from quantity of the item stated in the Contract, a Party may request an adjustment in Unit Price, for the portion that differs by more than 25 percent, by a Change Order under Section 7.3. 9.2 ESTIMATES FOR PAYMENT, UNIT

PRICE WORK 9.2.1 Following the day of each month indicated in the Contract, Project Manager will prepare a Certificate for Payment for the preceding monthly period based on estimated units of work completed. Prior to preparing Certificate of Payment, Contractor shall have submitted to City Engineer, on a form approved by the Director of the Office of Business Opportunity, evidence satisfactory to the City Engineer of payments made to Subcontractors and Suppliers for the month preceding the month for which the Certificate for Payment is prepared, including evidence of electronic submission of certified payrolls. 9.2.2 Before final completion, City Engineer will review and confirm with Contractor the actual final installed Unit Price quantities. City Engineer’s determination of actual final installed Unit Price quantities will be included in the final Certificate for Payment and any previous underpayments and overpayments will be reconciled with the actual final Unit Price quantities. Contractor shall file written notice of intent to appeal, if any, City Engineer’s determination within 10 days of receipt of final Certificate for Payment. Upon expiration of the 10-day period, City Engineer’s decision is final and binding on the Parties. If Contractor submits notice

Page 237: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/24 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 within the 10-day period, Contractor shall submit a Claim in accordance with Section 4.4.

9.3 STIPULATED PRICE WORK

9.3.1 For work contracted on a Stipulated Price basis, 10 days before submittal of first Application for Payment, Contractor shall submit to City Engineer a Schedule of Values allocated to various portions of the Work, prepared in the form and supported by the data as City Engineer may require to substantiate its accuracy. This schedule, as approved by City Engineer, is used as a basis for approval of Contractor's Applications for Payment.

9.4 APPLICATIONS FOR PAYMENT, STIPULATED PRICE WORK

9.4.1 For work contracted on a Stipulated Price basis, Contractor shall submit Applications for Payment to City Engineer each month on a form acceptable to City Engineer in accordance with Schedule of Values. Application must indicate percentages of completion of each portion of the Work listed in Schedule of Values as of the end of the period covered by the Application for Payment. 9.4.2 Applications for Payment must be supported by substantiating data as City Engineer may require and must reflect retainages as provided below. Evidence satisfactory to the City Engineer of payments made to Subcontractors and Suppliers for the month preceding the month for which the Application for Payment is submitted must accompany each Application for Payment on a form approved by the Director of the Office of Business Opportunity. Evidence of electronic submission of certified payrolls must be included. Application must be sworn and notarized.

9.5 CERTIFICATES FOR PAYMENT 9.5.1 City Engineer will, within 10 days after the date specified in the Contract for Unit Price work, or upon receipt of Contractor's Application for Payment for Stipulated Price work, issue a Certificate for Payment for work based on amount which City Engineer determines is properly due, with copy to Contractor.

9.5.2 Unless otherwise provided in the Contract, payment for completed work and for properly stored Products is conditioned upon compliance with procedures satisfactory to City Engineer to protect the City's interests. Procedures will include applicable insurance, storage, and transportation to site for materials and equipment stored off-site. Contractor is responsible for

maintaining materials and equipment until Date of Substantial Completion. 9.5.3 Contractor shall document its use of Ultra Low Sulfur Diesel Fuel by providing invoices and receipts evidencing Contractor’s use.

9.6 COMPUTATIONS OF CERTIFICATES FOR PAYMENT

9.6.1 Subject to the provisions of the Contract, the amount of each Certificate for Payment is calculated as follows:

9.6.1.1 that portion of Contract Price allocated to completed work as determined by: 9.6.1.1.1 multiplying the percentage

of completion of each portion of the Work listed in the Schedule of Values by the value of that portion of the Work, or

9.6.1.1.2 multiplying Unit Price quantities Installed times the Unit Prices listed in the Contract;

9.6.1.2 plus progress payments for completed work that has been properly authorized by Modifications;

9.6.1.3 less retainage of five percent; 9.6.1.4 plus actual costs, properly substantiated

by certified copies of invoices and freight bills, of non-perishable materials and equipment delivered and properly stored, if approved in advance by Project Manager, less 15 percent;

9.6.1.5 less any previous payments by the City.

9.7 DECISIONS TO WITHHOLD CERTIFICATION

9.7.1 City Engineer may decline to certify payment and may withhold payment in whole or in part to the extent reasonably necessary to protect the City if, in City Engineer's opinion, there is reason to believe that:

9.7.1.1 nonconforming work has not been remedied;

9.7.1.2 the Work cannot be completed for unpaid balance of Contract Price;

9.7.1.3 there is damage to the City or another contractor;

9.7.1.4 the Work will not be completed within Contract Time and that unpaid balance will not be adequate to cover actual and liquidated damages;

9.7.1.5 probable evidence that third party claims will be filed in court, in arbitration, or otherwise;

9.7.1.6 Contractor has failed to make payments to Subcontractors or Suppliers for labor, material, or equipment; or

Page 238: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/25 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

9.7.1.7 Contractor has persistently failed to carry out work in accordance with the Contract.

9.7.1.8 Contractor has not paid Subcontractors or Suppliers because of a payment dispute; or

9.7.1.9 Contractor has failed to provide satisfactory evidence described in Paragraphs 9.2.1, 9.4.2, and 9.8.2.

9.7.2 When the above reasons for withholding certification are removed, certification will be made for amounts previously withheld. 9.7.3 City Engineer may decline to certify payment and may withhold request for payment in whole or in part upon failure of Contractor to submit initial construction schedule or monthly schedule updates, as required in Paragraphs 3.15.1 and 3.15.3.

9.8 PROGRESS PAYMENTS 9.8.1 The City will make payment, in an amount certified by City Engineer, within 20 days after City Engineer has issued a Certificate for Payment.

9.8.2 The City has no obligation to pay or to facilitate the payment to a Subcontractor or Supplier, except as may otherwise be required by law. Contractor shall comply with the prompt payment requirements of Chapter 2251 of the Government Code. State law requires payment of Subcontractors and Suppliers by Contractor within 7 calendar days of Contractor’s receipt of payment from the City, unless there is a payment dispute between Contractor and a Subcontractor or Supplier evidenced on a form approved by the Director of Mayor’s Office of Business Opportunity and submitted to the City Engineer each month with Application for Payment or Estimate for Payment.

CONTRACTOR SHALL DEFEND AND INDEMNIFY

THE CITY FROM ANY CLAIMS OR LIABILITY

ARISING OUT OF CONTRACTOR'S FAILURE TO

MAKE THESE PAYMENTS.

9.8.2.1 The City may, upon request and at the discretion of City Engineer, furnish to Subcontractor information regarding percentages of completion or the amounts applied for by Contractor, and action taken thereon by the City because of work done by the Subcontractor.

9.8.2.2 Contractor shall prepare and submit to City

Engineer a Certification of Payment to Subcontractors and Suppliers form to be

attached to each monthly Estimate for Payment or Application for Payment.

9.8.3 A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the Work by the City, does not constitute acceptance of work which is not in accordance with the Contract.

9.9 DATE OF SUBSTANTIAL COMPLETION

9.9.1 When Contractor considers the Work, or a portion thereof designated by City Engineer, to be substantially complete, Contractor shall prepare and submit to Project Manager a comprehensive punch list of items to be completed or corrected. Failure to include an item on the punch list does not alter the responsibility of Contractor to comply with the Contract.

9.9.1.1 By submitting the punch list to Project

Manager, Contractor represents that work on the punch list will be completed within the time provided for in Subparagraph 9.9.4.3.

9.9.2 Upon receipt of Contractor's punch list, Project Manager will inspect the Work, or designated portion thereof, to verify that the punch list contains all items needing completion or correction. If Project Manager’s inspection discloses items not on Contractor’s punch list, the items must be added to the punch list of items to be completed or corrected. If Project Manager's inspection reveals that Contractor is not yet substantially complete, Contractor shall complete or correct the deficiencies and request another inspection by Project Manager. The City may recover the costs of re-inspection from Contractor.

9.9.3 Prior to City Engineer’s issuing a Certificate of Substantial Completion, Contractor shall also provide:

9.9.3.1 Certificate of Occupancy for new construction, or Certificate of Compliance for remodeled work, as applicable, and

9.9.3.2 compliance with Texas Accessibility Standards through state inspection of the Work, if required. If Contractor calls for inspection in a timely manner and the inspection is delayed through no fault of Contractor, and City Engineer so confirms, City Engineer may, upon request by Contractor, add the inspection to the punch list in Paragraph 9.9.2 and issue a Certificate of Substantial Completion.

Page 239: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/26 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 9.9.4 When the Work, or designated portion thereof, is determined by City Engineer to be sufficiently complete in accordance with the Contract so the City can occupy or utilize the Work, or designated portion thereof, for the purpose for which it is intended, City Engineer will prepare a Certificate of Substantial Completion that incorporates the punch list in Paragraph 9.9.2 and establishes:

9.9.4.1 Date of Substantial Completion; 9.9.4.2 responsibilities of the Parties for security,

maintenance, heating, ventilating and air conditioning, utilities, damage to the Work, and insurance; and

9.9.4.3 fixed time within which Contractor shall complete all items on punch list of items to be corrected accompanying the certificate.

9.9.5 Warranties required by the Contract shall commence on the Date of Substantial Completion unless otherwise provided by City Engineer in Certificate of Substantial Completion. Warranties may not commence on items not substantially completed. 9.9.6 After Date of Substantial Completion and upon application by Contractor and approval by City Engineer, the City may make payment, reflecting adjustment in retainage, if any, as follows:

9.9.6.1 with the consent of Surety, the City may increase payment to Contractor to 96 percent of Contract Price, less value of items to be completed and accrued liquidated damages.

9.9.7 Contractor shall complete or correct the items in Paragraph 9.9.2 within the time period set out in the Certificate of Substantial Completion. If Contractor fails to do so, the City may issue a Notice of Noncompliance and proceed according to Section 2.5.

9.10 PARTIAL OCCUPANCY OR USE 9.10.1 The City may occupy or use any completed or partially completed portion of the Work at any stage, provided the occupancy or use is consented to by Contractor and Contractor's insurer and authorized by public authorities having jurisdiction over the Work. Consent of Contractor to partial occupancy or use may not be unreasonably withheld. 9.10.2 Immediately prior to the partial occupancy or use, Project Manager and Contractor shall jointly inspect the area to be occupied or portion of the Work to be used to determine and record condition of the Work.

9.10.3 Partial occupancy or use of a portion of the Work does not constitute acceptance of work not in compliance with requirements of the Contract.

9.11 FINAL COMPLETION AND FINAL PAYMENT

9.11.1 Contractor shall review the Contract and inspect the Work prior to Contractor notification to City Engineer that the Work is complete and ready for final inspection. Contractor shall submit affidavit that the Work has been inspected and that the Work is complete in accordance with requirements of the Contract.

9.11.2 Project Manager will make final inspection within 15 days after receipt of Contractor’s written notice that the Work is ready for final inspection and acceptance. If Project Manager finds the Work has been completed in accordance with the Contract, Contractor shall submit items set out in Paragraph 9.11.4 and, for stipulated price contracts, a final Application for Payment. City Engineer will, within 10 days, issue Certificate of Final Completion stating that to the best of City Engineer’s knowledge, information, and belief, the Work has been completed in accordance with the Contract, and will recommend acceptance of the Work by City Council.

9.11.3 Should work be found not in compliance with requirements of the Contract, City Engineer will notify Contractor in writing of items of noncompliance. Upon inspection and acceptance of the corrections by Project Manager, compliance with all procedures of Paragraph 9.11.2, and Contractor's submission of the items set out in Paragraph 9.11.4, the City Engineer will issue Certificate of Final Completion to Contractor as provided in Paragraph 9.11.2.

9.11.4 Contractor shall submit the following items to City Engineer before City Engineer will issue a Certificate of Final Completion:

9.11.4.1 affidavit that payrolls, invoices for materials and equipment, and other indebtedness of Contractor connected with the Work, less amounts withheld by the City, have been paid or otherwise satisfied. If required by City Engineer, Contractor shall submit further proof including waiver or release of lien or claims from laborers or Suppliers of Products;

9.11.4.2 certificate evidencing that insurance required by the Contract to remain in force after final payment is currently in effect, will not be canceled or materially changed until at least 30 days written notice has been given to the City;

Page 240: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/27 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

9.11.4.3 written statement that Contractor knows of no substantial reason that insurance will not be renewable to cover correction and warranty period required by the Contract;

9.11.4.4 consent of Surety to final payment; and

9.11.4.5 copies of record documents, maintenance manuals, tests, inspections, and approvals.

Upon City Engineer’s issuance of a Certificate of Final Completion, Contractor may request increase in payment to 99 percent of Contract Price, less accrued liquidated damages. 9.11.5 If Contractor fails to submit required items in Paragraph 9.11.4 within 10 days of Project Manager's inspection of the Work under Paragraph 9.11.2 or Paragraph 9.11.3, City Engineer may, but is not obligated to:

9.11.5.1 deduct liquidated damages accrued from monies held;

9.11.5.2 proceed to City Council for acceptance of the Work, minus some or all of the items Contractor fails to submit under Paragraph 9.11.4; and,

9.11.5.3 upon acceptance by City Council of the portion of the Work completed, make final payment as set out in Paragraph 9.11.8.

9.11.6 If final completion is materially delayed through no fault of Contractor, or by issuance of Change Orders affecting date of final completion, and City Engineer so confirms, the City may, upon application by Contractor and certification by City Engineer, and without terminating the Contract, make payment of balance due for that portion of the Work fully completed and accepted. 9.11.7 If remaining balance due for work not corrected is less than retainage stipulated in the Contract, Contractor shall submit to City Engineer written consent of Surety to payment of balance due for that portion of the Work fully completed and accepted, prior to certification of the payment. The payment is made under terms governing final payment, except that it does not constitute waiver of Claims.

9.11.8 The City will make final payment to Contractor within 30 days after acceptance of the Work by City Council, subject to limitations, if any, as stated in the Contract.

9.11.9 Acceptance of final payment by Contractor shall constitute a waiver of all Claims, whether known or unknown, by Contractor, except

those previously made in writing and identified by Contractor as unsettled at the time of final payment.

9.12 LIQUIDATED DAMAGES 9.12.1 Contractor, Surety, and the City agree that failure to complete the Work within Contract Time will cause damages to the City and that actual damages from harm are difficult to estimate accurately. Therefore, Contractor, Surety, and the City agree that Contractor and Surety are liable for and shall pay to the City the amount stipulated in Supplementary Conditions as liquidated damages, and that the amount of damages fixed therein is a reasonable forecast of just compensation for harm to the City resulting from Contractor's failure to complete the Work within Contract Time. The amount stipulated will be paid for each day of delay beyond Contract Time until Date of Substantial Completion.

9.12.2 Contractor shall pay the City an amount equal to $1,200.00 per diesel operating vehicle or piece of motorized equipment per incident of high sulfur diesel fuel usage. ARTICLE 10 - SAFETY PRECAUTIONS

10.1 SAFETY PROGRAMS 10.1.1 Contractor is responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Contract. Contractor shall submit a safety program to City Engineer prior to mobilizing for the Work, and is solely responsible for safety, efficiency, and adequacy of ways, means, and methods, and for damage which might result from failure or improper construction, maintenance, or operation performed by Contractor.

10.2 POLLUTANTS AND POLLUTANT FACILITIES

10.2.1 If Contractor encounters material on-site which it reasonably believes to be a Pollutant or facilities which it reasonably believes to be a Pollutant Facility, Contractor shall immediately stop work in affected area and immediately notify City Engineer, confirming the notice thereafter in writing.

10.2.2 If City Engineer determines that the material is a Pollutant or facility is a Pollutant Facility, work in affected area may not be resumed except by Modification, and only if the work would not violate applicable laws or regulations.

Page 241: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/28 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 10.2.3 If City Engineer determines that the material is not a Pollutant or a facility is not a Pollutant Facility, work in affected area will be resumed upon issuance of a Modification.

10.2.4 Contractor is not required to perform, unless authorized by Change Order, work relating to Pollutants or Pollutant Facilities except for that work relating to Pollutants or Pollutant Facilities specified in the Contract.

10.3 SAFETY OF THE ENVIRONMENT, PERSONS, AND PROPERTY

10.3.1 Contractor shall take reasonable precautions for safety and shall provide reasonable protection to prevent damage, injury, or loss from all causes, to:

10.3.1.1 employees performing work on-site, and other persons who may be affected thereby;

10.3.1.2 work, including Products to be incorporated into the Work, whether in proper storage, under control of Contractor or Subcontractor; and

10.3.1.3 other property at or adjacent to the site, such as trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal or replacement in course of construction.

10.3.2 Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations, and lawful orders of public authorities bearing on safety of persons, property, or environment.

10.3.2.1 Contractor shall comply with

requirements of Underground Facility Damage Prevention and Safety Act TEX. UTIL. CODE ANN. Ch. 251 (Vernon Supp. 2002).

10.3.2.2 Contractor shall comply with all

safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA).

10.3.3 Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection of persons and property, including posting danger signs and other warnings against hazards, promulgating safety regulations, and notifying owners and users of adjacent sites and utilities.

10.3.4 Contractor shall designate responsible member of Contractor's organization at site whose duty is prevention of accidents. This person will be

Contractor’s Superintendent unless otherwise designated by Contractor in writing to City Engineer.

10.3.5 Contractor shall prevent windblown dust and may not burn or bury trash debris or waste products on-site. Contractor shall prevent environmental pollution, including but not limited to particulates, gases and noise, as a result of the Work.

10.3.6 When use or storage of hazardous materials or equipment, or unusual methods are necessary for execution of the Work, Contractor shall exercise utmost care and carry on the activities under supervision of properly qualified personnel. 10.3.7 Contractor shall promptly remedy damage and loss to property referred to in Subparagraphs 10.3.1.2 and 10.3.1.3, caused in whole or in part by Contractor, or Subcontractors, which is not covered by insurance required by the Contract. Contractor is not required to remedy damage or loss attributable to the City, Design Consultant, or other contractors.

10.4 EMERGENCIES 10.4.1 In emergencies affecting safety of persons or property, Contractor shall act at Contractor's discretion to prevent imminent damage, injury, or loss. Additional compensation or extension of time claimed by Contractor because of emergencies are determined as provided in Article 7.

ARTICLE 11 - INSURANCE AND BONDS

11.1 GENERAL INSURANCE REQUIREMENTS

11.1.1 With no intent to limit Contractor's liability under indemnification provisions set forth in Paragraphs 3.25 and 3.26, Contractor shall provide and maintain in full force and effect during term of the Contract and all extensions and amendments thereto, at least the following insurance and available limits of liability.

11.1.2 If any of the following insurance is written as “claims made” coverage and the City is required to be carried as additional insured, then Contractor's insurance shall include a two-year extended discovery period after last date that Contractor provides any work under the Contract.

11.1.3 Aggregate amounts of coverage, for purposes of the Contract, are agreed to be amounts of coverage available during fixed 12-month policy period.

Page 242: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/29 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

11.2 INSURANCE TO BE PROVIDED BY CONTRACTOR

11.2.1 Risks and Limits of Liability: Contractor shall maintain the insurance coverages in the listed amounts, as set out in Table 1.

11.2.2 If Limit of Liability for Excess Coverage is $2,000,000 or more, Limit of Liability for Employer's Liability may be reduced to $500,000.

11.2.3 Insurance Coverage: At all times during the term of this Contract and any extensions or renewals, Contractor shall provide and maintain insurance coverage that meets the Contract requirements. Prior to beginning performance under the Contract, at any time upon the Director’s request, or each time coverage is renewed or updated, Contractor shall furnish to the Director current certificates of insurance, endorsements, all policies, or other policy documents evidencing adequate coverage, as necessary. Contractor shall be responsible for and pay (a) all premiums and (b) any claims or losses to the extent of any deductible amounts. Contractor waives any claim it may have for premiums or deductibles against the City, its officers, agents, or employees. Contractor shall also require all subcontractors or consultants whose subcontracts exceed $100,000 to provide proof of insurance coverage meeting all requirements stated above except amount. The amount must be commensurate with the amount of the subcontract, but no less than $500,000 per claim.

11.2.4 Form of insurance: The form of the insurance shall be approved by the Director and the City Attorney; such approval (or lack thereof) shall never (a) excuse non-compliance with the terms of this Section, or (b) waive or estop the City from asserting its rights to terminate this Contract. The policy issuer shall (1) have a Certificate of Authority to transact insurance business in Texas, or (2) be an eligible non-admitted insurer in the State of Texas and have a Best's rating of at least B+, and a Best's Financial Size Category of Class VI or better, according to the most current Best's Key Rating Guide. Each insurer is subject to approval by City Engineer in City Engineer’s sole discretion as to conformance with these requirements.

11.2.5 Required Coverage: The City shall be an Additional Insured under this Contract, and all policies except Professional Liability and Worker's Compensation must name the City as an Additional Insured. Contactor waives any claim or right of subrogation to recover against the City, its officers, agents, or employees, and each of Contractor’s insurance policies except professional liability must

contain coverage waiving such claim. Each policy, except Workers’ Compensation and Professional Liability, must also contain an endorsement that the policy is primary to any other insurance available to the Additional Insured with respect to claims arising under this Contract. If professional liability coverage is written on a "claims made" basis, Contractor shall also provide proof of renewal each year for two years after substantial completion of the Project, or in the alternative: evidence of extended reporting period coverage for a period of two years after substantial completion, or a project liability policy for the Project covered by this Contract with a duration of two years after substantial completion. 11.2.6 Deductibles: Contractor assumes and bears any claims or losses to extent of deductible amounts and waives any claim it may ever have for same against the City, its officers, agents, or employees.

11.2.7 Notice: CONTRACTOR SHALL GIVE

30 DAYS’ ADVANCE WRITTEN NOTICE TO THE

DIRECTOR IF ANY OF ITS INSURANCE POLICIES

ARE CANCELED OR NON-RENEWED. Within the 30-day period, Contractor shall provide other suitable policies in order to maintain the required coverage. If Contractor does not comply with this requirement, the Director, at his or her sole discretion, may immediately suspend Contractor from any further performance under this Agreement and begin procedures to terminate for default. 11.2.8 Subrogation: Contractor waives any claim or right of subrogation to recover against the City, its officers, agents, or employees. Each policy, except professional liability, must contain an endorsement waiving such claim.

11.2.9 Endorsement of Primary Insurance: Each policy, except Workers’ Compensation policies, must contain an endorsement that the policy is primary insurance to any other insurance available to additional insured with respect to claims arising hereunder.

11.2.10 Liability for Premium: Contractor is solely responsible for payment of all insurance premium requirements hereunder and the City is not obligated to pay any premiums.

11.2.11 Additional Requirements for Workers' Compensation Insurance Coverage: Contractor shall, in addition to meeting the obligations set forth in Table 1, maintain throughout the term of the Contract Workers' Compensation coverage as required by statute, and Contractor shall specifically comply with requirements set forth in Paragraph

Page 243: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/30 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 11.2.10. The definitions set out below shall apply only for purposes of this Paragraph 11.2.10. 11.2.12 Definitions:

11.2.12.1 Certificate of Coverage: A copy of certificate of insurance, or coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory Workers' Compensation insurance coverage for Contractor's, Subcontractor's, or Supplier's employees providing services for the duration of the Contract.

11.2.12.2 Duration of the Work: Includes the time from Date of Commencement of the Work until Contractor's work under the Contract has been completed and accepted by City Council.

11.2.12.3 Persons providing services for the Work (Subcontractor in Texas Labor Code § 406.096): includes all persons or entities performing all or part of services Contractor has undertaken to perform on the Work, regardless of whether that person contracted directly with Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of the entity, or employees of entity which furnishes persons to provide services on the Work. Services include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to the Work. Services do not include activities unrelated to the Work, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.

11.2.13 Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of coverage agreements, which meets the statutory requirements of TEX. LAB. CODE ANN., Section 401.011(44) for employees of Contractor providing services on the Work, for duration of the Work.

11.2.14 Contractor shall provide a Certificate of Coverage to the City prior to being awarded the Contract.

11.2.15 If coverage period shown on Contractor's original Certificate of Coverage ends during duration of the Work, Contractor shall file new Certificate of Coverage with the City showing that coverage has been extended.

11.2.16 Contractor shall obtain from each person providing services on the Work, and provide to City Engineer:

11.2.16.1 Certificate of Coverage, prior to that person beginning work on the Work, so the City will have on file Certificates of Coverage showing coverage for all persons providing services on the Work; and

11.2.16.2 no later than seven days after receipt by Contractor, new Certificate of Coverage showing extension of coverage, if coverage period shown on current Certificate of Coverage ends during the duration of the Work.

11.2.17 Contractor shall retain all required Certificates of Coverage for the duration of the Work and for one year thereafter.

11.2.18 Contractor shall notify City Engineer in writing by certified mail or personal delivery, within 10 days after Contractor knew or should have known, of any change that materially affects provision of coverage of any person providing services on the Work.

11.2.19 Contractor shall post on-site a notice, in text, form and manner prescribed by Texas Workers' Compensation Commission, informing all persons providing services on the Work that they are required to be covered, and stating how person may verify coverage and report lack of coverage.

11.2.20 Contractor shall contractually require each person with whom it contracts to provide services on the Work to:

11.2.20.1 provide coverage, based on proper reporting of classification codes, payroll amounts and filing of any coverage agreements, which meets statutory requirements of TEX. LAB. CODE ANN., Section 401.011(44) for all its employees providing services on the Work, for the duration of the Work;

11.2.20.2 provide to Contractor, prior to that person’s beginning work on the Work, a Certificate of Coverage showing that coverage is being provided for all employees of the person providing services on the Work, for the duration of the Work;

11.2.20.3 provide Contractor, prior to the end of the coverage period, a new Certificate of Coverage showing extension of coverage, if the coverage period shown on the current Certificate of Coverage ends during the duration of the Work;

11.2.20.4 obtain from each other person with whom it contracts, and provide to

Page 244: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/31 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

Contractor: (1) Certificate of Coverage, prior to other person’s beginning work on the Work; and (2) new Certificate of Coverage showing extension of coverage, prior to end of coverage period, if coverage period shown on the current Certificate of Coverage ends during duration of the Work.

11.2.20.5 retain all required Certificates of Coverage on file for the duration of the Work and for one year thereafter;

11.2.20.6 notify City Engineer in writing by certified mail or personal delivery within 10 days after person knew, or should have known, of change that materially affects provision of coverage of any person providing services on the Work; and

11.2.20.7 contractually require each person with whom it contracts to perform as required by Paragraphs 11.2.10.1 through 11.2.10.7, with Certificates of Coverage to be provided to person for whom they are providing services.

11.2.21 By signing the Contract or providing or causing to be provided a Certificate of Coverage, Contractor is representing to the City that all employees of Contractor who will provide services on the Work will be covered by Workers' Compensation coverage for the duration of the Work, that coverage will be based on proper

reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier. Contractor is not allowed to self-insure Workers' Compensation. Contractor may be subject to administrative penalties, criminal penalties, civil penalties, or other civil actions for providing false or misleading information.

11.2.22 Contractor's failure to comply with Paragraph 11.2.10 is a breach of the Contract by Contractor, which entitles the City to declare the Contract void if Contractor does not remedy breach within 10 days after receipt of notice of breach from City Engineer.

11.2.23 Subcontractor Insurance Requirements: Contractor shall require Subcontractors and Suppliers to obtain Commercial General Liability, Workers' Compensation, Employer's Liability and Automobile Liability coverage that meets all the requirements of Paragraph 11.2. The amount must be commensurate with the amount of the subcontract, but not less than $500,000 per occurrence. Contractor shall require all Subcontractors with whom it contracts directly, whose subcontracts exceed $100,000, to provide proof of Commercial General Liability and Automobile Liability insurance coverage meeting the above requirements. Contractor shall comply with all requirements set out under Paragraph 11.2.10 as to Workers' Compensation Insurance for all Subcontractors and Suppliers.

TABLE 1 REQUIRED COVERAGE

(Coverage) (Limit of Liability)

.1 Workers’ Compensation • Statutory Limits for Workers’ Compensation

.2 Employer’s Liability • Bodily Injury by Accident $500,000 (each accident)

• Bodily Injury by Disease $500,000 (policy limit)

• Bodily Injury by Disease $500,000 (each employee)

.3 Commercial General Liability: Including Contractor’s Protective, Broad Form Property Damage, Contractual Liability, Explosion, Underground and Collapse, Bodily Injury, Personal Injury, Products, and Completed Operations (for a period of one year following completion of the Work).

• Combined single limit of $1,000,000 (each occurrence), subject to general aggregate of $1,000,000;

• Products and Completed Operations $2,000,000 aggregate.

.4 Owner’s and Contractor’s Protective Liability • $1,000,000 combined single limit each Occurrence/ aggregate

.5 Installation Floater (Unless alternative coverage approved by City Attorney)

• Value of stored material or equipment, listed on Certificates of Payments, but not yet incorporated into the Work

Page 245: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/32 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

.6 Automobile Liability Insurance: (For automobiles furnished by Contractor in course of his performance under the Contract, including Owned, Non-owned, and Hired Auto coverage)

• $1,000,000 combined single limit each occurrence for (1) Any Auto or (2) All Owned, Hired, and Non-Owned Autos

.7 Excess Coverage • $1,000,000 each occurrence/combined aggregate in excess of limits specified for Employer’s Liability, Commercial General Liability, and Automobile Liability

Aggregate Limits are per 12-month policy period unless otherwise indicated.

11.3 PROOF OF INSURANCE 11.3.1 Prior to commencing services and at time during the term of the Contract, Contractor shall furnish City Engineer with Certificates of Insurance, along with Affidavit from Contractor confirming that Certificate accurately reflects insurance coverage that is available during term of the Contract. If requested in writing by City Engineer, Contractor shall furnish City Engineer with certified copies of Contractor's actual insurance policies. Failure of Contractor to provide certified copies, as requested, may be deemed, at City Engineer's or City Attorney's discretion, a material breach of the Contract.

11.3.2 Notwithstanding the proof of insurance requirements, Contractor shall continuously maintain in effect required insurance coverage set forth in Paragraph 11.2. Failure of Contractor to comply with this requirement does constitute a material breach by Contractor allowing the City, at its option, to immediately suspend or terminate work, or exercise any other remedy allowed under the Contract. Contractor agrees that the City has not waived or is not estopped to assert a material breach of the Contract because of any acts or omissions by the City regarding its review or non-review of insurance documents provided by Contractor, its agents, employees, or assigns. 11.3.3 Contractor shall provide updated certificates of insurance to the Director upon request. The Contractor shall be responsible for delivering a current certificate of insurance in the proper form to the Director as long as Contractor is required to furnish insurance coverage under Paragraph 11.2. 11.3.4 Every certificate of insurance Contractor delivers in connection with this Contract shall

11.3.4.1 be less than 12 months old; 11.3.4.2 include all pertinent identification

information for the Insurer, including the company name and address, policy number, NAIC number or AMB number, and authorized signature;

11.3.4.3 include in the Certificate Holder Box the Project name and reference numbers, contractor’s email address, and indicates the name and address of the Project Manager;

11.3.4.4 include the Contractor’s email address in the Certificate Holder Box;

11.3.4.5 include the Project reference numbers on the City address so the Project reference number is visible in the envelope window; and

11.3.4.6 be appropriately marked to accurately identify all coverages and limits of the policy, effective and expiration dates, and waivers of subrogation in favor of the City for Commercial General Liability, Automobile Liability, and Worker’s Compensation/Employers’ Liability.

11.4 PERFORMANCE AND PAYMENT BONDS

11.4.1 For Contracts over the value of $25,000, Contractor shall provide Bonds on the City's standard forms covering faithful performance of the Contract and payment of obligations arising thereunder as required in the Contract pursuant to Chapter 2253 of the Government Code. The Bonds must be for 100 percent of Original Contract Price and in accordance with conditions stated on standard City Performance and Payment Bond and Statutory Payment Bond forms. Bonds may be obtained from Contractor's usual source and cost for the Bonds are included in Contract Price.

11.5 MAINTENANCE BONDS 11.5.1 One-year Maintenance Bond: Contractor shall provide Bond on standard City One-year Maintenance Bond form, providing for Contractor's correction, replacement, or restoration of any portion of the Work which is found to be not in compliance with requirements of the Contract during one-year correction period required in Paragraph 12.2. The Maintenance Bond must be for 100 percent of the Original Contract Price.

Page 246: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/33 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

11.6 SURETY 11.6.1 A Bond that is given or tendered to the City pursuant to the Contract must be executed by a surety company that is authorized and admitted to write surety Bonds in the State of Texas.

11.6.2 If a Bond is given or tendered to the City pursuant to the Contract in an amount greater than 10 percent of Surety’s capital and surplus, Surety shall provide certification that Surety has reinsured that portion of the risk that exceeds 10 percent of Surety’s capital and surplus. The reinsurance must be with one or more reinsurers who are duly authorized, accredited, or trusted to do business in the State of Texas. The amount reinsured by reinsurer may not exceed 10 percent of reinsurer's capital and surplus. The amount of allowed capital and surplus must be based on information received from State Board of Insurance.

11.6.3 If the amount of a Bond is greater than $100,000, Surety shall:

11.6.3.1 also hold certificate of authority from the United States Secretary of Treasury to qualify as surety on obligations permitted or required under federal law; or,

11.6.3.2 Surety may obtain reinsurance for any liability in excess of $100,000 from reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as surety or reinsurer on obligations permitted or required under federal law.

11.6.4 Determination of whether Surety on the Bond or the reinsurer holds a certificate of authority from the United States Secretary of the Treasury is based on information published in Federal Register covering the date on which Bond was executed.

11.6.5 Each Bond given or tendered to the City pursuant to the Contract must be on City forms with no changes made by Contractor or Surety, and must be dated, executed, and accompanied by power of attorney stating that the attorney in fact executing such the bond has requisite authority to execute such Bond. The Bonds must be dated and must be no more than 30 days old.

11.6.6 Surety shall designate in its Bond, power of attorney, or written notice to the City, an agent resident in Harris County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of the suretyship.

11.6.7 Contractor shall furnish information to a payment bond beneficiary as required by TEX. GOV’T

CODE ANN. CH. 2253.

11.7 DELIVERY OF BONDS 11.7.1 Contractor shall deliver required Bonds to the City within time limits stated in Notice of Intent to Award and prior to Date of Commencement of the Work. ARTICLE 12 - UNCOVERING AND CORRECTION OF THE WORK

12.1 UNCOVERING OF THE WORK 12.1.1 If a portion of the Work has been covered which City Engineer has not specifically requested to observe prior to its being covered, City Engineer may request to see such work and it must be uncovered by Contractor. If such work is in accordance with the Contract, the costs of uncovering and covering such work are charged to the City by Change Order. If such work is not in accordance with the Contract, Contractor shall pay for uncovering and shall correct the nonconforming Work promptly after receipt of Notice of Noncompliance to do so.

12.2 CORRECTION OF THE WORK 12.2.1 Contractor shall promptly correct or remove work rejected by City Engineer or work failing to conform to requirements of the Contract, whether observed before or after Date of Substantial Completion and whether fabricated, Installed, or completed.

12.2.2 Contractor bears costs of correcting the rejected or nonconforming work including additional testing and inspections, and compensation for Design Consultant’s services and expenses made necessary thereby.

12.2.3 If within one year after Date of Substantial Completion, or after date for commencement of warranties established under Paragraph 9.9.5 or by other applicable special warranty required by the Contract, whichever is later in time, any of the Work is found not to be in accordance with the requirements of the Contract, Contractor shall correct such work promptly after receipt of Notice of Noncompliance to do so. 12.2.4 One-year correction period for portions of the Work completed after Date of Substantial Completion will begin on the date of acceptance of

Page 247: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/34 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 that portion of the Work. This obligation under this Paragraph survives acceptance of the Work under the Contract and termination of the Contract.

12.2.5 The one-year correction period does not establish a duration for the Contractor’s general warranty under Paragraph 3.12. The City retains the right to recover damages from the Contractor as long as may be permitted by the applicable statute of limitations.

12.2.6 If Contractor does not proceed with correction of the nonconforming work within time fixed by Notice of Noncompliance, the City may correct nonconforming work or remove nonconforming work and store salvageable Products at Contractor's expense. Contractor shall pay the costs of correction of nonconforming work and removal and storage of salvageable Products to the City. If Contractor does not pay costs of the correction or removal and storage within 10 days after written notice, the City may sell the Products at auction or at private sale. The City will account for proceeds thereof after deducting costs and damages that would have been borne by Contractor, including compensation for services of Design Consultant and necessary expenses. If the proceeds of sale do not cover costs which Contractor should have borne, Contractor shall pay the value of the deficiency to the City. 12.2.7 Contractor bears cost of correcting work originally installed by Contractor, the City, or by separate contractors and damaged by Contractor's correction or removal of Contractor's work.

12.3 ACCEPTANCE OF NONCONFORMING WORK

12.3.1 If City Engineer prefers to accept work which is not in accordance with requirements of the Contract, City Engineer may do so only by issuance of Change Order, instead of requiring its removal and correction. City Engineer will determine Contract Price reduction. The reduction will become effective even if final payment has been made. ARTICLE 13 - MISCELLANEOUS PROVISIONS

13.1 GOVERNING LAW AND VENUE

13.1.1 This Contract shall be construed and interpreted in accordance with the applicable laws of the State of Texas and City of Houston. Venue for any disputes relating in any way to this Contract shall lie exclusively in Harris County, Texas.

13.2 SUCCESSORS

13.2.1 The Contract binds and benefits the Parties and their legal successors and permitted assigns; however, this Paragraph 13.2.1 does not alter the restrictions on assignment and disposal of assets set out in Paragraph 13.3.1. The Contract does not create any personal liability on the part of any officer or agent of the City.

13.3 BUSINESS STRUCTURE AND ASSIGNMENTS

13.3.1 Contractor may not assign the Contract at law or otherwise, or dispose of all or substantially all of its assets without City Engineer's prior written consent. Nothing in this Section, however, prevents the assignment of accounts receivable or the creation of a security interest as described in §9.406 of the Texas Business & Commerce Code. In the case of such an assignment, Contractor shall immediately furnish the City with proof of the assignment and the name, telephone number, and address of the assignee and a clear identification of the fees to be paid to the assignee. 13.3.2 Any series, as defined by the TEX. BUS. ORG. CODE ANN., affiliate, subsidiary, or successor to which Contractor assigns or transfers assets shall join in privity and be jointly and severally liable under this Contract.

13.4 WRITTEN NOTICE

13.4.1 All notices required or permitted by the Contract must be in writing and must be effected by hand delivery; registered or certified mail, return receipt requested; or facsimile with confirmation copy mailed to receiving Party. Notice is sufficient if made or addressed with proper postage to the address stated in the Agreement for each Party ("Notice Address") or faxed to the facsimile number stated in the Agreement for each Party. The notice is deemed delivered on the earlier of:

13.4.1.1 the date the Notice is actually received; 13.4.1.2 the third day following deposit in a United

States Postal Service post office or receptacle; or

13.4.1.3 the date the facsimile is sent unless the facsimile is sent after 5:00 p.m. local time of the recipient and then it is deemed received on the following day.

Any Party may change its Notice Address or facsimile number at any time by giving written notice of the change to the other Party in the manner provided for in this Paragraph at least 15 days prior to the date the change is affected.

13.5 RIGHTS AND REMEDIES 13.5.1 Duties and obligations imposed by the Contract and rights and remedies available

Page 248: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/35 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

thereunder are in addition to and not a limitation of duties, obligations, rights, and remedies otherwise imposed or available by law.

13.5.2 No act or failure to act by the City or Contractor is a waiver of rights or duties afforded them under the Contract, nor is the act or failure to act constitute approval of or acquiescence in a breach of the Contract. No waiver, approval or acquiescence is binding unless in writing and, in the case of the City, signed by City Engineer.

13.6 TESTS AND INSPECTIONS 13.6.1 Contractor shall give City Engineer, Construction Manager, and Design Consultant timely notice of the time and place where tests and inspections are to be made. Contractor shall cooperate with inspection and testing personnel to facilitate required inspections or tests.

13.6.2 The City will employ and pay for services of an independent testing laboratory to perform inspections or acceptance tests required by the Contract except:

13.6.2.1 inspections or tests covered by Paragraph 13.6.3;

13.6.2.2 those otherwise specifically provided in the Contract; or

13.6.2.3 costs incurred in connection with tests or inspections conducted pursuant to Paragraph 12.2.2.

13.6.3 Contractor is responsible for and shall pay all costs in connection with inspection or testing required in connection with City Engineer’s acceptance of a Product to be incorporated into the Work, or of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation into the Work.

13.6.4 Neither observations by the City, Construction Manager, or Design Consultant, nor inspections, tests, or approvals by others, relieves Contractor from Contractor’s obligations to perform the Work in accordance with the Contract.

13.7 INTEREST

13.7.1 No interest will accrue on late payments by the City except as provided under Chapter 2251 of the Government Code.

13.8 PARTIES IN INTEREST 13.8.1 The Contract does not bestow any rights upon any third party, but binds and benefits the Parties only.

13.9 ENTIRE CONTRACT

13.9.1 The Contract merges the prior negotiations and understandings of the Parties and embodies the entire agreement of the Parties. No other agreements, assurances, conditions, covenants, express or implied, or other terms of any kind, exist between the Parties regarding the Contract.

13.10 WRITTEN AMENDMENT 13.10.1 Changes to the Contract that cannot be effected by Modifications, must be made by written amendment, which will not be effective until approved by City Council.

13.11 COMPLIANCE WITH LAWS 13.11.1 Contractor shall comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute.

13.11.2 Contractor shall comply with all applicable federal, state, and city laws, rules and regulations.

13.12 SEVERABILITY

13.12.1 If any part of the Contract is for any reason found to be unenforceable, all other parts remain enforceable to the extent permitted by law.

13.13 ANTI-BOYCOTT OF ISRAEL 13.13.1 Contractor certifies that Contractor is not currently engaged in, and agrees for the duration of this Agreement not to engage in, the boycott of Israel as defined by Section 808.001 of the Texas Government Code.

13.14 ZERO TOLERANCE POLICY FOR HUMAN TRAFFICKING & RELATED ACTIVITIES

13.14.1 The requirements and terms of the City of Houston’s Zero Tolerance Policy for Human Trafficking and Related Activities, as set forth in Executive Order 1-56, as revised from time to time, are incorporated into this Agreement for all purposes. Contractor has reviewed Executive Order 1-56, as revised, and shall comply with its terms and conditions as they are set out at the time of this Agreement’s effective date. Contractor shall notify the City’s Chief Procurement Officer, City Attorney, and the Director of any information regarding possible violation by the Contractor or its

Page 249: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/36 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 subcontractors providing services or goods under this Agreement.

ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT

14.1 TERMINATION BY THE CITY FOR CAUSE

14.1.1 Each of the following acts or omissions of Contractor or occurrences shall constitute an "Event of Default" under the Contract:

14.1.1.1 Contractor refuses or fails to supply enough properly skilled workers or proper Products;

14.1.1.2 Contractor disregards laws, ordinances, rules, regulations, or orders of a public authority having jurisdiction;

14.1.1.3 Contractor is guilty of material breach of any duty or obligation of Contractor under the Contract, including, but not limited to, failure to submit certified payrolls electronically;

14.1.1.4 Contractor has had any other contract with the City terminated for cause at any time subsequent to the effective date of the Contract as set out in the Agreement; or

14.1.1.5 Contractor fails to utilize Ultra Low Sulfur Diesel Fuel, as required in Paragraph 3.9.1.1.

14.1.2 If an Event of Default occurs, City Engineer may, at his option and without prejudice to any other rights or remedies which the City may have, deliver a written notice to Contractor and Surety describing the Event of Default and giving the Contractor 10 days to cure the Event of Default. If after the cure period, Contractor has failed or refused to cure the Event of Default, then City Engineer may deliver a second written notice to Contractor giving notice of the termination of the Contract or of the termination of Contractor's performance under the Contract ("Notice of Termination"). If City Engineer issues a Notice of Termination, then City Engineer may, subject to any prior rights of Surety and any other rights of the City under the Contract or at law:

14.1.2.1 request that Surety complete the Work; or

14.1.2.2 take possession of the site and all materials, equipment, tools, and construction equipment and machinery on the site owned by Contractor; and

14.1.2.3 finish the Work by whatever reasonable method City Engineer may deem expedient.

14.1.3 After Contractor's receipt of a Notice of Termination, and except as otherwise directed in writing by City Engineer, Contractor shall:

14.1.3.1 stop the Work on the date and to the extent specified in the Notice of Termination;

14.1.3.2 place no further orders or subcontracts for Products or services;

14.1.3.3 terminate all orders and subcontracts to the extent that they relate to performance of work terminated;

14.1.3.4 assign to the City, in the manner, at the times, and to the extent directed by City Engineer, all rights, title, and interest of Contractor, under the terminated supply orders and subcontracts. The City may settle or pay claims arising out of termination of the orders and subcontracts;

14.1.3.5 settle all outstanding liabilities and all claims arising out of the termination of supply orders and subcontracts with approval of City Engineer;

14.1.3.6 take action as may be necessary, or as City Engineer may direct, for protection and preservation of property related to the Work that is in possession of Contractor, and in which the City has or may acquire an interest; and

14.1.3.7 secure the Work in a safe state before leaving the site, providing any necessary safety measures, shoring, or other devices.

14.1.4 If the City terminates the Contract or terminates Contractor's performance under the Contract for any one or more of the reasons stated in Paragraph 14.1.1, Contractor may not receive any further payment until the Work is complete, subject to Paragraph 14.1.5.

14.1.5 If the unpaid balance of Contract Price exceeds the costs of finishing the Work, including liquidated damages and other amounts due under the Contract, the balance will be paid to Contractor. If the costs of finishing the Work exceed the unpaid balance, Contractor shall, within 10 days of receipt of written notice setting out the amount of the excess costs, pay the difference to the City. The amount to be paid to Contractor or the City will be certified by City Engineer in writing, and this obligation for payment shall survive termination of the Contract or termination of Contractor's performance under the Contract. Termination of the Contractor for cause shall not relieve the Surety from its obligation to complete the project.

14.2 TERMINATION BY THE CITY FOR CONVENIENCE

Page 250: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/37 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019

14.2.1 City Engineer may, without cause and without prejudice to other rights or remedies of the City, give Contractor and Surety a Notice of Termination with a seven days written notice.

14.2.2 After receipt of the Notice of Termination, and except as otherwise approved by City Engineer, Contractor shall conform to requirements of Paragraph 14.1.3.

14.2.3 After receipt of the Notice of Termination, Contractor shall submit to the City its termination Claim, in forms required by City Engineer. The Claim will be submitted to the City promptly, but no later than six months from the effective date of termination, unless one or more extensions are granted by City Engineer in writing. If Contractor fails to submit its termination Claim within the time allowed, in accordance with Paragraph 14.2.4, City Engineer will determine, on the basis of available information, the amount, if any, due to Contractor because of termination, and City Engineer's determination is final and binding on the Parties. The City will then pay to Contractor the amount so determined.

14.2.4 City Engineer will determine, on the basis of information available to City Engineer, the amount due, if any, to Contractor for the termination as follows:

14.2.4.1 Contract Price for all work performed in accordance with the Contract up to the date of termination determined in the manner prescribed for monthly payments in Article 9, except no retainage is withheld by the City either for payment determined by percentage of completion or for materials and equipment delivered to the site, in storage or in transit.

14.2.4.2 Reasonable termination expenses, including costs for settling and paying Subcontractor and Supplier claims arising out of termination of the Work, reasonable cost of preservation and protection of the City's property after termination, if required, and the cost of Claim preparation. Termination expenses do not include field or central office overhead, salaries of employees of Contractor, or litigation costs, including attorneys' fees.

No amount is allowed for anticipated profit or central office overhead on uncompleted work, or any cost or lost profit for other business of Contractor alleged to be damaged by the termination. 14.2.5 Contractor shall promptly remove from the site any construction equipment, tools, and temporary facilities, except the temporary facilities

which City Engineer may wish to purchase and retain.

14.2.6 Contractor shall cooperate with City Engineer during the transition period. 14.2.7 The City will take possession of the Work and materials delivered to the site, in storage, or in transit, as of date or dates specified in the Notice of Termination, and is responsible for maintenance, utilities, security, and insurance, as stated in Notice of Termination. 14.3 SUSPENSION BY THE CITY FOR

CONVENIENCE 14.3.1 City Engineer may, without cause, after giving Contractor and Surety 24-hour prior written notice, order Contractor to suspend, delay, or interrupt the Work in whole or in part for a period of time as City Engineer may determine.

14.3.2 An adjustment will be made in Contract Time equivalent to the time of suspension.

14.3.3 Adjustment will be made to Contract Price for increases in the cost of performance of the Work, including profit on increased cost of performance caused by suspension, delay, or interruption of the Work in accordance with Paragraph 7.3. No adjustment will be made to the extent that:

14.3.3.1 performance was, or would have been, suspended, delayed, or interrupted by another cause for which Contractor is responsible; or

14.3.3.2 adjustment is made or denied under another provision of the Contract.

14.4 TERMINATION BY CONTRACTOR

14.4.1 Contractor may terminate the Contract if the Work is stopped for a period of 30 days through no act or fault of Contractor, directly related to one of these events:

14.4.1.1 issuance of an order of a court or other public authority having jurisdiction;

14.4.1.2 act of government, such as a declaration of national emergency which makes material unavailable; or

14.4.1.3 if repeated suspensions, delays, or interruptions by the City as described in Paragraph 14.3 constitute, in the aggregate, more than 100 percent of the total number of days scheduled for completion, or 120 days in any 365-day period, whichever is less;

Page 251: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/38 of 38 DOCUMENT 00700 - GENERAL CONDITIONS 10 May 2019 No termination will be effective for the above reasons if Contractor delivers written notice to City Engineer describing the reason for termination, giving the proposed termination date, and granting the City a reasonable opportunity to respond and cure any City default before termination is effective. 14.4.2 If the Contract is terminated pursuant to this Paragraph 14.4, Contractor shall comply with the requirements of Paragraphs 14.2.2 through 14.2.7.

[END OF DOCUMENT]

Page 252: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-1 ver. 7-21-2014

FAA AC 150/5370-10G General Provisions

Section 10

Definition of Terms

Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows:

10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO.

10-02 Access road. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway.

10-03 Advertisement. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished.

10-04 Airport Improvement Program (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA).

10-05 Air operations area (AOA). For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron.

10-06 Airport. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport.

10-07 ASTM International (ASTM). Formerly known as the American Society for Testing and Materials (ASTM).

10-08 Award. The Owner’s notice to the successful bidder of the acceptance of the submitted bid.

10-09 Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated.

10-10 Building area. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon.

10-11 Calendar day. Every day shown on the calendar.

10-12 Change order. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract.

10-13 Contract. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, any required bonds, any required insurance certificates, Specifications, Plans, documents enumerated in and incorporated into the Agreement, modifications, amednments, and any addenda issued to bidders.

10-14 Contract item (pay item). A specific unit of work for which a price is provided in the contract.

10-15 Contract time. The number of calendar days, stated in the Agreement, allowed to substantially complete the work, including authorized time extensions. 10-16 Contractor. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the

Page 253: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-2 ver. 7-21-2014

payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work.

10-17 Contractor’s laboratory. The Contractor’s quality control organization in accordance with the Contractor Quality Control Program.

10-18 Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator’s consultant and approved by the airport operator.

10-19 Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area.

10-20 Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering and observation of the contract work and acting directly or through an authorized representative.

10-21 Equipment. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work.

10-22 Extra work. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer or Owner to be necessary to complete the work within the intended scope of the contract as previously modified.

10-23 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative.

10-24 Federal specifications. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government.

10-25 Force account. Force account work is planning, engineering, or construction work done by the Sponsor’s employees.

10-26 Inspector. An authorized representative of the Owner assigned to make all necessary inspections, observations, and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor.

10-27 Intention of terms. Whenever, in these specifications or on the plans, the words “directed,” “required,” “permitted,” “ordered,” “designated,” “prescribed,” or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words “approved,” “acceptable,” “satisfactory,” or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner.

Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference.

10-28 Laboratory. The official testing laboratories of the Owner or such other laboratories as may be designated by the Owner. Also referred to as “Owner’s Laboratory” or “quality assurance laboratory.”

10-29 Lighting. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface.

10-30 Major and minor contract items. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items.

10-31 Materials. Any substance specified for use in the construction of the contract work.

Page 254: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-3 ver. 7-21-2014

10-32 Notice to Proceed (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins.

10-33 Owner. The term “Owner” shall mean the party of the first part or the contracting agency signatory to the contract. Where the term “Owner” is capitalized in this document, it shall mean airport Sponsor only.

10-34 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls.”

10-35 Pavement. The combined surface course, base course, and subbase course, if any, considered as a single unit.

10-36 Payment bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work.

10-37 Performance bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract.

10-38 Plans. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications.

10-39 Project. The agreed scope of work for accomplishing specific airport development with respect to a particular airport.

10-40 Proposal. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. The term “proposal” may be used interchangeably with the term “bid form” throughout the specifications and contract documents.

10-41 Proposal guaranty. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner.

10-42 Runway. The area on the airport prepared for the landing and takeoff of aircraft.

10-43 Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically.

10-44 Sponsor. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an application for an AIP grant for the airport.

10-45 Structures. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein.

10-46 Subgrade. The soil that forms the pavement foundation.

10-47 Superintendent. The Contractor’s executive representative, having authority and responsibility to act for and represent the Contractor, who is present on the work during progress, authorized to receive and fulfill instructions from the Owner and/or Engineer, and who shall supervise and direct the construction.

10-48 Supplemental agreement. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract

Page 255: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-4 ver. 7-21-2014

item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract.

10-49 Surety. The corporation, partnership, or individual, other than the Contractor, executing all required bonds that are furnished to the Owner by the Contractor.

10-50 Taxiway. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport’s runways, aircraft parking areas, and terminal areas.

10-51 Work. Entire construction required by the Contract, including the furnishing of all labor, products, services, materials, tools, equipment, and incidentals necessary or convenient to the Contractor’s performance of all duties and obligations imposed by the contract, plans, and specifications.

END OF SECTION 10

Page 256: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-5 ver. 7-21-2014

Section 20

Proposal Requirements and Conditions

20-01 Advertisement (Notice to Bidders). The Owner, or their authorized agent, shall publish the advertisement at such places and at such times as are required by local law or ordinances. The published advertisement shall state the time and place for submitting sealed proposals; a description of the proposed work; instructions to bidders as to obtaining proposal forms, plans, and specifications; proposal guaranty required; and the Owner’s right to reject any and all bids.

20-02 Qualification of bidders. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder’s past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder’s financial resources and liabilities as of the last calendar year or the bidder’s last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his or her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder’s financial responsibility has changed, the bidder shall qualify the public accountant’s statement or report to reflect the bidder’s true financial condition at the time such qualified statement or report is submitted to the Owner.

Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current “bidder’s list” of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above.

Each bidder shall submit “evidence of competency” and “evidence of financial responsibility” to the Owner at the time of bid opening.

Evidence of competency shall be demonstrated via Section 00480 titled FORM SCM-1 REFERENCE VERIFICATION.

20-03 Contents of proposal forms. The Owner shall furnish bidders with proposal forms (reference Section 00410 titled BID FORM (PARTS A AND B). All papers bound with or attached to the proposal forms are necessary parts and must not be detached.

The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not.

20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons:

a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding.

b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder.

c. Documented record of Contractor default under previous contracts with the Owner.

d. Documented record of unsatisfactory work on previous contracts with the Owner.

e. Documented record of Contractor interest in any litigation or other claim with the Owner or Engineer.

20-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful

Page 257: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-6 ver. 7-21-2014

calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices.

20-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications.

Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner’s design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner.

20-07 Preparation of proposal. The bidder shall submit his or her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern.

The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation.

20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Sponsor’s invitation for bid. It is the Sponsor’s responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept.

A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources.

20-09 Irregular proposals. Proposals shall be considered irregular for the following, but not limited to, reasons:

a. If the proposal is on a form other than that furnished by the Owner, or if the Owner’s form is altered, or if any part of the proposal form is detached.

b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous.

c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price.

Page 258: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-7 ver. 7-21-2014

d. If the proposal contains unit prices that are obviously unbalanced as interpreted by the Owner and Engineer.

e. If the proposal is not accompanied by the proposal guaranty specified by the Owner.

The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts.

20-10 Bid guarantee. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. The bid guarantee shall be equivalent to 2% of the total bid price.

20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened.

20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder’s request for withdrawal is received by the Owner in writing or by fax/email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids.

20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened.

20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following, but not limited to, reasons:

a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name.

b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder.

c. If the bidder is considered to be in “default” for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section.

d. Where the Bidder has an interest in any litigation or other claim against the Owner or Engineer.

e. Lack of competency as revealed by the Statement of Bidder’s Qualifications.

f. Uncompleted work which, in the judgment of the Owner, will hinder or prevent the prompt completion of additional work, if awarded.

g. Previous projects where, in the judgment of the Owner, the Bidder performed unsatisfactorily and did not complete and close out the project in a timely manner resulting in the Owner not being able to close out the project with various funding agencies and resulting in the Owner potentially or actually losing planned funding for other projects.

h. For any reason noted in Section 00200 titled INSTRUCTIONS TO BIDDERS, subsection 14.0 titled BID DISQUALIFICATION.

END OF SECTION 20

Page 259: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-8 ver. 7-21-2014

This page intentionally left blank.

Page 260: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-9 ver. 7-21-2014

Section 30

Award and Execution of Contract

30-01 Consideration of proposals. Reference Section 00200 titled INSTRUCTION TO BIDDERS, Subsections 16.0 Opening of Bids, 17.0 Evaluation and Consideration of Bids, and 18.0 Acceptance of the Bid for details on award and execution of the contract.

After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder’s proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern.

Until the award of a contract is made, the Owner reserves the right to reject a bidder’s proposal for any of the following reasons:

a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20.

b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 titled DISQUALIFICATION OF BIDDERS of Section 20.

In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner’s best interests.

30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within 120 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein extended by mutual written agreement of the Owner and Bidder.

Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner.

30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section.

30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder’s proposal guaranty will be returned. The successful bidder’s proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section.

30-05 Requirements of contract bonds. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor’s performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection the following noted sections, the surety bond or bonds shall be in a sum equal to the full amount of the contract. Reference Sections 00430 titled BIDDER’S BOND, 00610 titled PERFORMANCE BOND, 00611 titled ONE-YEAR STATUTORY PAYMENT BOND, 00612 titled ONE-YEAR MAINTENANCE BOND, and 00613 titled ONE-YEAR SURFACE CORRECTION BOND for details on required contract bonds.

Page 261: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-10 ver. 7-21-2014

30-06 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder.

30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner’s approval to be bound by the successful bidder’s proposal and the terms of the contract.

30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner.

END OF SECTION 30

Page 262: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-11 ver. 7-21-2014

Section 40

Scope of Work

40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, and incidentals required to complete the work in accordance with the plans, specifications, and terms of the contract.

40-02 Alteration of work and quantities. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Owner and/or Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by “Change Orders” issued by the Owner and/or Engineer. Change orders for altered work shall include extensions of contract time where, in the Owner’s and/or Engineer’s opinion, such extensions are commensurate with the amount and difficulty of added work.

Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion.

Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor’s surety and separate performance and payment bonds in accordance with Sections 00430 titled BIDDER’S BOND, 00610 titled PERFORMANCE BOND, 00611 titled ONE-YEAR STATUTORY PAYMENT BOND, 00612 titled ONE-YEAR MAINTENANCE BOND, and 00613 titled ONE-YEAR SURFACE CORRECTION BOND for details on required contract bonds.

40-03 Omitted items. The Owner and/or Engineer may, in the Owner’s best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement.

Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90.

40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called “Extra Work.” Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Owner’s and/or Engineer’s opinion, is necessary for completion of such Extra Work.

When determined by the Owner and/or Engineer to be in the Owner’s best interest, the Owner and/or Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of

Page 263: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-12 ver. 7-21-2014

the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10.

Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner.

40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor’s equipment and personnel, is the most important consideration.

a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR’S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70.

b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport.

c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor’s performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor’s equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway.

40-06 Removal of existing structures. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items.

Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract.

Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work.

40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either:

a. Use such material in another contract item, providing such use is approved by the Owner and/or Engineer and is in conformance with the contract specifications applicable to such use; or,

Page 264: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-13 ver. 7-21-2014

b. Remove such material from the site, upon written approval of the Owner and/or Engineer; or

c. Use such material for the Contractor’s own temporary construction on site; or,

d. Use such material as intended by the terms of the contract.

Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Owner’s and/or Engineer’s approval in advance of such use.

Should the Owner and/or Engineer approve the Contractor’s request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site.

Should the Owner and/or Engineer approve the Contractor’s exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used.

It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c.

The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications.

40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner.

END OF SECTION 40

Page 265: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-14 ver. 7-21-2014

This page intentionally left blank.

Page 266: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-15 ver. 7-21-2014

Section 50

Control of Work

50-01 Authority of the Engineer. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the contract.

The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements.

50-02 Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications.

If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer’s determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer’s opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable.

If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer’s written orders.

For the purpose of this subsection, the term “reasonably close conformity” shall not be construed as waiving the Contractor’s responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer’s responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor’s execution of the work, when, in the Engineer’s opinion, such compliance is essential to provide an acceptable finished portion of the work.

For the purpose of this subsection, the term “reasonably close conformity” is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications.

All defined tolerances shall apply before, during, and after incorporation of the materials into the work. It is the intent of the specifications that all materials meet all of the requirements of the specifications after all material has been set in place in its final form.

The Owner and/or Engineer will not be responsible for the Contractor’s means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto.

50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. It is the intent of these plans and specifications to ensure that construction,

Page 267: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-16 ver. 7-21-2014

demolition, and all associated materials, equipment, and appurtenances are completed and installed in compliance with all applicable local, state, and federal regulations. In case of discrepancy or conflicting information, the most stringent requirement shall govern. If it is not readily apparent which requirement is most stringent, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern.

From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final.

50-04 Cooperation of Contractor. The Contractor will be supplied with digital copies each of the plans and specifications and shall be responsible for printing his or her own hard copies of each. The Contractor shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction.

The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Owner, Engineer, inspectors, and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Owner and/or Engineer or his or her authorized representative.

50-05 Cooperation between contractors. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract.

When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed.

Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project.

The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others.

50-06 Construction layout and stakes. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor’s guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor shall furnish, at its expense, all horizontal and vertical control, all staking and layout of construction work called for on the plans and in accordance with Section 01725 titled FIELD SURVEYING and as more stringently required herein or as necessary to properly and adequately control the work. The Engineer and Owner shall not be responsible for such work.

The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications.

Page 268: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-17 ver. 7-21-2014

The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor’s surveyor. Survey(s) and notes shall be provided in the following format(s): AutoCAD and PDF. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner.

No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract.Construction Staking and Layout includes but is not limited to:

a. Clearing and Grubbing perimeter staking

b. Rough Grade slope stakes at 100-foot stations

c. Drainage Swales slope stakes and flow line blue tops at 50-foot stations

Subgrade blue tops at 25-foot stations and 25-foot offset distance (maximum) for the following section locations:

a. Runway – minimum five (5) per station

b. Taxiways – minimum three (3) per station

c. Holding apron areas – minimum three (3) per station

d. Roadways – minimum three (3) per station

Base Course blue tops at 25-foot stations and 25-foot offset distance (maximum) for the following section locations:

a. Runway – minimum five (5) per station

b. Taxiways – minimum three (3) per station

c. Holding apron areas – minimum three (3) per station

Pavement areas:

a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot stations.

b. Between Lifts at 25-foot stations for the following section locations:

(1) Runways – each paving lane width

(2) Taxiways – each paving lane width

(3) Holding areas – each paving lane width

c. After finish paving operations at 50-foot stations:

(1) All paved areas – Edge of each paving lane prior to next paving lot

d. Shoulder and safety area blue tops at 50-foot stations and at all break points with maximum of 50-foot offsets.

e. Fence lines at 100-foot stations minimum.

f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull boxes and manholes.

g. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes.

Page 269: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-18 ver. 7-21-2014

h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting).

i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (that is, paving lane).

The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor.

Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Owner and/or Engineer without additional cost to the Owner.

50-07 Automatically controlled equipment. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract.

50-08 Authority and duties of inspectors. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor.

Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision.

50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. The Owner and/or Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection.

If the Owner and/or Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor’s expense.

Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor’s expense unless the Owner’s representative failed to inspect after having been given reasonable notice in writing that the work was to be performed.

Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract.

The Owner and/or his or her authorized representative shall have full authority to inspect all materials on the project site, test all materials at as many locations and at any frequency he deems necessary to satisfy himself that the final in-place product meets the requirements of the plans and specifications.

50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section.

Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be

Page 270: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-19 ver. 7-21-2014

removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70-14 titled CONTRACTOR’S RESPONSIBILITY FOR WORK of Section 70.

No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Owner and/or Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor’s expense.

Upon failure on the part of the Contractor to comply with any order of the Owner and/or Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor.

50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment.

The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense.

50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times.

In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations.

All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work.

50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the Owner and/or Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists.

Should the Contractor fail to respond to the Owner’s and/or Engineer’s notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor.

50-14 Partial acceptance. The completion of any work period and subsequent usage by the Owner does not define final acceptance of the work in that phase. Partial final acceptance shall be issued at the completion of each bid schedule. Prior to partial acceptance, a pre-final inspection of all phases withing the bid schedule will be performed and all associative corrective items must be completed. The entire project will be accepted once all bid schedules are complete, a final inspection of the entire project has occurred, and all associated punch list items have been completed to the satisfaction of the airport management and owner’s representative.

If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Owner and/or Engineer to make final inspection of that unit. If the Owner and/or Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Owner and/or

Page 271: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-20 ver. 7-21-2014

Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract.

50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection.

If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. In such event, the Engineer will make the recommendation for final acceptance and notify the Contractor in writing of the Owner’s acceptance as of the date of final inspection.

50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances.

Nothing in this subsection shall be construed as a waiver of the Contractor’s right to dispute final payment based on differences in measurements or computations.

50-17 Cost reduction incentive. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding.

On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal.

Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project.

As a minimum, the following information shall be submitted by the Contractor with each proposal:

a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each.

b. An itemization of the contract requirements that must be changed if the proposal is adopted.

c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes.

d. A statement of the time by which a change order adopting the proposal must be issued.

Page 272: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-21 ver. 7-21-2014

e. A statement of the effect adoption of the proposal will have on the time for completion of the contract.

f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them.

The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted.

The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor’s cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected.

The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer’s judgment such prices do not represent a fair measure of the value of the work to be performed or deleted.

The Owner may require the Contractor to share in the Owner’s costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract.

If the Contractor’s cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer’s approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner.

The Contractor’s 50% share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work.

Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. ]

END OF SECTION 50

Page 273: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-22 ver. 7-21-2014

This page intentionally left blank.

Page 274: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-23 ver. 7-21-2014

Section 60

Control of Materials

60-01 Source of supply and quality requirements. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed).

In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials.

For projects funded under the Airport Improvement Program (AIP), Contractor shall supply steel and manufactured products that conform to the Buy American provisions established under 49 USC Section 50101 as follows: “Steel products must be 100% U.S. domestic product Manufactured Products. Preference shall be given to products that are 100% manufactured and assembled in the U.S. Manufactured products not meeting the 100% U.S. domestic preference may only be used on the project if the FAA has officially granted a permissible waiver to Buy American Preferences. Submittals for all manufactured products must include certification of compliance with Buy American requirements as established under 49 USC Section 50101. Submittal must include sufficient information to confirm compliance or submittal will be returned with no action.

At the Engineer’s option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources.

The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is:

a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and,

b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number.

60-02 Samples, tests, and cited specifications. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Owner and/or Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Owner and/or Engineer shall be performed at the Contractor’s risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Owner and/or Engineer, shall be removed at the Contractor’s expense.

Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer Owner.

The Contractor shall notify the Owner when items of work are ready for acceptance testing. Passing acceptance tests shall be paid for by the Owner. The cost of failing acceptance tests and re-testing shall be at the expense of the Contractor and deducted from the amount due the Contractor at the time of final payment.

The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor’s representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests

Page 275: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-24 ver. 7-21-2014

will be furnished to the Contractor’s representative at their request after review and approval of the Owner.

The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests.

60-03 Certification of compliance. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer’s certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified.

Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not.

The form and distribution of certificates of compliance shall be as approved by the Engineer.

When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish the specified “brand name,” the Contractor shall be required to furnish the manufacturer’s certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to:

a. Conformance to the specified performance, testing, quality or dimensional requirements; and,

b. Suitability of the material or assembly for the use intended in the contract work.

Should the Contractor propose to furnish an “or equal” material or assembly, the Contractor shall furnish the manufacturer’s certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed “or equal” is suitable for use in the work.

The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance.

60-04 Plant inspection. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly.

Should the Engineer conduct plant inspections, the following conditions shall exist:

a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials.

b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished.

c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant.

It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications.

Page 276: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-25 ver. 7-21-2014

60-05 Engineer’s field office. The Contractor shall furnish for the duration of the project one building for the use of the field Engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. The Contractor shall furnish facsimile (FAX) machine, photocopy machine, water, sanitary facilities, heat, air conditioning, and electricity.

60-06 Storage of materials. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Owner and/or Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor’s plant and parked equipment or vehicles shall be as directed by the Owner and/or Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Owner and/or Engineer a copy of the property Owner’s permission.

All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property.

60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer.

Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work.

60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified.

All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used.

After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor’s handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor’s handling, storage, or use of Owner-furnished materials.

END OF SECTION 60

Page 277: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-26 ver. 7-21-2014

This page intentionally left blank.

Page 278: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-27 ver. 7-21-2014

Section 70

Legal Regulations and Responsibility to Public

70-01 Laws to be observed. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants, and the Engineer against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor’s employees.

70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work.

70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold harmless the Owner, Engineer, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner and Engineer for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work.

70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows:

Utility Service or Facility Person to Contact Owner’s Emergency Contact FAA-NAVAIDS Brian Holder (281) 253-6464

IAH – Operations Bob Watkins (281) 233-1148 IAH

24-hour Emergency Dispatch Service (Emergency Notification of Service

Interruption – Data & Telecom)

Operator (281) 230-3024

HOU - Operations Operator (713) 410-1978 HOU Airport Police Operator (713) 845-6800 EFD – Operations Operations (281) 433-1612 EFD - Operations Shawn Chittum (713) 847-4211

Centerpoint Energy Utility Coordinating

Committee (713) 223-8377

AT&T Texas / SWBT Damage Prevention (800) 344-8377

Except as listed abovenoted in the plans, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Owner and/or Engineer.

Page 279: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-28 ver. 7-21-2014

Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Owner and/or Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work.

70-05 Federal aid participation. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner’s request to the FAA. In consideration of the United States Government’s (FAA’s) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work.

As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications.

No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract.

70-06 Sanitary, health, and safety provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction.

Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety.

70-07 Public convenience and safety. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration.

The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter.

70-08 Barricades, warning signs, and hazard markings. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 4 feet apart. Barricades, warning signs, and markings shall be paid for in accordance with Section 01555 titled Traffic Control and Regulation.

For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD).

When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings, current edition, latest change.

Page 280: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-29 ver. 7-21-2014

The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor’s parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction, current edition, latest change.

The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2, current edition, latest change.

The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Owner and/or Engineer.

Open-flame type lights shall not be permitted.

70-09 Use of explosives. Explosives are prohibited on the Airport and may not be used for this project. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives.

All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy.

The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury.

The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property.

70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed.

The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted.

When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner.

70-11 Responsibility for damage claims. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the “Workmen’s Compensation Act,” or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have

Page 281: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-30 ver. 7-21-2014

been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance.

70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract.

70-13 Opening sections of the work to traffic. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such “phasing” of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as displayed in the contract plan sets.

Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50.

No portion of the work may be opened by the Contractor for public use until ordered by the Owner and/or Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer Owner, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense.

The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work.

Contractor shall be required to conform to safety standards contained AC 150/5370-2, current edition, latest change (see Special Provisions).

Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic.

70-14 Contractor’s responsibility for work. Until the Engineer’s Owner’s final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities.

If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury.

Page 282: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-31 ver. 7-21-2014

70-15 Contractor’s responsibility for utility service and facilities of others. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities.

To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows:

Utility Service or Facility Person to Contact Owner’s Emergency Contact FAA-NAVAIDS Brian Holder (281) 253-6464

IAH & EFD – Operations Operations (281) 233-1131 IAH

24-hour Emergency Dispatch Service (Emergency Notification of Service

Interruption – Data & Telecom)

Operator (281) 230-3024

HOU - Operations Operator (713) 410-1978 HOU Airport Police Operator (713) 845-6800

It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service.

It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Owner and/or Engineer.

In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners.

Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor’s opinion, the Owner’s assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner’s PERSON TO CONTACT no later than two normal business days prior to the Contractor’s commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Owner and/or Engineer.

The Contractor’s failure to give the two days’ notice shall be cause for the Owner to suspend the Contractor’s operations in the general vicinity of a utility service or facility.

Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to the Contractor’s operations.

Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Owner and/or Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The

Page 283: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-32 ver. 7-21-2014

Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner.

The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety.

70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of the project may include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the execution of the project work, shall comply with the following:

a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities.

b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point-of-Contact through the airport Owner a minimum of seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages.

c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA Point-of-Contact a minimum of 72 hours prior to the time of the required outage.

d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the Contractor’s equipment or personnel whether by negligence or accident will require the Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA.

e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point-of-Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice.

