HomeMy WebLinkAbout6/19/2013 - STAFF REPORTS - 2.I. LM SiO4
.y
V N
*
a c94
1F L%4%9* CITY COUNCIL STAFF REPORT
DATE: June 19, 2013 CONSENT CALENDAR
SUBJECT: AIRPORT RUNWAY RUBBER REMOVAL SERVICES
FROM: David H. Ready, City Manager
BY: Department of Aviation
SUMMARY
This action would approve a three-year purchase order contract service arrangement for
rubber removal on the runway surfaces at Palm Springs International Airport.
RECOMMENDATION:
1. Approve a three year purchase order contract with Nilfisk Advance, Inc. of
Tempe, AZ at the unit price of $0.10/square foot for specified Airport runway
surface rubber removal, for an estimated total amount of $30,000 for the three
year term, subject to CPI increase.
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
In order to keep the Airport's runway surfaces in a safe operating condition and in
accordance with FAA standards, the Airport contracts for rubber removal on a recurring
basis.
Accordingly, an RFQ process was conducted by Procurement based on Airport
specifications and only one vendor responded, Nilfisk Advance Inc. with a unit price of
$0.10/square foot for an estimated $10,000 per year over a 3 year period, totaling
$30,000. This was the same amount bid three years ago by the same vendor. Airport
staff is satisfied with the past performance of this firm and recommends acceptance of
this bid.
ITEM NO.
City Council Staff Report
June 19, 2013 - Page 2
Airport Runway Rubber Service Agreement
FISCAL IMPACT:
The cost of the proposed services over 3 years total $30,000 and includes a CPI
adjustment at the beginning of the renewal period for years 2 and 3. This CPI will be
calculated using the U.S. Bureau of Labor Statistics data for the Los Angeles, Anaheim,
and Riverside Areas. Funding for the current year's portion of the work is included in the
12 -13 budget, acct. 415-6050-43200.
Thomas Nolan, Executive Director, Airport
David H. Ready, City r
Attachments:
1. Nilfisk Advance Inc. RFQ 2013-07 bid
02
MAY-23-2013 THU 05:04 PM PS PROCUREMENT FAX NO, 760 323 8238 P. 01
CITY OF PALM SPRINGS, CALIFORNIA
FAX COVER SHEE
REQUEST FOR QUOTATIONS NO.2013-07
RUBBER REMOVAL AT PALM SPRINGS INTERNATIONAL AIRPORT
DATE: May 23, 2013
COMPANY: NlIflsk Advanced Technologies, Inc.
ATTN: Rich Kotch
Email/Fax: 480-345.3967
FROM: Cheryl Martin
Procurement Specialist I
Department Of Procurement and Contra ting
Telephone: (760) 322.8373 FAX: (760) 323-8238
REASON: Request for Quotations for Rubber Remo I at the Palm Springs International
Airport with-a return QUO ON DUE O LATER THAN 3 00 P.M. LOCAL
TIME on JUNE 06. 2013.
TERMS AND CONDITIONS: Return Quotations (faxed B ds acceptable) shall state all of the
following information in order for the quote to be deem d responsive and considered in the
Award: A full description of work to be performed by Co tractor as more fully set forth in the
following page including all inclusive pricing and time fo completion. Award, if any, shall be
made to the lowest responsive and responsible Bidder based on the lowest unit price per
square foot on the Cost Proposal, Page 6,
DESCRIPTION: See Attached Page
X FOR YOUR INFORMATION AND REAPON 3E
X THIS WILL BE THE ONLY COPY YOU WIL RECEIVE
MAILING ADDRESS• SIRE T ADDRESS:
P,O. BOX 2743 3200 E TAHOUITZ CANYON WAY
PALM SPRINGS, CA 92263.2743 PALM PRINGS, CA 92262
IF YOUR COPY IS NOT CLEAR,ADVISE BY RETURN Fj X OR CALL(760) 322-8373
1
03
MAY-23-2013 THU 05:04 PM PS PROCUREMENT FAX NO. 760 323 8238 P. 02
{i
t
Questions: Bidders, their representatives, agents or nyone else acting on their behalf are
specifically directed NOT to contact any city employ e, commission member, committee
member, council member, or other agency employee o associate for any purpose related to
this RFQ other than as directed below. Contact with an one other than as directed below will
be cause for rejection of a bid.
