addendum no. 1 to the information for bidders for construction and

ADDENDUM NO. 1 TO
THE INFORMATION FOR BIDDERS
FOR
CONSTRUCTION AND RELATED SERVICES
IN CONNECTION WITH AIRFIELD PAVEMENT MARKING PROJECT AT
JACKSON-MEDGAR WILEY EVERS INTERNATIONAL AIRPORT (“JAN”)
(JMAA PROJECT NO. 010-13) This Addendum No. 1 (this “Addendum”) to the Information for Bidders issued by the
Jackson Municipal Airport Authority (“JMAA”) in connection with the Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport ("JAN") dated January 9,
2014 (the “Information for Bidders”) is issued as of this, the 10th day of February, 2014.
1.
Defined Terms. Capitalized terms used but not defined in this Addendum have the
respective meanings given in the Information for Bidders.
2.
No Implied Modification. Except as specifically modified in this Addendum, each of the
terms, provisions, and requirements of the Information for Bidders remains in full force
and effect.
3.
Acknowledgement. Each Bidder must acknowledge receipt of this Addendum in the area
provided on the Bid Proposal Form.
JACKSON MUNICIPAL AIRPORT AUTHORITY
Date: February 10, 2014
/s/ Dirk B. Vanderleest
Dirk B. Vanderleest, Chief Executive Officer
SUMMARY MINUTES OF
THE MANDATORY PRE-BID MEETING
FOR
CONSTRUCTION AND RELATED SERVICES IN CONNECTION WITH
AIRFIELD PAVEMENT MARKING PROJECT AT
JACKSON-MEDGAR WILEY EVERS INTERNATIONAL AIRPORT (“JAN”)
(JMAA PROJECT NO. 010-13)
February 4 2014: 1400 HOURS
1. Mr. Kelly Elliott, JMAA Aviation Operations Manager is the Project Manager. Project
professionals from SOL Engineering Services LLC Mr. Joe Gibbs III and Ms. Angela
Mallette will be the Engineers for the project.
2. Mr. Elliott requested attendees introduce themselves and indicated that all attendees were
required to sign the attendance roster distributed at the meeting. Future contact with
attendees will be made using the contact information provided on the attendance roster.
3. General Scope of Work
a. Scope of Work - Mr. Elliott reviewed the general scope of the project and the
specific requirements of the bid documents related to submissions by interested
parties. In general the project involves:
i. The Engineers Estimated Budget for services is $300,000.00. This figure
was mistakenly reported as $200,000.00 at the Mandatory Pre-Bid
Meeting.
ii. Work must be completed 30 consecutive calendar days after Notice to
Proceed has been granted. Liquidated damages will be applied for failure
to complete the work in a timely manner and will be assessed at
$1,000/day. Weather related delays will be considered by JMAA on a case
by case basis.
iii. Repainting of all Taxiway markings on the Airport Operations Area.
iv. Removal of rubber deposits on Runway16L/34R and Runway 16R/34L.
v. Removal and repainting of markings on RWY 16R/34L, and removal and
repainting of certain markings on Runway 16L/34R.
vi. Replacement of Non-Movement Boundary Marking at intersection of A2,
B1, B2
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 2 of 10
vii. Attendees were referred to the project Specifications and Instructions to
Bidders for further details on the scope of work.
4. Information for Bidders and Required Submittals
a. The Jackson Municipal Airport Authority ("JMAA") will receive sealed bids at the
JAN, Main Terminal Building, Suite 300, in the City of Jackson, Rankin County,
Mississippi, until 2:00 p.m. on February 13, 2014 (the "Bid Deadline"). JMAA will
publicly open and read aloud all bids at 2:05 p.m. on February 13, 2014 (the "Bid
Opening") in the Staff Conference Room, Third Floor of the Main Terminal
Building at JAN.
b. The outside or exterior of each bid envelope or container of the bid must be marked
with the bidder's Mississippi Certificate of Responsibility Number (or a statement
that the bid does not exceed $50,000) and with the wording: " Bid for Construction
And Related Services In Connection With Airfield Markings at JAN Project No.
