21
Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 1 STATEMENT OF WORK ROOFING SYSTEM INSPECTION, INSTALLATION, MAINTENANCE AND REPAIR SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT AND WASHINGTON DULLES INTERNATIONAL AIRPORT PREPARED BY: Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Engineering and Maintenance Department (MA-120) Maintenance Engineering Division (MA-126) AND Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering and Maintenance Department (MA-220) Maintenance Engineering Division (MA-226) September 18, 2015

STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 1

STATEMENT OF WORK

ROOFING SYSTEM INSPECTION, INSTALLATION, MAINTENANCE AND REPAIR SERVICES

AT

RONALD REAGAN WASHINGTON NATIONAL AIRPORT

AND

WASHINGTON DULLES INTERNATIONAL AIRPORT

PREPARED BY:

Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Engineering and Maintenance Department (MA-120) Maintenance Engineering Division (MA-126)

AND

Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering and Maintenance Department (MA-220) Maintenance Engineering Division (MA-226)

September 18, 2015

Page 2: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 2

TABLE OF CONTENTS

I. INTRODUCTION

II. DEFINITIONS

III. SCOPE OF SERVICES

IV. GENERAL REQUIREMENTS

V. DELIVERABLES

VI. METHOD OF PAYMENT

VII. APPENDICES

A. SITE PLAN - DCA B. SITE PLAN - IAD C. TASK CALL ORDER FORM

Page 3: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 3

I. INTRODUCTION

The Metropolitan Washington Airports Authority (“MWAA” or the “Authority”) is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (DCA) and Washington Dulles Interna-tional Airport (IAD). The purpose of this Statement of Work (SOW) is to provide roofing system inspection, in-stallation, maintenance and repair task call order services at DCA and/or IAD. The Authority maintains over one million square feet of roofing systems at the Airports.

The contractor shall furnish all supervision, labor, materials, tools, supplies, equipment and transportation re-quired to accomplish the requirements of this SOW.

By the submission and signing of the offer, the contractor acknowledges that they have an adequate supply of materials in their shop stock to make emergency repairs and/or replacement of the different roofing systems needed at Ronald Reagan Washington National Airport and/or Washington Dulles International Airport.

A pre-award meeting will be held with the firm submitting the selected bid, prior to contract award to verify the offer and confirm our mutual understanding and expectations regarding the scope of work.

The term of this contract consists of a base year with options to extend for one to four additional years.

II. DEFINITIONS

ACCEPTANCE - The act of an authorized representative of the Authority by which the Authority assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services, as partial or complete performance of the contract.

AOA - Aircraft Operation Area (See Appendix A) - The portion of the Airport used or intended to be used for landing, takeoff or surface maneuvering of aircraft. This is a security area requiring security badging.

AUTHORITY BUSINESS OFFICE HOURS - 6:00 A.M. through 4:30 P.M. EST/DST, Monday through Friday, excluding weekends and holidays.

CLEAN – The absence of dirt, litter, debris, dust, surface marks, fingerprints, spills, oils, gum, grime, film, stains, streaks, spots, blemishes, chemical residue, and/or any other foreign matter or chemical residue that cannot be removed without permanently damaging the underlying surface.

CONTRACTING OFFICER – An official of the Authority designated to enter into or administer contracts and make related determinations, findings and commitment on behalf of the Authority.

COTR – CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE - An official/officials of the Authority designated by the Contractor Officer to be his/her authorized representative(s) for technical issues related to performance of work under this contract. The COTR may designate in writing an individual to function in an administrative contact capacity during his/her absence.

CONTRACTOR’S EMPLOYEES - Includes employees of the prime contractor and any subcontractors.

CONTRACTOR’S PROJECT MANAGER – The contractor’s designated representative who is assigned to the job sites and has the responsibility, authority and resources to fulfill the requirements in the Statement of Work.