ANY questions, technical or otherwise, pertaining to is Request for Quotation must be
submitted IN WRITING and directed ONLY to:
Cheryl Martin, Procurement pecialist I
Procurement& Contractin Dept.
3200 East Tahquitz Can n Way
Palm Springs, CA 92 62
via FAX (760) 323.8 8
or via EMAIL: Cheryl.Martin a@pal springsca.gov
Interpretations or clarifications considered necessary 1n response to such questions will be
resolved by the Issuance of formal Addenda to the RF . The deadline for all questions is
THURSDAY. MAY 30. 2013 at 3 00 P M Local Time uestions received after this date and
time will not be answered. Only questions that have bee resolved by formal written Addenda
via the Division of Procurement and Contracting will be binding, Oral and other interpretations
or clarifications will be without legal or contractual effect.
Basis of Award: The City reserves the right to award to t e lowest responsive and responsible
bidder, or to reject all bids, as it may best serve the int rests of the City. The City of Palm
Springs also reserves the right to reject any or all bids an to waive any infomtaiity or technical
defect in a bid. The decision of the Palm Springs City Co nail will be final.
When discrepancies occur between Unit Prices and a tended totals, the Unit Prices shall
govern.
Local Preference in Public Works Contracts: The co act for this project is subject to the
provisions of Palm Springs Ordinance No. 1756, and S tion 7.09.030 of the Palm Springs
Municipal Code, "Local Business Preference Program", sub ection(5) "Local Preference in Public
Works Contracts(Sub-Contracting)", which states:
The prime contractor shall use good faith efforts to sub- mract the supply of materials and
equipment to local business enterprises and to sub-contra t services to businesses whose work
force resides within the Coachella Valley. The prime contractor shall submit evidence of such
good faith efforts at the time of submission of bids. Good far efforts may be evaluated by placing
advertisements inviting proposals in focal newspapers, send rig request for proposals to local sub-
contractors, or by demonstrating that no local sub-contract are qualified to perform the work or
supply the materials or equipment. Any notice inviting bid which may require the use of sub-
contractors shall include notification of this subsection, The JClty Council or Director may reject as
non-responsive the bid of any contractor proposing to use s b-contractors that fail to comply with
the requirements of this subsection.
Successful Bidder will be required to be licensed in accord rice with the Palm Springs Municipal
Code, Chapter 3.40 through 3.96 entitled Business Tax nd must meet the Citys insurance
requirements-
2
04
MAY-23-2013 THU 05:05 PM PS PROCUREMENT FAX NO, 760 323 8238 P. 03
Tax- No bid shall include federal excise tax, inasmuch as the City is exempt per published IRS
regulations concerning state/local governments. The City is obligated to pay applicable state
sales or use taxes (9,00%).
Payment Terms - The standard terms at the City of Palm Springs are Net 30 days.
Assignment- No assignment by the contractor or any contract to be entered into hereunder or
of any part thereof, except of funds to be received thereunder by the contractor, will be
recognized by the City unless such assignment has had the prior written approval of the City.
Warranty - Terms of any warranty offered by the manufacturer or the bidder shall be included
with the bid.