010-13" Bid Proposals, amendments to bids or requests for withdrawal of bids
received by JMAA after the Bid Deadline will not be considered for any cause
whatsoever. Bidders and their authorized representatives are invited to be present
at the Bid Opening.
c. All forms and requests for information included as “exhibits” or requested in the
“Information for Bidders” must be filled out and filed as part of complete
submission.
d. A Bid Bond in the amount of five percent (5%) is required; one original and two
copies of the Bid Bond are acceptable. Three (3) originals of the Bid Proposal form
must be completed, signed and notarized by the bidder and submitted as part of the
bid.
e. Payment and Performance Bonds will be required at the time of the execution of
the Standard Form of Agreement with JMAA. This information as well as
information pertaining to insurance requirements is contained in the sample JMAA
Standard Form of Agreement included in the Instruction to Bidders.
f. Submission of Written Questions
i. Interested parties are required to provide written communications to the
Project Manager for response in the form or an addendum. Address emailed written correspondence to [email protected]. No questions will be
accepted after 2:00 PM on Friday, February 7, 2014 in order to allow the
Project Manger adequate time to prepare any necessary Addenda.
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 3 of 10
5. Safety and Security
a. All personnel assigned to the project will be required to apply for and be granted
“Unescorted Access Privileges” as well as “Class 1” driving privileges.
b. Standards for Unescorted Access Privileges are delineated on the JMAA ID Badge
Application available on line at https://www.jmaasecurity.com
c. Valid, state issued, motor vehicle operators’ licenses are a pre-requisite for the
issuance of a JMAA Class I Driving Permit.
d. No fees for applications will be assessed to JMAA contractors unless an applicant
is denied unescorted access privileges based on this criteria. Any person denied
access under this system will be excluded from working within the Security Display
Identification Area of JAN, and may not be escorted into this area for the purposes
of this contract.
e. Vehicles utilized in support of this project must display the following safety and
security features:
i. Rotating amber beacon.
ii. Placard with company inscriptions 4 inches high and the logo 12 inches
high.
f. Only two vehicles are permitted to be on the work site at any one time with the
exception of vehicles necessary to provide materials or to remove debris or other
waste.
i. Deliveries and/or removal activities are to be scheduled with the JMAA
Project Manager to allow for proper inspection and escort requirements.
ii. All vehicles and personnel entering the SIDA or Secure Areas of JAN are
subject to search.
g. All tools, equipment, and materials are to be properly stored and secured at all
times. Construction equipment must be lighted and/or flagged as per FAA
regulations so it is easily visible to aircraft and airport vehicles during night hours.
6. Environmental & Safety
a. The successful bidder will submit a Safety Plan that will be reviewed and approved
by JMAA
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 4 of 10
7. Subcontractors
a. Bidders must identify both DBE and non-DBE subcontractors.
b. A subcontractor list was included in the package. Subcontractors must be identified
at the time of the bid.
c. JMAA does not allow any changes to this list except for good cause shown. Any
requests must be made in writing.
d. For any DBE Subcontracts a DBE Commitment and Confirmation Form must be
submitted to the Project Manager and Director of DBE no later than 12:00 PM the
day after the bid opening.
8. Disadvantaged Business Enterprise Participation
a. Mr. Jack Thomas, JMAA’s DBE Director reviewed general information on DBE
participation on the project.
i. The DBE Goal for the project is 10%
ii. DBE firms must be certified by either JMAA or the Mississippi Department
of Transportation in order to qualify as DBE participants on this project.
iii. Mr.
Thomas
offered
his
own
assistance
(601-664-3518,
[email protected]) and provided information on the web based listing of
certified DBE’s maintained by the Mississippi Department of
Transportation-www.gomdot.com, and offered his assistance with any
questions related to the matter.
b. Mr. Thomas provided a package of information regulatory standards for DBE
participation, and Good Faith Efforts, and offered further clarification on
accounting for DBE participation.
i. All DBE participants, either primes or subcontractors are required to
perform a commercially useful function in an independent manner, utilizing
their own resources.
