Loading...
HomeMy Public PortalAbout045-2018 - Airport - AAA Striping Company - Painting runwaysAGREEMENT THIS AGREEMENT made and entered into this 2 Z day of AfAgi3O , 2018, and referred to as Contract No. 45-2018 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Aviation Commissioners (hereinafter referred to as the "City") and AAA Striping Company, P.O. Box 1219, Columbus, Indiana, 47202 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to perform services in connection with the painting of Richmond Airport Runway 6-24 for the Richmond Municipal Airport (the "Project") in accordance with the Bid Specifications further described below. Bid Specifications dated February 7, 2018, have been made available for inspection by Contractor, are on file in the office of the Director of Purchasing for the City of Richmond, and are hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said Request for Responses dated February 19, 2018, is attached hereto as Exhibit A, which Exhibit consists of thirteen (13) pages, and is also hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary which are incidental to the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. Contract No. 45-2018 Page 1 of 6 SECTION III. COMPENSATION City shall pay Contractor an amount not to exceed the total amount of Thirty-nine Thousand Nine Hundred Thirty Dollars and Zero Cents ($39,930.00) for complete and satisfactory performance of the work required hereunder. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until satisfactory completion of the Project, which completion is expected to be on or before June 1, 2018. A penalty will be assessed and deducted from Contractor's retainage in the event services are still being performed by Contractor under this Agreement in the amount of Four Hundred Dollars ($400.00) per day for each day past the date for completion as set forth above. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that Page 2 of 6 nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage A. Worker's Compensation & Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage Limits Statutory $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired Page 3 of 6 employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION IX. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5- 22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION X. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; Page 4 of 6 2. That Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Both City and Contractor agree to comply with all applicable Americans with Disability Act (ADA) requirements and Title VI Civil Rights Act non-discrimination requirements. D. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION XI. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XII. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. Page 5 of 6 In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Aviation Commissioners By: `24-., Dave Stevens, President Date: "CONTRACTOR" AAA STRIPING COMPANY P.O. Box 1219 Columbus, IN 47202 By: Printed: 3,419 JAICILI N APPROVED: ( Title: j> 61 f b ,✓ 1 Sno or 0 Date: 3 4 g Date: Page 6 of 6 CITY OF RICHMOND 50 North Fifth Street PRICE REQUEST Richmond, Indiana 47374 (765) 983-7200 THIS IS NOT AN ORDER IMAMnu INSTRUCTIONS This is a request for a price or quote for the services or materials described below. Any additional specifications may be attached hereto. This is not an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name, address, and phone number below with signature; itemize all prices and charges where requested; and attach explanation for any substitution to specifications altered. Please return in care of Purchasing to the address above by the specified date and time to be considered unless otherwise specified. DATE Feb 7, 2018 Februa 2Z 2018 b 4:59 .m. * DELIVERY REQUIRED DELNERED PAYMENT TERMS UPON RECEIPT OF INVOICE QUANTITY A DESCRIPTION UNIT PRICE TOTAL Runway 6-24 Painting Richmond Municipal Airport (see attached) Please include a current certificate of in- surance, naming the City of Richmond as the certificate holder, with your bid. Bids must be presented in a sealed envelope with the project name on the outside of the envelope. PRICE REQUEST BY , 7/0., feb, I VICKI ROBINSON PURCHASING DIRECTOR * Bids are to be mailed or brought to the Purchasing Department in the Richmond Municipal Building at 50 North 5th Street. State Tax Exemption No. 003121909-001. _ EXHIBIT —:�j- PAGE �OF] NAME OF FIRM QUOTING &4 .S 01 pia( coM?aN 4 BY e AUTHORIZED BY V1f'i I1 g TITLE DATE — Phone No. �' Z - 310 _ 4 oo -9 RICHMOND MUNICIPAL AIRPORT RUNWAY 6-24 PAINTING BID REQUEST 1/24/18 SCOPE OF WORK: Contractor shall furnish all material, labor and equipment to paint Runway 6-24 at the Richmond, Indiana Municipal Airport to current FAA Specifications General Specifications: 1. Contractor shall provide a certificate of insurance per City of Richmond Purchasing requirements with bid. 2. All work on the runway shall be coordinated with the Airport Operations Manager 3. See Detailed Specifications for painting Runway 6-24. 