Termination for Default - The City may, by written notice of default to the vendor, terminate
any resulting order in whole or in part should the vendor fail to make satisfactory progress,fail to
deliver within time specified therein or fail to deliver in strict conformance to specifications and
requirements set forth therein. In the event of such termination, the.City reserves the right to
purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable
for the difference between the prices set forth in the terminated order and the actual cost thereof
to the City. The prevailing market price shall be considered the fair repurchase price. if, after
notice of termination of this contract under the provisions of this clause, it is determined for any
reason that the Contractor was not in default under the provisions of this clause, the rights and
obligations of the parties shall be the same as if the notice of termination had been issued
pursuant to the Termination for Convenience clause. The rights and remedies of City provided
in this article shall not be exclusive and are in addition to any other rights and remedies
provided by law or under resulting order-
Termination for Convenience - The City may, by written notice stating the extent and effective
date, terminate any resulting order for convenience in whole or in part, at any time. The City
shall pay the vendor as full compensation for performance until such termination the unit or pro
rate price for the delivered and accepted portion, and a reasonable amount, as costs of
termination, not otherwise recoverable from other sources by the vendor as approved by the
City, with respect to the undelivered or unaccepted portion of the order, provided compensation
hereunder shall in no event exceed the total price. In no event shall the City be liable for any
loss of profits on the resulting order or portion thereof so terminated. The rights and remedies
of City provided in this article shall not be exclusive and are in addition to any other rights and
remedies provided by law or under resulting order,
Fiscal Year - Obligation for payment of any contract beyond the current fiscal year and is
contingent upon the availability of funding from which payment can be made. No legal liability
shall arise � payment beyond June 30 of the calendar year unless funds are made available
for such pe rmance.
Governing Law: This contract shall be construed and interpreted according to the laws of the
State of California.
Insurance Requirements: Successful Bidder must provide evidence of insurance as more fully
described in Attachment OK hereto entitled to "Summary of Insurance Requirements for City
Contracts",
3
05
MAY-23-2013 THU 05:05 PM PS PROCUREMENT FAX NO, 760 323 8238 P. 04
FAX BACK TO: Cheryl Martin FAX No: (760)323-8238
No later than: 3:00 P.M. LOCAL TIME onLINE 06, 2b13
! is
SPECIFICATIONS:
CITY OF PALM SPRINGS
REQUEST FOR QUOTA ON #2013-07
FOR
RUBBER REMOVAL AT PALM,SPRINGS;;INTERNATIONAL AIRPORT
I. General De$cription:
I i
Provide all equipment & labor necessary to remove rubber buildup from a section of
j approximately 100,000 sq. ft. of porous trictionlcoat(PFC) on runway 311-/13R, via high
pressure and temperature water application
. i
i
It is the City's intent to enter into a three year contract with the vendor who is awarded
this work.
11. Rubber Removal Specifications:
a. Rubber removal area consists of a total of approximately 100,000 sq. ft., located on a
section of runway 31L, from the 310designator� to a point 2000 ft north on the runway,
50 ft. in width.
i.
b. All activities shall be performed Wthe best and most workmanlike manner by workers
skilled in their trades. The standardsi of workmanship shall result in a first class product,
without damage to the PFC surface. : 4
d.
c. The cleaning system and operation shall conform to all federal, state and local
regulatory guidelines. The cleaning system shall simultaneously recover all water,
residue and waste material 5 microns or larger from the surface, and shall not discharge
waste material or residue to the surrr'unding environment.
I.
d. High pressure /temperature truck-,'mounted water blasting equipment shall be used to
remove surface contaminants. Cleaning liquids;shall be applied at a minimum of 200
degrees F. Application pressures shall be 4500psi minimum and not more than 6500psi
maximum.
I
The specifications exist to remove thf rubber and to protect the PFC surface_ It may be
that more than one pass is required to efficiently remove the rubber depending on
thickness, which varies. The expectation Is that the rubber will be removed from the
surface by the operator and that the PFC surface will not be damaged.
! f
e. After a single pass over the surface, the runway shall be suitable for use immediately
for any operational requirement. Thal runway shall be clean and free of debris, such that
an aircraft may immediately perform 'perations for which the surface is intended.