1. DBE Prime contractors may further subcontract work to other DBE
or non-DBE firms. However, only work actually performed by a
DBE will count towards the contract goal. The total value of the
materials or services provided by a DBE entity is used to determine
participation regardless of the “tier”.
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 5 of 10
ii. Questions related to the eligibility of various participants should be directed
to Mr. Thomas’ attention in written format.
c. Good Faith Efforts reports (see Instruction to Bidders) are required for any bid
submissions that do not achieve the DBE contract goal.
i. Bidders who have met the goal are encouraged to provide this information
to allow JMAA to determine that the efforts were made in case identified
DBE participants are unable to perform the work or are found to be
unsuitable.
ii. Good Faith Effort is assessed on Quality, Quantity and Intensity.
1. Quality in general refers to the effort put forward to contact DBE
participants and to ensure they have sufficient information and
sufficient time to address the possible opportunities available. It is
essential to show that appropriate DBE entities have been contacted
for subcontracting opportunities.
2. Quantity in general refers to the total number of DBE entities
contacted from the available pool of certified DBEs.
3. Intensity in general refers to both the timeliness of contact and the
follow-up contact/activities to confirm interest in providing
information on subcontracted materials or services.
d. The Statement of Qualifications required as part of the Bid includes a requirement
for Prime Contractors to provide information on DBE participation over the past
five years.
i. Information on prior DBE participation is not required to be directly
relevant to the current project.
9. A tour of the project work site was conducted immediately following the pre-bid meeting.
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 6 of 10
10. General Questions from Attendees:
a. Question:
Response:
b. Question:
Response:
c. Question:
Response:
d. Question:
Response:
e. Question:
Response:
What materials/services will JMAA provide for the project?
JMAA will provide the X-boxes and issue NOTAMs.
The Contractor is required to provide FAA approved low profile
barricades and other materials necessary to meet FAA and JMAA
construction safety requirements, and personnel sufficient to place
and remove any equipment or materials necessary to meet these
standards.
What is the phasing plan of the project?
The successful Contractor is expected to provide proposals for the
phasing of the work which will be reviewed and approved by the
Engineer and JMAA. Access to the work areas will not be
constrained by time of day or day of week, though operational
interruptions must be limited to the degree possible at all times.
Is there any preferred method of rubber removal?
No. The Contractor is to propose a method and materials for
approval by the Engineer and JMAA. A combination of high
pressure water method and environmentally friendly materials may
be used. The Materials Safety Data Sheet on any proposed materials
other than water must be submitted with the proposal.
After rubber removal, is friction testing required?
Yes. A sub-contracting company, directly contracted by the Prime
contractor may be engaged to perform that service if necessary.
Will any control points be provided?
Yes. SOL Engineering Services, LLC will provide the initial
survey control points prior to construction. The location of the
control points will be determined prior to start of construction. If
further surveying is required, the contractor may solicit SOL
Engineering Services, LLC for surveying at the following rate:
GPS survey crew - $208 per hour
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 7 of 10
f. Question:
Response:
g. Question:
Response:
h. Question:
Response:
Does the plan indicate percentage of paint that has to be removed?
No. The project specifications indicate the location of markings
designated for removal.
When will the contracts be executed?
Contracts shall be executed within ten (10) days of the Notice of
Award.
How shall the contractors receive deliveries?
All deliveries for contractors shall come through Gate 8 between
6:30 am and 8:30 am or between 1:00 pm and 3:00 pm, CST. All
deliveries shall be inspected. Contractor shall notify JMAA of all
expected deliveries.