4. Work shall be completed in 5 working days. 5. Work shall be completed by June 1, 2018 6. A late penalty of $400/day will be assessed for each day past the 5 day completion time. 7. Contact Greg Stiens, Director of Public works and Engineering, if you have questions at 765-983-7394 Itemized Bid Item Description QTY Unit Price Total 1. White pavement marking 98,000 sf 40- ZN NIZ8. YzO. CIO 2. Reflective Media 6,000 lbs ti coo. c TOTAL....................................................... J131iIzo.00 Alternate 3. Black pavement marking 23,000 sf o TOTAL........................................................ . W Contractor Name Address C) w.*7) V:& /JV Y7 2 c Z. R, ?'e€s: :Z! g 8 Signs re Date 1 EXHIBIT A PAGE /L AAA STRIPING COMPANY P.O. Box 1219 Columbus, IN 47202-1219 Phone: 812-372-3820 — Bryce@tripleastriping.com www.tripleastriping.com A Full Service Pavement Maintenance Company February 19, 2018 Re: Explanation of Substitution to Specifications For clarification purposes, here are some notes regarding our quotation for the Runway 6-24 Painting at Richmond Municipal Airport project. *We are bidding all reflective media to be used as Fed. Spec. TT-B-1325D Type I Gradation A. *There are no prevailing wage rates included in this quotation. *There is no marking removal via waterblasting included in this quotation. *We are bidding re -striping the existing markings; no new layout is included. *There is no cleaning included in this quotation. We are able and willing to "spot clean" small areas as necessary but without renting heavy construction equipment we cannot clean every marking. This is typical of an airport re -stripe project and we typically do not run into issues. Regards, Bryce Shehan, President AAA Striping Company 16E1�T PAGE �__O�F 40+00 45+00 NN 50+00 s v 20+ ti LR 55+00 V � $ YS+00 a 60+00 A A S Z.T / $ L65+00 t d ,u' 35+ MnMvy /5-JJ' a $ p T7+00 `o g W., r r A EXHIBIT __LZ, PAGE JF AC 150/5370-1OG 7/21/2014 Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. MATERIALS 620-2.1 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 the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 Marking materials. Paint shall be waterborne or preformed thermoplastic in accordance with the requirements of paragraph 620-2.2 a. Paint shall be furnished in White — 37925 for runway marking, Yellow — 33538 or 33655 for taxiway marking, Blank — 37038 for outline borders, and Red — 31136 for Surface Painted Hold Signs in accordance with Federal Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I. The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. b. Preformed Thermoplastic Airport Pavement Markings. Markings must be composed of ester modified resins in conjunction with aggregates, pigments, and binders that have been factory produced as a finished product. The material must be impervious to degradation by aviation fuels, motor fuels, and lubricants. (1) The markings must be able to be applied in temperatures as low as 35°F without any special storage, preheating, or treatment of the material before application. (a) The markings must be supplied with an integral, non-reflectorized black border. (2) Graded glass beads. (a) The material must contain a minimum of 30% intermixed graded glass beads by weight. The intermixed beads shall conform to[ Federal Specification TT-B-1325D, Type 1, gradation A [ Federal Specification TT-B-13251), Type IV 1. (b) The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of one (1) lb (0.45 kg) (f 100/6) per 10 square feet (1 sq m). These factory applied coated surface beads shall have a minimum of 90% true spheres, minimum refractive index of 1.50, and meet the following gradation. Item P-620 Runway and Taxiway Marking EXHIBIT _PAGE -sa-©Fd& AC 150/5370-1OG 7/21/2014 Size Gradation Retained, % Passing, U.S. Mesh µm 12 1700 0-2 98 -100 14 1400 0 - 3.5 96.5 -100 16 1180 2 - 25 75 - 98 18 1000 28 - 63 37 - 72 20 850 63 - 72 28 - 37 30 600 67 - 77 23 - 33 50 300 89 - 95 5 - 11 80 200 97 -100 0-3 (3) Heating indicators. The material manufacturer shall provide a method to indicate that the material has achieved satisfactory adhesion and proper bead embedment during application and that the installation procedures have been followed. (4) Pigments. Percent by weight. (a) White: Titanium Dioxide, ASTM D476, type II shall be 10% minimum. (b) Yellow and Colors: Titanium Dioxide, ASTM D476, type II shall be 1% minimum. Organic yellow, other colors, and tinting as required to meet color standard. (5) 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 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (6) Daylight directional reflectance. (a) White: The daylight directional reflectance of the white paint shall not be less than 75% (relative to magnesium oxide), when tested in accordance with ASTM E2302. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45% (relative to magnesium oxide), when tested in accordance with ASTM E2302. 