REQUEST FOR BID. AIRFIELD RUBBER AND MARKINGS REMOVAL AND RE-STRIPING FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT January 30, 2017

Size: px
Start display at page:

Download "REQUEST FOR BID. AIRFIELD RUBBER AND MARKINGS REMOVAL AND RE-STRIPING FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT January 30, 2017"

Transcription

1 REQUEST FOR BID AIRFIELD RUBBER AND MARKINGS REMOVAL AND RE-STRIPING FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT January 30, INTRODUCTION The Northwest Arkansas Regional Airport Authority (NWARAA) is seeking proposals to perform the removal of rubber and exiting markings and re-stripe all existing runway, taxiways, ramps and lead in lines. This request for bid (RFB) is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the NWARAA to pay any costs incurred by the bidder in the preparation of this bid. 2. SUBMITTAL DEADLINE Submittals for this contract must be presented no later than 2:00 P.M. on February 22, 2017 to: Northwest Arkansas Regional Airport Authority ATTN: Thane Seeley or Miguel Pulido (Operations) One Airport Blvd, Suite 100 Bentonville, AR Bids received after the date and time set for receiving bids will NOT be considered. The NWARAA will NOT be responsible for misdirected bids. Vendor should call the Airport Administration Office at (479) to ensure receipt of their bid documents prior to opening date and time listed on the bid form. Eligible proposals will be opened and considered at 2:00 P.M. on Wednesday, February 22, CONTRACT AWARD Bids shall be considered by NWARAA staff based on cost of procurement, contractor integrity, compliance with public policy, record of past performance, financial and technical resources, and the best overall value to the NWARAA. The NWARAA reserves the right to accept or reject any or all bids, waive formalities in the bidding, waive irregularities in the any or all bids, and make a bid award deemed to be in the best interest of the NWARAA.

2 4. SUBMITTAL REQUIREMENTS All bids shall be submitted on forms provided by the NWARAA with the item bid stated on the face of the sealed envelope. Bidders MUST provide the NWARAA with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. The NWARAA requires the following information to be included in the submittal for this contract: 1. Submittal 1 (attached): Invitation to Bid/Project Submittal sheet. Fill out completely and return with submittal. 2. Proof of appropriate State of Arkansas contractor license and insurance carried by the contractor. Please list coverage by types and amounts, and please include contractual liability. 5. SPECIAL REQUIREMENTS AND SPECIFICATIONS Runway Complete rubber removal and complete surface preparation for loose and flaky and Re-striping (Re-mark) of ALL existing runway markings including centerlines and edge line markings. Taxiway Complete Removal and Re-striping (Re-mark) of ALL existing taxiways markings including movement/non-movement centerlines and edge line markings. Ramps Complete Removal and Re-striping (Re-mark) of ALL existing ramps markings including Movement Area Boundary markings. Total Square Footage Estimates per Color (Sq. Ft.) White Yellow Black Red 153,149 55,116 83,535 1,200 Total Square Footage Estimates for rubber removal (Sq. Ft.) 150,000 *These total square footages are only estimates. The contractor shall complete the project (including any square footages in excess of the estimates above) for the bid price. Bidders are encouraged to inspect the site before submitting bids.*

3 Upon completion, the contractor shall provide a two (2) year written warranty on materials and workmanship. As some work locations require access to the Airports Security Identification Display Area, select employees of the crew may be required to complete a background check and obtain a NWARAA Security Identification Display Area (SIDA) Badge as required by Transportation Security Administration Regulation Details may be obtained from Airport Administration. Proper pavement surface preparation and cleanness (including but not limited to removal of glass beads on runway markings) is required prior to stripping. Type III glass beads shall be used on all movement area boundary markings, hold position and enhanced taxiway markings. Type I beads are acceptable in all other applications. Please refer to AC 150/5340-1L Standards for Airport Markings and AC 150/ G Standards for Construction of Airport for details. 6. REQUIREMENTS OF CONTRACT BONDS A performance and payment bond 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 is required. 7. QUESTIONS AND COMMENTARY Inquiries regarding this RFB and resulting contract should be addressed in writing to Thane Seeley or Miguel Pulido (Airport Operations) at the above address no later than Friday, February 17, 2017, 5:00 P.M. Inquiries may be faxed to Responses shall be in writing. No information exchanged verbally shall be considered binding. Bidders are encouraged to inspect the site before submitting bids. Thanks you for your interest. If you have any questions, please do not hesitate to contact Airport Operations at