1i
4 '' oD
MAY-23-2013 THU 05:05 PM PS PROCUREMENT FAX NO. 760 323 8238 P. 05
f. At no time shall an
y y part of the cleaning me I�anism come into contact with the PFC
p surface for the purpose of scrubbing, scraping sweeping.
g. Removal shall proceed at a rate such that 60 damage to the PFC occurs on the
runway surface. In the event of damage to the FC, Contractor shall immediately notify
Airport and cease operation, pending inspectioi of the damaged area and authorization
to proceed.
The Airport Maintenance Superintendent is the authority who will determine job
completion, based on field conditions.
i
III. Rubber/Residue Recovery and Disposal;
a. All liquids and solids generated from the i bmoval process shall be captured and
containerized in drums provided by Contractor; Drums shall be delivered to Owner for
disposal.
b. All materials generated shall be removed completely from the runway surface,
allowing aircraft operations to proceed on the rutway immediately.
c. Contractor shall not allow discharge of wat or cleaning solutions to storm capture
facilities, retention ponds or sanitary sewer systq ms.
d. Owner to provide use of oil/water separator at and of each work shift.
e. Owner to provide water for removal operation_.
IV.Airfield Operations:
a. Contractor is subject to all restrictions and re uirements of working within the Airport
Operations Area(AOA).
b. Contractor shall be escorted at all times insl a the AOA by a SIDA badged Airport
employee.
c. SIDA badged escort shall have responsibili for Airfield radio communications with
arriving/departing aircraft and with the Air Trafficf
ntroi Tower:
d. Contractor shall comply with all Airport staff inctions regarding AOA operations.
V. Dates and Times of Operation:
a. Work shall be completed during late night / rly a.m. hours, the dates and exact
times to be coordinated between Owner and: ontractor, but generally between 2330
and 0600 during the month of August. Note that these times reflect projected flight
activity during the off-season months of 61peration (summer); however, flight
schedules are subject to change at any time; Every reasonable accommodation will
be made by Owner to ensure maximum . vailability of the runway surface to
Contractor.
5
�j 07
MAY-23-2013 THU 05:05 PM PS PROCUREMENT FAX NO, 760 323 8238 P. 06
COST PROPOSAL
Bidder's signed Cost Proposal and written acceptance by the City shall constitute an agreement and
indicates that bidder has hereby agreed to all the terms and conditions make up this Request for quotation. set forth in all of the sheets which
In compliance with the Request for Quotation, the undersigned hereby proposes to furnish all necessary
tools and equipment. materials, labor, and supervision to complete the rubber removal at the Palm
Springs International Airport and as herein:described:
Provide all equipment & labor.necessary to rerpove rubber buildup from a section of
approximately 100,000 sq.ft. of porous friction coat (PFC) on runway 311-/13R, As high
pressure and temperature water application.
Estimated 100,000 sq.ft.@$j2 O Per square foot
GRAND TOTAL FOR 3 YEARS (subject to CPI adjustment) $ -3 ,000' °O
Note: YEARS 2 AND 3 WILL BE THE SAME FIXED COST ADJUSTED (DECREASED OR
INCREASED) AT THE BEGINNING OF ANY SUCH RENEWAL PERIOD TO CORRESPOND
WITH THE MOST RECENT ANNUAL CHANGE TO T#IE CONSUMER PRICE INDEX FOR
ALL URBAN CONSUMERS AS PUBLISHED BY! THE U.S. BUREAU OF LABOR
STATISTICS FOR THE LOS ANGELES, ANAHEIM ANp RIVERSIDE AREAS.
The project is located at the Palm Springs international Airport located at 3400 E. Tahquitz
Canyon Way, Palm Springs, California.
Award shall be based on the lowest unit price per square foot. The City of Palm Springs
reserves the right to increase or decrease the square!footage on the project as the exact
amount each year becomes known.
Work for the first year must be completed no later than !September 15, 2013 and future years
will be determined by the Airport.