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 (7) Skid resistance. The surface, with properly applied and embedded surface beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E303. (8) Thickness. The material must be supplied at a nominal thickness of 65 mil (1.7 mm). (9) Environmental resistance. The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to aviation fuels, gasoline, and oil. (10) Retroreflectivity. The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform level of nighttime retroreflection when tested in accordance to ASTM E1710. (11) Packaging. Packaging shall protect the material from environmental conditions until installation. Item P-620 Runway and Taxiway Marking EXHIBIT �_ PAGE 'J-PFA� AC 150/5370-1OG 7/21/2014 (12) Preformed thermoplastic airport pavement marking requirements. (a) The markings must be a resilient thermoplastic product with uniformly distributed glass beads throughout the entire cross -sectional area. The markings must be resistant to the detrimental effects of aviation fuels, motor fuels and lubricants, hydraulic fluids, deicers, anti-icers, protective coatings, etc. Lines, legends, and symbols must be capable of being affixed to asphalt and/or Portland cement concrete pavements by the use of a large radiant heater. Colors shall be available as required. (b) The markings must be capable of conforming to pavement contours, breaks, and faults through the action of airport traffic at normal pavement temperatures. The markings must be capable of fully conforming to grooved pavements, including pavement grooving per advisory circular (AC) 150/5320-12, current version. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastics when heated with a heat source per manufacturer's recommendation. (c) Multicolored markings must consist of interconnected individual pieces of preformed thermoplastic pavement marking material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each large marking segment (typically more than 20 feet (6 m) long) must be factory assembled with a compatible material and interconnected so that in the field it is not necessary to assemble the individual pieces within a marking segment. Obtaining multicolored effect by overlaying materials of different colors is not acceptable due to resulting inconsistent marking thickness and inconsistent application temperature in the marking/substrate interface. (d) The marking material must set up rapidly, permitting the access route to be re -opened to traffic after application. b. (e) The marking material shall have an integral color throughout the thickness of the marking material. 620-23 Reflective media. Glass beads shall meet the requirements for Fed. Spec. TT-B-1325C Type I -Gradation A, Fed. Spec. TT-B-1325D Type III or Type IV. 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. Paint Color Glass Beads, Type I, Gradation A Glass Beads, Type M Glass Bead, Type IV White See Table 1 See Table 1 See Table 1 Yellow See Table 1 See Table 1 See Table 1 Red See Table 1 and Note Not used See Table 1 and Note Pink See Table 1 and Note Not used See Table 1 and Note Black Not used Not used Not used Green Not used Not used Not used Item P-620 Runway and Taxiway Marking PAGE (EXHIBIT -&- AC 150/5370-1OG 7/21/2014 CONSTRUCTION METHODS 620-3.1 Weather limitations. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at least 5°F (2.7°C) above the dew point or meets the manufacturer's recommendations. Painting operations shall be discontinued when the surface temperature exceeds 120°F (49°C). Markings shall not be applied when the pavement temperature is greater than 130°F (49°C). Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. 620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead 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 or airless -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 cross -sections and clear-cut edges without running or spattering and without over spray. 620-3.3 Preparation of surface. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that 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 contaminants without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials. At least 24 hours prior to remarking existing markings, the existing markings must be removed such that 90% of the existing markings are removed with low (3,500-10,000 psi) waterblaster. After waterblasting, the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air or both. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings. 620-3.4 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 shown on the plans. 1. All holding position markings used on runways, taxiways, and holding bays and used to indicate instrument landing system/microwave landing system (ILS/MLS) or precision obstacle -free zone (POFZ) critical areas. 2. Runway threshold marking. 3. Runway threshold bar. 4. Runway aiming point marking. 5. Runway designation marking. 6. Runway touchdown zone markings. Item P-620 Runway and Taxiway Marking EXH?F_IT_1L:)�__ PAGE 9 OF_13-1 AC 150/5370-1OG 7/21/2014 7. Runway centerline marking. 