70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor’s operations.

70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner.

70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach.

The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner’s rights under any warranty or guaranty.

70-19 Environmental protection. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to

Page 284: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-33 ver. 7-21-2014

prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter.

70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior.

Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Owner and/or Engineer. The Owner and/or Engineer will immediately investigate the Contractor’s finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed.

Should the Owner order suspension of the Contractor’s operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80.

END OF SECTION 70

Page 285: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-34 ver. 7-21-2014

This page intentionally left blank.

Page 286: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-35 ver. 7-21-2014

Section 80

Execution and Progress

80-01 Subletting of contract. The Owner and Engineer will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative(s) who is duly authorized to receive and execute orders of the Engineer.

The Contractor shall provide copies of all subcontracts to the Owner and/or Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost.

Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner.

80-02 Notice to proceed. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Notice to Proceed shall be issued by the Owner. The Contractor shall begin the work to be performed under the contract within 10 days of the on the date set by the Engineer Owner in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 48 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner.

80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer’s approval within 10 Calendar days after the effective date of the notice to proceed. The Contractor’s progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal.

If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer’s request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 48 hours in advance of resuming operations.

The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner.

80-04 Limitation of operations. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport.

When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Owner and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70.

When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor’s operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the

Page 287: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-36 ver. 7-21-2014

Contractor’s operations on a continuous basis and will therefore be closed to aircraft operations intermittently as shown in the contract plan sets

Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction, current edition, latest change (see Special Provisions).

80-04.1 Operational safety on airport during construction. All Contractors’ operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP.

The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures.

The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures.

No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer.

80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications.

All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily.

Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer.

Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders.

In addition, the following requirements shall apply concerning all workers utilized on the project:

a. The Contractor shall provide and maintain, at all times on the project site of the work during its

progress, adequate and competent superintendence of all operations for and in connection with the

work. The Contractor shall provide a capable superintendent acceptable to the Owner. Such

representative shall be able to read, write and speak English fluently and shall be authorized to

receive instructions from the Engineer or his authorized representative. Said superintendent shall

have authority to see that the work is carried out in accordance with the Contract Documents and in a

thorough and workmanlike manner in every respect.

b. Incompetent, disorderly, intemperate or incorrigible employees of any authority level shall be

dismissed from the project by the Contractor or his representative when requested by the Engineer or

the Owner, and such persons shall not again be permitted to return to the work site without the written

consent of the Owner.

c. Any Contractor or subcontractor employee who violates the security and/or badging regulations of

the Airport will be removed from the Airport and not allowed back on Airport property without the prior

approval of the Owner.

Page 288: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-37 ver. 7-21-2014

d. The Contractor shall provide at the request of the Owner such reasonable information about his

employees as may be necessary, including in part, name, address and eligibility to work on federally

funded projects.

e. Any employee of the Contractor or any subcontractors who violate the badging requirements or

leaves unbadged individuals in the Airport Operations Area (AOA) or the Secured Identification

Display Area (SIDA) without properly badged individuals serving as escorts will be removed from the

Airport and not be allowed back onto the Airport without prior approval by the Owner and/or TSA.

All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use.

When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications.

When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection.

80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract.

In the event that the Contractor is ordered by the Owner or Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer’s order to suspend work to the effective date of the Engineer’s order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer’s order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor’s claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications.

If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport.

Page 289: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-38 ver. 7-21-2014

80-07 Determination and extension of contract time. The number of calendar Calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME.

Should the contract time require extension for reasons beyond the Contractor’s control, it shall be adjusted as follows:

a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK).

The Engineer shall base his or her weekly statement of contract time charged on the following considerations:

(1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor’s control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time.

(2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed.

(3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed.

(4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50.

(5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or her objections to the Engineer’s weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor.

The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment.

b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the effective dates of the Owner’s orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded.

At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance.

c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete.

Page 290: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-39 ver. 7-21-2014

If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor’s plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion.

Normal inclement weather days shall be established by the Contractor obtaining the previous ten (10) years of inclement weather data from the nearest National Oceanographic and Atmospheric Administration (NOAA) site and averaging the previous ten (10) years of each type of inclement weather for each month and comparing it to each month of construction activities to determine if the number of inclement weather days occurring in any given month exceeds the average for that month over the past ten (10) years for that type of inclement weather, i.e. rain, snow, etc. If the Contractor is unable to work at least 50% of the normal work day on pre-determined controlling work items due to abnormal inclement weather conditions, the Contractor may not be charged a Calendar day provided the Contractor submits the required data and records documenting abnormal inclement weather.

80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract.

HOU 460C

Schedule/Phase/Milestone Liquidated Damages Cost Allowed Construction Time

Bid Schedule 1 complete $2,000 per Calendar Day 15 Calendar Days

Bid Schedule 2 complete $2,000 per Calendar Day 22 Calendar Days

Bid Schedule 3 complete $2,000 per Calendar Day 76 Calendar Days

Bid Schedule 4 complete $2,000 per Calendar Day 55 Calendar Days

Bid Schedule 5 complete $2,000 per Calendar Day 33 Calendar Days

Bid Schedule 6 complete $2,000 per Calendar Day 15 Calendar Days

Bid Schedule 7 complete $2,000 per Calendar Day 44 Calendar Days

Bid Schedule 8 complete $2,000 per Calendar Day 32 Calendar Days

Page 291: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-40 ver. 7-21-2014

Bid Schedule 9 complete $2,000 per Calendar Day 20 Calendar Days

Bid Schedule 10 complete $2,000 per Calendar Day 35 Calendar Days

Bid Schedule 11 complete $2,000 per Calendar Day 20 Calendar Days

Bid Schedule 12 complete $2,000 per Calendar Day 32 Calendar Days

IAH 460C

Schedule/Phase/Milestone Liquidated Damages Cost Allowed Construction Time

Bid Schedule 1 complete $5,000 per Calendar Day 50 Calendar Days

Bid Schedule 2 complete $5,000 per Calendar Day 32 Calendar Days

Bid Schedule 3 complete $5,000 per Calendar Day 30 Calendar Days

Bid Schedule 4 complete $5,000 per Calendar Day 70 Calendar Days

Bid Schedule 5 complete $5,000 per Calendar Day 14 Calendar Days

Bid Schedule 6 complete $5,000 per Calendar Day 57 Calendar Days

Bid Schedule 7 complete $5,000 per Calendar Day 62 Calendar Days

Bid Schedule 8 complete $5,000 per Calendar Day 57 Calendar Days

Bid Schedule 9 complete $5,000 per Calendar Day 15 Calendar Days

Bid Schedule 10 complete $5,000 per Calendar Day 15 Calendar Days

EFD 460C

Schedule/Phase/Milestone Liquidated Damages Cost Allowed Construction Time

Base Bid $1,000 per Calendar Day 21 Calendar Days

Bid Alternates 1 and 2 $1,000 per Calendar Day 50 Calendar Days

The maximum construction time allowed for Schedules will be the sum of the time allowed for individual schedules but not more than the summation of days allotted for each awarded bid schedule (excluding the time periods between Notices to Proceed) consecutive Calendar days from the Notice to Proceed. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract.

Page 292: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-41 ver. 7-21-2014

80-09 Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following, but not limited to, reasons if the Contractor:

a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or

b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or

c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or

d. Discontinues the execution of the work, or

e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or

f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or

g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or

h. Makes an assignment for the benefit of creditors, or

i. For any other cause whatsoever, fails to carry on the work in an acceptable manner.

Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for considering the Contractor in default and the Owner’s intentions to terminate the contract.

If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor’s failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner.

All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess.

80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense.

When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered.

Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor.

Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer.

Page 293: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-42 ver. 7-21-2014

Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed.

80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum of 400 feet from the centerline of an active runway and outside the Taxiway Object Free Area (TOFA) of any active taxiways. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time.

END OF SECTION 80

Page 294: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-43 ver. 7-21-2014

Section 90

Measurement and Payment

Refer to Specification 01270 – Measurement and Payment

90-01 Measurement of quantities. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units.

The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice.

Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer.

Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions.

Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed.

In computing volumes of excavation the average end area method or other acceptable methods will be used.

The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch.

The term “ton” will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark.

Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery.

When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used.

Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60°F or will be corrected to the volume at 60°F using ASTM D1250 for asphalts or ASTM D633 for tars.

Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work.

Page 295: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-44 ver. 7-21-2014

When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities.

Cement will be measured by the ton or hundredweight.

Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece.

The term “lump sum” when used as an item of payment will mean complete payment for the work described in the contract.

When a complete structure or structural unit (in effect, “lump sum” work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings, and accessories, and incidentals to complete the work.

Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section.

When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted.

Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales.

Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not less than 1 pound. The use of spring balances will not be permitted.

Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them.

Scale installations shall have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment.

Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end.

Scales “overweighing” (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1%.

In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded.

All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project.

When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the

Page 296: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-45 ver. 7-21-2014

Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions.

90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70.

When the “basis of payment” subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications.

90-03 Compensation for altered quantities. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause.

90-04 Payment for omitted items. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner.

Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer’s order to omit or non-perform such contract item.

Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer’s order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner.

In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer’s order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature of the amount of such costs.

90-05 Payment for extra work. Extra work, performed in accordance with the subsection 40-04 titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work.

90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars.

The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor’s work is satisfactorily completed. A subcontractor’s work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the

Page 297: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-46 ver. 7-21-2014

Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed.

From the total of the amount determined to be payable on a partial payment, five (5)ins percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor’s option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance 90 percent of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted.

When at least 95% of the work has been completed, the Engineer shall, at the Owner’s discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done.

The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor.

It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question.

No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section.

The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim.

90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met:

a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site.

b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials.

c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid.

d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled.

e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work.

It is understood and agreed that the transfer of title and the Owner’s payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications.

In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used.

Page 298: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-47 ver. 7-21-2014

No partial payment will be made for stored or stockpiled living or perishable plant materials.

The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection.

90-08 Payment of withheld funds. At the Contractor’s option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner’s deposit of retainage into an escrow account is subject to the following conditions:

a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner.

b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment.

c. The Contractor shall enter into an escrow agreement satisfactory to the Owner.

d. The Contractor shall obtain the written consent of the surety to such agreement.

90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer’s final estimate or advise the Engineer of the Contractor’s objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor’s receipt of the Engineer’s final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer’s estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50.

After the Contractor has approved, or approved under protest, the Engineer’s final estimate, and after the Engineer’s receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment.

Should elements of work require delay in final payment due to seasonal or other reasons, the Owner may retain or withhold an agreed upon amount from items of work associated with the delayed items and hold that retainage, even after final payment less the retained amounts, until the Contractor has fulfilled the elements of work delayed to the satisfaction of the Owner. The Owner shall release the retained amount after all associated work for which the delay item has been accepted by the Owner.

If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50-16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate.

90-10 Construction warranty.

a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier.

b. This warranty shall continue for a period of one year from the date of final acceptance of the all work. If the Owner takes possession of any part of the work before final acceptance, this warranty

Page 299: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-48 ver. 7-21-2014

shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work.

c. The Contractor shall remedy at the Contractor’s expense any failure to conform, or any defect. Inaddition, the Contractor shall remedy at the Contractor’s expense any damage to Owner real or personal property, when that damage is the result of:

(1) The Contractor’s failure to conform to contract requirements; or

(2) Any defect of equipment, material, workmanship, or design furnished by the Contractor.

d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of thisclause. The Contractor’s warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement.

e. The Owner will notify the Contractor, in writing, within seven (7) Calendar days after the discoveryof any failure, defect, or damage.

f. If the Contractor fails to remedy any failure, defect, or damage within 14 Calendar days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor’s expense.

g. With respect to all warranties, express or implied, from subcontractors, manufacturers, orsuppliers for work performed and materials furnished under this contract, the Contractor shall:

(1) Obtain all warranties that would be given in normal commercial practice;

(2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and

(3) Enforce all warranties for the benefit of the Owner.

h. This warranty shall not limit the Owner’s rights with respect to latent defects, gross mistakes, orfraud.

90-11 Project closeout. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor’s final submittal. The Contractor shall:

a. Provide two (2) copies of all manufacturer’s warranties specified for materials, equipment, and

installations.

b. Provide weekly payroll records (not previously received) from the general Contractor and all

subcontractors.

c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP.

d. Complete all punch list items identified during the Final Inspection.

e. Provide complete release of all claims for labor and material arising out of the Contract.

f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the

Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the

project.

g. When applicable per state requirements, return copies of sales tax completion forms.

h. Manufacturer's certifications for all items incorporated in the work.

i. All required record drawings, as-built drawings or as-constructed drawings.

j. Project Operation and Maintenance (O&M) Manual.

k. Security for Construction Warranty.

Page 300: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-49 ver. 7-21-2014

l. Equipment commissioning documentation submitted, if required.

m. Additional closeout requirements per Section 01770 titled CONTRACT CLOSEOUT.

END OF SECTION 90

Page 301: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-50 ver. 7-21-2014

THIS PAGE INTENTIONALLY LEFT BLANK.

Page 302: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-51 ver. 7-21-2014

Section 100

Contractor Quality Control Program

100-01 General. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The Contractor shall also be required to meet the requirements of Section 01450 titled CONTRACTOR’S QUALITY CONTROL.

The intent of this section is to enable the Contractor to establish a necessary level of control that will:

a. Adequately provide for the production of acceptable quality materials.

b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met.

c. Allow the Contractor as much latitude as possible to develop his or her own standard of control.

The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed, accepted and a written finding of no objection to the Quality Control Program is provided by the Engineer.

The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer or Owner.

Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner’s representative and the FAA prior to or at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop.

100-02 Description of program.

a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control.

b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least 10 calendar days before the Preconstruction Conference. The Contractor’s Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP).

Page 303: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-52 ver. 7-21-2014

The Quality Control Program shall be organized to address, as a minimum, the following items:

a. Quality control organization

b. Project progress schedule

c. Submittals schedule

d. Inspection requirements

e. Quality control testing plan

f. Documentation of quality control activities

g. Requirements for corrective action when quality control and/or acceptance criteria are not met

The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract.

The cost of development, administration and/or performance of the Contractor Quality Control Program shall not be paid for separately but shall be incidental to the various bid items.

100-03 Quality control organization. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel.

The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization.

The quality control organization shall, as a minimum, consist of the following personnel:

a. Program Administrator. The Program Administrator shall be a full-time on-site employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract.

Additional qualifications for the Program Administrator shall include at least one of the following requirements:

(1) Professional Engineer with one (1) year of airport paving experience.

(2) Engineer-in-training with two (2) years of airport paving experience.

(3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction.

(4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET).

(5) Highway materials technician certified at Level III by NICET.

(6) Highway construction technician certified at Level III by NICET.

(7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience.

The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract

Page 304: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-53 ver. 7-21-2014

plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem.

b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2) years of experience in their area of expertise.

The quality control technicians shall report directly to the Program Administrator and shall perform the following functions:

(1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06.

(2) Performance of all quality control tests as required by the technical specifications and subsection 100-07.

(3) Performance of density tests for the Engineer when required by the technical specifications.

Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification.

c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements.

100-04 Project progress schedule. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration.

The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract.

100-05 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include:

a. Specification item number

b. Item description

c. Description of submittal

d. Specification paragraph requiring submittal

e. Scheduled date of submittal

100-06 Inspection requirements. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07.

Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements:

Page 305: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-54 ver. 7-21-2014

a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used.

b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used.

100-07 Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes.

The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following:

a. Specification item number (for example, P-401)

b. Item description (for example, Plant Mix Bituminous Pavements)

c. Test type (for example, gradation, grade, asphalt content)

d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable)

e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated)

f. Responsibility (for example, plant technician)

g. Control requirements (for example, target, permissible deviations)

The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing.

All quality control test results shall be documented by the Contractor as required by subsection 100-08.

100-08 Documentation. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken.

These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor’s Program Administrator.

Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records:

a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician’s daily

Page 306: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-55 ver. 7-21-2014

reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following:

(1) Technical specification item number and description

(2) Compliance with approved submittals

(3) Proper storage of materials and equipment

(4) Proper operation of all equipment

(5) Adherence to plans and technical specifications

(6) Review of quality control tests

(7) Safety inspection.

The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed.

The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record.

b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information:

(1) Technical specification item number and description

(2) Test designation

(3) Location

(4) Date of test

(5) Control requirements

(6) Test results

(8) Causes for rejection

(9) Recommended remedial actions

(10) Retests

Test results from each day’s work period shall be submitted to the Engineer prior to the start of the next day’s work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator.

100-09 Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications.

The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control.

When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts.

100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose.

Page 307: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-56 ver. 7-21-2014

Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor’s or subcontractor’s work.

100-11 Noncompliance.

a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice.

b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may:

(1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors.

(2) Order the Contractor to stop operations until appropriate corrective actions are taken.

END OF SECTION 100

Page 308: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-57 ver. 7-21-2014

SECTION 105

Mobilization

105-1 Description. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items.

105-1.1 Posted notices. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster “Equal Employment Opportunity is the Law” in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL “Notice to All Employees” Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner.

105-2 Basis of measurement and payment. Based upon the contract lump sum price for “Mobilization” partial payments will be allowed as follows:

a. With first pay request, 25%.

b. When 25% or more of the original contract is earned, an additional 25%.

c. When 50% or more of the original contract is earned, an additional 40%.

d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as

required by 90-11, the final 10%.

Mobilization and General Conditions shall be measured and paid in accordance with Item G-100,

Mobilization and General Conditions.

END OF SECTION 105

Page 309: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-58 ver. 7-21-2014

INTENTIONALLY LEFT BLANK

Page 310: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-59 ver. 7-21-2014

Section 110

Method of Estimating Percentage of Material

Within Specification Limits (PWL)

Spreadsheets for PWL calculations are available at the following website:

http://www.faa.gov/airports/engineering/design_software/.

110-01 General.

Refer to Specification 01457 – Estiamting Percentage of Material Within Specification Limts (PWL)

When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or QU for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure.

There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor’s risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner’s risk is the probability that material produced at the rejectable quality level is accepted.

It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor’s risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified.

110-02 Method for computing PWL. The computational sequence for computing PWL is as follows:

a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification.

b. Locate the random sampling position within the sublot in accordance with the requirements of the specification.

c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification.

d. Find the sample average (X) for all sublot values within the lot by using the following formula:

X = (x1 + x2 + x3 + . . .xn) / n

Where: X = Sample average of all sublot values within a lot

x1, x2 = Individual sublot values

n = Number of sublots

e. Find the sample standard deviation (Sn) by use of the following formula:

Page 311: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-60 ver. 7-21-2014

Sn = [(d12 + d2

2 + d32 + . . .dn

2)/(n-1)]1/2

Where: Sn = Sample standard deviation of the number of sublot values in the set

d1, d2 = Deviations of the individual sublot values x1, x2, … from the average value X

that is: d1 = (x1 - X), d2 = (x2 - X) … dn = (xn - X)

n = Number of sublots

f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula:

QL = (X - L) / Sn

Where: L = specification lower tolerance limit

Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL.

g. For double-sided specification limits (that is, L and U), compute the Quality Indexes QL and QU by use of the following formulas:

QL = (X - L) / Sn and

QU = (U - X) / Sn

Where: L and U = specification lower and upper tolerance limits

Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and QU, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below PU for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or PU. Determine the PWL by use of the following formula:

PWL = (PU + PL) - 100

Where: PL = percent within lower specification limit

PU = percent within upper specification limit

EXAMPLE OF PWL CALCULATION

Project: Example Project

Test Item: Item P-401, Lot A.

A. PWL Determination for Mat Density.

1. Density of four random cores taken from Lot A.

A-1 = 96.60

A-2 = 97.55

A-3 = 99.30

A-4 = 98.35

n = 4

2. Calculate average density for the lot.

X = (x1 + x2 + x3 + . . .xn) / n

Page 312: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-61 ver. 7-21-2014

X = (96.60 + 97.55 + 99.30 + 98.35) / 4

X = 97.95% density

3. Calculate the standard deviation for the lot.

Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2

Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2

Sn = 1.15

4. Calculate the Lower Quality Index QL for the lot. (L=96.3)

QL = (X -L) / Sn

QL = (97.95 - 96.30) / 1.15

QL = 1.4348

5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4.

PWL = 98

B. PWL Determination for Air Voids.

1. Air Voids of four random samples taken from Lot A.

A-1 = 5.00

A-2 = 3.74

A-3 = 2.30

A-4 = 3.25

2. Calculate the average air voids for the lot.

X = (x1 + x2 + x3 . . .n) / n

X = (5.00 + 3.74 + 2.30 + 3.25) / 4

X = 3.57%

3. Calculate the standard deviation Sn for the lot.

Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]1/2

Sn = [(2.04 + 0.03 + 1.62 + 0.10) / 3]1/2

Sn = 1.12

4. Calculate the Lower Quality Index QL for the lot. (L= 2.0)

QL = (X - L) / Sn

QL = (3.57 - 2.00) / 1.12

QL = 1.3992

5. Determine PL by entering Table 1 with QL = 1.41 and n = 4.

PL = 97

6. Calculate the Upper Quality Index QU for the lot. (U= 5.0)

QU = (U - X) / Sn

QU = (5.00 - 3.57) / 1.12

QU = 1.2702

7. Determine PU by entering Table 1 with QU = 1.29 and n = 4.

PU = 93

8. Calculate Air Voids PWL

Page 313: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-62 ver. 7-21-2014

PWL = (PL + PU) - 100

PWL = (97 + 93) - 100 = 90

EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178)

Project: Example Project

Test Item: Item P-401, Lot A.

A. Outlier Determination for Mat Density.

1. Density of four random cores taken from Lot A arranged in descending order.

A-3 = 99.30

A-4 = 98.35

A-2 = 97.55

A-1 = 96.60

2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463.

3. Use average density, standard deviation, and test criterion value to evaluate density measurements.

a. For measurements greater than the average:

If (measurement - average)/(standard deviation) is less than test criterion,

then the measurement is not considered an outlier

For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463.

Since 1.174 is less than 1.463, the value is not an outlier.

b. For measurements less than the average:

If (average - measurement)/(standard deviation) is less than test criterion,

then the measurement is not considered an outlier.

For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463.

Since 1.435 is less than 1.463, the value is not an outlier.

Note: In this example, a measurement would be considered an outlier if the density were:

Greater than (97.95 + 1.463 × 1.15) = 99.63%

OR

less than (97.95 - 1.463 × 1.15) = 96.27%.

Page 314: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-63 ver. 7-21-2014

ROUNDING RULE

a. If the digit following the last digit to be kept is 0, 1, 2, 3, or 4, strike out that digit and all the following digits. Example: For the number 28.69248539, if only three decimal places are being kept the number becomes 28.692.

b. If the digit following the last digit to be kept is 6, 7, 8, or 9, increase the last digit to be kept by 1 and strike out all the following digits. Example: For the number 28.69248539, if only one decimal place is being kept the number becomes 28.7.

c. If the digit following the last digit to be kept is 5 and there are digits other than zero to the right of 5, increase the last digit to be retained by 1 and strike out all following digits.

Example: For the number 28.69248539, if five decimal places are being kept the number becomes 28.69249.

d. If the digit following the last digit to be kept is 5 and there are no digits other than zero beyond 5, increase the last digit to be retained by 1 if it is odd or leave it unchanged if it is even. Example: For the number 28.69248500, if five decimal places are being kept the number becomes 28.69248.

Page 315: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-64 ver. 7-21-2014

Table 1. Table for Estimating Percent of Lot Within Limits (PWL)

Percent Within Limits

(PL and PU)

Positive Values of Q (QL and QU)

n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630

97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454

95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914

93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670

91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602

89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653

87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789

85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610

82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882

80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192

78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531

76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896

74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282

72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686

70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105

68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537

66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980

64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432

62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892

60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358

58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829

56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304

54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781

52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260

50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000

Page 316: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-65 ver. 7-21-2014

Percent Within Limits

(PL and PU)

Negative Values of Q (QL and QU)

n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260

48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781

46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042

45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093

41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358

40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892

38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161

37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686

28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192

20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789

13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653

11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115

10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670

7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265

6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635

4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454

3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630

1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362

END OF SECTION 110

Page 317: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS FAA AC 150/5370-10G Project No. 460C GENERAL PROVISIONS

00701-66 ver. 7-21-2014

THIS PAGE INTENTIONALLY LEFT BLANK.

Page 318: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-1 5-10-2019

Document 00800

SUPPLEMENTARY CONDITIONS

The following Paragraphs amend and supplement the May 10, 2019 edition of General Conditions. Unaltered portions of General Conditions remain in effect.

ARTICLE 1 - GENERAL PROVISIONS:

1.1 DEFINITIONS: Insert the following Paragraph 1.1.9.1, 1.1.23, and 1.1.25 reorder the remaining definitions accordingly. Please insert the amended definition of “Specifications”.

1.1.23 Good Faith Efforts. Steps taken to achieve an MBE, WBE, SBE, or PDBE goal or other requirements which, by their scope, intensity, and usefulness, demonstrate the bidder’s responsiveness to fulfill the business opportunity objective, as well as the Contractor’s responsibility to put forth measures to meet or exceed the MBE, WBE, SBE, or PDBE goal (Contract Goal). These steps apply from before a contract’s award, through its duration, and after its conclusion, in the event the Contractor has been unsuccessful in meeting the Contract Goal. These efforts are required whether a Goal Oriented Contract or a Regulated Contract, as defined in the Office of Business Opportunity’s Policy & Procedures Manual, available at http://www.houstontx.gov/obo.

1.1.25 Incidental Work. Work described as incidental shall be work defined in Document 01110 - Summary of Work, that do not have a direct pay item listed in the Document 00410B - Bid Form Part B, or less than 1% of the Contract Price and not capable of being measured. If Work is identified as Incidental Work and also covered by Bid Form Part B quantities, then the unit price item quantities in the Bid Form Part B shall govern.

1.1.45 Specifications. Divisions 01 through 48 of the documents that are incorporated into the Agreement, consisting of written General Requirements and requirements for Products, standards, and workmanship for the Work, and performance of related services. All specifications are amended to include, under the Measurement and Payment Section, the following sentence: “Work described as Incidental Work shall not be paid as a separate unit price item.”

ARTICLE 3 - THE CONTRACTOR

3.5 LABOR: Insert the following Paragraphs, 3.5.3.1.1, 3.5.3.1.2, and 3.5.3.1.3.

Page 319: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-2 5-10-2019

3.5.3.1.1 If the original contract price is greater than One Million Dollars, the Contractor shall make Good Faith Efforts to comply with the City ordinances regarding Minority Business Enterprises (MBE), Women Business Enterprises (WBE), Persons with Disabilities Business Enterprises (PDBE) and Small Business Enterprise (SBE) participation goals which are as follows:

3.5.3.1.1.1 the MBE goal is 24% percent,

3.5.3.1.1.2 the WBE goal is 10% percent, and

3.5.3.1.1.3 the PDBE goal is 0 percent.

3.5.3.1.1.4 The bidder may substitute SBE participation of no more than four percent of the MBE goal, the WBE goal, or portions of the MBE Goal and WBE Goal.

3.5.3.1.1.5 The bidder may not use Native-American-owned firms that are certified as MBEs to meet MBE contract goals. Native-Americans firms can only be used as SBEs in fulfillment of the above stated goals.

3.5.3.1.1.6 The bidder may not use MWSBE Suppliers to account for more than 50% of the MWSBE participation plan.

3.5.3.1.2 The MBE, WBE, PDBE, and SBE goals are unique and specific to this Agreement. The Contractor shall make reasonable efforts to achieve these goals.

3.5.3.1.3 Failure by Contractor to comply with the goals for MBE, WBE, SBE, or PDBE is a material breach of the Agreement, which may result in termination of the Agreement, or such other remedy permitted as the City deems appropriate.

ARTICLE 7 – CHANGES IN THE WORK

7.1. CHANGES: Replace all three Subparagraphs under Paragraph 7.1.2 with the following:

7.1.2.1 a single Change Order that exceeds ten percent of Original Contract Price,

7.1.2.2 a Change Order which, when added to previous Change Orders, exceeds ten percent of Original Contract Price,

7.1.2.3 a Change Order, in which the total value of increases outside of the general scope of work approved by City Council, when added to increases outside the general scope of work approved by City Council in previous Change Orders, exceeds 40 percent of the Original Contract Price, even if the net increase to the Original Contract Price is ten percent or less. In this context, “increase” means an increase in quantity resulting from the addition of locations not within the scope of work approved by City Council, or the addition of types of goods or services not bid as unit price items.

Page 320: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-3 5-10-2019

ARTICLE 8 - TIME

8.1 PROGRESS AND COMPLETION: Insert the following Paragraph 8.1.6.1.

8.1.6.1 Contractor shall credit the City by Change Order for inspection services for overtime work or work performed on Sundays or Legal Holidays. The amount Contractor credits the City will be $82.50 per hour per inspector for inspection services.

ARTICLE 9 - PAYMENTS AND COMPLETION

9.4 APPLICATIONS FOR PAYMENT, STIPULATED PRICE WORK: Insert the following Paragraph 9.4.3.

9.4.3 The City of Houston’s standard payment term is to pay 30 days after receipt of invoice or receipt of goods or services, whichever is later, according to the requirements of the Texas Prompt Payment Act (Texas Government Code, Chapter 2251). However, the City will pay in less than 30 days in return for an early payment discount from vendor as follows:

9.4.3.1 Payment Time - 10 Days: 2% Discount 9.4.3.2 Payment Time - 20 Days: 1% Discount

If the City fails to make a payment according to the early payment schedule above, but does make the payment within the time specified by the Prompt Payment Act, the City shall not receive the discount, but shall pay no other penalty. When the payment date falls on a Saturday, Sunday, or official holiday when City offices are closed and City business is not expected to be conducted, payment may be made on the following business day.

9.12 LIQUIDATED DAMAGES: Insert the following Paragraph 9.12.1.1.

9.12.1.1 The amount of liquidated damages provided in General Conditions Paragraph 9.12.1 payable by Contractor or Surety for each and every day of delay beyond Contract Time, are $2,000.00 per day at HOU, $5,000.00 per day at IAH, and $1,000.00 per day at EFD.

9.13 CONTRACTOR’S INCENTIVES

9.13.2 CLEAN AIR INCENTIVE

9.13.2.1 SPECIAL PROVISION: INCENTIVE FOR USING NONROAD DIESEL EQUIPMENT POWERED BY DIESEL ENGINES THAT MEET EPA TIER 1, 2, 3 STANDARDS, OR A TCEQ-APPROVED RETROFIT EQUIVALENT, IN HOUSTON NONATTAINMENT AREA.

9.13.2.2 PURPOSE, SCOPE AND DURATION. This special provision

Page 321: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-4 5-10-2019

establishes the conditions for the incentive offered to persons performing construction under a City of Houston contract who use nonroad equipment powered by diesel (compression-ignition) engines rated at 50 horsepower or above that meet certain exhaust emission standards. Incentive payments shall only be made for nonroad equipment that is required and used on the Project Site, as more fully described below. This special provision is intended to assist the Houston-Galveston-Brazoria region to attain compliance with the State Implementation Plan mandated under the Clean Air Act, 42 U.S.C. § 7401 et seq.

9.13.2.3 ELIGIBLE EQUIPMENT. 9.13.2.3.1 For purposes of this special provision, “Nonroad Diesel Equipment” means equipment: (a) whose primary design is for operation in non-highway environments and as such, is not titled or licensed by the state of Texas for use on state roadways. (e.g., construction equipment); and (b) that is powered by or that utilizes one or more nonroad diesel-fueled compression-ignition engines that meet the emission standards for oxides of nitrogen (NOx) or non-methane hydrocarbon (NMHC)) + NOx set forth at 40 CFR § 89.112(a) (“Tier 1, 2 or 3 standards”) nonroad engines. Each nonroad engine on each piece of Nonroad Diesel Equipment must meet the Tier 1, 2 or 3 emission standards to qualify for an incentive payment. 9.13.2.3.2 Each engine must be verified by the EPA or California Air Resources Board (CARB) or otherwise accepted by the Texas Commission on Environmental Quality (TCEQ) as meeting the EPA Tier 1, 2 or 3 emission standards, and must be rated as 50 horsepower or above. The engine must be new, rebuilt or remanufactured. A rebuilt or remanufactured engine shall contain only original equipment manufacturer (OEM) components and must have been purchased from the OEM or its authorized dealers/distributors. A rebuilt or remanufactured engine provided by another entity may be accepted, if it has been certified by the TCEQ as meeting the Tier 1, 2 or 3 standards. In addition, retrofitting an existing diesel engine or adding devices to existing nonroad diesel engines will make the equipment eligible for the incentive payment if the retrofit or add-on devices result in air emissions that otherwise meet EPA Tier 1, 2, or 3 standards.

9.13.2.4 NONROAD DIESEL EQUIPMENT MUST BE USED ON THE PROJECT SITE. In order to qualify for incentive payments, all Nonroad Diesel Equipment must be used in the performance of work on the Project as defined under this Contract or on a Project-specific location that supports only the Project and is within one (1) mile of the Project (“Project Site”).

9.13.2.5 DOCUMENTATION

9.13.2.5.1 The Contractor shall furnish, prior to award of the Contract, a list of Nonroad Diesel Equipment that the Contractor proposes to qualify under subsection (2) of this special provision for use in the performance of Project work. The list shall include the following information:

9.13.2.5.1.1 An assigned Contractor-unique identification number, which shall be prominently placed on the exterior of individual pieces of Equipment;

Page 322: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-5 5-10-2019

9.13.2.5.1.2 The dates each piece of Equipment is anticipated to arrive and depart the Project Site, and an indication of whether the Equipment will be used in performance of Project work;

9.13.2.5.1.3 For each piece of Equipment: the make, description, model number, identification number, and model year;

9.13.2.5.1.4 For each engine: the make, model, identification number, model year, horsepower rating, test group (family code); and

9.13.2.5.1.5 Certification by either EPA, CARB or TCEQ, and the Tier 1, 2 or 3 emission standard claimed.

9.13.2.5.2 The Contractor shall also submit to the Project Manager a report with its monthly request or estimate for payment that identifies what Nonroad Diesel Equipment was used on the Project during that month. The monthly reports shall include, but not be limited to, the equipment and engine identification number, how often the equipment was used required on the Project Site; and such other documentation as the Project Manage require. The Project Manager may also require that reports and other documentati submitted in an electronic format acceptable to the Project Manager.

9.13.2.5.3 The Contractor shall provide to the Project Manager, upon re copies of any or all equipment or engine certifications that are the basis for a requ payment. The Contractor shall provide the requested copies within 15 business day receipt of the request.

9.13.2.5.4 Failure of the Contractor to submit a report or other documenta required in this Paragraph 9.13.2.5.4 shall waive the Contractor’s right to receiv incentive payment under this special provision for the period in question. The Houston may inspect each item of Nonroad Diesel Equipment used by the Contra the Project to insure compliance with the terms of this special provision, and to c Contractor’s reports. If the City Engineer reasonably believes that Contractor has pr inaccurate or false information, the City at City Engineer’s sole option, may Contractor’s qualification for the incentive payment, may terminate incentive pay may adjust incentive payments, and take such other action as s/he deems approp

9.13.2.6 INCENTIVE PAYMENT

9.13.2.6.1 The City shall pay Contractor an incentive at the following rate Contractor’s compliance with the terms of this special provision. Except as othe provided, the payment rates shall be calculated by multiplying the units of horsepowe each engine is rated to produce, by the payment rate, which shall increase accord the emission standard as indicated below.

Page 323: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-6 5-10-2019

EPA Tier Or Equivalent

Incentive Payment Rate per Engine Horsepower Rating

1 $0.50 2 $0.75 3 $1.00

9.13.2.6.2 The Project Manager shall review the requests for payment to confirm that the Nonroad Diesel Equipment is eligible and was required to support the Project work. The Project Manager shall adjust any request for payment for an incentive for use of Nonroad Diesel Equipment as provided in Paragraph 9.13.2.5.3. The Project Manager may reject any request for an incentive payment if the Project Manager deems the Equipment is ineligible. Contractor may protest in writing any adjustment within 30 calendar days of receipt of the adjusted incentive payment. Contractor shall be deemed to have accepted the adjusted incentive payment if no protest is received by the Project Manager within the 30-day period.

9.13.2.6.3 The Project Manager shall adjust the calculation of any incentive payment for any Nonroad Diesel Equipment that was on the Project Site for less than 30 calendar days. For example, adjustments shall be made for eligible equipment that arrives or was not used on the Project Site until after the 1st day of a month or leaves or is not used on the Project site before the last day of the month. The incentive payment shall be reduced as follows:

a. When the total is 7 calendar days or less, the incentive payment rateshall be multiplied by 0.10.

b. When the total is 8 calendar days or more but 15 calendar days or less,the incentive payment rate shall be multiplied by 0.25.

c. When the total is 16 calendar days or more but 22 calendar days orless, the incentive payment rate shall be multiplied by 0.50.

d. When the total is 23 calendar days or more but less than the entiremonth, the incentive payment rate shall be multiplied by 0.75.

(Example: A 125 h.p. front-end loader, rated at Tier 2, was used for 20 calendar days on a project. The contractor incentive would be ($0.75 X 125h.p. =$93.75 X 0.50 adj. factor for days of use = $46.88.)

9.13.2.6.4 The incentive payments under this special provision shall not exceed a total amount set out in Document 00410 – Bid Form, Part B. or a total of 1% of the Total Bid Price.

ARTICLE 11 - INSURANCE AND BONDS:

11.2 INSURANCE TO BE PROVIDED BY CONTRACTOR:

11.2.8 Delete Paragraph 11.2.8 and replace with the following:

Page 324: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-7 5-10-2019

“11.2.8 Endorsement of Primary Insurance: Each policy except Workers’ Compensation Insurance must contain an endorsement that the policy is primary insurance to any other insurance available to additional insured with respect to claims arising under the Contract.”

Delete Table 1 and add following Table 1 in place thereof: TABLE 1

REQUIRED COVERAGES (Coverage) (Limit of Liability)

.1 Workers’ Compensation Statutory Limits for Workers’ Compensation

.2 Employer’s Liability Bodily Injury by Accident $1,000,000 (each accident) Bodily Injury by Disease $1,000,000 (policy limit) Bodily Injury by Disease $1,000,000 (each employee)

.3 Commercial General Liability: Including Contractor’s Protective, Broad Form Property Damage, Contractual Liability, Explosion, Underground and Collapse, Bodily Injury, Personal Injury, Products, and Completed Operations (for a period of one year following completion of the Work) “and property damage coverage for aircraft located on airport property.”

Combined single limit of $1,000,000 (each occurrence), subject to general aggregate of $2,000,000; Products and Completed Operations $1,000,000 aggregate.

.4 Owner’s and Contractor’s Protective Liability

$1,000,000 combined single limit each Occurrence/ aggregate

.5 Installation Floater (Unless alternative coverage by City Attorney)

Value of stored equipment or material, listed on Certificates of Payments, but not yet incorporated into the Work

.6 Automobile Liability Insurance: (For automobiles furnished by Contractor in course of his performance under the Contract, including Owned, Non-owned, and Hired Auto coverage)

$1,000,000 combined single limit each occurrence for (1) Any Auto or (2) All Owned, Hired, and Non-Owned Autos. *increase to $10,000,000 for runway, taxiway, ramp, apronor in vicinity of aircraft construction projects.

.7 Excess Coverage (This coverage is not required if 8(c) below is required)

$1,000,000 each occurrence/combined aggregate in excess of limits specified for Employer’s Liability, Commercial General Liability, and Automobile Liability

.8 Optional Coverages (Required when checked)

Page 325: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-8 5-10-2019

(a) Contractor’s Pollution Liabilityincluding pollution coverage forContractual Liability, Clean-up costs,Abatement, Transport and Non-owneddisposal sites. Including Bodily InjuryLiability, Property Damage Liabilityand environmental damage arisingfrom pollution conditions caused inperformance of operations. IncludeAsbestos and Lead if part ofoperations.

(MCS-90 endorsement:To Auto Policy and removal ofPollution Exclusion)

$1,000,000 each occurrence

$1,000,000 CSL

(b) Property & Casualty Coverage:"All Causes of Loss" Builders Risk Form for directing physical change to buildingor plant construction on Work siteand/or all land improvements includingall work. [Including but not limited toearthquake, flood, boiler andmachinery--including testing, damage to existing or adjoining property, timeelement coverage, collapse, soft costs(management, architecture, financialcosts, pre-opening costs, etc.), transitcoverage, off-site storage].

100% Contract price, including all change orders

X (c) Increased Excess Coverage $10,000,000 each occurrence aggregate in excess of limits specified for Employer’s Liability, Commercial General Liability, and Automotive Liability

*Defense costs are excluded from face amount of policy. Aggregate Limits are per 12-month policy periodunless otherwise indicated.

*Use Builder's Risk insurance for projects that include lift stations, plant or facility work. Include BuildingWage rates in the project manual

*Flood Hazard Insurance: Contractor shall apply for flood insurance on all insurable structures built underthe Contract. A copy of the completed application must be provided to City Engineer before commencingconstruction of the Work. Contractor shall obtain flood hazard insurance as soon as possible and submit acopy of the policy to City Engineer.Use Flood Hazard Insurance only for projects that include structures. Do not include Flood Insurance forline projects, projects outside of the 100-year floodplain, or projects with structures less than $10,000 invalue.

11.5 MAINTENANCE BONDS: Insert the following Paragraph 11.5.2.

11.5.2 One-year Surface Correction Bond: Contractor shall provide, on the City standard form, an additional one year Bond in an amount equal to four percent of the Original Contract Price or cost of repair. Bond shall provide for Contractor's correction,

Page 326: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SUPPLEMENTARY CONDITIONS

00800-9 5-10-2019

replacement, or restoration of backfill or subsurface and surface work not in accordance with the Contract, within one year from the date the One-year Maintenance Bond has expired.

END OF DOCUMENT

Page 327: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-1 Page 1 of 30 December 1, 2016

Document 00805

EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS (City of Houston Information Requirements

for the Successful Bidder on All Construction Contracts)

DOCUMENTS THAT MUST BE SIGNED AND RETURNED TO THE CITY OF HOUSTON PRIOR TO FINAL EXECUTION OF CONTRACT

Certification by Bidder Regarding Equal Employment Opportunity ............. EEO-3

Total Work Force Composition of the Company........................................... EEO-6 or in lieu thereof, a copy of the latest Equal Employment Opportunity Commission’s EEO-1 form (This information is required only if the Contractor has a work force of 50 or more people and the Contract is $50,000 or more.)

Company's Equal Employment Opportunity Compliance Program .............. EEO-7

INFORMATION THAT MUST BE SUPPLIED DURING THE COURSE OF THE WORK

Certification By Proposed Subcontractor Regarding

Equal Employment Opportunity .......................................................... EEO-26

Subcontractor's Equal Employment Opportunity Compliance Program .......................................................................... EEO-29

Certification by Proposed Material Suppliers, Lessors, and Professional Service Providers Regarding Equal Employment Opportunity ..................... EEO-30

PLEASE COMPLETE PAGES EEO-3 THROUGH EEO-7 AND MAIL TO:

Houston Airport System Office of Business Opportunity Contract Compliance Section 18600 Lee Road, Suite 131 Humble, Texas 77338

The remainder of the reports can be mailed at the appropriate time.

Page 328: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-2 Page 2 of 30 December 1, 2016

EQUAL EMPLOYMENT OPPORTUNITY PROGRAM REQUIREMENTS

The following are Equal Employment Opportunity requirements to be met and documents to be submitted to:

Houston Airport System Office of Business Opportunity Contract Compliance Section 18600 Lee Road, Suite 131 Humble, Texas 77338

Under the conditions and terms of all City construction contract, the prime contractor is responsible for all Equal Employment Opportunity compliance, including subcontractor compliance.

EQUAL EMPLOYMENT OPPORTUNITY FORMS (EEO Forms)

These forms are submitted by the prime contractors at the beginning of the Project and as requested:

EEO Forms 3, 6, and 7 by prime contractors.

These forms are submitted by all subcontractors before they begin work on the project.

EEO Forms 26 - 29 by subcontractors.

This form is submitted by all suppliers, lessors, or professional services providers before they begin work on the project:

EEO Form 30

POSTING The following poster should be clearly displayed on each job site, or in case of annual service agreements, in the Contractor's office:

Equal Employment Opportunity is the Law Poster

JOB SITE VISITS Site visits will be made by a Contract Compliance Officer who will make their presence known to the Project Manager, Supervisor, or Foreman, and will conduct interviews with employees on site.

PAYMENT AND EVALUATION

Upon completion of the Project, as part of the contract-awarding department's total clearance process, the Office of Business Opportunity’s Contract Compliance Section must certify to the department that all EEO compliance requirements have been met.

Page 329: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-3 Page 3 of 30 December 1, 2016

CERTIFICATION BY BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY

GENERAL

In accordance with Executive Order 11246 (30 F.R. 12319-25), the implementing rules and regulations thereof, and orders of the Secretary of Labor, a certification regarding Equal Opportunity is required of bidders or prospective contractors and their proposed subcontractors prior to the award of contracts or subcontracts.

CERTIFICATION OF BIDDER

Bidder's Name:

Address:

Telephone Number: Fax :

Name of the company's EEO Officer:

E-mail Address:

Web Page/URL Address:

IRS Employer Identification Number:

Work to be performed:

Project No:

1. Participation in a previous contract or subcontract.

a. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. YES NO

b. Compliance reports were required to be filed in connection with such contract or

subcontract. YES NO

c. Bidder has filed all compliance reports required by Executive

Orders 10925, 11114, 11246, or by regulations of the Equal

Employment Opportunity Commission issued pursuant to

Title VII of the Civil Rights Act of 1964. YES NO

d. If answer of Item c. is "No", please explain in detail on reverse side of this certification.

Page 330: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-4 Page 4 of 30 December 1, 2016

2. Dollar amount of bid:$

3. Anticipated performance period in days:

4. Expected total number of employees to perform the proposed construction:

5. Nonsegregated facilities.

a. Notice to prospective federally-assisted construction contractors

(1) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, Order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted to the recipient prior to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause.

(2) Contractors receiving federally-assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause.

The federally-assisted construction Contractor certifies that he/she does not maintain or provide any segregated facilities at any of his/her establishments, and does not permit employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally-assisted construction Contractor certifies further that he/she will not maintain or provide segregated facilities at any of his/her establishments, and will not permit employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally-assisted construction Contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin because of habit, local custom, or otherwise. The federally-assisted construction Contractor agrees that (except where he/she has obtained identical certifications from proposed Subcontractors for specific time periods) he/she will obtain identical certifications in duplicate from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will retain the duplicate of such certifications in his/her files. The Subcontractor will include the original in his/her bid package.

Page 331: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-5 Page 5 of 30 December 1, 2016

6. Race or ethnic group designation of bidder. Enter race or ethnic group in appropriate box:

White Black Hispanic

Pacific Islander, Asian American Indian, Aleut.

7. Gender of Owner Male Female

REMARKS:

Certification - The information above is true and complete to the best of my knowledge and belief.

Company Officer (Please Type)

Signature Date

NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

Page 332: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-6 Page 6 of 30 December 1, 2016

OBO-01-13-001

Office of Business Opportunity

TABLE A TABLE B

M F M F M F M F M F M F M F M F M F M F

OFFICIALS

(MANAGERS)0 0 0 0

SUPERVISORS0 0 0 0

FOREMEN/WOMEN0 0 0 0

ADMIN

SUPPORT0 0 0 0

EQUIPMENT

OPERATORS0 0

00

MECHANICS0 0 0 0

TRUCK DRIVERS0 0 0 0

IRONWORKERS0 0 0 0

CARPENTERS0 0 0 0

CEMENT

MASONS0 0 0 0

ELECTRICIANS0 0 0 0

PIPEFITTERS,

PLUMBERS0 0 0 0

PAINTERS0 0 0 0

LABORERS,

SEMI-SKILLED0 0 0 0

LABORERS,

UNSKILLED0 0 0 0

TOTALS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

TABLE C

On-The-Job Trainees (OJT) 0 0

12. PREPARER

13. REVIEWER

2. Name and Address1. Check One 3. FEID No.

JOB CATEGORIES

TOTAL

EMPLOYEES

8. This Report is based on Pay Period ending MM/DD/YYYY

NATIVE

HAWAIIAN OR

OTHER

PACIF ISL

ASIAN

OJT TOTALS

M F

10.IF ANY EMPLOYEES REPORTED IN 'TABLE A' ARE APPRENTICES, NAME OF THE PROGRAM, JOB CATEGORY, COUNT, RACE &

SEX.

On-The-Job

Trainees (OJT)HISPANIC

PHONE

CITY OF HOUSTON

04/13

TO TAL

MINO RITIES

6. Contractor's Beginning Work Date on Project

BLACK

(Not of

Hispanic

O rigin)

AMERICAN

INDIAN or

ALASKAN

NATIVE

EMAIL ADDRESS

TWO O R

MO RE RACES

Company Wide EEO Report

SIGNATURE DATEPRINTED NAME-FIRST/LAST

__Prime

9. TEXAS CONSTRUCTION EMPLOYMENT

WHITE

(Not of

Hispanic

O rigin)

___Subcontractor

4. County

11. SUMMARIZE ALL HIRES FOR THE ENTIRE ACTIVE MONTH BY JOB CATEGORY, RACE, SEX (USE ADDITIONAL SHEET IF

NEEDED).

5. TX CSJ DOT Project No. (if Applicable)

7.City Of Houston Contract No.

Page 333: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-7 Page 7 of 30 December 1, 2016

EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE PROGRAM

FOR

Name of Company

The Company's Office of Business Opportunity Program shall consist of documented

good faith efforts to comply with the goals, timetables, and objectives set forth in the following Affirmative Action steps:

A. City of Houston's Specific Equal Employment Opportunity Policy and Clause as

contained in City Council Ordinance No. 78-1538, passed August 9, 1978.

B. Notice of Requirement for Office of Business Opportunity to ensure Equal Employment Opportunity (Executive Order 11246).

C. Standard Federal Equal Employment Opportunity Construction Contract

Specifications (Executive Order 11246).

Project:

Company Officer (Please Type)

Signature Date

NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

Page 334: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-8 Page 8 of 30 December 1, 2016

SPECIAL PROVISIONS

SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY POLICY

1. GENERAL

a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal employment opportunity are required by Executive Order 11246, as amended. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for Project activities under this Contract and shall supplement the notice of requirement for affirmative action to ensure equal employment opportunity and standard federal equal employment opportunity construction contract specifications.

b. The Contractor shall work with the City and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the Contract.

c. The prime Contractor and all Subcontractors holding subcontracts of $10,000 or more shall comply with the following minimum specific requirement activities of equal employment opportunity. The Contractor shall include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the Subcontractor.

2. EQUAL EMPLOYMENT OPPORTUNITY POLICY

The Contractor shall accept as his/her operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, age, color, religion, sex, or national origin, and to promote the full realization of equal employment opportunity through a positive continuing program:

It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, color, sex, or national origin. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

3. EQUAL EMPLOYMENT OPPORTUNITY OFFICER

The Contractor shall designate and make known to the City contracting officers an equal employment opportunity officer (hereinafter referred to as the EEO Officer) who must be capable of effectively administering and promoting an active Contractor program of equal employment opportunity and who must be assigned adequate authority and responsibilities to do so.

4. DISSEMINATION OF POLICY

Page 335: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-9 Page 9 of 30 December 1, 2016

a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement the Contractor's equal employment opportunity policy and contractual responsibilities to provide equal employment opportunity in each grade and classification of employment. To ensure that the above agreement will be met, the following actions shall be taken as a minimum:

(1) Periodic meetings of supervisory and personnel office employees

shall be conducted before the start of work and then not less often than once every six months, at which time the Contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings shall be conducted by the EEO Officer or other knowledgeable company official.

(2) All new supervisory or personnel office employees will be given a

thorough indoctrination by the EEO Officer, or other knowledgeable company official, covering all major aspects of the Contractor's equal employment opportunity obligations, within 30 days following their reporting for duty with the Contractor.

(3) The EEO Officer or appropriate company official shall instruct all

employees engaged in the direct recruitment of employees for the Project relative to the methods followed by the Contractor in locating and hiring minorities and females.

b. In order to make the Contractor's equal employment opportunity policy

known to all employees, prospective employees, and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the Contractor shall take the following actions:

(1) Notices and posters setting forth the Contractor's equal

employment opportunity policy shall be placed in areas readily accessible to employees, applicants for employment, and potential employees.

(2) The Contractor's equal employment opportunity policy and the

procedures to implement such policy shall be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

5. RECRUITMENT

a. When advertising for employees, the Contractor shall include in all advertisements for employees the notation "An Equal Opportunity Employer". All such advertisements will be published in newspapers, or other publications, having a large circulation among minority groups in the area from which the Project work force would normally be derived.

Page 336: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-10 Page 10 of 30 December 1, 2016

b. The Contractor shall, unless precluded by a valid bargaining agreement,

conduct systematic and direct recruitment through public and private employee-referral sources likely to yield qualified minority-group applicants, including, but not limited to, State employment agencies, schools, colleges, minority-group organizations, and female recruitment agencies. To meet this requirement, the Contractor shall, through his/her EEO Officer, identify sources of potential minority and female employees, and establish with such identified sources procedures whereby such group applicants may be referred to the Contractor for employment consideration. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he/she is expected to observe the provisions of that agreement to the extent that the system permits the Contractor's compliance with equal employment opportunity Contract provisions. (The U. S. Department of Labor has held that where implementation of such agreements has the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246 as amended).

c. The Contractor shall encourage his/her present employees to refer female or minority-group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring such applicants will be discussed with employees.

6. PERSONNEL ACTIONS

a. Wage, working conditions, and employee benefits shall be established

and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff and termination, shall be taken without regard to race, color, religion, sex, national origin, or age. The following procedures shall be followed:

(1) The Contractor shall conduct periodic inspections of Project sites to

ensure that working conditions and employee facilities do not indicate discriminatory treatment of Project-site personnel.

(2) The Contractor shall periodically evaluate the spread of wages paid

within each classification to determine any evidence of discriminatory wage practices.

(3) The Contractor shall periodically review selected personnel actions

in depth to determine whether there is evidence of discrimination.

Where evidence is found, the Contractor shall promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

Page 337: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-11 Page 11 of 30 December 1, 2016

(4) The Contractor shall promptly investigate all complaints of alleged discrimination made in connection with his/her obligations under this Contract, shall attempt to resolve such complaints, and shall take appropriate corrective action. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor shall inform every complainant of all avenues of appeal.

7. TRAINING AND PROMOTION

a. The Contractor shall assist in locating, qualifying, and increasing the skills

of minority-group and women employees and applicants for employment.

b. Consistent with the Contractor's work force requirements and as permissible under Federal and State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship and on-the-job training programs, for the geographical area of Contract performance.

c. The Contractor shall advise employees and applicants for employment of

available training programs and entrance requirements for each.

d. The Contractor shall periodically review the training and promotion potential of minority-group and women employees and shall encourage eligible employees to apply for such training and promotion.

8. UNIONS

If the Contractor relies in whole or in part upon unions as a source of employees, he/she shall use his/her best efforts to obtain the cooperation of such unions to increase minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor, either directly or through a contractor's association acting as his/her agent, will include the procedures set forth below:

a. The Contractor shall use best efforts to develop, in cooperation with the

unions, joint training programs aimed toward qualifying more minority- group members and women for membership in the unions and increasing the skills of minority-group employees and women so that they may qualify for higher-paying employment.

b. The Contractor shall use best efforts to incorporate an equal employment opportunity clause into all union agreements to the end that such unions will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, or age.

c. The Contractor is to obtain information as to the referral practices and

policies of the labor union, except that to the extent such information is within the exclusive possession of the labor union, and such labor union refuses to furnish such information to the Contractor, the Contractor shall

Page 338: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-12 Page 12 of 30 December 1, 2016

so certify to the City and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the Contractor with a

reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the Contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, age, sex, or national origin, making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U. S. Department of Labor has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such Contractor shall immediately notify the City.

9. SUBCONTRACTING

a. The Contractor shall use his/her best efforts to solicit bids from and to

utilize minority-group and female subcontractors or subcontractors with meaningful minority-group and/or female representation among their employees.

b. The Contractor shall use his/her best efforts to assure Subcontractors'

compliance with their equal employment opportunity obligations.

10. RECORDS AND REPORTS

a. The Contractor shall keep such records as are necessary to determine compliance with the Contractor's equal employment opportunity obligations. The records kept by the Contractor will be designed to indicate:

(1) The number of minority and non-minority group members and

women employed in each work classification on the Project.

(2) The progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractors who rely in whole or in part on unions as a source of their work force).

(3) The progress and efforts being made in locating, hiring, training,

qualifying, and upgrading minority and female employees.

(4) The progress and efforts being made in securing the services of female and minority subcontractors.

b. All records, including payrolls, must be retained for a period of three years

following completion of the Contract work and shall be available at

Page 339: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-13 Page 13 of 30 December 1, 2016

reasonable times and places for inspection by authorized representatives of the City and/or the appropriate federal agency.

Page 340: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-14 Page 14 of 30 December 1, 2016

CITY OF HOUSTON, TEXAS

EQUAL EMPLOYMENT OPPORTUNITY CLAUSE

Pursuant to City Council Ordinance No. 78-1538, passed August 9, 1978, all contracts entered into by the City of Houston involving the expenditure of $10,000 or more, shall incorporate the following Equal Employment Opportunity Clause:

1. The Contractor, Subcontractor, vendor, Supplier, or lessee shall not

discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, or age. The Contractor, Subcontractor, vendor, Supplier, or lessee shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, or age. Such action will include, but not be limited to, the following: employment; upgrading; demotion or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor, Subcontractor, vendor, Supplier, or lessee agrees to post in conspicuous places available to employees, and applicants for employment, notices to be provided by the City setting forth the provisions of this Equal Employment Opportunity Clause.

2. The Contractor, Subcontractor, vendor, Supplier, or lessee states that all

qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, or age.

3. The Contractor, Subcontractor, vendor, Supplier, or lessee shall send to

each labor union or representatives of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer advising the said labor union or workers' representative of the Contractor's and Subcontractor's commitments under Section 202 of Executive Order No. 11246, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

4. The Contractor, Subcontractor, vendor, Supplier, or lessee will comply

with all provisions of Executive Order No. 11246 and the rules, regulations, and relevant orders of the Secretary of Labor or other Federal Agency responsible for enforcement of the equal opportunity and affirmative action provisions applicable, and shall likewise furnish all information and reports required by the Mayor and/or Contractor Compliance Officers for purposes of investigation to ascertain and effect compliance with this program.

5. The Contractor, Subcontractor, vendor, Supplier, or lessee shall furnish all information and reports required by Executive Order No. 11246, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant

Page 341: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-15 Page 15 of 30 December 1, 2016

thereto, and shall permit access to all books, records, and accounts by the appropriate City and Federal officials for purposes of investigation to ascertain compliance with such rules, regulations, and orders. Compliance reports filed at such times as directed shall contain information as to the employment practice policies, program, and work force statistics of the Contractor, Subcontractor, vendor, Supplier, or lessee.

6. In the event of a Contractor's, Subcontractor's, vendor's, Supplier's, or

lessee's non-compliance with the non-discrimination clause of this Contract or with any of such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part, and the Contractor, Subcontractor, vendor, Supplier, or lessee may be declared ineligible for further City contracts in accordance with procedures provided in Executive Order No. 11246, and such other sanctions may be imposed and remedies invoked as provided in said Executive Order, or by rule, regulation, or order of the Secretary of Labor, or as may otherwise be provided by law.

7. The Contractor shall include the provisions of paragraphs 1 through 8 of

this Equal Employment Opportunity Clause in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965 so that such provisions will be binding upon each Subcontractor or vendor. The Contractor shall take such action with respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a Subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.

8. The Contractor shall file and shall cause each of his Subcontractors, if

any, to file compliance reports with the City in the form and to the extent as may be prescribed by the Office of Business Opportunity. Compliance reports filed at such times as directed shall contain information as to the practices, policies, programs, employment policies, and employment statistics of the Contractor and each Subcontractor.

Page 342: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-16 Page 16 of 30 December 1, 2016

NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY

(EXECUTIVE ORDER 11246)

1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein.

2. The goals and timetables for minority and female participation, expressed in

percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as follows:

Timetables Goals for Minority Goals for Female Participation for Participation for Each Trade

(Refer to Document

00800)

Each Trade

(Refer to Document

00800)

These goals are applicable to all the Contractor's construction work (whether or not it is Federal or Federally-assisted) performed in the covered area.

The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for the geographical area where the Contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order, and regulations in 41 CFR part 60-4. Compliance with the goals will be measured against the total work hours performed.

3. The Contractor shall provide written notification to the Director of the Office of

Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the Contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the Subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the Contract is to be performed.

4. As used in this Notice, and in the Contract resulting from this solicitation, the

"covered area" is The Houston, Texas Standard Metropolitan Statistical Area.

Page 343: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-17 Page 17 of 30 December 1, 2016

STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS

(EXECUTIVE ORDER 11246)

1. As used in these specifications:

a. "Covered area" means the geographical area described in the solicitation

from which this Contract resulted;

b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. "Employer identification number" means the Federal Social Security

number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941.

d. "Minority" includes:

(i) Black (all persons having origins in any of the Black African racial

groups not of Hispanic origin);

(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race);

(iii) Asian and Pacific Islander (all persons having origins in any of the

original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

(iv) American Indian or Alaskan Native (all persons having origins in

any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a

portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this Contract resulted.

3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of

Page 344: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-18 Page 18 of 30 December 1, 2016

any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good efforts to achieve the Plan goals and timetables.

4. The Contractor shall implement the specific affirmative action standards provided

in Paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this Contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified.

5. Neither the provisions of any collective bargaining agreement, nor the failure by a

union with whom the Contractor has a collective bargaining agreement to refer either minorities or women, shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

6. In order for the non-working training hours of apprentices and trainees to be

counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor.

7. The Contractor shall take specific affirmative actions to ensure equal

employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which Contractor's employees are assigned to work. The Contractor, where possible, shall assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment

sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions

Page 345: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-19 Page 19 of 30 December 1, 2016

have employment opportunities available, and maintain a record of the organizations' responses.

c. Maintain a current file of the names, addresses, and telephone numbers of

each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Director when the union or

unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training

programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above.

f. Disseminate the Contractor's EEO policy: by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items with on-site supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the Contractor's EEO policy externally by including it in any

advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the

Page 346: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-20 Page 20 of 30 December 1, 2016

Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female and

community organizations, to schools with minority and female students, and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other

minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force.

k. Validate all tests and other selection requirements where there is an

obligation to do so under 41 CFR Part 60-3.

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare, through appropriate training, etc., for such opportunities.

m. Ensure that seniority practices, job classifications, work assignments, and

other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated except

that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and

performance under the Contractor's EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations which assist

in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of

Page 347: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-21 Page 21 of 30 December 1, 2016

these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

9. A single goal for minorities and a separate single goal for women have been

established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is under- utilized).

10. The Contractor shall not use the goals and timetables or affirmative action

standards to discriminate against any person because of race, color, religion, sex, or national origin.

11. The Contractor shall not enter into any subcontract with any person or firm

debarred from Government contracts pursuant to Executive Order 11246.

12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in Paragraph 7 of these Specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.B.

14. The Contractor shall designate a responsible official to monitor all employment-

related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee the name, address, telephone number, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer),

Page 348: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-22 Page 22 of 30 December 1, 2016

dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily-understandable and retrievable form; however to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

15. Nothing herein provided shall be construed as a limitation upon the application of

other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

Page 349: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-23 Page 23 of 30 December 1, 2016

DESCRIPTION OF JOB CATEGORIES

Officials, Managers, and Administrators

Occupations requiring administrative personnel who set board policies, exercise overall responsibility for the execution of these policies, or provide specialized consultation on a regional, district, area basis, or direct individual departments or special phases of a firm's operations.

Includes: Officials, executives, middle management, plant managers, department managers, superintendents, salaried foremen who are members of management, purchasing agents, buyers, bureau chiefs, directors, deputy directors, wardens, examiners, sheriffs, police and fire chiefs, and kindred workers.

Professionals

Occupations which require specialized and theoretical knowledge which is usually acquired through college or experience of such kind and amount as to provide a comparable background.

Includes: Accountants, auditors, airplane pilots and navigators, architects, artists, chemists, designers, dieticians, editors, engineers, lawyers, librarians, mathematicians, natural scientists, registered professional nurses, personnel and labor relations workers, physical scientists, teachers, social workers, doctors, psychologists, economists, systems analysts, employment and vocational rehabilitation counselors, instructors, police and fire captains and lieutenants, and kindred workers.

Paraprofessionals

Occupations in which workers perform some of the duties of a professional or technician in a supportive role, which usually requires less formal training and/or experience normally required for professional or technical status. Such positions may fall within an identified pattern of a "New Careers" concept.

Includes: Library assistants, medical aides, child support workers, police auxiliary, welfare service aides, recreation assistants, homemakers aides, home health aides, and kindred workers.

Technicians

Occupations requiring a combination of basic scientific knowledge and manual skill which can be obtained through about two (2) years of post high school education, such as is offered in many technical institutes and junior colleges, or through equivalent on-the-job training.

Includes: Computer programmers and operators, draftsmen, engineering aides, junior engineers, mathematical aides, licensed practical or vocational nurses,

Page 350: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-24 Page 24 of 30 December 1, 2016

photographers, radio operators, scientific assistants, surveyors, technical illustrators, technicians (medical, dental, electronics, physical sciences), police and fire sergeants, and kindred workers.

Protective Service Workers

Occupations in which workers are entrusted with public safety, security, and protection from destructive forces.

Includes: Police patrol officers, fire fighters, guards, deputy sheriffs, bailiffs, correctional officers, detectives, marshals, harbor patrol officers, and kindred workers.

Sales Workers

Occupations engaging wholly or primarily in direct selling.

Includes: Advertising agents and salespersons, insurance agents and brokers, real estate agents and brokers, stock and bond salespersons, demonstrators, salespersons and sales clerks, grocery clerks, cashiers, and kindred workers.

Office and Clerical

Occupations in which workers are responsible for internal and external communications, recording and retrieval of data and/or information and other paper work required in an office predominantly non-manual, though some manual work not directly involved with altering or transporting the products is included.

Includes: Bookkeepers, cashiers, collectors (bills and accounts), messengers and office helpers, office machine operators, shipping and receiving clerks, stenographers, typists and secretaries, telegraph and telephone operators, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks, and kindred workers.

Skilled Craft Workers

Occupations in which workers perform jobs which require special manual skill through on-the-job training and experience, or through apprenticeship or other formal training programs. These workers exercise considerable independent judgment and usually receive an extensive period of training.

Includes: The building trades, hourly paid foremen and leadmen who are not members of management, mechanics and repairmen, skilled machining occupations, compositors and typesetters, electricians, engravers, job setters (metal), motion picture projectionists, pattern and model makers, stationary engineers, tailors, heavy equipment operators, carpenters, and kindred workers.

Page 351: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-25 Page 25 of 30 December 1, 2016

Operatives (semi-skilled)

Workers who operate machine or processing equipment or perform other factory- type duties of intermediate skill level which can be mastered in a few weeks and require only limited training.

Includes: Apprentices (auto mechanics), plumbers, bricklayers, carpenters, electricians, mechanics, building trades, metal workers, machinists, printing trades, operatives, attendants (auto service and parking), blasters, chauffeurs, deliverymen, dressmakers and seamstresses (except factory), dryers, furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, miners, motormen, oilers, greasers, etc. (except auto), painters (except construction and maintenance), photographic process workers, stationary firemen, truck and tractor drivers, weavers (textile), welders and flame cutters, and kindred workers.

Laborers (unskilled)

Workers in manual occupations which generally require no special training. These workers perform elementary duties that may be learned in a few days and require the application of little or no independent judgment.

Includes: Garage workers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen and stevedores, lumbermen, craftsmen, and wood choppers, laborers performing lifting, digging, mixing, loading, and pulling operations, and kindred workers.

Service/Maintenance Workers

Occupations in which workers perform duties which result in or contribute to the comfort, convenience, hygiene, or safety for the general public, or which contribute to the upkeep and care of buildings, facilities or grounds, or public property. Workers in this group may operate machinery.

Includes: Chauffeurs, laundry and dry cleaning operatives, truck drivers, trash collectors, custodial personnel, gardeners and groundskeepers, construction laborers, attendants (hospital and other institutions), professional and personal service, counter and fountain workers, elevator operators, firemen and fire protection, guards, watchmen and doorkeepers, stewards, porters, waiters, and kindred workers.

Page 352: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-26 Page 26 of 30 December 1, 2016

CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING

EQUAL EMPLOYMENT OPPORTUNITY

Name of Prime Contractor Project WBS & OA Number

Address

GENERAL

In accordance with Executive Order 11246 (30 F.R. 12319-25), the implementing rules and regulations thereof, and orders of the Secretary of Labor, a certification regarding Equal Opportunity is required of bidders or prospective contractors and their proposed subcontractors prior to the award of contracts or subcontracts.

SUBCONTRACTOR'S CERTIFICATION

Subcontractor's Name: Address: E-Mail Address:

IRS Employer Identification Number:

Job Description: (Work performed by your company for this project)

1. Participation in a previous contract or subcontract.

a. Subcontractor has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. YES NO

b. Compliance reports were required to be filed in

connection with such contract or subcontract. YES NO

c. Subcontractor has filed all compliance reports required by Executive Orders 10925, 11114, 11246, or by regulations of the Equal Employment Opportunity Commission issued pursuant to Title VII of the Civil Rights Act of 1964. YES NO

d. If answer of Item c. is "No", please explain in detail on reverse side of this certification.

2. Dollar amount of proposed subcontract: $

3. Anticipated performance period in days:

Page 353: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-27 Page 27 of 30 December 1, 2016

4. Expected total number of employees to perform

the proposed subcontract:

5. Nonsegregated facilities.

a. Notice to prospective federally-assisted construction contractors (1) A Certification of Nonsegregated Facilities, as required by the May

9, 1967, order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted to the Contractor prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause.

(2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause.

b. Certification of non-segregated facilities

The federally-assisted construction contractor certified that he/she does not maintain or provide any segregated facilities at any of his/her establishments, and does not permit employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally-assisted construction Contractor certifies further that he/she will not maintain or provide any segregated facilities at any of his/her establishments, and will not permit employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally-assisted construction Contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants, and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin because of habit, local custom, or otherwise. The federally-assisted construction Contractor agrees that (except where he/she has obtained identical certifications from proposed Subcontractors for specific time periods) he/she will obtain identical certifications in duplicate from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will retain the duplicate of such certifications in his/her files. The Contractor will include the original in his/her Bid Package.

6. Race or ethnic group designation of bidder. Enter race or ethnic group in

Page 354: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-28 Page 28 of 30 December 1, 2016

appropriate box:

White Black Hispanic

Pacific Islander, Asian American Indian, Aleut.

7. Gender

Male Female

REMARKS:

Certification - The information above is true and complete to the best of my knowledge and belief.

Company Officer (Please Type)

Signature Date

NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

Page 355: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-29 Page 29 of 30 December 1, 2016

OBO-01-13-001

Office of Business Opportunity

TABLE A TABLE B

M F M F M F M F M F M F M F M F M F M F

OFFICIALS

(MANAGERS)0 0 0 0

SUPERVISORS0 0 0 0

FOREMEN/WOMEN0 0 0 0

ADMIN

SUPPORT0 0 0 0

EQUIPMENT

OPERATORS0 0

00

MECHANICS0 0 0 0

TRUCK DRIVERS0 0 0 0

IRONWORKERS0 0 0 0

CARPENTERS0 0 0 0

CEMENT

MASONS0 0 0 0

ELECTRICIANS0 0 0 0

PIPEFITTERS,

PLUMBERS0 0 0 0

PAINTERS0 0 0 0

LABORERS,

SEMI-SKILLED0 0 0 0

LABORERS,

UNSKILLED0 0 0 0

TOTALS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

TABLE C

On-The-Job Trainees (OJT) 0 0

12. PREPARER

13. REVIEWER

2. Name and Address1. Check One 3. FEID No.

JOB CATEGORIES

TOTAL

EMPLOYEES

8. This Report is based on Pay Period ending MM/DD/YYYY

NATIVE

HAWAIIAN OR

OTHER

PACIF ISL

ASIAN

OJT TOTALS

M F

10.IF ANY EMPLOYEES REPORTED IN 'TABLE A' ARE APPRENTICES, NAME OF THE PROGRAM, JOB CATEGORY, COUNT, RACE &

SEX.

On-The-Job

Trainees (OJT)HISPANIC

PHONE

CITY OF HOUSTON

04/13

TO TAL

MINO RITIES

6. Contractor's Beginning Work Date on Project

BLACK

(Not of

Hispanic

O rigin)

AMERICAN

INDIAN or

ALASKAN

NATIVE

EMAIL ADDRESS

TWO O R

MO RE RACES

Company Wide EEO Report

SIGNATURE DATEPRINTED NAME-FIRST/LAST

__Prime

9. TEXAS CONSTRUCTION EMPLOYMENT

WHITE

(Not of

Hispanic

O rigin)

___Subcontractor

4. County

11. SUMMARIZE ALL HIRES FOR THE ENTIRE ACTIVE MONTH BY JOB CATEGORY, RACE, SEX (USE ADDITIONAL SHEET IF

NEEDED).