Successful Bidder must provide evidence of insurance As more fully described in Attachment
'A" hereto entitled to"Summary of Insurance Requirements for City Contracts".
i
6
08
MAY-23-2013 THU 05:05 PM PS PROCUREMENT FAX NO. 760 323 8238 P. 07
It is understood and agreed that this quote may not be withdrawn fora period of sixty 60 a
pe xty( }days
from the date of the opening thereof, and at no time in the case of the Successful Bidder.
Wi(p�,ak ttr/ vA C4 mar.
NAME OF BIDDER(PERSON, FIRM, CORP)
t 94S W. is+ 6ivim+ 1� tol
ADDRESS(Number, Street, Suite#, or P.O. Box)
Tc+� e A z -ze(
ADDRESS(City, State,ZIP)
(4To -34s' - 77 33— zo5'
TELEPHpNE,Nt/I11IS
SIGN UR OF UT RI ED R�PRESENTATIVt
NAME AND TITLE(Print orType)
EMAIL ADDRESS
` au - 3YS- 396ry
FAX NUMB
13
DATE
CHECK IF THE FOLLOWING STATEMENT APPLIES:
My firm/company is a Local Business (Licensed within the jurisdiction of the Coachella
Valley).Cony of current business license is reeulred to be attached to this document
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFQ is required by including the
acknowledgment with your bid. Failure to acknowledge the Addenda issued may result in your bid being
deemed non-responsive.
In the space provided below,please acknowledge receipt of each Addendum:
Addendum(s)# Is/are hereby acknowledged
Authorized Signature-
LATE BIDS WILL. NOT BE ACCEPTED - NO EXCEPTIONS!
7
09
MAY-23-2013 THU 05:05 PM PS PROCUREMENT FAX NO. 760 323 8238 P. 08
Attachment"N'
SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS
Instructions to Contractors/Vendors/Service Providers:
Prior to commencing any work, all contractors, vendors and service providers shall procure and
maintain, at their own cost and expense for the duration of their contract with the City,
appropriate insurance against claims for injuries to persons or damages to property which may
arise from or in connection with the performance of the work or services. The types of
insurance required and the coverage amounts are specified below:
j A. Minimum Scope of Insurance Reouired
1. General Liability Insurance is required whenever the City is at risk of third-party claims
which may arise out of work or presence of a contractor, vendor and service provider on
City premises.
2. Automobile Liability Insurance is required only when vehicles are used by a contractor,
vendor or service provider in their scope of work or when they are driven off-road on City
property. Compliance with California law requiring auto liability insurance is mandatory
and can not be waived.
3. Workers' Compensation and Employer's Liability Insurances is required for any
contractor, vendor or service provider that has any employees at any time during the
period of this contract. Contractors with no employees must complete a Request for
Waiver of Workers' Compensation Insurance Requirement form.
4. Errors and Omissions coverage is required for licensed or other professional contractors
doing design, architectural, engineering or other services that warrant such insurance.
B. Minimum Limits of insurance Covera a Required
Under$25,000 Limits TBD by Risk Manager
Over$25,000 to$5,000,000 $1 Million per Occurrence/$2 Million
Aggregate
Over$5 Million Limits TBD by Risk Manager
Umbrella excess liability may be used to reach the limits stated above.
C. The following general reguirements apply
1. Insurance carrier must be authorized to do business in the State of California.
2. Insurance carrier must have a rating of or equivalent to 8++, VII, by A.M. Best Company,
3. Coverage must include personal injury, protective and employer liability.
4. Certificate must include evidence of the amount of any deductible or self-insured
retention under the policy.
5, Contractor's general liability and automobile insurance coverage must be primary and
non-contributory over any insurance the City may maintain, that is, any such City
insurance shall he excess to limits stated in the certificate.
D. Verification of Insurance coverage may be provided by: (1) an approved General and/or
Auto Liability Endorsement Form for the City of Palm Springs or(2)an acceptable Certificate
8
10
MAY-23-2013 THU 05:05 PM PS PROCUREMENT FAX NO, 760 323 8238 P. 09
of Liability Insurance Coverage with an approved Additional Insured Endorsement ee
attached)with the following endorsements stated on the certificate:
1. "The City of Palm Springs, Its officials, employees and agents are named as an
additional insured" ("as respects a specific contract" or "for any and all work performed
with the City" may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-insurance the
City may have" ("as respects a specific contract" or"for any and all work performed with
the City"may be included in this statement).