8. All taxiway centerline markings and enhanced taxiway centerline markings. 9. Geographical position marking. 10. Surface painted signs for holding position signs, taxiway direction signs, taxiway location signs, gate destination signs, and apron entrance point signs. 11. Non -movement area boundary marking 12. Runway side stripes. 13. Taxiway edge markings. 14. Runway displaced threshold markings. 15. Runway demarcation bar. 620-3.5 Application. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inch (910 mm) or less fl/2 inch (12 mm) greater than 36 inch to 6 feet (910 mm to 1.85 m) tl inch (25 mm) greater than 6 feet to 60 feet (1.85 m to 18.3 m) t2 inch (50 mm) greater than 60 feet (18.3 m) 1 :3 inch (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of 28 Days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Temporary paint shall be applied at 30% application rate with no glass beads. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. 620-3.6 Test strip. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons (4 liters) of paint and application of 35 lbs (15.9 kg) of Type V50 lbs (22.7 kg) of Type III glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 e.g., for 5 gallons (19 liters) of waterborne paint shall cover no more than 575 square feet (53.4 m ). Item P-620 Runway and Taxiway Marking EXHIBIT A_ RAGE 'ND OR 3 _� AC 150/5370-1OG 7/21/2014 Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Paint Glass Beads, Type I, Glass Beads, Glass Beads, Gradation A Type III Type IV Paint Type Square feet per gallon, fe/gal Pounds per gallon of Pounds per gallon Pounds per gallon paint-lb/gal of paint-lb/gal of paint-lb/gal (S9 in m per liter, (Km per liter of (Km per liter of (Km per liter of p2int-kg/1) paint-kg/l) paint kg/1) Waterborne 115 ft /gal max 71b/gal min 10 lb/gal min Type I or II (2.8 m2/1) (0.85 kg/1) (1.2 kg/1) Waterborne 90 fig/gal max 10 lb/gal min Type III (2.2 m2/1) (1.2 kg/1) Waterborne 55 fig/gal max 8 lb/gal min (1.0 Type III (1.4 m2/1) kg(1) 115 ft2/gal max 7 lb/gal min 10 lb/gal min Solvent Base (2.8 m2/1) (0.85 kg/1) (1. 2 kg/1) 55 ft2/gal max 81b/gal min Solvent Base (2.2 m2/1) -- "' (1.0 kg/1) 90 fig/gal max 15 lb/gal min 20 lb/gal min 16 lb/gal min Epoxy (2.2 m2/1) (1.8 kg/1) (2.4 kg/1) (1.9 kg/1) 45 felgal max 15 lb/gal min 20 lb/gal min 161b/gal min Methacrylate (1.1 m2A) (1.8 kg/1) (2.4 kg/1) (1.8 kg/1) Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb/gal (0.24 kg/1) for Type I and Type IV beads. Type III beads shall not be applied to Red or Pink paint. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that 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 or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. When using waterborne paints on previously unmarked asphalt or seal coat, an initial paint coat at 50% of the permanent coverage rates shall be applied to reduce the discoloration that occurs and allow the pavement to be opened to traffic. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.7 Application --preformed thermoplastic airport pavement markings. a. Asphalt and Portland cement. To ensure minimum single -pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self- propelled mobile heater with an effective heating width of no less than 16 feet (5 m) and a free span between supporting wheels of no less than 18 feet (5.5 m). The heater must emit thermal radiation to the Item P-620 Runway and Taxiway Marking EXHIBIT -(::� PAGE OF �3� AC 150/5370-1OG 7/21/2014 marking material in such a manner that the difference in temperature of 2 inches (50 mm) wide linear segments in the direction of heater travel must be within 5% of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35°F (2°C) without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-volatile organic content (non-VOC) sealer with a maximum applied viscosity of 250 centiPoise must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package. 620-3.8 Protection and cleanup. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet (square meters) of painting and the number of pounds (km) of reflective media performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot (square meter) for runway and taxiway painting, preformed markings, and per pound (lan) for reflective media. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-5.1-1a Runway and Taxiway Marking per square foot (square meter) Item P-620-5.1-1b Temporary Runway and Taxiway Marking per square foot (square meter) Item P-620-5.1-1c Black Border per square foot (square meter) Item P-620-5.1-1d Preformed Thermoplastic Marking per square foot (square meter) Item P-620-5.1-2 Reflective Media per pound (lan) TESTING REQUIREMENTS ASTM C371 Standard Test Method for Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins Item P-620 Runway and Taxiway Marling EXhiiT �_ PAGE AC 150/5370-1OG 7/21/2014 ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A-A-2886B Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings Item P-620 Runway and Taxiway Marking END OF ITEM P-620 EXHiPiT Q PAGE �JF�]