4 NORTHWEST ARKANSAS REGIONAL AIRPORT AUTHORITY INVITATION TO BID/PROJECT SUBMITTAL DATE & TIME OF BID OPENING: February 2:00 p.m. A copy of the airfield signage and marking plan is included in the bid package for reference. 1. Complete rubber removal and complete surface preparation for loose and flaky and Restriping (Re-mark) of ALL existing runway markings including centerlines and edge line markings. 2. Complete Removal and Re-striping (Re-mark) of ALL existing taxiways markings including movement/non-movement centerlines and edge line markings. 3. Complete Removal and Re-striping (Re-mark) of ALL existing ramps markings including Movement Area Boundary markings. Total Bid $ Note: The NWARAA is State of Arkansas Sales Tax Exempt. Any sales tax incurred is the responsibility of the vendor. Anticipated number of days from receipt of a work order or notice to proceed for completion of the project: days. A contract is included as part of the bid documents, please complete the contract and submit it with this bid invitation form. EXECUTION OF BID Upon the endorsement of this bid, the bidder certifies that he/she/it has read and agreed to the requirements set forth for this request for bid including specifications, terms and conditions, and agrees to furnish all work, technical personnel, materials, labor, equipment, incidentals and services at the price stated. UNSIGNED BIDS WILL BE REJECTED NAME OF FIRM: ADDRESS: CITY: STATE: ZIP: Name (printed): SIGNATURE TITLE: DATE: PHONE: FAX: ARKANSAS TAX PERMIT NUMBER:

5 NORTHWEST ARKANSAS REGIONAL AIRPORT AUTHORITY SPECIAL TERMS & CONDITIONS THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE NORTHWEST ARKANSAS REGIONAL AIRPORT AUTHORITY (NWARAA) TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the NWARAA with the item bid stated on the face of the sealed envelope. Bidders MUST provide the NWARAA with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 2. Bids received after the date and time set for receiving bids will NOT be considered. The NWARAA will NOT be responsible for misdirected bids. Vendor should call the Airport Administrative Offices at (479) to ensure receipt of their bid documents prior to opening date and time listed on the bid form. 3. The NWARAA reserves the right to accept or reject any or all bids, waive formalities in the bidding, waive irregularities in any and all bids, and make a bid award deemed to be in the best interest of the NWARAA. 4. Each bidder MUST state on the face of the bid form the anticipated number of days from receipt of a work order or notice to proceed for completion of the project. 5. Failure to complete the project on or before the time specified in the contract may subject the contractor to liability for Liquidated Damages. 6. This airfield marking project must be completed by August 17, 2017.

6 AIRFIELD MARKINGS AND RUBBER REMOVAL AND RE-STRIPING GENERAL PROVISIONS AND REQUIREMENTS 1. GENERAL It is the intent and purpose of these specifications to secure services for the removal of rubber and re-striping of the airfield markings with the necessary equipment and accessories that will be capable of performing in a safe, practical and efficient manner consistent with accepted commercial standards. 2. MATERIALS AND WORKMANSHIP All equipment, materials and workmanship shall be of the highest grade in accordance with modern practice. 3. WARRANTY All items furnished in accordance with these specifications shall be covered by the manufacturers and/or supplier s standard warranty or guarantee on new equipment. The minimum warranty for airfield re-striping work against material defects and workmanship from the bidder shall be two (2) years. Warranty documents and Operations and Maintenance manuals shall be provided. 4. PARTS AND SERVICE To best service the requirements of the purchaser, it is the intent of these specifications to secure equipment, which can be properly maintained and services without the necessity of stocking an expensive parts inventory or being subjected to long periods of interrupted service due to lack of spare parts. All suppliers submitting proposals must have available a parts and service facility within an area to allow 1 day service on any parts or service needs. The facility shall be staffed with full time technical personnel, as well as order and shipping personnel, during regular business hours and days. All parts should be commercially available off the shelf.