3. "Should any of the above described policies be canceled before the expiration date
thereof, the issuing company will mail 30 days written notice to the Certificate Holder
named." Language such as, "endeavor to" mail and "but failure to mail such notice shall
impose no obligation or liability' of any kind upon the company, its agents or
representative" is not acceptable and must be crossed out. See Example A below.
4. Both the Workers' Compensation and Employers' Liability policies shall contain the
insurer's waiver of subrogation in favor of City, its elected officials, officers, employees,
agents and volunteers. See Example B below.
In addition to the endorsements listed above, the City of Palm Springs shall be named the
certificate holder on the policy.
All certificates and endorsements are to be received and approved by the City before work
commences, All certificates of insurance must be authorized by a person with authority to bind
coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to
obtain the required documents prior to the commencement of work shall not waive the
contractor's obligation to provide them,
E. Acceptable Alternatives to Insurance Industry Certificates of Insurance:
• A copy of the full insurance policy which contains a thirty(30) days' cancellation notice
provision (ten (10)days for non-payment of premium)and additional insured and/or loss-
payee status, when appropriate,for the City.
• Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from
date of approval
9
lI
MAY-23-2013 THU 05:05 PM PS PROCUREMENT FAX NO. 780 323 8238 P. 10
F. Endorsement Lancuaoe for Insurance Certificates
Example SHOULD ANY OF THE A80VE-REFERENCED POLICIES 6E CANdifL-95
A. BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL
ENDEAVOR MAIL 30 DAYS' WRITTEN NOTICE TO THE CERTIFICATE
HOLDER NAMED HEREIN BUT €Al6URC�T GyH—N
IMPOSE NO 6BL4GAT4QN-OR-LIAg4 e
la.}A6EadT94R-REPRE-SEN ATm-WES.
`The broker/agent can Include a qualifier stating 410 days notice for nonpayment of
premium_'
Example B: ._._._----------__.._..-------
"IT IS UNDERSTOOD AND AG-AG THAT THE'COMPANY WAIVES
THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL
INSURED (S), BUT ONLY AS RESPECTS THE JOB OR PREMISES
DESCRIBED IN THE CERTIFICATE ATTACHED HERETO."
G. Alternative
Programs/Self-
Insurance. Under certain circumstances, the City may accept risk financing mechanisms such as
Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive insurance programs and
self-insurance programs as verification of insurance coverage. These programs are subject to
separate approval once the City has reviewed the relevant audited financial statements and made a
determination that the program provides sufficient coverage to meet the Citys requirements.
10
12
JUN/05/2013/WED 08:38 AM FAX No. P. 002
MAY-29--2013 WED 0b:07 PM PS PRUCUMMEN'f FAX NO. 760 323 8238 P. 02/03
GF PALM 1p
*; REQUEST FOR QUOTE (RFQ.2013-07)
RUBBER REMOVAL AT PALM SPRINGS
y ' INTERNATIONAL AIRPORT
c�rrsoeNL>`
ADDENDUM NO, 1
This Addendum is being issued for the following changes and Informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFQ DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers thereto:
I
RESPONSES TO QUESTIONS RECEIVED TO DATE:
Q t:Your engineer spec out this is to use high pressure water blasting method. We use environmental
friendly detergent solution method to clean and flush, The key is no damage to the runway pavement.
You have a asphak/pores faction runway, I don't understand why airport operation will allows such
method to the cleaning?
A tr the Airport is not in a position to allow alternative bids for tubber rem oval at this lime. We
are in the beginning stages of applying tharmoplastlos to various surfaces and do not have the
resources to consider the ramifications of other methodologles of rubber removal aher than
the historical andpresant engineered specification provided far this RFP.
BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA
Cheryl Martin,CPPB
Procurement Specialist 1
DATE: May 29,2013
ADDENDUM ACKNOWLEDGMENT.
Proposer Firm Name: Itir
Authorized Signature:
Date; Lj I
Acknowledgment bf Receipt of Addendum t is squired by aiming and returning n eOpY of dus addsodum wdh your response. paaure la
acknwwgdpa this Addendum may m Wt In your RRa belna deemed nomrespons'ive.
13
I .
I
i C L
y c �n e
TECHNOLOGY
Contract Cleaning
Airport Runway Rubber and Paint Line Removal
Advance is a brand of Nilfisk-Advance, Inc., one of the world's leading manufacturers of high-
quality commercial and industrial floor and surface maintenance equipment. Recognized
worldwide for the quality of our products and services, we provide sustainable contract cleaning
services for airport runway rubber and paint line removal as well as ramp area and parking
structure surface cleaning.
Using equipment that features Nilfisk-Advance's patented Cyclone cleaning technology, we
offer our customers proprietary high-pressure and ultra-high pressure cleaning services that are
economical and environmentally friendly.
The patented Cyclone cleaning technology offers customers the highest levels of sustainable
outdoor surface cleaning available in the marketplace today. Nitfisk-Advance's contract surface
cleaning team of highly-trained and experienced operators use this equipment to provide
unmatched airport runway and ramp area maintenance. Compared to other runway cleaning
methods that use harmful chemicals or machines that can damage the runway surface, Cyclone
machines use only high pressure water and high velocity air movement to safely and effectively
clean the surface. In addition, the unique Cyclone head provides instant recovery of waste and
water with no runoff or discharge to the environment. The surface is left clean without standing
water—ready for immediate use.
Recovered waste is pumped to an on-board tank that separates the solids from the liquids for
easy and environmentally responsible disposal. While other service machines create slurry of
recovery water and debris that is dumped down the drain, Cyclone machines contain the non-
hazardous, crumb-like rubber debris removed from the airport runways which can be safely
disposed of or recycled.
With over 20 years of runway rubber and paint line removal experience, we have provided some
of the busiest airports in the world with exceptional customer service.
For more information, please contact:
f.Contract Cleaning Services Manager: Vince Indrizzo 480-345-7733 Contract.services(Dnilfisk-advance.com
2. National Account Manager: Nolan Tomasik 415-233-3403 nolan.tomasik@niifisk-advance.co --
1
14
REFERENCES
Client Airport: Sky Harbor International Airport— Rubber& Paint Removal/Ramp and RON
Cleaning
• Contact: Danny Romero
o Airport Maintenance
o (602)-273-3416
Client Airport: Las Vegas McCarran International Airport—Rubber& Paint Removal/Ramp
and RON Cleaning
• Contact: Mike Seed
o Purchasing
o (702)-261-5176
Client Airport:Albuquerque Sun port— Rubber Removal
• Contact: Lance McKinney
o Airport Maintenance
o (505)-244-7859
Client Airport: Los Angeles World Airports—Rubber& Paint Removal
• Contact: Tom Wall
o Airport Maintenance
o (424)-646-7900
Client Airport: San Francisco International Airport— Rubber Removal
• Contact: Stan Palintik
o Airport Maintenance
o (650)-821-7735
Client Airport: Sacramento International Airport—Rubber Removal
• Contact: Louis Morales
o Airport Maintenance
o (916)-874-0746
Client Airport: Ontario International Airport—Rubber& Paint Removal
• Contact: Soloman Hayes
o Airport Maintenance
o (909)-937-2730
2
I(J
15
Client Airport: Tucson International Airport—Rubber Removal