11. Additional and/or Corrected Plans Attached:
a. Attachment No. 1 - Drawing Number 9
i. Removal and repainting of 15 MPH Roadway Markings on Main Terminal
Ramp Roadway.
ii. Removal and repainting of 515 LF of Non-Movement/Movement Area
delineation offset 160 LF from centerline of B2.
iii. Painting of 565 LF Skip Yellow Edge Marking along B2.
iv. Removal and Repainting of 545 LF of Roadway Edge Marking, Zipper
Style.
b. Attachment No. 2 – Drawing 11
i. Removal and repainting of Non-Movement/Movement Area delineation on
northwestern most connector at the Mississippi Air National Guard Base
ramp.
c. Attachment No. 3 – Drawing Number 12
i. Add Lead Off Line at Taxiway BRAVO to the Centerline of Runway
16L/34R.
d. Attachment No. 4 – Drawing No. 13
i. Add Lead Off Line at Taxiway Charlie 6 to the Centerline of Runway
16L/34R.
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 8 of 10
e. Attachment No. 5 – Revised Item P-620 – Runway and Taxiway Painting
i. REMOVE entire original Specification P-620 and REPLACE entire section with
revised specification. See Attachment 5, P-620 – RUNWAY AND TAXIWAY
PAINTING.
ii. The revised Specification requires that all paint used on the project shall be
waterborne paint.
iii. Please note that, as per AC – 150/5340-1L issued on September 27, 2013 (page
11), Type III glass beads shall not be used in red paint. All red markings must
contain Type IV glass beads.
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 9 of 10
Mandatory Pre-Bid Attendee Sign In Roster Reproduced from Original
NAME
COMPANY
EMAIL
TELEPHONE
DANNY BERRY
TRAFFIC CONTROL PRODUCTS
[email protected]
601 933 0507
ILLEGIBLE SIGNATURE
TRAFFIC CONTROL PRODUCTS
LEFT BLANK
601 966 6520
TODD BAKER
TRAFFIC CONTROL PRODUCTS
[email protected]
601 966 6516
CHRIS JONES
LANELINE LLC
[email protected]
601 941 6014
CHESTER WOODWARD
LANELINE LLC
[email protected]
601 941 6017
DAVID HOUGH
HI-LITE
[email protected]
315 523 1715
JOE GIBBS III
SOL ENGINEERING
[email protected]
601 961 1415
ANGELA MALLETTE
[email protected]
601 317 5309
RICHARD WOMAK
SOL ENGINEERING
RICHARD WOMAK
CONSTRUCTION
[email protected]
601 849 5675
DANNY RACKARD
SYCAMORE CONSTRUCTION
[email protected]
251 929 2365
BONNIE WILSON
JMAA
[email protected]
601 664 3502
RONALD MARSALIS
JMAA
[email protected]
601 939 5631
GARY O'QUIN
JMAA
[email protected]
601 664 3590
DAVID STRICKLAND
JMAA
[email protected]
601 939 5631 X 460
AL HUNT
JMAA
[email protected]
601 939 5631 X 227
DOUG BRECKENRIDGE
JMAA
[email protected]
601 939 5631 X 356
ALEX BLANCHARD
JMAA
[email protected]
601 966 0337
MIKE CODY
JMAA
[email protected]
601 896 8774
DANNY MORROW
AMERICAN STRIPPERS
[email protected]
931 374 1555
JACK THOMAS
JMAA
[email protected]
601 664 3518
DENNIS HAEFNER
HI-LITE
[email protected]
LEFT BLANK
Addendum No. 1 to Information for Bidders for Construction and Related Services in Connection with Airfield Pavement
Marking Project at Jackson-Medgar Wiley Evers International Airport (JAN)
JMAA Project No. 010-13
Page 10 of 10
JACKSON MUNICIPAL AIRPORT AUTHORITY
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
Project No. 010-13
DESCRIPTION
620-1.1 This item shall consist of the 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.
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.