5. TX CSJ DOT Project No. (if Applicable)

7.City Of Houston Contract No.

Page 356: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON EQUAL EMPLOYMENT OPPORTUNITY STANDARD DOCUMENT PROGRAM REQUIREMENTS

00805-30 Page 30 of 30 December 1, 2016

Certification by Proposed Material Suppliers, Lessors, and Professional Service Providers Regarding Equal reemployment Opportunity

Company Name: $

(Supplier, Lessor, Professional Service Provider) (Amount of Contract)

Company Address:

Company Telephone Number: Fax:

Goods or Service to be provided:

Web Page/URL Address:

Company Tax Identification Number:

Project No: [WBS/CIP/AIP/File No.]

Project Name: [Legal Project Name]

In accordance with the City of Houston Ordinance 78-1538, Supplier/Lessor/Professional Service Provider represents to be an equal opportunity employer and agrees to abide by the terms of the Ordinance. This certification is required of all Suppliers/Lessors/Professional Service Providers (hereinafter “ Supplier”) with contracts in the amount of $10,000.00 or more.

[ ] YES [ ] NO Supplier agrees not to discriminate against any employee or appl icant for

employment because of race, religion, color, sex, national origin, or age.

[ ] YES [ ] NO Supplier agrees that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, or age.

[ ] YES [ ] NO Supplier will comply with all provisions of Executive Order No. 11246 and rules,

regulations and applicable orders of the Department of Labor or other Federal Agency responsible for enforcement of applicable equal opportunity and affirmative action provisions and will likewise furnish all information and reports required by the Mayor or Contract Compliance Officers for the purpose of investigation to ascertain and effect compliance with the City of Houston’s Office of Affirmative Action and Contract Compliance.

[ ] YES [ ] NO The Supplier shall file and cause their sub-tier contractors to file compliance

reports with the City in the form and to the extent as may be prescribed by the Mayor or Contract Compliance Offices. Compliance reports filed at such times as directed shall contain information including, but not limited to, the practice, policies, program, and employment policies.

I hereby certify that the above information is true and correct.

COMPANY OFFICER (Signature) Date

NAME AND TITLE (Print or type) E-Mail Address

END OF DOCUMENT

Page 357: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-1 05-20-2016

Document 00808

REQUIREMENTS FOR THE CITY OF HOUSTON PROGRAM FOR MINORITY, WOMEN, AND SMALL BUSINESS ENTERPRISES (MWSBE) AND

PERSONS WITH DISABILITIES ENTERPRISES (PDBE)

CONSTRUCTION CONTRACTS

I. GENERAL

A. CITY AUTHORITIES

1. The “OBO Director” is the City of Houston’s Office of Business Opportunity Director, or his or her designee for the Houston Airport System is:. Houston Airport System

Office of business Opportunity Contract Compliance Section

18600 Lee Road, Suite 131 Houston, Texas 77338

2. The “Contracting Department” for this Project is the City of Houston Department specified in Document 00520 – Agreement.

3. The “Project Manager” for this Project i s specified in Document 00550, Contract Approval Notification.

II. REOCCURRING REPORTS THAT MUST BE SUBMITTED DURING THE COURSE OF THE CONTRACT:

A. MWSBE MONTHLY REPORT PROCESS

The Contractor shall complete the MWSBE Monthly Utilization Report in the Contract Compliance and Monitoring System (available at https://houston.mwdbe.com/).

B. The Contractor shall comply with further, applicable instructions regarding reporting and compliance as provided in Sections III.E and III.I below.

III. BUSINESS ENTERPRISE PROGRAM REQUIREMENTS:

A. PURPOSE

Page 358: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-2 05-20-2016

This Document facilitates implementation of City of Houston, Tex. Code of Ordinances Chapter 15, Article V, § 15-81 et seq., relating to MWSBE contract participation, and Code of Ordinances Chapter 15, Article VI, § 15-90 et seq., relating to PDBE contract participation (collectively, the “Business Enterprise Program or “MWSBE”). City of Houston, Tex. Ordinance 2013-0428, May 8, 2013.

B. POLICY

It is the policy of the City to encourage the full participation of Minority and Women-owned Business Enterprises, Small Business Enterprises, and Persons with Disabilities Business Enterprises in all phases of its procurement activities and to afford them a full and fair opportunity to compete for City contracts at all levels.

C. POLICY ELEMENTS

1. The Contractor agrees to ensure that MWSBE firms have a full and fair opportunity to participate in the performance of City contracts. In this regard the Contractor shall make all reasonable Good Faith Efforts to meet the Contract Goals for this Contract.

2. The Contractor and any Subcontractor shall not discriminate on the basis of race, color, religion, national origin, or sex in the performance of City contracts.

3. Contractor's performance in meeting the Participation Plan Percentage will be monitored during the construction phase of the Contract by the Office of Business Opportunity (“OBO”) and the Contracting Department (the “Department”).

D. PERCENTAGE GOALS

The MWSBE goals and PDBE goals, if any, for the Work are specified in Document 00800 – Supplementary Conditions Goals.

E. CONTRACTOR RESPONSIBILITIES

1. Prior to Award: The Bidder shall submit MWSBE documents in accordance with the requirements of Document 00410 – Bid Form Part A. a. In accordance with the Code of Ordinances and the OBO Good

Faith Efforts Policy (Attachment A), the Department shall approve

Page 359: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-3 05-20-2016

an Apparent Low Bidder’s MWSBE Participation Plan, Document 00470 (the “Bidder’s Plan” or “Plan”), within three business days of the Bid Opening only if the Department representative determines that Bidder’s Plan meets the advertised Contract Goal and is administratively complete.

b. If the Department cannot approve the Bidder’s Plan, it shall forward the Plan to OBO, who shall review the Bidder’s Plan, and if applicable, the Bidder’s Document 00471 (Record of Good Faith Efforts) and Document 00472 (Pre-Award Deviation Request) and determine whether the Bidder has made Good Faith Efforts to meet the Contract Goals within 10 business days of the Bid Opening.

c. If OBO determines that the Bidder has failed to provide a valid participation plan or make Good Faith Efforts or if the Bidder fails to provide documents and associated information required by this Document 00808 or reasonably requested in writing by OBO, OBO may declare the Bidder to be non-responsible.

d. If OBO determines that the Bidder has made Good Faith Efforts, OBO may approve the Bidder’s Contract Goal Deviation request. Thereafter, the Bidder/Contractor shall be bound by the Plan, as approved or modified by OBO.

e. The Contractor shall: (1) ensure that all MWSBE firms listed in the Plan are certified

by the Office of Business Opportunity prior to bid date. Qualified, non-certified firms may obtain priority consideration for certification if no more than two firms are certified with the same capability as the non-certified firm.

(2) execute written contracts with all certified Subcontractors and Suppliers. All such contracts must be executed and sent to OBO and Contracting Department within 30 days after the date of the Notice to Proceed and must include provisions set forth in Articles 3 and 5 of Document 00700, General Conditions; and

(3) designate an MWSBE liaison officer who will administer the Contractor's MWSBE program and who shall document and maintain records of Good Faith Efforts to subcontract with MWSBE Subcontractors and Suppliers.

2. After Award:

a. The Contractor shall submit MWSBE Monthly Utilization Reports, as requested in Article II above.

b. The Contractor shall complete and submit to OBO a deviation request if the Contractor reasonably believes that it will not achieve the Business Enterprise Program Participation Plan Percentage documented in the Plan. The Contractors shall also

Page 360: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-4 05-20-2016

submit to OBO, with a copy to the Contracting Department, a Record of Post-Award Good Faith Efforts (Document 00571) for each Certified Firm that the Contractor does not use in accordance with the Approved Plan before the Contractor uses another firm to perform the work.

c. The Contractor shall conform to the Plan unless OBO approves a deviation request. OBO shall approve or reject a request for deviation within five business days of receipt of the request.

d. OBO shall approve a deviation request if: (1) for a reason beyond the Contractor’s control, the

Contractor is unable to use the certified MWSBE firm in the Plan to perform the specified work. In such cases, the Contractor shall use and document Good Faith Efforts to find a similarly qualified, certified MWSBE firm to perform such specified work; or

(2) the Contractor reasonably believes that, due to a change of scope, execution of the work in accordance with the directions from the Contracting Department is unlikely to meet the terms of the Plan. In such cases, the Contractor shall use and document Good Faith efforts to achieve a reasonable amount of MWSBE participation on the remaining work on the Contract.

(3) OBO shall not unreasonably withhold approval of a deviation request.

e. After the Date of Substantial Completion, OBO shall evaluate the Contractor’s Good Faith Efforts towards meeting the Plan, as it may be amended.

f. If the Contractor fails to conform to the Plan and fails to submit a Post-Award Deviation Request or provide documents and associated information required by the Good Faith Efforts Policy or reasonably requested in writing by OBO, OBO may impose sanctions in accordance with Article VI of this Document 00808.

F. ELIGIBILITY OF MWSBE FIRMS FOR SUBCONTRACTING

1. To ensure that the City’s Business Enterprise Program benefits only those firms that are owned and controlled by a minority person(s), a woman (women), a person(s) with a disability, or a small business enterprise, the Office of Business Opportunity will certify the eligibility of MWSBE and PDBE Contractors, Subcontractors, and Suppliers. Contact the OBO Certification Division at 832-393-0600 for information regarding certification.

2. Firms must be certified by OBO at the time of bid in order to be counted towards meeting MWSBE goals. OBO maintains a Certified Minority,

Page 361: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-5 05-20-2016

Women and Small Business Enterprises and Persons with Disabilities Business Enterprises Directory on the City’s website. This Directory also lists federally-designated Disadvantaged Business Enterprises (DBEs).

G. DETERMINATION OF MWSBE PARTICIPATION

MWSBE participation shall be counted toward meeting the Contract Goals in response to the following:

1. Contractor may count toward its Contract Goals only those MWSBESubcontractors/ Suppliers performing a Commercially Usefully Function.a. COMMERCIALLY USEFUL FUNCTION means a discrete task or

group of tasks, the responsibility for performance of which shall bedischarged by the MWSBE firm by using its own forces or byactively supervising on-site the execution of the tasks by anotherentity for whose work the MWSBE firm is responsible. Indetermining whether a certified firm is performing a commerciallyuseful function, factors including but not limited to the followingshall be considered: (1) whether the firm has the skill and expertiseto perform the work for which it is being utilized and possesses allnecessary licenses; (2) whether the firm is in the business ofperforming, managing, or supervising the work for which it hasbeen certified and is being utilized; and (3) whether it is performinga real and actual service that is a distinct and verifiable element ofthe work called for in a contract. Without limiting the generalityof the foregoing, a MWSBE will not be considered to beperforming a commercially useful function, if it subcontracts morethan 50 percent of a contract being counted toward the applicableContract Goals, unless such subcontracting in excess of 50percent has been expressly approved by OBO either pre-bid orpost award.

b. OBO shall approve a Plan Deviation Request if the Contractordemonstrates that the industry standard for the type of workinvolved is to subcontract over 50 percent of the work.

2. Once a firm is certified as a MWSBE firm, the total dollar value of thesubcontract awarded to the MWSBE firm is counted toward the ContractGoals, counting only the work in which the MWSBE has performed aCommercially Useful Function. The use of one MWSBE certified firm tomeet multiple goals (e.g. MBE, WBE, SBE goals) on a contract isprohibited, unless expressly approved by OBO. Safety and Participationgoals do not count as a single goal concerning MWSBE/DBErequirements.

3. Native-American-owned firms that are certified as MBEs cannot be used to

Page 362: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-6 05-20-2016

meet MBE contract goals. Native-Americans firms can only be used as SBEs in fulfillment of contracts goals, with any limitations expressly stated in Document 0800.

4. The dollar value of the work performed by a certified Prime Contractor may not be counted toward the MWSBE goal unless the certified Prime Contractor is a part of a joint venture. When the Contractor or Subcontractor is in a joint venture with one or more MWSBE firms, OBO shall determine the percent of participation resulting from such joint venture to be counted toward the Contract Goals. The City may count towards the Contractor’s MWSBE contract goal that portion of the total value of the contract amount paid to an MWSBE joint venturer equal to the distinct, clearly defined portion of the contract work performed by the MWSBE.

4. A MWSBE Supplier’s participation will be counted towards the MWSBE

goals if all of the following criteria are met. The MWSBE Supplier must: a. negotiate price; b. determine quality and quantity; c. order the materials; d. show that the invoice is in the certified firm’s name; e. pay for the material itself; f. control delivery; and g. be certified to provide the supplies in the appropriate NAICS code. If the listed criteria above are not met, only the entire amount of fees or commissions charged for assistance in the procurement of the supplies and materials, or fees or transportation charges for the delivery of supplies or materials required on a job site will be counted towards the MWSBE goal. To be counted, proof must be provided of the fees paid and the fees must be reasonable and not excessive as compared with fees customarily allowed for similar services. MWSBE Supplier participation may account for no more than 50% of the MWSBE participation plan.

5. The OBO Policy and Procedures Manual, as amended from time to time, shall apply to the Contract for other determinations regarding counting MWSBE participation not explicitly provided for in the Contract.

H. CONTRACTOR COMPLIANCE

To ensure compliance with MWSBE requirements, OBO and the Department will monitor Contractor's efforts regarding MWSBE Subcontractors/Suppliers during the performance of this Contract. This may be accomplished through the following: job site visits; reviewing of records and reports; and interviews of randomly selected personnel.

Page 363: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-7 05-20-2016

I. RECORDS AND REPORTS

1. In accordance with II.A of this Document, the Contractor shall submit an initial report outlining MWSBE participation 40 days after the Notice to Proceed date, and on or before the 15th day of each month thereafter until all MWSBE subcontracting or material supply activity is completed. Each report shall cover the preceding month's activity. The Contractor shall use the MWSBE Contract Compliance and Monitoring System (B2G Now) to meet this requirement.

2. Contractor shall maintain the following records for review upon request by OBO or the Department: a. Copies of executed Subcontractor agreements and purchase

orders; b. Documentation of payments and other transactions with MWSBE

Subcontractors/ Suppliers; and c. Appropriate explanations of any changes or replacements of

MWSBE Subcontractors/Suppliers. All replacement MWSBE Subcontractors/Suppliers must be certified by OBO.

d. Any other records required by OBO or Contracting Department.

3. If a Participation Plan Percentage is not being met, the monthly report shall include a narrative description of the progress being made in MWSBE participation. If sufficient MWSBE Subcontractors or Suppliers to meet the Participation Plan Percentage are being utilized, they should be identified by name and the dollar amount paid to date for work performed or materials furnished by each MWSBE during the monthly period. Reports are required when no activity has occurred in a monthly period.

4. Contractor shall retain all such records for a period of four years following completion of the Work and shall be available at reasonable times and places for inspection by authorized representatives of the City including the City Controller.

IV. SANCTIONS:

A. SUSPENSION PERIOD AND WAIVER

Pursuant to Section 15-86 of the Code of Ordinances, OBO is authorized to suspend any Contractor who has failed to make Good Faith Efforts for a period of up to, but not to exceed, five years.

B. GUIDELINES FOR IMPOSITION OF SANCTIONS

1. General:

Page 364: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-8 05-20-2016

a. OBO shall not impose any sanction except upon evidence of specific conduct on the part of a MWSBE or Contractor that is inconsistent with, or in direct contravention of, specific applicable requirements for Good Faith Efforts.

b. Imposition and enforcement of suspensions shall be consistent with applicable state law.

2. Severity of Sanctions: a. In determining the length of any suspension, OBO shall consider

the following factors: (1) Whether the failure to comply with applicable

requirements involved intentional conduct or, alternatively, may be reasonably concluded to have resulted from a misunderstanding on the part of the Contractor or MWSBE of the duties imposed on them by Article V of Chapter 15 of the Code of Ordinances and these procedures;

(2) The number of specific incidences of failure by Contractor or MWSBE to comply;

(3) Whether the Contractor or MWSBE has been previously suspended;

(4) Whether the Contractor or MWSBE has failed or refused to provide OBO with any information requested by OBO’s Director or required to be submitted to OBO’s Director pursuant to law or these procedures;

(5) Whether the Contractor or MWSBE has materially misrepresented any applicable facts in any filing or communication to OBO; and

(6) Whether any subsequent restructuring of the subject business or other action has been undertaken to cure the deficiencies in meeting applicable requirements.

b. Suspensions may be for any length of time not to exceed five years. Suspensions in excess of one year shall be reserved for cases involving intentional or fraudulent misrepresentation or concealment of material facts, multiple acts in contravention of applicable requirements, cases where the Contractor or MWSBE has been previously suspended, or other similarly egregious conduct.

C. APPEALS

A decision to implement a suspension may be taken after notice and an opportunity for an informal conciliation conference with OBO and a hearing by the Contract Compliance Commission. Commission members shall not have participated in the actions or investigations giving rise to the suspension hearing.

Page 365: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-9 05-20-2016

D. NOTICE

1. Prior to imposing any suspension, OBO shall deliver written notice to the Contractor or MWSBE setting forth the grounds for the proposed suspension and setting a date, time, and place to appear for an informal conciliation conference with OBO, in addition to information regarding the appearance before the Contract Compliance Commission for a hearing on the matter.

2. Any notice required or permitted to be given hereunder to any Contractor or MWSBE may be given either by personal delivery or by certified United States mail, postage prepaid, return receipt requested, addressed to their most recent address as specified in the records of the Office of Business Opportunity or in the Contract if no address is on file with the Office of Business Opportunity.

E. HEARING PROCEDURES

Proceedings before the Contract Compliance Commission shall be conducted in accordance with Section 15-23 of the Code of Ordinances. If the Commission, in a written decision, finds that a suspension is supported by the evidence presented, the Commission shall submit its recommendation to the Mayor and City Council.

Page 366: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-10 05-20-2016

ATTACHMENT A

City of Houston Office of Business Opportunity

Good Faith Efforts Policy

General Policy.

Good Faith Efforts are steps taken to achieve an Contract Goal or other requirements which, by their scope, intensity and usefulness demonstrates the bidder’s responsiveness to fulfill the business opportunity objective prior to the award of a contract, as well as the contractor’s responsibility to put forth measures to meet or exceed the Contract Goal throughout the duration of the contract.

Good Faith Efforts are required to be made and demonstrated by an apparent successful bidder on goal oriented contracts or proposer on a regulated contract prior to award of a contract. Good Faith Efforts are required on professional services and construction contracts and on procurement of goods and non-professional service contracts with goals. If a bidder, when submitting a participation plan at the time of bid or proposal submission, anticipates it cannot or will not meet the Contract Goal prior to the award, the bidder must demonstrate to Office of Business Opportunity (“OBO”) it has made Good Faith Efforts to meet the Contract Goal, to be eligible for the contract award.

Good Faith Efforts shall be evaluated on a case-by-case basis in making a determination whether a bidder or contractor is in compliance with this policy. The efforts employed by a bidder or contractor should be those that one could reasonably expect a bidder or contractor to take if the bidder were actively and aggressively attempting to obtain MWSBE participation sufficient to meet the Contract Goal. Efforts taken that are mere formalities or other perfunctory acts shall not be considered Good Faith Efforts to meet Contract Goals.

The factors provided herein are representative of the types of actions OBO will consider in determining whether the bidder or contractor made Good Faith Efforts to obtain MWSBE participation to meet the Contract Goal. The factors prescribed below are not intended to be a mandatory checklist, nor is it intended to be exhaustive or exclusive. OBO may consider other factors or types of efforts that may be relevant in appropriate cases.

If a contractor fails to submit Good Faith Efforts documentation as provided in this Policy, it waives the right to appeal OBO decisions related to this Policy. OBO will review all the efforts made by the contractor, including the quality and quantity of those efforts.

Pre–Award.

Page 367: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-11 05-20-2016

A bidder must submit a participation plan (Document 00470) to OBO at the time the bidder submits the bid. If the participation by certified MWSBE subcontractors documented on the participation plan (“participation”) is less than the Contract Goal, a bidder should submit a Record of Good Faith Efforts (Document 00471) with the bid. A bidder should also submit a request for a deviation (Document 00472) if the bidder, having used Good Faith Efforts, reasonably believes that it cannot meet the Contract Goal or a commercially useful deviation.

In making a determination that the bidder has made a good faith effort to meet the Contract Goals, OBO shall consider specific documentation1 concerning the steps taken to obtain MWSBE participation, with a consideration of, by way of illustration and not limitation, whether the bidder demonstrated a genuine effort to comply with the following factors:

1. Attended any pre-bid or pre-proposal meetings scheduled by the City Department;

2. Followed up with MWSBEs that attended the pre-bid or pre-proposal meetings to

discuss subcontracting and supplier opportunities and contacted MWSBEs listed in the City’s online directory;

3. Conducted outreach with minority and women focused organizations and associations far in advance of solicitation due date (no less than 10 business days);

4. Identified and designated portions of the work to be performed by MWSBEs to increase the likelihood of meeting the Contract Goals (including where appropriate breaking down the contract into reasonably sized subcontracts to ensure participation);

5. Advertised subcontracting opportunities in news media focused towards minority and women persons far in advance of solicitation due date;

6. Provided MWSBEs with a point of contact that was knowledgeable about the project and possessed decision-making authority to answer questions from interested MWSBEs;

7. Provided a reasonable number of MWSBEs certified with timely written notices via email, mail, and/or fax and/or with documented contact regarding the subcontracting/supplier opportunities. A “reasonable number of MWSBEs” shall be based on the number of MWSBEs available in the directory;

8. Solicited the MWSBEs within a reasonable amount of time (no less than seven business days) before bid submission, as well as followed up with the MWSBEs

1 A list of common supporting documentation that may allow Contractors to support their good faith efforts can be found on

the Office of Business Opportunity website at www.houstontx.gov/obo.

Page 368: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-12 05-20-2016

solicited to determine if they were interested in submitting a bid or proposal or participating on a team.

9. Provided interested MWSBEs certified to perform the solicited work with prompt access to the plans, specifications, scope of work and requirements of the contract;

10. Negotiated in good faith with interested MWSBEs, and not rejecting MWSBEs as unqualified without sound reasons based on a thorough investigation of their capabilities;

11. Entered into a formal contract, or signing enforceable letters of intent with MWSBEs;

12. Provided an explanation to any MWSBE whose bid or price quotation is rejected, unless another MWSBE is accepted for the same work, as follows: a. Where price competitiveness is not the reason for rejection, a written

rejection notice including the reason for rejection will be sent to the rejected MWSBE firm;

b. Where price competitiveness is the reason for rejection, a meeting must be held with the price-rejected MWSBE, if requested, to discuss the rejection;

13. Made efforts to assist interested MWSBEs in obtaining bonding, lines of credit, insurance required for the contract, and documenting MWSBE denied by bona fide surety agents;

14. Ensured that the conditions and requirements for subcontracts are commensurate with industry standards and would not cause an economic hardship on MWSBEs, such as unnecessary insurance or coupling bid bonds with retainage; and

15. Incorporated efforts not attempted earlier or on previous bids that appear more likely to lead to attaining the Contract Goal. Past performance on similar contracts with similar scopes will also be taken in consideration when determining Good Faith Efforts. A bidder that continues to make same efforts without any significant change in the level of participation may not be making Good Faith Efforts.

Post–Award.

The contractor must sign the approved participation plan (Document 00470 or Document 00570) prior to starting work on the Project. A contractor should submit a request for deviation (Document 00572) from OBO if the contractor, having made Good Faith Efforts, reasonably believes that it will not achieve the Participation Plan Percentage documented in the approved

Page 369: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-13 05-20-2016

participation plan. Unless OBO approves a deviation, a contractor must submit to OBO a Participation Summary (Document 00660) prior to City Council’s consideration of any close-out, term extension, or change order. If participation is less than anticipated in the approved participation plan, the contractor must submit a Record of Good Faith Efforts (Document 00571) along with the Participation Summary. A contractor that fails to submit a deviation request and Good Faith Efforts documentation waives the right to appeal OBO decisions related to this Policy.

If the contractor is awarded the contract and fails to achieve the established Participation Plan Percentage, the contractor must demonstrate to OBO its efforts to meet the Participation Plan Percentage and failure to do so based on circumstances that the contractor could not reasonably control. In determining whether the contractor made Good Faith Efforts to ensure full participation and achievement of the Participation Plan Percentage, OBO shall consider the following factors:

1. Whether the contractor designated an MWSBE liaison officer to administer the Contractor’s MWSBE programs and to be responsible for maintenance of records of Good Faith Efforts.

2. Whether the contractor furnished prompt MWSBE Utilization Reports in a timely and accurate manner through the online Contract Monitoring System or via hard copy.

3. Whether the contractor responded to efforts to resolve disputes with MWSBEs, and genuinely attempted to resolve these issues.

4. Whether the contractor disclosed payment discrepancies timely and within the monthly reporting period;

5. Whether the contractor complied with the participation plan, unless the contractor received a deviation from the OBO Director and whether upon approval, the contractor made Good Faith Efforts to replace a removed MWSBE with another certified firm;

6. Whether the contractor furnished prompt written responses to written inquiries from the Director or any employee of OBO regarding the MWSBE’s performance or information germane to the MWSBE’s certification;

7. Whether the contractor ensured that at all times during the performance of any contract or subcontract the MWSBE firm is engaging in a commercially useful function as that term is defined in Chapter 15 of the City of Houston Code of Ordinances;

8. Whether the contractor provided the OBO information, or other material, that was factually accurate and free of material misrepresentation;

Page 370: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

CITY OF HOUSTON STANDARD DOCUMENT MWBE/PDBE/SBE PROGRAM

00808-14 05-20-2016

9. Whether the contractor furnished prompt responses to requests for information, books and records needed to verify compliance from the department administering the Contract, the City Attorney and the City Controller;

10. Whether the contractor attended all meetings and mediation hearings as requested by the Director or his/her designee; and

11. How the contractor may be affected by change orders, with consideration given to the size of the change orders.

Change Orders. The requirement to make Good Faith Efforts to achieve the approved Participation Plan Percentage is applicable to change orders. Contractors should make Good Faith Efforts to ensure that the Participation Plan Percentage remains substantially the same after the issuance of change orders. If a contractor cannot maintain substantially the same level of participation provided in the latest approved Participation Plan (Document 00470 or Document 00570) due to a change order, the contractor shall submit to the OBO Director and Contracting Department a Document 00571 (Post-Award Record of Good Faith Efforts) and Document 00572 (Post-Award Plan Deviation Request) in a timely manner that does not cause disruption to the project. In addition to other relevant factors, in evaluating whether Good Faith Efforts were made by the contractor to meet the Participation Plan Percentage despite change orders, the OBO Director shall consider the contractor’s efforts to timely and efficiently deliver the project.

END OF DOCUMENT

Page 371: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-1 Edition Date: 02-01-2019

Document 00820

WAGE SCALE AND PAYROLL REQUIREMENTS FOR ENGINEERING

CONSTRUCTION

Wage Scale Requirements

1.1 Contractor and its Subcontractors must pay the general prevailing wage rates for building construction for each craft or type of worker or mechanic employed in the execution of any building construction or repair under the Contract in accordance with Chapter 2258 of the Texas Government Code and City of Houston, Texas Ordinance Nos. 85-2070, 2000-1114, 2001-152, 2006-91 and 2006-168, and 2009- 247 all as amended from time to time. City Council has determined the prevailing wage rate in the locality in which the work is being performed, which is set forth in Exhibit "A".

1.2 This prevailing wage rate does not prohibit the payment of more than the rates stated.

1.3 In bidding, Contractor warrants and represents that it has carefully examined the classifications for each craft or type of worker needed to execute the Contract and determined that such classifications in Exhibit "A" include all necessary categories to perform the work under the Contract.

1.4 The wage scale for engineering construction is to be applied to all site work greater than five feet from an exterior wall of new building under construction or from an exterior wall of an existing building.

1.5 If Contractor believes that an additional classification for a particular craft or type of worker is necessary to perform work under the Contract, it must submit with its bid a request to the Contract Compliance Division of the Office of Business Opportunity ("OBO") to use an additional labor classification not listed in Exhibit "A" and specify the proposed new classification. OBO shall determine whether a proposed classification is already covered in Exhibit "A", and, if it is, specify which classification is appropriate. OBO’s decision is conclusive. If OBO decides that a new classification is necessary, it will determine the appropriate prevailing wage rate for any resurveyed, amended, new, or additional craft or type of worker not covered by Exhibit "A". Such determination must be decided in accordance with procedures established by OBO, and in compliance with Chapter 2258 of the Texas Government Code and City of Houston, Texas Ordinance Nos. 85-2070, 2000-1114, 2001-152, 2006-91, 2006-168 and 2009-247 subject to City Council approval.

1.6 Contractor must not use any labor classification not covered by Exhibit "A" until such classification is established and approved for use by OBO.

1.7 A Contractor or Subcontractor who violates Chapter 2258 of the Texas Government Code must pay to the City, $60 per each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates set forth in Exhibit "A".

Page 372: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-2 Edition Date: 02-01-2019

1.8 The City may withhold money required to be withheld under Chapter 2258 of the Texas Government Code from the final payment to Contractor or earlier payments if City Council makes a determination that there is good cause to believe that Contractor has not complied with these provisions and Chapter 2258 of the Government Code, in which case the City may withhold the money at any time subsequent to the finding by City Council.

1.9 Contractor and Subcontractors must keep records specifying:

(1) the name and classification of each worker employed under the Contract; and

(2) the actual per diem wages paid to each worker, and the applicable hourly rate.

The records must be open at all reasonable hours for inspection by the officers and agents of the City.

1.10 The hourly cost of salary for non-exempt workers for labor in excess of 40 hours per worker per week, shall be calculated at 1.5 times the worker’s base pay, plus 1.0 times fringe benefits, for the applicable craft and level.

Certified Payroll Requirements

2.1 Employees are paid weekly, and payrolls are submitted weekly using the City of Houston’s electronic payroll submission module, unless the prime Contractor has been instructed to do otherwise by the Office of Business Opportunity. When no work is done after a Contractor has started work, the Contractor is required to submit a weekly compliance statement indicating no work was performed. The payrolls must reflect the exact work and classification of the workers, the exact amount that they were paid. Workers must be paid the contracted amount (prevailing wage rates). The Contractor will be penalized $60.00 a day for each employee who is underpaid per Texas Government Code §2258-023 for all contracts.

2.2 Payrolls must be submitted electronically & indicate whether the worker worked inside or outside the building area when both wage rates are applicable to the contract.

2.3 Payrolls must be submitted each week until all work by the contractor is complete and the electronic payroll submission is marked as final in the system.

2.4 Payrolls must cover a seven-day period from the start of the work week and must be consecutive seven-day periods until all work is complete.

2.5 Payrolls must have employees' names, addresses, last four digits of the social security numbers, and job classifications. The job classifications must be the same as the classifications on the prevailing wage rate schedule.

2.6 A payroll deduction authorization form must be submitted for each employee for any

deductions other than Federal and FICA taxes.

2.7 Employees must be paid overtime (time and a half) for all hours worked over 40 hours a

Page 373: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-3 Edition Date: 02-01-2019

week on both federally and City-funded contracts.

2.8 The Contractor has the responsibility to comply with all Internal Revenue Service rules and regulations. Contractors who submit certified payrolls with Owner Operators (truckers)

must submit a signed tax liability statement from Owner Operator acknowledging their responsibility for Federal Income Tax and FICA reporting obligations.

2.9 If the Contractor wants to use the apprentice wage rates for an employee, the apprenticeship certificates must be submitted to the Office of Business Opportunity in advance of the employee working on the project and appearing on the payroll. You must comply with the listed number of journeymen to apprentices as listed.

2.10 A poster of the Prevailing Wage Rate Schedule should be clearly displayed on each job site from the time the project starts until the work is completed, or in case of annual service agreements, in the Contractor's office.

2.11 The Contractor shall submit the “Certificate from Contractor Appointing Officer or Employee to Supervise Payment of Employees” (Exhibit “B”) to the Monitoring Authority listed in Document 00495 prior to final execution of the contract.

2.12 During the work, ALL Subcontractors shall submit the “Certificate from Subcontractor Appointing Officer or Employee to Supervise Payment of Employees” (Exhibit “C”) to the Monitoring Authority listed in Document 00495.

2.13 Upon completion of the Project, as part of the contract-awarding department's total clearance process, the Office of Business Opportunity’s Contract Compliance Section must review whether the Wage Rate and Payroll Requirements were met and report the results to the department.

REST OF PAGE INTENTIONALLY LEFT BLANK

Page 374: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-4 Edition Date: 02-01-2019

EXHIBIT “A”

LABOR CLASSIFICATIONS AND PREVAILING WAGE RATES FOR ENGINEERING CONSTRUCTION 2019

CLASSIFICATION RATE CLASSIFICATION RATE

Asphalt Distributor Operator $14.06 Milling Machine Operator - Fine Grade $13.53

Asphalt Paving Machine Operator $14.32 Mixer Operator

$10.33

Asphalt Raker $12.36 Motor Grader Operator- Rough $14.23

Asphalt. Shoveler $11.68 Motor Grader Operator $15.69

Broom or Sweeper Operator $12.68 Oiler $12.12

Bulldozer Operator $11.81 Painter-Structures $18.62

Carpenter- Rough $12.49 Pavement Marking Machine Operator $11.18

Concrete Finisher- Paving $13.07 Pile Driverman

$14.95

Concrete Finisher- Structures $12.98 Pipe Layer $12.12

Concrete Paving Curbing Machine Operator $11.71 Reinforcing Steel Setter – Paving $15.15

Concrete Paving Finishing Machine Operator $13.07 Reinforcing Steel Setter - Structure $14.39

Concrete Paving Joint Sealer Operator $11.00 Roller Operator, Pneumatic - Self-propelled $11.57

Concrete Paving. Saw Operator $13.99 Roller Operator, Steel Wheel, Flat Wheel/Tamping $11.57

Concrete Paving Spreader Operator. $10.44 Roller Operator, Steel Wheel, Plant Mix Pavement $11.92

Concrete Rubber . . . $9.00 Scraper Operator $13.47

Crane Clamshell Backhoe Derrick, Dragline, Shovel Operator $12.71 Servicer $13.97

Crusher and Screening Plant Operator $11.29 Sign Installer – PGM $8.54

Electrician * 3 Journeyman 2 Apprentice Allowed $27.11 Slip Form Machine Operator $11.07

Flagger $10.33 Spreader Box Operator $13.58

Form Builder/Setter- Structures $12.23 Structural Steel Worker $14.39

Form Liner- Paving and Curb $12.34 Tractor Operator - Crawler Type $13.68

Form Setter- Paving and Curb $12.34 Tractor Operator- Pneumatic $10.07

Foundation Drill Operator - Crawler Mounted $17.43 Transit Mixer Truck Driver $11.00

Foundation Drill Operator - Truck Mounted $15.89 Truck Driver, Lowboy-float $16.03

Front Loader Operator $13.17 Truck Driver, Single-Axle - Heavy $11.46

Laborer Common $11.02 Truck Driver, Single-Axle - Light $11.48

Laborer- Utility $11.73 Truck Driver, Tandem Axle Semi-Trailer $12.27

Manhole Builder $9.00 Work Zone Barricade Servicer $11.67

Mechanic $16.96 ceive rate prescribed for craft performing operation to which welding is incidental

* Apprentices- must be in an approved USDOL Program and cannot exceed ratios

Page 375: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-5 Edition Date: 02-01-2019

Engineering Prevailing Wages Classification Definitions

Asphalt Distributor Operator Drives distributor truck, sets spray bars and operates valves and levers to control distribution of bituminous material for highway surfacing. May oil, grease or otherwise service and adjust equipment as needed. Performs other related duties.

Asphalt Paving Machine Operator Operates paving machine that spreads and levels asphaltic concrete on highway subgrade. Controls movement of machine, raises and lowers screed, regulates width of screed. May, oil, grease, service and adjust equipment as needed. Performs other related duties.

Asphalt Raker Distributes asphaltic materials evenly over road surface by raking and brushing material to correct thickness; directs Laborers when to add or take away material to fill low spots or to reduce high spots. Performs other related duties.

Asphalt Shoveler A general term used on construction work covering many unskilled classifications requiring work of a physical nature. A laborer works with all crews doing everything from pick and shovel work to cleaning up lumber with hammer, shoveling and placing concrete, uses air tools, cleans concrete joints and fills joints with sealing compound from bucket or with hose and nozzle from a central source, applies coating of oil to inside face of forms, may help set and strip forms, unloads and transports reinforcing steel, cures newly poured concrete, helps lower pipe into ditch for pipelayers, builds fences, works with dirt crew keeping construction layout stakes out of the way of dirt moving equipment.

Broom or Sweeper Operator Operates a self-propelled machine to sweep and clean roadway surfaces. They may also oil, grease, service and adjust equipment as needed. Performs other related duties.

Bulldozer Operator Operates a crawler tractor with a bulldozer mounted in front of chassis to level, distribute and push earth or other material. May operate a ripper attachment to break up rock or other hard material. May use a push block on front of tractor to push load scrapers. May oil, grease, or otherwise service and make minor repairs to equipment as needed. Performs other related duties.

Carpenter, Rough Works from plans to build, assemble, fit together, align, plum, and set in place forms for molding concrete structures. Forms may be wood, steel, aluminum, fiberglass or any other type of material. Checks form while concrete is placed. May install miscellaneous materials integral to concrete structures. May set precast concrete elements. Prepares for slip forming traffic rail and median barrier. May install permanent metal deck forms. May work with power tools Performs other related duties.

Concrete Finisher, Paving Finishes the exposed surfaces of fresh concrete paving, median barrier and every element of concrete structures to the final grade and contour structures to the final grade and contour with the use of straight edges and steel trowels. Operates bridge deck finishing machine. Finishes concrete curbs and gutters. Finishes exposed surface of concrete after forms have been removed by patching imperfections with fresh concrete, rubbing surface with abrasive stone, and directing others in removing excess or defective concrete with power tools. Performs other related duties.

Concrete Finisher, Structures A worker semi-skilled in concrete finishing who assists Concrete finisher by performing specific or general duties of lesser skill and keeping Concrete Finisher supplied with materials, tools, and supplies; cleaning working area an equipment; and holding materials and tools. Performs other related duties.

Concrete Paving Curbing Machine Operator Operates self - propelled machine(s) which may or may not travel on concrete paving forms, spreading and leveling fresh concrete to grade by use of augers and screeds. May oil, grease or otherwise service and make adjustments to equipment as necessary. Performs other related duties.

Concrete Paving Finishing Machine Operator Operates self - propelled machine(s) which may or may not travel on concrete paving forms, spreading and leveling fresh

Page 376: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-6 Edition Date: 02-01-2019

concrete to grade by use of augers and screeds. May oil, grease or otherwise service and make adjustments to equipment as necessary. Performs other related duties.

Concrete Paving Joint Sealer Operator Cleans and seals joints requiring a hot or cold sealing compound in concrete paving, sidewalks, driveway and approach slabs. May oil, grease or make necessary repairs adjustments to equipment as needed. Performs other related duties.

Concrete Paving Saw Operator Operates a water-cooled power saw with either or an abrasive blade to saw expansion and contraction joints in concrete paving. May also be used to saw asphaltic pavements. May oil grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Concrete Paving Spreader Operator Operates self - propelled machine(s) which may or may not travel on concrete paving forms, spreading and leveling fresh concrete to grade by use of augers and screeds. May oil, grease or otherwise service and make adjustments to equipment as necessary. Performs other related duties.

Concrete Rubber Finishes the exposed surface of concrete masonry after the forms have been removed by patching holes and broken corners with fresh concrete, rubbing surface with abrasive stone to remove rough spots, and removing high spots and defective concrete with hand chisel and hammer or pneumatic chisel and powered abrasive stone. Performs other related duties.

Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator A worker who operates a lattice boom type crane can hoist and move materials, raise and lower heavy weights and perform other related operations. May be crawler type or rubber tired. May include placement of rock riprap, clamshell, dragline, pipe and pile driving operations. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Crusher and Screed Plant Operator Operates a crusher or screening plant through which rock is run to break it into crushed stone for construction or to control flow of materials not needed. May include minor repairs and may service and make necessary adjustments to equipment as needed. Performs other related duties.

Electrician *3 Journeyman 2 Apprentice Plans and directs the layout of metal electrical conduit, installs wiring systems, switch-panels, buss bars, works on overhead distribution systems and underground distribution systems. Performs other related duties.

Flagger A worker who directs traffic in or around a construction site. May use signs or devices to direct traffic. May help assemble, position and clean devices or equipment used to direct traffic. Must be able to effectively communicate with the public. May require certain level of training by TXDOT specifications. Performs other related duties.

Form Builder/Setter, Structures Fits together, aligns and sets to grade metal and wooden forms for placement of concrete. Forms may be wood, steel, aluminum, fiberglass or any other type of material. Checks forms while concrete is placed. May install miscellaneous materials integral to concrete structures. May set precast concrete elements. Prepares for slip forming traffic rail and median barrier. May install permanent metal deck forms. May work with power tools. Performs other related duties.

Form Liner, Paving & Curb Fits together, panels align and sets to grade metal and wooden forms for placement of concrete. Works with survey crew to set stringline for panels or moles. Performs other related duties.

Form Setter, Paving & Curb Fits together, align and set to grade metal and wooden forms for placement of concrete paving and curbs. Works with survey crew to set stringline for paving, curb and gutter curb. Performs other related duties.

Foundation Drill Operator, Crawler Mounted Operates a hole-drilling machine that is crawler mounted. May include geotechnical operations such as soils nails, rock nails, tiebacks, anchors and jet grouting. May oil, grease or otherwise service and make necessary adjustments to

Page 377: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-7 Edition Date: 02-01-2019

equipment as needed. Performs other related duties.

Foundation Drill Operator, Truck Mounted Operates a hole drilling machine that is mounted on the rear of a rubber-tired vehicle or truck. May include soils nails, rock nails, tiebacks, anchors and jet grouting. Drive truck from location to location or may have laborer who drives truck. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Front End Loader Operator Operates a rubber tired, skid steer or crawler type tractor with an attached scoop type bucket on front end. Machine is used to load materials from stockpiles, excavation, charging batch plants, loading and unloading trucks. May be used with attachments in lieu of the bucket. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Laborer, Common A general term used on construction work covering many unskilled classifications requiring work of a physical nature. A laborer works with all crews doing everything from pick and shovel work to cleaning up lumber with hammer, shoveling and placing concrete, uses air tools, cleans concrete joints and fills joints with sealing compound from bucket or with hose and nozzle from a central source, applies coating of oil to inside face of forms, may help set and strip forms, unloads and transports reinforcing steel, cures newly poured concrete, helps lower pipe into ditch for pipelayers, builds fences, works with dirt crew keeping construction layout stakes out of the way of dirt moving equipment.

Laborer, Utility Performs a variety of manual duties, usually working in a utility capacity by working on multiple projects and tasks where demands require workmen with varied experience and ability to work without close direction. Unloads and transports reinforcing steel. May occasionally place and tie reinforcing steel. Directs common laborers in pouring concrete. Erects shoring and bracing. Assists in installation of pipe. Installs, operate and maintains dewatering systems. May assist equipment operators in positioning machines, verifying grades and signaling operators. Directs truck drivers and scraper operators to dumping positions to maintain grades as directed. Uses power tools and air tools. May work as lead man in a labor crew. His performance of a wide variety of construction jobs distinguishes him from a helper assigned to a specific craft. Installs and maintains erosion control. Is more or less a general utility construction worker. May be second step in learning a skill and may later become a helper in a specific classification. Performs other related duties.

Manhole Builder Constructs a means of permanent access to water and sewer lines for maintenance purposes. This work consists of laying brick or concrete slab at bottom of ditch up to an approximate grade line near the surface of the ground. Brick or block is normally laid to form a nearly circular manhole. Brick or block is laid in by eyesight and is normally to a plumb line. Chipped or culled brick can be used quite often is. No effort may be made to keep mortar off the face of the brick and joints are not pointed. May apply coating of concrete to interior and exterior surface. Performs other related duties.

Mechanic Assembles, set up, adjusts and maintains and repairs all types of construction equipment and trucks. He may perform the duties of a welder in repair of equipment. Performs other related duties.

Milling Machine Operator, Fine Grade Operates a power-driven milling machine that planes material of the to roadbed and discharges the material into a hauling unit or a windrow. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Mixer Operator Performs a variety of manual duties, usually working in a utility capacity by working on multiple projects and tasks where demands require workmen with varied experience and ability to work without close direction. Unloads and transports reinforcing steel. May occasionally place and tie reinforcing steel. Directs common laborers in pouring concrete. Erects shoring and bracing. Assists in installation of pipe. Installs, operate and maintains dewatering systems. May assist equipment operators in positioning machines, verifying grades and signaling operators. Directs truck drivers and scraper operators to dumping positions to maintain grades as directed. Uses power tools and air tools. May work as lead man in a labor crew. His performance of a wide variety of construction jobs distinguishes him from a helper assigned to a specific craft. Installs and maintains erosion control. Is more or less a general utility construction worker. May be second step in learning a skill and may later become a helper in a specific classification. Performs other related duties.

Motor Grader Operator, Rough

Page 378: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-8 Edition Date: 02-01-2019

Operates a motor grader. Equipment is used to grade excavation and embankment and to lay asphalt, base and other materials. May blade haul roads and do other general motor grader work but does not perform finish grade work to close specification tolerances. This operator may be a learner in the first phase of learning the skills of motor grader work. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Motor Grader Operator Operates a motor grader. Equipment is used to grade excavation and embankment and to lay asphalt, base and other materials. May blade haul roads and do other general motor grader work but does not perform finish grade work to close specification tolerances. This operator may be a learner in the first phase of learning the skills of motor grader work. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Oiler A learner or semi-skilled worker who under the direction of the watch engineer. May oil and grease or otherwise service all engines and necessary equipment as needed. He may clean, and paint engine room as needed. Performs other related duties.

Painter, Structures Paints and stains structural steel and concrete surfaces of bridges, retaining walls, or other structures. Directs cleaning and abrasive blasting of surfaces prior to painting or staining. Performs other related duties.

Pavement Marking Machine Operator Operates machine used in laying paint stripes or markers on all types of paving. Loads machine with appropriate materials and may walk or ride on machine. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Piledriverman Sets in place, aligns, plumbs direct driving of timber, concrete, steel, pipe and any other type of piling. Sets, drives and pulls steel, concrete and other types of sheet piling. Rigs pile and leads and bracing. Signals operator. Splices piles before and after driving. Directs pile cutoff. May direct jetting or drilling equipment in connection with installing piles to grade. Performs other related duties.

Pipelayer Installs concrete, clay, steel, ductile iron, plastic, corrugated pipe and any other type of pipe for storm drainage, water lines, gas lines and sanitary sewer lines. Lays underground communication and electrical ducts. May install and set electrical ground boxes, hand holes, manholes, inlets and other structures. Caulks joints, makes threaded and flanged connections. Installs valves and other accessories. Performs other related duties.

Reinforcing Steel Setter, Paving Works from plans to lay out and install reinforcing steel within forms or in mats of concrete paving. May direct unloading of material. Determines rigging required to complete work. Gives direction to reinforcing steel worker (helper) or common or utility laborers. May install miscellaneous materials integral to concrete structure or paving. May work with power tools. Performs other related duties.

Reinforcing Steel Setter, Structure Works from plans to lay out and install reinforcing steel within forms or in mats of concrete paving. May direct unloading of material. Determines rigging required to complete work. Gives direction to reinforcing steel worker (helper) or common or utility laborers. May install miscellaneous materials integral to concrete structure or paving. May work with power tools. Performs other related duties.

Roller Operator, Pneumatic, Self-Propelled Operates a self-propelled machine with either steel wheels pneumatic tires, which is used to compact and smooth all bituminous materials. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Roller Operator, Steel Wheel, Flat Wheel/Tamping Operates a self-propelled machine with either steel wheels or pneumatic tires which is used to compact earth fills, subgrade, flexible base and all other types of materials except bituminous. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Roller Operator, Steel Wheel, Plant Mix Pavement Operates a self-propelled machine with either steel wheels pneumatic tires, which is used to compact and smooth all

Page 379: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-9 Edition Date: 02-01-2019

bituminous materials. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Scraper Operator Operates a self-contained wheeled tractor scraper both self loading or assisted by crawler tractors or other scrapers. Used to excavate and transport earth or other materials. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Servicer Drives a truck, which carries various fuels, oils, greases and filters. Must have knowledge of and is responsible for the correct oiling and greasing and changing of filters on equipment according to the manufacturers’ specifications. Uses compressed air grease guns, wrenches and other tools. May make adjustments to clutches, brakes and other mechanical items. Keeps record of service preventive maintenance records. May have laborer assisting him. May require CDL if driving truck on public highways. Performs other related duties.

Sign Installer (PGM) Sets forms, reinforcing steel, anchor bolts and pours concrete for Sign foundations. Fabricates and erects pipe and angle Frameworks by bolting, welding or other means prior to installation of signs that are normally prefabricated. Works from plans in location and drilling holes for proper location and alignment of signs. May direct hoisting of signs into place. Fastens signs to framework by bolting and other means. Locates and sets lighting brackets. May perform other work associated with signing projects. Supervises sign erector helper. Performs other related duties.

Slip Form Machine Operator Cleans and seals joints requiring a hot or cold sealing compound in concrete paving, sidewalks, driveway and approach slabs. May oil, grease or make necessary repairs adjustments to equipment as needed. Performs other related duties.

Spreader Box operator Operates spreader box by adjusting hopper and strike off blade so that the gravel, stone or other material may be spread to a specific depth on road surface during seal coat and surface treatment operations. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Structural Steel Worker Works from plans to lay out and install reinforcing steel within forms or in mats of concrete paving. May direct unloading of material. Determines rigging required to complete work. Gives direction to reinforcing steel worker (helper) or common or utility laborers. May install miscellaneous materials integral to concrete structure or paving. May work with power tools. Performs other related duties.

Tractor operator, Crawler Type Operates a crawler tractor with a bulldozer mounted in front of chassis to level, distribute and push earth or other material. May operate a ripper attachment to break up rock or other hard material. May use a push block on front of tractor to push load scrapers. May oil, grease, or otherwise service and make minor repairs to equipment as needed. Performs other related duties.

Tractor Operator, Pneumatic Operates a gasoline or diesel powered agricultural tractor that tows compaction rollers, plow, disc. water tanks, scrapers and other similar operations. May use other miscellaneous attachments. May oil, grease or otherwise service and make necessary adjustments to equipment as needed. Performs other related duties.

Traveling Mixer Operator Drives a gasoline or diesel truck upon which is mounted a concrete mixer. Operates concrete mixer and dumps concrete on the grade, into forms or into concrete pumps or buckets. Cleans mixer drum. May require CDL license for on highway use. May service and make necessary adjustments for proper operation of equipment. Performs other related duties.

Truck driver, lowboy-Float Drives a heavy-duty diesel-powered truck to which is attached a trailer upon which heavy equipment is hauled. Driver is often required to operate heavy equipment to load or unload the lowboy. May require CDL license for on highway use. May service and make necessary adjustments for proper operation of equipment. Performs other related duties.

Truck driver, Single Axle, Heavy Drive a light capacity truck for transporting loads of construction material. The truck is of single rear axle type, may have various kinds of beds attached, such as dump, flat bed, tank, etc. May require CDL license for driving on highway. May

Page 380: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-10 Edition Date: 02-01-2019

services and make necessary adjustments for proper operation equipment. Performs other related duties.

Truck driver, Single Axle-Light Drive a light capacity truck for transporting loads of construction material. The truck is of single rear axle type, may have various kinds of beds attached, such as dump, flat bed, tank, etc. May require CDL license for driving on highway. May services and make necessary adjustments for proper operation equipment. Performs other related duties.

Truck Driver, Tandem Axle, Semi-Trailer Drives a diesel-powered tractor pulling a semi trailer hauling materials. Hauls dirt, rock, aggregates or other material. May require CDL license for driving on highway. May service and make necessary adjustments for proper operation of equipment. Performs other related duties.

Work Zone Barricade Servicer Fabricates, erects and maintains temporary traffic control devices, including arrow boards, signs, barricades, channelizing devices, barrels and all message boards. May operates a truck during traffic control operations.

WELDERS - Receives rate for craft being performed to which welding is incidental.

Page 381: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-11 Edition Date: 02-01-2019

EXHIBIT “B”

CERTIFICATE FROM CONTRACTOR APPOINTING OFFICER OR EMPLOYEE TO

SUPERVISE PAYMENT OF EMPLOYEES

Project Name

Project WBS#: Date

(I) (We) hereby certify that (I am) (we are) the Prime Contractor for

(specify type of job)

in connection with construction of the above-mentioned Project, and that (I) (we) have appointed , whose signature appears below, to supervise the payment of (my) (our) employees beginning , 20 ; that he/she is in a position to have full knowledge of the facts set forth in the payroll documents and in the statement of compliance required by the Copeland Act and the City of Houston, which he/she is to execute with (my) (our) full authority and approval until such time as (I) (we) submit to the City of Houston a new certificate appointing some other person for the purposes hereinabove stated.

Phone: (Identifying Signature of Appointee)

Attest:

(Name of Firm or Corporation)

By: By: (Signature) (Signature)

(Title) (Title) NOTE: This certificate must be executed by an authorized officer of a corporation or by a member of a partnership, and shall be executed prior to and be submitted with the first payroll. Should the appointee be changed, a new certificate must accompany the first payroll for which the new appointee executes a statement of compliance required by the Copeland Act and the City of Houston.

Page 382: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WAGE SCALE AND PAYROLL REQUIREMENTS PROJECT No. 460C FOR ENGINEERING CONSTRUCTION

00820-12 Edition Date: 02-01-2019

EXHIBIT “C”

CERTIFICATE FROM SUBCONTRACTOR APPOINTING OFFICER OR EMPLOYEE TO SUPERVISE PAYMENT OF EMPLOYEES

Project Name

Project WBS#: Date

(I) (We) hereby certify that (I am) (we are) the Sub Contractor for

(specify type of job)

in connection with construction of the above-mentioned Project, and that (I) (we) have appointed , whose signature appears below, to supervise the payment of (my) (our) employees beginning , 20 ; that he/she is in a position to have full knowledge of the facts set forth in the payroll documents and in the statement of compliance required by the Copeland Act and the City of Houston, which he/she is to execute with (my) (our) full authority and approval until such time as (I) (we) submit to the City of Houston a new certificate appointing some other person for the purposes hereinabove stated.

Phone: (Identifying Signature of Appointee)

Attest:

(Name of Firm or Corporation)

By: By: (Signature) (Signature)

(Title) (Title)

NOTE: This certificate must be executed by an authorized officer of a corporation or by a member of a partnership and shall be executed prior to and be submitted with the first payroll. Should the appointee be changed, a new certificate must accompany the first payroll for which the new appointee executes a statement of compliance required by the Copeland Act and the City of Houston.

END OF DOCUMENT

Page 383: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

City of Houston

Pay or Play Program Requirements

I . Pay or Play Program Overview

A. Purpose The Pay or Play Program was established with Ordinance 2007-534 on July 1, 2007 and is governed by Executive Order 1-7. The Pay or Play Program (POP Program) creates a more level playing field and enhances fairness in the bid process between competing contractors that choose to offer health benefits to their workforce and those who do not. The program also recognizes and accounts for the fact that there are cost associated with health care of the uninsured citizens of the Houston and Harris County area.

B. Program Elements 1. Covered contracts: I.) Advertised after July 1, 2007 or which is executed on or after the effective date of this Executive Order. II.) Contracts valued at or above $100,000.00 (contract) and $200,000.00 (sub-contract) including contingencies, amendments, supplemental terms and/or change orders. III.) Professional Service, Construction, and Service type contracts. 2. Contracts not covered:

I.) Any contract in which the primary purpose is procurement of property, goods, supplies, and or equipment. II.) An inter-governmental contract, inter-governmental agreement or purchasing cooperative. 3. Covered employees: This program applies to employees of a covered contractor or subcontractor, including contract labor, who are over age 18, work at least 30 hours per week and work any amount of time under a covered city contract or subcontract.

4. Pay or Play Option:

l “Pays” by contributing $1.00 per covered employee per regular hour for work

performed under the contract with the City; or

ll.) “Plays” by providing health benefits to covered employees. Health benefits must meet or exceed the following standards:

The employer will contribute no less than $150 per covered employee per

month toward the total premium cost.

The employee contribution, if any amount, will be no greater than 50% of the

monthly premium cost and no more than $150 per month. *Note: (1)A contractor is deemed to have complied with section 5.4 of E.O. 1-7 with respect to a covered employee who is not provided health benefits if the employee refuses the benefits and the employee’s contribution

to the premium is no more than $40 per month. (2) If applicable the contractor has the option to both Pay and Play. (Document 00840) OBO 7/3/2012

Page 384: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

City of Houston

Pay or Play Program Requirements

5. Exemptions/Waivers: The City of Houston will award a contract to a contractor that neither Pays nor Plays only if the contractor has received an approved waiver (Form POP-4 requested by City departments only).

6. Administration: Contractor performance in meeting Pay or Play program requirements will be managed by the contracting department. The Office of Business Opportunity (OBO) has administrative oversight of the program, including audit responsibilities (department compliance). Questions about the program should be referred to the Department POP Liaison an updated contact list is available on http://www.houstontx.gov/obo/popforms.html or call Gracie Orr with the Office of Business Opportunity at 832-393-0633.

II. Documentation and Reporting Requirements

A. Document that must be signed and returned to administering department with the bid/proposal.

1.) City of Houston Pay or Play Program Acknowledgment Form (Form POP-1)

acknowledges bidder/proposers’ knowledge of the program and its requirements, and

the intention to comply.

B. Documents that must be signed and returned to administering department within a period designated by the department’s Contract Administrator, upon notification of low bidder or successful proposer status:

1.) Certification of Compliance with Pay or Play Program (Form POP-2)

*Note - Contractors that opt to “play” must provide proof of coverage, including document from insurance provider, and names of covered employees.

2.) List of Subcontractors (Form POP-3)

*Note- Review the affidavit statement at the bottom of this form for further important POP Compliance information.

C. Contractors reporting requirements: 1.) Contractors that opt to Pay Provide monthly reports to administering department, detailing names of employees, hours worked, exemptions (if any) and amount owed. (Form POP-5)

2.) Contractors that opt to Play Provide periodic reports to the contract administrator showing proof of coverage (insurance premium invoice or insurance card) reporting schedule will be determined by administering department based on length of contract. (Form POP-7)

(Document 00840) OBO 7/3/2012

Page 385: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

City of Houston

Pay or Play Program Requirements

3.) Employee Waiver Request Contractor may request POP program waiver by submitting the request on POP-8 if the employee is less than 18 years old, employee has other health coverage such as through spouse or parents, or Medicare/Medicaid.

*Note proof of coverage must be provided in the form of a copy of the employee’s insurance card. (Remove social security numbers if applicable) 4.) Contractors shall submit an initial report with the second invoice to the department. Payments based on monthly reports are due to the contracting department with submission of the following month’s invoice. Payments may be made out to the City of Houston preferably via cashier check or business check.

III. Compliance and Enforcement The Office of Business Opportunity will audit program compliance. Contractors willfully violating or misrepresenting POP program compliance will be subject to corrective and/or punitive action, including but not limited to the assessment of fines and penalties and/or debarment. The Pay or Play Program Requirements Form and all other POP Forms are available for downloading from the City of Houston’s Website at http://www.houstontx.gov/obo/popforms.html

(Document 00840) OBO 7/3/2012

Page 386: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS PAY OR PLAY (POP) PROGRAM Project No. 460C

00840-4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 387: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Doc. 00842 130125

ATTACHMENT “ ”

Sample Letter of Intent

THIS AGREEMENT IS SUBJECT TO BINDING ARBITRATION ACCORDING TO THE TEXAS GENERAL ARBITRATION ACT.

To: City of Houston Date: Administering Department

Project Name and Number

Bid Amount: MWBE Goal:

agrees to enter into a contractual agreement Prime Contractor

with , who will provide the following goods/ MWBE Subcontractor

services in connection with the above referenced contract:

for an estimated amount of $ or % of the total contract value.

is currently certified with the City of Houston’s (M/W/DBE Subcontractor) Office of Business of Opportunity Office to function in the

aforementioned capacity.

Prime Contractor M/W/DBE Subcontractor

intend to work on the above-named contract in accordance with the M/W/DBE Participation Section of the City of Houston Bid Provisions, contingent upon award of the contract to the aforementioned Prime Contractor.

Signed (Prime Contactor) Signed (M/W/DBE Subcontractor)

Printed Signature Printed Signature

Title Date Title Date

Page 388: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Doc. 00842 130125

Attachment “ ”

CITY OF HOUSTON CERTIFIED MWBE SUBCONTRACT TERMS Contractor shall ensure that all subcontracts with M/WBE subcontractors and suppliers are clearly labeled “THIS CONTRACT IS SUBJECT TO BINDING ARBITRATION ACCORDING TO THE TEXAS GENERAL ARBITRATION ACT” and contain the following terms:

1. _______________________(M/WBE subcontractor) shall not delegate or subcontract more than 50% of the work under this subcontract to any other subcontractor or supplier without the express written consent of the City of Houston’s Office of Business Opportunity (“the Director”).

2. _______________________(M/WBE subcontractor) shall permit representatives

of the City of Houston, at all reasonable times, to perform 1) audits of the books and records of the subcontractor, and 2) inspections of all places where work is to be undertaken in connection with this subcontract. Subcontractor shall keep such books and records available for such purpose for at least four (4) years after the end of its performance under this subcontract. Nothing in this provision shall affect the time for bringing a cause of action or the applicable statute of limitations.

3. Within five (5) business days of execution of this subcontract, Contractor (prime

contractor) and Subcontractor shall designate in writing to the Director an agent for receiving any notice required or permitted to be given pursuant to Chapter 15 of the Houston City Code of Ordinances, along with the street and mailing address and phone number of such agent.

4. As concluded by the parties to this subcontract, and as evidenced by their

signatures hereto, any controversy between the parties involving the construction or application of any of the terms, covenants or conditions of this subcontract shall, on the written request of one party served upon the other or upon notice by the Director served on both parties, be submitted to binding arbitration, under the Texas General Arbitration Act (Tex. Civ. Prac. & Rem. Code Ann., Ch. 171 – “The Act”). Arbitration shall be conducted according to the following procedures:

a. Upon the decision of the Director or upon written notice to the HR Director

from either party that a dispute has arisen, the Director shall notify all parties that they must resolve the dispute within thirty (30) days or the matter may be referred to arbitration.

b. If the dispute is not resolved within the time specified, any party or the Director

may submit the matter to arbitration conducted by the American Arbitration Association under the rules of the American Arbitration Association, except as otherwise required by the City’s contract with the American Arbitration Association on file in the Office of the City’s Office of Business Opportunity.

Page 389: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Doc. 00842 130125

c. Each party shall pay all fees required by the American Arbitration Association and sign a form releasing the American Arbitration Association and its arbitrators from liability for decisions reached in the arbitration.

d. In the event the American Arbitration Association no longer administers Office

of Business Opportunity arbitration for the City, the Director shall prescribe alternate procedures as necessary to provide arbitration by neutrals in accordance with the requirements of Chapter 15 of the Houston City Code of Ordinances.

These provisions apply to goal-oriented contracts. A goal-oriented contract means any contract for the supply of goods or non-professional services in excess of $100,000.00 for which competitive proposals are required by law; not within the scope of the MBE/WBE program of the United States Environmental Protection Agency or the United States Department of Transportation; and which the City Purchasing Agent has determined to have significant MWBE subcontracting potential in fields which there are an adequate number of known MBEs and/or WBEs to compete for City contracts. The MWBE policy of the City of Houston will be discussed during the pre-proposal conference. For information, assistance, and/or to receive a copy of the City’s Office of Business Opportunity Policy and/or Ordinance, contact the Office of Business Opportunity Division at 713.837.9000, 611 Walker Street, 7th Floor, Houston, Texas 77002.

City of Houston Certified M/WBE Subcontract Terms Page 2

Page 390: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

Doc. 00842 130125

THIS PAGE INTENTIONALLY LEFT BLANK

Page 391: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS AIAIRFRFIEIELDLD P PAVAVEMEMENEN

Project No. 460C SUMMARY OF WORK

SUMMARY OF WORK

01110-1 ver. 12.27.17

May, 2018

SECTION 01110

SUMMARY OF WORK

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. Project description. B. Work description. C. City occupancy.D. Contractor-salvaged products. E. Separate contracts and work by City. F. Extra copies of Contract Documents. G. Permits, fees and notices.

1.02 THE PROJECT

The Project is the Houston William P. Hobby Airport, Houston George Bush Intercontinental Airport and Houston Ellington Field Airport Miscellaneous Pavement Repairs in Houston, Texas.

1.03 GENERAL DESCRIPTION OF THE WORK

A. Construct the Work under a single general construction contract as follows: Airfield Pavement Repairs, Project No. 460C_HOU, CIP No. A-0513, Airfield Pavement Repairs, Project No. 460C_IAH, CIP No. A-0513, and Miscellaneous Pavement Repairs, Project No. 460C_EFD, CIP No. A-0513.

B. Construct the Work in multiple stages following Section 01326 - Construction Sequencing. C. The Work is summarized as construction of Airfield Pavement Repairs for each project

below: 1. William P. Hobby, Project No. 460C, AIP No. A-0513. a. Scope of Work to include full depth concrete panel and asphalt replacements, spall

repairs, and joint sealant replacement throughout the airfield. Base material will be proof rolled for soft spots and repairs made as required. Dowels will be installed and reinforcing steel installed in preparation for P-501 Concrete Airfield Pavement. New paint striping will be installed as required.

b. Scope of Work to include saw-cutting and demolition of upper 6-inches of existing trench drain within the Terminal Apron area. Work will be performed is segments of approximately 145 linear feet with exception of Phase 1, which will be performed as a 280 linear foot segment. Existing trench grates will be salvaged for reuse on new trench upper construction.

2. George Bush Intercontinental Airport, Project No. 460C, AIP No. A-0513. a. Scope of Work to include full depth concrete panel replacements, spall repairs, and

joint sealant replacement throughout the airfield, saw kerf reconstruction on Runway 15L, reconstruction of HMAC shoulder on Taxiway SF, and repair of the HMAC Vehicle Service Road. Base material will be proof rolled for soft spots and repairs made as required. Dowels will be installed and reinforcing steel installed in preparation for P-501 Concrete Airfield Pavement. New paint striping will be installed as required.

3. Ellington Airport, Project No. 460C, AIP No. A-0513.

Page 392: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

SUMMARY OF WORK Project No. 460C

SUMMARY OF WORK 01110-2 ver. 12.27.17

May 2018

a. Base Bid: Scope of Work to include saw-cutting and demolition of selected airfield concrete panels. Dowels will be installed and reinforcing steel installed in preparation for P-501 Concrete Airfield Pavement. Resodding, topsoiling, and restriping will be installed as required.

b. Bid Alternate 1: Scope of work to include routing, cleaning, and sealing existing pavement cracks on the Runway 22 paved safety area, and on the Taxiway D shoulder pavement west of Runway 4-22, priming and micro-surfacing the area, and restriping removed markings.

c. Bid Alternate 2: Scope of work to include routing, cleaning, and sealing existing pavement cracks on the T-Hangar apron area, priming and micro-surfacing the area, and restriping removed markings.

D. Contract limit lines are shown diagrammatically on Drawings. E. The construction budget for this construction project is approximately $13 million.

1.04 CITY OCCUPANCY

A. The City will occupy the premises and remain in operation during the entire period of construction. Closure of various airfield pavements have been planned in a phased approach to accommodate construction activities.

1. Cooperate with the City to reduce conflict, and to facilitate the City's operations. Coordinate Contractor's activities with City Operations or Maintenance personnel through City Engineer.

2. Schedule Work to fit these requirements. 1.05 CONTRACTOR-SALVAGED PRODUCTS (CSP) (NOT USED)

1.06 SEPARATE CONTRACTS AND WORK BY CITY

A. The following separate construction contracts are known as of May 3, 2018 to exist in the general area of the Work, and may affect this Work as indicated:

1. William P. Hobby, Project No. 460C, AIP No. A-0513. a. Hobby Hot Spot Construction, Work within the limits of construction may be concurrent and co-located.

2. George Bush Intercontinental Airport, Project No. 460C, AIP No. A-0513. a. Taxiway WA/WB Reconstruction, Project 901. Work within the limits of construction may be concurrent and co-located. Access and haul routes may be shared. Coordinate and cooperate as required. b. Taxiway RA Emergency Pavement Repairs, Project 797. Work within the limits of construction may be concurrent and co-located. Access and haul routes may be shared. Coordinate and cooperate as required. c. Sanitary Sewer Improvements, Project 699. Work within the limits of construction may be concurrent and co-located. Access and haul routes may be shared. Coordinate and cooperate as required.

3. Ellington Airport Perimeter Road and Midfield Road Rehabilitation, Project No. 460C, AIP No. A-0513.

a. There is currently no concurrent construction projects that will be co-located. B. Review contract documents and other information furnished by City Engineer to confirm

effects of separate contract and City work and to coordinate work of this contract with it. 1. Documents will be on display at Plan Rooms and at Department of Aviation IAH,

HOU, and EFD office specified in Document 00210.

Page 393: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS AIAIRFRFIEIELDLD P PAVAVEMEMENEN

Project No. 460C SUMMARY OF WORK

SUMMARY OF WORK

01110-3 ver. 12.27.17

May, 2018

2. Documents may be purchased for cost of reproduction, from $1,000.00, from RS&H –11011 Richmond Avenue Suite 900, Houston, TX 77042.

C. City Engineer will resolve conflicts and discrepancies between this contract and separate contracts and work by City.

1.07 EXTRA COPIES OF CONTRACT DOCUMENTS

Use reproducible documents, furnished by City following Document 00700 Paragraph 2.2.2, to make extra copies of Contract Documents (diazo prints of Drawings and electrostatic copies of Project Manual) as required by Contractor for construction operations, and for Contractor's records following Sections 01726 - Base Facility Survey and 01770 - Contract Closeout. Follow Document 00700 Paragraph 1.3.

1.08 PERMITS, FEES AND NOTICES

Refer to Document 00700 Paragraph 3.14. Reimburse City for City's payment of fines levied against City or its employees because of Contractor's failure to obtain proper permits, pay proper fees, and make proper notifications. Reimbursement will be by Change Order, deducting from the Contract Price the amount of fines imposed.

PART 2 – PRODUCTS (NOT USED) 2.01 SCHEDULE OF CSP (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 394: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS SUMMARY OF WORK Project No. 460C

SUMMARY OF WORK 01110-4 ver. 12.27.17

May 2018

THIS PAGE LEFT INTENTIONALLY BLANK

Page 395: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTRACTOR’S USE OF PREMISES

CONTRACTOR'S USE OF PREMISES 01145-1 ver. 12.15.17

May 2018

SECTION 01145

CONTRACTOR'S USE OF PREMISES

PART 1- GENERAL

1.01 SECTION INCLUDES

A. Rights-of-way and access to the Work. B. Property and Base Facility outside contract limits. C. General requirements for exterior work. D. Work in AOA, including electrical lockout/tagout program. E. Interior work. F. Control of access into security areas.

1.02 SUBMITTALS

A. Show start dates and duration of closures and impediments on construction schedule following Section 01325 - Construction Schedules.

B. Prepare written requests, using Document 00931 - Request for Information, and submit requests at least 7 days before access is required, for following: 1. Roadway, street, driveway, curbside. Do not close or impede emergency exits intended

to remain. 2. Access to property outside contract limits, required to extend or connect work to utilities

or environmental system controls in non-contract areas. C. For work involving electrical energy or other hazardous energy sources, submit a

Lockout/Tagout Program.

1.03 RIGHTS-OF-WAY AND ACCESS TO THE WORK

A. Confine access and operations and storage areas to contract limits and other areas provided by City, following Document 00700. Do not trespass on non-City-owned property or on airport occupants' spaces.

B. Airport operates "around the clock." In cases of conflicts with construction operations, airport operations take precedence. Airport roads, streets, drives, curbsides and sidewalks, and ticketing, baggage claim, security check points, concessions, restrooms, aircraft gates and similar passenger-related areas are intended for year-round uninterrupted use and access by the public and airport operations. Maintain uninterrupted traffic movement. 1. Aircraft and emergency vehicles have right-of-way in AOA. 2. Private vehicles, public transportation and emergency vehicles have right-of-way on

roads, streets, driveways and curbsides. 3. Passengers have right-of-way in public spaces. Occupants have right-of-way in other

occupied areas. C. Follow instructions of the City Engineer, Airport Manager, Airport Operations, and of

ATCT. Follow FAA procedures. D. HAS will review Contractor's submittals for compliance with FAA requirements. Attend

meetings with FAA to assist the City Engineer in obtaining approvals. E. Continued violations of or flagrant disregard for policies may be considered default, and

individuals disregarding requirements may be determined as objectionable by the City Engineer, following provisions of Document 00700.

Do not close or impede rights-of-way without City Engineer approval.

Page 396: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CONTRACTOR’S USE OF PREMISES Project No. 460C

CONTRACTOR'S USE OF PREMISES 01145-2 ver. 12.15.17

May, 2018

1.04 PROPERTY AND BASE FACILITY OUTSIDE CONTRACT LIMITS

A. Do not alter condition of property or Base Facility outside contract limits. B. Means, methods, techniques, sequences, or procedures which may result in damage to

property outside of contract limits are not permitted. C. Repair or replace damage to property outside contract limits to condition existing at start of

the Work, or better.

1.05 GENERAL REQUIREMENTS FOR EXTERIOR WORK

A. Obtain permits and City Engineer's approval prior to impeding or closing roadways, streets, driveways, Terminal curbsides and parking areas.