7 AIRFIELD RUBBER AND MARKINGS REMOVAL AND RE-STRIPING BID INSTALLATION REQUIREMENTS DESCRIPTION This project shall consist of the removal of rubber and all existing markings and the painting of numbers, markings, and re-stripes on the surface of existing runway, taxiways, aprons, ramps and lead in lines in accordance with these specifications and at the locations as directed by the NWARAA. All work must follow guidelines outlined by FAA Advisory Circular AC 150/5340-1L Standards for Airport Markings and AC 150/ G Standards for Construction of Airport Item P-620. MATERIALS MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or NWARAA may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify NWARAA upon arrival of a shipment of materials to the site. ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE CLEARLY ANNOTATED WITH BID SUBMITTAL, AND IN THE ABSENCE OF SUCH STATEMENTS, THE CONTRACTOR SHALL PERFORM IN STRICT COMPLIANCE WITH ALL TERMS, CONDITIONS, AND SPECIFICATIONS FOR THIS REQUEST FOR BID. Alternates will be considered, provided, each contractor clearly states on the face of the proposal exactly what the contractor proposes to furnish and submits necessary descriptive material that will clearly indicate the character of the article covered by the contractor's bid. PAINT- Paint shall be Waterborne, Epoxy, Methacrylate, or Solvent base in accordance with the requirements of paragraph a, , c, or d respectively. Paint shall be furnished in White-37925, Yellow or 33655, and Black in accordance with Federal Standard No 595. Paint shall be furnished in Type I Standard, drying time for no-pickup when tested in accordance with ASTM D 711. a. WATERBORNE paint shall meet the requirements of Federal Specifications TT- P-1952-E b. EPOXY paint shall be a two component, minimum 99 percent solids type system conforming to the following:

8 (I) Pigments. Component A. Percent by weight (A) White: Titanium Dioxide, ASTM D 476, type II shall be 18 percent Minimum (16.5 percent minimum at 100 percent purity). (B) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 14 to 17 percent Organic yellow, other colors, and tinting as required to meet color standard. Epoxy resin shall be 75 to 79 percent. (2) Epoxy Content Component A. The weight per epoxy equivalent, when tested in accordance with ASTM D 1652 shall be the manufacturer's target plus or minus 50. (3) Amine Number Component B. When tested in accordance with ASTM D 2074 shall be the manufacturers target plus or minus 50. (4) Prohibited Materials. The Manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR (5) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141, Method (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 38 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x.462 x.470 x.479 x.501 y.438 y.455 y.428 y.452 c. METHACRYLATE. Paint shall be a two component, minimum 99 percent solids type system conforming to the following (4) Accelerated weathering. (a) Sample preparation. Apply the paint at a wet film thickness of inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal. Test Method Standard No Air dry the sample 48 hours under standard conditions.

9 (b) Testing conditions. Test in accordance with ASTM G 53 using both Ultra Violet (UV-B) Light and condensate exposure, 72 hours total, altemaiing1-hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph c(3) above. Evaluate for conformance with the color requirements. (5) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A. Method 24. (6) Dry opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No The wet film thickness shall be inch (0.12 mm). The minimum opacity for white and colors shall be (7) Abrasion resistance. Subject the panels prepared in paragraph c(4) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from to inch (18.97 to mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (8) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D d. SOLVENT BASE. Paint shall meet the requirements of Federal Specification 1T-P Reflective Media. Glass Beads shall meet the requirements of Fed. Spec. TT-B1325, Type I gradation A Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. Type III glass beads shall be used on all runways holding position lines, all lead in and lead off lines as well as non-movement area boundary lines.