CONTRACTOR’S SAFETY COMPLIANCE SUPERVISOR – The contractor’s employee on the job site who is knowledgeable and has the responsibility and authority to ensure compliance by the contractor of all applicable

Page 4: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 4

environmental, health and safety regulatory requirements associated with fulfilling the requirements of this Statement of Work.

CORRECTION - The elimination of a deficiency.

FEDERAL AVIATION ADMINISTRATION (FAA) - The federal branch of the government responsible for the regulations and procedures related to air transportation.

HCS - Hazardous Communication Standard also known as “HAZCON”.

JOB SITE - Ronald Reagan Washington National Airport (DCA) and/or Washington Dulles International Airport (IAD)

MA-126 - DCA, Engineering and Maintenance Department, Maintenance Engineering Division

MA-226 - IAD, Engineering and Maintenance Department, Maintenance Engineering Division

MSDS - Material Safety Data Sheet

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY (The Airport’s Authority) - The public body re-sponsible for the operation and management of both Ronald Reagan Washington National Airport (DCA) and Washington Dulles International Airport (IAD).

OSHA - U.S. Occupational Safety and Health Administration. The Federal Government agency responsible for providing the rules and regulations on safety and health requirements in the work place.

QUALITY ASSURANCE - A means by which the Authority is able to confirm that the quantity and quality of services provided conform to contract requirements. These methods/procedures are not intended to aid the contractor in the performance of the contract requirements and shall not be a substitute for contractor quality control.

QUALITY CONTROL PROGRAM - A method used by the contractor to assure that quality services are pro-vided to satisfy the contract requirements.

SERVICES - Includes services performed, workmanship, and material furnished or utilized in the performance of services.

SIDA - Abbreviation for Security Identification Display Area. ID badges must be displayed at all times while in this area.

STATE - The Commonwealth of Virginia

SUPERVISOR - Supervises individuals and/or groups/teams of employees/subcontractors.

TASK CALL ORDER – A directive to commence work under a Task Order Contract that contains an ordering provision

WORK CONTROL DESK (DCA ONLY) – Office where Contractor shall check-in and check-out when arriving or departing the job site. (703) 417-8572

Page 5: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 5

WORK ORDER DESK (DCA ONLY) - Unit that is primarily responsible for receiving, dispatching and tracking service requests. (703) 417-8063

III. SCOPE OF SERVICES

(DCA) - The contractor shall provide all supervision, labor, materials, supplies, parts, tools, transportation and equipment necessary to perform inspections, installations, maintenance and repair services, for Authority maintained roofing systems located at Ronald Reagan Washington National Airport for the duration of this con-tract. All work will be requested in advance in writing via a Task Call Order (Appendix B) from the Authority’s COTR.

(IAD) - The Contractor shall provide roofing system inspection, installation, maintenance, and repair services with all necessary labor, materials, tools, equipment with operators, and supervision for the Airports Authority-maintained roofing systems located at Dulles for the duration of this contract. The Contractor shall perform specified maintenance and repairs based on a contract task call order issued by the Contracting Officer’s Technical Representative (COTR). The COTR shall determine the type of repair for each work assignment and issue a contract task call order to the Contractor. The COTR shall approve any changes to the contract task call order once it has been issued to the Contractor. Tasks commonly associated with each repair shall be the responsibility of the Contractor. These tasks include mobilization/demobilization, work area preparation, and thorough clean up.

A. CONTRACTOR CERTIFICATIONS

1. The contractor shall be certified to perform inspection, installation, maintenance and repair ser-vices for and by the below listed manufacturers/roofing systems:

a. DOW Roofing Systems b. Burkeline Roofing Systems c. Mule-Hide Roofing Products d. Sika Sarnafil Inc. e. Asphalt f. Asphalt Shingles g. Asphalt Shingles/metal h. Carlisle Golden Seal EPDM* i. EPDM j. Metal

2. The contractor shall provide the Authority with proof of this certification during the pre-award meeting.

B. PERFORMANCE OF WORK

All work shall be performed in compliance with the following course of action:

1. All work shall be scheduled and executed without exposing the interior building areas to the ef-fects of inclement weather. The existing building and its contents shall be protected against any damage as a result of work performed under this contract.