B. Maintain emergency vehicle access to the Work and to fire hydrants, following Section 01505 - Temporary Facilities.

C. Do not obstruct drainage ditches or inlets. When obstruction is unavoidable due to requirements of the Work, provide grading and temporary drainage structures to maintain unimpeded flow.

D. Locate by Section 01726 - Base Facility Survey and protect by Section 01505 - Temporary Facilities any communication, data, electrical power, fuel, sanitary sewer, storm sewer lines or other such utility which may exist. Repair or replace damaged systems to condition existing at start of Work, or better.

E. Public, Temporary, and Construction Roads and Ramps: 1. Construct and maintain temporary detours, ramps, and roads to provide for normal public

traffic flow when use of public roads or streets is closed by necessities of the Work. 2. Provide mats or other means to prevent overloading or damage to existing roadways from

tracked equipment or exceptionally large or heavy trucks or equipment. 3. Construct and maintain access roads and parking areas following Section 01505 -

Temporary Facilities. F. Excavation in Streets and Driveways:

1. Do not hinder or needlessly impede public travel on roadways, streets or driveways for more than two blocks at any one time, except as approved by City Engineer.

2. Obtain the City Traffic Management and Maintenance Department and City Engineer's approval when the Work requires closing of off-airport roadways, streets or driveways. Do not unnecessarily impede abutting property.

3. Remove surplus materials and debris and open each block for public use as work in that block is complete. Acceptance of any portion of the Work will not be based on return of street to public use.

4. Provide temporary crossings, or complete work in one continuous operation. Minimize duration of obstructions and impediments at drives or entrances.

G. Provide barricades and signs following Sections 01505 - Temporary Facilities and 01507 - Temporary Signs.

H. Traffic Control: Follow Section 01555 - Traffic Control and Regulation. I. Surface Restoration:

1. Restore site to condition existing before construction, following Section 01731 - Cutting and Patching, to satisfaction of City Engineer.

1. Follow Specification P-501 and/or P-401 for restoring paved areas. 2. Repair damaged turf areas, leveling with bank run sand following FAA Specification T-

901 - Seeding, or topsoil following FAA Specification T-905 - Topsoiling, and resod following FAA Specification T-904 – Sodding. Water and level newly sodded areas with adjoining turf using steel wheel rollers appropriate for sodding. Do not spot sod or sprig.

Page 397: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTRACTOR’S USE OF PREMISES

CONTRACTOR'S USE OF PREMISES 01145-3 ver. 12.15.17

May 2018

1.06 WORK IN AOA

A. If construction requires closing of safety areas of runways, taxiways and aprons, then submit such request in writing on a separate document in the Safety Plan in accordance with the Construction Safety and Phasing Plan, reference Section 01506 – Airport Temporary Controls. Closings require NOTAMs (Section 01423 - References).

B. Open trenches are generally not permitted in areas of aircraft and GSE movement. Exceptions may be approved by the Airport Manager and by FAA. Barricade, light and mark the edges of permitted open trenches and excavations as directed.

C. Flares are not permitted in the AOA. D. Do not obliterate runway and taxiway markings, unless required as part of the Work. Repair

or replace damaged markings with matching color, material and copy where resulting from work of this contract.

E. Open-flame welding and cutting in the AOA is discouraged. When unavoidable, obtain case-by-case approval. Provide proper fire control equipment, approved by Fire Department/ Aviation Section.

F. Hearing protection is recommended for persons in the AOA. G. Do not store products in safety or object free areas of runways, taxiways or aprons or in

runway overruns and clear zones for more than then-active one-day operation. Provide large and long-term storage outside the AOA.

H. Follow lockout/tagout program below. 1. Electrical Lockout/Tagout for HAS Projects:

a. AOA has underground lighting and control cables. Known cables are shown (charted) on Drawings.

b. Survey area within contract limits following Section 01726 - Base Facility Survey, using proper equipment, to confirm location of charted cables and cables discovered during survey. Stake locations.

c. Notify City Engineer and Airport Manager in daily briefings (Section 01312 - Coordination and Meetings) before excavation in the vicinity of charted or discovered cables. Make written request for deactivation and reactivation of circuits.

d. Deactivation and reactivation of circuits is the responsibility of the Airport Manager. e. Furnish proper personnel, cable locating instruments, tools, splice kits, cable and

other products at the time excavation work is underway, for cable repair as required. f. Excavate, make cable repairs, cover repairs, and backfill excavation at repaired

cables an only in presence of City Engineer and Airport Manager. g. Immediately report discovered or detected outages to City Engineer and Airport

Manager.

h. Follow repair details shown on Drawings. If details are not consistent with existing or discovered conditions, or if required repairs cannot be properly made, submit Document 00931 following Section 01255 - Modification Procedures.

i. Record repairs following Section 01770 - Contract Closeout. j. Test proper operation of circuits, in presence of City Engineer and Airport Manager,

before covering repairs. Follow Section 01450 - Contractor's Quality Control. Immediately correct failures.

k. Airport Manager will perform a daily check of circuits in vicinity of construction at 1500 hours to confirm proper operation. Immediately correct failures.

2. Electrical Lockout/Tagout: Follow OSHA 29 CFR 1910.331. I. Construction near NAVAIDS and ARFF:

1. Do not obstruct line of sight from ATCT or interfere with transmissions from NAVAIDS.

2. Do not obstruct exits or entrances to ARFF.

Page 398: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CONTRACTOR’S USE OF PREMISES Project No. 460C

CONTRACTOR'S USE OF PREMISES 01145-4 ver. 12.15.17

May, 2018

1.07 CONTROL OF SECURITY AREA ACCESS

A. Install barricades and enclosures to prevent uncontrolled access into security areas, following Section 01505 - Temporary Facilities. Provide locked access points. Provide duplicate keys to City Engineer.

B. Post one gatekeeper, employed by the Contractor, at each point of access through barricades or enclosures into security areas, during times when access points are not locked. Ensure persons entering are properly badged.

C. Provide signs following Section 01507 - Temporary Signs.

PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used)

END OF SECTION

Page 399: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C0C0C CASH ALLOWANCES

CASH ALLOWANCES 01210-1 ver. 03.01.18

May, 2018

SECTION 01210

CASH ALLOWANCES

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. City's allowances, allocated to the items of work listed or as directed.

B. See Document 00700 - General Conditions, Paragraph 3.11 for costs included and excluded from cash allowance values listed in 1.02 below.

C. Follow Section 01255 - Modification Procedures for processing allowance expenditures. Cash Allowance sums remaining at Final Completion belong to the City, creditable by Change Order.

1.02 SCHEDULE OF CASH ALLOWANCES (TOTAL $ 1,350,000.00)

Cash Allowance may be used, with adequate documentation provided by the Contractor and with written approval by HAS, to cover Contractor costs associated with the following items: 1. Regulatory Permit fees and charges, 2. Site specific safety conditions not otherwise shown in the Construction Plans, 3. Unforeseen utility adjustments, including but not limited electrical utilities, not

otherwise indicated in the Construction Plans, 4. Additional Flaggers, not identified in the Construction Plans, as required for unforeseen

traffic control and/or as directed by HAS Operations. 5. Lump sum amount to cover the Skidabrader work and associated costs on Runway 15R

at IAH.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 400: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CASH ALLOWANCESESESESES Project No. 460C0C0C0C

CASH ALLOWANCES 01210-2 ver. 03.01.18

May, 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 401: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C ALTERNATES

ALTERNATES

01230-1 ver. 12.27.17

July 2018

SECTION 01230

ALTERNATES PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Descriptions of alternate work. Unless otherwise stated in the Bid Documents, alternates are intended as additive.

B. Alternates are for complete work, in place and ready for use, following the Contract Documents.

C. Volunteer Alternates, any Alternate not specified in this Section, will not be considered. Submit requests for substitution of products and processes following Document 00700 and Section 01610 - Basic Product Requirements.

1.02 ACCEPTANCE OF ALTERNATES AND BID PRICES

A. State in Document 00405 - Bid Tabulation Form the Bid Price for each Alternate. B. Bid Price for each Alternate will be reviewed, and work of each Alternate accepted or

declined at City's option. C. Lowest Total Bid Price will be evaluated on the basis of Base Bid Price plus all Alternates. D. After determination of lowest Bidder, City will determine which, if any, Alternates to

accept. E. After acceptance of Alternates, Total Bid Price will be adjusted accordingly, and the

appropriate Total Contract Price entered in Document 00510 - Agreement prior to execution.

1.03 SCHEDULE OF ALTERNATES

A. HOU Bid Alternate Bid Schedule 5: Taxiway B/Z Pavement Rehabilitation: Refer to Specification Volumes one, and two, and Drawings Numbered 460C_HOU – G122 through G126, including referenced details.

B. HOU Bid Alternate Bid Schedule 8: Northeast Taxiway K Pavement Rehabilitation: Refer to Specification Volumes one, and two, and Drawings Numbered 460C_HOU – G134 through G138, including referenced details.

C. HOU Bid Alternate Bid Schedule 11: Taxiway J Pavement Rehabilitation: Refer to Specification Volumes one, and two, and Drawings Numbered 460C_HOU – G152 through G154, including referenced details.

D. IAH Bid Alternate Bid Schedule 2: Runway 8R-26L and Associated Taxiways Pavement Rehabilitation: Refer to Specification Volumes one, and three, and Drawings Numbered 460C_IAH – G05.02 through G05.02.07, including referenced details.

E. IAH Bid Alternate Bid Schedule 3: North Cargo Ramp Pavement Rehabilitation: Refer to Specification Volumes one, and three, and Drawings Numbered 460C_IAH – G05.03 through G05.03.08, including referenced details.

F. IAH Bid Alternate Bid Schedule 7: Runway 15R-33L and Associated Taxiways Pavement Rehabilitation: Refer to Specification Volumes one, and three, and Drawings Numbered 460C_IAH – G05.07 through G05.07.09, including referenced details.

G. IAH Bid Alternate Bid Schedule 8: Taxiway NC Pavement Rehabilitation: Refer to Specification Volumes one, and three, and Drawings Numbered 460C_IAH – G05.08 through G05.08.12, including referenced details.

Page 402: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C ALTERNATES

ALTERNATES

01230-2 ver. 12.27.17

July 2018

H. IAH Bid Alternate Bid Schedule 9: Taxiway NG Pavement Rehabilitation: Refer to Specification Volumes one, and three, and Drawings Numbered 460C_IAH – G05.09 through G05.09.01, including referenced details.

I. IAH Bid Alternate Bid Schedule 10: Taxiway NL Pavement Rehabilitation: Refer to Specification Volumes one, and three, and Drawings Numbered 460C_IAH – G05.10 through G05.10.01, including referenced details.

J. EFD Bid Alternate 1: Paved Safety Area and Runway 4-22 Pavement Repairs: Refer to Specification Volumes one, and four, and Drawings Numbered 460C_EFD – G04.02 through G04.03, C01.01 and C01.02, C02.01 and C02.02, and C03.01 and C03.02, including referenced details.

K. EFD Bid Alternate 2: T-Hangar Apron: Refer to Specification Volumes one, and four, and Drawings Numbered 460C_EFD – G04.03, C01.06 through C01.08, C02.06 through C02.08, and C03.06 through C03.09, including referenced details.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 403: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTRACTOR’S VALUE ENGINEERING

CONTRACTOR'S VALUE ENGINEERING 01241-1 ver. 03.01.18

July 2018

SECTION 01241

CONTRACTOR'S VALUE ENGINEERING

PART 1- GENERAL

1.01 SECTION INCLUDES

A. Procedures for Contractor proposing construction cost reductions for projects exceeding $100,000.00 in original contract value.

1. Following work is not eligible for value engineering:

a. Basic design of a pavement type.

b. Runway and taxiway lighting.

c. Visual aids.

d. Hydraulic capacity of drainage facilities.

e. Grade or alignment that reduces the geometric standards of the Work.

2. Do not propose value engineering if resulting work will impair in any manner the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards, or increase contract value or time.

B. City’s procedures for review and approval of Contractor’s proposals.

1.02 DEFINITIONS

A. Net Savings: The difference in costs between the original contract value, as agreed by Contractor and City Engineer, for original work related to value engineering and the costs resulting from actual value-engineered work.

1.03 SUBMITTALS

A. Five copies of Document 00931 - Request for Information specifically identified as a value engineering proposal, and including:

1. Written description of both then-current contract requirements.

2. Written description of proposed changes, with documentation following Section 01630 - Product Options and Substitutions.

3. Statement of the period of time the proposal is valid, and statement of the time by which a change order incorporating the proposal must be executed.

Page 404: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTRACTOR’S VALUE ENGINEERING

CONTRACTOR'S VALUE ENGINEERING 01241-2 ver. 03.01.18

July 2018

4. Detailed estimate of the cost of performing work under the then-current contract and under the proposed change.

5. Statement of the effect adoption of the proposal will have on the time for completion of the contract.

6. Items of work affected by the proposed changes, including quantity variation attributable to changes.

1.04 PROCEDURES FOR SUBMITTAL, REVIEW AND NOTICE OF ACCEPTANCE

A. Prepare and submit documentation following Paragraph 1.03.

B. Continue to perform work following then current Contract Documents during City’s review.

C. City Engineer or Designer or both will review proposals and indicate decisions thereon following Section 01630 - Product Options and Substitutions.

D. Notice of acceptance of value engineering proposals will be made by City Engineer by issuance of an appropriate form of contract modification, including revisions to Contract Documents as required to describe changes, following Section 01255 - Modification Procedures, and specifically stating that it is executed pursuant to this Section.

1.05 COST SHARING

A. The Contractor shall share 50 percent of City’s costs of investigating value-engineering proposals, deducting that value from change orders attributable to value-engineered work.

B. The Contractor shall share 50 percent of the value of net savings resulting from value-engineered work, creditable by change orders corresponding to the value-engineered work.

PART 2- PRODUCTS (NOT USED)

PART 3- EXECUTION (NOT USED)

END OF SECTION

Page 405: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC MMOODDIIFFIICCAATTIIOONN PPRROOCCEEDDUURREESS

MODIFICATION PROCEDURES

01255-1, ver 03.01.18

May, 2018

SECTION 01255

MODIFICATION PROCEDURES

PART 1- GENERAL 1.01 SECTION INCLUDES

A. Signatories on behalf of City and Contractor. B. Contractor's documentation. C. Change Orders [, and supplemental agreements for work funded by AIP grant]. D. Requests for Proposal. E. Work Change Directives. F. Execution of Modifications. G. Resolving discrepancies. H. Requests for Information or Clarification. I. Correlation of submittals.

1.02 SIGNATORIES

A. Following are authorized to execute Document 00940 – Work Change Directive and Document 00941 – Change Order on behalf of City, within limits indicated: 1. Assistant Director of Infrastructure Construction Division: $0 to $10,000.00 or 3 percent

of original Contract Price, whichever is less. 2. Deputy Director of Aviation, Infrastructure: $10,001.00 to $50,000.00 or 4 percent of

original Contract Price, whichever is less. 3. Deputy Director of Aviation, Chief Operating Officer: $50,001.00 to 250,000.00 or 5

percent of original Contract Price, whichever is less. 4. Director of Department of aviation: $250,001.00 and greater up to limit authorized by

City Council. City Engineer may sign in absence of Director. B. Submit at the Preconstruction Conference (Section 01312 - Coordination and Meetings) a

letter indicating the name and address of Contractor's personnel authorized to execute Modifications, and with responsibility for informing others in Contractor's employ or Subcontractors of same.

1.03 REFERENCES

A. Blue Book: "Dataquest" Rental Rate Blue Book for Construction Equipment. B. Rental Rate: The full unadjusted base rental rate for the applicable item of equipment.

1.04 CONTRACTOR'S DOCUMENTATION

A. Maintain detailed records of changes in the Work. Provide full information required for identification and evaluation of proposed changes, and to substantiate costs of changes in the Work.

B. Furnish sufficient data to allow City Engineer's evaluation of Contractor's responses to proposed changes.

C. Include with each proposal the following minimum information (as applicable to form of Contract Price): 1. Quantities of original Bid Schedule unit price work items (with additions, reductions,

deletions, and substitutions). 2. When work items are not included in Document 00410 - Bid Tabulation Form, provide

unit prices for the new items, with proper supporting information.

Page 406: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

MMOODDIIFFIICCAATTIIOONN PPRROOCCEEDDUURREESS PPrroojjeecctt NNoo.. 446600CC

MODIFICATION PROCEDURES

01255-2, ver 03.01.18

May 2018

3. For Stipulated Price changes, furnish breakdown of labor, products, taxes, insurance, bonds, temporary facilities and controls as applicable, and overhead and profit.

4. Justification for change, if any, in Contract Time. 5. Additional data upon request.

D. Payment for rented equipment will be made to the Contractor by actual invoice cost for the duration of time required to complete additional work. If additional work comprises only a portion of the rental invoice where the equipment would otherwise be on the site, compute the hourly equipment rate by dividing the actual monthly invoice by 176. (One day equals 8 hours and one week equals 40 hours.) Operating costs shall not exceed the estimated operating costs given for the item of equipment in the Blue Book.

E. For changes in the Work performed on a time-and-materials basis using Contractor-owned equipment, compute rates with the Blue Book as follows: 1. Multiply the appropriate Rental Rate (the lowest cost combination of hourly, daily,

weekly or monthly rates) by an adjustment factor of 70 percent plus the full rate shown for operating costs. Use 150 percent of the Rental Rate for double shifts (one extra shift per day) and 200 percent of the Rental Rate for more than two shifts per day. No other rate adjustments apply.

2. Standby Rates: 50 percent of the appropriate Rental Rate shown in the Blue Book. Operating costs are allowed.

1.05 CHANGE ORDERS

A. Changes to Contract Price or Time are made only by execution of a Change Order.

B. Stipulated Price Change Order: Stipulated Price Change Orders are based on an accepted Proposal/Contract Modification including the Contractor's lump sum price quotation.

C. Unit Price Change Order:

1. Where Unit Prices for the affected items of Work are included in Document 00410 - Bid Tabulation Form, Unit Price Change Orders are based on unit prices as originally bid, subject to requirements in Articles 7 and 9 of Document 00700 - General Conditions.

2. Where unit prices of Work are not pre-determined in Document 00410 - Bid Tabulation Form, Request for Proposal or Work Change Directive will state the unit prices to use.

D. Time-And-Material Change Order:

1. Provide an itemized account and supporting data after completion of change, within time limits indicated for claims in Document 00700 - General Conditions.

2. City Engineer will determine the change allowable in Contract Price and Contract Time following Document 00700 - General Conditions.

3. For changes in the Work performed on a time-and-material basis, furnish the following in addition to information specified in Paragraph 1.04.C: a. Quantities and description of products and tools. b. Taxes, insurance and bonds. c. Overhead and profit, following Document 00700 - General Conditions Paragraphs

7.3.2.2 or Document 00800 - Supplementary Conditions. d. Dates and times of work performance, and by whom. e. Time records and certified copies of applicable payrolls. f. Invoices and receipts for products, rented tools, and Subcontracts, similarly

documented.

Page 407: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC MMOODDIIFFIICCAATTIIOONN PPRROOCCEEDDUURREESS

MODIFICATION PROCEDURES

01255-3, ver 03.01.18

May, 2018

E. Major Unit Price Change Order: 1. Definition: Work that would increase or decrease the total amount of the contract, or any

major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or Work not within the scope of the original contract.

2. Major Unit Price Change Orders will be processed the same as for "Unit Price Change Orders" above.

1.06 REQUEST FOR PROPOSAL A. City Engineer may issue a Request for Proposal, including a detailed description of proposed

changes, supported by revised Drawings and Specifications, if applicable. Prepare and submit Contractor's response to the Request for Proposal within 7 days or as specified in the request.

B. This document does not authorize work to proceed. C. Follow instructions on back of the Request for Proposal.

1.07 WORK CHANGE DIRECTIVE (WCD)

A. City Engineer may issue a WCD instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order.

B. City Engineer may issue minor changes in the Work, not involving an adjustment to Contract Price or Time by using a WCD.

C. The document will describe changes in the Work and will designate a method of determining change, if any, in Contract Price or Time. When properly executed, this document authorizes work to proceed. Follow instructions on back of the WCD.

D. Promptly execute changes in the Work following the directions from the Work Change Directive.

1.08 RESOLVING DISCREPANCIES

A. Complete Base Facility survey following Section 01726 - Base Facility Survey prior to preparation of submittal data and commencing main construction operations. Submit survey data of inaccessible concealed conditions as cutting and patching or demolition operations proceed.

B. Prepare and submit a Request for Information for each separate condition with a written statement of substantive discrepancies, including specific scope, location and discrepancy discovered.

C. Based upon the Contractor's knowledge of Base Facility conditions "as-found" and the requirements for the Work, propose graphic or written alternatives to Drawings and Specifications to correct discrepancies. Include as supplementary data to the Request for Information.

D. Modifications due to concealed conditions are allowed only for conditions which are accessible only through cutting or demolition operations. 1. No changes in the Contract Sum or Time are permitted for sight-exposed conditions or

conditions visible by entry into access doors or panels and above lay-in or concealed spline acoustical ceilings, or by conditions described in Documents 00320 - Geotechnical Information or 00330 - Existing Conditions.

Page 408: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

MMOODDIIFFIICCAATTIIOONN PPRROOCCEEDDUURREESS PPrroojjeecctt NNoo.. 446600CC

MODIFICATION PROCEDURES

01255-4, ver 03.01.18

May 2018

1.09 REQUEST FOR INFORMATION OR CLARIFICATION

A. The Request for Information or Clarification does not authorize work that changes the Contract Price or Time.

B. Request clarification of Contract Documents or other information by using the Request for Information or Clarification. 1. If additional work is required, then the requirement will be requested by the City

Engineer's issuance of a Request for Information or Clarification; Request for Proposal; Work Change Directive.

2. This document does not authorize work to proceed. C. Changes may be proposed by the Contractor only by submitting a Request for Information

following Paragraph 1.08. D. The City Engineer may issue minor changes in the Work, not involving an adjustment to

Contract Price or Time using a Request for Information or Clarification and following Document 00700 - General Conditions.

E. Follow directions on back of the Request for Information or Clarification.

1.10 CORRELATION OF SUBMITTALS

A. For Stipulated Price Contracts, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Price, following Section 01290 - Payment Procedures.

B. For Unit Price Contracts, revise the next monthly estimate of work after acceptance of a Change Order to include new items not previously included and the appropriate unit rates.

C. Promptly revise progress schedules to reflect any change in Contract Time, revise schedules to adjust time for other items of work affected by the change and resubmit for review following Section 01325 - Construction Schedules.

D. Promptly record changes on record documents following Section 01770- Contract Closeout.

PART 2- PRODUCTS (NOT USED) PART 3- EXECUTION (NOT USED)

END OF SECTION

Page 409: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC MMEEAASSUURREEMMEENNTT AANNDD PPAAYYMMEENNTT

MEASUREMENT AND PAYMENT

01270-1, ver 03.01.18

May, 2018

SECTION 01270

MEASUREMENT AND PAYMENT

PART 1- GENERAL 1.01 SECTION INCLUDES

A. Procedures for measurement and payment plus conditions for nonconformance assessment and nonpayment for rejected Products.

1.02 AUTHORITY

A. Measurement methods delineated in Specification Sections are intended to complement criteria of this Section. In event of conflict, requirements of the Specification Section shall govern.

B. Project Manager will take all measurements and compute quantities accordingly. C. Assist by providing necessary equipment, workers, and survey personnel D. Measurement and Payment paragraphs are included only in those Specification Sections of

Division 01, where direct payment will be made. Include costs in the total bid price for those Specification Sections in Division 01 that do not contain Measurement and Payment paragraphs.

1.03 UNIT QUANTITIES SPECIFIED

A. Quantity and measurement estimates stated in the Agreement are for contract purposes only. Quantities and measurements supplied or placed in the Work and verified by Project Manager will determine payment as stated in Article 9 of Document 00700 – General Conditions.

B. When actual work requires greater or lesser quantities than those quantities indicated in Document 00410 – Bid Form, provide required quantities at Unit Prices contracted, except as otherwise stated in Article 9 of Document 00700 – General Conditions.

1.04 MEASUREMENT OF QUANTITIES

A. Measurement by Weight: Reinforcing Steel, rolled or formed steel or other metal shapes are measured by CRSI or AISC Manual of Steel Construction weights. Welded assemblies are measured by CRSI or AISC Manual of Steel Construction or scale weights.

B. Measurement by Volume:

1. Stockpiles: Measured by cubic dimension using mean length, width, and height or

thickness. 2. Excavation and Embankment Materials: Measured by cubic dimension using average end

area method. C. Measurement by Area: Measured by square dimension using mean length and width or radius. D. Linear Measurement: Measured by linear dimension, at item centerline or mean chord. E. Stipulated Price Measurement: By unit designation in the Agreement. F. Other: Items measured by weight, volume, area, or linear means or combination, as appropriate,

as completed item or unit of the Work. G. Measurement by Each: Measured by each instance or item provided. H. Measurement by Lump Sum: Measure includes all associated work.

Page 410: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

MMEEAASSUURREEMMEENNTT AANNDD PPAAYYMMEENNTT PPrroojjeecctt NNoo.. 446600CC

MEASUREMENT AND PAYMENT

01270-2, ver 03.01.18

May 2018

1.05 PAYMENT

A. Payment includes full compensation for all required supervision, labor, Products, tools, equipment, plant, transportation, services, and incidentals; and erection, application or installation of an item of the Work; and Contractor's overhead and profit.

B. Total compensation for required Unit Price work shall be included in Unit Price bid in Document 00410 – Bid Form. Claims for payment as Unit Price work, but not specifically covered in the list of Unit Prices contained in Document 00410 – Bid Form, will not be accepted.

C. Interim payments for stored materials will be made only for materials to be incorporated under items covered in Unit Prices, unless disallowed in Document 00800 • Supplementary Conditions.

D. Progress payments will be based on Project Manager's observations and evaluations of quantities incorporated in the Work multiplied by Unit Price.

E. Final payment for work governed by Unit Prices will be made on the basis of actual measurements and quantities determined by Project Manager multiplied by the Unit Price for work which is incorporated in or made necessary by the Work.

1.06 NONCONFORMANCE ASSESSMENT

A. Remove and replace work, or portions of the Work, not conforming to the Contract documents. B. When not practical to remove and replace work, City Engineer will direct one of the following remedies:

1. Nonconforming work will remain as is, but Unit Price will be adjusted lower at

discretion of City Engineer. 2. Nonconforming work will be modified as authorized by City Engineer, and the Unit Price

will be adjusted lower at the discretion of City Engineer, when modified work is deemed less suitable than specified

C. Specification sections may modify the above remedies or may identify a specific formula or percentage price reduction. D. Authority of City Engineer to assess nonconforming work and identify payment adjustment is final.

1.07 NONPAYMENT FOR REJECTED PRODUCT

A. Payment will not be made for any of the following:

1. Products wasted or disposed of in an unacceptable manner.

2. Products determined as nonconforming before or after placement.

3. Products not completely unloaded from transporting vehicles.

4. Products placed beyond lines and levels of required work. 5. Products remaining on hand after completion of the Work, unless specified otherwise. 6. Loading, hauling, and disposing of rejected Products.

PART 2- PRODUCTS (NOT USED) PART 3- EXECUTION (NOT USED)

END OF SECTION

Page 411: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC PPAAYYMMEENNTT PPRROOCCEEDDUURREESS

PAYMENT PROCEDURES

01290-1 ver. 03.01.18

May, 2018

SECTION 01290

PAYMENT PROCEDURES

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Schedule of Values. B. Billing forecast. C. Value/ time log. D. Expenditure of Cash Allowances. E. Applications for Payment. F. Payment for mobilization work. G. Final payment.

1.02 DEFINITIONS

A. Schedule of Values: Itemized list, prepared by the Contractor, establishing the value of each part of the Work for a Stipulated Price contract, or for Major Stipulated Price items for a Unit Price contract. The Schedule of Values is the basis for preparing applications for payment. Quantities and unit prices may be included in the schedule when approved or required by City Engineer.

B. Major Stipulated Price Item: Item listed in Document 00410- Bid Tabulation Form which qualifies as Major Unit Price Work following Document 00700- General Conditions Paragraph 9.1.5.

1.03 SUBMITTALS

A. The Contractor must utilize OnBase, a web-based application run by the Houston Airport System, to electronically submit Invoices. The Contractor will be required to perform a pencil markup review of the invoice with the HAS Inspectors, HAS Project Manager and Quality Assurance Team prior to uploading to OnBase. The Web-Site is [email protected]. The Contractor shall also upload a copy of the invoice to SharePoint, a web-based application run by the Houston Airport System. Access to SharePoint will not be given to the Contractor’s team until approval of the SharePoint Technician is completed. All document collaboration will be done using a web-based system.

B. Submit electronic version in native format of preliminary Schedule of Values at the Preconstruction Conference (Section 01312 - Coordination and Meetings). Submit electronic copy in native format of final and updated Schedule of Values with each copy of Application for Payment.

C. Submit electronic version in native format of Billing Forecast and Value/Time Log at first Progress Meeting (Section 01312- Coordination and Meetings). Obtain approval before making first application for payment. Coordinate this submittal with Master Schedule specified in Section 01325- Construction Schedules.

D. Produce electronic document for Billing Forecast and Value/Time Log on 8 1/2 by 11- inch white bond paper.

Page 412: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPAAYYMMEENNTT PPRROOCCEEDDUURREESS PPrroojjeecctt NNoo.. 446600CC

PAYMENT PROCEDURES

01290-2 ver. 03.01.18

May 2018

1.04 SCHEDULE OF VALUES

A. Prepare Schedule of Values as follows: 1. Prior to the submission of the initial Application for Payment, Contractor shall obtain

Project Manager approval for the format and content of the schedule of values for all invoices including the grouping of costs along the lines of specific equipment, asset or deliverable produced as a result of the work performed.

2. For Stipulated Price contracts, use the Table of Contents of the Project Manual as the outline for listing the value of work by Sections.

3. For Unit Price contracts, use Document 00410 as the outline. Include a proportional share of Contractor's overhead and profit in each Unit Price item so the sum of all items equals the Contract Price.

4. List mobilization, bonds, insurance, accepted Alternates and Cash Allowances as separate items.

B. At direction of City Engineer revise the Schedule of Values and resubmit for items affected by Modifications, at least 10 days prior to submitting the next Application for Payment. List each Change Order as a separate item.

1.05 BILLING FORECAST

Prepare an electronic graphic or tabular Billing Forecast of estimated monthly applications for payment for the Work.

A. This information is not required in the monthly updates, unless significant changes in work require resubmittal of the schedule. Allocate the units indicated in the bid schedule or the schedule of values to Construction Schedule activities (weighted allocations are acceptable, where appropriate). Spread the dollar value associated with each allocated unit across the duration of the activity on a monthly basis. Indicate the total for each month and cumulative total.

B. Billing forecast is only for planning purposes of City Engineer. Monthly payments for actual work completed will be made by City Engineer following Document 00700 - General Conditions.

1.06 VALUE/ TIME LOG

Prepare an electronic Value/ Time Log as a slope chart, showing: A. Original Contract Time/ Modified Contract Time: x coordinate, in weeks. B. Original Contract Value/ Modified Contract Value: y coordinate, in thousands of dollars.

1.07 EXPENDITURE OF CASH ALLOWANCES

A. Verify with City Engineer that work and payment requested is covered by Cash Allowance.

B. Prepare electronic version of Document 00685- Request for Information following Section 01726- Base Facility Survey, include following minimum data to support Contractor's request for expenditure of Cash Allowances listed in Section 01210- Cash Allowances, and process in a timely manner to allow detailed review by City Engineer: 1. Statement of fact indicating reason(s) expenditure is required. Include photographs or

video following Section 01321- Construction Photographs documenting existing conditions.

2. Quantity survey, made from on-site measurements, of quantity and type of work required to properly complete work.

Page 413: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC PPAAYYMMEENNTT PPRROOCCEEDDUURREESS

PAYMENT PROCEDURES

01290-3 ver. 03.01.18

May, 2018

3. Cost of work, including detailed proposals from trade(s) responsible. For work governed by unit prices, applying unit prices following this Section.

4. Trade(s) responsible for corrective work. 5. Change in Contract Time. 6. Administrative data, including contract name and number, and Contractor's name.

C. Do not commence affected work without written authorization. D. Process approved expenditures following Section 01255- Modification Procedures and

Application for Payment process below.

1.08 APPLICATIONS FOR PAYMENT

A. Submit each Application for Payment following Document 00700 and as directed via SharePoint which utilizes an electronic version of the American Institute of Architects Document G702 including G703 continuation sheets.

1.09 PAYMENT FOR MOBILIZATION WORK Refer to FAA AC 150/5370-10G, General Provisions 00701, Section 105 for the basis of

measurement and payment related to Mobilization.

A. Mobilization payments are subject to retainage amounts stipulated in the Document 00700.

1.10 FINAL PAYMENT

A. When Contractor considers the Work is complete, submit written certification that: 1. Work is fully inspected by the Contractor for compliance with Contract Documents. 2. Work follows the Contract Documents, and deficiencies noted on the Punch List are

corrected. 3. Products are tested, demonstrated and operational. 4. Work is complete and ready for final inspection.

B. In addition to submittals required by Document 00700 and other Sections: 1. Furnish submittals required by governing authorities, such as Certificate of

Occupancy and Certificates of Inspection. 2. Submit a final statement of accounting giving total adjusted Contract Price, previous

payments, and sum remaining due (final Application for Payment). C. When the Work is accepted, and final submittals are complete, a final Certificate for

Payment will be issued. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 414: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS PPAAYYMMEENNTT PPRROOCCEEDDUURREESS PPrroojjeecctt NNoo.. 446600CC

PAYMENT PROCEDURES

01290-4 ver. 03.01.18

May 2018

THIS PAGE LEFT INTENTIONALLY BLANK

Page 415: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOOOORRDDIINNAATTIIOONN AANNDD MMEEEETTIINNGGSS

COORDINATION AND MEETINGS 01312-1 ver. 03.01.18

May, 2018

SECTION 01312

COORDINATION AND MEETINGS

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. General coordination is required throughout the documents and the Work. Refer to all of the Contract Documents and coordinate as required to maintain communications between Contractor, City and Designer; Subcontractors and Suppliers. Assist City with communications between Contractor and City’s separate contractors.

B. Preconstruction conference. C. Progress meetings. D. Daily briefings.

1.02 SUBMITTALS

In addition to submittals related to meetings and described elsewhere in this Section, see following Sections for submittals prepared under those Sections, but submitted under this Section: A. Section 01255 - Modification Procedures: Individual authorized to execute Modifications. B. Section 01506 - Temporary Controls: “Airport Construction Control Plans”, containing

submittals prepared under Section 01506 and other Sections referenced therein.

1.03 RESPONSIBILITIES FOR MEETINGS

A. City Engineer may act directly or through designated representatives identified by name at the Preconstruction Conference, and will schedule, chair, prepare agenda, record and distribute minutes and provide facilities for conferences and meetings.

B. Contractor: 1. Present status information and submittal data for applicable items. 2. Record and distribute Contractor’s corrections to meeting minutes. 3. Provide submittal data for attendees. Prepare, reproduce and issue Contractor’s

documents to support conferences and meetings. Issue typically as part of each session unless more frequent publication is necessary. Issue one copy to each conference attendee, and to others as directed by City Engineer and as required by Contractor. a. Transmit documents requiring urgent action by email or messenger. b. Provide electronic and/or hard copies as required to properly document the project or

project actions. The Contractor shall coordinate the submittal format with the City Engineer.

4. Initiate and provide facilities for Coordination Meetings as required in 1.04. H.1. 5. Costs for documentation are the Contractor’s responsibility.

1.04 CONTRACTOR COORDINATION

A. Coordinate scheduling, submittals, and work of Sections to achieve efficient and orderly sequence of installation of interdependent construction elements.

B. Verify characteristics of products are compatible with existing or planned construction. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing products in service.

C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and

Page 416: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

CCOOOORRDDIINNAATTIIOONN AANNDD MMEEEETTIINNGGSS PPrroojjeecctt NNoo.. 446600CC

COORDINATION AND MEETINGS 01312-2 ver. 03.01.18

May 2018

conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs.

D. Conceal pipes, ducts, wiring and fasteners in finished areas, except as otherwise indicated. Coordinate locations of fixtures and outlets with finish elements. Locate work requiring accessibility to coordinate with existing access panels and doors.

E. Coordinate completion and clean up of work for Substantial Completion and for portions of the Work designated for partial occupancy.

F. Coordinate access to site and within the work area(s) for correction of nonconforming work. Minimize disruption of occupants’ activities where work areas are occupied.

G. Do not proceed with affected work until discrepancies in contract requirements are resolved and unsatisfactory substrate and site conditions are corrected.

H. Coordination Drawings: Before materials are fabricated or Work begun, prepare coordination Drawings including plans, elevations, sections, and other details as required to clearly define relationships between sleeves, piping, ductwork, conduit, ceiling grid, lighting, fire sprinkler, HVAC equipment and other mechanical, plumbing and electrical equipment with other components of the building such as beams, columns, ceilings, and walls. 1. Hold Coordination Meetings with trades providing the above Work, to coordinate Work

of the trades for each floor and mechanical areas. 2. Prepare coordination Drawings to 1/4" = 1'-0" scale for general layout and 3/8" = 1' -0"

for plans and sections in congested areas such as equipment spaces. 3. Resolve conflicts between trades, prepare composite coordination Drawings and obtain

signatures on original composite coordination Drawings. 4. When conflicts cannot be resolved, Contractor shall request clarification prior to

proceeding with that portion of the Work affected by such conflicts or discrepancies. Prepare interference Drawings to scale and include plans, elevations, sections, and other details as required to clearly define the conflict between the various systems and other components of the building such as beams, columns, and walls, and to indicate the Contractor's proposed solution.

5. Submit Drawings for approval whenever job measurements and an analysis of the Drawings and Specifications by the Contractor indicate that the various systems cannot be installed without significant deviation from the intent of the Contract. When such an interference is encountered, cease Work in the general areas of the conflict until a solution to the question has been approved by the project Architect/Engineer.

6. Submit original composite coordination Drawings as part of record document submittals specified in Section 01770.

1.05 PRECONSTRUCTION CONFERENCE

A. Attendance Required: City Engineer’s representatives, Construction Manager (when so employed), Designer(s), Contractor, Contractor’s Superintendent, and major Subcontractors.

B. Submittals for review and discussion at this conference: 1. Draft Schedule of Values, following Section 01290 - Payment Procedures. 2. Bound draft of Airport Construction Plans, following Sections 01506 - Temporary

Controls and 01555 - Traffic Control and Regulation. 3. Draft construction schedule(s), following Section 01325 - Construction Schedules. 4. Draft Submittal Schedule, following Sections 01325 - Construction Schedules and 01340

- Shop Drawings, Product Data and Samples. C. Agenda:

1. Status of governing agency permits. 2. Procedures and processing of: a. Submittals (Section 01340 - Shop Drawings, Product Data and Samples). b. Permitted substitutions (Section 01630 - Product Options and Substitutions). c. Applications for payment (Section 01290 - Payment Procedures).

Page 417: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOOOORRDDIINNAATTIIOONN AANNDD MMEEEETTIINNGGSS

COORDINATION AND MEETINGS 01312-3 ver. 03.01.18

May, 2018

d. Document 00685- Request for Information. e. Modifications Procedures (Section 01255 - Modification Procedures). f. Contract closeout (Section 01770 - Contract Closeout). 3. Scheduling of the Work and coordination with other contractors (Sections 01325 -

Construction Schedules, 01326 - Construction Sequencing and this Section). 4. Agenda items for Site Mobilization Conference, if any, and Progress Meetings. 5. Procedures for Daily Briefings, when applicable. 6. Procedures for Section 01455 - City’s Acceptance Testing, Section 01450 - Contractor’s

Testing Section, Section 01450 - Contractor’s Quality Control, Section 01241 - Contractor’s Value Engineering, and 01457 - Estimating Percentage of Product Within Specification Limits.

7. Record documents procedures (Section 01770 - Contract Closeout). 8. Finalization of Contractor's field office and storage locations (Section 01505 - Temporary

Facilities). 9. Use of premises by City and Contractor (Section 01145 - Use of Premises). 10. Status of surveys (Sections 01725 - Field Surveying and 01726 - Base Facility Survey). 11. Review of temporary controls and traffic control (Sections 01506 - Temporary Controls

and 01555 - Traffic Control and Regulation). 12. Construction controls provided by City. 13. Temporary utilities and environmental systems (Section 01505 - Temporary Facilities). 14. Housekeeping procedures (Section 01505 - Temporary Facilities).

1.06 PROGRESS MEETINGS

A. City Engineer will hold Progress Meetings weekly, or at other frequency determined by progress of the Work, at Department of Aviation office at IAH 460C - 16930 JFK Boulevard (at George Bush Intercontinental Airport/ Houston), Houston, Texas 77032 (281/233-3000). HOU 460C - 8800 Paul Koonce (at William P. Hobby Airport), Houston, Texas 77061 (713/643-0632).] EFD 460C - 11600 Boone (at Ellington Field), Houston, Texas 77034 (713/481-2828).]

B. Attendance Required: Contractor's Superintendent, major Subcontractors’ and Suppliers’ superintendents, City Engineer representatives, and Designer(s), as appropriate to agenda topics for each meeting.

C. Submittals for review and discussion at this conference: 1. Project schedule (Section 01325 - Construction Schedules). 2. Submittal Log (Section 01340 - Shop Drawings, Product Data and Samples). 3. Log of Document 00685 - Request for Information.

D. Agenda: 1. Review minutes of previous meetings to note corrections and to conclude unfinished

topics. 2. Review of: progress schedule; coordination issues if any; corrective measures if any to

regain planned progress; planned progress during succeeding work period; off-site fabrication and product delivery schedules.

3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress and Contractor’s proposals for

resolution. 5. Review of submittals schedule and status of submittals. 6. Review of RFI status. 7. Review of Request for Proposal, Work Change Directive and Change Order status. 8. Closings and impediments (Section 01145 - Use of Premises). 9. Maintenance of quality and work standards (Sections 01450 - Contractor’s Quality

Control and 01455 - City’s Acceptance Testing).

Page 418: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

CCOOOORRDDIINNAATTIIOONN AANNDD MMEEEETTIINNGGSS PPrroojjeecctt NNoo.. 446600CC

COORDINATION AND MEETINGS 01312-4 ver. 03.01.18

May 2018

10. Effect of proposed changes on progress schedule and coordination. 11. Other items affecting completion of the Work within contracted cost and time.

1.07 DAILY BRIEFINGS

A. In addition to Progress Meetings, hold briefings as frequently as required, at place designated by the City Engineer, to coordinate details of construction and airport operations. Discuss specific requirements, procedures and schedule changes, and closures and impediments.

B. When required, hold briefing before start of work each day, to confirm that required activities are properly allocated and unchanged.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 419: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOONNSSTTRRUUCCTTIIOONN PPHHOOTTOOGGRRAAPPHHSS

CONSTRUCTION PHOTOGRAPHS

01321-1 ver 03.01.18

May, 2018

SECTION 01321

CONSTRUCTION PHOTOGRAPHS

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Progress photographs to supplement Applications for Payment. B. Detail photographs and video to supplement Request for Information.

1.02 MEASUREMENT AND PAYMENT

A. Cost of photographs is incidental to the Contract Price. No additional costs will be paid for other than administrative costs of extra copies and photographs resulting from additional station points.

B. Following work will be paid on a Unit Price basis: 1. Extra Prints: Per print.

a. Extra prints provided direct from the photographer to parties authorized by the City Engineer up to date of Substantial Completion, priced at prevailing local commercial rates. Include photographer's costs and Contractor's administrative costs only.

b. Extra prints provided direct from the photographer to the City Engineer up to 3 years after the date of Substantial Completion, priced at prevailing local commercial rates. Include photographer's costs but not Contractor's costs for this service.

2. Additional Station Points: Per stationpoint, for photographs made during same trips as Paragraph 2.01.

C. Emergencies: Per trip to site. Take additional photographs or video, as appropriate to conditions, within 24 hours of the City Engineer's request. This applies to professional photography required by conditions stated in Paragraph 8.2.1 in Document 00700 - General Conditions.

D. Following photography will be commissioned by Modification: Publicity photographs; special events at site; photographs taken at fabrication locations off-site.

1.03 SUBMITTALS

A. Submit both raw and edited copies of each jpeg image on a USB drive to ensure printing and reproducing will show a high image quality of every photograph

B. Station point Plan: One copy of the Site Plan, marked to show plan, altitude and cone-of-view of each stationpoint selected by the City Engineer or Designer. Submit at least 10 days prior to taking Preconstruction Photographs.

C. Preconstruction Photographs: Same as Paragraph B., except one-time only, and marked as such.

D. Progress Photographs: 3 prints (or digital copies) on approved media of each view. Submit 2 prints and 1 color aerial photograph of the project site (or digital copies) with each Application for Payment. Retain 1 print (or digital copy) by the Contractor at the work site and available at all times for reference. Retain photographic digital files, at the photographer's office, for 3 years after Substantial Completion.

E. Photographs and Video Supporting RFI: Identify following with RFI number and date of photographs: 1. Submit 1 copy of 3x5 inch prints on white card stock in clear plastic sleeves. 2. Submit video on CD’s or other approved media. Include video identification number,

date of record, approximate location, and brief description of record.

Page 420: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

CCOONNSSTTRRUUCCTTIIOONN PPHHOOTTOOGGRRAAPPHHSS PPrroojjeecctt NNoo.. 446600CC

CONSTRUCTION PHOTOGRAPHS

01321-2 ver 03.01.18

May 2018

F. Contract Closeout: Follow Section 01770, Contract Closeout to: 1. Return electronic copies of RFI photographs and video on CD’s or other approved media

device, identified by Project name, Contractor, and date photographs were taken. 2. Return video on CD’s or other approved media device, identified with contents, by RFI

number, and each CD or other approved media device numbered sequentially and with "Date From/ To" on each.

G. Aerial Progress Photographs: Submit 5 prints and 1 CD of 2 consistent oblique views with each Application for Payment. Retain 1 print by the contractor at the work site and available at all times for reference. The photos shall be large format oblique angles taken from a height and viewpoint to be selected by the City Engineer.

1.04 QUALITY ASSURANCE

A. Timely take and produce photographs from proper station points and provide proper image

quality. B. Cooperate with the photographer's work. Provide reasonable auxiliary services as requested,

including access and use of temporary facilities including temporary lighting. C. Qualifications of Photographer for General Progress Photographs: A firm or individual of

established reputation regularly engaged as a professional building or scene photographer for not less than 3 years.

D. Qualifications of Photographer for RFI Photographs and Video: An employee of the Contractor knowledgeable in photography and videotaping technique, including proper use of video pan-zoom, close-ups, lighting, audio control, clear narrative, smooth transition between subjects, and steady camera support.

E. Qualifications of Aerial Photographer: A firm or individual of established reputation, regularly engaged in aerial photography with prior experience at IAH.

PART 2 - PRODUCTS 2.01 MEDIA

A. Fixed-film: 35mm color print film or color slide film, as determined by City Engineer; ASA 100 minimum, higher when required by lighting conditions.

B. Paper Prints: 1. For Progress Photographs: 8x10 inch matte-finish color, in clear plastic envelop with

reinforced 3-ring binding. 2. For RFI Photographs: 3x5 inch minimum size, matte-finish color, contact-mounted on

flexible white paper card stock in clear plastic envelop with reinforced 3-ring binding. C. Video: Approved playable PC digital format; record at slowest speed or speed capable of

freezing a clear image on "Pause"; date and time stamp as part of recording process. Use audio function for slate data below. 1. Provide color playback equipment at Contractor's site office, with minimum 13-inch

(diagonal) screen size. D. Bitmapped (Digital) Images: TIFF, JPG, PNG, GIF, JPEG, BMP, TGA, or TIFF format,

maximum 1280x480 and minimum 480x480 pixels, digitally date and time stamped.

2.02 PRECONSTRUCTION, PROGRESS AND RFI PHOTOGRAPHS

A. Preconstruction Photographs: Prior to beginning on-site construction, take five sets of fixed-film photographs of the project area from approved stationpoints. Show condition of existing site area, and particular features as directed, within contract limits.

Page 421: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOONNSSTTRRUUCCTTIIOONN PPHHOOTTOOGGRRAAPPHHSS

CONSTRUCTION PHOTOGRAPHS

01321-3 ver 03.01.18

May, 2018

1. At exterior views, surrounding situs, showing streets, curbs, esplanades, landscaping, runway, taxiway and apron pavement.

2. At interior views, surrounding situs, showing floors, walls, ceilings and architectural signs.

3. Take pan-view photographs as required to encompass existing conditions. B. Progress Photographs for Applications for Payment: Take 3 fixed-film photographs from

each of 2 station-points (same station points each time to show a time-lapse sequence), coinciding with the cutoff date associated with each application for payment, and at Substantial Completion of each stage of the Work.

C. Photographs and Video for Request for Information: Take photographs and video as required to support Document 00685, Request for Information: 1. Details of existing conditions before construction begins. 2. Details of construction. 3. Details of damage or deficiencies in existing construction and work of separate

contractors. 4. Take number of images as required to fully show conditions.

PART 3 - EXECUTION 3.01 GENERAL

A. Do not record over previous video records. B. Provide clear, sharp, vibration-less video data and clear audio without detrimental

background noise.

END OF SECTION

Page 422: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS CCOONNSSTTRRUUCCTTIIOONN PPHHOOTTOOGGRRAAPPHHSS PPrroojjeecctt NNoo.. 446600CC

CONSTRUCTION PHOTOGRAPHS

01321-4 ver 03.01.18

May 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 423: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOONNSSTTRRUUCCTTIIOONN SSCCHHEEDDUULLEESS

CONSTRUCTION SCHEDULES 01325-1 ver. 03.01.18

May 2018

SECTION 01325

CONSTRUCTION SCHEDULES

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. Definitions B. Responsibility C. Submittals D. Scheduling personnel. E. Scheduling software. F. Master Schedule. G. Progress Schedule. H. Rolling Schedules. I. Submittal Data Schedules. J. Updating schedules. K. Narrative reports. L. Recovery

1.02 DEFINITIONS

A. CPM: Critical Path Method. B. PDM: Precedence Diagramming Method

1.03 RELATED SECTION

A. Section 01312 – Coordination and Meeting

1.04 RESPONSIBILITY

A. Acceptance of Schedule Requirements by Contractor By bidding this job, the Contractor accepts the responsibility to complete the project on time as called for in the contract. Contractor will provide a schedule showing the necessary resources to complete the project within the time limit allowed by the contract.

B. Schedule 1. The Contractor is responsible for developing his own schedule logic with appropriate

durations, resource loading and cost data, however all information must be acceptable and compatible with the City Engineer’s Master Schedule, and all target, completion and milestone data generated must be acceptable to the City Engineer.

2. The City Engineer reserves the right to reject any schedule or report that fails to reflect completion of the Project or any intermediate milestone on their required dates, does not provide a logical sequence of operation for each activity (predecessors and successors), or otherwise indicates unrealistic performance. Failure of the Contractor to deliver satisfactory schedules or reports as required in the Contract Documents may result in actions by the City Engineer as detailed in 9.8 of Document 00700 General Conditions.

1.05 SUBMITTALS

A. The Contractor shall utilize a web-based application run by the Houston Airport System, to electronically submit RFIs, Submittals and Invoices. Access to the web-based portal and required training will be coordinated through the Project Manager. All submittals will be

Page 424: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

CCOONNSSTTRRUUCCTTIIOONN SSCCHHEEDDUULLEESS PPrroojjeecctt NNoo.. 446600CC

CONSTRUCTION SCHEDULES 01325-2 ver. 03.01.18

May 2018

submitted as based upon their required time and in the required format. The Contractor will provide the number of copies specified for each document. In addition to the hard copies specified, each submittal shall be accompanied by an electronic copy in its native format.

B. Master Schedule: Submit the preliminary version in its native format at least one (1) week prior to the Preconstruction Conference. Submit the final version at first Progress Meeting (Section 01325 - Construction Schedules), and attached to each copy of first Application for Payment (Section 01290 - Payment Procedures).

C. Progress Schedules: Submit 1 copy for each attendee at Progress Meetings and email 1 copy to the project manager (Section 01312 - Coordination and Meetings), and 1 copy attached to each Application for Payment (Section 01290 - Payment Procedures).

D. Submittal Schedule: Submit 1 copy for each attendee at Progress Meetings and email 1 copy to the project manager (Section 01312 - Coordination and Meetings). See Section 01340 - Shop Drawings, Product Data and Samples for statement giving permission to include this schedule as part of the Master Schedule.

1.06 SCHEDULING PERSONNEL

The Contractor shall retain the services of a qualified scheduler to generate the submissions or provide a qualified designated employee to be the Project Scheduler. In either case, that individual must have had previous scheduling responsibilities on major projects and be experienced with P6. The Contractor shall submit the resume of the designated scheduler for approval by City Engineer prior to the Notice to Proceed.

1.07 SCHEDULING SOFTWARE

A. The Network Diagramming Method to be utilized shall be the Precedence Diagram Method (PDM).

B. P6 (latest version) is the required scheduling software for all Contractors & projects governed by these provisions. The Contractor shall make his own arrangements to produce his schedule using the same or approved compatible software.

C. Format Requirements 1. Activities

a. Activities shall include in addition to the construction activities, the submittal, review and approval of samples, manufacturers’ data, and shop drawings, the procurement of materials and equipment, installation and testing. Any impact resulting from the operations of other Contractors or from operating restraints imposed by the City shall be identified in the network schedule. The selection and number of activities shall be subject to the City Engineer’s approval. The level of detail of each activity shall be such that the durations, in days, will range from one to five days. Schedule logic shall be derived such that activities do not have more than 30 days of total float. No more than 3% of the activities shall exceed these limits. Activity descriptions shall be concise and meaningful. Float belongs to the project, neither the City nor the Contractor will file a claim against the other for use of float. Both parties will be judicious in their use of float.

b. The general contractor is welcome to use the activity ID field to organize the activities within the schedule in addition to establishing a comprehensive and structured WBS in place. However, the activity ID structure is not a requirement in P6. 1.) RESOURCE CODES

a.) Contractor will identify all resources required to complete the project and will resource load the schedule.

b.) Calendar ID’s: Each contractor will be provided with a block of Calendar ID’s sufficient to

Page 425: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOONNSSTTRRUUCCTTIIOONN SSCCHHEEDDUULLEESS

CONSTRUCTION SCHEDULES 01325-3 ver. 03.01.18

May 2018

accommodate their varying holiday & other work calendar requirements. These Calendar ID’s will be reserved in advance by request to the City Engineer.

2.) COST LOADING An appropriate monetary value is to be assigned to each work activity or group activity by the Contractor and approved by the City Engineer. These costs will be presented in cost reports at each schedule update and cost loading shall be associated with materials (bid items) rather than labor or equipment so that production rates times the cost factor will equal progress payment amounts. These reports will be the basis for approving the Contractor’s application for payment.

3.) RESOURCE LOADING Each activity shall be resource loaded with manpower (by trade), material, equipment, subcontractor (s) and all other resources required to complete each of the activities. The schedule will be leveled by available resources in order to verify the scheduled activity durations and total project duration. Each resource and the availability thereof shall be defined. The leveling of the schedule shall not be considered to take the place of appropriate schedule logic.

4.) PDM SCHEDULES: activity listings and bar charts with the following information for each activity in the schedule: a.) Activity ID b.) Activity Description c.) Estimated (Original) Duration d.) Remaining Duration e.) Actual Duration f.) Early Start Date g.) Late Start Date h.) Early Finish Date i.) Late Finish Date j.) Free Float k.) Total Float l.) Activity Codes (such as Work Type)

1.08 MASTER SCHEDULE

A. Not later than 10 days after notice of contract award, prepare and submit the Preliminary Schedule confirming construction stages following Section 01326 - Construction Sequencing, and showing: 1. Capability of software to produce required schedules in proper form and content. 2. Proposed date of Notice(s) to Proceed (NTP). 3. Single-line bar for each stage including start dates (milestones), duration of work by

month, date (milestone) of Substantial Completion. 4. Activities affecting or affected by Separate Contractors. 5. No constraints will be used except for NTP, Project Milestones and external relationships. 6. Major material purchase and delivery of long lead items must be shown on the schedule 7. Duplicate activity descriptions must have an additional identifier (by area/phase etc.) to

distinguish between the activities when recording progress. 8. Use “task dependent” activities for all tasks, with the exception of milestones, and let the

program summarize the schedule at a WBS level or activity codes level depending on the summarization requirements.

9. Confirm that all WBS levels are fully defined and not blank. CAUTION: missing WBS definitions will lead to confusion and possibly a failure to correctly account for work or costs properly.

Page 426: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

CCOONNSSTTRRUUCCTTIIOONN SSCCHHEEDDUULLEESS PPrroojjeecctt NNoo.. 446600CC

CONSTRUCTION SCHEDULES 01325-4 ver. 03.01.18

May 2018

10. All construction activities that are part of the capital costs must be completed prior to substantial completion milestone.

B. Designer and City Engineer will review the Proposed Schedule and will note unacceptable deviations noted thereon and return comments to Contractor.

C. Correct Preliminary Schedule and resubmit until approved. D. Not later than the date of the NTP prepare and submit Master Schedule based on applicable

revisions to Preliminary Schedule showing the entire project: 1. Date of NTP. 2. Single-line bar for each activity in each Stage including start dates (milestones), duration

of work by week, date (milestone) of completion of each stage, and date (milestone) of Substantial Completion.

3. Single-line bar for acquisition and delivery of major projects. 4. Activities affecting or affected by Separate Contractors.

E. Baseline Data: Information shown on the Master Project Construction Schedule is the baseline against which actual and forecasted progress is tracked.

F. Publish schedules monthly at minimum frequency with Monday-starts. Include calendar-specific dates based on date of NTP and contract duration. Number contract days.

1.09 PROGRESS SCHEDULES

For each progress conference (Section 01312- Coordination and Meetings) and for each application for payment (Section 01290- Payment Procedures), prepare and submit the Progress Schedule showing for the entire project:

A. Master Schedule data specified in Paragraph 1.06. B. Immediately below each line of the Master Schedule:

1. Indicate actual progress (percent complete) not earlier than 2 days prior to each progress conference.

2. Indicate forecasted progress through completion of each activity. C. Make and show revisions since previous submissions for changes in scope of work,

sequencing and other identifiable changes, based on Modifications approved or then-in-process of approval.

D. The general contractor shall not reduce activity durations in an attempt to reduce negative float. If the general contractor intends to execute activities quicker than the original duration, this shall be mentioned in the float analysis and will be implemented on schedule revisions not schedule updates.

1.10 SUBMITTAL SCHEDULES

A. Prepare a Submittal Schedule showing: 1. Dates (milestones) for Contractor’s submittals to Designer. 2. Durations and dates (milestones) for processing by Designer and other parties, at weekly

or daily frequency as required. Indicate submittals requiring special processing such as short-duration reviews.

3. Dates (milestones) submittals are required from separate contractors and City (for work by City specified in Section 01110- Summary of Work) for review by Contractor.

B. Submit a master Submittal Schedule showing all submittals required. If required to adequately show processing requirements, provide schedules for each Stage.

C. List submittals following Section numbers and headings in the Project Manual. If approved, submittal log data specified in Section 01340- Shop Drawings, Product Data and Samples may be incorporated into this schedule.

Page 427: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOONNSSTTRRUUCCTTIIOONN SSCCHHEEDDUULLEESS

CONSTRUCTION SCHEDULES 01325-5 ver. 03.01.18

May 2018

D. At the Contractor’s option, Submittal Schedules may be prepared as an integral part of construction schedules specified herein.

1.11 UPDATING SCHEDULES

A. Prepare updates to and issue updated Master Schedule and Progress Schedules to reflect changes in the Work or deviations from original schedule.

B. Update to show actual start and finish dates, percent complete, and remaining duration of each activity. Updating to reflect actual progress to date is not a revision to the contract schedule. Revise only with approval and when one or more of the following conditions occur: 1. When a change or delay significantly affects any specified intermediate milestone dates or

completion dates or the sequence of activities. 2. When the Contractor proposes to change sequence of activities affecting the critical path

or to significantly change the previously approved work plan. 3. When, in the opinion of the City Engineer, the status of the work is such that the schedule

and supporting analysis are no longer representative for planning and evaluation of the Work.

C. Provide narrative reports as required to clarify information shown on schedules. D. Instruct recipients to promptly notify Contractor of problems discovered or anticipated in

forecasts shown. E. Participate with City, occupants, separate contractors, City Engineer and Designer in reviews

and resolution of schedule conflicts. 1. 3 WEEK LOOKAHEAD - SORT BY WBS

A bar chart report sorted by WBS showing activities from previous week and upcoming work for the next three (3) weeks:

2. CASH FLOW REPORT a. Cash Flow Reports shall be based on agreed completions for each work activity and be formatted to be consistent with the approved schedule of values from the bid documents. b. The original cash flow report is to display, either in tabular or graphic format, projections of weekly values of work-in-place. Each schedule of values line item is to be represented within the project. Updated reports are to record the original projection, and actual value of work-in-place, and adjusted projections required to accommodate completion of the project.

3. NARRATIVE REPORT a. A narrative description of the Contractor’s management philosophy and construction plan will be provided with each submittal. This description will define clearly each activity or group of activities so there is no doubt as to what is encompassed by an activity and what portion of the work is represents. b. A written narrative will be supplied with each submittal:

1) To describe or explain logic changes. 2) To explain out of sequence progress. 3) To detail procurement/delivery problems. 4) To describe recovery plans whenever negative float is indicated. 5) To explain clearly any new activities (the work they represent).

c. Schedule performance index shall be reported on monthly basis at CSI spec. level. 4. OTHER REPORTS

Other reports may be required by the City Engineer. This will only be required if the Contractor fails to maintain all approved schedules.

1.12 RECOVERY

A. The City Engineer may require the Contractor to add to their plant, equipment, or construction

Page 428: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

CCOONNSSTTRRUUCCTTIIOONN SSCCHHEEDDUULLEESS PPrroojjeecctt NNoo.. 446600CC

CONSTRUCTION SCHEDULES 01325-6 ver. 03.01.18

May 2018

forces, as well as increase the working hours, if operations fall behind schedule by 15 calendar days or more at any time during the construction period. The cost of the above will be the responsibility of the Contractor.

B. If at any time during the project, any Contractor fails to complete any activity by its latest completion date, he will be required, within fifteen (15) calendar days, to submit to the City Engineer a Recovery Schedule displayed in time scaled PDM format, at no additional cost to the City. The Recovery Schedule shall depict the Contractor’s plan for regaining the lost time including but not limited to the following actions: 1. Adjustment of work sequencing, as depicted on the accepted construction schedule. 2. Increase resources as necessary. 3. Increase in the number of working hours per day, shifts per day, working days per week,

amount of equipment, or any combination thereof. C. This work shall not be deemed to be acceleration demanded by the City but shall be recovery

time by the Contractor. D. Recovery Schedule Preparation

Within three (3) calendar days after being notified in writing of the late completion of any activity, the Contractor shall prepare and submit a Recovery Schedule incorporating the best available information from subcontractors and others which shall permit return to the approved construction schedule at the earliest possible time, but not exceeding a total duration of seven (7) days from the date of written notification by the City Engineer. The Recovery Schedule shall be prepared to the same level of detail as the Approved Project Target.

E. Schedule Review Within three (3) calendar days after above notifications the Contractor shall participate in a conference with appropriate parties to review and evaluate the Recovery Schedule. The Contractor shall make revisions to his recovery plan as necessitated by this review. The Contractor shall use the accepted Recovery Schedule in his planning and execution of the work for the planned duration of the Recovery Schedule. The Contractor shall also continue to use as reference the Approved Project baseline Target and milestones completion dates (Original Baseline).

F. Schedule Assessment During the planned duration of the Recovery Schedule, the Contractor shall confer with the City Engineer every seven (7) days to assess the effectiveness of the Recovery Schedule. At the end of the recovery period, if the Contractor is: 1. Behind Schedule: If the Contractor is still behind schedule, the Contractor shall prepare

another Recovery Schedule. 2. On Schedule: If the Contractor has recovered the delay, the Project shall again be

monitored using only the Approved Project Target Schedule.

1.13 MEASUREMENT AND PAYMENT

A. The acquisition of software and the development, updating, revising and submittal of schedules or progress reports will not be measured for payment.

B. No separate payment will be made for Construction Schedules. The cost of the work described in this item shall be considered incidental to the various other elements included in the project. Failure of the Contractor to provide all information, as specified herein, shall result in the disapproval of the entire construction schedule submission.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 429: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOONNSSTTRRUUCCTTIIOONN SSEEQQUUEENNCCIINNGG

CONSTRUCTION SEQUENCING 01326-1 ver. 03.02.18

May, 2018

SECTION 01326

CONSTRUCTION SEQUENCING

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. Work periods. B. Mobilization and demobilization. C. Construction sequence.

1.02 WORK PERIODS

A. No work is permitted at IAH and/or HOU during the following periods: 1. Beginning at 6:00 a.m. CST (0600 hours) on Tuesday prior to Thanksgiving Day and to

10:00 p.m. CST (2000 hours) the following Monday. 2. Beginning at 6:00 a.m. CST (0600 hours) one week prior to Christmas Day and to 11:59

p.m. CST (2359 hours) January 2 following. 3. Beginning at 6:00 a.m. CST (0600 hours) on Friday prior to Houston Area Spring Break,

and to 11:59 p.m. CST (2359 hours) the following Monday. These dates maybe adjusted by HAS operations depending on scheduling of Spring Break for Houston Area School Districts.

HAS reserves the right to suspend construction operations for short periods of time (i.e. while an aircraft passes), daily, or between construction phases, and/or change the order of construction phasing during the project if it is determined to be in the best interest of Airport Operations or Safety. The Contractor may be directed to move personnel, equipment and materials to a safe location and/or evacuate the site in order to enable aircraft operations. Necessary extensions in contract time will be granted or a stop work order will be issued due to these delays. However, there will be no adjustments in contract price due to these delays, unless otherwise noted in the contract documents.

No pavements shall be closed during these periods. The Contractor shall prepare any closed pavements to be opened during these periods, including, but not limited to, removal of all barricades and pavement closure devices, replacement of pavement markings. Coordinate requirements with HAS operations. This work shall be considered subsidiary to the cost of the project and shall not be measured or paid for separately.

B. No work is permitted at EFD during the following periods:

1. Beginning at 6:00 a.m. CST (0600 hours) on Thursday prior to Air Show (Friday, Saturday and Sunday) and to 6:00 p.m. CST (1800 hours) the following Monday.

HAS reserves the right to suspend construction operations for short periods of time (i.e. while an aircraft passes), daily, or between construction phases, and/or change the order of construction phasing during the project if it is determined to be in the best interest of Airport Operations or Safety. The Contractor may be directed to move personnel, equipment and materials to a safe location and/or evacuate the site in order to enable aircraft operations. Necessary extensions in contract time will be granted or a stop work order will be issued due to these delays. However, there will be no adjustments in contract price due to these delays, unless otherwise noted in the contract documents.

Page 430: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

CCOONNSSTTRRUUCCTTIIOONN SSEEQQUUEENNCCIINNGG PPrroojjeecctt NNoo.. 446600CC

CONSTRUCTION SEQUENCING 01326-2 ver. 03.02.18

May, 2018

No pavements shall be closed during these periods. The Contractor shall prepare any closed pavements to be opened during these periods, including, but not limited to, removal of all barricades and pavement closure devices, replacement of pavement markings. Coordinate requirements with HAS operations. This work shall be considered subsidiary to the cost of the project and shall not be measured or paid for separately.

C. Reference the project phasing sheets of the plan set for details and required work hours, by phase. The contractor is required to complete the work by phase within the calendar days noted in the project phasing sheets of the plan set. Each Bid Schedule will be initiated only with a Notice to Proceed by the Owner. The Notices to Proceed may or may not be numerically sequential and may or may not be issued immediately after completion of the preceding Bid Schedule. The Contractor may not perform work without an authorized Notice to Proceed.

D. For purposes of on-site construction operations for exterior work within the AOA, work shall conform to the following: 1. The contractor shall not perform lane closures with the Terminal Roadways unless

approved in advance and in writing by HAS Airport Operations. 2. Fire station access must be maintained at all times. 3. Maintain access through work zone to terminal buildings and garages at all times unless

indicated on the plans. Temporary closures of any access must only be completed between the hours of 10:00 p.m. CST (2200 hours) to 6:00 a.m. CST (0600 hours) on weekend days unless indicated on the plans. Temporary closures of delivery entrances and exits may only occur from 8:00 p.m. CST (2000 hours) to 4:00 a.m. CST (0400 hours) on weekend days unless indicated on the plans.

4. The contractor shall coordinate staging areas for equipment with HAS Airport operations.

5. See additional traffic control sequencing notes in the plans. 1.03 MOBILIZATION AND DEMOBILIZATION

A. Payment for mobilization is specified in 00710 FAA AC 150/5370-10G General Provisions – Section 105 and Specification G-100 - Mobilization.

B. General mobilization applicable to the Work, regardless of construction sequencing specified herein includes: 1. Construction and Submittal Schedule processing following Sections 01325- Construction

Schedules, Specification G-112 – Construction Schedules, and 01340- Shop Drawings, Product Data and Samples.

2. Obtain and pay for permits. 3. Submittal of other documents following Section 01312- Coordination and Meetings. 4. Survey Base Building following Section 01726- Base Facility Survey and process related

Document 00685- Request for Information, including accessibility by cutting, following Section 01731- Cutting and Patching, into concealed areas.

5. Security badging following Section 01506- Temporary Controls and Specification G-102 – Safety and Security.

6. Approval of construction schedules following Section 01325- Construction Schedules. 7. Product acquisition for other tasks; except products with short lead times may be

acquired later as required to maintain schedule performance. 8. Acquisition of major construction equipment and set-up of on-site storage and office

space. 9. Other activities necessary to maintain schedule performance. 10. Construction of exterior and interior barricades and enclosures following Section 01505-

Temporary Facilities.

Page 431: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC CCOONNSSTTRRUUCCTTIIOONN SSEEQQUUEENNCCIINNGG

CONSTRUCTION SEQUENCING 01326-3 ver. 03.02.18

May, 2018

C. Demobilization: 1. Processing of closeout documents, following Section 01770- Contract Closeout, and

activities not otherwise completed at the end of previous tasks. 2. Process closeout documents and related activities for asbestos abatement at the end of

that task.

1.04 CONSTRUCTION SEQUENCE

A. Sequence of work or tasks indicated in the schedule included in the Drawings is intended only as a guide for Bidding. However, phases, durations, and work hours must follow the provisions indicated in the Drawings.

B. Prepare and process Contractor’s construction schedule following Section 01325- Construction Schedules.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 CONSTRUCTION SEQUENCE

A. Construct the Work in sequence as shown on Drawings and as provided in the Construction Safety and Phasing Plan (CSPP), included as an appendix to thee Project Manual.

END OF SECTION

Page 432: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS CCOONNSSTTRRUUCCTTIIOONN SSEEQQUUEENNCCIINNGG PPrroojjeecctt NNoo.. 446600CC

CONSTRUCTION SEQUENCING 01326-4 ver. 03.02.18

May, 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 433: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC SSUUBBMMIITTTTAALL PPRROOCCEEDDUURREESS

SUBMITTAL PROCEDURES

01330-1 ver. 03-02-18 May, 2018

SECTION 01330

SUBMITTAL PROCEDURES

PART I - GENERAL 1.01 SECTION INCLUDES

A. Submittal procedures for: 1. Construction Schedules and Cash Flow Curve (billing forecast). 2. Shop Drawings, Product Data and Samples 3. Manufacturer's Certificates 4. Construction Photographs 5. Project Record Documents and monthly certification. 6. Design Mixes

1.02 SUBMITTAL PROCEDURES

A. Scheduling and Handling: 1. The Contractor must utilize Microsoft SharePoint, and/or a web-based system run

by the Houston Airport System, to submit RFIs, Submittals and Invoices. The Contractor must contact the designated HAS trainer prior to the start of construction to schedule a time for training. Access to SharePoint will not be given to the Contractor’s team until training is completed. All document collaboration will be done using SharePoint.

2. Submit Shop Drawings, Data and Samples for related components as required by Specifications and Project Manager.

3. Schedule submittals well in advance of need for construction Products. Allow time for delivery of Products after submittal approval. Prior to beginning a phase or bid schedule, all relative submittals, Work Area Notifications, permits, FAA regulatory documents (7460), and operational coordination must be completed, approved, and accepted. No work can begin without Owner approvals and/or acceptance of these documents in place.

4. Develop submittal schedule that allows sufficient time for initial review and comment by the Engineer of Record who will then forward to the owner for contractor correction and resubmission, and final review of all submittals. Allow a minimum of 30 days for initial review. Engineer of Record and Owner’s Project Manager will review and return submittals to Contractor as expeditiously as possible, but time required for review will vary depending on complexity and quantity of data submitted.

5. Project Manager’s review of submittals covers only general conformity to Drawings, Specifications and dimensions that affect layout. Contractor is responsible for quantity determination. No quantities will be verified by Project Manager. Contractor is responsible for errors, omissions or deviations from Contract requirements; review of submittals does not relieve Contractor from the obligation to furnish required items in accordance with Drawings and Specifications.

6. Submit five copies of documents unless otherwise specified. Electronic submittals may be accepted by the Owner. All other requirements remain applicable.