10 CONSTRUCTION METHODS WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 46 degrees F (7 degrees C) and rising EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead and/or silica sand dispensing machine and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type marking machine suitable for application of traffic paint it shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform across sections and clear-cut edges without running or splattering and without over spray PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt and loose materials. In some areas loose or peeling paint must be removed and concrete prepared before painting. PAINT SHALL NOT BE APPLIED TO PORTLAND CEMENT CONCRETE PAVEMENT UNTIL THE AREAS TO BE PAINTED ARE CLEAN OF CURING MATERIAL. ULTRA-HIGH PRESSURE WATER (20,000 PSI. OR GREATER), SAND BLASTING OR SHOT BLASTING SHALL BE USED TO REMOVE ALL LOOSE STRIPING BEFORE RE-STRIPING. NO PAINT SHALL BE APPLIED UNTIL THE SURFACE PREPARATION HAS BEEN APPROVED BY THE NWARAA'S INSPECTOR LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be the same as existing markings APPLICATION. Paint shall be applied at the locations and to the existing dimensions and spacing. Paint shall not be applied until the layout and condition of the surface has been approved by the NWARAA inspector. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted.

11 TABLE 1 APPLICATION RATES FOR PAINT, GLASS BEADS, AND SILICA SAND Paint: Sq ft per gallon, ft2 /gal. (Sq m per liter, m2/l) Glass Beads Type I Gradation A Lbs/Gal of paint (Kg/ 1) Type III Lbs/Gal. of paint (Kg/ 1 ) Sand Lbs/Gal of paint Waterborne (2.8) (.85) (1.9) Solvent Base Epoxy 90 (2.8) (.85) (1.9) Methacrylate (1.1) (1.8) The edges of the markings shall not vary from a straight line more than.05 inch (12mm) in 50 feet (15m), and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass beads shall be distributed upon the marked areas immediately after application of the paint. A dispenser shall be furnished, which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made.

12 It shall be the contractor s responsibility to remove all emptied containers from the airport and dispose of them properly in addition to removing excess glass beads remaining on paved areas PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by splatter, splashes, spillage, and/or drippings of paint. AUTHORIZED CONSTRUCTION HOURS Complete Removal and Striping on movement area taxiways will be allowed between the hours of approx. 12:00 A.M. and 4:30 A.M. The airport will be closed during these hours and the proper NOTAMs will be issued. Airport closure will be accomplished by the NWARAA inspector. The contractor shall give at least two weeks notice to the NWARAA before construction will be allowed to commence. Adequate lighting will be provided by the contractor to allow for the job to be completed in a safe and efficient manner. The NWARAA on-site inspector will determine if the lighting is adequate. The airport will be closed at approx. 12:00 A.M. or when the last commercial flight has landed. The airport will be reopened at approximately 4:30 A.M. and only after a safety inspection is accomplished by the NWARAA inspector. All excess material including glass beads must be removed from the movement area and all vehicles must be parked in a pre-arranged staging area before the airport will be reopened. The NWARAA inspector will have the final say on whether the airport is safe to reopen.

13 REQUEST FOR BIDS Notice is hereby given that the Northwest Arkansas Regional Airport Authority, hereinafter referred to as "NWARAA," will receive sealed bids until 2:00 p.m. on Wednesday February 22, 2017, at the Administration Office, ATTN.: Thane Seeley or Miguel Pulido, Airport Operations, One Airport Blvd., Suite 100, Bentonville AR 72712, for the following described purpose: Airfield Rubber and Markings Removal and Re-Striping To receive a set of bid documents, please contact the Airport Administration Office at (479) /fax (479) or download the bid package from our website at Responses shall be in writing. No information exchanged verbally shall be considered binding. The NWARAA, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The NWARAA reserves the right to accept or reject any or all bids, waive formalities in the bidding, waive irregularities in the any or all bids, and make a bid award deemed in the best interest of the NWARAA.