620-2.2 PAINT. Paint shall be Waterborne in accordance with the requirements of paragraph 620-2.2 a. Paint shall
be furnished in White – 37925, Red – 31136, Yellow – 33538 or 33655, and Black - 37038 in accordance with
Federal Standard No 595.
a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I.
b. EPOXY. Paint shall be a two component, minimum 99 percent solids type system conforming to the
following:
(1) 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
manufacturer's 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 1910.1200.
(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.
141D/GEN, Method 6121.
(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.
141D/GEN. 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:
Attachment - 5
1
SOL Engineering Services, LLC.
JACKSON MUNICIPAL AIRPORT AUTHORITY
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
Project No. 010-13
x .462 x .470 x .479 x .501
y .438 y .455 y .428 y .452
(6) Accelerated Weathering.
(a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to
four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No. 141D/GEN,
Method 2013. Air dry the sample 48 hours under standard conditions.
(b) Testing Conditions. Test in accordance with ASTM G 15453 using both Ultra Violet
(UV-B) Light and condensate exposure, 72 hours total, alternating 4 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 620-2.2b(5) above. Evaluate
for conformance with the color requirements.
(7) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part
60 Appendix A, Method 24.
(8) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No.
141D/GEN. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall
be 0.92.
(9) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2b(6) 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 0.747
to 0.750 inch (18.97 to 19.05 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.
(10) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240.
c. METHACRYLATE. Paint shall be a two component, minimum 99 percent solids-type system conforming
to the following:
(1) Pigments. Component A. Percent by weight.
(a) White:
Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum.
Methacrylate resin shall be 18 percent minimum.
(b) Yellow and Colors:
Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum.
Organic yellow, other colors, and tinting as required to meet color standard.
Methacrylate resin shall be 18 percent minimum.
(2) 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.
(3) Daylight Directional Reflectance:
Attachment - 5
2
SOL Engineering Services, LLC.
JACKSON MUNICIPAL AIRPORT AUTHORITY
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
Project No. 010-13
(a) White: The daylight directional reflectance of the white paint shall not be less than
80 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No.
141D/GEN, Method 6121.
(b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than
55 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No.
141D/GEN. 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
(4) Accelerated Weathering.
(a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 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. 141D/GEN. Air dry the sample 48 hours under standard conditions.
(b) Testing Conditions. Test in accordance with ASTM G 53 154 using both Ultra Violet
(UV-B) Light and condensate exposure, 72 hours total, alternating 4 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 620-2.2c(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.
141D/GEN. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall
be 0.92.
(7) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2c(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 0.747
to 0.750 inch (18.97 to 19.05 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 2240.
d. SOLVENT-BASE. Paint shall meet the requirements of Federal Specification A-A-2886A Type I.
TT-P-85 or TT-P-110 should not be used on bituminous pavement.
620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification TT-B-1325D,
Type III or 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, which may include but is not limited to adhesion,
flow promoting, and/or flotation additives.
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)
Attachment - 5
3
SOL Engineering Services, LLC.
JACKSON MUNICIPAL AIRPORT AUTHORITY
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
Project No. 010-13
above the dew point. Painting operations shall be discontinued when the surface temperature exceeds the
manufacturer’s recommendations for the appropriate paint application temperature ranges. Markings shall
not be applied when the pavement temperature is greater than 120°F.
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 dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or
impact abrasives during surface preparation shall be approved in advance by the Engineer. Existing pavement
markings shall be removed in accordance with Technical Supplement 105 prior to application of new markings.
620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application.
All markings repainted and newly painted within the airfield operating system shall receive glass beads, with the
exception of black paint.
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
36 inches (910 mm) or less
greater than 36 inches to 6 feet (910 mm to 1.85 m)
greater than 6 feet to 60 feet (1.85 m to 18.3 m)
greater than 60 feet (18.3 m)
Tolerance
±1/2 inch (12 mm)
± 1 inch (25 mm)
± 2 inches (51 mm)
± 3 inches (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(s) shown in Table 1. The addition of thinner will not be permitted. A minimum period
of 60 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint.