• Contact: Mark McReynolds
o Airport Maintenance
o (520)-573-5149
Client Airport: John Wayne International Airport—Rubber Removal/Ramp and RON
Cleaning
• Contact Nick Summers
o Airport Maintenance
o (949)-292-3046
Client Airport: Reno/Tahoe International Airport—Rubber& Paint Removal
• Contact: Scott HaWma
o Airport Maintenance
o (775)-690-0218
Client Airport: Burbank "Bob Hope" International Airport— Rubber Removal
• Contact: Ron Mason
o Airport Maintenance
o (818)-381-3414
Client Airport: Palm Springs International Airport—Rubber& Paint Removal
• Contact: Bud Riffle
o Airport Maintenance
o (760)-318-3846
Client Airport: Port of Portland—Rubber Removal
• Contact: Wolfgang Deppenmier
o Airport Maintenance
o (503)-460-4569
Client Airport: Salt take City International Airport—Rubber& Paint Removal
• Contact: Tom Gerard
o Airport Maintenance
o (801)-531-4631
3
16
MILITARY REFERENCES
Client Airport: Lemoore NAV— Rubber& Paint Removal
• Contact: Dave Banton: T- Simmons Contracting
o Airport Maintenance
o (559)-217-2977
Client Airport: Pt. Mugu NAV—Rubber& Paint Removal
• Contact: Dave Banton: T-Simmons Contracting
o Airport Maintenance
o (559)-217-2977
Client Airport: Ft. Bliss— Biggs Army Airfield—Rubber Removal
• Contact: Major Mike Knipple
o Airport Maintenance
o (915)-568-0836
Client Airport: Beale AFB— Rubber& Paint Removal
• Contact: George Santos: Santos Excavating, Inc.
o Airport Maintenance
o (530)-891-9132
Client Airport: Travis AFB—Rubber Removal
• Contact: Don Lyons: Vintage Paving, Inc.
o Airport Maintenance
o (530)-795-0132
Client Airport: Miller/Ripley Army—Rubber Removal
• Contact: James McArdelf/Nathan Foster
o Airport Maintenance
o (320)-616-3007 or2780
4
�% 17
Client Airport: Beale AFB— Rubber& Paint Removal
• Contact: Martin Brothers Construction/ Felipe Martin
o Sub Contract
c (916)-381-091
Client Airport: El Centro NAV— Rubber Removal
• Contact: Runway Services/Sean Ackerman
o Sub Contract
o (818)-381-6663
/ 5
I8
RAMP ONLY REFERENCES
Client Airport: San Diego International Airport—Ramp and RON Cleaning
Contact: Jeronimo Chavez
o Airport Maintenance
o (619)-980-9864
Client Airport: St. Louis Lambert Field— Ramp Cleaning
• Contact: Chuck Fischer
o Airport Maintenance
o (314)-429-8497
6
��/ 19
City of Phoenix
To: Whom It May Concern Date: February 28,2012
From: Curtis Richardson
Aviation Supervisor It
Airfield-Special Maintenance
Sky Harbor International Airport
Subject: SUBJECT: NILFISK-ADVANCE FORMERLY CYCLONE SURFACE CLEANING
REFERENCE LETTER
Nilfisk-Advanced performed rubber removal, paint removal and gate scrubbing services
at Sky Harbor International Airport(SHIA)for approximately fifteen years. During this
time,they provided exemplary service. Their employees are knowledgeable, courteous
and willing to do the right thing for the customer.
Nilfisk-Advanced was always resourceful, creative, and solution-oriented. They
frequently come up with new and innovative approaches to complete every project
without causing damage to City of Phoenix property.We maintained close
communication with the company's field/service personnel and they always kept us
apprised of their upcoming workload.During my tenure, I cannot remember a time when
they failed to arrive and/or complete all work they were contracted to perform.
In closing, based on my experience working with this company, I can refer Nilfisk-
Advanced to you for any of the worked mentioned in the previous paragraph. If you
would like further elaboration, feel free to call.
Curtis Richardson, MBA, C.M.
Aviation Supervisor II
F&S Airfield (Special)'Maintenance
Sky Harbor International Airport
602-273-4310 (0)
602-7684210 (C)
20