Page 434: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

SSUUBBMMIITTTTAALL PPRROOCCEEDDUURREESS PPrroojjeecctt NNoo.. 446600CC

SUBMITTAL PROCEDURES

01330-2 ver. 03-2-18

May, 2018

7. Revise and resubmit submittals as required. Identify all changes made since

previous submittal. 8. Assume risk for fabricated Products delivered prior to approval. Do not

incorporate Products into the Work, or include payment for Products in periodic progress payments, until approved by Project Manager.

B. Transmittal Form and Numbering: 1. Transmit each submittal to Project Manager with Transmittal letter which

includes: a. Date and submittal number b. Project title and number c. Names of Contractor, Subcontractor, Supplier and manufacturer d. Identification of Product being supplied e. Location of where Product is to be installed f. Applicable Specification section number

2. Identify deviations from Contract documents clouding submittal drawings. Itemize and detail on separate 8-1/2 by 11-inch sheets entitled "DEVIATIONS FOR ." When no deviations exist, submit a sheet stating no deviations exist.

3. Have design deviations signed and sealed by an appropriate design professional, registered in the State of Texas.

4. Sequentially number transmittal letters beginning with number one. Use original number for resubmittals with an alphabetic suffix (i.e., 2A for the first

resubmittal of submittal 2, or 15C for third resubmittal of submittal 15, etc.). Show only one type of work or Product on each submittal. Mixed submittals will not be accepted.

C. Contractor's Stamp: 1. Apply Contractor's Stamp certifying that the items have been reviewed in detail by

Contractor and that they comply with Contract requirements, except as noted by requested variances.

2. As a minimum, Contractor's Stamp shall include: a. Contractor's name b. Job number c. Submittal number d. Certification statement Contractor has reviewed submittal and it is in

compliance with the Contract e. Signature line for Contractor

D. Submittals will be returned with one of the following Responses: 1. "REVIEWED AS SUBMITTED" when no response and resubmittal is required. 2. "NO EXCEPTION" when sufficient information has supplied to determine that

item described is accepted and that no resubmittal is required. 3. "MAKE CORRECTIONS AS NOTED WHEN EXCEPTIONS DO NOT

REQUIRE FUTURE CHANGES" when sufficient information has been supplied to determine that item will be acceptable subject to changes, or exceptions, which will be clearly stated. When exceptions require additional changes, the changes must be submitted for approval. Resubmittal is not required when exceptions require no further changes.

4. "REVISE AND RESUBMIT" when submittal does not contain sufficient information, or when information provided does not meet Contract requirements.

Page 435: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC SSUUBBMMIITTTTAALL PPRROOCCEEDDUURREESS

SUBMITTAL PROCEDURES

01330-3 ver. 03-02-18 May, 2018

Additional data or details requested by Project Manager must be submitted to obtain approval.

1.03 MANUFACTURER'S CERTIFICATES

A. When required by Specification sections, submit manufacturers' certificate of compliance for review by Project Manager.

B. Place Contractor's Stamp on front of certification. C. Submit supporting reference data, affidavits, and certifications as appropriate. D. Product certificates may be recent or from previous test results, but must be acceptable to Project Manager.

1.04 DESIGN MIXES

A. When required by Specification sections, submit design mixes for review. B. Place Contractor's Stamp, as specified in this section, on the front of each design mix. C. Mark each mix to identify proportions, gradations, and additives for each class and

type of mix submitted. Include applicable test results from samples for each mix. Perform tests and certifications within 12 months of the date of the submittal.

D. Maintain copies of approved mixes at mixing plant.

1.05 CHANGES TO CONTRACT

A. Changes to Contract may be initiated by completing a Request for Information form. Project Manager will provide a response to Contractor by completing the form and returning it to Contractor. 1. If Contractor agrees that the response will result in no increase in cost or time, a

Minor Change in the Work will be issued by City Engineer. 2. If Contractor and Project Manager agree that an increase in time or cost is

warranted, Project Manager will forward the Request for Proposal for negotiation of a Change Order.

PART 2 P R O D U C T S - Not Used PART 3 E X E C U T I O N - Not Used

END OF SECTION

Page 436: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

SSUUBBMMIITTTTAALL PPRROOCCEEDDUURREESS PPrroojjeecctt NNoo.. 446600CC

SUBMITTAL PROCEDURES

01330-4 ver. 03-2-18

May, 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 437: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS SSHHOOPP DDRRAAWWIINNGGSS,,

PPrroojjeecctt NNoo.. 446600CC PPRROODDUUCCTT DDAATTAA AANNDD SSAAMMPPLLEESS

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-1 ver. 12-29-03

May 2018

SECTION 01340

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. General procedural requirements for submittal data: 1. Shop drawings. 2. Product data. 3. Samples, including control samples. 4. Product certifications and compliance statements. 5. Submittal logging.

B. Submittal quantities specified in other Sections supersedes those specified herein. C. Product interface control documents.

1.02 GENERAL PROCEDURES

A. Review submittal data and indicate results of review on documents submitted to Designer. 1. Obtain review and indicate results of Subcontractors' and applicable Separate

Contractors' reviews before submittal to Designer. 2. Include on each shop drawing, sample or product data. Submit the following minimum

language, signed (by individuals authorized to make binding agreements on behalf of their respective firms) and dated on behalf of each responsible party:

"The Subcontractor and the Contractor named below hereby certify this submittal has been checked

prior to submission to Designer and conforms to the requirements of the Contract Documents for work

represented hereby. This submittal does not deviate from requirements of the Contract Documents. It

has been checked for: field conditions; correlation of dimensions and quantities; safety precautions;

construction means, methods, techniques, schedules, sequences, procedures and fabrication processes;

for errors and omissions in this submittal; and for coordination of the work of the trades.

__________________________________ (Subcontractor Firm)

__________________________________ (Authorized Signature)

__________________________________ (Date)

--------------------------------------------------------------------------------------------------------

This submittal has also been checked by the following Subcontractors and Separate Contractors for

coordination of substrate/superstrate conditions and applicable product interfaces.

(List company names, place authorized signature and date for each.)

-------------------------------------------------------------------------------------------------------- __________________________________ (Contractor)

__________________________________ (Authorized Signature)

__________________________________ (Date)"

B. Transmit submittals under original transmittal to Designer, with a copy of the transmittal only to City Engineer. Number each submittal by specification number, for future reference. 1. Furnish number of copies specified herein or in other Sections, for Designer's and City

Engineer's records, plus additional copies as the Contractor requires for construction operations and coordination of the Work.

2. Identify Project, Contractor, Subcontractor, Supplier, and generic name of component or system. Allow space on submittal data to accommodate required stamps by Contractor, applicable Subcontractors, applicable Separate Contractors, Designers, and other reviewers.

3. Indicate applicable Drawing detail and Section number.

Page 438: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

SSHHOOPP DDRRAAWWIINNGGSS,, AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPRROODDUUCCTT DDAATTAA AANNDD SSAAMMPPLLEESS PPrroojjeecctt NNoo.. 446600CC

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-2 ver. 12-29-03

May 2018

4. For submittals using SI (metric) measure as the manufacturer's or fabricator's standard, include corresponding Imperial measure conversions. Follow requirements in Section 01610.

C. After Designer's review, revise and resubmit until resubmittal is no longer required; identify and log changes made to previous submittals.

D. Distribute copies of reviewed submittals to concerned parties, including Separate Contractors. Instruct recipients to promptly report inability to comply with requirements indicated therein.

E. Shop Drawings, Product Data and Samples: Follow Contractor's progress schedule for submittals related to work progress. Coordinate submittal of related items. Partial submittals will be returned unreviewed.

F. Transmit submittals far enough in advance to provide time required for reviews, for securing necessary approvals, for revisions and resubmittals. Allow 14 days after receipt for Designer's review, except where shorter processing time is approved due to extraordinary conditions.

G. Do not submit data where no submittal requirements occur. Unsolicited submittals will be returned unreviewed.

H. Incomplete, uncoordinated, inaccurate and illegible submittals, and submittals without evidence of review by Contractor, applicable Subcontractors and applicable Separate Contractors will be returned unreviewed.

I. Responsibility for costs of Designer's additional reviews resulting from improper submittal data remains with the Contractor, deductible from the Contract Sum or Time by Change Order.

1.03 SHOP DRAWINGS

A. Submit electronic copies and hard copies as required. After Designer's review, reproduce and distribute copies required for the Contractor's use. The Designer will reproduce copies for Designer and City Engineer.

B. Sheet Size: 8-1/2 x 11 inches minimum; 22 x 34 inches maximum. C. If CADD is used, prepare documents readable, writable and printable using IBM PC-

compatible hardware and software, based on AutoCAD (17 or later versions) or software translated thereto. Provide AutoCAD data disks following Section 01770- Contract Closeout.

D. Prepare shop drawings by qualified drafters, accurately and distinctly showing: 1. Field and erection dimensions clearly identified as such. 2. Arrangement and section views. 3. Relation to adjacent materials or structure including complete information for making

connections between work under this Contract and work under other contracts. 4. Kinds of materials and finishes. 5. Parts list and descriptions. 6. Assembly drawings of equipment components and accessories showing their respective

positions and relationships to the complete equipment package. 7. Where necessary for clarity, identify details by reference to drawing sheet and detail

numbers, schedule or room numbers as shown on the Contract Drawings. E. Drawing to scale, and accurately represent specific products furnished.

1.04 PRODUCT DATA/MANUFACTURERS' LITERATURE

A. Submit electronic copy and 5 original hard copies plus additional copies required for Contractor's use. Owner will retain four copies for distribution to City. Distribute remaining copies.

Page 439: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS SSHHOOPP DDRRAAWWIINNGGSS,,

PPrroojjeecctt NNoo.. 446600CC PPRROODDUUCCTT DDAATTAA AANNDD SSAAMMPPLLEESS

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-3 ver. 12-29-03

May 2018

B. Mark each copy to clearly identify applicable products, models, options, and other data; supplement manufacturers' standard data to provide information unique to the Work.

C. When available, submit "SpecData" sheets. D. Include manufacturers' installation instructions. E. For products specified only by reference standard, give manufacturer's name, product name,

model or catalog number, copy of referenced standard, and manufacturer's descriptive technical literature.

1.05 CONTRACTOR-PREPARED SAMPLES

A. Submit 5 original sets of samples plus additional copies required for Contractor's use. Owner will retain three samples for distribution to City. Distribute remaining samples.

B. Demonstrate functional and visual characteristics of products, complete with integral parts and attachment devices.

C. Submit a reasonable range of manufacturers' standard colors, textures, sheens, and patterns for selection where specific requirements are not specified, where deviations are proposed, and where the nature of the product may vary in color, vein or "grain," texture, sheen and other visible characteristics.

D. Sample characteristics are specified in individual Sections. E. Size, unless otherwise specified:

1. Paint and Liquid Coated Products: 8-1/2 x 11 inches; tape edges of samples using gypsum board as the base or substrate.

2. Flat or Sheet Products: 8-1/2 x 11 inches. 3. Linear Products: 11 inches long. 4. Bulk Products: Copy of container label, only where label submittal is specified.

F. Full size or on-site samples or mock-ups may be used in the Work if approved. 1.06 CONTROL SAMPLES

A. Certain Base Facility construction establishes performance, product, workmanship, or aesthetic quality requirements for this contract.

B. Required control samples include, but are not limited to, the following: 1. Paint and other applied coatings at sight-exposed surfaces, regardless of substrate types;

for matching compatibility, color, texture, sheen, reflectivity, and other visual and performance characteristics of analogous new work.

2. Reflective Media (Glass Beads), submitted prior to its use, to verify the quality of the materials and to ensure conformance with the applicable specifications. The submitted sample shall include documentation certifying that the material meets the requirements for TT-B-1325D, Type III, as detailed in Specification P-620. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment, as required in Specification P-620.

3. Asphalt binder, submitted prior to and during production, to verify the quality of the materials and ensure conformance with the applicable specifications. The submitted sample shall include certifications showing the appropriate ASTM tests, test results and a statement that the material meets the Specification P-401 requirements.

4. Partial Depth (spall) repair products, including concrete materials, aggregate, and polymers, along with binder resins, submitted prior to and during production, to verify the quality of the materials and to ensure conformance with applicable specifications.

5. Thermoplastic Coal Tar Emulsion Surface Treatment products submitted prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. The submitted sample shall include certifications showing the appropriate ASTM tests, test results and a statement that the material meets the Specification P-629.

Page 440: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

SSHHOOPP DDRRAAWWIINNGGSS,, AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPRROODDUUCCTT DDAATTAA AANNDD SSAAMMPPLLEESS PPrroojjeecctt NNoo.. 446600CC

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-4 ver. 12-29-03

May 2018

C. Include control samples with submittal to which they apply. D. For items transmittable by mail or hand, remove one representative sample, following

Section 01312- Coordination and Meetings, and nondestructively label as "Control Sample." Process following Paragraph 1.06.

E. Obtain control samples following Section 01731- Cutting and Patching. The control sample will be returned to the Contractor.

F. For items impractical to remove or mail, temporarily and non-destructively tag each item in place and maintain until submittal processing is complete. Request submittal evaluation to occur on-site. Include request with submittal to which it applies. 1. Provide temporary facilities following Section 01505- Temporary Facilities to provide

access to and protection of control samples. 2. Handle, store and protect control samples following Section 01610- Basic Product

Requirements. G. Maintain control samples until applicable new work is completed or until directed.

1.07 PRODUCT INTERFACE CONTROL DOCUMENTS

A. Following requirements apply where specified in other Sections. B. Prepare submittal data as required, to indicate proper interface between work of

Subcontractors and Separate Contractors, for products of one Section or Contract required to be supported by or affixed or connected to products of another Section or Contract. Follow Section Paragraph 1.02 for review and processing requirements. 1. Fully describe mating surfaces between products. 2. Fully describe predecessor and successor staging and sequencing of product fabrications

and installations. C. Field corrections to mating surfaces are not permitted, unless field modification is specified

in Sections. 1.08 CERTIFICATIONS AND COMPLIANCE STATEMENTS

A. Submit 5 original copies plus additional copies required for Contractor's use. Owner will retain three copies for distribution to City. Distribute remaining copies. Include original signature and applicable original seal(s) on each copy.

B. Certifications may be in the form of recent test results, research reports, reference data, or affidavits, as applicable to certifications required.

1.09 SUBMITTAL LOG

A. If approved, submittal log may be incorporated into submittal schedules following Section 01325- Construction Schedules.

B. Coordinate shop drawings, samples, product data and certifications schedule in Section 01325- Construction Schedules. Log submittals showing proposed submittal number and expected processing period for each.

C. Denote submittals requiring special attention, such as requested shorter review time due to extraordinary conditions. Indicate reasons for special attention.

D. Update and distribute following Sections 01312- Coordination and Meetings and 01325- Construction Schedules.

1.10 DESIGNER'S ACTIONS

Page 441: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS SSHHOOPP DDRRAAWWIINNGGSS,,

PPrroojjeecctt NNoo.. 446600CC PPRROODDUUCCTT DDAATTAA AANNDD SSAAMMPPLLEESS

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-5 ver. 12-29-03

May 2018

A. Comments may be added by Designer to submittal data, to inform the Contractor of detected failure of submittal data to follow contract requirements and the design concept expressed therein.

B. Commencing work governed by submittal requirements without proper processing of required submittals is the risk of the Contractor. 1. Cost increases attributable thereto are the sole responsibility of the Contractor without

increase in Contract Sum. 2. Time increases attributable thereto are the sole responsibility of the Contractor under

provisions of Article 9.13 (Liquidated Damages) in Document 00700- General Conditions.

C. Responsibility for Contractor's errors and omissions or construction of defective or deficient work remains with the Contractor and is not relieved by Designer's review.

D. Following is Designer's submittal review statement, which may be affixed to Contractor's submittal by stamp, label or separate sheet:

END OF DESIGNER'S SUBMITTAL REVIEW STATEMENT

PART 2- PRODUCTS (NOT USED) PART 3- EXECUTION 3.01 CONTROL SAMPLES

A. Reinstall control samples following Section 01731- Cutting and Patching.

END OF SECTION

Page 442: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

SSHHOOPP DDRRAAWWIINNGGSS,, AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPRROODDUUCCTT DDAATTAA AANNDD SSAAMMPPLLEESS PPrroojjeecctt NNoo.. 446600CC

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-6 ver. 12-29-03

May 2018

Page 443: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01410-5 04-01-2018

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

SECTION 01410

TPDES REQUIREMENTS

1.01 SECTION INCLUDES

A. Documentation to be prepared and signed by Contractor/Operator before conducting construction operations, in accordance with the Texas Pollutant Discharge limination System (TPDES) Construction General Permit Number TXR150000 issued on arch 5, 2018(the Construction General Permit). Documentation must be prepared and signed separately for each Airport, HOU, IAH, and FD. Implementation, maintenance inspection, and termination of storm water pollution prevention control measures including, but not limited to, erosion and sediment controls, storm water management plans, waste collection and disposal, off-site vehicle tracking, and other appropriate practices shown on the Drawings or specified elsewhere in the Contract.

B. Review of the Storm Water Pollution Prevention Plan (SWP3) implementation in a meeting with Project Manager prior to start of construction.

1.02 DEFINITIONS

A. Commencement of Construction Activities: The exposure of soil resulting from activities such as clearing, grading, and excavation activities, as well as other construction related activities (e.g., stock piling of fill material, demolition).

B. Large Construction Activity: Project that: 1. disturbs five acres or more, or 2. disturbs less than five acres but is part of a larger common

plan of development that will disturb five acres or more of land.

C. Small Construction Activity: Project that: 1. disturbs one or more acres but less than five acres, or 2. are part of a larger common plan of development that will disturb at least

1 but less than 5 Ac. D. TPDES Operator:

Operator - The person or persons associated with a large or small construction activity that is either a primary or secondary as defined below:

Primary Operator – the person or persons associated with a large or small construction activity that meets either of the following two criteria:

(a) the persons have operational control over construction plans and

Page 444: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01410-6 04-01-2018

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

specifications, including the ability to make modifications to those plans and specifications; or

the person or persons have day-to-day operational control of those activities at a construction site that are necessary to ensure compliance with a storm water pollution prevention plan (SWP3) for the site or other permit conditions (e.g., they are authorized to direct workers at a site to carry out activities required by the SWP3 or comply with other permit conditions).

Secondary Operator –The person or entity, often the property owner, whose operational control is limited to:

(a) the employment of other operators, such as a general contractor, to

perform or supervise construction activities, or

(b) the ability to approve or disapprove changes to construction plans and specifications, but who does not have day-to-day on-site operational control over construction activities at the site.

PART 2 PRODUCTS - Not

Used PART 3 EXECUTION

3.01 SITE SPECIFIC STORM WATER POLLUTION PREVENTION PLAN (SWP3)

A. Prepare a SWP3 following Part III of the Construction General Permit and the Storm Water Management Handbook for Construction Activities issued under City Ordinance Section 47-695(b) for each Airport. If conflicts exist between the Construction General Permit and the handbook, the more stringent requirements will apply.

B. Update or revise the SWP3 as needed during the construction following Part III, Section E of the Construction General Permit.

C. Submit the SWP3 and any updates or revisions to Project Manager for review and address comments prior to commencing, or continuing, construction activities.

3.02 NOTICE OF INTENT For Large Construction Activity

A. Fill out, sign, and date TCEQ Form 20022 (03/06/2018) Notice of Intent (NOI) for an Authorization for Stormwater Discharges Associated with Construction Activity under TPDES General Permit TXR150000, ATTACHMENT 1 of this Section 01410 as applicable for each Airport.

B. Transmit the signed Contractor’s copy of TCEQ Form 20022 (03/06/2018), along with a $325.00 check, made out to Texas Commission on Environmental Quality, and the completed Payment Submittal Form to Project Manager for each Airport.

Page 445: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01410-7 04-01-2018

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

C. Project Manager will complete a separate TCEQ Form 20022 (03/06/2018) for City’s Notice of Intent, and will submit both Notices, along with checks for application fees, to the TCEQ.

D. Submission of the Notice of Intent form by both the City and Contractor to TCEQ if mailing is required a minimum of seven days before Commencement of Construction Activities.

3.03 CONSTRUCTION SITE NOTICE FOR SMALL CONSTRUCTION ACTIVITY

A. Fill out, sign, and date the Construction Site Notice, Attachment 2 to TPDES General Permit TXR150000, “Small Construction Site Notice”, ATTACHMENT 2 of this Section 01410 as applicable for each Airport.

B. Transmit the signed Construction Site Notice to Project Manager at least seven days prior to Commencement of Construction Activity.

3.04 CERTIFICATION REQUIREMENTS

A. Fill out TPDES Operator’s Information form, ATTACHMENT 3 of this

Section 01410, including Contractor’s name, address, and telephone number, and the names of persons or firms responsible for maintenance and inspection of erosion and sediment control measures. Use multiple copies as required to document full information.

B. Contractor and Subcontractors shall sign and date the Contractor’s / Subcontractor’s Certification for TPDES Permitting, ATTACHMENT 4 of this Section 01410. Include this certification with other Project certification forms.

C. Submit properly completed certification forms to Project Manager for review before beginning construction operations.

D. Conduct inspections in accordance with TCEQ requirements. Ensure persons or firms responsible for maintenance and inspection of erosion and sediment control measures read, fill out, sign, and date the Erosion Control Contractor’s certification for Inspection and Maintenance. Use the City of Houston Storm Water Pollution Prevention Plan, Construction Site Inspection Report, ATTACHMENT 5 of this Section 01410 to record maintenance inspections and repairs.

3.05 RETENTION OF RECORDS

A. Keep a copy of this document and the SWP3 in a readily accessible

location at the construction site from Commencement of Construction Activity until submission of the Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under TPDES Construction General Permit (TXR150000). Contractors with day-to-day operational control over SWP3 implementation shall have a copy of the SWP3 available at a central location, on-site, for the use of all operators and those identified as having responsibilities under the SWP3. Upon submission of the NOT for each Airport, submit all required forms and a

Page 446: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01410-8 04-01-2018

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

copy of the SWP3 with all revisions to Project Manager. 3.06 REQUIRED NOTICES

A. Post the following notices from effective date of the SWP3 until date of final site

stabilization as defined in the Construction General Permit: 1. Post the TPDES permit number for Large Construction Activity, with a

signed TCEQ Construction Site Notice for large or Small Construction Activity. Signed copies of the City’s and Contractor’s NOI must also be posted.

2. Post notices near the main entrance of the construction site at each Airport a prominent place where it is safely and readily available for viewing by General Public, Local, State, and Federal Authorities. Post name and telephone number of Contractor’s local contact person, brief project description and location of the SWP3. a. If posting near a main entrance is not feasible due to safety

concerns, coordinate posting of notice with Project Manager to conform to requirements of the Construction General Permit.

b. If Project is a linear construction project (e.g.: road, utilities, etc.),

post notice in a publicly accessible location near active construction. Move notice as necessary.

c. Post a notice to equipment and vehicles operators, instructing them to stop, check, and clean tires of debris and mud before driving onto traffic lanes. Post at each stabilized construction access area.

d. Post a notice of waste disposal procedures in a readily visible location on site.

3.07 ON-SITE WASTE MATERIAL STORAGE

A. On-site waste material storage shall be self-contained and shall satisfy

appropriate local, state, and federal rules and regulations. B. Prepare list of waste material to be stored on-site. Update list as necessary

to include up-to-date information. Keep a copy of updated list with the SWP3.

C. Prepare description of controls to reduce pollutants generated from on-site storage. Include storage practices necessary to minimize exposure of materials to storm water, and spill prevention and response measures consistent with best management practices. Keep a copy of the description with the SWP3.

3.08 NOTICE OF TERMINATION

A. Submit a NOT, ATTACHMENT 6 of this Section 01410, to Project

Manager within 30 days after:

Page 447: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01410-9 04-01-2018

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

1. Final stabilization has been achieved on all portions of the site that are the responsibility of the Contractor; or

2. Another operator has assumed control over all areas of the site that have not been stabilized; and

3. All silt fences and other temporary erosion controls have either been removed, scheduled to be removed as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage.

B. Project Manager will complete City’s NOT and submit Contractor and City’s notices to the TCEQ and MS4 entities.

END OF SECTION

Page 448: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01410-10

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

CITY OF HOUSTON STANDARD GENERAL REQUIREMENT TPDES REQUIREMENTS

ATTACHMENT 1 TCEQ Office Use Only Permit No: CN: RN:

Notice of Intent (NOI) for an Authorization for Stormwater Discharges Associated with Construction Activity under TPDES General Permit TXR150000

IMPORTANT INFORMATION

Please read and use the General Information and Instructions prior to filling out each question in the NOI form.

Use the NOI Checklist to ensure all required information is completed correctly. Incomplete applications delay approval or result in automatic denial.

Once processed your permit authorization can be viewed by entering the following link into your internet browser: http://www2.tceq.texas.gov/wq_dpa/index.cfm or you can contact TCEQ Stormwater Processing Center at 512-239-3700.

ePERMITS

Effective September 1, 2018, this paper form must be submitted to TCEQ with a completed electronic reporting waiver form (TCEQ-20754).

To submit an NOI electronically, enter the following web address into your internet browser and follow the instructions: https://www3.tceq.texas.gov/steers/index.cfm

APPLICATION FEE AND PAYMENT

The application fee for submitting a paper NOI is $325. The application fee for electronic submittal of a NOI through the TCEQ ePermits system (STEERS) is $225.

Payment of the application fee can be submitted by mail or through the TCEQ ePay system. The payment and the NOI must be mailed to separate addresses. To access the TCEQ ePay system enter the following web address into your internet browser: http://www.tceq.texas.gov/epay.

Provide your payment information for verification of payment:

If payment was mailed to TCEQ, provide the following:

o Check/Money Order Number: Click here to enter text.

o Name printed on Check: Click here to enter text.

If payment was made via ePay, provide the following:

o Voucher Number: Click here to enter text.

o A copy of the payment voucher is attached to this paper NOI form.

TCEQ-20022 (3/6/2018) Page 1 Notice of Intent for Construction Stormwater Discharges under TXR150000

Page 449: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

RENEWAL (This portion of the NOI is not applicable after June 3, 2018)

Is this NOI for a renewal of an existing authorization? Yes No

If Yes, provide the authorization number here: TXR15 Click here to enter text.

NOTE: If an authorization number is not provided, a new number will be assigned.

SECTION 1. OPERATOR (APPLICANT)

If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity? CN Click here to enter text.

(Refer to Section 1.a) of the Instructions)

What is the Legal Name of the entity (applicant) applying for this permit? (The legal name must be spelled exactly as filed with the Texas Secretary of State, County, or in the legal document forming the entity.)

Click here to enter text.

What is the contact information for the Operator (Responsible Authority)?

Prefix (Mr. Ms. Miss): Click here to enter text.

First and Last Name: Click here to enter text. Suffix: Click here to enter text.

Title: Click here to enter text. Credentials: Click here to enter text.

Phone Number: Click here to enter text. Fax Number: Click here to enter text.

E-mail: Click here to enter text.

Mailing Address: Click here to enter text.

City, State, and Zip Code: Click here to enter text.

Mailing Information if outside USA:

Territory: Click here to enter text.

Country Code: Click here to enter text. Postal Code: Click here to enter text.

Indicate the type of customer:

Individual

Limited Partnership

General Partnership

Trust

Sole Proprietorship (D.B.A.)

Corporation

Estate

Federal Government

County Government

State Government

City Government

Other Government

Other: Click here to enter text.

Is the applicant an independent operator? Yes No

Page 450: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

(If a governmental entity, a subsidiary, or part of a larger corporation, check No.)

Number of Employees. Select the range applicable to your company.

0-20

21-100

101-250

251-500

501 or higher

Customer Business Tax and Filing Numbers: (Required for Corporations and Limited Partnerships. Not Required for Individuals, Government, or Sole Proprietors.)

State Franchise Tax ID Number: Click here to enter text.

Federal Tax ID: Click here to enter text.

Texas Secretary of State Charter (filing) Number: Click here to enter text.

DUNS Number (if known): Click here to enter text.

SECTION 2. APPLICATION CONTACT

Is the application contact the same as the applicant identified above?

Yes, go to Section 3

No, complete this section

Prefix (Mr. Ms. Miss): Click here to enter text.

First and Last Name: Click here to enter text. Suffix: Click here to enter text.

Title: Click here to enter text. Credential: Click here to enter text.

Organization Name: Click here to enter text.

Phone Number: Click here to enter text. Fax Number: Click here to enter text.

E-mail: Click here to enter text.

Mailing Address: Click here to enter text.

Internal Routing (Mail Code, Etc.): Click here to enter text.

City, State, and Zip Code: Click here to enter text.

Mailing information if outside USA:

Territory: Click here to enter text.

Country Code: Click here to enter text. Postal Code: Click here to enter text.

SECTION 3. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE

If this is an existing permitted site, what is the Regulated Entity Number (RN) issued to this site? RN Click here to enter text.

(Refer to Section 3.a) of the Instructions)

Page 451: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Name of project or site (the name known by the community where it’s located): Click here to enter text.

In your own words, briefly describe the type of construction occurring at the regulated site (residential, industrial, commercial, or other): Click here to enter text.

County or Counties (if located in more than one): Click here to enter text.

Latitude: Click here to enter text. Longitude: Click here to enter text.

Site Address/Location

If the site has a physical address such as 12100 Park 35 Circle, Austin, TX 78753, complete Section A.

If the site does not have a physical address, provide a location description in Section B. Example: located on the north side of FM 123, 2 miles west of the intersection of FM 123 and Highway 1.

Section A:

Street Number and Name: Click here to enter text.

City, State, and Zip Code: Click here to enter text.

Section B:

Location Description: Click here to enter text.

City (or city nearest to) where the site is located: Click here to enter text.

Zip Code where the site is located: Click here to enter text.

SECTION 4. GENERAL CHARACTERISTICS

Is the project or site located on Indian Country Lands?

Yes, do not submit this form. You must obtain authorization through EPA Region 6.

No

Is your construction activity associated with a facility that, when completed, would be associated with the exploration, development, or production of oil or gas or geothermal resources?

Yes. Note: The construction stormwater runoff may be under jurisdiction of the Railroad Commission of Texas and may need to obtain authorization through EPA Region 6.

No

What is the Primary Standard Industrial Classification (SIC) Code that best describes the construction activity being conducted at the site? Click here to enter text.

What is the Secondary SIC Code(s), if applicable? Click here to enter text.

What is the total number of acres to be disturbed? Click here to enter text.

Is the project part of a larger common plan of development or sale?

Page 452: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Yes

No. The total number of acres disturbed, provided in e) above, must be 5 or more. If the total number of acres disturbed is less than 5, do not submit this form. See the requirements in the general permit for small construction sites.

What is the estimated start date of the project? Click here to enter text.

What is the estimated end date of the project? Click here to enter text.

Will concrete truck washout be performed at the site? Yes No

What is the name of the first water body(ies) to receive the stormwater runoff or potential runoff from the site? Click here to enter text.

What is the segment number(s) of the classified water body(ies) that the discharge will eventually reach? Click here to enter text.

Is the discharge into a Municipal Separate Storm Sewer System (MS4)?

Yes No

If Yes, provide the name of the MS4 operator: Click here to enter text.

Note: The general permit requires you to send a copy of this NOI form to the MS4 operator.

Is the discharge or potential discharge from the site within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer, as defined in 30 TAC Chapter 213?

Yes, complete the certification below.

No, go to Section 5

I certify that the copy of the TCEQ-approved Plan required by the Edwards Aquifer Rule (30 TAC Chapter 213) that is included or referenced in the Stormwater Pollution

Prevention Plan will be implemented. Yes

SECTION 5. NOI CERTIFICATION

I certify that I have obtained a copy and understand the terms and conditions of the

Construction General Permit (TXR150000). Yes

I certify that the full legal name of the entity applying for this permit has been provided

and is legally authorized to do business in Texas. Yes

I understand that a Notice of Termination (NOT) must be submitted when this

authorization is no longer needed. Yes

I certify that a Stormwater Pollution Prevention Plan has been developed, will be implemented prior to construction and to the best of my knowledge and belief is compliant with any applicable local sediment and erosion control plans, as required in

the Construction General Permit (TXR150000). Yes

Note: For multiple operators who prepare a shared SWP3, the confirmation of an operator may be limited to its obligations under the SWP3, provided all obligations are confirmed by at least one operator.

Page 453: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

SECTION 6. APPLICANT CERTIFICATION SIGNATURE

Operator Signatory Name: Click here to enter text.

Operator Signatory Title: Click here to enter text.

I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations.

I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request.

Signature (use blue ink): Date:

Page 454: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

NOTICE OF INTENT CHECKLIST (TXR150000) Did you complete everything? Use this checklist to be sure!

Are you ready to mail your form to TCEQ? Go to the General Information Section of the Instructions for mailing addresses.

Confirm each item (or applicable item) in this form is complete. This checklist is for use by the applicant to ensure a complete application is being submitted. Missing information may result in denial of coverage under the general permit. (See NOI process description in the General Information and Instructions.)

APPLICATION FEE

If paying by check:

Check was mailed separately to the TCEQs Cashier’s Office. (See Instructions for Cashier’s address and Application address.)

Check number and name on check is provided in this application.

If using ePay:

The voucher number is provided in this application and a copy of the voucher is attached.

RENEWAL

If this application is for renewal of an existing authorization, the authorization number is provided.

OPERATOR INFORMATION

Customer Number (CN) issued by TCEQ Central Registry

Legal name as filed to do business in Texas. (Call TX SOS 512-463-5555 to verify.)

Name and title of responsible authority signing the application.

Phone number and e-mail address

Mailing address is complete & verifiable with USPS. www.usps.com

Type of operator (entity type). Is applicant an independent operator?

Number of employees.

For corporations or limited partnerships – Tax ID and SOS filing numbers.

Application contact and address is complete & verifiable with USPS. http://www.usps.com

REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE

Regulated Entity Number (RN) (if site is already regulated by TCEQ)

Site/project name and construction activity description

County

Latitude and longitude http://www.tceq.texas.gov/gis/sqmaview.html

TCEQ-20022 Checklist (03/06/2018) Page 1

Page 455: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Site Address/Location. Do not use a rural route or post office box.

GENERAL CHARACTERISTICS

Indian Country Lands –the facility is not on Indian Country Lands.

Construction activity related to facility associated to oil, gas, or geothermal resources

Primary SIC Code that best describes the construction activity being conducted at the site. www.osha.gov/oshstats/sicser.html

Estimated starting and ending dates of the project.

Confirmation of concrete truck washout.

Acres disturbed is provided and qualifies for coverage through a NOI.

Common plan of development or sale.

Receiving water body or water bodies.

Segment number or numbers.

MS4 operator.

Edwards Aquifer rule.

CERTIFICATION

Certification statements have been checked indicating Yes.

Signature meets 30 Texas Administrative Code (TAC) §305.44 and is original.

TCEQ-20022 Checklist (03/06/2018) Page 2

Page 456: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 1

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Instructions for Notice of Intent (NOI) for Stormwater Discharges Associated with Construction

Activity under TPDES General Permit (TXR150000)

By Regular Mail: TCEQ Stormwater Processing Center (MC228) P.O. Box 13087 Austin, Texas 78711-3087

By Overnight or Express Mail: TCEQ Stormwater Processing Center (MC228) 12100 Park 35 Circle Austin, TX

Application Fee:

The application fee of $325 is required to be paid at the time the NOI is submitted. Failure to submit payment at the time the application is filed will cause delays in acknowledgment or denial of coverage under the general permit. Payment of the fee may be made by check or money order, payable to TCEQ, or through EPAY (electronic payment through the web).

Mailed Payments:

Use the attached General Permit Payment Submittal Form. The application fee is submitted to a different address than the NOI. Read the General Permit Payment Submittal Form for further instructions, including the address to send the payment.

ePAY Electronic Payment: http://www.tceq.texas.gov/epay

When making the payment you must select Water Quality, and then select the fee

category “General Permit Construction Storm Water Discharge NOI Application”. You

must include a copy of the payment voucher with your NOI. Your NOI will not be

considered complete without the payment voucher.

TCEQ Contact List:

Application – status and form questions: 512-239-3700, [email protected]

Technical questions: 512-239-4671, [email protected] Environmental Law Division: 512-239-0600 Records Management - obtain copies of forms: 512-239-0900 Reports from databases (as available): 512-239-DATA (3282) Cashier’s office: 512-239-0357 or 512-239-0187

Notice of Intent Process: When your NOI is received by the program, the form will be processed as follows:

Administrative Review: Each item on the form will be reviewed for a complete response. In addition, the operator’s legal name must be verified with Texas Secretary of State as valid and active (if applicable). The address(es) on the form must be verified with the US Postal service as receiving regular mail delivery. Do not give an overnight/express mailing address.

GENERAL INFORMATION

Where to Send the Notice of Intent (NOI):

Page 457: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 2

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a notice of deficiency (NOD) will be mailed to the operator. The operator will have 30 days to respond to the NOD. The response will be reviewed for completeness.

Acknowledgment of Coverage: An Acknowledgment Certificate will be mailed to the operator. This certificate acknowledges coverage under the general permit.

or

Denial of Coverage: If the operator fails to respond to the NOD or the response is inadequate, coverage under the general permit may be denied. If coverage is denied, the operator will be notified.

General Permit (Your Permit)

For NOIs submitted electronically through ePermits, provisional coverage under the general permit begins immediately following confirmation of receipt of the NOI form by the TCEQ.

For paper NOIs, provisional coverage under the general permit begins 7 days after a completed NOI is postmarked for delivery to the TCEQ.

You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site http://www.tceq.texas.gov. Search using keyword TXR150000.

Change in Operator

An authorization under the general permit is not transferable. If the operator of the regulated project or site changes, the present permittee must submit a Notice of Termination and the new operator must submit a Notice of Intent. The NOT and NOI must be submitted no later than 10 days prior to the change in Operator status.

TCEQ Central Registry Core Data Form

The Core Data Form has been incorporated into this form. Do not send a Core Data Form to TCEQ. After final acknowledgment of coverage under the general permit, the program will assign a Customer Number and Regulated Entity Number, if one has not already been assigned to this customer or site.

For existing customers and sites, you can find the Customer Number and Regulated Entity Number by entering the following web address into your internet browser: http://www15.tceq.texas.gov/crpub/ or you can contact the TCEQ Stormwater Processing Center at 512-239-3700 for assistance. On the website, you can search by your permit number, the Regulated Entity (RN) number, or the Customer Number (CN). If you do not know these numbers, you can select “Advanced Search” to search by permittee name, site address, etc.

The Customer (Permittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all authorizations as changes occur. For this permit, a Notice of Change form must be submitted to the program area.

Page 458: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 3

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

INSTRUCTIONS FOR FILLING OUT THE NOI FORM

Renewal of General Permit. Dischargers holding active authorizations under the expired General Permit are required to submit a NOI to continue coverage. The existing permit number is required. If the permit number is not provided or has been terminated, expired, or denied, a new permit number will be issued.

Section 1. OPERATOR (APPLICANT)

a) Customer Number (CN)

TCEQ’s Central Registry will assign each customer a number that begins with CN, followed by nine digits. This is not a permit number, registration number, or license number.

If the applicant is an existing TCEQ customer, the Customer Number is available at the following website: http://www15.tceq.texas.gov/crpub/. If the applicant is not an existing TCEQ customer, leave the space for CN blank.

b) Legal Name of Applicant

Provide the current legal name of the applicant. The name must be provided exactly as filed with the Texas Secretary of State (SOS), or on other legal documents forming the entity, as filed in the county. You may contact the SOS at 512-463-5555, for more information related to filing in Texas. If filed in the county, provide a copy of the legal documents showing the legal name.

c) Contact Information for the Applicant (Responsible Authority)

Provide information for the person signing the application in the Certification section. This person is also referred to as the Responsible Authority.

Provide a complete mailing address for receiving mail from the TCEQ. The mailing address must be recognized by the US Postal Service. You may verify the address on the following website: https://tools.usps.com/go/ZipLookupAction!input.action.

The phone number should provide contact to the applicant.

The fax number and e-mail address are optional and should correspond to the applicant.

d) Type of Customer (Entity Type)

Check only one box that identifies the type of entity. Use the descriptions below to identify the appropriate entity type. Note that the selected entity type also indicates the name that must be provided as an applicant for an authorization.

Individual

An individual is a customer who has not established a business, but conducts an activity that needs to be regulated by the TCEQ.

Partnership

A customer that is established as a partnership as defined by the Texas Secretary of State Office (TX SOS). If the customer is a ‘General Partnership’ or ‘Joint Venture’ filed in the county (not filed with TX SOS), the legal name of each partner forming the ‘General Partnership’ or ‘Joint Venture’ must be provided. Each ‘legal entity’ must apply as a co-applicant.

Page 459: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 4

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Trust or Estate

A trust and an estate are fiduciary relationships governing the trustee/executor with respect to the trust/estate property.

Sole Proprietorship (DBA)

A sole proprietorship is a customer that is owned by only one person and has not been incorporated. This business may:

1. be under the person’s name

2. have its own name (doing business as or DBA)

3. have any number of employees.

If the customer is a Sole Proprietorship or DBA, the ‘legal name’ of the individual business ‘owner’ must be provided. The DBA name is not recognized as the ‘legal name’ of the entity. The DBA name may be used for the site name (regulated entity).

Corporation

A customer that meets all of these conditions:

1. is a legally incorporated entity under the laws of any state or country

2. is recognized as a corporation by the Texas Secretary of State

3. has proper operating authority to operate in Texas

The corporation’s ‘legal name’ as filed with the Texas Secretary of State must be provided as applicant. An ‘assumed’ name of a corporation is not recognized as the ‘legal name’ of the entity.

Government

Federal, state, county, or city government (as appropriate)

The customer is either an agency of one of these levels of government or the governmental body itself. The government agency’s ‘legal name’ must be provided as the applicant. A department name or other description of the organization is not recognized as the ‘legal name’.

Other

This may include a utility district, water district, tribal government, college district, council of governments, or river authority. Provide the specific type of government.

e) Independent Entity

Check No if this customer is a subsidiary, part of a larger company, or is a governmental entity. Otherwise, check Yes.

f) Number of Employees

Check one box to show the number of employees for this customer’s entire company, at all locations. This is not necessarily the number of employees at the site named in the application.

Page 460: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 5

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

g) Customer Business Tax and Filing Numbers

These are required for Corporations and Limited Partnerships. These are not required for Individuals, Government, and Sole Proprietors.

State Franchise Tax ID Number

Corporations and limited liability companies that operate in Texas are issued a franchise tax identification number. If this customer is a corporation or limited liability company, enter the Tax ID number.

Federal Tax ID

All businesses, except for some small sole proprietors, individuals, or general partnerships should have a federal taxpayer identification number (TIN). Enter this number here. Use no prefixes, dashes, or hyphens. Sole proprietors, individuals, or general partnerships do not need to provide a federal tax ID.

TX SOS Charter (filing) Number

Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or filing number. You may obtain further information by calling SOS at 512-463-5555.

DUNS Number

Most businesses have a DUNS (Data Universal Numbering System) number issued by Dun and Bradstreet Corp. If this customer has one, enter it here.

Section 2. APPLICATION CONTACT

Provide the name and contact information for the person that TCEQ can contact for additional information regarding this application.

Section 3. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE

a) Regulated Entity Number (RN)

The RN is issued by TCEQ’s Central Registry to sites where an activity is regulated by TCEQ. This is not a permit number, registration number, or license number. Search TCEQ’s Central Registry to see if the site has an assigned RN at http://www15.tceq.texas.gov/crpub/. If this regulated entity has not been assigned an RN, leave this space blank.

If the site of your business is part of a larger business site, an RN may already be assigned for the larger site. Use the RN assigned for the larger site.

If the site is found, provide the assigned RN and provide the information for the site to be authorized through this application. The site information for this authorization may vary from the larger site information.

An example is a chemical plant where a unit is owned or operated by a separate corporation that is accessible by the same physical address of your unit or facility. Other examples include industrial parks identified by one common address but different corporations have control of defined areas within the site. In both cases, an RN would be assigned for the physical address location and the permitted sites would be identified separately under the same RN.

Page 461: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 6

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

b) Name of the Project or Site

Provide the name of the site or project as known by the public in the area where the site is located. The name you provide on this application will be used in the TCEQ Central Registry as the Regulated Entity name.

c) Description of Activity Regulated

In your own words, briefly describe the primary business that you are doing that requires this authorization. Do not repeat the SIC Code description.

d) County

Provide the name of the county where the site or project is located. If the site or project is located in more than one county, provide the county names as secondary.

e) Latitude and Longitude

Enter the latitude and longitude of the site in degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to: http://www.tceq.texas.gov/gis/sqmaview.html.

f) Site Address/Location

If a site has an address that includes a street number and street name, enter the complete address for the site in Section A. If the physical address is not recognized as a USPS delivery address, you may need to validate the address with your local police (911 service) or through an online map site used to locate a site. Please confirm this to be a complete and valid address. Do not use a rural route or post office box for a site location.

If a site does not have an address that includes a street number and street name, provide a complete written location description in Section B. For example: “The site is located on the north side of FM 123, 2 miles west of the intersection of FM 123 and Highway 1.”

Provide the city (or nearest city) and zip code of the site location.

Section 4. GENERAL CHARACTERISTICS

a) Indian Country Lands

If your site is located on Indian Country Lands, the TCEQ does not have authority to process your application. You must obtain authorization through EPA Region 6, Dallas. Do not submit this form to TCEQ.

b) Construction activity associated with facility associated with exploration, development, or production of oil, gas, or geothermal resources

If your activity is associated with oil and gas exploration, development, or production, you may be under jurisdiction of the Railroad Commission of Texas (RRC) and may need to obtain authorization from EPA Region 6.

Construction activities associated with a facility related to oil, gas or geothermal resources may include the construction of a well site; treatment or storage facility; underground hydrocarbon or natural gas storage facility; reclamation plant; gas processing facility; compressor station; terminal facility where crude oil is stored prior to refining and at which refined products are stored solely for use at the facility; a

Page 462: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 7

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

carbon dioxide geologic storage facility; and a gathering, transmission, or distribution pipeline that will transport crude oil or natural gas, including natural gas liquids, prior to refining of such oil or the use of the natural gas in any manufacturing process or as a residential or industrial fuel.

Where required by federal law, discharges of stormwater associated with construction activities under the RRC’s jurisdiction must be authorized by the EPA and the RRC, as applicable. Activities under RRC jurisdiction include construction of a facility that, when completed, would be associated with the exploration, development, or production of oil or gas or geothermal resources, such as a well site; treatment or storage facility; underground hydrocarbon or natural gas storage facility; reclamation plant; gas processing facility; compressor station; terminal facility where crude oil is stored prior to refining and at which refined products are stored solely for use at the facility; a carbon dioxide geologic storage facility under the jurisdiction of the RRC; and a gathering, transmission, or distribution pipeline that will transport crude oil or natural gas, including natural gas liquids, prior to refining of such oil or the use of the natural gas in any manufacturing process or as a residential or industrial fuel. The RRC also has jurisdiction over stormwater from land disturbance associated with a site survey that is conducted prior to construction of a facility that would be regulated by the RRC. Under 33 U.S.C. §1342(l)(2) and §1362(24), EPA cannot require a permit for discharges of stormwater from field activities or operations associated with {oil and gas} exploration, production, processing, or treatment operations, or transmission facilities, including activities necessary to prepare a site for drilling and for the movement and placement of drilling equipment, whether or not such field activities or operations may be considered to be construction activities unless the discharge is contaminated by contact with any overburden, raw material, intermediate product, finished product, byproduct, or waste product located on the site of the facility. Under §3.8 of this title (relating to Water Protection), the RRC prohibits operators from causing or allowing pollution of surface or subsurface water. Operators are encouraged to implement and maintain best management practices (BMPs) to minimize discharges of pollutants, including sediment, in stormwater during construction activities to help ensure protection of surface water quality during storm events.

For more information about the jurisdictions of the RRC and the TCEQ, read the Memorandum of Understanding (MOU) between the RRC and TCEQ at 16 Texas Administrative Code, Part 1, Chapter 3, Rule 3.30, by entering the following link into an internet browser: http://texreg.sos.state.tx.us/public/readtac$ext.TacPage?sl=R&app=9&p_dir=&p_rloc= &p_tloc=&p_ploc=&pg=1&p_tac=&ti=16&pt=1&ch=3&rl=30 or contact the TCEQ Stormwater Team at 512-239-4671 for additional information.

c) Primary Standard Industrial Classification (SIC) Code

Provide the SIC Code that best describes the construction activity being conducted at this site.

Common SIC Codes related to construction activities include:

1521 - Construction of Single Family Homes

1522 - Construction of Residential Buildings Other than Single Family Homes

1541 - Construction of Industrial Buildings and Warehouses

Page 463: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 8

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

1542 - Construction of Non-residential Buildings, other than Industrial Buildings and Warehouses

1611 - Highway and Street Construction, except Highway Construction

1622 - Bridge, Tunnel, and Elevated Highway Construction

1623 - Water, Sewer, Pipeline and Communications, and Power Line Construction

For help with SIC Codes, enter the following link into your internet browser: http://www.osha.gov/pls/imis/sicsearch.html or you can contact the TCEQ Small Business and Local Government Assistance Section at 800-447-2827 for assistance.

d) Secondary SIC Code

Secondary SIC Code(s) may be provided. Leave this blank if not applicable. For help with SIC Codes, enter the following link into your internet browser: http://www.osha.gov/pls/imis/sicsearch.html or you can contact the TCEQ Small Business and Environmental Assistance Section at 800-447-2827 for assistance.

e) Total Number of Acres Disturbed

Provide the approximate number of acres that the construction site will disturb. Construction activities that disturb less than one acre, unless they are part of a larger common plan that disturbs more than one acre, do not require permit coverage. Construction activities that disturb between one and five acres, unless they are part of a common plan that disturbs more than five acres, do not require submission of an NOI. Therefore, the estimated area of land disturbed should not be less than five, unless the project is part of a larger common plan that disturbs five or more acres. Disturbed means any clearing, grading, excavating, or other similar activities.

If you have any questions about this item, please contact the stormwater technical staff by phone at 512-239-4671 or by email at [email protected].

f) Common Plan of Development

Construction activities that disturb less than five acres do not require submission of an NOI unless they are part of a common plan of development or for sale where the area disturbed is five or more acres. Therefore, the estimated area of land disturbed should not be less than five, unless the project is part of a larger common plan that disturbs five or more acres. Disturbed means any clearing, grading, excavating, or other similar activities.

For more information on what a common plan of development is, refer to the definition of “Common Plan of Development” in the Definitions section of the general permit or enter the following link into your internet browser: www.tceq.texas.gov/permitting/stormwater/common_plan_of_development_steps.html

For further information, go to the TCEQ stormwater construction webpage enter the following link into your internet browser: www.tceq.texas.gov/goto/construction and search for “Additional Guidance and Quick Links”. If you have any further questions about the Common Plan of Development you can contact the TCEQ Stormwater Team at 512-239-4671 or the TCEQ Small Business and Environmental Assistance at 800-447- 2827.

Page 464: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ 20022 (3/6/2018) Instructions for Notice of Intent for TPDES General Permit TXR150000

Page 9

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

g) Estimated Start Date of the Project

This is the date that any construction activity or construction support activity is initiated at the site. If renewing the permit provide the original start date of when construction activity for this project began.

h) Estimated End Date of the Project

This is the date that any construction activity or construction support activity will end and final stabilization will be achieved at the site.

i) Will concrete truck washout be performed at the site?

Indicate if you expect that operators of concrete trucks will washout concrete trucks at the construction site.

j) Identify the water body(s) receiving stormwater runoff

The stormwater may be discharged directly to a receiving stream or through a MS4 from your site. It eventually reaches a receiving water body such as a local stream or lake, possibly via a drainage ditch. You must provide the name of the water body that receives the discharge from the site (a local stream or lake).

If your site has more than one outfall you need to include the name of the first water body for each outfall, if they are different.

k) Identify the segment number(s) of the classified water body(s)

Identify the classified segment number(s) receiving a discharge directly or indirectly. Enter the following link into your internet browser to find the segment number of the classified water body where stormwater will flow from the site: www.tceq.texas.gov/waterquality/monitoring/viewer.html or by contacting the TCEQ Water Quality Division at (512) 239-4671 for assistance.

You may also find the segment number in TCEQ publication GI-316 by entering the following link into your internet browser: www.tceq.texas.gov/publications/gi/gi-316 or by contacting the TCEQ Water Quality Division at (512) 239-4671 for assistance.

If the discharge is into an unclassified receiving water and then crosses state lines prior to entering a classified segment, select the appropriate watershed:

0100 (Canadian River Basin)

0200 (Red River Basin)

0300 (Sulfur River Basin)

0400 (Cypress Creek Basin)

0500 (Sabine River Basin)

Call the Water Quality Assessments section at 512-239-4671 for further assistance.

l) Discharge into MS4 – Identify the MS4 Operator

The discharge may initially be into a municipal separate storm sewer system (MS4). If the stormwater discharge is into an MS4, provide the name of the entity that operates the MS4 where the stormwater discharges. An MS4 operator is often a city, town, county, or utility district, but possibly can be another form of government. Please note that the Construction General Permit requires the Operator to supply the MS4 with a

Page 465: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

copy of the NOI submitted to TCEQ. For assistance, you may call the technical staff at 512-239-4671.

m) Discharges to the Edwards Aquifer Recharge Zone and Certification

The general permit requires the approved Contributing Zone Plan or Water Pollution Abatement Plan to be included or referenced as a part of the Stormwater Pollution Prevention Plan.

See maps on the TCEQ website to determine if the site is located within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer by entering the following link into an internet browser: www.tceq.texas.gov/field/eapp/viewer.html or by contacting the TCEQ Water Quality Division at 512-239-4671 for assistance.

If the discharge or potential discharge is within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer, a site-specific authorization approved by the Executive Director under the Edwards Aquifer Protection Program (30 TAC Chapter 213) is required before construction can begin.

For questions regarding the Edwards Aquifer Protection Program, contact the appropriate TCEQ Regional Office. For projects in Hays, Travis and Williamson Counties: Austin Regional Office, 12100 Park 35 Circle, Austin, TX 78753, 512-339- 2929. For Projects in Bexar, Comal, Kinney, Medina and Uvalde Counties: TCEQ San Antonio Regional Office, 14250 Judson Rd., San Antonio, TX 78233-4480, 210-490- 3096.

Section 5. NOI CERTIFICATION

Note: Failure to indicate Yes to all of the certification items may result in denial of coverage under the general permit.

a) Certification of Understanding the Terms and Conditions of Construction General Permit (TXR150000)

Provisional coverage under the Construction General Permit (TXR150000) begins 7 days after the completed paper NOI is postmarked for delivery to the TCEQ. Electronic applications submitted through ePermits have immediate provisional coverage. You must obtain a copy and read the Construction General Permit before submitting your application. You may view and print the Construction General Permit for which you are seeking coverage at the TCEQ web site by entering the following link into an internet browser: www.tceq.texas.gov/goto/construction or you may contact the TCEQ Stormwater processing Center at 512-239-3700 for assistance.

b) Certification of Legal Name

The full legal name of the applicant as authorized to do business in Texas is required. The name must be provided exactly as filed with the Texas Secretary of State (SOS), or on other legal documents forming the entity, that is filed in the county where doing business. You may contact the SOS at 512-463 5555, for more information related to filing in Texas.

c) Understanding of Notice of Termination

A permittee shall terminate coverage under the Construction General Permit through the submittal of a NOT when the operator of the facility changes, final stabilization has

Page 466: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

been reached, the discharge becomes authorized under an individual permit, or the construction activity never began at this site.

d) Certification of Stormwater Pollution Prevention Plan

The SWP3 identifies the areas and activities that could produce contaminated runoff at your site and then tells how you will ensure that this contamination is mitigated. For example, in describing your mitigation measures, your site's plan might identify the devices that collect and filter stormwater, tell how those devices are to be maintained, and tell how frequently that maintenance is to be carried out. You must develop this plan in accordance with the TCEQ general permit requirements. This plan must be developed and implemented before you complete this NOI. The SWP3 must be available for a TCEQ investigator to review on request.

Section 6. APPLICANT CERTIFICATION SIGNATURE

The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code (TAC) §305.44.

If you are a corporation:

The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(1) (see below). According to this code provision, any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority.

If you are a municipality or other government entity:

The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may be beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was formed. An NOI or similar document that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOI or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ.

If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the TCEQ’s Environmental Law Division at 512-239-0600.

Page 467: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

30 Texas Administrative Code

§305.44. Signatories to Applications

(a) All applications shall be signed as follows.

(1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision- making functions for the

corporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals.

(2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively.

(3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA).

Page 468: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Texas Commission on Environmental Quality General Permit Payment Submittal Form

Complete items 1 through 5 below:

Staple your check in the space provided at the bottom of this document.

Do not mail this form with your NOI form.

Do not mail this form to the same address as your NOI.

Mail this form and your check to either of the following:

By Regular U.S. Mail Texas Commission on Environmental Quality Financial Administration Division Cashier’s Office, MC-214 P.O. Box 13088 Austin, TX 78711-3088

By Overnight or Express Mail Texas Commission on Environmental Quality Financial Administration Division Cashier’s Office, MC-214 12100 Park 35 Circle Austin, TX 78753

Fee Code: GPA General Permit: TXR150000

1. Check or Money Order No: Click here to enter text.

2. Amount of Check/Money Order: Click here to enter text.

3. Date of Check or Money Order: Click here to enter text.

4. Name on Check or Money Order: Click here to enter text.

5. NOI Information:

If the check is for more than one NOI, list each Project or Site (RE) Name and Physical Address exactly as provided on the NOI. Do not submit a copy of the NOI with this form, as it could cause duplicate permit application entries!

If there is not enough space on the form to list all of the projects or sites the authorization will cover, then attach a list of the additional sites.

Project/Site (RE) Name: Click here to enter text.

Project/Site (RE) Physical Address: Click here to enter text.

Staple the check or money order to this form in this space.

TCEQ-20134 (03/06/2018) Page 1

Use this form to submit your Application Fee only if you are mailing your payment.

Instructions:

Page 469: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

CITY OF HOUSTON STANDARD GENERAL REQUIREMENT TPDES REQUIREMENTS

ATTACHMENT 2

SMALL CONSTRUCTION SITE NOTICE FOR THE

Texas Commission on Environmental Quality (TCEQ) Stormwater Program

TPDES GENERAL PERMIT TXR150000

The following information is posted in compliance with Part II.E.2. of the TCEQ General Permit Number TXR150000 for discharges of stormwater runoff from small construction sites. Additional information regarding the TCEQ stormwater permit program may be found on the internet at:

http://www.tceq.state.tx.us/nav/permits/wq_construction.html

Operator Name:

Contact Name and Phone Number:

Project Description: Physical address or description of the site’s location, estimated start date and projected end date, or date that disturbed soils will be stabilized

Location of Stormwater Pollution Prevention Plan:

For Small Construction Activities Authorized Under Part II.E.2. (Obtaining Authorization to Discharge) the following certification must be completed:

I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.E.2. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A stormwater pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations.

Signature and Title Date

Page 470: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Date Notice Removed

MS4 operator notified per Part II.F.3.

Page 471: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

CITY OF HOUSTON STANDARD GENERAL REQUIREMENT

ATTACHMENT 3

TPDES REQUIREMENTS

TPDES OPERATOR’S INFORMATION

Owner’s Name and Address: City of Houston

Mr. (City Official)

(Department)

1002 Washington Ave, 2nd FL Houston, TX 77002 (832) 394-9108

Contractors’ Names and Addresses:

General Contractor:

Site Superintendent:

Telephone:

Telephone:

Erosion Control and Maintenance Inspection:

Telephone:

Subcontractors’ Names and Addresses:

Phone: Phone:

Note: Insert name, address, and telephone number of person or firms

Page 472: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

CITY OF HOUSTON STANDARD GENERAL REQUIREMENT TPDES REQUIREMENTS

ATTACHMENT 4

CONTRACTOR’S / SUBCONTRACTOR’S

CERTIFICATION FOR TPDES PERMITTING

I certify under penalty of law that I understand the terms and conditions of TPDES General Permit No. TXR150000 and the Storm Water Pollution Prevention Plan for the construction site identified as part of this certification.

Signature:

Name: (printed or typed)

Title:

Company:

Address:

Date:

Signature:

Name: (printed or typed)

Title:

Company:

Address:

Date:

Signature:

Name: (printed or typed)

Title:

Company:

Address:

Date:

Page 473: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

CITY OF HOUSTON STANDARD GENERAL REQUIREMENT TPDES REQUIREMENTS

ATTACHMENT 5

Page 474: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

CITY OF HOUSTON STANDARD GENERAL REQUIREMENT TPDES REQUIREMENTS

ATTACHMENT 6

TCEQ Office Use Only Permit No: CN: RN: Region:

Notice of Termination (NOT) for Authorizations under TPDES General Permit TXR150000

IMPORTANT INFORMATION:

Please read and use the General Information and Instructions prior to filling out each question in the form.

Effective September 1, 2018, this paper form must be submitted to TCEQ with a completed electronic reporting waiver form (TCEQ-20754).

ePermits: This form is available on our online permitting system. Sign up for online permitting at: https://www3.tceq.texas.gov/steers/

What is the permit number to be terminated?

TXR15 enter permit number here TXRCW enter permit number here

Section 1. OPERATOR (Permittee)

a) What is the Customer Number (CN) issued to this entity?

CN enter customer number here

b) What is the Legal Name of the current permittee?

Enter legal name of current permittee here

c) Provide the contact information for the Operator (Responsible Authority).

Prefix (Mr. Ms. or Miss): enter prefix here

First and Last Name: enter first and last name here Suffix: enter suffix here

Title: enter title here Credentials: enter credentials

Phone Number: enter phone number here Fax Number: enter fax number here

Email: enter email address here

Mailing Address: enter mailing street number and name here

City, State, and Zip Code: enter city, state, and zip code here

Country Mailing Information, if outside USA: enter country mailing info here

Section 2. APPLICATION CONTACT

This is the person TCEQ will contact if additional information is needed regarding this application.

Is the application contact the same as the permittee identified above?

Page 475: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Yes, go to Section 3.

Page 476: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

No, complete section below

Prefix (Mr. Ms. or Miss): enter prefix here

First and Last Name: enter first and last name here Suffix: enter suffix here

Title: enter title here Credentials: enter credentials here

Phone Number: enter phone number here Fax Number: enter fax number here

Email: enter email address here

Mailing Address: enter mailing street number and name here

City, State, and Zip Code: enter city, state, and zip code here

Country Mailing Information, if outside USA: enter country mailing info here

Section 3. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE

a) TCEQ issued RE Reference Number (RN): RN enter regulated entity number here

b) Name of project or site as known by the local community: enter site name here

c) County, or counties if more than 1: enter counties where site is located here

d) Latitude: enter latitude here Longitude: enter longitude here

e) Site Address/Location:

If the site has a physical address such as 12100 Park 35 Circle, Austin, TX 78753, complete Section 3A.

If the site does not have a physical address, provide a location description in Section 3B. Example: located on the north side of FM 123, 2 miles west of the intersection of FM 123 and Highway 1.

Section 3A: Physical Address of Project or Site:

Street Number and Name: enter street number and name here

City, State, and Zip Code: enter city, state, and zip code here

Section 3B: Site Location Description:

Location description: enter location description here. Example: located on the north side

of FM 123, 2 miles west of the intersection of FM 123 and Highway 1

City where the site is located or, if not in a city, what is the nearest city: enter city here

Zip Code where the site is located: enter zip code here

Section 4. REASON FOR TERMINATION

Check the reason for termination:

Final stabilization has been achieved on all portions of the site that are the responsibility

of the Operator and all silt fences and other temporary erosion controls have been

removed, or scheduled for removal as defined in the SWP3.

TCEQ-20023 (03/09/2018) Page 2

Page 477: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Notice of Termination for TXR150000

Page 478: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Another permitted Operator has assumed control over all areas of the site that have not

been finally stabilized, and temporary erosion controls that have been identified in the

SWP3 have been transferred to the new Operator.

The discharge is now authorized under an alternate TPDES permit.

The activity never began at this site that is regulated under the general permit.

Section 5. CERTIFICATION

Signatory Name: enter signatory name here

Signatory Title: enter signatory title here

I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations.

I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request.

Signature (use blue ink): Date:

TCEQ-20023 (03/09/2018) Page 3

Page 479: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Notice of Termination for TXR150000

Page 480: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ-20023 (03/09/2018) Instructions for Notice of Termination for TXR150000

Page 1

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Instructions for Notice of Termination (NOT) for Authorizations under TPDES General Permit TXR150000

BY REGULAR U.S. MAIL: Texas Commission on Environmental Quality

Stormwater Processing Center (MC-228)

P.O. Box 13087

Austin, Texas 78711-3087

BY OVERNIGHT/EXPRESS MAIL:

Texas Commission on Environmental Quality

Stormwater Processing Center (MC-228)

12100 Park 35 Circle

Austin, TX 78753

TCEQ Contact List:

Application status and form questions: 512-239-3700, [email protected] Technical questions: 512-239-4671, [email protected] Environmental Law Division: 512-239-0600

Records Management - obtain copies of forms: 512-239-0900 Reports from databases (as available): 512-239-DATA (3282) Cashier’s office: 512-239-0357 or 512-239-0187

Notice of Termination Process:

A Notice of Termination is effective on the date postmarked for delivery to TCEQ.

When your NOT is received by the program, the form will be processed as follows:

1) Administrative Review: The form will be reviewed to confirm the following:

the permit number is provided;

the permit is active and has been approved;

the entity terminating the permit is the current permittee; the site information matches the original permit record; and

the form has the required original signature with title and date.

2) Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a phone

call will be made to the applicant to clear the deficiency. A letter will not be sent to the

permittee if unable to process the form.

3) Confirmation of Termination: A Notice of Termination Confirmation letter will be mailed to

the operator.

Change in Operator:

An authorization under the general permit is not transferable. If the operator of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator must submit a Notice of Intent. The NOT and NOI must be submitted not later than 10 days prior to the change in Operator status.

INSTRUCTIONS FOR FILLING OUT THE FORM

The majority of permit information related to the current operator and regulated entity are available at the following website: http://www2.tceq.texas.gov/wq_dpa/index.cfm.

GENERAL INFORMATION

Where to Send the Notice of Termination (NOT):

Page 481: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ-20023 (03/09/2018) Instructions for Notice of Termination for TXR150000

Page 2

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Section 1. Operator (Current Permittee):

a) Customer Number (CN) TCEQ’s Central Registry assigns each customer a number that begins with CN, followed by

nine digits. This is not a permit number, registration number, or license number. The

Customer Number, for the current permittee, is available at the following website:

http://www2.tceq.texas.gov/wq_dpa/index.cfm.

b) Legal Name of Operator The operator must be the same entity as previously submitted on the original Notice of

Intent for the permit number provided. The current operator name, as provided on the

current authorization, is available at the following website:

http://www2.tceq.texas.gov/wq_dpa/index.cfm.

c) Contact Information for the Operator (Responsible Authority) Provide information for person signing the NOT application in the Certification section.

This person is also referred to as the Responsible Authority.

Provide a complete mailing address for receiving mail from the TCEQ. Update the address if different than previously submitted for the Notice of Intent or Notice of Change. The mailing address must be recognized by the US Postal Service. You may verify the address on the following website: https://tools.usps.com/go/ZipLookupAction!input.action.

The phone number should provide contact to the operator.

The fax number and e-mail address are optional and should correspond to the

operator.

Section 2. Application Contact:

Provide the name, title and contact information of the person that TCEQ can contact for additional information regarding this application.

Section 3. Regulated Entity (RE) Information on Project or Site:

a) Regulated Entity Reference Number (RN) A number issued by TCEQ’s Central Registry to sites where an activity regulated by TCEQ.

This is not a permit number, registration number, or license number. The Regulated Entity

Reference Number is available at the following website:

http://www2.tceq.texas.gov/wq_dpa/index.cfm.

b) Name of the Project or Site Provide the name of the site as known by the public in the area where the site is located.

c) County

Identify the county or counties in which the regulated entity is located. d) Latitude and Longitude

Enter the latitude and longitude of the site in degrees, minutes, and seconds or decimal

form. The latitude and longitude as provided on the current authorization is available at the

following website: http://www2.tceq.texas.gov/wq_dpa/index.cfm.

e) Site/Project (RE) Physical Address/Location Information The physical address/location information, as provided on the current authorization, is available at the following website: http://www2.tceq.texas.gov/wq_dpa/index.cfm.

Page 482: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ-20023 (03/09/2018) Instructions for Notice of Termination for TXR150000

Page 3

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

Section 3A. If a site has an address that includes a street number and street name, enter the complete address for the site. If the physical address is not recognized as a USPS delivery address, you may need to validate the address with your local police (911 service) or through an online map site used to locate the site. Please confirm this to be a complete and valid address. Do not use a rural route or post office box for a site location.

Section 3B. If a site does not have an address that includes a street number and street

name, provide a complete written location description. For example: "The site is

located on the north side of FM 123, 2 miles west of the intersection of FM 123

and Highway 1."

Provide the city (or nearest city) and Zip Code of the facility location.

Section 4. Reason for Termination:

The Notice of Termination form is only for use to terminate the authorization (permit). The

Permittee must indicate the specific reason for terminating by checking one of the options. If

the reason is not listed then provide an attachment that explains the reason for termination.

Please read your general permit carefully to determine when to terminate your permit. Permits will not be reactivated after submitting a termination form. The termination is effective on the date postmarked for delivery to TCEQ.

Section 5. Certification:

The certification must bear an original signature of a person meeting the signatory requirements

specified under 30 Texas Administrative Code §305.44.

IF YOU ARE A CORPORATION: The regulation that controls who may sign an application form is 30 Texas Administrative Code §305.44(a), which is provided below. According to this code provision, any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority.

IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a), which is provided below. According to this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may be beneficial to consult your city charter, county or city ordinances, or the Texas statutes under which your government entity was formed. An NOI or similar document that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to §305.44(a) (3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOI or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ.

If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality’s Environmental Law Division at 512-239-0600.

Page 483: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ-20023 (03/09/2018) Instructions for Notice of Termination for TXR150000

Page 4

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

30 Texas Administrative Code §305.44. Signatories to Applications

(a) All applications shall be signed as follows.

(1) For a corporation, the application shall be signed by a responsible corporate

officer. For purposes of this paragraph, a responsible corporate officer means a president,

secretary, treasurer, or vice-president of the corporation in charge of a principal business

function, or any other person who performs similar policy or decision-making functions for

the corporation; or the manager of one or more manufacturing, production, or operating

facilities employing more than 250 persons or having gross annual sales or expenditures

exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has

been assigned or delegated to the manager in accordance with corporate procedures.

Corporate procedures governing authority to sign permit or post-closure order applications

may provide for assignment or delegation to applicable corporate positions rather than to

specific individuals.

(2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively.

(3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA).

Page 484: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TCEQ-20023 (03/09/2018) Instructions for Notice of Termination for TXR150000

Page 5

AIRFIELD PAVEMENT REPAIRS Project No. 460C TPDES REQUIREMENTS

THIS PAGE LEFT INTENTIONALLY BLANK

Page 485: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C REFERENCES

REFERENCES

01423-1 ver. 10-10-06

May 2018

SECTION 01423

REFERENCES

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. General quality assurance related to Reference Standards. B. List of references. C. List of definitions. D. List of phrases.

1.02 QUALITY ASSURANCE

A. For work specified by association, trade, or Federal Standards, follow requirements of the standard, except when more rigid requirements are specified or are required by applicable codes or by Contract Documents.

B. Follow reference standard effective on the date stated in Document 00700- General Conditions.

C. Submit Document 00685- Request for Information before proceeding if specified reference standards conflict with Contract Documents, or if no standards apply.

1.03 PARTIAL LIST OF REFERENCES AA Aluminum Association

900 19th St. N.W.

Washington, DC 20006

Ph: 202-862-5100

AASHTO Amer. Assoc. of State Hwy. Officials

444 North Capitol Street, N.W. #249

Washington, DC 20001

Ph: 202-624-5800

ACI American Concrete Institute

P.O. Box 9094

Farmington Hills, MI 48333-9094

Ph: 248-848-3700

AGC Associated General Contractors of America

333 John Carlyle St., #200

Alexandria, VA 22314

Ph: 703-548-3118

AI Asphalt Institute

Research Park Dr.

P.O. Box 14052

Lexington, KY 40512-4052

Ph: 859-288-4960

AITC American Institute of Timber Construction

7012 S. Revere Pkwy, #140

Englewood, CO 80112

Ph: 303-792-9559

AISC American Institute of Steel Construction

1 E. Wacher Dr., #3100

Chicago, IL 60601-2001

Ph: 312-670-2400

AISI American Iron & Steel Institute

1101 17th Street, N.W., #1300

Washington, DC 20036

Ph: 202-452-7100

ASME American Soc. of Mech. Engrs.

Three Park Ave.

New York, NY 10016-5902

Ph: 212-591-7733

ANSI American Natl. Stds. Institute

25 W. 43rd St., 4 Floor

New York, NY 10036

Ph: 212-642-4900

APA The Engineered Wood Assoc.

7011 So. 19th,

Tacoma, WA 98466

Ph: 253-565-6600

API American Petroleum Institute

1220 L Street, N.W.

Washington, DC 20005-4070

Ph: 202-682-8000

Page 486: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

REFERENCES Project No. 460C

REFERENCES

01423-2 ver. 10-10-06

May 2018

AREA Amer. Railway Engrg. Assoc.

