Access the Full Project by Clicking here!
Bidjugde
JOB
Repair Runway 0422 Overrun CZQZ14-0066
BID DATE
10/11/16 - 5:00
AGENCY
Department of Air Force
ESTIMATE
$1,000,000
SCOPE
The objectives of this Work include but are not limited to: 2.1. Repair northern overrun of Runway 04/22, approximately 150,000SF. 2.1.1. Displace Runway Threshold 1000’ to the Fixed Distance Markings 2.1.1.1. Place Temporary Threshold Displacement markings configuration. 2.1.1.1.1. Contractor shall place temporary markings in the manner specified in the project’s Issue for Construction Drawings, which references ETL 04-2 Standard Airfield Pavement marking Schemes. These temporary markings applied as a taped strip, plywood, or colored plastic material that conforms to FAA 150/5340-1L & 150/5370-2F. Temporary marking have a reflective surface or shall be painted and have glass beads embedded within the paint per project specifications. 2.1.1.1.1.1. Painting the runway pavement surface shall also be an acceptable method of placing the above mentioned temporary markers. However, if contractor chooses to go this route, they will be responsible for prepping the pavement for temporary markers (i.e. rubber removal) and shall also be responsible for removing all paint and repaint entire 1000’x 150’ displaced area, in accordance with UFGS 32 17 24 00.10, ETL 04-2, TT-P-1952 and TT-B-1325. 2.1.1.2. Place Displaced Threshold Lighting with Co-located Threshold/End of Runway Lights as specified in the project’s Issue for Construction Drawings, which references UFC 3-535-01 Visual Air Navigation Facilities. 2.1.1.2.1. Per FAA guideline, temporary threshold light wires may run above ground with lamps weighted with sandbags or mounted on frangible couplings 2.1.1.3. Contractor with coordination with the Civil Engineering Operations Flight and Airfield Management, will be responsible for shutting off lighting in displaced area and will be task to cover the distance remaining signs 2.1.2. Contractor shall demo existing 2.25” asphalt pavement, ensuring that no damage is caused to the existing concrete incased lighting system or electrical manholes. 2.1.2.1. All waste material will be hauled off Cannon AFB and dumped at the contractor’s designated location 2.1.2.2. If damage is caused to existing lighting and/or manholes, it will be the contractor responsibility to repair items at no cost to the government 2.1.3. Contractor shall scarify, regrade and compact existing base course 2.1.3.1. Grade shall be shaped in such a manner that allow for effective drainage and eliminates ponding of water. 2.1.3.2. Compact the base course to 100% ASTM D-1557 2.1.4. Contractor shall place a compacted 3” HMA. Contractor shall review project specification to determine how may lift are required for full placement. 2.1.4.1. Prior to asphalt placement, Contractor shall apply a prime coat over the base course surface. Additionally, Contractor shall apply a tack coat on all rigid pavement surfaces that will be in physical contact with the new asphalt. See project’s specification for application rates. 2.1.5. Contractor shall paint Runway Overrun Chevrons on the new asphalt surface with yellow retroreflective paint (Type I/III beads), in accordance with UFGS 32 17 24 00.10, ETL 04-2, TT-P- 1952 and TT-B-1325. 2.1.6. Contractor shall bring Runway 04/22 to fully operational condition 2.1.6.1. Contractor shall remove all temporary markings used for the threshold displacement. Additionally, contractor shall re-establish lighting in the displace area, as we as uncover the previously covered distance remaining markers Khayyan Wafer, Contract Specilist khayyan.wafer@us.af.mil Phone: 5757846207

TRACKING
DOCUMENTS
PHOLDERS
LOCATION
ABSTRACT