Attachment - 5
4
SOL Engineering Services, LLC.
JACKSON MUNICIPAL AIRPORT AUTHORITY
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
Paint Type
Project No. 010-13
TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS
Paint
Glass Beads, Type I, Glass Beads,
Glass Beads,
Square feet per
Gradation A
Type III
Type IV
gallon, ft2/gal
Pounds per gallon
Pounds per gallon
Pounds per gallon of
(Square meters per
of paint—lb./gal.
of paint—lb./gal.
paint—lb./gal.
liter, m2/l)
(Kilograms per liter
(Kilograms per liter
(Kilograms per liter
of paint—kg/l)
of paint—kg/l
of paint—kg/)l
Final Markings:
Waterborne
(White,&Yellow)
Final Markings:
Waterborne
(Red)
Final Markings:
Waterborne
(Black)
115 ft2/gal.
maximum
--
10 lb./gal.
minimum
--
115 ft2/gal.
maximum
--
--
10 lb./gal.
minimum
115 ft2/gal.
Maximum
--
--
--
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 which is properly designed for attachment
to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in
Table 1. Type III glass beads shall not be used in red paint. Type IV glass beads must be used in red paint. 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.
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.
620-3.6 PROTECTION AND CLEANUP. After application of the paint, all markings shall be protected from
damage until the paint is dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration
by spatter, splashes, spillage, or drippings of paint. The Contractor shall remove from the site 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 a lump sum quantity.
BASIS OF PAYMENT
620-5.1 Payment shall be made at the lump sum contract price.
TESTING REQUIREMENTS
ASTM C 136
Sieve Analysis of Fine and Coarse Aggregates
ASTM C 146
Chemical Analysis of Glass Sand
ASTM C 371
Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders
Attachment - 5
5
SOL Engineering Services, LLC.
JACKSON MUNICIPAL AIRPORT AUTHORITY
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
Project No. 010-13
ASTM D 92
Test Method for Flash and Fire Points by Cleveland Open Cup
ASTM D 711
No-Pick-Up Time of Traffic Paint
ASTM D 968
Standard Test Methods for Abrasion Resistance of Organic Coatings by
Falling Abrasive
ASTM D 1213-54(1975)
Test Method for Crushing Resistance of Glass Spheres
ASTM D 1652
Test Method for Epoxy Content of Epoxy Resins
ASTM D 2074
Test Method for Total Primary, Secondary, and Tertiary Amine Values
of Fatty Amines by Alternative Indicator Method
ASTM D 2240
Test Method for Rubber Products-Durometer Hardness
ASTM G 15453
Operating Light and Water-Exposure Apparatus (Fluorescent Light
Apparatus UV-Condensation Type) for Exposure of Nonmetallic
Materials.
Federal Test Method
Standard No. 141D/GEN
Paint, Varnish, Lacquer and Related Materials; Methods of Inspection,
Sampling and Testing
MATERIAL REQUIREMENTS
ASTM D 476
Specifications for Dry Pigmentary Titanium Dioxide Pigments Products
Code of Federal Regulations
40 CFR Part 60, Appendix A – Definition of Traverse Point Number and
Location
Code of Federal Regulations
29 CFR Part 1910.1200 – Hazard Communications
FED SPEC TT-B-1325D
Beads (Glass Spheres) Retroreflective
AASHTO M 247
Glass Beads Used in Traffic Paints
FED SPEC TT-P-1952E
Paint, Traffic and Airfield Marking, Waterborne
Commercial Item
Description (CID) A-A-2886B
Paint, Traffic, Solvent Based
FED STD 595
Colors used in Government Procurement
END OF ITEM P-620
Attachment - 5
6
SOL Engineering Services, LLC.
JACKSON MUNICIPAL AIRPORT AUTHORITY
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
Project No. 010-13
THIS PAGE INTENTIONALLY LEFT BLANK.
Attachment - 5
7
SOL Engineering Services, LLC.