8201 Corporate Dr., #1125

Landover, MD 20785

Ph: 301-459-3200

ASTM American Soc. for Testing & Materials

100 Barr Harbor Dr.,

PO Box C700

West Conshohocken, PA 19428-2959

Ph: 610-832-9585

AWPA American Wood-Preservers' Association

PO Box 388

Selma, AL 36702-0388

Ph: 334-874-9800

AWS American Welding Society

550 N.W. LeJeune Rd.

Miami, FL 33126

Ph: 800-443-9353

AWWA Amer. Water Works Assoc.

6666 West Quincy Avenue

Denver, CO 80235

Ph: 303-794-7711

BICSI Bldg. Industry Consulting Svc. Intl.

8610 Hidden River Pkwy.

Tampa, FL 33637-1000

Ph: 800-242-7405

COH City of Houston

900 Bagby Street (Box 1562)

Houston, TX 77251-1562

Ph: 713-837-0311

CLFMI Chain Link Fence Mfgrs Inst.

10015 Old Columbia Rd., #B-215

Columbia, MD 21046

Ph: 301-596-2583

CRSI Conc. Reinforced Steel Institute

933 N. Plum Grove Road

Schaumburg, IL 60173-4758

Ph: 847-517-1200

EJMA Expansion Joint Manufacturers Assoc.

25 N. Broadway

Tarrytown, NY 10591

Ph: 914-332-0040

FS Federal Standardization Documents

Gen. Svcs. Admin. Specifictns. Unit (WFSIS)

7th and D Streets, S.W. #6039

Washington, DC 20407

Ph: 202-472-2205

HAS (City of) Houston Airport System

P.O. Box 60106 (16930 JFK Blvd., 77032)

Houston, TX 77205-0106

Ph: 281-233-3000

HOU William P. Hobby Airport (Airport Manager)

7800 Airport Blvd.

Houston, Texas 77061

Ph: 713-640-3000

IAH George Bush Intercontinental Airport Houston

(Airport Manager)

2800 N. Terminal Road

Houston, TX 77032

Ph: 281-230-3100

ICEA Insulated Cable Engineer Association

P.O. Box 1568

Carrollton, GA 30112

IEEE Institute of Electrical and Electronics Engineers

445 Hoes Lane, or P.O. Box 1331

Piscataway, NJ 08854-1331

Ph: 732-981-0060

MIL Military Specifications (see "FS" for address)

NACE National Association of Corrosion Engineers

440 1st St. N.W.

Washington, DC 20001

Ph: 202-393-6226

NARTE National Association of Radio and

Telecommunications Engineers, Inc.

167 Village Street

P.O. Box 678

Medway, MA 02053

Ph: 508-533-8333, 800-896-2783

NEMA National Electrical Manufacturers' Association

1300 North 17th Street, Suite 1847

Rosslyn, VA 22209

Ph: 703-841-3200

NFPA National Fire Protection Association

1 Batterymarch Park, P.O. Box 9101

Quincy, MA 02169-7471

Ph: 617-770-3000

OSHA Occupational Safety Health Administration

200 Constitution Avenue, NW

Washington, DC 20210

Ph: 866-487-2365

PCA Portland Cement Association

5420 Old Orchard Road

Skokie, IL 60077-1083

Ph: 847-966-6200

PCI Prestressed Concrete Institute

201 North Wacker Drive

Chicago, IL 60606

Ph: 312-786-0300

Page 487: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C REFERENCES

REFERENCES

01423-3 ver. 10-10-06

May 2018

SDI Steel Deck Institute

P.O. Box 25

Fox River Grove, IL 60021

Ph: 847-458-4647

SSPC The Society for Protective Coatings

40 24th Street, 6th Floor

Pittsburgh, PA 15222-4656

Ph: 412-281-2331

TAC Texas Admin. Code,

Texas Water Development Board

Box 13231, Capitol Station

Austin, TX 78711-3231

Ph: 512-463-7926

UL Underwriters' Laboratories, Inc.

333 Pfingston Road

Northbrook, IL 60062-2096

Ph: 877- 854-3577, 800-285-4476

UNI-BELL UNI-BELL Pipe Association

2655 Villa Creek Dr., Suite 155

Dallas, TX 75234

Ph: 972-243-3902

1.04 PARTIAL LIST OF DEFINITIONS

Airport: Area of land or water used or intended to be used for landing and takeoff of aircraft and includes buildings and facilities. Airports under control of City are certificated by FAA under FAR Part 139 and operate under specific safety requirements applicable to maintenance and construction activities.

Airport Manager: Individual delegated by Director of Department of Aviation, with absolute responsibility and authority for overall airport operation and compliance with FAR Part 139. Airport Manager shall communicate with Contractor through City Engineer except in case of emergency when City Engineer is not present. The Airport Manager may delegate responsibilities to other persons, such as airport electricians to coordinate lockouts/tagouts.

Air Operations Area (AOA): Any area of Airport used or intended to be used for landing, takeoff, or surface maneuvering of aircraft, including paved or unpaved areas used or intended to be used for unobstructed movement of aircraft in addition to associated runway, taxiway, or apron. The AOA includes any adjacent areas (such as general aviation areas) that are not separated by adequate security systems, measures, or procedures.

Airport Security Officers: 1) Uniformed City of Houston Police (HPD) officers enforcing airport regulations and apprehension of unauthorized personnel in security areas; 2) Non-uniformed federal or local government personnel authorized to test for compliance with existing regulations.

Air Traffic Control Tower (ATCT): Person responsible for positive control of aircraft and vehicle traffic, including Contractor's, on and around runways, taxiways, and aprons.

Base Facility: Existing structure upon and within which the Work is constructed. "Existing construction" and "existing" mean the same as Base Facility.

1. By way of general description, Base Facility includes sidewalks and pavement;

foundations; superstructure columns, beams and floors; exterior and interior walls, partitions and doors; mechanical and electrical systems; conveying systems; interior finish materials. a. Underground structures include: sewer, water, gas, fuel and other piping, and man-

holes, chambers, electrical and signal conduits, ducts, tunnels, manholes and other means of access, foundations and below-ground extensions of surface structures and other existing subsurface Work located within or adjacent to the limits of the Work.

Page 488: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

REFERENCES Project No. 460C

REFERENCES

01423-4 ver. 10-10-06

May 2018

b. Surface structures include: existing buildings, tanks, masts and poles, navigational aids, walls, bridges, roads, dams, channels, open drainage, piping, wires, posts, signs, markers, curbs, walks, pavements and surfaces for wheeled vehicles (including aircraft), guard cables, fencing, lighting and similar constructs above the ground surface or visible without excavation, demolition or cutting.

DOT: Acronym for U.S. Department of Transportation.

Emergency Medical Service: Operational division of Houston Fire Department.

Emergency Vehicles: ARFF, HPD and EMS vehicles operating in emergency mode

Federal Aviation Administration (FAA): Agency of U.S. Department of Transportation. FAA also means FAA's Administrator or Administrator's duly authorized representative.

Ground Support Equipment (GSE): Mobile and stationary vehicles and equipment for servicing aircraft.

Navigation Aids (NAVAIDS): Equipment used to locate aircraft and direct movement while airborne.

Public areas: Areas where no accessibility restrictions are imposed, generally including roadways, streets, parking lots and structures, and building interiors up to but not including baggage and passenger checkpoints at concourses.

Secured Area: Any portion of the airport where aircraft operators (and foreign air carriers that have a security program under part 1544 or 1546) enplane and deplane passengers, sort and load baggage, and any adjacent areas not separated by adequate security measures.

Security Areas, Security Identification Areas (SIDAs): 1.) AOA; 2) Secured Areas: Exterior or interior areas the access to which is controlled by authorized security personnel or by keyed or electronic locks, and which may have posted notice of restricted access.

Traffic Activity: In-the-air or on-the-ground aircraft and emergency vehicle activity that, determined by ATCT, Airport Manager or City Engineer because of safety reasons, prohibits the start, continuation or completion of construction operations.

Transportation Security Administration (TSA): Agency of U.S. Department of Transportation charged with implementing and enforcing federal airport security rules and regulations. TSA also means TSA's Undersecretary or the Undersecretary 's duly authorized representative(s).

TSR: an acronym for Transportation Security Regulation.

1.05 PARTIAL LIST OF PHRASES A. Read "includes" and "including" as having the phrase "but not necessarily limited to"

immediately following the words, if not otherwise written out. B. "Required" means products, labor and services provided by the Contractor to properly

complete the Work following the Contract Documents and the design concept expressed therein, such required work being determined and governed by field or shop conditions.

Page 489: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C REFERENCES

REFERENCES

01423-5 ver. 10-10-06

May 2018

1.06 PARTIAL LIST OF ABBREVIATIONS AND ACRONYMS

A. Following abbreviations and acronyms may appear on Drawings and in other Sections:

1. CFP: City-furnished product(s). 2. CSP: Contractor-salvaged product(s). 3. NIC or N.I.C.: Not in contract. 4. NOTAM: Notice to Airman. 5. PDC: Department of Aviation Planning Design Construction Group. 6. RFI: Request for Information/Clarification. 7. RFP: Request for Proposal. 8. WCD: Work Change Directive.

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED)

END OF SECTION

Page 490: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS REFERENCES Project No. 460C

REFERENCES

01423-6 ver. 10-10-06

May 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 491: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTRACTOR’S QUALITY CONTROL

CONTRACTOR'S QUALITY CONTROL

01450-1 ver 3-5-14

May 2018

SECTION 01450

CONTRACTOR'S QUALITY CONTROL

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. General requirements for Contractor's quality control services. B. Contractor's responsibilities related to City's testing are specified in Section 01455- City's

Acceptance Testing. 1.02 GENERAL

A. Maintain source and on-site quality control over suppliers, manufacturers, products, services, site conditions, quality assurance programs, and workmanship, to provide work of required quality at no additional cost to the City.

B. Follow manufacturers' installation instructions, including each step-in sequence. C. Request clarification from City Engineer before proceeding should manufacturers'

instructions conflict with Contract Documents. D. Follow specified standards as minimum requirements for the Work except when more

stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.

E. Perform work by persons qualified to produce the specified level of workmanship. F. Observe, inspect, collect samples and test samples of the Work as it progresses and as

required for compliance with Document 00700- General Conditions Paragraph 3.2. 1. At Contractor's discretion, retain a testing laboratory to supplement manufacturers' own

product testing programs, except do not retain the same testing laboratory retained by City under Section 01455- City's Acceptance Testing.

2. Additional responsibilities of Contractor related to testing are specified in Section 01455- City's Acceptance Testing.

1.03. CONTRACTOR'S QUALITY ASSURANCE PROGRAM (QAP)

A. Implement and maintain a QAP of inspection, sampling, testing, and observation and test results reporting for the Work, applicable to product source, fabrication, mixing, and through final installation, to provide proper work.

B. Submit required submittals and requests for information (RFIs) into the HAS’s web-based application, Microsoft SharePoint. The QAP shall additionally address and meet the requirements as specified in Section G-114 Contractor’s Quality Control Program and in Section 00701 FAA AC 15/5370-10G General Provisions, Sections 50 – Control of Work, 60 – Control of Materials, and 100 – Contractor Quality Control Program. In case of conflict, the more stringent criteria shall govern. A separate QAP shall be submitted for each airport. Submit Contractor's Quality Assurance Program (QAP), following Section 01340- Shop Drawings, Product Data and Samples, with following minimum information: 1. Organization chart indicating Contractor's QAP personnel. 2. Inspection, Sampling and Testing Matrix/ Schedule: Overlaid with requirements of

Section 01325- Construction Schedules and Section 01455- City's Acceptance Testing. 3. Sample QAP reporting forms. 4. Procedures for action to correct defective work. 5. Procedures to implement and manage the QAP.

Page 492: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CONTRACTOR’S QUALITY CONTROL Project No. 460C

CONTRACTOR'S QUALITY CONTROL

01450-2 ver 3-5-14

May 2018

6. Submit one copy of Contractor's written QAP Inspection, Test, and Daily Reports to City and one copy to ITL, on a daily basis, indicating: a. Project Name, Number, CIP Number. b. Date/time of inspection/sampling/test, and quantity of product involved. c. Product or installation batch, mill number, or production run number, and method

used to assure statistically based random sampling following ASTM D3665. d. Environmental conditions where applicable to results. e. Name and signature of observer or tester, certifying as follows:

"The above work was inspected/sampled and tested in the manner described, and the result(s) are hereby certified by the undersigned as complete and accurate."

f. Product or installation inspected, by Section number, and location of inspection (such as product source, fabrication shop, or on site), and quantity of product tested.

g. Location in the Work, by Drawing/detail number, floor number, range/station number, or other specific identifier traceable to the Drawings.

h. Type of inspection or test (such as visual; non-destructive X-ray), and type of test by referenced standard test number.

i. Type of inspection, sample or test products used. j. Performance standard required. k. Factual evidence and results of inspections, measurements or tests stated as "pass" or

"fail." l. Factual evidence and record of observations and tests. Include nature and type of

failure, and comments as applicable. C. Contractor's QAP Personnel for Sitework:

1. Quality Control Manager: Sole responsibility for management, implementation and control of the QAP; an employee of Contractor and specialist in type of applicable construction. If not an officer of firm, this person shall report to an officer. a. Duties and Responsibilities: Plan, organize, staff, direct and control the QC

Program; supervise QCTs (below); collate and review detail reports of QC activities for accuracy and completeness before publication, and prepare factual summary reports. The QCM may work projects other than this project, except QCM shall be present at times of sampling, testing or observation, within 2 hours of notice.

b. Demonstrated experience in parking garage paving construction and quality assurance compliance equivalent in scope and complexity to work of this contract, plus one of the following minimums: 1) Registered civil engineer, with 1 year above experience. 2) Engineer-in-Training, with 2 years above experience. 3) Graduate Bachelor of Science degree in Civil Engineering, Civil Engineering

Technology or Construction, with 3 years above experience. 4) National Institute for Certification in Engineering Technologies (NICET), Level

III, certified Construction Materials Technician, Highway Materials Technician, or Highway Construction Technician, with 4 years above experience.

5) NICET-certified Civil Engineering Technician, with 5 years above experience, and approved by the City Engineer.

2. Quality Control Technicians (QCT): Responsibility for processing this QC Program; report to the QCM. a. Duties and Responsibilities: Inspect work, collect samples, take measurements, test

work, collate test and measurement data, and prepare factual, accurate and complete reports. Use as many QCTs as required. QCTs may be Contractor's employees or personnel of a qualified ITL subcontracted to the Contractor, except do not use City's ITL to fulfill Contractor's testing requirements.

b. Demonstrated experience in same construction as QCM, and quality assurance compliance equivalent in scope and complexity to work of this contract, plus one of the following minimums:

Page 493: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTRACTOR’S QUALITY CONTROL

CONTRACTOR'S QUALITY CONTROL

01450-3 ver 3-5-14

May 2018

1) Engineer or Engineering Technician, with 1 year above experience. 2) NICET Level II or higher certification as Construction Materials Technician,

Highway Materials Technician, or Highway Construction Technician, , with 2 years above experience.

3. Equivalent certifications by authorities other than NICET may be substituted following Section 01630.

D. Contractor's QAP Personnel for Buildings: 1. Quality Control Manager: Sole responsibility for management, implementation and

control of the QAP; an employee of the Contractor and specialist in type of applicable construction. If not an officer of firm, this person shall report to an officer. a. Duties and Responsibilities: Plan, organize, staff, direct and control the QC

Program; supervise QCT staff (below); collate and review detail reports of QC activities for accuracy and completeness before publication, and prepare factual summary reports. The QCM may work projects other than this project, except QCM shall be present at times of sampling, testing or observation, within 2 hours of notice.

b. Demonstrated experience in building Structural construction and quality assurance compliance equivalent in scope and complexity to work of this contract, plus one of the following minimums: 1) Registered structural engineer, with 1 year above experience. 2) Engineer-in-Training, with 2 years above experience. 3) Graduate Bachelor of Science degree in structural engineering, with 3 years

above experience. 2. Quality Control Technicians (QCT): Responsibility for processing QAP; report to the

QCM. a. Duties and Responsibilities: Inspect work, collect samples, take measurements, test

work, collate test and measurement data, and prepare factual, accurate and complete reports. Use as many QCTs as required. QCTs may be Contractor's employees or personnel of a qualified ITL subcontracted to the Contractor, except do not use City's ITL to fulfill Contractor's testing requirements.

b. Engineer or Engineering Technician, with minimum 1 year demonstrated experience in same construction as QCM, and quality assurance compliance equivalent in scope and complexity to work of this contract.

1.03 REFERENCES

A. Obtain copies of referenced standards and maintain at site when required by other Sections. 1.04 MANUFACTURER'S FIELD SERVICES

A. When specified in other Sections or when conditions are required to maintain schedule, cost or quality control, provide services of properly qualified manufacturer's or supplier's technical representative(s) to observe field conditions, conditions of substrates and installation, quality of workmanship, startup, testing, adjusting, balancing, demonstration and City-personnel training as required.

B. Within 14 days of observation, submit a written report to City Engineer, prepared by manufacturer's representative, documenting their observations, supplementary instructions and instructions at variance with manufacturer's written instructions, and, where applicable, recommendations for corrective action. Costs and time for corrective action is Contractor's responsibility, without increase in Contract Sum or Time.

Page 494: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CONTRACTOR’S QUALITY CONTROL Project No. 460C

CONTRACTOR'S QUALITY CONTROL

01450-4 ver 3-5-14

May 2018

1.05 SUBCONTRACTS

A. Coordinate work of subcontractors. Inform subcontractors of relation of their work to that of other subcontractors and Separate Contractors and direct scheduling of work to prevent conflicts or interferences.

B. Employ subcontractors with documented proof of proper completion of two projects during the past 3 years of work similar in scope, type and quality as that required for this contract.

1.06 EXAMINATION AND PREPARATORY WORK

A. Carefully examine substrates whether Base Facility or provided as part of the Work before commencing work applied to or accommodated by substrates. Proceed after unsatisfactory conditions are corrected, and after substrate work is properly prepared and complete.

B. Take field dimension and establish and maintain lines, dimensions, and benchmarks as required to control proper fabrication and installation of work.

C. Do not proceed with affected work until unsatisfactory site conditions and substrates are correct. 1. Make written notification of scope and type of corrections required of separate contracts.

D. Repair remaining substrates following Section 01731- Cutting and Patching.

1.07 CONTRACTOR'S TESTING

A. Follow Document 00700- General Conditions Paragraphs 3.9.2 and this Section 01450. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 INSPECTIONS BY BUILDING OFFICIALS AND OTHER AGENCIES

A. Immediately notify City Engineer of the date of inspections by governing authorities, in order for City Engineer to attend.

END OF SECTION

Page 495: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CITY’S ACCEPTANCE TESTING

CITY'S ACCEPTANCE TESTING 01455-1 ver. 12-29-03

May 2018

SECTION 01455

CITY'S ACCEPTANCE TESTING

PART 1- GENERAL

1.01 SECTION INCLUDES

A. City has retained an Independent Testing Laboratory (ITL) for following services:

1. Collect product samples at source, site of fabrication, or project site as required by referenced test procedure, as specified herein or in other Sections and as indicated in the Technical Specifications.

2. Test product samples at source, site of fabrication, project site or in ITL’s laboratory as required by referenced test procedure, as specified herein or in other Sections.

3. Inspect execution of work at source, site of fabrication, or project site, as applicable, as specified herein or in other Sections.

4. Record and distribute observations of work during inspections, indicating “pass” or “fail.”

5. Record and distribute results of tests, indicating “pass” or “fail.”

6. ITL does not have authority to:

a. Release, revoke, alter, or enlarge requirements of Contract Documents.

b. Approve or accept work.

c. Assume duties of Contractor.

d. Stop the Work or a part thereof.

B. Where requirements for acceptance testing appear in other Sections, without reference to

this Section 01455, inspect and test that work following requirements in those Sections and

this Section 01455 and Section 01457- Estimating Percentage of Product Within

Specification Limits.

1.02 CONTRACTOR'S RESPONSIBILITIES

A. Notify City Engineer, ITL and Designer minimum 24 hours prior to expected time for inspections or sample collections. Schedule ITL’s, City Engineer’s, and Designer’s presence for timely inspections, observations, and sample collection without delay to the Work.

B. Provide access to the Work and cooperate with ITL for inspection and sample collection.

C. Furnish samples of manufactured products to ITL for inspection and testing.

Page 496: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CITY’S ACCEPTANCE TESTING Project No. 460C

CITY'S ACCEPTANCE TESTING 01455-2 ver. 12-29-03

May 2018

D. Provide incidental labor, products, services and facilities for sample collection and for transportation and handling of samples to ITL’s vehicle or to ITL’s on-site test facility.

E. Reimburse City by Modification (Section 01255- Modification Procedures) for costs of retesting previously “failed” work, including time expended by City’s personnel related thereto.

F. Time delays and costs resulting from ill-timed QC work are the Contractor’s responsibility, without increase in Contract Time or Price.

G. Follow Document 00700- General Conditions Paragraph 3.2 and Section 01450- Contractor’s Quality Control and Document 00701 – FAA AC 150/5370-10G General Provisions, Subsections 50 Control of Work, 60 Control of Materials, and 100 Contractor Quality Control Program..

H. Perform work following requirements of Contract Documents.

I. Read reports of failed tests or measurements. Implement corrective actions to prevent defective work from proceeding farther.

J. Stop affected work when corrective action fails to bring work to required standards.

K. Remove defective work following Section 01731 and replace with proper work.

L. Inspect, sample and test Base Facility (Section 01726- Base Facility Survey) as required to determine and confirm acceptability of existing construction as substrate for new construction.

M. If Contractor employs a testing laboratory, follow ASTM D3740 and ASTM E329, plus other test standards specified in other Sections.

N. Provide QAP following Section 01450- Contractor’s Quality Control.

O. Keep one copy of ITL’s reports at field office for duration of the Work.

P. Contractor shall not:

1. Employ for Contractor’s quality assurance testing the same ITL employed by the City

for this Project.

2. Retain possession of ITL’s samples.

1.03 SUBMITTALS BY ITL

A. Submit 3 copies of following to City:

1. Written certification of compliance with following:

a. ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction.

Page 497: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CITY’S ACCEPTANCE TESTING

CITY'S ACCEPTANCE TESTING 01455-3 ver. 12-29-03

May 2018

b. ASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction.

2. Copy of latest inspection report by Materials Reference Laboratory/ National Bureau of Standards (NBS) or inspection traceable thereto, with statement of remedies of deficiencies.

3. Invoice for retesting previously “failed” work.

B. Submit 5 copies of following, 3 to City, 2 to Contractor. Immediately transmit “fail” reports by facsimile directly to City and to Contractor.

1. Project Name, Number, CIP Number.

2. Identify ITL, Contractor, Subcontractor or Supplier, Section number and name, generic and manufacturer's name of product, numerical sequence when more than one inspection, sample or test of the same product is made, date and time of each inspection, sample collection or test, and applicable Drawing detail number.

3. Date/time of inspection/sampling/test, and quantity of product involved.

4. Product or installation batch, mill number, or production run number, and method used to assure statistically based random sampling following ASTM D3665.

5. Environmental conditions where applicable to results.

6. Name and signature of observer or tester, certifying as follows:

“The above work was inspected/sampled and tested in the manner described, and the result(s) are hereby certified by the undersigned as complete and accurate.”

7. Product or installation inspected, by Section number, and location of inspection (such as product source, fabrication shop, or on site), and quantity of product tested.

8. Location in the Work, by Drawing/detail number, floor number, range/station number, or other specific identifier traceable to the Drawings.

9. Type of inspection or test (such as visual; non-destructive X-ray), and type of test by ASTM or other reference standard test number.

10. Type of inspection, sample or test equipment used.

11. Performance standard required

12. Factual evidence and results of inspections, measurements or tests stated as “pass” or “fail.”

13. Factual evidence and record of observations and tests. Include nature and type of failure, and comments as applicable. Furnish graphic or narrative data, or both, indicating nominal requirements and actual test values. Indicate type and numerical value of deviations from specified requirements.

Page 498: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CITY’S ACCEPTANCE TESTING Project No. 460C

CITY'S ACCEPTANCE TESTING 01455-4 ver. 12-29-03

May 2018

14. For submittals using SI (metric) measure as the ITL’s standard, include corresponding Imperial measure conversions. Follow Section 01610- Basic Product Requirements.

C. Print and distribute copies of records.

D. Transmit reports within 7 days of observations, inspections or test completion, except where shorter processing time is required due to possibility of Contractor continuing installation of “failing” work.

E. For data in the form of drawings:

1. Submit electronic and hard copies, as required, to City Engineer. Submit electronic and hard copies, as required, to Contractor.

2. Sheet Size: 8-1/2 x 11 inches minimum; 22x34 inches maximum.

3. If CADD is used, prepare documents readable, writable and printable using IBM PC-compatible hardware and software, based on AutoCAD (11 or later versions) or software translated thereto. Provide copy of AutoCAD data disks to City Engineer

4. Prepare drawings by qualified drafters.

5. Draw to scale, and accurately represent products.

F. For statistical records in the form of spreadsheets or graphs:

1. Submit electronic files and hard copies, as required.

2. Sheet Size: 8-1/2 x 11 inches minimum; 11 x 17 inches maximum.

3. Provide copy of data disks to City Engineer at completion of the Work.

PART 2- PRODUCTS

2.01 SAMPLING AND TEST EQUIPMENT

A. Provide and maintain in proper function sampling and test equipment of type and quantity required, with calibration and accuracy traceable to NBS.

PART 3 EXECUTION

3.01 GENERAL PROCEDURES

A. Follow requirements of individual Sections.

B. Follow Section 01457- Estimating Percentage of Product Within Specification Limits for

determining percentage of product within specified limits.

C. Coordinate inspections, sampling and testing with construction progress and Contractor’s

Page 499: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CITY’S ACCEPTANCE TESTING

CITY'S ACCEPTANCE TESTING 01455-5 ver. 12-29-03

May 2018

schedule specified in Section 01325- Construction Schedules.

D. At least once per shift inspect mixing, fabrication and installation of soil, cementitious and

petroleum-based products for proper operation or tolerances. Confirm installers and tool

operators are qualified, and tools are properly functioning.

E. Sample at frequencies following requirements of applicable Sections or as specified herein

and test each sample.

F. Take quantity, linear, volume and bulk measurements as frequently as necessary to control

mixing, fabrication and installation.

G. Properly calibrate test equipment and measuring tools before use.

H. Immediately report failed tests or measurements.

I. Test work for proper function and performance as specified herein and in other Sections.

3.02 INSPECTION AND OBSERVATION

A. Inspect work by properly experienced personnel. Observe mixing, fabrication and

installation procedures. Record observations.

B. Inspect at frequency indicated, using visual observation and measuring tools appropriate to

the work. If not otherwise required in other Sections, inspect product source at the site of

origin.

3.03 SAMPLING

A. Unless otherwise indicated in Sections or otherwise required by test standard, randomly

collect 3 samples and maintain possession until observation and testing is complete and

results documented.

B. Collect and handle samples following test standard.

C. Coordinate operations with Contractor.

3.04 TESTING

A. Test products in situ as approved by City Engineer or in laboratory where destructive tests

are required, test to product failure. Note factual observations, test results, and measuring

equipment setup, typed or legibly handwritten. For graph illustrations, use computerized

database or spreadsheets.

B. Store and cure samples following test standards or as required to maintain samples in

Page 500: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CITY’S ACCEPTANCE TESTING Project No. 460C

CITY'S ACCEPTANCE TESTING 01455-6 ver. 12-29-03

May 2018

pristine condition until tested.

C. Test samples for conformance with requirements.

D. Follow test standards specified herein and in other Sections.

E. Follow Section 01457- Estimating Percentage of Product Within Specification Limits for

estimation of percent of products within limits.

3.05 SCHEDULE OF INSPECTIONS, SAMPLES AND TESTS

A. Observe mixing, fabrication and installation, and inspect, collect samples and test, as

indicated in applicable Sections.

END OF SECTION

Page 501: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF

PPrroojjeecctt NNoo.. 446600CC MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS

ESTIMATING PERCENTAGE OF PWL 01457-1 ver. 3-20-06

May 2018

SECTION 01457

ESTIMATING PERCENTAGE OF

MATERIAL WITHIN SPECIFICATION LIMITS (PWL)

PART 1- GENERAL

When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index(s), QL for Lower Quality Index and/or QU for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure.

There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner’s risk is the probability that material produced at the rejectable quality level is accepted.

IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR’S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED.

1.01 SECTION INCLUDES

A. Statistical analysis to determine the total estimated percent of the lot within specification limits. B. Method for computations. C. Table of values for QL and QU. D. Product sampling and testing is specified in Section 01455.

1.02 DEFINITIONS

A. Percent Within Limits (PWL): Statistically based evaluation method, where the PWL is computed

on a lot basis, using the average (X) and standard deviation (Sn) of the specified number (n) of sublot tests for the lot and the specified tolerance limits (L for lower and U for upper) for the particular acceptance parameter. 1. From these values, the respective Quality indices (QL for Lower Quality Index and/or QU

for Upper Quality Index) are computed and the PWL for the specified n is determined from Table 1.

Page 502: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS PPrroojjeecctt NNoo.. 446600CC

ESTIMATING PERCENTAGE OF PWL

01457-2 ver. 3-20-06

May 2018

1.03 METHOD FOR COMPUTING PWL A. The computational sequence for computing PWL is as follows:

1. Divide the lot into n sublots in accordance with the acceptance requirements of the specification.

2. Locate the random sampling position within the sublot in accordance with the requirements of the specification.

3. Make a measurement at each location or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification.

4. Find the sample average (X) for all sublot values within the lot by using the following formula: X = (x1 + x2 + x3 + . . .xn) / n

Where: X = Sample average of all sublot values within a lot

x1, x2 = Individual sublot values

n = Number of sublots

5. Find the sample standard deviation (Sn) by use of the following formula:

Sn = [(d12 + d2

2 + d32 + . . .dn

2)/(n-1)]1/2

Where: Sn = Sample standard deviation of the number of sublot values in the set

d1, d2, = Deviations of the individual sublot values x1, x2, …from the average value X

that is: d1 = (x1 - X), d2 = (x2 - X) …dn = (xn - X)

n = Number of sublots

6. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula:

QL = (X - L) / Sn

Where: L = specification lower tolerance limit

Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL.

7. For double-sided specification limits (i.e. L and U), compute the Quality Indexes QL and QU by use of the following formulas:

QL = (X - L) / Sn and QU = (U - X) / Sn

Where: L and U = specification lower and upper tolerance limits

Estimate the percentage of material between the lower (L) and upper (U) tolerance limits

Page 503: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF

PPrroojjeecctt NNoo.. 446600CC MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS

ESTIMATING PERCENTAGE OF PWL 01457-3 ver. 3-20-06

May 2018

(PWL) by entering Table 1 separately with QL and QU, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below PU for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or PU. Determine the PWL by use of the following formula:

PWL = (PU + PL) - 100

Where: PL = percent within lower specification limit

PU = percent within upper specification limit

EXAMPLE OF PWL CALCULATION

Project: Example Project

Test Item: Item P-401, Lot A.

B. PWL Determination for Mat Density.

1. Density of four random cores taken from Lot A. A-1 96.60 A-2 97.55 A-3 99.30 A-4 98.35 n = 4

2. Calculate average density for the lot. X = (x1 + x2 + x3 + . . .xn) / n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot.

Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2 Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X -L) / Sn QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98

C. PWL Determination for Air Voids.

1. Air Voids of four random samples taken from Lot A. A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25

Page 504: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS PPrroojjeecctt NNoo.. 446600CC

ESTIMATING PERCENTAGE OF PWL

01457-4 ver. 3-20-06

May 2018

2. Calculate the average air voids for the lot. X = (x1 + x + x3 . . .n) / n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 X = 3.57 percent

3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -.25)2) / (4 - 1)]1/2 Sn = [(2.04 + 0.03 + 1.62 + 0.10) / 3]1/2 Sn = 1.12

4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL = (X - L) / Sn QL = (3.57 -2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index QU for the lot. (U= 5.0) QU = (U - X) / Sn QU = (5.00 - 3.57) / 1.12 QU = 1.2702 7. Determine PU by entering Table 1 with QU = 1.29 and n = 4. PU = 93 8. Calculate Air Voids PWL

PWL = (PL + PU) - 100 PWL = (97 + 93) - 100 = 90

EXAMPLE OF OUTLIER CALCULATION (Reference ASTM E 78)

Project: Example Project

Test Item: Item P-401, Lot A.

D. Outlier Determination for Mat Density.

1. Density of four random cores taken from Lot A. arranged in descending order. A-3 99.30 A-4 98.35 A-2 97.55 A-1 96.60

2. Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463.

3. Use average density, standard deviation, and test criterion value to evaluate density measurements.

a. For measurements greater than the average:

If: (measurement - average)/(standard deviation) is less than test criterion,

Then: the measurement is not considered an outlier for A-3 Check if (99.30 - 97.95) / 1.15 greater than 1.463

1.174 is less than 1.463, the value is not an outlier

Page 505: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF

PPrroojjeecctt NNoo.. 446600CC MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS

ESTIMATING PERCENTAGE OF PWL 01457-5 ver. 3-20-06

May 2018

b. For measurements less than the average:

If (average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier for A-1 Check if ( 97.95 - 96.60 ) / 1.15 greater than 1.463

1.0 is less than 1.463, the value is not an outlier

NOTE: In this example, a measurement would be considered an outlier if the density was:

greater than (97.95+1.463x1.15) = 99.63 percent or,

less than (97.95-1.463x1.15) = 96.27 percent

Page 506: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS PPrroojjeecctt NNoo.. 446600CC

ESTIMATING PERCENTAGE OF PWL

01457-6 ver. 3-20-06

May 2018

TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)

Percent Within Limits

(PL and PU)

Positive Values of Q (QL and QU)

n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362

98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630

97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420

96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454

95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635

94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914

93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265

92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670

91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118

90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602

89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115

88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653

87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212

86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789

85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382

84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990

83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610

82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241

Page 507: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF

PPrroojjeecctt NNoo.. 446600CC MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS

ESTIMATING PERCENTAGE OF PWL 01457-7 ver. 3-20-06

May 2018

81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882

80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533

79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192

78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858

77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531

76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211

75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896

74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587

73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282

72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982

71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686

70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394

69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105

68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820

67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537

66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257

65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980

64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705

63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432

62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161

61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892

60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624

59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358

58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093

57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829

Page 508: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS PPrroojjeecctt NNoo.. 446600CC

ESTIMATING PERCENTAGE OF PWL

01457-8 ver. 3-20-06

May 2018

56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566

55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304

54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042

53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781

52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521

51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260

50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000

TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)

Percent Within Limits

(PL and PU)

Negative Values of Q (QL and QU)

n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260

48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521

47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781

46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042

45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304

44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566

43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829

42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093

41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358

40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624

39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892

38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161

37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432

Page 509: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF

PPrroojjeecctt NNoo.. 446600CC MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS

ESTIMATING PERCENTAGE OF PWL 01457-9 ver. 3-20-06

May 2018

36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705

35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980

34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257

33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537

32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820

31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105

30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394

29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686

28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982

27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282

26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587

25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896

24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211

23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531

22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858

21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192

20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533

19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882

18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241

17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610

16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990

15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382

14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789

13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212

12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653

Page 510: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

EESSTTIIMMAATTIINNGG PPEERRCCEENNTTAAGGEE OOFF AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

MMAATTEERRIIAALL WWIITTHHIINN SSPPEECCIIFFIICCAATTIIOONN LLIIMMIITTSS PPrroojjeecctt NNoo.. 446600CC

ESTIMATING PERCENTAGE OF PWL

01457-10 ver. 3-20-06

May 2018

11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115

10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602

9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118

8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670

7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265

6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914

5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635

4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454

3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420

2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630

1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362

END OF SECTION

Page 511: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TEMPORARY FACILITIES

TEMPORARY FACILITIES

01505-1, ver. 11-17-03

May, 2018

SECTION 01505

TEMPORARY FACILITIES

PART 1- GENERAL

1.01 SECTION INCLUDES

A. General temporary facilities: 1. Utilities and environmental systems. 2. Sanitary facilities. 3. Field office. 4. Storage sheds, buildings and lay-down areas. 5. Fire protection. 6. Protection of the Work and property. 7. Interim cleaning. 8. Disposal of trash and debris. 9. All other associated appurtenances and incidental necessary for completion of the project. 10. Reference Specifications G-105 – Temporary Construction Items.

B. Temporary facilities for exterior work: 1. Barricades. 2. Hazard lighting. 3. Access roads and parking. 4. Environmental controls. 5. Storage and disposal of excavated material. 6. Control of erosion and water runoff. 7. Temporary securing of equipment and materials as needed during inclement condition of

airfield, if any. C. Temporary facilities for interior work: (Not Used) D. Provide temporary product handling facilities and construction aids, such as scaffolds,

staging, ladders and stairs, protective railings, hoists, chutes and other facilities, as required for construction operations and to protect persons, property and products. Follow governing agency requirements for scope, type and location if not otherwise specified.

E. Follow Section 01326- Construction Sequencing and Specification G-100 – Mobilization and General Conditions for mobilization and demobilization requirements.

F. Temporary facilities specified herein are minimum standards. Provide additional facilities as required for proper execution of the Work and to meet responsibilities for protection of persons and property.

G. Properly install temporary facilities. H. Maintain in proper operating condition until use is no longer required or as otherwise

approved. I. Modify and extend temporary facilities as required by Work progress. J. Restore existing facilities used temporarily, to specified or original condition following

Section 01731- Cutting and Patching. K. Provide weather protection and environmental controls as required to prevent damage to

remaining Base Facility, the Work, and to other property. L. Follow regulatory agency requirements for required temporary facilities not specified herein. M. Where disposal of spoil and waste products, whether or not they are contaminated, is

required under this or other Sections, make legal dispositions off site following governing authorities' requirements, unless on-site disposition is allowed under this or other Sections.

Page 512: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TEMPORARY FACILITIES Project No. 460C

TEMPORARY FACILITIES

01505-2, ver. 11-17-03

May 2, 2018

1.02 SUBMITTALS

A. Follow Section 01340- Shop Drawings, Product Data and Samples. The Contractor shall be required to submit a Safety Plan Compliance Document (SPCD) to the airport describing how the Contractor will comply with the requirements set forth in the Construction Safety and Phasing Plan (CSPP) Reference Section 01506 Airport Temporary Controls and Appendix A – CSPP for additional details and requirements.

B. Submit shop drawings and descriptive data showing: 1. Enclosure and barricade construction. 2. Enclosure and barricade layout if different from that shown on Drawings, including for

each stage if applicable.

1.03 GENERAL REQUIREMENTS FOR UTILITIES AND ENVIRONMENTAL SYSTEMS

A. Make arrangements with utility service companies for temporary services. B. Follow rules and regulations of utility service companies or authorities having jurisdiction. C. Maintain utility service until Substantial Completion, including fuel, power, light, heat, and

other utility services necessary for execution, completion, testing, and initial operation of the Work.

D. Follow Section 01312- Coordination and Meetings for advance notifications and approvals of shutdowns of existing services and systems.

E. Water: Provide water for construction, at Contractor's sole cost and expense except as otherwise required below. Coordinate location and type of temporary water service with and obtain approval from City Engineer. 1. For water obtained direct from water mains or fire hydrants, obtain permit or license

from proper authorities, and install temporary meter if applicable. 2. For water obtained downstream from Department of Aviation meter, City will provide

water without cost for construction operations. Obtain approval of tap types, locations, and pipe routing. Provide valves and pipe as required.

3. For drinking water for personnel, provide potable water in proper dispensing containers. F. Electrical Power: Provide power for lighting, operation of Contractor’s plant or tools, or

other uses by Contractor, at Contractor’s sole cost and expense, except as otherwise required below. Coordinate location and type of temporary power service with and obtain approval from City Engineer. 1. For power obtained direct from electric mains, obtain permit or license from proper

authorities, and install temporary meter if applicable. 2. For power obtained downstream from Department of Aviation meter, City will provide

power, without cost for construction operations, however, this shall be solely at the discretion of the City Engineer. Tap existing electrical panels and circuits at locations and ampacities approved by City Engineer. Obtain approval of tap types, locations, and conduit/wire routing. Provide switches as required.

3. Provide temporary power service or generators to power construction operations and to power existing facilities during main service shutdowns, and at locations where proper commercial power is not available.

G. Lighting: Provide lighting in construction areas, or other areas used by Contractor, at Contractor’s sole cost and expense, except as otherwise required below. Coordinate location and type of temporary light fixtures with and obtain approval from City Engineer. 1. Provide explosion-resistant fixtures in areas where fuel is stored, handled or dispensed. 2. Minimum Lighting Level: 5-foot candles for open areas; 10-foot candles for exitways.

Provide minimum of one 300W lamp per 20 square feet of work area.

Page 513: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TEMPORARY FACILITIES

TEMPORARY FACILITIES

01505-3, ver. 11-17-03

May, 2018

H. Heat and Ventilation: Provide temporary heat and ventilation as required for protection or completion of the Work and to control dust, odors and other environmental contaminants. Provide safe working conditions. Maintain enclosed work areas, including interior work areas, at minimum of 50 degrees F.

1.04 SANITARY FACILITIES

A. Provide one portable self-contained chemical toilet/urinal for each 25 workers for exterior construction projects or construction areas not close to existing public restrooms. Place at reasonably secluded locations conveniently accessible to workers. The Contractor shall provide portable sanitary facilities within the work area for each work period and shall remove such facilities at the end of each work period. The Contractor’s employees shall not be allowed to cross active pavements, except during the brief periods denoted in the plans, for access to sanitary facilities. Follow regulations of State and local departments of health.

B. Enforce use of sanitary facilities. C. Supply and service temporary sanitary units at least twice per week. Legally dispose of waste

off-site.

1.05 CONTRACTOR'S FIELD OFFICE

A. Furnish and maintain portable building(s) for Contractor’s field office, located on-site at the Contractor’s staging and storage area, as shown on Drawings or in a place approved by City Engineer. Include furnishings and equipment as required by Contractor for proper construction operations and with following minimums when used by City Engineer or Designer: 1. Structurally sound foundation and superstructure. 2. Completely weathertight with insulated roof and walls. 3. Exterior finish acceptable to City Engineer. 4. Slip-resistant entry ramp sloped 1:12 maximum, with handrail platform (5x5 feet) with

mud scraper at door. Supplemental and railings and slip-resistant stairs as required. Follow requirements of Americans with Disabilities Act.

5. Interior finishes acceptable to City Engineer. 6. Screened windows sufficient for light, view, and ventilation. 7. Minimum Parking: 2 all weather hard surfaced parking spaces, all-weather paving, for

use by City Engineer and Designer, connected to office by walkway. B. For projects where interior space becomes available as a result of construction operations,

Contractor may, if approved by City Engineer, install field office facilities inside the building, following Paragraphs C, D, E and F below, and then decommission and remove portable-type-building(s)

C. Field Office Using Existing Interior Facilities: 1. For interior projects where open unfinished space is available within the contract limits,

install non-combustible gypsum drywall and metal or noncombustible (noncom) wood stud partitions with noncom wood doors in metal or noncom wood frames. Provide services, furnishings and office equipment following Paragraphs C, D and E below.

1. For interior projects where existing built-out office space is available, use such spaces without modification. Provide services, furnishings and office equipment following Paragraphs C, D and E below.

D. Minimum Services for Contractor’s Field Office: 1. Interior lighting of 50 foot-candles at desktop height. 2. Exterior light at entrance.

Page 514: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TEMPORARY FACILITIES Project No. 460C

TEMPORARY FACILITIES

01505-4, ver. 11-17-03

May 2, 2018

3. Automatic HVAC to maintain 65 degrees F in winter, 70 degrees F in summer. 4. Electric power service. 5. Two telephone lines:

a. One for voice, with telephone instrument. b. One for facsimile, with facsimile instrument. c. For use by Contractor's personnel and others performing work or services. Pay for

cost of local calls. Directly bill applicable parties for cost of long distance, without cost to the contract.

6. Minimum one cellular telephone, in possession of Superintendent at all times. 7. One digital pager per shift supervisor. 8. Base station for general-purpose radios, if radios are used. 9. Chilled drinking water.

a. Existing drinking fountains within the contract limits may be used. 10. Unisex restroom with plumbing facilities and sewers as required, one water closet, one

urinal, one lavatory, one mirror. Protect from freezing. a. Existing toilet facilities within the contract limits may be used for personal hygiene

only. 11. Conference table and chairs to accommodate 16 persons.

E. Maintenance for Field Office: 1. Continuous maintenance of office, accessways, and services; clean not less than once

per week; 2. Provide soap, paper towels, cleansers, janitorial service and appurtenances; 3. Immediately repair damage, leaks or defective service.

1.06 STORAGE SHED, BUILDINGS AND LAY-DOWN AREAS

A. Store products neatly and orderly onsite, arranged to allow inspection, identification and inventory, at locations approved by City Engineer.

B. When lack of or ill-timed environmental control systems could damage products, store in bonded off-site facilities approved by manufacturer, supplier or fabricator.

C. Provide suitable and substantial storage sheds, rooms, covers, or other facilities, for storage of material subject to contamination or damage from other construction operations. Provide environmental control to maintain products within manufacturers’ required limits, when required. Storage of materials not susceptible to weather damage may be on blocks off the ground.

D. Do not overload Base Facility structure. Provide temporary shoring or bracing as required to prevent damage to structures.

1.07. GENERAL-PURPOSE RADIOS

A. Furnish type and number of radios as required by Contractor, for dedicated purpose of monitoring ATCT communications.

1. The ATCT has sole positive authority over radio transmissions on aircraft control frequencies. The Contractor shall monitor ATCT communications only and under no circumstances communicate directly with the ATCT.

2. The Contractor shall keep ATCT radios turned on and maintain attention to ground control radio traffic while in the AOA. The Contractor shall keep radios in charging bases when not in use.

B. Provide proper FCC licenses for operators.

Page 515: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TEMPORARY FACILITIES

TEMPORARY FACILITIES

01505-5, ver. 11-17-03

May, 2018

1.08 FIRE PROTECTION

A. Follow fire protection and prevention requirements specified herein and those established by Federal, State, or local governmental agencies.

B. Follow applicable provisions of NFPA Standard No. 241, Safeguarding Building Construction and Demolition Operations.

C. Provide portable fire extinguishers, rated not less than 2A or 5B following NFPA Standard No. 10, Portable Fire Extinguishers, for field office and for every 3000 square feet of floor area of facilities under construction, located within 50 feet maximum from any point in the protection area.

D. Prohibit smoking in hazardous areas. Post suitable warning signs in areas which are continuously or intermittently hazardous.

E. Use metal safety containers for storage and handling of flammable and combustible liquids. F. Do not store flammable or combustible products inside occupied buildings or near stairways

or exits. G. Maintain clear exits from all points in the Work.

1.09 PROTECTION OF THE WORK AND PROPERTY

A. Take precautions, provide programs, and take actions necessary to protect the Work and public and private property from damage.

B. Prevent damage to existing public and private utilities and systems during construction. Utilities are shown on Drawings at approximate locations, but this information is not warranted as complete or accurate. Give City Engineer at least 48 hours notice before commencing work in the area, for locating the utilities during construction, and for making adjustments or relocation of the utilities when they conflict the Work. 1. Utilize the Utility Coordinating Committee One Call System, telephone number, (713)

223-4567, called 48 hours in advance. The toll-free telephone number is 1-800-245-4545, Texas One Call System.

2. Follow Section 01726 – Base Facility Survey, to determine existing utilities and systems. 3. Follow Section 01761 – Protection of Existing Services, to make coordination efforts for

each existing Service that requires protection. C. Provide safe barricades and guard rails around openings, for scaffolding, for temporary stairs

and ramps, around excavations, accessways, and hazardous areas. Reference Section 01506-Airport Temporary Controls and the project Construction Safety and Phasing Plan (CSPP) for additional details and requirements.

D. Obtain written consent from proper parties, before entering or occupying with workers, tools, or products on privately-owned land, except on easements required by the Contract Documents.

E. Assume full responsibility for preservation of public and private property on or adjacent to the site. If direct or indirect damage is done by or on account of any act, omission, neglect, or misconduct in execution of the Work by Contractor, restore by Contractor, at no cost or time increase, to a condition equivalent to or better than that existing before the damage was done.

F. Where work is performed on or adjacent to roadways, rights-of-way, or public places, provide barricades, fences, lights, warning signs, and danger signals sufficient to prevent vehicles from being driven on or into Work under construction. 1. Paint barricades to be visible from sunset to sunrise 2. Install at least one flashing hazard light at each barricade section. 3. Furnish watchmen in sufficient numbers to protect the Work.

Page 516: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TEMPORARY FACILITIES Project No. 460C

TEMPORARY FACILITIES

01505-6, ver. 11-17-03

May 2, 2018

4. Other measures for protection of persons or property and protection of the Work. G. Protect existing trees, shrubs, and plants on or adjacent to the site against unnecessary

cutting, breaking or skinning of branches, bark, or roots. 1. Do not store products or park vehicles within drip lines. 2. Install temporary fences or barricades in areas subject to damage from traffic. 3. Water trees and plants to maintain their health during construction operations. 4. Cover exposed roots with burlap and keep continuously wet. Cover exposed roots with

earth as soon as possible. Protect root systems from physical damage and damage by erosion, flooding, run-off, or noxious materials contamination.

5. Repair branches or trunks if damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use in a manner approved by City Engineer.

6. Remove and replace damaged trees and plants that die or suffer permanent injury. Replace with product of equivalent size and in good health.

7. Coordinate this work with Division 2 requirements for clearing and landscaping. H. Protection of Existing Structures:

1. Fully sustain and support in place and protect from direct or indirect injury underground and surface structures located within or adjacent to the limits of the Work. a. Before proceeding with sustaining and supporting work on property of others, satisfy

City Engineer that the owner of the property approves the methods and procedures proposed.

2. Do not move or in any way change the property of public utilities or private service corporations without prior written consent of a responsible official of that service or public utility. Representatives of these utilities reserve the right to enter within the limits of the Work for the purpose of maintaining their properties, or of making changes or repairs to their property considered necessary by performance of the Work. a. Notify the owners and/or operators of utilities and pipelines of the nature of

construction operations proposed and the date or dates on which those operations will be performed. When construction operations are required in the immediate vicinity of existing structures, pipelines, or utilities, give minimum 5 working days advance notice. Probe and securely flag locations of underground utilities prior to beginning excavation.

3. Assume all risks attending presence or proximity of existing construction within or adjacent to the limits to the Work including but not limited to damage and expense for direct or indirect injury caused by the Work to existing construction. Immediately repair damage caused, following Section 01731.

I. Protect installed products to prevent damage from subsequent operations. Remove protection facilities when no longer needed. 1. Control traffic to prevent damage to products and surfaces. 2. Provide coverings to protect products from damage. Cover projections, wall corners,

jambs, sills, and off-site of openings in areas used for traffic and for passage of product in subsequent work.

1.10 ACCESS ROADS AND PARKING

A. Follow Section 01575- Stabilized Construction Exit for construction exits. B. Provide temporary stable construction roads, walks, and parking areas of a load bearing

capacity required during construction connecting to public thoroughfares and for use of emergency vehicles. Design and maintain temporary roads and parking areas for full use in all weather conditions.

Page 517: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TEMPORARY FACILITIES

TEMPORARY FACILITIES

01505-7, ver. 11-17-03

May, 2018

1. Locate temporary roads and parking areas as approved by City Engineer. 2. Prevent interference with traffic, City and airport operations on existing roads.

Indemnify and save harmless the City from expense caused by Contractor’s operations over these roads.

3. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off-site parking. If not shown on the Drawings, locate as directed by City Engineer.

4. Minimize use of construction traffic on existing on-site streets and driveways. For tracked vehicles, use street plugs. Do not load paving beyond design capacity.

5. Do not allow heavy vehicles or construction equipment in existing parking areas. 6. Construction personnel may use designated areas of existing parking facilities. 7. Remove temporary roads, walks and parking areas prior to final acceptance. Return to

its original condition, unless otherwise required by the Contract Documents. C. Public, Temporary, and Construction Roads and Ramps:

1. Public Roads: Follow laws and regulations of governing authorities when using public roads. If Contractor's work requires public roads be temporarily impeded or closed, obtain approvals from governing authorities and pay for permits before starting work. Coordinate activities with City Engineer following Section 01312- Coordination and Meetings.

2. On-Site Roads: Prepare temporary roads, construction roads, ramps, and areas on the site to be accessible for trucking and equipment.

3. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. Extend and relocate as approved by City Engineer as Work progress requires, provide detours as necessary for unimpeded traffic flow. Maintain 12-foot width access road with turning space between and around combustible materials. Provide and maintain access for fire trucks to fire hydrants free of obstructions. a. Do not use limestone for paving.

4. Obtain approval of special requirements covering handling exceptionally large or heavy trucks, cranes, or other heavy equipment. Provide mats or other means, so roadways are not overloaded or otherwise damaged.

D. Submit access road and parking locations to City Engineer for approval.

PART 2- PRODUCTS

2.01 GENERAL

A. Provide products for temporary construction using equivalent type as required for permanent construction, except “construction grade” quality may be used (such as for wood framing, enclosures and barricades, and construction locks).

B. Where materials for use in this Section are not specified or detailed, propose products in writing and obtain approval from City Engineer before commencing work.

2.02 TEMPORARY EXTERIOR ENCLOSURES AND BARRICADES

A. Provide temporary fencing as required to enclose exterior storage/staging and demolition areas, during on-site operations, chain link fence at remote areas (away from Terminal buildings), and chain link fence with plywood overlay at on-site areas (adjacent to or near Terminal buildings and AOA).

Page 518: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TEMPORARY FACILITIES Project No. 460C

TEMPORARY FACILITIES

01505-8, ver. 11-17-03

May 2, 2018

1. Chain Link: Minimum 6-foot high commercial quality galvanized fabric, galvanized steel or minimum 4 x 4 treated wood posts at 8 feet on center maximum, gate frames as required, with barbed wire at top if required by Contractor. For natural earth areas, provided minimum 8-inch diameter by 3-foot deep hole for posts. Fill annular space with pea gravel or crushed stone. For paved areas, provide welded base plate on each post and attach to paving with drill-in or powder actuated fasteners of size and quantity required to resist imposed loads. Provide corner bracing and struts as required to maintain erect fencing and taut fabric. Provide gate locks of Contractor's choice. Provide one set of keys to City Engineer.

2. Plywood Overlay: Exterior grade, minimum 3/4 inch-thick, 8-feet-high. Tie plywood with wire to public side of chain link fence and gates. Paint exterior (public) face with flat latex-based paint to match “Nevamar Pepperdust” plastic laminate.

C. Barricades in Safety Areas of Runways, Taxiways and Aprons at AOA: Reference Section 01506 - Temporary Facilities, the project Safety and Phasing Plan (CSPP), Specification G-102 – Safety and Security and the project plan set for details on barricades, barricade use, and requirements for use within the AOA.

D. Barricades at Roadways and Outside Safety Areas: Standard 13 foot 6 inch long traffic guard rail type or precast concrete “Jersey” barriers, with 1 hazard light for each section.

2.03 HAZARD LIGHTS

A. Reference Section 01506 – Temporary Facilities, the project Safety and Phasing Plan (CSPP), Specification G-102 – Safety and Security and the project plan set for details on barricades, barricade use, and requirements for use within the AOA.

2.04 TEMPORARY UTILITY AND ENVIRONMENTAL SYSTEMS WORK

A. Furnish temporary HVAC, plumbing and electrical products as required to provide continued Base Facility operation, including systems by-pass dampers, ductwork, valves, pipe and fittings, conduit, wiring, junction boxes, and other items.

B. Coordinate these products with products of Sections 01731- Cutting and Patching and the project Technical Specifications.

PART 3- EXECUTION

3.01 CONTRACTOR'S FIELD OFFICE

A. Install field office ready for occupancy, 10 days after date fixed in Notice to Proceed.

3.02 ENCLOSURE AND BARRICADE, SIGN, AND HAZARD LIGHT INSTALLATION

A. Fill and grade site for temporary structures to provide drainage away from buildings. Follow Section 01506- Temporary Controls and 01572- Erosion and Sedimentation Control for erosion and sedimentation control.

B. Follow Section 01507- Temporary Signs. C. Install and maintain enclosures and barricades, passageways, signs and lights at locations

shown on Drawings, or as directed by City Engineer, or as required to safely divert unauthorized parties away from or around construction operations. 1. Maintain minimum 3-foot candles of illumination at exitways, including those

remaining adjacent to permanent barricades.

Page 519: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TEMPORARY FACILITIES

TEMPORARY FACILITIES

01505-9, ver. 11-17-03

May, 2018

2. Reinforce barricades at AOA as required to withstand jet blast loads.

3.03 TEMPORARY UTILITY AND ENVIRONMENTAL SYSTEMS

A. Install temporary HVAC, plumbing and electrical products as required to maintain adequate environmental conditions to facilitate progress of Work, to meet specified minimum conditions for installation of materials, to protect materials and finishes from damage due to temperature or humidity beyond specified or otherwise required ranges, and to maintain proper Base Facility systems operation outside contract limits.

B. Provide ventilation of enclosed areas for proper curing of installed products, to disperse or control humidity, and to prevent hazardous accumulations of dust, fumes, vapors or gases inside or outside of enclosures.

3.04 CONSTRUCTION EQUIPMENT

A. See Document 00646- Affidavit for FAA Form 7460-1 for filing of information related to height of construction equipment. When not in use, store equipment in designated location outside safety areas.

3.05 BRIDGING OF TRENCHES AND EXCAVATIONS AT ROADS

A. Install steel plates of thickness required to support TMUTCD H-20 loading, truck or lane, which produces maximum stress. Install with camber in direction proper to reduce tire impact noise.

B. Extend plates minimum 12 inches beyond all edges of trenches and excavations. Install pre-mix pavement patch widely feathered out from edge of plate onto road surface.

C. Properly barricade around trenches or excavations and remove bridging plates for access to trenches or excavations during construction operations. Properly install bridging and remove barricades during non-working periods. Maintain feathered pavement.

D. See also Section 01555- Traffic Control and Regulation.

3.06 REMOVAL OF TEMPORARY FACILITIES

A. Maintain temporary facilities until Substantial Completion inspection, or when use is no longer required, or as directed by City Engineer.

B. Clean and repair damage caused by installation or use of temporary facilities. C. Restore existing facilities used during construction to specified or original condition

following Section 01731- Cutting and Patching.

3.07 DISPOSAL OF DEBRIS AND EXCAVATED MATERIAL

A. Legally dispose of waste and excess products off site. Do not burn or bury on site. 1. Prepare and file with Texas Department of Health (TDH) “TDH Demolition/ Renovation

Notification” related to compliance with National Emissions Standards for Hazardous Air Pollutants. Obtain form from TDH, 10500 Forum Place Drive, Suite 300, Houston, TX 77036-8599, 713/ 414-6125, or 800/ 572-5548.

B. Place excavation material and salvageable products on site at locations and to profiles shown on Drawings or as directed by City Engineer. 1. Load, haul, and deposit excavated material.

Page 520: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TEMPORARY FACILITIES Project No. 460C

TEMPORARY FACILITIES

01505-10, ver. 11-17-03

May 2, 2018

2. Base, surface, and bedding material: Load shell, gravel, bituminous, or other base and surfacing material into City of Houston trucks.

3. Pipe culvert: Load culverts designated for salvage into City of Houston trucks. 4. Other salvageable materials: Follow individual Sections. 5. Coordinate loading of salvageable material on City's trucks with City Engineer.

C. Do not dispose of debris in sewers. Repair sewer lines to proper function within contract limits as a result of permitted use.

D. Remove and legally dispose of excess and other products not designated for salvage.

3.08 INTERIM CLEANING

A. Temporarily store debris in areas concealed from public, occupants’ and AOA view. Prevent migration of debris and dust following Section 01506- Temporary Controls.

B. Clean-up dirt and debris in vicinity of construction entrances each day. Clean up debris, scrap materials, and other disposable items before completion of each day's work. Keep streets, driveways, and sidewalks clean of dirt, debris and scrap materials. 1. Failure on the Contractor’s part to maintain clean site is the basis for City Engineer take

action following Section 2.5 in Document 00700- General Conditions. C. Remove debris daily unless otherwise approved by City Engineer. D. Prevent hazardous conditions due to product or debris storage in work areas and storage

areas. E. Keep streets used for entering or leaving the job area free of excavated material, debris, and

foreign material, including carryout dust and mud, resulting from construction operations. Follow Section 01575- Stabilized Construction Exit for vehicle wash areas. Follow City of Houston Ordinance No. 5705, Construction or Demolishing Privileges.

END OF SECTION

Page 521: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C AIRPORT TEMPORARY CONTROLS

AIRPORT TEMPORARY CONTROLS

01506-1 ver. 4-24-2014

May 2018

SECTION 01506

AIRPORT TEMPORARY CONTROLS

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. Dust control. B. Noise control. C. Pest and rodent control. D. Pollution and environmental control. E. Security controls, security plan and procedures. Work in AOA or the airport’s secured area

is not intended as part of this Contract; however, TSA may be involved in reviews of Contractor’s construction plans to verify no TSA requirements or restrictions apply.

F. Safety requirements and Safety Plan Compliance Document (SPCD). G. Emergency procedures. H. Construction Safety and Phasing Plan (CSPP).

1.02 REFERENCES

A. U.S. Department of Transportation Federal Aviation Administration Advisory Circular AC 150/5370-2 current edition, latest change.

1.03 SUBMITTALS

A. Make following submittals in 3-ring "D" binders, with clear spine and cover pockets and label " Construction Safety and Phasing Plan (CSPP / Safety Plan Compliance Document (SPCD)" on white card-stock inserts. Prepare submittals as work of this and other Sections but submit following Section 01312- Coordination and Meetings.

B. Preliminary Construction Safety and Phasing Plan (CSPP) / Safety Plan Compliance Document (SPCD) Submit, under provisions of Section 01325, 3 copies in draft form meeting the requirements of the SPCD, as required in the CSPP, which has been provided as part of the Project Manual, with section dividers labeled as and containing: 1. Construction Traffic Control Plan, prepared under Section 01555- Traffic Control and

Regulation. 2. Emergency Response Plan Listing Safety Officers (Paragraph 1.09) with names,

positions, office and home telephone numbers, and pager and portable telephone numbers.

3. Safety Plan, including Trench Safety Plan prepared under Section 01561- Trench Safety System.

4. Security Plan. 5. Dust Control Plan. 6. Ground Water and Surface Water Control Plan prepared under Section 01578- Control of

Ground and Surface Water. 7. Revise as required and submit 5 final copies, in same form as preliminary copies under

Section 01312- Coordination and Meetings. C. Pesticides and Poisons: Submit following Section 01340- Shop Drawings, Product Data and

Samples. Include Material Safety Data Sheets and manufacturers' recommendations for use and application. Include copy of applicator's certification from manufacturer.

Page 522: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

AIRPORT TEMPORARY CONTROLS Project No. 460C

AIRPORT TEMPORARY CONTROLS

01506-2 ver. 4-24-2014

May 2018

1.04 DUST CONTROL

A. Prevent uncontrolled dust creation and movement. Prevent airborne particulates from reaching receiving streams or storm water conveyance systems, building interiors and AOA.

B. Use spray-on adhesives or plastic covers on exposed soil piles. C. Follow Section 01505- Temporary Facilities for interior enclosures. D. Implement dust control methods immediately whenever dust migration is observed.

1.05 NOISE CONTROL

A. Provide vehicles and tools with noise suppressors and use methods and products that minimize noise to the greatest degree practicable. Follow OSHA standards and City Ordinances regarding noise. Do not create noise levels which interfere with the Work, with work by City, with airport operations, or which create a nuisance in surrounding areas.

B. Do not use impact-type or powder-actuated-type tools adjacent to occupied office-type areas. 1.06 PEST AND RODENT CONTROL

A. Provide pest and rodent control as required to prevent infestation of construction or storage areas using legal chemicals applied by a licensed applicator.

B. Provide methods and products with no adverse effect on the Work or adjoining properties. C. Use and store chemicals following manufacturers’ recommendations and with local, state,

and federal regulations. Avoid overuse of pesticides that produce contaminated runoff. Prevent spillage. Do not wash pesticide containers in or near flowing streams or storm water conveyance systems, or inside buildings.

1.07 POLLUTION AND ENVIRONMENTAL CONTROL

A. Prevent contamination of soil, water or atmosphere by discharge of noxious substances from construction operations.

B. Contain spillage and remove contaminated soils or liquids. Excavate and dispose of contaminated earth off-site and replace with suitable compacted fill and topsoil.

C. Prevent harmful substances from entering public waters. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams, or in sanitary or storm sewers.

D. Provide systems for control of atmospheric pollutants. Prevent toxic concentrations of chemicals. Prevent harmful dispersal of pollutants into the atmosphere.

E. Use equipment during construction following Federal, State, and local laws and regulations. F. Follow statutes, regulations, and ordinances governing prevention of environmental pollution

and preservation of natural resources, including but not limited to the National Environmental Policy Act of 1969, PL 91-190, Executive Order 11514.

G. Undeveloped areas on the airport site have considerable natural value. Do not cause unnecessary excavation or filling of terrain, unauthorized destruction of vegetation, air or stream pollution, nor harassment or destruction of wildlife.

H. Follow environmental requirements. Limit disturbed areas to boundaries established by the Contract Documents. Do not pollute on-site streams, sewers, wells, or other water sources.

Page 523: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C AIRPORT TEMPORARY CONTROLS

AIRPORT TEMPORARY CONTROLS

01506-3 ver. 4-24-2014

May 2018

1.08 SECURITY CONTROLS, PLAN AND PROCEDURES

A. Reference the CSPP provided for project specific safety, security, and phasing requirements. Additionally, the following general requirements shall apply and are required to be addressed in the Contractors submitted SPCD.

B. Protect products and property from loss, theft, damage, and vandalism. Protect City property and other private property from injury or loss in connection with the Work.

C. Employ watchmen as needed to provide required security and prevent unauthorized entry. D. Repair damage or replace property vandalized. E. If existing fencing or barriers are breached or removed for purposes of construction, provide

an appropriate (as determined by the airport manager or designee) number of guards and/or maintain temporary security fencing equivalent to existing and approved by City Engineer.

F. Maintain security program through construction until City's acceptance and occupancy precludes need for Contractor's security program. The Contractor’s Security program shall follow the guidelines listed herein and those contained in the CSPP and will be implemented as part of the SPCD. The security program implemented by the Contractor is a subsidiary obligation of the Contractor, compensated according to Section G-105 Safety and Security.

G. Provide chain link fence Terminal area staging areas, following Section 01505- Temporary Facilities.

H. Airport Security Requirements: 1. Airport Manager and TSA monitor effectiveness of airport security by attempting to gain

unauthorized entry into security areas. When TSA gains unchallenged access to security areas, City and/or the responsible individual may be fined. When unauthorized entry into security areas is made through contract limits or other areas under the Contractor's control: a. Reimburse the City, without increase in contract price, the amount of imposed fines

levied against the City, accomplished by Change Order following Section 01255- Modification Procedures.

b. Cease work in breached areas until proper security measures are in place, without change in contract price or time.

2. Immediately notify HPD of discovered presence of unbadged or unknown persons, vehicles or animals in security areas. Dial (IAH) 281-231-3100.

3. Obtain permitted AOA gate and other security area access locations from Airport Manager. Assign personnel to control passage through entry points not staffed by airport personnel.

4. Badges: a. After contract award and before preparation of the SPCD (Paragraph 1.09D) and

construction schedule (Section 01325), obtain permitted security badges. Separate badges are required for each Airport.

b. Security identification badges are required for access into AOA/Secured areas. Badges are valid for one year or for the period of the contract, whichever is shorter.

c. TSA TSR Part 1542.209 applies to personnel engaged in work of this contract occurring within the AOA or secured area, and reads in part as follows:

"…each airport operator must ensure that no individual is granted unescorted access authority unless

the individual has undergone a fingerprint-based criminal history records check (CHRC) that does

not disclose that he or she has a disqualifying criminal offense."

d. Obtain from City Engineer and fill out one security badge application package for each Airport (application form and all associated paperwork) per person (including subcontractors' personnel) needing unescorted access in security areas.

Page 524: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

AIRPORT TEMPORARY CONTROLS Project No. 460C

AIRPORT TEMPORARY CONTROLS

01506-4 ver. 4-24-2014

May 2018

e. Contact the airport ID badging office to arrange for collection and submittal of fingerprints. Prepare and maintain a file for each applicant, including a copy of the completed application. Keep in Contractor's main office until expiration of the warranty period. (1) Short-term or temporary personnel are permitted in security areas but only

under constant escort by a properly badged escort, who shall have no duty other than to escort short-term or temporary personnel.

(2) Badged and escorted personnel are limited to access to and from work areas and shall remain in the work area.

(3) Personnel under constant escort shall be continuously observed by and in the immediate company of badged personnel.

(4) City Engineer may limit the number of badged personnel and personnel under constant escort.

f. Submit completed applications to City Engineer for further review. g. Attend required security training sessions at each Airport. h. Pick up completed badges and pay badging fees (as of December 2000, $50.00 per

badge for a 1-year period--verify fee and duration with Airport Manager). 5. Do not leave fence breaks unattended. Restore fence or erect equivalent secure

temporary fencing before departing the work area. 6. Provide proper identification on Contractor’s vehicles permitted in AOA.

1.09 SAFETY REQUIREMENTS

A. Contractor and not City, City Engineer or Designer is solely and without qualification responsible for observation and compliance with safety regulations without reliance or superintendence of or direction by City, City Engineer or Designer.

B. Safety measures, including but not limited to safety of personnel, provision of first-aid equipment, installation, operation and removal of temporary ventilation and safety equipment, in the Contract Documents are a subsidiary obligation of Contractor compensated through Technical Specifications G-102 Safety and Security.

C. Follow Document 00700- General Conditions Paragraph 10.1 and this Section for safety plan and procedures.

D. Prepare a written detailed SPCD for the Work describing: 1. Specific methods used to maintain airport safety procedures, based on requirements of

the Contract Documents, airport procedures, FAA/TSA requirements and Contractor's own safety and security program.

2. Contractor's emergency procedures in event of following minimum set of circumstances: airport's-, tenants'- or Contractor's on-site property damage; accidents; fire emergency; medical emergency; Airport Manager's intervention in construction operations; detainment or arrest of unauthorized Contractor's employees and subcontractors in Security areas; discovery of hazardous materials.

3. Provisions for temporary removal of security fencing (including culvert and drainway grates). Include proposed actions to prevent entry of people or animals into security areas when security fence is breached. Do not breach fencing without approval.

4. Requirements for closing safety areas. 5. Submit draft SPCD at the Preconstruction Conference, following Section 01312-

Coordination and Meetings. E. City Engineer will review the SPCD program with FAA and ATCT for compliance with

applicable regulations. If the plan fails to demonstrate compliance, modify it until approval is obtained.

Page 525: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C AIRPORT TEMPORARY CONTROLS

AIRPORT TEMPORARY CONTROLS

01506-5 ver. 4-24-2014

May 2018

F. Contractor's Safety Officers: Refer to Section 01550 – Public Safety & Contractor Safety Staffing, Paragraph 1.05, Contractor’s Safety Staffing Requirements.

G. Submit final SPCD at the first Progress Meeting following Section 01312- Coordination and Meetings. 1. Include in the SPCD Contractor's response to trench safety requirements following

Section 01561- Trench Safety System. H. Follow applicable Federal, State and local safety codes and statutes and with proper

construction practice. Establish and maintain procedures for safety of work, personnel and products involved in the Work.

I. Follow Texas Occupational Safety Act (Art. 5182a, V.C.S.) and promulgations of Secretary of Labor under Section 107 of Contract Work Hours and Standards Act, published in 29 CFR Part 1926 and adopted by Secretary of Labor as occupational safety and health standards under the Williams-Steiger Occupational Safety and Health Act of 1970. Follow other legislation enacted for safety and health of Contractor employees. These safety and health standards apply to Contractor, Subcontractors and Suppliers and their respective employees.

J. Immediately notify City Engineer of investigation or inspection by Federal Safety and Health inspectors of the Work or place of work on the job site, and after such investigation or inspection inform City Engineer of results. Submit 1 copy of accident reports to City Engineer within 10 days of date of inspection.

K. Protect areas occupied by workmen by the best available devices for detection of lethal and combustible gases. Frequently test devices to assure their functional capability. Monitor liquids and gases infiltrating into work areas for visual or odor evidences of contamination. Take immediate appropriate steps to seal off entry of contaminants into to the Work.

L. Maintain coordination with City's Police and Fire Departments during the Work. 1.10 EMERGENCY PROCEDURES

A. If an emergency situation occurs, including involvement in or witness to aircraft or motor vehicle emergencies and emergencies involving other parties or property regardless of fault, or a violation of requirements of this Section, or a violation of FAA/TSA regulations, take one or more of the following minimum actions as appropriate to the situation.

B. Immediately report to City Engineer accident or damage to pavement, buildings, utilities, and vehicles involving or caused by Contractor, Subcontractors, Suppliers, personnel, equipment or others.

C. In general: 1. Immediately notify HFD or HPD (public areas) as appropriate and applicable to location

of emergency. 2. Notify City Engineer by telephone or in person. 3. Stop work in the area. Secure site as required to prevent further damage to property and

persons. 4. Evacuate non-essential personnel from the scene. Keep involved personnel and

witnesses on-site until otherwise directed by City Engineer or security officers. 5. Impound involved vehicles in "as-is condition" until otherwise directed. 6. Do not resume work in the area until released by City Engineer.

D. For discovery of actual or suspected hazardous material contamination, proceed with Paragraph B above while simultaneously initiating Contractor's own hazardous material response program.

E. Follow City Engineer's instructions for emergencies affecting the Work but occurring outside the Contract Limits. Certain situations may require the Work or work to be temporarily stopped under provisions of Document 00700- General Conditions. 1. Maintain a log documenting cost and time impact of the stop-work order.

Page 526: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

AIRPORT TEMPORARY CONTROLS Project No. 460C

AIRPORT TEMPORARY CONTROLS

01506-6 ver. 4-24-2014

May 2018

2. Submit data to the City Engineer in form as instructed at that time.

1.11 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)

The Construction Safety and Phasing Plan (CSPP) sets forth guidelines and requirements for the

project to help ensure the highest levels of safety, security and efficiency at the airport at the time

of construction. Guidelines and requirements for the CSPP are developed from FAA Advisory

Circular (AC) 150/5370-2F, Operational Safety on Airports During Construction, except as

modified herein by those requirements li8sted above.

The CSPP is a single document to be used by all personnel involved in the project. The CSPP

covers the actions of not only the construction personnel and equipment, but also the action of

inspection personnel and airport staff.

Additionally, The Contractor shall develop and submit, for review and approval, a draft Safety

Plan Compliance Document (SPCD), at the pre-construction meeting and the final SPCD at the

first progress meeting following Section 01312 – Coordination and Meetings.

The SPCD shall comply with the provisions and requirements required by the Airport, those

requirements outlined in the CSPP and with those requirements outlined in FAA AC 150/5370-

2F. The SPCD must also include a certified statement by the Contractor that indicates its

understanding of those operational safety and security requirements. The certified statement must

also assert that the Contractor will not deviate from the approved CSPP and SPCD unless written

approval is granted by the Airport.

Implementation of the CSPP and SPCD will minimize interruptions to airport operations, reduce

construction costs, and maximize the performance and safety of construction activity. Strict

adherence to the provisions of the CSPP and SPCD by all personnel assigned to or visiting the

construction site is mandatory. In the event Contractor activities are found in non-compliance

with the provisions of the CSPP and/or the SPCD, the Airport or its duly authorized

representative will direct the Contractor, in writing, to immediately cease operations in violation.

In addition a safety meeting will be conducted for the purpose of reviewing those provisions in

the CSPP and/or SPCD which were violated. The Contractor will not be allowed to resume any

construction operations until the safety meeting has been conducted and the issue has been

addressed and corrected or resolved.

The CSPP is specifically made a part of this contract and has been included as an appendix to

this document.

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED)

END OF SECTION

Page 527: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TEMPORARY SIGNS

TEMPORARY SIGNS

01507-1 ver. 10-21-97

May, 2018

SECTION 01507

TEMPORARY SIGNS

PART 1- GENERAL

1.01 SECTION INCLUDES A. Temporary signs at construction access points. B. Maintenance. C. Removal. D. Project and Contractor identity signs are not permitted.

1.02 QUALITY ASSURANCE A. Design signs and supporting sign structure to remain in place and withstand 50 miles-per-

hour wind velocity. B. Sign Manufacturer/Maker/Painter: Experienced professional sign company. C. Finishes, Painting: Withstand weathering, fading, and chipping for duration of construction. D. Appearance: Fresh, new-looking, legible and neat look during the entire period during which

required.

1.03 SUBMITTALS A. Follow Section 01340- Shop Drawings, Product Data and Samples. B. Submit shop drawings including:

1. Signboards and Copy: Show to-scale size, dimensions, content, layout, font style and size, and colors.

2. Location of each sign during each phase (Section 01326 - Construction Sequencing) Construction Safety and Phasing Plan, Project plan sheets.

1.04 MEASUREMENT AND PAYMENT

A. Payment shall be as specified in Specification G-105 – Temporary Construction Items.

PART 2- PRODUCTS

2.01 TEMPORARY SIGNS FOR ACCESS POINTS A. Posts for Exterior Signs: New 4x4 inch moisture-resistant-treated wood or 2-1/2-inch

diameter by 12-foot long galvanized steel. 1. Unpainted. 2. Fabricate to length required for 3-foot direct-bury plus aboveground length required for

proper height of signboard mounting. 3. Furnish number of posts as required for proper support of signboard

B. Signboards: 1. For Exterior Signs: 3/4-inch-thick exterior grade medium density overlay (MDO)

plywood, or 3/16-inch sheet aluminum. Paint background white as shown on Drawings. a. Contractor's Option: Use colored vinyl film in lieu of paint for aluminum.

C. Color Coating for Signboards and Hashmarks: Flat ultraviolet inhibited acrylic polyurethane or matte vinyl, all visible surfaces.

D. Copy and Borders: Flat color (color as scheduled) vinyl die-cut, Helvetica Medium typeface, size as shown or scheduled.

E. Rough Hardware: [For wood, galvanized steel or brass for fasteners and other hardware] [For aluminum, cadmium-plated steel or stainless steel].

Page 528: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TEMPORARY SIGNS Project No. 460C

TEMPORARY SIGNS

01507-2 ver. 10-21-97

May, 2018

F. Skid-mounted Signs: Allowed only when approved by the City Engineer. Approval does not release Contractor from responsibility of maintaining temporary signs on site and does not make City responsible for security of temporary signs.

2.03 SIGN FABRICATION

A. Fabricate signboards and install copy in the shop.

PART 3- EXECUTION

3.01 INSTALLATION A. Install temporary signs at construction area access points, including within security areas and

AOA, at following location: 1. As scheduled below. 2. Where shown on Drawings. 3. Where required by City Engineer. 4. To denote Haul Routes. Contractor shall use colored cones or reflective tape to denote

the limits of the Haul Route. Color to be approved by Engineer and correspond with the project specific color coding.

B. Install signs fully visible, legible, level and plumb.

3.02 MAINTENANCE A. Maintain signs and supports and markings clean. Repair deterioration and damage. B. Relocate signs as work progresses at each site, bid schedule, and/or phase as required at no

additional cost to the City.

3.03 REMOVAL A. Remove temporary sign work when control is no longer needed or as directed by City

Engineer.

3.04 MESSAGE SCHEDULE A. Construction Entrance Warning Sign: 3 by 2-foot signboard, white copy and border on black

background. Surface-mount on access gates through fences and on doors through barricades or enclosures; at 50 feet on center unless otherwise required by governing agencies:

NO ENTRANCE (4 inch) CONSTRUCTION AREA (4 inch)

(45-degree hash marks, full width) (2 inch) Hard Hat Required (2 inch)

Security Badge Required (2 inch)

B. Emergency Egress Sign: One-foot square signboard, white copy and border, with directional arrow, on black background. Surface-mount on fences, barricades or enclosures, or freestanding, spaced 50 feet on center along path of egress, unless otherwise required by governing agencies.

EXIT (4 inch)

(Arrow direction as appropriate to egress path) (6 inch)

END OF SECTION

Page 529: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C PUBLIC SAFETY & CONTRACTOR’S SAFETY STAFFING

PUBLIC SAFETY & CONTRACTOR SAFETY STAFFING

01550-1, ver. 3-9-05

May, 2018

DOCUMENT 01550

PUBLIC SAFETY & CONTRACTOR’S SAFETY STAFFING

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. Public Safety and Convenience B. General Requirements C. Street Markers and Traffic Control Signs D. Contractor’s Safety Staffing Requirements

1.02 RELATED SECTIONS

A. Section 00700- General Conditions B. Section 01506 – Airport Temporary Controls C. Section 01555 – Traffic Control & Regulations D. Section 01561 – Trench Safety System E. Technical Specification G-102 Safety and Security

F. Appendix A-Construction Safety and Phasing Plan (CSPP)

1.03 PUBLIC SAFETY AND CONVENIENCE

A. The Work in this Project is to be performed Within the Aircraft Operations Area (AOA) of the airport(s). Construction operations associated with this project have been broken into multiple bid schedules and phases of work. Due to the importance of maintaining airfield operations, safety and security during construction, it is the Contractor’s responsibility to be apprised of and fully implement the guidelines established for each phase of construction as detailed in Section 01508 – Airport Temporary Controls, Technical Specifications G-102 Safety and Security, the Construction Safety and Phasing Plan (CSPP), and the project plan set. The Contractor shall furnish and maintain appropriate barricades and signage, and any other necessary equipment as well implementing operational procedures required to maintain a safe work environment for the HAS employees, the public and construction staff working at the project site.

B. Contractor shall plan and execute his operations in a manner that will cause a minimum interference with other construction projects. This plan shall be detailed in the Contractor’s submitted Safety Plan Compliance Document (SPCD) at each Airport.

C. Signs, barricades and warning devices informing public of construction features will be placed and maintained by Contractor, who shall be solely responsible for their maintenance.

D. Contractor shall perform the necessary cleanup and finishing immediately after all or a portion of the Work is completed.

E. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times.

Page 530: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C PUBLIC SAFETY & CONTRACTOR’S SAFETY STAFFING

PUBLIC SAFETY & CONTRACTOR SAFETY STAFFING

01550-2, ver. 3-9-05

May, 2018

1.04 GENERAL REQUIREMENTS

A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U.S. Government which prohibit the pollution of any lake, stream, river, or wetland by dumping of any refuse, rubbish, dredge material, or debris therein.

B. The Contractor is specifically cautioned that disposal of materials into any water of the State must conform to the requirements of the Texas Natural Resource Conservation Commission (TNRCC), and any applicable permit from the US Army Corps of Engineers.

C. Waste material must be disposed of at sites approved by the Owner’s Representative and permitted by the City.

1.05 CONTRACTOR’S SAFETY STAFFING REQUIREMENTS

A. Refer to Section 00700 – General Conditions, Article 10 – Safety Precautions B. Refer to Appendix A – Construction Safety and Phasing Plan (CSPP) C. Refer to Technical Specification – G-102 Safety and Security

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED)

END OF DOCUMENT

Page 531: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC TTRRAAFFFFIICC CCOONNTTRROOLL AANNDD RREEGGUULLAATTIIOONN

TRAFFIC CONTROL AND REGULATION

01555-1, ver 1-27-04

May 2018

SECTION 01555

TRAFFIC CONTROL AND REGULATION

PART 1- GENERAL

1.01 SECTION INCLUDES

A. Signs, signals, lights and control devices. B. Flaggers. C. Construction parking control. D. Designated haul routes. E. Construction Traffic Control Plan. F. See also Section 01145- Use of Premises. G. See also Section 01506 – Airport Temporary Controls H. See also Specification G-102 – Safety and Security I. See also Construction Safety and Phasing Plan (CSPP)

1.02 DEFINITIONS

A. See Section 01312 – Coordination and Meetings for definition of terms related to Aircraft Operations Area (AOA).

B. Flagger: A person who has successfully fulfilled the “Certified Flagman” requirements set forth by the Texas Department of Transportation. Flagger certification may be achieved either through the Texas Department of Transportation, Texas Engineering Extension Services (TEEX), the City of Houston’s E.B Cape Training Center, or by a trained and certified flagger instructor, employed by the Contractor. The certified flagger must carry proof of certification while performing flagger duties. The certified flagger will be required to wear a distinctive, bright colored vest and be equipped with appropriate flagging and communication devices. He/she must be fluent in English (speaking, reading, writing), with Spanish an advantageous, but not required, primary or secondary language. Flaggers must be badged and must have successfully completed the airport flagger training instruction by Airport Operations, in addition to the regular badge and movement training, prior to performing in that capacity on airport property. Gate guards and escorts shall be considered under the Flagger classification and shall be subject to the same requirements as Flagger.

C. Peace Officer: A licensed police officer actively employed in a full-time capacity as a peace officer, working on average, minimum 32 paid hours per week, at a rate not less than the prevailing minimum rate following the Federal Wage and Hour Act, and entitled to full benefits as a peace officer, and who receives compensation for private employment as an individual employee or independent contractor. Private employment may be either in employee-employer relationship or on an individual contractual basis. He/she must be fluent in English (speaking, reading, writing) with Spanish an advantageous, but not required, primary or secondary language.

D. Uniformed Flagger: A peace officer trained in traffic control and familiar with George Bush Intercontinental Airport roadway traffic patterns and airport operation procedures. A uniformed flagger may not be a reserve peace officer. The use of Uniformed Flaggers are not prohibited, but is not specifically required, for this project. The use of Uniformed Flaggers shall be at the Contractor’s discretion at no additional cost to the Owner.

Page 532: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

TTRRAAFFFFIICC CCOONNTTRROOLL AANNDD RREEGGUULLAATTIIOONN PPrroojjeecctt NNoo.. 446600CC

TRAFFIC CONTROL AND REGULATION

01555-2, ver 1-27-04

May 2018

1.03 SUBMITTALS

A. For Contractor-proposed changes to Traffic Control and Regulation shown on Drawings, permitted only in order to reduce construction time and cost through re-sequencing the Work, prepare plan drawings and supplement with product literature, narrative description, and construction schedule.

1.04 MEASUREMENT AND PAYMENT

A. Traffic Control and Regulation, excluding Flagger: Measurement is on a lump sum basis, including submittal of Contractor-proposed changes. Payment will be made based on schedule of values and percent of work complete.

B. Flagger: Measurement and Payment will be made based on schedule of values and percent of work complete under Specification G-105 Temporary Construction Items.

C. Follow Section 01290- Payment Procedures.

1.05 CONSTRUCTION TRAFFIC CONTROL PLAN AND PROCEDURES

A. Develop a written and graphic detailed Construction Traffic Control plan.The Construction Traffic Control plan shall be considered incidental to the pay items described under Specification G-102 – Safety and Security. The plan shall at a minimum address and describe the following: 1. Rerouting of public roadway and AOA roadway traffic (outside safety areas) showing

route, duration, and methods for change over from one route to the other and return to normal.

2. Product Deliveries: Location, space required and duration for temporary off-loading along public roadways or curbsides and along AOA roadways and around buildings adjacent to aprons, and route through occupied building interiors.

3. Barricade locations and duration of installation. Submit barricade construction details following Section 01505- Temporary Facilities.

4. Maintain, update and obtain approval for changes.

PART 2- PRODUCTS

2.01 SIGNS, SIGNALS, AND DEVICES

A. Furnish traffic cones, drums, barricades and traffic intersection lights, including control devices in AOA, following TMUTCD.

2.02 FLAGGERS AND OTHER PERSONNEL

A. Provide certified flaggers in number, at assigned, locations, and for durations as required to regulate even flow of vehicular and pedestrian traffic affected by construction activities.

B. Employ other personnel, i.e. uniformed peace officers, to take the additional steps required to protect the Work and public, or when specifically requested by Airport Operations personnel through the City Engineer to assist flaggers in the regulating of airport roadway traffic. The uniformed peace officer will coordinate with City Engineer, contractor, and/or Airport Operations personnel, as appropriate, prior to beginning shift.

C. Use of flaggers or peace officers does not reduce responsibility for damage for which the contractor would otherwise be liable.

Page 533: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

PPrroojjeecctt NNoo.. 446600CC TTRRAAFFFFIICC CCOONNTTRROOLL AANNDD RREEGGUULLAATTIIOONN

TRAFFIC CONTROL AND REGULATION

01555-3, ver 1-27-04

May 2018

PART 3- EXECUTION

3.01 GENERAL

A. Install traffic control devices, including flaggers, at approaches to site and on site, at crossroads, detours, parking areas, at AOA, at construction entrances, and elsewhere as required in the project plan set to direct construction and affected public traffic, aircraft and GSE, or where directed by City Engineer and/or Airport operations personnel.

B. As directed by appropriate authority, e.g., City Engineer, employ additional uniformed peace officers to supplement the flaggers when performing a total terminal area road closure, detour, or overnight activity that affects existing traffic patterns. The uniformed peace officer will coordinate with City Engineer, contractor, and/or Airport Operations personnel, as appropriate, prior to beginning shift.

C. Install and operate traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor’s control, and areas affected by Contractor’s operations.

D. Install warning lights on traffic control devices for use during hours of low visibility to delineate traffic lanes and to guide traffic. Do not use flares or flame pots.

E. Relocate traffic controls as Work progresses, to maintain effective traffic control.

3.02 HAUL ROUTES

A. Confine construction traffic to designated haul routes. B. Regulate construction traffic along haul routes. Minimize interference with public traffic. C. Follow Texas State Highway and Public Transportation load limits of roadways. D. The contractor shall use colored cones or reflective tape easily visible from 150-feet to

denote the limits of the haul route.

3.03 PUBLIC ROADS AND TERMINAL AREA OADS

A. Abide by laws and regulations of governing authorities when using roads. B. Maintain road lane use as follows, unless otherwise permitted by Airport Manager or Airport

Operations personnel, as coordinated through City Engineer. 1. All on-airport road lanes (outside Terminal area) available from 0500 to 0900 hours, and

from 600 to 1900 hours; minimum two lanes in each direction at all times. C. Maintain access at driveways. Do not block any vehicle or pedestrian traffic area without

obtaining prior approval from the Houston Airport System. Any unusual or otherwise unforeseen activity will require forty-eight (48) hours of notification to the City Engineer as well as Airport Operations personnel. Traffic control meetings are held weekly, at a day, time, and location to be identified during the pre-construction conference. Contractor shall attend these meetings to coordinate all roadway traffic impacts. Contractor must present detailed traffic control/coordination plan, including drawings, written narrative, etc., with dates, times, and durations of proposed activities. This plan must be presented a minimum of three weeks prior to intended activity.

D. Maintain roads on airport property clean at all times. Broom or wash as required. At Terminal area roads, follow behind haul vehicles and immediately clean up roads and debris and foreign material resulting from construction operations is deposited.

E. Follow City of Houston Ordinance 5705, Construction or Demolishing Privileges

Page 534: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

TTRRAAFFFFIICC CCOONNTTRROOLL AANNDD RREEGGUULLAATTIIOONN PPrroojjeecctt NNoo.. 446600CC

TRAFFIC CONTROL AND REGULATION

01555-4, ver 1-27-04

May 2018

3.04 CONSTRUCTION PARKING CONTROL

A. Control vehicular parking to prevent interference with public traffic and parking, access by emergency vehicles, and airport operations.

B. Prevent construction personnel's vehicles in revenue-producing facilities. Maintain vehicular access to and through construction parking areas.

C. Do not park on or adjacent to roadways or curbsides. D. Comply with all security directives with regard to parking in the Terminal area

3.05 REMAINING EXISTING CONTROL AND REGULATION DEVICES

A. Leave existing control and regulation devices in place and properly operating and visible during construction, unless indicated for removal or otherwise permitted.

B. Repair damage resulting from construction operations.

3.06 REMOVAL OF EXISTING CONTROL AND REGULATION DEVICES

A. Contact City of Houston Signal Shop Dispatcher at 713-803-3004 before removing or deactivating existing control and regulation devices.

B. Remove designated or permitted existing control and regulation devices following Section 01731.

C. Unless otherwise indicated or directed, remove existing lane striping and reflective buttons in conflict with temporary control and regulation devices. Install matching temporary lane striping and reflective buttons, maintain during construction, remove after construction is complete, and install permanent matching lane striping and reflective buttons.

3.07 BRIDGING TRENCHES AND EXCAVATIONS IN ROADS

A. Follow Section 01505- Temporary Facilities.

3.08 REMOVAL OF TEMPORARY CONTROL AND REGULATION

A. Remove controls and regulation when no longer required. Repair damage caused by installation.

B. Remove post settings to a depth of 2-feet.

END OF SECTION

Page 535: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TRENCH SAFETY SYSTEM

TRENCH SAFETY SYSTEM 01561-1 ver. 3-10-06

May, 2018

SECTION 01561

TRENCH SAFETY SYSTEM PART 1- GENERAL 1.01 SECTION INCLUDES

A. Trench safety system for construction of trench excavations. B. Trench safety system for excavations governed by State and Federal trench safety laws.

1.02 MEASUREMENT AND PAYMENT

A. For Unit-Price-based Contact: 1. Measurement for trench safety systems used on trench excavations is on a linear foot

basis measured along the trench centerline, including manholes and other line structures. B. For Stipulated-Price-based Contract:

1. Measurement for trench safety systems used on trench excavations, and measurement for Special Shoring shown on Drawings, if any of the latter, is on a lump sum line-item basis for each separate trench requiring trench safety.

2. Payment for trench safety work will be made in proportion to percent complete of each type of trench safety work, on a line-item basis. Include in Document 00410 the value for trench safety work for each separate trench requiring trench safety.

C. Follow Section 01255- Modification Procedures. 1.03 DEFINITIONS

A. Trench: A narrow excavation (in relation to its depth) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet.

B. Trench safety system requirements will apply to larger open excavations if erection of structures or other installations limits space between the excavation slope and the installation to dimensions equivalent of a trench, as defined.

C. Trench safety systems include both Protective Systems and Shoring Systems but are not limited to sloping, sheeting, trench boxes or trench shields, side rail systems, sheet piling, cribbing, bracing, dewatering or diversion of water to provide adequate drainage. 1. Protective System: A method of protecting employees from cave-ins, from material that

could fall or roll from an excavation face or into an excavation, or from the collapse of an adjacent structure.

2. Shoring System: A structure that supports the sides of an excavation and which is designed to prevent cave-ins, or to prevent movement of ground affecting adjacent installations or improvements.

3. Special Shoring: A shoring system meeting Special Shoring requirements for locations shown on Drawings.

1.04 SUBMITTALS

A. Follow Section 01340- Shop Drawings, Product Data and Samples.

Page 536: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

TRENCH SAFETY SYSTEM Project No. 460C

TRENCH SAFETY SYSTEM 01561-2 ver. 3-10-06

May 2018

B. Submit a safety program specifically for construction of trench excavation. Design the trench safety program following OSHA 29CFR standards governing presence and activities of individuals working in and around trench excavations and following Special Shoring requirements shown on Drawings.

C. Have construction and shop drawings for trench safety systems sealed as required by OSHA by a licensed professional engineer retained and paid by Contractor.

D. Review of the safety program by City Engineer will only be in regard to compliance with this Section and will not constitute approval by City Engineer nor relieve Contractor of obligations under State and Federal trench safety laws.

1.05 REGULATORY REQUIREMENTS

A. Install and maintain trench safety systems following Excavations, Trenching, and Shoring, Federal Occupation Safety and Health Administration (OSHA) Standards, 29CFR, Part 1926, Subpart P, as amended, including Final Rule, published in Federal Register Vol. 54, No. 209 on Tuesday, October 31, 1989, including Sections 1926-650 through 1926-652, all of which is hereby incorporated, by reference, into this Section.

B. A reproduction of the OSHA standards included in "Subpart P - Excavations" from the Federal Register Vol. 54, No. 209 is available upon request of Bidders and Contractor. City assumes no responsibility for accuracy of the reproduction. Contractor is responsible for obtaining a copy of the referenced section of the Federal Register.

C. Legislation enacted by Texas Legislature regarding Trench Safety Systems, is hereby incorporated, by reference, into this Section. Refer to Texas Health and Safety Code Ann., 756.021 (Vernon 1991).

1.06 Indemnification

A. Indemnify and hold harmless City, its employees, and agents from any and all damages, costs (including, without limitation, legal fees, court costs, and the cost of investigation), judgements or claims by anyone for injury or death of persons resulting from collapse or failure of trenches constructed under this Contract.

B. Contractor acknowledges and agrees this indemnity provision provides indemnity for City in case City is negligent either by act or omission in providing for trench safety, including, but not limited to safety program and design reviews, inspections, failure to issue stop work orders, and the hiring of Contractor.

PART 2- PRODUCTS (Not Used) PART 3- EXECUTION 3.01 INSTALLATION

A. Install and maintain trench safety systems following provisions of OSHA 29CFR. B. Install specially designed trench safety systems following Contractor's trench excavation

safety program for locations and conditions identified in the program. Install Special Shoring at locations shown on Drawings.

C. Obtain verification from a competent person, as identified in Contractor's trench excavation safety program, trench boxes and other pre-manufactured systems are certified for actual installation conditions.

Page 537: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C TRENCH SAFETY SYSTEM

TRENCH SAFETY SYSTEM 01561-3 ver. 3-10-06

May, 2018

3.02 INSPECTION

A. Conduct daily inspections by Contractor or Contractor's independently retained consultant, of trench safety systems to ensure installed systems and operations meet OSHA 29CFR and other personnel protection regulations requirements.

B. If evidence of possible cave-ins or slides is apparent, immediately stop work in the trench and move personnel to safe locations until necessary precautions are taken by Contractor to safeguard personnel.

C. Maintain permanent record of daily inspections. 3.03 FIELD QUALITY CONTROL

A. Verify specific applicability of selected or specially designed trench safety systems to field conditions encountered at each trench.

END OF SECTION

Page 538: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS TRENCH SAFETY SYSTEM Project No. 460C

TRENCH SAFETY SYSTEM 01561-4 ver. 3-10-06

May 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 539: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIR Project No. 460C HOU

STORM WATER POLLUTION

PREVENTION CONTROL

01570-1

ver. 01-26-2012

SECTION 01570

STORM WATER POLLUTION PREVENTION CONTROL

PART 1 G E N E R A L

1.01 SECTION INCLUDES

A. Implementation of Storm Water Pollution Prevention Plans (SWP3) described in Section 01410 – TPDES Requirement.

B. Installation, maintenance and removal, of storm water pollution prevention structures: diversion dikes, interceptor dikes, diversion swales, interceptor swales, down spout extenders, pipe slope drains, paved flumes and level spreaders. Structures are used during construction and prior to final development of the site.

C. Filter Fabric Barriers: 1. Type 1: Temporary filter fabric barrier for erosion and sediment control in

non-channelized flow areas. 2. Type 2: Temporary reinforced filter fabric barrier for erosion and

sediment control in channelized flow areas. D. Hay Bale Fence. E. Drop Inlet Basket F. Inlet Sediment Traps G. Brush Berm H. Sand Bag Barrier I. Bagged Gravel Barrier J. Sediment Basin K. Inlet Protection Barrier

1.02 MEASUREMENT AND PAYMENT

A. UNIT PRICES 1. Payment for filter fabric barrier is on a linear foot basis measured

between limits of beginning and ending of stakes.

2. Payment for reinforced filter fabric barrier is on a linear foot basis measured between limits of beginning and ending of stakes.

3. Payment for drop inlet baskets is on a unit price basis for each drop inlet basket.

4. Payment for storm inlet sediment traps is on a unit price basis for each storm inlet sediment trap.

5. Payment for storm water pollution prevention structures is on a lump sum basis for the project. Earthen structures with outlet and piping include diversion dikes, interceptor dikes, diversion swales, interceptor swales, and excavated earth-outlet sediment trap, embankment earth-outlet sediment trap, down spout extenders, pipe slope drains, paved flumes, stone outlet sediment trap, and level spreaders.

Page 540: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

STORM WATER POLLUTION

PREVENTION CONTROL AIRFIELD PAVEMENT REPAIRS Project No. 460C HOU

01570-2

ver. 01-26-2012

6. Payment for hay bale barrier, if included in Document 00410 - Bid Form, is

on a linear foot of accepted bale barriers, if not include in cost of storm water pollution prevention structures.

7. Payment for brush berm, if included in Document 00410 - Bid Form, is on a linear foot of accepted brush berm, if not include in cost of storm water pollution prevention structures.

8. Payment for sandbag barrier, if included in Document 00410 - Bid Form, is on a linear foot basis measured between limits of beginning and ending of sandbags, if not include in cost of storm water pollution prevention structures.

9. Payment for bagged gravel barrier, if included in Document 00410 - Bid Form, is on a linear foot basis measured between limits of beginning and ending of bagged gravel barrier, if not include in cost of storm water pollution prevention controls.

10. Payment for inlet protection barriers, if included in Document 00410 - Bid Form, is on a linear foot basis measured along outside face of inlet protection barrier, if not include in cost of storm water pollution prevention structures.

11. Refer to Section 01270 - Measurement and Payment for unit price procedures.

B. Stipulated Price (Lump Sum) Contract. If Contract is Stipulated Price Contract, payment for Work in this Section is included in total Stipulated

1.03 REFERENCE STANDARDS A. ASTM

1. A 36 – Standard Specification for Carbon Structural Steel. 2. D698 – Standard Test Methods for Laboratory Compaction Characteristics of Soil

Using Standard Effort (12,400 ft-lbf/ft3 (600kN-m/m3)). 3. D3786 – Standard Test Method for Hydraulic Bursting Strength for knitted Goods

and Nonwoven Fabrics. 4. D 4355 - Standard Test Method for Deterioration of Geotextiles from

Exposure to Ultraviolet Light and Water (Xenon-Arc Type Apparatus). 5. D 4491 - Standard Test Methods for Water Permeability of Geotextiles

by Permittivity. 6. D 4632 - Standard Test Method for Grab Breaking Load and

Elongation of Geotextiles. 7. D 4833 - Standard Test Method for Index Puncture Resistance of

Geotextiles, Geomembranes, and Related Products. 8. D 6382 - Standard Practice for Dynamic Mechanical Analysis and

Thermogravimetry of Roofing and Waterproofing Membrane Material.

B. Storm Water Management Handbook for Construction Activities prepared by City of Houston, Harris County and Harris County Flood Control District.

Page 541: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIR Project No. 460C HOU

STORM WATER POLLUTION

PREVENTION CONTROL

01570-3

ver. 01-26-2012

1.04 SYSTEM DESCRIPTIONS

A. Filter Fabric Barrier Type 1 and Type 2: Install to allow surface or channel runoff percolation through fabric in sheet-flow manner and to retain and accumulate sediment. Maintain Filter Fabric Barriers to remain in proper position and configuration at all times.

B. Hay Bale Fence: Install to allow surface runoff percolation through hay in sheet-flow manner and to retain and accumulate sediment. Maintain Hay Bale Fence to remain in proper position and configuration at all times.

C. Interceptor Dikes and Swales: Construct to direct surface or channel runoff around the project area or runoff from project area into sediment traps.

D. Drop Inlet Baskets: Install to allow runoff percolation through the basket and to retain and accumulate sediment. Clean accumulation of sediment to prevent clogging and backups.

E. Sediment Traps: Construct to pool surface runoff from construction area to allow sediment to settle onto the bottom of trap.

F. Sand Bags: Are used during construction activities in unstabilized minor swales, ditches, or streambeds when the contributing drainage area is no greater than 2 acres. It is also sediment barrier for stage one Inlet.

G. Bagged Gravel Barrier: Are used during construction activities in unstabilized minor swales, ditches, or streambeds when the contributing drainage area is no greater than 2 acres. It is also sediment barrier for stage two Inlet.

H. Drop Inlet Insert Basket: Is a temporary barrier placed within a storm drain inlet (Lower Portion of Stage I and Upper Portion of Stage II Inlets) consisting of a filter fabric supported by a metal frame work to prevent sediment and other pollutants from entering convey system.

I. Brush Berm: Brush Berm is constructed at the perimeter of a distribute site within the developing area.

1.05 SUBMITTALS

A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's literature for product specifications and installation

instructions. C. Submit manufacturer’s catalog sheets and other product data on geotextile or

filter fabrics, outlet pipe, perforated riser and connectors. D. Submit proposed methods, equipment, materials, and sequence of operations

for storm-water pollution prevention structures. E. Submit shop drawings for Drop Inlet Baskets.

PART 2 P R O D U C T S

2.01 CONCRETE

A. Concrete: Class B in accordance with FAA Item P-610 – Structural Portland Cement Concrete, or as shown on the Drawings.

2.02 AGREGATE MATERIALS

Page 542: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

STORM WATER POLLUTION

PREVENTION CONTROL AIRFIELD PAVEMENT REPAIRS Project No. 460C HOU

01570-4

ver. 01-26-2012

A. Use poorly graded cobbles with diameter greater than 3 inches and less than

5 inches.

B. Provide gravel lining in accordance with Section 2320 – Utility Backfill Materials or as shown on the drawings.

C. Provide clean cobbles and gravel consisting of crushed concrete or stone. Use clean, hard crushed concrete or stone free from adherent coatings, salt, alkali, dirt, clay, loam, shale, soft or flaky materials, or organic matter.

D. Sediment Pump Pit Aggregate: Use nominal 2-inch diameter river gravel.

2.03 PIPE

A. Polyethylene culvert pipe or PVC sewer pipe as shown on the Drawings. B. Inlet Pipes: Galvanized steel pipe as shown on the Drawings. C. Standpipe for Sediment Pump Pits: Galvanized round culvert pipe or round PVC pipe,

minimum of 12-inch and a maximum of 24-inch diameter, perforate at 6 to 12 inch centers around circumference.

2.04 GEOTEXTILE FILTER FABRIC

A. Woven or nonwoven geotextile filter fabric made of either polypropylene,

polyethylene, ethylene, or polyamide material, in continuous rolls of longest practical length.

B. Grab Strength: 100 psi in any principal direction (ASTM D-4632), Mullen burst strength >200 psi (ASTM D-3786), and equivalent opening size between 50 and 140.

C. Furnish ultraviolet inhibitors and stabilizers for minimum 6 months of expected usable construction life at temperature range of 0 degrees F to 120 degrees F.

D. Mirafi, Inc., Synthetic Industries, or equivalent

2.05 BARRIER

A. Wire Barrier: Woven galvanized steel wire, 14 gauge by 6-inch square mesh spacing, minimum 24 inch roll or sheet width of longest practical length.

B.Barrier Stakes: Nominal 2 by 2 inch moisture-resistant treated wood or steel posts (min. of 1.25 lbs. per linear foot and Brinell Hardness greater than 140) with safety caps on top; length as required for minimum 8 inch bury and full height of filter fabric.

2.06 SANDBAGS

A. Provide woven material made of polypropylene, polyethylene, or polyamide

material.

1. Minimum unit weight of four ounces per square yard. 2. Minimum grab strength of 100 lbs in any principal direction (ASTM

D4632) 3. Mullen burst strength exceeding 300 lbs (ASTM D4833).

Page 543: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIR Project No. 460C HOU

STORM WATER POLLUTION

PREVENTION CONTROL

01570-5

ver. 01-26-2012

4. Ultraviolet stability exceeding 70 percent. After 500 hours of exposure (ASTM 4355).

5. Size: Length:18 to 24 inches. Width: 12 to 18 inches. Thickness: 6 to 8 inches. Weight: Approximately 40 to 50 pounds not to exceed 75

pounds.

2.07 Bagged gravel Barrier

1. Minimum unit weight of four ounces per square yard. 2. Minimum grab strength of 100 lbs in any principal direction (ASTM

D4632) 3. Mullen burst strength exceeding 300 lbs (ASTM D4833). 4. Ultraviolet stability exceeding 70 percent. After 500 hours of exposure

(ASTM 4355). 5. Size: Length:18 to 24 inches. Width: 12 to 18 inches. Thickness: 6 to 8

inches. Weight: Approximately 40 to 50 pounds not to exceed 75 pounds.

2.08 DROP INLET BASKET

A. Provide steel frame members in accordance with ASTM A36. B. Construct top frame of basket with two short sides of 2 inch by 2 inch and single

long side of 1 inch by 1 inch, 1/8 inch angle iron. Construct basket hangers of 2 inch by 1/4 inch iron bars. Construct bottom frame of 1 inch by 1/4 inch iron bar or 1/4 inch plate with center 3 inches removed. Use minimum 1/4 inch diameter iron rods or equivalent for sides of inlet basket.

Weld minimum of 14 rods in place between top frame/basket hanger and bottom frame. Exact dimensions for top frame and insert basket will be determined based on dimensions of type of inlet being protected.

2.09 HAY BALE

A. Hay: Standard-baled agricultural hay bound by wire, nylon, or polypropylene rope. Do not use jute or cotton binding.

B. Hay Bale Stakes (applicable where bales are on soil): No. 3 (3/8 diameter) reinforcing bars, deformed or smooth at Contractor's option, length as required for minimum 18 inch bury and full height bales.

PART 3 E X E C U T I O N

3.01 PREPARATION, INSTALLATION AND MAINTEINANCE

A. Provide erosion and sediment control structures at locations shown on the

Drawings. B. Do not clear, grub or rough cut until erosion and sediment control systems are in place

unless approved by Project Manager to allow installation of erosion and sediment control systems, soil testing and surveying.

Page 544: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

STORM WATER POLLUTION

PREVENTION CONTROL AIRFIELD PAVEMENT REPAIRS Project No. 460C HOU

01570-6

ver. 01-26-2012

C. Maintain existing erosion and sediment control systems located within project site until

acceptance of Project or until directed by Project Manager to remove and discard existing system.

D. Regularly inspect and repair or replace damaged components of erosion and sediment control structures. Unless otherwise directed, maintain erosion and sediment control structure until project area stabilization is accepted. . Redress and replace granular fill at outlets as needed to replenish depleted granular fill. Remove erosion and sediment control structures promptly when directed by Project Manager. Dispose of materials in accordance with Section 01576 - Waste Material Disposal.

E. Remove and dispose sediment deposits at the designated spoil site for the Project. If a project spoil site is not designated on Drawings, dispose of sediment off site at approved location in accordance with Section 01576 - Waste Material Disposal.

F. Unless otherwise shown on the Drawings, compact embankments, excavations, and trenches in accordance with P-152 Excavation, Subgrade, and Embankment.

G. Prohibit equipment and vehicles from maneuvering on areas outside of dedicated right of way and easements for construction. Immediately repair damage caused by construction traffic to erosion and sediment control structures.

3.02 SEDIMENT TRAPS

A. Install sediment traps so that surface runoff shall percolate through system in sheet flow fashion and allow retention and accumulation of sediment.

B. Inspect sediment traps after each rainfall, daily during periods of prolonged rainfall, and at a minimum once each week. Repair or replace damaged sections immediately.

C. Use fill material for embankment in accordance with P-152 Excavation, Subgrade, and Embankment.

D. Excavation length and height shall be as specified on Drawings. Use side slopes of 2:1 or flatter.

E. Stone outlet sediment traps: 1. Maintain minimum of 6 inches between top of core material and top of stone

outlet, minimum of 4 inches between bottom of core material and existing ground and minimum of 1 foot between top of stone outlet and top of embankment.

2. Embed cobbles minimum of 4 inches into existing ground for stone outlet. Core shall be minimum of 1 foot in height and in width and wrapped in triple layer of geotextile filter fabric.

F. Sediment Basin with Pipe Outlet Construction Methods: Install outlet pipe and riser as shown on the Drawings.

G. Remove sediment deposits when design basin volume is reduced by one- third or sediment level is one foot below principal spillway crest, whichever is less.

Page 545: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIR Project No. 460C HOU

STORM WATER POLLUTION

PREVENTION CONTROL

01570-7

ver. 01-26-2012

3.03 FILTER FABRIC BARRIER CONSTRUCTION METHODS

A. Fence Type 1: Filter Fabric: Barrier

1. Install stakes 3 feet on center maximum and firmly embed minimum 8 inches in soil. If filter fabric is factory preassembled with support netting, then maximum support spacing is 8 feet. Install wood stakes at a slight angle toward the source of anticipated runoff.

2. Trench in the toe of the fence lines so the downward face of the trenches is flat and perpendicular to direction of flow. V-trench configuration as shown on Drawings may also be used.

3. Lay fabric along edges of trenches in longest practical continuous runs to minimize joints. Make joints only at a support post. Splice with minimum 6-inch overlap and seal securely.

4. Staple filter fabric to stakes at maximum 3 inches on center. Extend fabric minimum 18 inches and maximum 36 inches above natural ground.

5. Backfill and compact trench.

B. Barrier Type 2: Reinforced Filter Fabric Barrier

1. Layout barrier same as for Type 1. 2. Install stakes at 6 feet on center maximum and at each joint in wire

fence, firmly embedded 1-foot minimum, and inclined it as for Type 1. 3. Tie wire fence to stakes with wire at 6 inches on center maximum.

Overlap joints minimum one bay of mesh. 4. Install trench same as for Type 1. 5. Fasten filter fabric wire fence with tie wires at 3 inches on center

maximum. 6. Layout fabric same as for Type 1. Fasten to wire fence with wire ties

at 3 inches on center maximum and, if applicable, to stakes above top of wire fence it as for Type 1.

7. Backfill and compact trench. 8. Attach filter fabric to wooden fence stakes spaced a maximum of 6 feet apart

or steel fence stakes spaced a maximum of 8 feet apart and embedded a minimum of 12 inches. Install stakes at a slight angle toward source of anticipated runoff.

9. Trench in toe of filter fabric barrier with spade or mechanical trencher so that downward face of trench is flat and perpendicular to direction of flow. A V-trench configuration may also be used. Lay filter fabric along edges of trench. Backfill and compact trench upon completion of Construction.

10. Filter fabric fence shall have a minimum height of 18 inches and a maximum height of 36 inches above natural ground.

11. Cut length of fence to minimize use of joints. When joints are necessary, splice fabric together only at support post with minimum 6 inch overlap and seal securely.

12. When used in swales, ditches or diversions, elevation of barrier at top of filter fabric at flow line location in channel shall be lower than bottom elevation of filter fabric at ends of barrier or top of bank, whichever is less, in order to keep storm water discharge in channel from overtopping bank.

Page 546: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

STORM WATER POLLUTION

PREVENTION CONTROL AIRFIELD PAVEMENT REPAIRS Project No. 460C HOU

01570-8

ver. 01-26-2012

C. Triangular Filter Fabric Barrier Construction Methods

1. Attach filter fabric to wire fencing, 18 inches on each side. Provide a fabric cover and skirt with continuous wrapping of fabric. Skirt should form continuous extension of fabric on upstream side of fence.

2. Secure triangular fabric filter barrier in place using one of the following methods: a. Toe-in skirt 6 inches with mechanically compacted material; b. Weight down skirt with continuous layer of 3-inch to 5-inch graded

rock; or c. Trench-in entire structure 4 inches.

3. Anchor triangular fabric filter barrier structure and skirt securely in place using 6-inch wire staples on 2-foot centers on both edges and on skirt, or staked using 18-inch by 3/8-inch diameter re-bar with tee ends.

4. Lap fabric filter material by 6 inches to cover segment joints. Fasten joints with galvanized shoat rings.

3.04 DIKE AND SWALE

A. Unless otherwise indicated, maintain minimum dike height of 18 inches, measured from

cleared ground at up slope toe to top of dike. Maintain side slopes of 2:1 or flatter. B. Dike and Swale Stabilization: When shown on the Drawings, place gravel lining 3 inches

thick and compacted into the soil or 6 inches thick if truck crossing is expected. Extend gravel lining across bottom and up both sides of swale minimum height of 8 inches vertically, above bottom. Gravel lining on dike side shall extend up the up slope side of dike a minimum height of 8 inches, measured vertically from interface of existing or graded ground and up slope toe of dike, as shown on Drawings.

C. Divert flow from dikes and swales to sediment basins, stabilized outlets, or sediment trapping devices of types and at locations shown on Drawings. Grade dikes and swales as shown on Drawings, or, if not specified, provide positive drainage with maximum grade of 1 percent to outlet or basin.

D. Clear in accordance with P-101 Surface Preparation. Compact embankments in accordance with P-152 Excavation, Subgrade, and Embankment.

E. Carry out excavation for swale construction so that erosion and water pollution is minimal. Minimum depth shall be 1 foot and bottom width shall be 4 feet, with level swale bottom. Excavation slopes shall be 2:1 or flatter. Clear, grub and strip excavation area of vegetation and root material.

3.05 DOWN SPOUT EXTENDER

A. Down spout extender shall have slope of approximately 1 percent. Use pipe diameter

of 4 inches or as shown on the Drawings. Place pipe in accordance with Section 2317 - Bedding and Backfill for Utilities.

Page 547: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIR Project No. 460C HOU

STORM WATER POLLUTION

PREVENTION CONTROL

01570-9

ver. 01-26-2012

3.06 PIPE SLOPE DRAIN

A. Compact soil around and under drain entrance section to top of embankment in lifts

appropriately sized for method of compaction utilized. B. Inlet pipe shall have slope of 1 percent or greater. Use pipe diameter as shown on

the Drawings. C. Top of embankment over inlet pipe and embankments directing water to pipe shall be

at least 1 foot higher at all points than top of inlet pipe. D. Pipe shall be secured with hold-down grommets spaced 10 feet on centers. E. Place riprap apron with a depth equal to pipe diameter with 2:1 side slopes.

3.07 PAVED FLUME

A. Compact soil around and under the entrance section to top of the embankment in lifts

appropriately sized for method of compaction utilized. B. Construct subgrade to required elevations. Remove and replace soft sections and

unsuitable material. Compact subgrade thoroughly and shape to a smooth, uniform surface.

C. Construct permanent paved flumes in accordance with Drawings.

D. Remove sediment from riprap apron when sediment has accumulated to depth of one foot.

3.08 LEVEL SPREADER

A. Construct level spreader on undisturbed soil and not on fill. Ensure that spreader lip is

level for uniform spreading of storm runoff. B. Maintain at required depth, grade, and cross section as specified on Drawings.

Remove sediment deposits as well as projections or other irregularities which will impede normal flow.

3.09 INLET PROTECTION BARRIER

A. Place sandbags for Stage I, Bagged gravel for Stage II and filter fabric barriers at

locations shown on the SWP3. Maintain to allow minimal inlet in flow restrictions / blockage during storm event.

3.10 DROP INLET BASKET CONSTRUCTION METHODS

A. Fit inlet insert basket into inlet without gaps around insert at locations shown on the

SWP3. B. Support for inlet insert basket shall consist of fabricated metal as shown on Drawings. C. Push down and form filter fabric to shape of basket. Use sheet of fabric large enough

to be supported by basket frame when holding sediment and extend at least 6 inches past frame. Place inlet grates over basket/frame to serve as fabric anchor.

D. Remove sediment deposit after each storm event and whenever accumulation exceeds 1-inch depth during weekly inspections.

Page 548: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

STORM WATER POLLUTION

PREVENTION CONTROL AIRFIELD PAVEMENT REPAIRS Project No. 460C HOU

01570-10

ver. 01-26-2012

3.11 HAY BALE FENCE CONSTRUCTION METHODS

A. Place bales in row with ends tightly abutting adjacent bales. Place bales with bindings parallel to ground surface.

B. Embed bale in soil a minimum of 4 inches. C. Securely anchor bales in place with Hay Bale Stakes driven through bales a minimum of

18-inches into ground. Angle first stake in each bale toward previously laid bale to force bales together.

D. Fill gaps between bales with straw to prevent water from channeling between bales. Wedge carefully in order not to separate bales.

E. Replace with new hay bale fence every two months or as required by Project Manager.

3.12 BRUSH BERM CONSTRUCTION METHODS

A. Construct brush berm along contour lines by hand placing method. Do not use machine placement of brush berm.

B. Use woody brush and branches having diameter less than 2-inches with 6- inches overlap. Avoid incorporation of annual weeds and soil into brush berm.

C. Use minimum height of 18-inches measured from top of existing ground at upslope toe to top of berm. Top width shall be 24 inches minimum and side slopes shall be 2:1 or flatter.

D. Embed brush berm into soil a minimum of 4-inches and anchor using wire, nylon or polypropylene rope across berm with a minimum tension of 50 pounds. Tie rope securely to 18-inch x 3/8-inch diameter rebar stakes driven into ground on 4-foot centers on both sides of berm.

3.13 STREET AND SIDEWALK CLEANING

A. Keep areas clean of construction debris and mud carried by construction vehicles and equipment. If necessary, install stabilized construction exits at construction, staging, storage, and disposal areas, following Section 01575- Stabilized Construction Exit.

B. In lieu of or in addition to stabilized construction exits, shovel or sweep pavements as required to keep areas clean. Do not waterhose or sweep debris and mud off street into adjacent areas, except, hose sidewalks during off-peak hours, after sweeping.

3.14 WASTE COLLECTION AREAS

A. Prevent water runoff from passing through waste collection areas, and prevent water

runoff from waste collection areas migrating outside collection areas.

Page 549: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIR Project No. 460C HOU

STORM WATER POLLUTION

PREVENTION CONTROL

01570-11

ver. 01-26-2012

3.15 EQUIPMENT MAINTENANCE AND REPAIR

A. Confine maintenance and repair of construction machinery and equipment to areas

specifically designated for that purpose, so fuels, lubricants, solvents, and other potential pollutants are not washed directly into receiving streams or storm water conveyance systems. Provide these areas with adequate waste disposal receptacles for liquid and solid waste. Clean and inspect maintenance areas daily.

B. Where designated equipment maintenance areas are not feasible, take precautions during each individual repair or maintenance operation to prevent potential pollutants from washing into streams or conveyance systems. Provide temporary waste disposal receptacles.

3.16 VEHICLE/ EQUIPMENT WASHING AREAS

A. Install wash area (stabilized with coarse aggregate) adjacent to stabilized construction access, as required to prevent mud and dirt run-off. Release wash water into drainage swales or inlets protected by erosion and sediment controls. Build wash areas following Section 01575- Stabilized Construction access. Install gravel or rock base beneath wash areas.

B. Wash vehicles only at designated wash areas. Do not wash vehicles such as concrete delivery trucks or dump trucks and other construction equipment at locations where runoff flows directly into waterways or storm water conveyance systems.

C. Locate wash areas to spread out and evaporate or infiltrate wash water directly into ground, or collect runoff in temporary holding or seepage basins.

3.17 WATER RUNOFF AND EROSION CONTROL

A. Control surface water, runoff, subsurface water, and water from excavations and structures to prevent damage to the Work, the site, or adjoining properties. Follow environment requirements.

B. Control fill, grading and ditching to direct water away from excavations, pits, tunnels, and other construction areas, and to direct drainage to proper runoff courses to prevent erosion, sedimentation or damage.

C. Provide, operate, and maintain equipment and facilities of adequate size to control surface water.

D. Retain existing drainage patterns external to the site by constructing temporary earth berms, sedimentation basins, retaining areas, and temporary ground cover as required to control conditions.

E. Plan and execute construction and earth work to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. 1. Hold area of bare soil exposed at one time to a minimum. 2. Provide temporary controls such as berms, dikes, and drains.

F. Construct fill and waste areas by selective placement to eliminate surface silts or clays which will erode.

G. Inspect earthwork periodically to detect start of erosion. Immediately apply corrective measures as required to control erosion.

H. Dispose of sediments offsite, not in or adjacent to waterways or floodplains, nor allow sediments to flush into streams or drainage ways. Assume

Page 550: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

STORM WATER POLLUTION

PREVENTION CONTROL AIRFIELD PAVEMENT REPAIRS Project No. 460C HOU

01570-12

ver. 01-26-2012

responsibility for offsite disposal location. I. Unless otherwise indicated, compact embankments, excavations, and

trenches by mechanically blading, tamping, and rolling soil in maximum of 8- inch layers. Provide compaction density at minimum 90 percent Standard Proctor ASTM D-698-78 density. Make at least one test per 500 cubic yards of embankment.

J. Prohibit equipment and vehicles from maneuver on areas outside of dedicated rights- of-way and easements for construction. Immediately repair damage to erosion and sedimentation control systems caused by construction traffic.

K. Do not damage existing trees intended to remain.

3.18 REMOVAL OF CONTROLS

A. Remove erosion and sediment controls when the site is finally stabilized or as directed by Project Manager.

B. Dispose of sediments and waste products following Section 01505-Temporary Facilities.

END OF SECTION

Page 551: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS EERROOSSIIOONN AANNDD

PPrroojjeecctt NNoo.. 446600CC SSEEDDIIMMEENNTTAATTIIOONN CCOONNTTRROOLL

EROSION AND SEDIMENTATION CONTROL 01572-1 ver. 10-21-97

May 2018

SECTION 01572

EROSION AND SEDIMENTATION CONTROL

PART 1- GENERAL 1.01 SECTION INCLUDES

A. General erosion and sediment controls and other control-related practices. Provide and maintain erosion and sediment controls until the site is finally stabilized or as directed by City Engineer.

B. Filter Fabric Fences: 1. Type 1: Temporary filter fabric fences for erosion and sediment control in non-

channelized flow areas. 2. Type 2: Temporary reinforced filter fabric fences for erosion and sediment control in

channelized flow areas. C. Straw Bale Fence. D. Temporary vehicle and equipment fueling areas, which require erosion and sediment

controls, are specified in Section 01579. E. Dust controls are specified in Section 01506.

1.02 MEASUREMENT AND PAYMENT

A. Control of erosion and sedimentation is incidental to the Work. Include costs for control of erosion and sedimentation in the cost of work for which it is required.

1.03 REFERENCES

A. ASTM:

1. D3786 - Standard Test Method for Hydraulic Bursting Strength for Knitted Goods and Nonwoven Fabrics.

2. D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. 1.04 SYSTEM DESCRIPTIONS

A. Filter Fabric Fence Type 1 and Type 2: Install to allow surface or channel runoff percolation through fabric in sheet-flow manner and to retain and accumulate sediment. Maintain Filter Fabric Fences to remain in proper position and configuration at all times.

B. Straw Bale Fence: Install to allow surface runoff percolation through straw in sheet-flow manner and to retain and accumulate sediment. Maintain Straw Bale Fence to remain in proper position and configuration at all times.

1.05 SUBMITTALS

A. Follow Section 01340 - Shop Drawings, Product Data and Samples. B. Submit manufacturer’s catalog sheets and other product data on filter fabric and wire fencing.

PART 2 - PRODUCTS

Page 552: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

EERROOSSIIOONN AANNDD AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

SSEEDDIIMMEENNTTAATTIIOONN CCOONNTTRROOLL PPrroojjeecctt NNoo.. 446600CC

EROSION AND SEDIMENTATION CONTROL 01572-2 ver. 10-21-97

May 2018

2.01 EROSION CONTROL PRODUCTS AND SYSTEMS

A. Sandbags: Polypropylene, polyethylene, or polyamide woven fabric, with minimum unit weight of 4 ounces per square yard, Muller burst strength exceeding 300 psi, and ultraviolet stability exceeding 70 percent. Fill bags with bank-run sand.

B. Standpipe for Sediment Pump Pits: Galvanized round culvert pipe or round PVC pipe, minimum of 12-inch and a maximum of 24-inch diameter, perforate at 6 to 12 inch centers around circumference.

C. Sediment Pump Pit Aggregate: Nominal 2-inch diameter river gravel. D. Portable Sediment Tank System: Standard 55-gallon steel or plastic drums, free of

hazardous material contamination. 1. Shop or field fabricate tanks in series with main inlet pipe, intertank pipes and discharge

pipes, using quantities sufficient to collect sediments from discharge water. E. Straw: Standard-baled agricultural hay bound by wire, nylon, or polypropylene rope. Do not

use jute or cotton binding. F. Straw Bale Stakes (applicable where bales are on soil): No. 3 diameter concrete reinforcing

bars, deformed or smooth at Contractor's option, length as required for minimum 8 inch bury and full height bales.

G. Filter Fabric: Mirafi, Inc., Synthetic Industries, or equivalent following Section 01630. 1. Woven or nonwoven geotextile filter fabric made of either polypropylene, polyethylene,

ethylene, or polyamide material, in continuous rolls of longest practical length. 2. Grab Strength: 100 psi in any principal direction (ASTM D-4632), Mullen burst strength

>200 psi (ASTM D-3786), and equivalent opening size between 50 and 140. 3. Furnish ultraviolet inhibitors and stabilizers for minimum 6 months of expected usable

construction life at temperature range of 0 degrees F to 120 degrees F. H. Wire Fencing: Woven galvanized steel wire, 14 gauge by 6-inch square mesh spacing,

minimum 24 inch roll or sheet width of longest practical length. I. Fence Stakes: Nominal 2 by 2-inch moisture-resistant treated wood; length as required for

minimum 8 inch bury and full height of filter fabric. PART 3- EXECUTION 3.01 GENERAL

A. Do not clear, grub or rough cut until erosion and sediment controls are in place, other than site work specifically directed by City Engineer to allow surveying and soil testing.

B Maintain existing erosion and sediment controls, if any, until directed by City Engineer to remove and dispose of existing controls.

C. Prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Immediately repair damage, caused by construction traffic, to erosion and sediment control systems.

3.02 INSPECTION AND REPAIR

A. Inspect erosion and sedimentation controls daily during periods of prolonged rainfall, at end of rainfall period, and minimum once each week.

B. Repair or replace damaged sections immediately. C. Remove eroded and sedimented products when silt reaches a depth one-third the height of

the control or 6 inches, whichever is less. 3.03 FILTER FABRIC FENCES

A. Layout fence lines with wood stakes.

Page 553: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS EERROOSSIIOONN AANNDD

PPrroojjeecctt NNoo.. 446600CC SSEEDDIIMMEENNTTAATTIIOONN CCOONNTTRROOLL

EROSION AND SEDIMENTATION CONTROL 01572-3 ver. 10-21-97

May 2018

B. Fence Type 1:

1. Install stakes 3 feet on center maximum and firmly embed minimum 8 inches in soil. If filter fabric is factory preassembled with support netting, then maximum support spacing is 8 feet. Install wood stakes at a slight angle toward the source of anticipated runoff.

2. Trench in the toe of the fence lines so the downward face of the trenches are flat and perpendicular to direction of flow. V-trench configuration as shown on Drawings may also be used.

3. Lay fabric along edges of trenches in longest practical continuous runs to minimize joints. Make joints only at a support post. Splice with minimum 6-inch overlap and seal securely.

4. Staple filter fabric to stakes at maximum 3 inches on center. Extend fabric minimum 18 inches and maximum 36 inches above natural ground.

5. Backfill and compact trench. C. Fence Type 2:

1. Layout fence same as for Type 1. 2. Install stakes at 6 feet on center maximum and at each joint in wire fence, firmly

embedded 1-foot minimum, and inclined it as for Type 1. 3. Tie wire fence to stakes with wire at 6 inches on center maximum. Overlap joints

minimum one bay of mesh. 4. Install trench same as for Type 1. 5. Fasten filter fabric wire fence with tie wires at 3 inches on center maximum. 6. Layout fabric same as for Type 1. Fasten to wire fence with wire ties at 3 inches on

center maximum and, if applicable, to stakes above top of wire fence it as for Type 1. 7. Backfill and compact trench.

3.04 STRAW BALE FENCES

A. Install bales in a row with ends tightly abutting adjacent bales. Place bales with bindings parallel to ground surface. Where bales are installed on soil: 1. Embed bales in soil 4 inches minimum. 2. Anchor bales with 2 stakes driven into soil, with top end of stake flush with top of bales.

Angle the first stake in each bale toward previously laid bale to force bales together. 3. Fill gaps between bales with straw to prevent water from escaping between bales.

Wedge carefully to not separate bales.

3.05 PLACEMENT OF TOPSOILS SPECIFIED IN OTHER SECTIONS

A. Where topsoil is work of another Section, provide erosion controls following this Section during topsoil placement operations. 1. When placing topsoil, maintain erosion and sediment control systems, such as swales,

grade stabilization structures, berms, dikes, waterways, and sediment basins. 2. Maintain grades previously established on areas receiving topsoil. 3. After areas receiving topsoil are brought to grade, and immediately prior to dumping and

spreading topsoil, loosen subgrade by discing or scarifying 2 inches deep minimum to permit bonding of topsoil to subsoil.

4. Do not install sod or seed on soil treated with sterilants until sufficient time elapses to permit dissipation of chemicals.

3.06 STREET AND SIDEWALK CLEANING

A. Keep areas clean of construction debris and mud carried by construction vehicles and equipment.

Page 554: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

EERROOSSIIOONN AANNDD AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS

SSEEDDIIMMEENNTTAATTIIOONN CCOONNTTRROOLL PPrroojjeecctt NNoo.. 446600CC

EROSION AND SEDIMENTATION CONTROL 01572-4 ver. 10-21-97

May 2018

1. If necessary, install stabilized construction exits at construction, staging, storage, and disposal areas, following Section 01575- Stabilized Construction Exit.

B. In lieu of or in addition to stabilized construction exits, shovel or sweep pavements as required to keep areas clean. Do not waterhose or sweep debris and mud off street into adjacent areas, except, hose sidewalks during off-peak hours, after sweeping.

3.07 WASTE COLLECTION AREAS

A. Prevent water runoff from passing through waste collection areas, and prevent water runoff from waste collection areas migrating outside collection areas.

3.08 EQUIPMENT MAINTENANCE AND REPAIR

A. Confine maintenance and repair of construction machinery and equipment to areas specifically designated for that purpose, or combine with temporary fueling area specified in Section 01579, so fuels, lubricants, solvents, and other potential pollutants are not washed directly into receiving streams or storm water conveyance systems. Provide these areas with adequate waste disposal receptacles for liquid and solid waste. Clean and inspect maintenance areas daily.

B. Where designated equipment maintenance areas are not feasible, take precautions during each individual repair or maintenance operation to prevent potential pollutants from washing into streams or conveyance systems. Provide temporary waste disposal receptacles.

3.09 VEHICLE/ EQUIPMENT WASHING AREAS

A. Install wash area (stabilized with coarse aggregate) adjacent to stabilized construction exit(s), as required to prevent mud and dirt run-off. Release wash water into drainage swales or inlets protected by erosion and sediment controls. Build wash areas following Section 01575- Stabilized Construction Exit. Install gravel or rock base beneath wash areas.

B. Wash vehicles only at designated wash areas. Do not wash vehicles such as concrete delivery trucks or dump trucks and other construction equipment at locations where runoff flows directly into watercourses or storm water conveyance systems.

C. Locate wash areas to spread out and evaporate or infiltrate wash water directly into ground, or collect runoff in temporary holding or seepage basins.

3.10 PRODUCT STORAGE

A. Follow Sections 01505- Temporary Facilities and 01610- Basic Product Requirements for basic storage requirements.

B. Isolate areas where cements, solvents, paints, or other potential water pollutants are stored so they do not cause runoff pollution.

C. Store toxic products, such as pesticides, paints, and acids following manufacturers guidelines. Protect groundwater resources from leaching, with plastic mats, packed clay, tarpaper, or other impervious materials on areas where toxic products are opened and stored.

3.11 WATER RUNOFF AND EROSION CONTROL

A. Control surface water, runoff, subsurface water, and water from excavations and structures to prevent damage to the Work, the site, or adjoining properties.

Page 555: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS EERROOSSIIOONN AANNDD

PPrroojjeecctt NNoo.. 446600CC SSEEDDIIMMEENNTTAATTIIOONN CCOONNTTRROOLL

EROSION AND SEDIMENTATION CONTROL 01572-5 ver. 10-21-97

May 2018

B. Control fill, grading and ditching to direct water away from excavations, pits, tunnels, and other construction areas, and to direct drainage to proper runoff courses to prevent erosion, sedimentation or damage.

C. Provide, operate, and maintain equipment and facilities of adequate size to control surface water.

D. Dispose of drainage water to prevent flooding, erosion, or other damage to the site or adjoining areas. Follow environmental requirements.

E. Retain existing drainage patterns external to the site by constructing temporary earth berms, sedimentation basins, retaining areas, and temporary ground cover as required to control conditions.

F. Plan and execute construction and earth work to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation.

1. Hold area of bare soil exposed at one time to a minimum. 2. Provide temporary controls such as berms, dikes, and drains.

G. Construct fill and waste areas by selective placement to eliminate surface silts or clays which will erode.

H. Inspect earthwork periodically to detect start of erosion. Immediately apply corrective measures as required to control erosion.

I. Dispose of sediments offsite, not in or adjacent to streams or floodplains, nor allow sediments to flush into streams or drainage ways. Assume responsibility for offsite disposal location.

J. Unless otherwise indicated, compact embankments, excavations, and trenches by mechanically blading, tamping, and rolling soil in maximum of 8-inch layers. Provide compaction density at minimum 90 percent Standard Proctor ASTM D-698-78 density. Make at least one test per 500 cubic yards of embankment.

K. Do not maneuver vehicles on areas outside of dedicated rights-of-way and easements for construction. Immediately repair damage to erosion and sedimentation control systems caused by construction traffic.

L. Do not damage existing trees intended to remain. 3.12 REMOVAL OF CONTROLS

A. Remove erosion and sediment controls when the site is finally stabilized or as directed by City Engineer.

B. Dispose of sediments and waste products following Section 01505- Temporary Facilities.

END OF SECTION

Page 556: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

EERROOSSIIOONN AANNDD AAIIRRFFIIEELLDD PPAAVVEEMMEENNTT RREEPPAAIIRRSS SSEEDDIIMMEENNTTAATTIIOONN CCOONNTTRROOLL PPrroojjeecctt NNoo.. 446600CC

EROSION AND SEDIMENTATION CONTROL 01572-6 ver. 10-21-97

May 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 557: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C STABILIZED CONSTRUCTION EXIT

STABILIZED CONSTRUCTION EXIT 01575-1 ver. 10-21-97

May 2018

SECTION 01575

STABILIZED CONSTRUCTION EXIT

PART 1- GENERAL 1.01 SECTION INCLUDES

A. Stabilized construction exits for erosion and sedimentation control. 1.02 SUBMITTALS

A. Manufacturer’s catalog sheets and other product data on geotextile fabric. B. Sieve analysis of aggregates conforming to requirements of this Specification.

1.03 MEASUREMENT AND PAYMENT

A. Stabilized construction exits to be paid for shall be the number of construction exits installed and accepted by the Engineer in accordance with the plans and specifications. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation and maintenance, and for all labor, equipment, tools, and incidentals necessary to complete this item.

1.04 REFERENCES

A. ASTM D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles.

1.05 PERMITTED METHODS

A. Use only the following methods: 1. Cement-Stabilized Soil - Compacted cement-stabilized soil or other fill material of

minimum 8 inches thick. 2. Wood Mats/Mud Mats - Nominal 6-inch thick oak or other hardwood timbers placed

edge-to-edge across minimum 12-inch square wood beams placed on existing soil. 3. Steel Mats - Perforated mats placed across perpendicular support members.

PART 2- PRODUCTS 2.01 GEOTEXTILE FABRIC

A. Woven or Nonwoven Geotextile Fabric: Either polypropylene, polyethylene, ethylene, or polyamide material.

B. Minimum Grab Strength: 270 psi in any principal direction (ASTM D-4632), and the equivalent opening size between 50 and 140.

C. Furnish geotextile and threads resistant to chemical attack, mildew, and rot and shall contain ultraviolet ray inhibitors and stabilizers to provide minimum of 6 months of expected usable life at a temperature range of 0 degrees F to 120 degrees F.

D. Representative Manufacturers: Mirafi, Inc., or equivalent; substitutions following Section 01630- Product Options and Substitutions.

Page 558: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

STABILIZED CONSTRUCTION EXIT Project No. 460C

STABILIZED CONSTRUCTION EXIT 01575-2 ver. 10-21-97

May 2018

2.02 COARSE AGGREGATES

A. Coarse Aggregate: Clean, hard, durable crushed stone, gravel, crushed blast furnace slag, or a combination of these materials, free from adherent coatings, salt, alkali, dirt, clay, loam, shale, soft or flaky materials, or organic and injurious matter.

B. Gradation: Sieve Size Percent Retained (Square Mesh) (By Weight)

2-1/2 inches 0 2 inches 0 - 20 1-1/2 inches 15 - 50 3/4 inches 60 - 80 No. 4 95 - 100

PART 3- EXECUTION 3.01 PREPARATION

A. Follow Section 01572- Erosion and Sedimentation Control. B. Install stabilized construction roads and exits at construction, staging, parking, storage, and

disposal areas, as required to keep the street clean of mud carried by construction vehicles and equipment.

C. Remove stabilized construction roads and exits promptly when directed by the City Engineer. 3.02 INSTALLATION

A. Provide stabilized access roads and parking areas, and other on-site vehicle transportation routes where shown on Drawings.

B. Provide stabilized construction exits, and truck washing areas when approved by City Engineer, of the sizes and locations where shown on Drawings or as specified in this Section.

C. Clean tires of vehicles leaving construction areas to remove sediment prior to entrance onto public right-of-way. Follow Section 01572- Erosion and Sedimentation Control for requirements for washing area.

D. Construct stabilized construction exit, and other areas requiring temporary stabilization, following the Drawings. 1. Roadway Width: 14 feet minimum for one-way traffic; 20 feet minimum for two-way

traffic, full width at ingress and egress. 2. Length: As shown on Drawings. 3. Stabilization Thickness: Minimum 8 inches.

E. Install geotextile fabric as a permeable separator to prevent mixing of coarse aggregate with underlying soil. Expose geotextile fabric to the elements between laydown and cover a maximum of 14 days to minimize damage potential.

F. Grade roads and parking areas to provide sufficient drainage away from stabilized areas. Use sandbags, gravel, boards, or similar methods to prevent sediment from entering public right-of-way, receiving stream or storm water conveyance system.

G. Inspect and maintain stabilized areas daily. Provide periodic top dressing with additional coarse aggregates too maintain the required depth. Repair and clean out damaged control measures used to trap sediment. Immediately remove sediment spilled, dropped, washed, or tracked onto public right-of-way.

H. Stabilized area may be widened or lengthened to accommodate truck-washing area when authorized by City Engineer.

END OF SECTION

Page 559: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C WASTE MATERIAL DISPOSAL

WASTE MATERIAL DISPOSAL

01576-1 ver. 7-31-03

May 2018

SECTION 01576

WASTE MATERIAL DISPOSAL

PART I - GENERAL 1.01 SECTION INCLUDES

A. Disposal of waste material and salvageable material. B. Following Section 01505 – Temporary Facilities: for Disposal of Trash and Debris, Excess

Products, and Excavated Material. 1.02 SUBMITTALS

A. Conform to requirements of Section 01325 – Construction Schedules for Submittal Procedures. B. Submit copy of approved "Development Permit", as defined in Chapter 19 of Flood Plain

Ordinance (City Ordinance Number 81-914 and Number 85-1705), prior to disposal of excess material in areas designated as being in "100-year Flood Hazard Area" within the City. Contact the City of Houston Flood Plain Manager, 3300 Main Street, at (713) 525-7605 for flood plain information.

C. Obtain and submit disposal permits for proposed disposal sites, if required by local ordinances. D. Submit copy of written permission from property owner, with description of property, prior to

disposal of excess material adjacent to Project. Submit written and signed release from property owner upon completion of disposal work.

E. Describe waste materials expected to be stored on-site and a description of controls to reduce Pollutants from these materials, including storage practices to minimize exposure of materials to storm water; and spill prevention and response measures in the Project’s Storm Water Pollution Prevention Plan (SWPPP). Refer to Section 01410 – TPDES Requirements.

PART 1 – PRODUCTS [Not Used] PART 2 - EXECUTION

3.01 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on Drawings, load, haul, and deposit excavated material

at location or locations shown on Drawings outside limits of Project. B. Base, Surface, and Bedding Material: Load shell, gravel, bituminous, or other base and

surfacing material designated for salvage into City trucks. C. Pipe Culvert: Load culverts designated for salvage into City trucks. D. Other Salvageable Materials: Conform to requirements of individual Specification Sections. E. Coordinate loading of salvageable material on City trucks with Project Manager.

3.02 EXCESS MATERIAL

A. Remove and legally dispose of vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage from job site.

B. Excess soil may be deposited on private property adjacent to Project when written permission is obtained from property owner. See Paragraph 1.02 D above.

C. Verify flood plain status of any proposed disposal site. Do not dispose of excavated materials in area designated as within 100-year Flood Hazard Area unless “Development Permit” has been obtained. Remove excess material placed in "100-year Flood Hazard Area" within the City, without “Development Permit", at no additional cost to the City.

D. Remove waste materials from site daily, in order to maintain site in neat and orderly condition.

END OF SECTION

Page 560: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS WASTE MATERIAL DISPOSAL Project No. 460C

WASTE MATERIAL DISPOSAL

01576-2 ver. 7-31-03

May 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 561: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01578-1 01-01-2011 May, 2018

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTROL OF GROUND AND SURFACE WATER

Section 01578

CONTROL OF GROUND AND SURFACE WATER

PART 1 G E N E R A L

1.1 SECTION INCLUDES

A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural

excavations and foundation beds in stable condition, and controlling ground water conditions for tunnel excavations.

B. Protecting work against surface runoff and rising floodwaters. C. Trapping suspended sediment in the discharge form the surface and ground water control systems.

1.2 MEASUREMENT AND PAYMENT

A. UNIT PRICES

1. When noted, dewatering of trench or excavation during course of project shall be measured per linear foot and paid for at contract unit prices for dewatering, when directed to perform such work by Project Manager. Dewatering must be fully detailed in submittal and submittal must be approved prior to performing dewatering work before payment will be made for dewatering. No payment will be made for work unless directed to perform work by Project Manager.

2. Presence of a pump on project does not constitute dewatering for payment under bid item "Ground Water Control for Open Cut Construction." 3. Dewatering required during course of project to lower water table for other utility installation less than 24 inches in diameter, construction of structures, removal of standing water, surface drainage seepage, or to protect against rising waters or floods shall be considered incidental to Work unless otherwise noted.

4. No separate payment will be made for groundwater control associated with augering, tunnels or casing. Include cost in unit price for augering.

5. Refer to Section 01270 - Measurement and Payment for unit price procedures. B. Stipulated Price (Lump Sum) Contract. If the Contract is a Stipulated Price Contract,

include payment for work under this section in the total Stipulated

Price.

1.3 REFERENCES

A. ASTM D 698 - Standard Test Methods for Laboratory Compaction of Soils Using Standard Effort (12,400 ft-lbf/ft3 (600kN-m/m3)

B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA)

C. Storm Water Management Handbook for Construction Activities prepared by City of Houston, Harris County and Harris County Flood Control District.

Page 562: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01578-2 01-01-2011 May, 2018

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTROL OF GROUND AND SURFACE WATER

1.4 DEFINITIONS

A. Ground water control system: system used to dewater and depressurize water-

bearing soil layers. 1. Dewatering: lowering the water table and intercepting seepage that

would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts; and disposing of removed water. Intent of dewatering is to increase stability of tunnel excavations and excavated slopes, prevent dislocation of material from slopes or bottoms of excavations, reduce lateral loads on sheeting and bracing, improve excavating and hauling characteristics of excavated material, prevent failure or heaving of bottom of excavations, and to provide suitable conditions for placement of backfill materials and construction of structures and other installations.

2. Depressurization: includes reduction in piezometric pressure within strata not controlled by dewatering alone, necessary to prevent failure or heaving of excavation bottom or instability of tunnel excavations.

B. Excavation drainage: includes keeping excavations free of surface and seepage water.

C. Surface drainage: includes use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines necessary to protect Work from any source of surface water.

D. Monitoring facilities for ground water control system: includes piezometers, monitoring wells and flow meters for observing and recording flow rates.

1.5 PERFORMANCE REQUIREMENTS

A. Conduct subsurface investigations to identify groundwater conditions and to

provide parameters for design, installation, and operation of groundwater control systems. Submit proposed method and spacing of readings for review prior to obtaining water level readings.

1. Design ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and Section 02260 - Trench Safety Systems, to produce following results:

2. Effectively reduce hydrostatic pressure affecting: a. Excavations b. Tunnel excavation, face stability or seepage into tunnels

3. Develop substantially dry and stable subgrade for subsequent construction operations

4. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities and other work

5. Prevent loss of fines, seepage, boils, quick condition, or softening of foundation strata

6. Maintain stability of sides and bottom of excavations B. Provide ground water control systems that include single-stage or multiple-stage well

point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types.

Page 563: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01578-3 01-01-2011 May, 2018

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTROL OF GROUND AND SURFACE WATER

C. Provide drainage of seepage water and surface water, as well as water from other sources entering excavation. Excavation drainage may include placement of drainage materials, crushed stone and filter fabric, together with sump pumping.

D. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water from excavation and other work areas.

E. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells.

F. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures and settlement or resultant damage caused by ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, adjacent water wells, or potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of system to protect property as required.

G. Install an adequate number of piezometers installed at proper locations and depths, necessary to provide meaningful observations of conditions affecting excavation, adjacent structures and water wells.

H. Install environmental monitoring wells at proper locations and depths necessary to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into work area or ground water control system.

1.6 SUBMITTALS

A. Conform to requirements of Section 01330 - Submittals Procedures. B. Submit Ground Water and Surface Water Control Plan for review by Project

Manager prior to start of excavation work. Include the following: 1. Results of subsurface investigations and description of extent and

characteristics of water bearing layers subject to ground water control2. Names of equipment Suppliers and installation Subcontractors 3. Description of proposed ground water control systems indicating

arrangement, location, depth and capacities of system components, installation details and criteria and operation and maintenance procedures

4. Description of proposed monitoring facilities indicating depths and locations of piezometers and monitoring wells, monitoring installation details and criteria, type of equipment and instrumentation with pertinent data and characteristics

5. Description of proposed filters including types, sizes, capacities and manufacturer's application recommendations

6. Design calculations demonstrating adequacy of proposed systems for intended applications. Define potential area of influence of ground water control operation near contaminated areas.

7. Operating requirements, including piezometric control elevations for dewatering and depressurization

8. Excavation drainage methods including typical drainage layers, sump pump application and other means

Page 564: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01578-4 01-01-2011 May, 2018

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTROL OF GROUND AND SURFACE WATER

9. Surface water control and drainage installations 10. Proposed methods and locations for disposing of removed water

C. Submit following records upon completion of initial installation: 1. Installation and development reports for well points, eductors, and

deep wells 2. Installation reports and baseline readings for piezometers and monitoring wells 3. Baseline analytical test data of water from monitoring wells 4. Initial flow rates

D. Submit the following records weekly during control of ground and surface water operations: 1. Records of flow rates and piezometric elevations obtained during

monitoring of dewatering and depressurization. Refer to Paragraph 3.02, Requirements for Eductor, Well Points, or Deep Wells.

2. Maintenance records for ground water control installations, piezometers and monitoring wells

1.7 ENVIRONMENTAL REQUIREMENTS

A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality regulations and

Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system.

C. Obtain necessary permits from agencies with jurisdiction over use of groundwater and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Since review and permitting process may be lengthy, take early action to obtain required approvals.

D. Monitor ground water discharge for contamination while performing pumping in vicinity of potentially contaminated sites.

PART 2 P R O D U C T S

2.1 EQUIPMENT AND MATERIALS

A. Select equipment and materials necessary to achieve desired results for dewatering. Selected equipment and materials are subject to review by Project Manager through submittals required in Paragraph 1.06, Submittals.

B. Use experienced contractors, regularly engaged in ground water control system design, installation, and operation, to furnish and install and operate educators, well points, or deep wells, when needed

C. Maintain equipment in good repair and operating condition. D. Keep sufficient standby equipment and materials available to ensure

continuous operation, where required. E. Portable Sediment Tank System: Standard 55-gallon steel or plastic drums,

free of hazardous material contamination. 1. Shop or field fabricate tanks in series with main inlet pipe, inter-tank

pipes and discharge pipes, using quantities sufficient to collect sediments from discharge water.

Page 565: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01578-5 01-01-2011 May, 2018

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTROL OF GROUND AND SURFACE WATER

PART 3 E X E C U T I O N

3.1 GROUND WATER CONTROL

A. Perform necessary subsurface investigation to identify water bearing layers, piezometric pressures and soil parameters for design and installation of ground water control systems.

Perform pump tests, if necessary to determine draw down characteristics. Present results in the

Ground Water and Surface Water Control Plan submittal.

B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in manner compatible with construction methods and site conditions.

Monitor effectiveness of installed system and its effect on adjacent property.

C. Install, operate, and maintain ground water control systems in accordance with the Ground Water and Surface Water Control Plan. Notify Project Manager in writing of changes made to accommodate field conditions and changes to Work. Provide revised drawings

and calculations with notification.

D. Provide continuous system operation, including nights, weekends, and holidays. Arrange appropriate backup if electrical power is primary energy source for dewatering system.

E. Monitor operations to verify systems lower ground water piezometric levels at rate required to maintain dry excavation resulting in stable subgrade for subsequent construction operations.

F. Depressurize zones where hydrostatic pressures in confined water bearing layers exist below excavations to eliminate risk of uplift or other instability of excavation or installed works. Define allowable piezometric elevations in the Ground Water and Surface Water Control Plan.

G. Removal of ground water control installations. 1. Remove pumping system components and piping when ground water control is no

longer required. 2. Remove piezometers, including piezometers installed during design phase

investigations and left for Contractor’s use, upon completion of testing, as required in accordance with Part 3 of applicable specification.

3. Remove monitoring wells when directed by Project Manager. 4. Grout abandoned well and piezometer holes. Fill piping that is not removed with

cement-bentonite grout or cement-sand grout. H. During backfilling, maintain water level a minimum of 5 feet below prevailing level of

backfill. Do not allow the water level to cause uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement-stabilized sand until at least 48 hour after placement.

I. Provide uniform pipe diameter for each pipe drain run constructed for dewatering. Remove pipe drains when no longer required. If pipe removal is impractical, grout connections at 50-foot intervals and fill pipe with cement- bentonite grout or cement-sand grout after removal from service.

J. The extent of ground water control for structures with permanent perforated underground drainage systems may be reduced, for units designed to withstand hydrostatic uplift pressure. Provide a means to drain affected portions of underground systems, including standby equipment. Maintain drainage systems during construction operations.

K. Remove systems upon completion of construction or when dewatering and control of surface or ground water is no longer required.

Page 566: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01578-6 01-01-2011 May, 2018

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTROL OF GROUND AND SURFACE WATER

L. Compact backfill to not less than 95 percent of maximum dry density in accordance with ASTM D 698.

M. Foundation Slab: Maintain saturation line at least 3 feet below lowest elevations where concrete is to be placed. Drain foundations in areas where

concrete is to be placed before placing reinforcing steel. Keep free from water for 3 days after concrete is placed.

3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS

A. For aboveground piping in ground water control system, include a 12-inch minimum length

of clear, transparent piping between each eductor well or well point and discharge header to allow visual monitoring of discharge from each installation.

B. Install sufficient piezometers or monitoring wells to show that trench or shaft excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for selected method of work.

C. Install piezometers or monitoring wells at least one week in advance of the start of associated excavation.

D. Dewatering may be omitted for portions of under drains or other excavations, where auger borings and piezometers or monitoring wells show that soil is pre-drained by existing systems and that ground water control plan criteria are satisfied.

E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change method of control if, ground

water control plan does not provide satisfactory results based on performance criteria defined by plan and by specifications. Submit revised plan according to Paragraph 1.06B.

3.3 SEDIMENT TRAPS

A. Install sediment tank as shown on approved plan. B. Inspect daily and clean out tank when one-third of sediment tank is filled with sediment.

3.4 SEDIMENT SUMP PIT

A. Install sediment sump pits as shown on approved plan. B. Construct standpipe by perforating 12 inch to 24-inch diameter corrugated metal or PVC pipe.

D. Extend standpipe 12 inches to 18 inches above lip of pit. E. Convey discharge of water pumped from standpipe to sediment trapping device. F. Fill sites of sump pits, compact to density of surrounding soil and stabilize surface when

construction is complete.

3.5 EXCAVATION DRAINAGE

D. Use excavation drainage methods if well-drained conditions can be achieved.

Excavation drainage may consist of layers of crushed stone and filter fabric, and sump pumping, in combination with sufficient ground water control wells to maintain stable excavation and backfill conditions.

Page 567: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01578-7 01-01-2011 May, 2018

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTROL OF GROUND AND SURFACE WATER

3.6 MAINTENANCE AND OBSERVATION

A. Conduct daily maintenance and observation of piezometers or monitoring wells while ground water control installations or excavation drainage is operating at the site, or water is seeping into tunnels, and maintain systems in good operating condition.

B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedules.

C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make specified observations

D. Remove and grout piezometers inside or outside of excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by Project Manager.

3.7 MONITORING AND RECORDING

A. Monitor and record average flow rate of operation for each deep well, or for

each wellpoint or eductor header used in dewatering system. Also, monitor and record water level and ground water recovery. Record observations daily until steady conditions are achieved and twice weekly thereafter.

B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until Work is completed or piezometers or wells are removed, except when Project Manager determines more frequent monitoring and recording are required. Comply with Project Manager's direction for increased monitoring and recording and

take measures necessary to ensure effective dewatering for intended purpose. 3.8 SURFACE WATER CONTROL

A. Intercept surface water and divert it away from excavations through use of

dikes, ditches, curb walls, pipes, sumps or other approved means. Requirement includes temporary works required to protect adjoining properties from surface drainage caused by construction operations.

B. Divert surface water and seepage water into sumps and pump it into drainage channels or storm drains, when approved by agencies having jurisdiction. Provide settling basins when required by agencies.

END OF SECTION

Page 568: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

01578-8 01-01-2011 May, 2018

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTROL OF GROUND AND SURFACE WATER

THIS PAGE LEFT INTENTIONALLY BLANK

Page 569: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS TEMPORARY VEHICLE AND

Project No. 460C EQUIPMENT FUELING AREA

01579-1

ver. 07-15-1997 May, 2018

Section 01579

TEMPORARY VEHICLE AND EQUIPMENT FUELING AREA PART 1 – GENERAL 1.01 SECTION INCLUDES

A. Installation of erosion and sediment control for a temporary vehicle and equipment fueling area for aboveground fuel storage tank, which will be on site for more than 48 hours.

1.02 SUBMITTALS

A. Follow Section 01340 – Shop Drawings, Product Data and Samples. B. Submit manufacturer’s catalog sheets and other product data on

dispensing equipment, pump, and aboveground fuel storage tanks, indicating the capacity and dimensions of the tank.

C. Submit drawings to show the location of tank protection area and driveway. Indicate the nearest inlet or channelized flow area. Clearly dimension all distances and measurements.

D. Submit a copy of Contractor’s spill response and containment procedures to City Engineer. In lieu of the above, the Contractor shall submit a written statement declaring that the Spill Containment Procedures contained in the Airport’s pollution prevention plan will be used in the event of a spill, and that a copy of the spill procedures will be located on-site.

E. Submit a list of significant materials to be used or stored at the airport construction site. Submit statement that all significant materials and associated waste containers that are to be used or stored overnight at the airport construction site will be properly labeled.

F. Submit a list of spill containment equipment, and quantities thereof, located at the fueling area.

G. Submit manufacturer’s catalog sheets and other product data on geotextile fabric.

H. Submit inspection reports after the fueling site has been returned to its original condition or constructed in accordance with the Drawings.

1.03 MEASUREMENT AND PAYMENT

A. Unless indicated in Section 00410 – Bid Form, the Temporary Vehicle and Equipment Fueling Area is incidental to the Work. Include costs for Temporary Vehicle and Equipment Fueling Area in the cost of work for which it is required.

1.04 QUALITY ASSURANCE

Page 570: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TEMPORARY VEHICLE AIRFIELD PAVEMENT REPAIRS EQUIPMENT FUELING AREA Project No. 460C

01579-2 ver. 07-15-1997

May, 2018

A. Person conducting visual examination for pollutant shall be fully knowledgeable about the TPDES Construction General Permit, detecting sources of storm water contaminants, inspection of aboveground storage tank and appurtenances for leakage, and the day to day operations that may cause unexpected pollutant releases.

PART 2 – PRODUCTS 2.01 ABOVEGROUND STORAGE TANK

A. Tank Assembly: Must be listed with UL 1709 and UL 2085. B. Inner Steel Storage Tank: Follow UL 142, with minimum thickness of 1/8-

inch all welded construction. C. Tank Encasement: Either concrete or steel to provide a minimum of 110

percent containment of the inner tank capacity. Provide 5-gallon overspill containment pan for tank refueling.

D. Dispenser Pump: For submersible pump, UL listed emergency shut-off valve to be installed at each dispenser. For suction pump, UL listed vacuum-activated shut-off valve, with a shear section, is to be installed at each dispenser. Fuel may not be dispensed from a tank by gravity flow or by pressurization of the tank. Means must be provided to prevent release of fuel by siphon flow.

E. Representative Manufacturers: Convault, Fireguard, Ecovault, SuperVault, or equal.

2.02 CONCRETE

A. Follow FAA Specification P-610 – Structural Concrete 2.03 AGGREGATES

A. Coarse aggregate shall consist of crushed stone, gravel, crushed blast furnace slag, or a combination of these materials. Aggregate shall be composed of clean, hard, durable materials, free from adherent coatings, salt, alkali, dirt, clay, loam, shale, soft or flaky materials, or organic and injurious matter.

B. Coarse aggregate shall conform to the following gradation requirements.

Sieve Size Percent Retained (Square Mesh) (By Weight)

2-1/2" 0 2" 0-20 1-1/2" 15-50 3/4" 60-80 No. 4 95-100

Page 571: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS TEMPORARY VEHICLE AND

Project No. 460C EQUIPMENT FUELING AREA

01579-3

ver. 07-15-1997 May, 2018

2.04 GEOTEXTILE FABRIC

A. Woven or non-woven geotextile filter fabric made of either polypropylene, polyethylene, ethylene, or polyamide material, in continuous rolls of longest practical length.

B. Grab Strength: 270 psi in any principal direction (ASTM D-4632), Mullen burst strength exceeding 200 psi (ASTM D-3786), and the equivalent opening size between 50 and 140.

C. Furnish ultraviolet inhibitors and stabilizers to provide a minimum of 6 months of expected usable construction life at a temperature range of 0 F to 120 F.

D. Representative Manufacturers: Mirafi, Inc., Synthetic Industries, or equal.

PART 3 – EXECUTION 3.01 GENERAL

A. Follow Section 01572 – Erosion and Sedimentation Control and P-156 – Temporary Air and Water Pollution, Soil Erosion, and Siltation Control.

B. Do not clear, grub, or rough cut until erosion and sedimentation control systems are in place, unless otherwise approved by City Engineer.

C. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed by the City Engineer to remove and dispose the existing systems.

D. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, maintain the erosion and sedimentation control systems until acceptance of the project. Remove erosion and sedimentation control systems promptly when directed by the City Engineer and dispose of removed materials offsite.

E. Remove and dispose of sediments deposits at the project spoil site. If a project spoil site is not designated on Drawings, dispose sediment at an offsite location. Contractor assumes responsibility for offsite disposal location. Sediment shall be disposed of at an offsite location not in or adjacent to a stream or floodplain. Spread, compact, and stabilize sediment placed at the project site in accordance with the directions of the City Engineer. Do not allow sediment to flush into a stream or drainage way. If sediment is contaminated, dispose of sediment in accordance with federal, state and local regulations.

F. Do not maneuver equipment or vehicles on areas outside of dedicated rights-of-way and easements for construction. Immediately repair damages caused by construction traffic to erosion and sedimentation control systems.

G. Employ protective measures to avoid damage to existing trees to be retained on the project site. Conduct all construction operations under this Contract in conformance with the erosion control practices

Page 572: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TEMPORARY VEHICLE AIRFIELD PAVEMENT REPAIRS EQUIPMENT FUELING AREA Project No. 460C

01579-4 ver. 07-15-1997

May, 2018

described in Section 01572 - Erosion and Sedimentation Control and P-156 – Temporary Air and Water Pollution, Soil Erosion, and Siltation Control.

H. Contractor to prepare spill response and containment procedures to be implemented in the event of a significant materials spill. Significant materials include but are not limited to: raw materials; fuels; materials such as solvents, detergents, and plastic pellets; finished materials such as metallic products; raw materials used in food processing or production; hazardous substances designated under section 101(14) of CERCLA; any chemical required to be reported pursuant to Section 313 of Title III of SARA; fertilizers; pesticides; and waste products such as slag, ashes and sludge that have the potential to be released with storm water discharges. In lieu of developing procedures stated above, Spill Containment Procedures enclosed in the airport's pollution prevention plan may be used. Spill procedures shall be kept on-site at the airport construction site.

I. Spill containment equipment appropriate to the size of operation is to be located in close proximity to the fueling area. Such equipment includes, but not limited to, suitable waste containers for significant materials, drip pans, booms, inlet covers, or absorbent.

J. All significant materials or waste containers used for airport construction activities and stored on-site at the airport overnight are to be properly labeled.

3.02 CONSTRUCTION METHODS

A. Provide fuel tank protection area and driveway as shown on the Drawings, or equivalent if prior written approval has been given by City Engineer.

B. Do not locate fueling area in or near a channelized flow area or close to a storm sewer conveyance system. Sufficient space must be provided to allow installation of other erosion and sediment controls to protect those areas.

C. Clear and grub the fueling area to remove unsuitable materials. Place geotextile fabric as permeable separator to prevent mixing of coarse aggregate with underlaying soil. Overlap fabric a minimum of 6 inches. Place coarse aggregate on top of the geotextile fabric to minimum depth of 8 inches.

D. Grade protection area and driveway to provide sufficient drainage away from stabilized areas. Use sandbags, gravel, boards, or similar methods to prevent sediment from entering public right-of-way, receiving stream or storm water conveyance system. The driveway to the fuel tank area shall have a minimum width of 15 feet for one way traffic and 30 feet for two-way traffic.

E. Place the aboveground storage tank on top of the cast-in-place or pre-

cast foundation. The size and thickness of the foundation shall based on the size and weight of the tank to be used, with a minimum thickness

Page 573: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS TEMPORARY VEHICLE AND

Project No. 460C EQUIPMENT FUELING AREA

01579-5

ver. 07-15-1997 May, 2018

of 6 inches. The concrete foundation shall be enclosed by a 5-inch by 5-inch concrete curb and shall extend a minimum of 1 foot beyond the tank and dispenser assemblies, so that leak and drip can be contained within the concrete foundation.

F. Slope the concrete foundation a minimum of 1 percent toward a 6-inch wide by 12-inch long by 4-inch deep sump pit. Install a minimum of 2-inch pipe inside the sump pit with a valve on the outside of the curb to allow draining of the concrete foundation.

G. Install a portable concrete jersey barrier around the concrete foundation. Provide a minimum clearance of 2 feet from the edge of the foundation. In lieu of the jersey barrier, Contractor can install 4-inch diameter steel pipe bollards around the foundation. The bollards shall be buried a minimum of 3 feet deep, 3 feet aboveground, and 4 feet on center, encased in a 12-inch wide concrete foundation.

3.03 MAINTENANCE

A. Inspect stabilized areas after every storm event and at least once a week. Provide periodic top dressing with additional coarse aggregate to maintain the required depth. Repair and clean out damaged control measures used to trap sediment.

B. Inspect fuel tank foundation’s bermed area after every storm event and at least once a week. Visually examine storm water contained in the tank’s bermed foundation area for oil sheen or other obvious indicators of storm water pollution. Properly dispose of the storm water when significant amount of pollutant is present (as defined in Federal Register, Vol. 60, No. 189, Friday, September 29, 1995). Record visual examination of storm water discharge in a Report noting the date and time of examination, name of examiner, observations of water quality, and volume of storm water discharged from the bermed area. The Report shall be kept together with all other storm water pollution control inspection reports on the site, in a readily accessible location. The Report shall be maintained for the duration of the construction activity Section 01410 – TPDES Requirements.

3.04 TEMPORARY FUELING AREA CLOSURE

A. The temporary vehicle and equipment fueling area shall be disposed of by removal of all sediment and erosion controls properly offsite. City Engineer will inspect the top soils in the fueling area and immediate vicinity for evidence of fuel leaks. If the City Engineer determines that sufficient pollutants have been released, the soil shall be removed and properly disposed offsite. Other remediation method may be required at no additional cost to the City.

END OF SECTION

Page 574: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

TEMPORARY VEHICLE AIRFIELD PAVEMENT REPAIRS EQUIPMENT FUELING AREA Project No. 460C

01579-6 ver. 07-15-1997

May, 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 575: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C BASIC PRODUCT REQUIREMENTS

BASIC PRODUCT REQUIREMENTS 01610-1 ver. 11-14-07

May, 2018

SECTION 01610

BASIC PRODUCT REQUIREMENTS

PART 1- GENERAL 1.01 SECTION INCLUDES

A. Transportation, delivery, handling, and storage of products. 1. Follow manufacturers' instructions for same. 2. Repair damage resulting from product transportation, delivery, handling and storage to

the satisfaction of the City Engineer. 3. Contractor salvaged products (CSP) are specified in Section 01110- Summary of Work.

B. Metric conversion. C. Volatile organic compound (VOC)-producing products. D. Contractor's responsibilities for product design.

1.02 PRODUCTS

A. “Products” is defined in Document 00700- General Conditions. “Products” does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing construction designated for reuse.

B. Do not reuse existing products, except as permitted in Section 01110- Summary of Work. C. Provide products from the fewest number of manufacturers as practical, to simplify spare

parts inventory and to allow for maximum interchangeability of components. For multiple components of the same size, type or application, use the same manufacturer and model of component throughout the Work. 1. Furnish products of latest proven design, new and in current production. Do not use

obsolete components or components to be phased out of production. D. Do not use new or existing products containing asbestos or other hazardous materials except

as permitted by governing agencies. E. When using chlorofluorocarbon (CFC) containing materials, follow regulations governing

the release of CFCs into the atmosphere during fabrication or installation. F. It is the City’s intention to “Buy American” to the maximum practical extent.

1.03 TRANSPORTATION

A. Transport, deliver, and handle products as required for timely completion of the Work. B. Consign and address shipping documents to the proper party giving name of Project, street

number, and City. Deliver shipments to proper consignee. 1.04 DELIVERY

A. Deliver products in accord with construction schedule and in ample time for inspection prior to installation. Reduce lengthy storage or overburden of limited storage space due to excessively early deliveries.

B. Coordinate deliveries to avoid conflict with Work and conditions at the site and to accommodate the following: 1. Work of other contractors or City. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products.

Page 576: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

BASIC PRODUCT REQUIREMENTS Project No. 460C

BASIC PRODUCT REQUIREMENTS 01610-2 ver. 11-14-07

May, 2018

4. City's use of premises. C. Deliver products only after related submittal data are approved by City Engineer. D. Deliver products when proper storage facilities are in place. E. Deliver products to the site in manufacturer's original, unopened, labeled containers. Keep

the City Engineer informed of delivery schedules for equipment to be incorporated in the Work.

F. Clearly mark partial deliveries of component parts of equipment to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly.

G. Immediately upon delivery, including CSP, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact; labels are legible. 4. Products are properly protected and undamaged. 5. Process claims for damages and replacement.

1.05 PRODUCT HANDLING

A. Coordinate off-loading of products delivered to the site, including City-furnished products. If necessary to move stored products during construction, relocate products at no additional cost or time to the contract.

B. Provide handling equipment, personnel and additional protection as required to: 1. Prevent soiling or damage to products, packaging or surrounding work and existing

facilities. 2. Prevent bending or overstressing. 3. Lift heavy components only at designated lifting points. 4. Follow manufacturer's recommendations and specified requirements.

C. Do not drop, roll, or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment.

1.06 PRODUCT STORAGE

A. Provide safe storage of products. Place salvaged products, [excavated products], construction equipment, and other products to prevent damage to the Work or Base Facilities (Section 01726- Base Facility Survey) and to maintain free access at all times to the Work and to City and applicable separate contractors with installations in the vicinity of the Work. 1. Keep products neatly and compactly stored in locations that with least inconvenience to

other contractors, public travel, adjoining owners, tenants, and occupants. 2. Arrange storage to provide easy access for inspection.

B. Store products on airport property at location(s) shown on Drawings or approved by City Engineer.

C. Provide bonded off-site storage and protection when on-site storage is not adequate. Submit copy of storage facility bond following Section 01340- Shop Drawings, Product Data and Samples procedures for certifications.

D. Do not use [lawns, grass plots, private property, occupied areas, sidewalks or roadways] for storage.

E. Protect stored products against loss or damage. F. Store in manufacturers' unopened containers, placed on solid supports (sloped to drain at

exterior conditions) and covered if subject to erosion or deterioration, except open for inspection and immediately repackage if products are scheduled for immediate installation. 1. Maintain stored products within manufacturer's required environmental range. Provide

supplemental ventilation as required to prevent condensation. 2. Store products with clearly visible part numbers, carton numbers, packing lists and other

identification markings.

Page 577: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C BASIC PRODUCT REQUIREMENTS

BASIC PRODUCT REQUIREMENTS 01610-3 ver. 11-14-07

May, 2018

G. Neatly, safely, and compactly stack permitted excavation, fill, pavement and utility products stored along the line of paving and utility work to cause the least inconvenience and damage to Base Facility, occupants, airport operations and the general public, and: 1. No closer than 3 feet to fire hydrants or fire hose or extinguisher cabinets. 2. Keep public and private drives and street crossings open.

1.07 METRIC CONVERSION

A. The Drawings and Specifications are typically prepared in Imperial (inch and feet) measure, to establish the basis for the contract.

B. Contractor may use SI (metric) measure when SI material, fabrication methods, tolerances and other dimension-controlled characteristics is in normal use by manufacturers and fabricators. Use meters or millimeters only, not centimeters, on submittals.

C. Follow ASTM E380 and ASTM/ANSI E621 for conversion protocol. 1.08 VOC-PRODUCING MATERIAL

A. Provide products and use installation methods producing the least practical amount of volatile organic compounds (VOCs).

B. Schedule and sequence work to allow maximum possible VOC release of products to occur off-site. Follow applicable laws and codes governing atmospheric release of VOCs.

C. For VOC-producing products which by nature must be fabricated or installed on-site, schedule and sequence work to allow initial VOC release as early as possible before Substantial Completion. Follow Section 01630- Product Options and Substitutions for proposal of products with less VOC than specified products.

D. Contain odors following Section 01505- Temporary Facilities. 1.09 CONTRACTOR’S RESPONSIBILITIES FOR PRODUCT DESIGN

A. Drawings and Specifications intend for the Contractor to provide product design expertise where actual conditions cannot be anticipated by the Drawings and Specifications or where the Contractor’s expertise or suggestions could substantially improve performance of the Work to the benefit of the Work without increase of Contract Sum or Time.

B. The Drawings and Specifications establish the general design concept for the Work. 1. Drawings show “sight-line,” profile, units or modules, alignments and other visual

characteristics of work. 2. Specifications state performance requirements including types of materials, fabrication

and installation requirements, applicable performance criteria and other aspects of application of work.

C. Drawings and Specifications intentionally address performance and visual characteristics in order to employ Contractor's expertise and choice of fabrication processes and techniques, coordination of the trades and Separate Contracts, correlating and confirming dimensions and other aspects of construction control, or because concealed conditions are not known to Designer.

D. Product engineering design, design of details, and construction procedures within the general design concept is Contractor's responsibility. Supplement general designs with submittal data showing how general design requirements are fulfilled. 1. By accepting a contract for this work, Contractor agrees the requirements shown or

specified for known conditions adequately establish the scope, location and other performance and visual requirements for the Work without additional cost or time.

2. If performance and visual requirements are unclear, obtain direction before expenditure of non-recoverable costs including preparation of submittal data, fabrication or

Page 578: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

BASIC PRODUCT REQUIREMENTS Project No. 460C

BASIC PRODUCT REQUIREMENTS 01610-4 ver. 11-14-07

May, 2018

acquisition of products and on-site preparatory work. When required, make subcontractors available for consultation at no additional cost.

3. Design, fabricate, erect, and installation products shall be based on local applicable building codes and local environmental conditions: a. Normal Site Elevation, feet ASL: 98.0 (IAH) b. Seismic Zone: 0 c. Highest Wind Velocity, mph: 110 (IAH) d. Temperature: Coldest Winter Month High: 60 degrees F Low: 41 degrees F

Warmest Summer Month High: 94 degrees F Low: 73 degrees F

Lowest Expected: 11 degrees F

Highest Expected: 107 degrees F

e. Rainfall: Annual: 45 Inches f. Design Relative Humidity: 98% g. Station Barometric Pressure: 29.5 Inches Hg Abs., average annual

E. When product engineering design is required, use designers licensed to practice the

applicable discipline in the State of Texas. 1. Seal design drawings, calculations and submittal data where specified, and process as

submittal data. 2. Where seal is not required, provide letter of certification or statement of compliance

signed by Subcontractor(s) and countersigned by Contractor stating products are fabricated and installed to meet or exceed requirements.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 579: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS PRODUCT OPTIONS

Project No. 460C AND SUBSTITUTIONS

PRODUCT OPTIONS AND SUBSTITUTIONS 01630-1 ver. 3-13-06

May, 2018

SECTION 01630

PRODUCT OPTIONS AND SUBSTITUTIONS

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Procedure for requesting substitution of products in lieu of those specified. These requirements supplement Paragraph 3.10 of Documents 00700- General Conditions and 00800- Supplementary Conditions.

B. After submittal period expires, requests for substitutions will be considered only when a specified product becomes unavailable because of conditions beyond Contractor's control.

1.02 DEFINITIONS

A. Process: Any proprietary method for installing products that results in an integral, functioning part of the Work. For this Section, the word "product" includes "process."

1.03 SUBMITTALS

A. Submit electronic copy and 5 hard copies of each separate product substitution request, within time period stated in Document 00700- General Conditions, including: 1. Full submittal data for specified products, following Section 01340- Shop Drawings,

Product Data and Samples. 2. Full data substantiating compliance of proposed substitutions with Contract Documents

and substantiating equivalency with specified products: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature with precise product description, and directly applicable

performance and test data and reference standards. c. Samples, as applicable. d. Name and address of projects on which proposed product was used in similar or

equivalent conditions within the last 3 years, and date of installation. e. Name, address and telephone number of owner, designer, and installing contractor. f. For process substitutions, detailed description of proposed method and drawings

illustrating methods. B. Detailed reason(s) for substitution, and tangible benefits accruing to City. C. Itemized comparison of proposed substitutions with specified products and full description of

deviations. D. Fully describe all effects of substitutions on the Work and on separate contracts and work by

City. Include full cost data comparing proposed substitution with specified products and amount of change in Contract Sum. Indicate changes in construction schedule (Section 01325- Construction Schedules).

E. Substitutions are not permitted when: 1. They are not processed following Document 00700- General Conditions and this Section. 2. Acceptance will require revision of Contract Documents or will change the design

concept. 3. Delay in construction will occur. 4. No provisions for substitutions are stated in the Contract Documents.

Page 580: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

PRODUCT OPTIONS AIRFIELD PAVEMENT REPAIRS

AND SUBSTITUTIONS Project No. 460C

PRODUCT OPTIONS AND SUBSTITUTIONS 01630-2 ver. 3-13-06

May, 2018

F. Burden of proof of merit of proposed substitution remains solely with Contractor. 1.02 CONTRACTOR'S OPTIONS

A. Options, stated as "Contractor's option(s)" in Contract Documents, are intended to benefit the Work through reduced cost, decreased construction time, or better performance within designated range of criteria.

B. Volunteer options are not permitted. C. Notify in writing City Engineer of options chosen.

1.03 QUALITY ASSURANCE

A. To the maximum extent possible, provide products of the same type or function from a single manufacturer, make, or source. Where more than one choice is available, select the product which is compatible with other products already selected, specified, or which is in use by City.

1.04 DESIGNER'S ACTIONS

A. Decision to accept or deny proposed substitute products, or selection of one product instead of another, is solely the responsibility of Designer; such decisions and selections are final.

1.05 COSTS FOR REVIEW OF SUBSTITUTIONS

A. Pay costs related to Designer's review and examination of proposed substitutions. Assume liability for obtaining acceptance of substitutions.

B. Reimburse City for actual evaluation costs of Designer's(s') if proposed substitute does not meet requirements of Contract Documents, or acceptance of proposed substitute requires changes to the Work.

C. Reimburse City for associated design costs, including redesign, additional submittal reviews, investigations, Designer's fees and revision of Contract Documents required because of the requested substitution. Design costs are the full price for additional work performed, paid at the rates established by Designer's contract with City for Design and Contract Documents phase of the Project.

D. Pay for laboratory testing required to obtain information upon which equivalency can be determined.

E. If Designer determines that proposed substitutions are not equivalent to specified products, furnish one of the specified products without delay in time or additional cost to City.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 581: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C FIELD SURVEYING

FIELD SURVEYING 01725-1 ver. 10-21-97

May, 2018

SECTION 01725

FIELD SURVEYING

PART 1- GENERAL

1.01 QUALITY CONTROL

A. Employ a State of Texas Registered Professional Land Surveyor acceptable to City Engineer for:

1. Recovering control points established by City.

2. Verifying benchmarks furnished by City.

3. Establishing temporary benchmarks and construction control points.

4. Recording location(s) and elevation(s) of temporary benchmarks and construction control

points.

5. Setting stakes for grading, fill and topsoil placement, utility locations, slopes, and inverts.

6. Establishing horizontal and vertical edges of airfield pavements including shoulders.

7. Establishing horizontal layout of Runway Status Lights, Taxiway Centerline and edge lights.

9. Establish horizontal and vertical alignment of utilities, including underdrains and lighting

systems.

9. Confirming subgrade (lean concrete) bottom and top elevations to confirm subgrade thickness.

10. Verifying location(s) and elevation(s) of existing utilities, manholes, lights, and other points

of interest within the project area prior to construction (GPS coordinates acceptable). Confirm

required points of interest with Owner’s representative.

11. Paint striping and markings, including permanent markings, temporary markings, and existing

markings to be removed reinstalled for the progression of work as shown in the Drawings.

12. Reference Technical Section G-104 Survey and Stakeout for method of measurement,

payment and additional requirements for survey.

1.02 SUBMITTALS

A. Submit to City Engineer the name, address, and telephone number of Surveyor before starting survey work.

B. On request, submit documentation verifying accuracy of survey work. C. Submit 3 original copies of certificate, signed by surveyor and sealed, stating that horizontal and

vertical control lines, elevations, and benchmarks follow Contract Documents.

1.03 PROJECT RECORD DOCUMENTS

A. Maintain a complete and accurate log of control and survey work as it progresses. B. Prepare a certified survey setting forth dimensions, locations, angles, and elevations of

construction and sitework upon completion of the Work. C. Submit Record Documents following Section 01770- Contract Closeout.

1.04 EXAMINATION

A. Establish benchmarks, control points, lines and elevations prior to starting work. Notify City Engineer immediately of discrepancies discovered between stated attributes of City-furnished data and surveyor's verification, using Document 00685- Request for Information.

Page 582: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

FIELD SURVEYING Project No. 460C

FIELD SURVEYING 01725-2 ver. 10-21-97

May, 2018

1.05 SURVEY REFERENCE POINTS

A. Control datum for survey is that established by City-furnished survey following Document 00700- General Conditions and indicated on Drawings.

B. Locate and protect benchmarks, control points, lines and elevations prior to starting site work. Preserve permanent reference points during construction.

C. Notify City Engineer 48 hours in advance of need for relocation of reference points due to changes in grades or other reasons.

D. Report promptly to City Engineer the loss or destruction of reference points. E. Reimburse City for cost of reestablishment of permanent reference points disturbed by

Contractor's operations.

1.06 SURVEY REQUIREMENTS

A. Utilize recognized engineering survey practices. B. Establish a minimum of [1] [2] permanent benchmark[s] on each airfield site, referenced to

established control points. Record locations, with horizontal and vertical data, on Record Documents.

C. Establish elevations, lines and levels to provide quantities required for measurement and payment and to provide appropriate controls for the Work. Locate and lay out by instrumentation and similar appropriate means:

D. Periodically verify layouts by same means. E. The contractor shall provide the Owner the opportunity to verify all surveyed information prior to

moving forward with subsequent operations. Owner review of surveyed information does not constitute approval or concurrence with such data. Should the contractor move forward with subsequent operations without Owner verification, the contactor may be subject to removal and replacement of the subsequent work at the contractor’s expense. Project survey and stakeout shall be measured and paid in accordance with item G-104 Project Survey and Stakeout.

PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 583: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C BASE FACILITY SURVEY

BASE FACILITY SURVEY 01726-1 ver. 10-21-97

May, 2018

SECTION 01726

BASE FACILITY SURVEY PART 1 - GENERAL 1.01 SECTION INCLUDES

A. “Base Facility” is defined in Section 01423- References. B. Survey of Base Facility and related existing conditions. C. Notification of discoveries. D. Contractor's survey of Base Facility is intended to identify and describe actual as-found

conditions to supplement information contained in Base Facility documents and in the Drawings and Specifications.

E. Necessary changes in location of the Work may be made by City Engineer to avoid unanticipated concealed conditions, following Section 01255- Modification Procedures.

F. If permanent relocation or reworking of existing conditions is required and not otherwise provided for in the Contract Documents, City Engineer will direct Contractor following Section 01255- Modification Procedures.

1.02 BASE FACILITY DOCUMENTS

A. Drawing and Specifications for the Work are based on City-furnished Base Facility documents and upon the Designer's limited visual observations of sight-exposed conditions existing in October, 2015. 1. Contract Documents do not necessarily completely describe all details of Base Facility at

interfaces with the Work. 2. The Designer’s observations did not extend to areas or sub-surface conditions that are

undetermined or unknown from those identified in exploratory geotechnical investigations, by survey and/or observable site conditions found during site investigations.

B. Obtain available Base Facility documents from the City Engineer.

1.03 SEQUENCING AND SCHEDULING

A. Sequence and schedule survey to properly coordinate with other construction operations. B. Complete survey work, process one or more Document 00685- Request for Information,

obtain responses, evaluate and submit cost or schedule impact of responses, and process accepted modifications before commencing work of affected Sections.

C. Obtain or designate and protect control samples of Base Facility work during survey and maintain until required submittals pertinent thereto are processed.

1.04 BASE FACILITY CONDITIONS

A. Base Facility intended or required to remain takes precedence of fact and control over details

and construction of interfaces, dimensions, clearances, openings, alignments, and substrate conditions between Base Facility and the Work.

B. Base Facility is intended to remain except where shown on Drawings or specified as work of Section 01731- Cutting and Patching or Technical Specifications covering demolition.

Page 584: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

BASE FACILITY SURVEY Project No. 460C

BASE FACILITY SURVEY 01726-2 ver. 10-21-97

May, 2018

1.05 DIMENSIONS

A. Control dimensions are indicated by nominal value on the Drawings within parenthesis. This designation means, in addition to other requirements, the Contractor is responsible for finding the actual dimension following this Section and using actual dimensions to govern placement of work including relationship to and coordination with related work. 1. Follow Section 01255- Modification Procedures to resolve discrepancies between

existing conditions and Contract Documents. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL

A. Survey Base Facility affecting or affected by the Work by on-site examination of existing conditions.

B. Explore ahead of trenching and excavation work to uncover obstructing underground structures sufficiently to determine location, to prevent damage and to prevent interruption of services. Restore to original condition damages to underground structure at no cost or time increase to the contract, following Section 01731- Cutting and Patching.

C. Note discovered discrepancies between the Base Facility and Contract Documents. 1. Use one set of prints of Drawings and Specifications (made from reproducibles furnished

following Section 01110- Summary of Work) for the sole purpose of documenting discoveries. Designate as “SURVEY DOCUMENTS.”

2. Prepare and issue Document 00685- Request for Information for each discrepancy, following Section 01255- Modification Procedures.

3. Supplement data noted on survey documents with video or photographs following Section 01321- Construction Photographs as required to clearly and fully describe conditions.

D. Coordinate survey of semi-exposed and concealed conditions with work of Sections 01731- Cutting and Patching, P-101 Surface Preparation, and G-104 Project Survey and Stakeout.

END OF SECTION

Page 585: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CUTTING AND PATCHING

CUTTING AND PATCHING 01731-1 ver. 3-9-05

May, 2018

SECTION 01731

CUTTING AND PATCHING

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. Obtain CSP and control samples. B. Repair remaining Base Facility. C. Connect work to Base Facility. D. Remove construction required to enable required alteration or addition to Base Facility. E. Uncover work for inspection or reinspection of covered work by authorities having

jurisdiction. F. Connect work not done in proper sequence. G. Make connections or alterations to Base Facility or to work. H. Provide openings, channels, chases and flues as required. I. Demolition is specified in Technical Specification P-101 Surface Preparation.

1.02 SUBMITTALS

A. Submit Document 00931- Request for Information, with supporting data, in advance of cutting or patching not shown on the Drawings or which affects: 1. Contract Sum or Time. 2. Visual quality of remaining sight-exposed surfaces exposed after work is complete and

for which no work is required other than to gain access. 3. Warrantability, value, integrity, serviceability, or life expectancy of any component of the

Base Facility and the Work. 4. Integrity or serviceability of weather-exposed, moisture-resistant, or fire-resistant

components or systems. 5. Work outside indicated contract limits.

B. Include in each request: 1. Identification of the Project. 2. Description of affected Work. 3. The necessity for cutting and patching. 4. Effect on Base Facility construction, on the Work, or on work of separate contractors and

work by City. 5. Description of proposed work:

a. Scope of cutting and patching. b. Contractor, Subcontractor or trades executing work. c. Products proposed. d. Extent and type of refinishing. e. Schedule of operations.

6. Alternatives to cutting and patching, if any. 7. Written permission of separate contractors or installers of work by City whose work will

be affected, countersigned by City Engineer. C. Should Base Facility conditions require change of products, follow Section 01630- Product

Options and Substitutions. D. Submit product data and samples following Section 01340- Shop Drawings, Product Data

and Samples.

Page 586: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CUTTING AND PATCHING Project No. 460C

CUTTING AND PATCHING 01731-2 ver. 3-9-05

May, 2018

1. Submit manufacturer’s technical literature for each patch material and fully describe compatibility with each substrate.

2. Submit mix designs following Section 01455- City's Acceptance Testing. E. Submit written notice to City Engineer designating time work will be uncovered for

observation. Do not cut until authorized by City Engineer, except when documentable emergency conditions require immediate cutting.

F. Should conditions of work or schedule indicate change of products or methods, submit Document 00931- Request for Information stating conditions indicating change, recommendations for alternative products or methods and submittals. Follow Section 01630- Product Options and Substitutions.

1.04 QUALITY ASSURANCE

A. Cut and patch by persons qualified to perform work. B. Remove minimum construction necessary. Return surfaces to appearance of new work and

match Base Facility. 1. Cut finish surfaces such as masonry, tile, plaster or metals in a straight line at a natural

line or plane of division from abutting work. C. When required, make patch work visually undetectable at 10 feet for exposed and semi-

exposed exterior work under Base Facility lighting conditions. D. Presence of a damaged or defective product, finish or type of construction requires patching,

extending or matching be performed as necessary to make work complete and consistent to standards of quality identical to Base Facility.

E. Promptly notify City Engineer by Document 00931- Request for Information of discoveries of construction, such as furnishings and articles having possible historic or private value to City. 1. Protect discovery until disposition. 2. Legally dispose of items not removed by City.

1.05 INSPECTION, HANDLING, STORAGE AND PROTECTION OF CSP AND CONTROL SAMPLES

A. Follow Section 01610- Basic Product Requirements and following minimum standards. B. After removal CSP and control samples, inspect and tag each item. Prepare a written

inventory. 1. Describe damage or deficiencies discovered. Process claims and obtain replacement

products. 2. Inspect and inventory in presence of City Engineer if necessary.

C. Store CSP following Section 01610- Basic Product Requirements until delivery to City. Package CSP in weatherproof containers, labeled with inventory on outside of containers.

D. Load, transport, off-load and provide other incidental labor required to place CSP inside City’s facility. Notify City Engineer at least 7 days before delivery is scheduled.

E. Provide CSP manufacturer's labor if required to properly handle, store and protect products. F. Obtain written receipt or transfer of title from City Engineer.

1.06 SCHEDULING AND SEQUENCING

A. Provide specific time and date information to City Engineer 48 hours in advance of proposed Work involving temporary shutdown of utilities and environmental systems.

Page 587: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CUTTING AND PATCHING

CUTTING AND PATCHING 01731-3 ver. 3-9-05

May, 2018

B. Notify City Engineer at least 7 days before starting work in areas or conditions affecting data, communications, security and paging systems. Do not cut or patch such systems without approval of City Engineer.

C. Submit a detailed schedule of proposed connections, including shutdowns and tie-ins. Include in the submittal the proposed time and date as well as the anticipated duration of the Work. Submit the detailed schedule coordinated with the construction schedule.

PART 2 – PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 GENERAL PERFORMANCE

A. Repair damage to Base Facility resulting from work under this contract. B. Perform activities to avoid interference with facility operations and work of other

contractors, following Document 00700- General Conditions and Sections 01145- Use of Premises, 01312- Coordination and Meetings, 01505- Temporary Facilities and 01506- Temporary Controls.

C. Restore Base Facility to a state equivalent to or better than that before cutting and patching. Restore new work to standards of these Specifications.

D. Support, anchor, attach, match, trim and seal materials to work of other contractors. Unless otherwise specified, provide sleeves, inserts, and hangers, required for the execution of the Work.

E. Provide shoring, bracing and support as required to maintain structural integrity and protect adjacent work from damage during cutting and patching. Before cutting beams or other structural members, anchors, lintels or other supports, request written instructions from City Engineer. Follow such instructions, as applicable.

F. Cut and patch as recommended by manufacturers of patch products, and where possible by manufacturer of affected Base Facility products.

G. Fit and adjust products to provide finished installation complying with specified products, functions, tolerances and finishes.

H. Restore Base Facility damaged as a result of the Work. Install work following Contract Documents, Base Facility documents, trade standards, or governing agencies, as applicable. 1. Follow Section 01726- Base Facility Survey to document Base Facility damage Base

Facility prior to commencing work. I. Refinish entire exposed and semi-exposed surfaces.

1. For continuous surfaces, refinish to nearest change in plane. Remove and reinstall remaining signs, hardware and similar interferences.

2. For an assembly, refinish entire unit. J. Where cutting and patching fails to match Base Facility work, provide complete replacement

work.

3.02 TEMPORARY FACILITIES AND PROTECTION

A. Follow Section 01505- Temporary Facilities.

Page 588: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CUTTING AND PATCHING Project No. 460C

CUTTING AND PATCHING 01731-4 ver. 3-9-05

May, 2018

3.03 INSPECTION AND COORDINATION

A. Inspect Base Facility following Section 01726- Base Facility Survey, and if required provide Contractor's testing following Section 01450- Contractor's Quality Control, for Base Facility conditions subject to this Section.

B. Report by Document 00931- Request for Information Questionable Base Facility conditions that affect the Work.

C. Obtain written authorizations before beginning utility or environmental systems work affecting Base Facility outside the contract limits.

D. Coordinate work with demolition work specified in Division 2 Technical Specifications.

3.07 SITE UTILITY AND BUILDING ENVIRONMENTAL SYSTEMS

A. Perform work needed to complete connections and tie-ins to Base Facility. Keep Base Facility in continuous operation unless otherwise specifically permitted or approved by City Engineer.

B. Base Facility electrical and mechanical systems and site utilities are intended to be functioning properly prior to start of the Work. Follow Section 01505 to confirm proper function. 1. Notify City Engineer by Document 00931- Request for Information of non-operating

systems prior to commencing affected work in each area. 2. Do not proceed with work affecting improperly functioning utilities or systems until

corrective work is complete. C. Make required cuts, plugs and terminations. Tag remaining lines with contents names and

direction of flow, whether or not flow is active, using weather-resistant tags and permanent markers.

D. Electrical Power Systems: 1. Provide temporary or permanent bypasses and terminations of electrical systems. Do not

work on Base Facility data, communications, security or paging systems following Paragraph 1.05.B above. a. Scope, type and location of terminations are at the Contractor's option, as approved,

determined by Base Facility conditions encountered. b. Unless otherwise required, terminate electrical lines as follows:

1) For circuits tapped into remaining laterals intended to remain and which occur above Base Facility ceiling planes, terminate circuits in appropriately-sized junction boxes as required and/or detailed in the project plan set and permanently label outside of box with panel/circuit number and voltage.

2) For abandoned circuits, remove wire, conduit, boxes, breakers and related components back to the respective panel boxes or terminal boards, and provide a blank plate in the breaker slot, and identify plate as “SPARE CIRCUIT/(CAPACITY) AMP” minimum.

2. Remove site utility lines without disturbing underlying soil or sub-base. E. Insofar as possible, test work under operating conditions before final tie-ins are made to

connect equipment to the Base Facility. Test remaining utilities and service in presence of City Engineer before covering up. Repair defects and deficiencies.

3.09 SALVAGING CONTROL SAMPLES AND CSP

A. Remove Base Facility designated as CSP and control samples using methods and procedures specified herein. 1. Control samples located outside contract limits are intended to remain in place.

Page 589: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CUTTING AND PATCHING

CUTTING AND PATCHING 01731-5 ver. 3-9-05

May, 2018

2. Remove control samples of sufficient size and proper quantity to establish standards for comparison.

B. Inspect, handle, store, and protect control samples and CSP following this Section. Package CSP in impact- and moisture-resistant containers.

C. Where applicable, reinstall control samples following this Section.

3.17 INTERIM CLEANING

A. Clean occupied areas daily. Immediately remove spillage, overspray, dust and debris in occupied areas and at points of access into contract limits. Sweep and wet mop floors as required, using safety cones and tape barricades as required cleaning operations. Clean AOA areas continually and in accordance with the CSPP, Drawings and as instructed by HAS Operations.

B. Make surfaces ready for work of successive trades. C. At completion of work in each area, provide final cleaning following Section 01770-

Contract Closeout.

END OF SECTION

Page 590: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CUTTING AND PATCHING Project No. 460C

CUTTING AND PATCHING 01731-6 ver. 3-9-05

May, 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 591: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C SITE RESTORATION

01740-1

08-01-2003

May, 2018

Section 01740

SITE RESTORATION

PART 1 – GENERAL 1.01 SECTION INCLUDES

A. Restoration of site affected by the Work in public or private property, including

pavement, esplanades, sidewalks, driveways, fences, lawns and landscaping.

1.02 MEASUREMENT AND PAYMENT

A. Reference Specification Item G-100 – Mobilization, G-105 – Temporary construction Items, and FAA Item P-156.

1.03 DEFINITIONS

A. Phase: Locations identified on the plans and listed in Section 1110 – Summary of

Work under Work Sequence B. Site Restoration: Replacement or reconstruction of Site Improvements located in rights-of-way, easements, public property, and private property affected or altered by the Work.

1.04 SUBMITTALS

A. Conform to requirements of Section 01330 - Submittal Procedures. B. Schedule of testing, service connections, abandonment, backfill, and site restoration. C. Sample of notices to residents outlining their responsibility for maintenance of site

improvements adjacent to the Project that are not disturbed by construction operations.

1.05 SCHEDULING

A. Schedule testing, service connections, abandonment, backfill and site restoration

immediately following completion of pipe laying work or paving within each block or line segment.

B. Phased Construction: 1. Commencement of subsequent Phase will follow scheduling of site restoration of

prior Phase. Limit work to a maximum of two Phases of the project. C. Construction of Projects with no Phases listed in Section 01110 – Summary of Work:

1. Complete site restoration prior to disturbing over 50% of total project linear feet or 2,000 linear feet, whichever is greater, of right-of-way or easement.

2. Limit work to a maximum of 50% of total project linear feet or 2,000 linear feet, whichever is greater, of right-of-way and easement. Commence work in additional right-of-way or easement after completion of site restoration.

PART 2 - PRODUCTS 2.01 MATERIALS

A. Pavement, Sidewalks and Driveways: Materials specified in FAA Items P-401 – Hot

Mix Asphalt (HMA) Pavements and P-501 – Portland Cement Concrete (PCC) Pavement Repair and Resurfacing.

Page 592: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C SITE RESTORATION

01740-2

08-01-2003

May, 2018

B. Seeding and Sodding: Reference FAA Specifications Item T-904 – Sodding and T-905 – Topsoiling.

C. Trees, Shrubs and Plantings: Conform to requirements of Section 01562 - Tree and Plant Protection.

PART 3 - EXECUTION 3.01 PREPEARATORY WORK

A. Provide cleanup and restoration crews to work closely behind pipe laying and

roadway construction crews, and where necessary, during testing, service restoration, abandonment, backfill and surface restoration.

B. Water Lines: Unless otherwise approved by Project Manager, comply with the following: 1. Once Project Manager approves work within a Phase, immediately begin

preparatory work for disinfection effort. 2. No later than three days after completing disinfection preparatory work, submit to

City appropriate request for disinfection. 3. If City fails to perform initial disinfection of lines in accordance with Section

2514 - Disinfection of Water Lines, within seven days from submission of appropriate request, and if approved by Project Manager, pipe laying operations may continue beyond approved limits until the City responds.

4. Immediately after transfer of services, begin abandonment of old water lines and site restoration.

C. Wastewater Lines:

1. Once Project Manager approves work within a Line Segment, immediately begin preparatory work for testing effort.

2. No later than three days after completing preparatory work for testing, initiate testing work.

3. Immediately after transfer of service connections, begin abandonment of old wastewater lines, and site restoration.

D. Street Construction and Paving Projects

1. Once Project Manager approves work within a Line Segment or block, immediately begin preparatory work for testing effort.

2. No later than three days after completing preparatory work for testing, initiate testing work.

3. Immediately after testing begin site restoration.

E. Street Construction and Paving Projects 1. Once Project Manager approves work within a block, immediately begin

preparatory work for sidewalk construction, sodding and hydromulching and tree planting.

2. No later than seven days after completing preparatory work, initiate construction. 3.02 CLEANING

A. Remove debris and trash to maintain a clean and orderly site in accordance with

requirements of General Conditions and Section 01576 - Waste Material Disposal. 3.03 LANDSCAPING AND FENCES

A. Seeding and Sodding.

Page 593: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C SITE RESTORATION

01740-3

08-01-2003

May, 2018

1. Remove construction debris and level area with bank sand so that new grass

surface matches level of existing grass and maintains pre- construction drainage patterns. Level and fill minor ruts or depressions caused by construction operations with bank sand, where grass is still viable.

2. Restore previously existing turfed areas with sod and fertilize in accordance with FAA Item T-904 - Sodding and T-905 - Topsoiling.

3. Restore unpaved areas not requiring sodding with hydromulch seeding conforming to Section 02921 - Hydromulch Seeding.

C. Fence Replacement.

1. Replace removed or damaged fencing to equal or better condition than existed prior to construction, including concrete footings and mow strips. Provide new fencing, of equal design and material as existing fencing and as approved by the Owner. Metal fencing material, not damaged by the Work, may be reused.

2. Remove and dispose of damaged or substandard material.

3.04 MAINTENANCE

A. Maintain shrubs, plantings, sodded areas and seeded areas. B. Replace shrubs, plantings and seeded or sodded areas that fail to become established. C. Refer to Section 01562 - Tree and Plant Protection, FAA Items T-904 – Sodding and

T-905 - Seeding for maintenance requirements.

END OF SECTION

Page 594: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS Project No. 460C SITE RESTORATION

01740-4 08-01-2003 May, 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 595: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C PROTECTION OF EXISTING SERVICES

PROTECTION OF EXISTING SERVICES

01761-1 ver. 3-24-10 May, 2018

SECTION 01761

PROTECTION OF EXISTING SERVICES

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. Requirements to protect existing services and minimize impact of interruptions. 1.02 DEFINITIONS:

A. Service is defined to include utilities (natural gas, water, or power); lighting and emergency lighting; data and telecommunications; closed-circuit video, control and monitoring circuits, and air conditioning, heating, and ventilating. Service types include, but are not limited to but are not limited to: 1. Power. 2. Lighting, and emergency lighting. 3. Paging. 4. Telephone. 5. Video. 6. Data and computer networks. 7. Water. 8. Natural gas. 9. Heating, ventilating, and air conditioning

B. Data and Telecom Service is defined to include: 1. Wiring and cable used for the transmission of data, voice, or video information. 2. Wiring for low voltage monitoring and control of various types of devices.

C. Service interruption is defined to include any temporary or permanent inability to provide the service as contracted or as intended and includes interference with or disruption to source, distribution, or terminal items of a service system.

D. Response time is defined to be the time elapsed between the time that a Service Interruption becomes known to the Contractor and the time that a person is at the site of the interruption or, if the site of the interruption is not immediately known, at the job site to diagnose and locate the service interruption.

1.03 PERFORMANCE REQUIREMENTS

A. Contractor is required to protect and maintain existing services to those operating areas of the Airport. Where services are affected by construction activities and interruption of service is required to complete the Work, schedule service interruption to minimize impact. 1. Where services cannot be interrupted, provide alternate services or circuits as required

to maintain affected services. Design and implement service "cut-over" so that services are maintained without interruption.

B. Train employees and subcontractors to ensure that accidental service interruptions are prompty recognized, and appropriate responses can be initiated.

C. Maintain personnel, equipment, and parts at hand or on call to provide the response times indicated.

D. Interruptions to Existing Service are classified as follows: 1. Security Service Interruption:

a. Any service interruption of power, lighting, or data and telecom service that affects and compromises one of the following:

Page 596: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C PROTECTION OF EXISTING SERVICES

PROTECTION OF EXISTING SERVICES

01761-2 ver. 3-24-10 May, 2018

(1) FAA Security (2) Airline Security (3) Airport Security (4) Other government entity charged with enforcing security at the Airport

(Houston Police Department, FBI, Secret Service, etc.). b. Security Services must be active at all times.

2. Life Safety Service Interruption: a. Any service interruption of power, lighting, or data and telecom service affecting

or compromising one or more of the following life safety systems. (1) Fire/smoke alarms. (2) Emergency lighting. (3) Elevator operations in "Fire" mode. (4) Emergency intercom systems.

b. Life Safety Services must be active at all times. 3. Business Service Interruption:

a. Any service interruption of utility service (power, lighting, natural gas, data and telecom, etc.) that affects and compromises the ability of a profit-seeking entity to earn revenue, including: (1) Airline: Includes FIDS network, reservation/confirmation systems, paging

systems. (2) Tenants Other Than Airlines: Point of sale systems, reservation/confirmation

systems, utilities for storing, cooking, or maintaining food for sale to the public. b. Business Services must be active at all times in the areas of the Airport served by

Airlines or other tenants during hours of their operation. 4. Comfort / Convenience Service Interruption :

a. Any service interruption of power, lighting, or data and telecom services affecting or compromising the comfort or convenience of those using the Airport (passengers, visitors, employees, concessionaires, etc.) including: (1) Lighting. (2) Air Conditioning. (3) Heating. (4) Public telephones. (5) Elevators.

b. Minimize Comfort/Convenience Service Interruptions except in construction areas.

1.04 SUBMITTALS

A. Schedule of service interruptions. B. Emergency Response Plan.

1.05 QUALITY ASSURANCE

A. Develop emergency response plan for each class of service interruption indicated. Notify other contractors responsible for services and obtain contact information. Where possible, obtain written instructions for emergency repairs from the contractor responsible for each service. Where required, arrange for contractor personnel to be available to meet required response times.

1.06 COORDINATION AND SEQUENCING

A. Schedule and execute construction activities to prevent service interruption or, where service interruption is required to complete the Work, minimize service interruption.

Page 597: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C PROTECTION OF EXISTING SERVICES

PROTECTION OF EXISTING SERVICES

01761-3 ver. 3-24-10 May, 2018

1.07 SCHEDULING

A. Follow Section 01325. B. Develop a schedule of required service interruptions. Coordinate with the schedules

required by Section 01325 and revise as required by the City or project conditions. PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION

3.01 CONTRACTOR RESPONSIBILITIES:

A. Follow Section 01726. B. Scheduled Service Interruptions: Notify the City Engineer in writing not less than 7 days

in advance of a scheduled service interruption. Use the attached form and include the following information in addition to the information required on the form: 1. Type and classification of service. 2. Location. 3. Area(s) affected. 4. Entities affected. 5. Expected duration.

C. Unscheduled Service Interruptions to Data and Telecom Service: 1. Immediately notify IAH 24-Hour Emergency Dispatch Service at (281) 230-3024

[HOU 24-Hour Emergency Dispatch Service at (713) 641-4000; EFD Dispatch Service during 0800-1700, M-F, call 713-847-4234, (after hours call: 713-847-4200]. Do not attempt to repair these lines. Include the following information: a. Location. b. Area(s) affected. c. Type and classification of service (if known). d. Entities affected (if known).

2. In addition to the notification requirements above, immediately notify the City Engineer of interruption.

D. Unscheduled Service Interruptions to Service Other Than Data and Telecom Service: 1. When executing Work in an area known to have existing services, maintain on-site or

on-call capability to initiate repairs to unscheduled service interruptions within the response times required.

2. Immediately notify the City Engineer of interruption. a. Location. b. Area(s) affected. c. Type and classification of service (if known). d. Entities affected (if known).

3. Response Times to Interruptions to Existing Service: a. Security Service Interruption: 15 minutes. b. Life Safety Service Interruption: 15 minutes. c. Business Service Interruption:

(1) Service Interruptions to Airlines: 15 minutes. (2) Service Interruptions to Tenants other than Airlines: 1 hour.

d. Comfort/Convenience Service Interruption: 1 hour.

END OF SECTION

Page 598: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C PROTECTION OF EXISTING SERVICES

PROTECTION OF EXISTING SERVICES

01761-4 ver. 3-24-10 May, 2018

SERVICE INTERRUPTION REQUEST/NOTIFICATION

TO: HOU Plan Review EFD Plan Review IAH Plan Review

7800 Airport Blvd. 11900 State Hwy 3 16930 J.F. Kennedy Blvd

Houston, TX 77061 Houston, TX 77034 Houston, TX 77032

DATE RECEIVED:

ATT: Bill White Pete Fress REF:

(General Contractor to Complete this Block)

GENERAL CONTRACTOR:

PROJECT NUMBER:

PHONE NUMBER:

PAGER NUMBER: FAX NUMBER:

(Subcontractor to Complete this Block)

SUBCONTRACTOR: PHONE NUMBER:

FAX NUMBER:

PAGER NUMBER:

TYPE AND CLASSIFICATION OF SERVICE:

LOCATION OF INTERRUPTION:

DATE OF INTERRUPTION

AREAS AFFECTED:

TIME OF INTERRUPTOIN

ENTITIES AFFECTED:

EXPECTED DURATION

SIGNATURE DATE:

Do not write below this line

RESPONSE:

Page 599: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013
Page 600: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C PROTECTION OF EXISTING SERVICES

PROTECTION OF EXISTING SERVICES

01761-6 ver. 3-24-10 May, 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 601: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTRACT CLOSEOUT

CONTRACT CLOSEOUT 01770-1 ver. 7-18-12

May, 2018

SECTION 01770

CONTRACT CLOSEOUT

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. Submittal of Operation and Maintenance (O & M) manual, lien releases, record documents, badges, and keys.

B. O & M manual format and contents. C. Final cleaning. Interim cleaning is specified in Section 01505. D. Systems demonstrations and personnel training. E. Notification of Substantial Completion. F. Contractor's punch list. G. Record of the Work. H. Forwarding of Contractor-Salvaged products (CSP), and extra products.

1.02 SUBMITTALS

1. Electronic Files on portable hard drive jump sticks. 2. Videotapes and photographs following Section 01321- Construction Photographs. 3. Other data as directed. 4. Security identification badges. 5. Construction and other master keys.

1.04 FINAL CLEANING

A. Execute final cleaning prior to Substantial Completion [of each Stage]. B. Remove and legally dispose of waste and surplus products and rubbish, including from

drainage systems, pavements, lawn and landscaped areas, and elsewhere from site. C. Sweep streets and parking areas. D. Remove temporary facilities and controls. E. Leave premises in spotless condition, requiring no further cleaning of construction by City. F. Adjust products to proper operating condition. G. Correct defective function of products.

1.05 NOTIFICATION OF SUBSTANTIAL COMPLETION

A. When Contractor considers the Work (or a designated portion or stage thereof identified in Section 01326- Construction Sequencing) substantially complete, submit written notice and Punchlist (Paragraph 1.04) to City Engineer. 1. Do not claim Substantial Completion until authorities having jurisdiction issue

certificates of occupancy or use and related inspections affirming compliance. 2. Attach copy of each certificate to Substantial Completion form.

B. Within a reasonable time after receipt of certificates, an inspection will be made by City Engineer and Designer to determine status of completion.

C. Should the Work be determined by City Engineer as not substantially complete as a result of any Substantial Completion inspection, Contractor will be notified in writing. 1. Remedy deficiencies. 2. Send written notice of Substantial Completion as above.

Page 602: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

CONTRACT CLOSEOUT Project No. 460C

CONTRACT CLOSEOUT 01770-2 ver. 7-18-12

May 2018

3. City Engineer and Designer will reinspect the Work. 4. Pay costs of Designer’s second and subsequent Substantial Completion inspections, by

Change Order. D. When the Work is determined as substantially complete, the Certificate of Substantial

Completion will be executed.

1.06 CONTRACTOR'S PUNCHLIST

A. Prior to and in connection with Substantial Completion procedures, prepare a written Punchlist on an area-by-area basis for each bid schedule and as follows: 1. Designer will provide one reproducible copy of then-current floor plans. These drawings

are the basis of Contractor’s Punchlist. 2. Inspect the Work and mark applicable comments on the floor plans. Prepare written

notes as required to supplement notes made on drawings. 3. Continue completion of the Work including Punchlist items, marking off completed

items. 4. Forward electronic copy and 3 hard copies of the annotated Drawings to City Engineer

accompanied by notification that Substantial Completion Inspection is ready. B. Schedule Punchlist Inspection and other closeout inspections through City Engineer. C. Punchlist inspection will be attended by the following as a minimum:

1. Contractor, Contractor’s Superintendent, and applicable Subcontractors’ superintendents. Attend with Punchlist drawing.

2. City Engineer. 3. Designer. 4. Others of City Engineer’s choice.

D. Substantial Completion inspection will be made during one or more mutually agreed times to inspect the Work, to review and amend Contractor’s Punchlist. If the work is substantially complete, Document 00645- Certificate of Substantial Completion will be executed. 1. Amendments to the Contractor’s Punchlist will be made on the reproducible. 2. Within 5 days of execution of Document 00645, provide 4 copies of the amended Punch

List and original Document 00645 to City Engineer. E. Expeditiously correct work. F. Process each reinspection as above and in Paragraph 1.04. G. Punchlist items and corrections required after execution of Document 00650- Certificate of

Final Completion will be processed as warranty work following Document 00700- General Conditions, Paragraph 3.12.

1.08 RECORD OF THE WORK A. Following requirements expand Paragraph 3.16 of Documents 00700- General Conditions

and 00800- Supplementary Conditions. B. Record information concurrently with construction progress. Do not conceal work until

required information is recorded. C. Keep in a secure location in the Engineer’s field office (Section 01505- Temporary Facilities)

at the site and timely record the Work as actually built as the Work progresses. 1. Use one set of Drawings made from reproducible or electronic copies and one set of

Project Manual furnished under Section 01110- Summary of Work. Use one set of submittal data, video and photographic data, and other record data as required by Contractor to support and supplement records made on Drawings and Project Manual.

2. Legibly note variations from Contract Documents on Drawings, Project Manual and submittal data, whichever most clearly shows the change.

3. Clearly mark each document in red ink “RECORD OF THE WORK. Use only for recording field deviations and actual constructed conditions and arrangements.”

D. Keep documents current and make available for inspection by City Engineer.

Page 603: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C CONTRACT CLOSEOUT

CONTRACT CLOSEOUT 01770-3 ver. 7-18-12

May, 2018

E. Show following minimum information, as applicable to type of work, marked in fine-point red ink: 1. Measured depths of foundation elements in relation to finish first floor datum. 2. Measured horizontal locations and elevations of underground utilities and appurtenances,

referenced to permanent surface improvements. 3. Elevations of underground utilities referenced to City’s benchmark utilized for project. 4. Measured locations of internal utilities, environmental systems and appurtenances

concealed in construction, referenced to visible and accessible features of construction. 5. Field changes of dimension and detail. 6. Changes made by RFI (Document 00931). 7. Changes made by Modifications. 8. Details not on original Contract Documents. 9. References to related shop drawings, product data, samples, RFIs and Modifications.

F. Upon completion of the Work, collect diazo prints of marked-up Drawings, one single-sided copy of marked-up Project Manual, one set of shop drawings (including diskettes of CADD files prepared as part of the Contract, such as data required by Section 01340- Shop Drawings, Product Data and Samples), one original set of product data (Section 01340), one set of RFIs, one set of Modifications, one set of originals of video tapes and one copy of photographs (Section 01321- Construction Photographs), and other required documents. 1. Clearly mark each document, immediately adjacent to the “RECORD OF THE WORK”

mark, in red ink thus: “CERTIFIED AS THE CORRECT AND COMPLETE RECORD OF WORK PERFORMED.

___________________________ (Contractor Firm Name)

___________________________ (Authorized Signature)

___________________________ (Date)” G. Transmit all records to City Engineer. H. Transmit reproducible copies of Drawings (see Section 01110- Summary of Work) to City

Engineer. I. Submit proper record of the Work, in addition to other requirements in the Contract

Documents, precedent to City Engineer’s authorization for release of final payment.

1.09 FORWARDING CSP AND EXTRA PRODUCTS

A. Before submitting final application for payment, forward remaining proper CSP (Section 01110- Summary of Work), extra products, including spare parts (specified in other Sections) to location designated by City Engineer.

B. Furnish pallets and containers as required for proper product storage. C. Unload products from Contractor’s vehicles. Place pallets, containers and products as

directed by City Engineer. D. Obtain written transfer of title or receipt.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 604: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS CONTRACT CLOSEOUT Project No. 460C

CONTRACT CLOSEOUT 01770-4 ver. 7-18-12

May 2018

THIS PAGE INTENTIONALLY LEFT BLANK

Page 605: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

Project No. 460C PROJECT RECORD DOCUMENTS

01785-2

08-01-2003

May, 2018

Section 01785

PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Maintenance and submittal of record documents and Samples. 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES

A. Maintain one record copy of documents at the site in accordance with Document 00700 - General Conditions,

B. Store record documents and Samples in field office, if a field office is required by the

Contract, or in a secure location. Provide files, racks, and secure storage for record documents and Samples.

C. Label each document "PROJECT RECORD" in neat, large, printed letters. D. Maintain record documents in a clean, dry, and legible condition. Do not use record

documents for construction purposes. Do not use permit drawings to record Modifications to the Work.

E. Keep record documents and Samples available for inspection by Project Manager. F. Bring record documents to progress review meetings for viewing by Project Manager

and, if applicable, Design Consultant. 1.03 RECORDING

A. Record information legibly with red ink pen on a set of field drawings, maintained and kept at the Contractor’s field office, concurrently with construction progress. Maintain an instrument on site at all times for measuring elevations accurately. Do not conceal work until required information is recorded

B. Contract Drawings and Shop Drawings: Mark each item to record completed

Modifications, or when minor deviations exist, the actual construction including: 1. Measured depths of elements of foundation in relation to finish first floor datum. 2. Measured horizontal locations and elevations of Underground Facilities and

appurtenances, referenced to permanent surface improvements. 3. Elevations of Underground Facilities referenced to City of Houston benchmark

utilized for the Work. 4. Measured locations of internal utilities and appurtenances concealed in

construction, referenced to visible and accessible features of the Work. 5. Dimensions and details of field changes. 6. Changes made by Modifications. 7. Details not on original Drawings. 8. References to related Shop Drawings and Modifications.

Page 606: City of Houston - Department of Aviation Infrastructure ... · INTRODUCTORY INFORMATION 00010 Table of Contents 00011 Seals Page 00015 List of Drawings BIDDING REQUIREMENTS ... 16013

AIRFIELD PAVEMENT REPAIRS

PROJECT RECORD DOCUMENTS Project No. 460C

01785-2

08-01-2003

May, 2018

C. Survey all joints of water mains at the time of construction. Record on Drawings, water

main invert elevation, elevation top of manway, and centerline horizontal location relative to baseline.

D. For large diameter water mains, mark specifications and addenda to record:

1. Manufacturer, trade name, catalog number and Supplier of each Product

actually installed. 2. Changes made by Modification or field order. 3. Other matters not originally specified.

E. Annotate Shop Drawings to record changes made after review.

1.04 SUBMITTALS

A. At closeout of the Contract, deliver Project record documents to Project Manager. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED)

END OF SECTION


Recommended