2. The contractor shall only remove as much of the old roofing material as can be replaced with new roofing material and be made weather tight each day.

Page 6: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 6

3. The contractor shall arrange work sequence to avoid use of newly constructed roofing as a walking surface or for equipment movement and storage. Where such access is absolutely re-quired, the contractor shall provide all necessary protection and barriers to segregate the work area and to prevent damage to adjacent areas. A substantial protection layer consisting of ply-wood over 7 ounce (minimum) felt or plywood over insulation board shall be provided for all new and existing roof areas that receive rooftop traffic during construction.

4. The contractor shall follow all safety regulations as required by OSHA, the Authority’s Construc-tion Manual, and all other applicable safety regulations.

5. The contractor shall inspect all roofing substrate and drains prior to installation of new roofing materials. The contractor shall stop work if any unusual or concealed condition is discovered and shall immediately notify the COTR.

6. The contractor shall prep all surfaces prior to installation of insulation, membrane or flashings. The contractor shall provide the necessary equipment to dry the surface prior to application if surface moisture is present.

7. Prior to and during application, all dirt, debris and dust shall be removed from surfaces by vacu-uming, sweeping, blowing with compressed air and/or similar methods.

8. The contractor shall install all insulation, roofing material, flashing, and detail work in accord-ance with the manufacturers recommended procedures.

9. New roofing material shall match adjacent roofing material type, size and color.

10. Flammable adhesives shall not be stored and not be used in the vicinity of open flames, sparks and excessive heat.

11. Precautions shall be taken when using adhesives at or near rooftop vents or air intakes. The contractor shall coordinate with the COTR the operation of vents and air intakes in such a man-ner as to avoid the intake of adhesive odor from entering the building ventilation systems. Keep lids on unused cans at all times.

12. The contractor shall take precautions that storage and/or application of materials and/or equip-ment does not overload the roof deck or building structure.

13. All materials, equipment and accessories shall be secured in such a manner as to preclude wind blow-off and subsequent roof or equipment damage.

14. The contractor is cautioned that many roofing membranes are incompatible with asphalt, coal tar, heavy oils, roofing cements, creosote and some preservative materials. Such materials shall not remain in contact with the roofing membranes. The contractor shall consult the roofing membrane manufacturer regarding compatibility, precautions and recommendations.

15. Uninterrupted water-stops shall be installed at the end of each day's work and shall be com-pletely removed before proceeding with the next day's work. Water-stops shall not emit danger-ous or unsafe fumes and shall not remain in contact with the finished roof as the installation progresses. Contaminated membrane shall be replaced at no cost to the Authority.

16. At the end of each work day all roofing, insulation, flashings and metal work removed during construction shall be immediately taken off site to a legal dumping area authorized to receive

Page 7: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 7

such materials. Hazardous materials, such as materials containing asbestos, are to be re-moved and disposed of in strict accordance with applicable City, State and Federal require-ments.

17. Job site cleanup, including both interior and exterior building areas shall be completed to the Airport Authority's satisfaction.

18. All landscaped areas damaged by contractor activities shall be repaired to the Airport Authority’s satisfaction.

C. WORK PLAN

The Contractor shall, prior to beginning work, provide to the COTR a written work plan. This plan shall describe the method of work proposed, size of the work crew required, nature of any scaffolding or oth-er access equipment, types of any safety equipment to be employed, proposed time of work and any other significant aspects of the planned work. The Contractor shall not proceed with work until he re-ceives approval of the work plan for that specific job from the COTR. This requirement may be waived during contingency situations.

D. WORK HOURS

Work typically will be performed during the hours of 7:00 AM through 5:00 PM Monday through Friday, however after hours work may be required to effect emergency roof repairs.

E. SITE VISIT/PRE-INSPECTION OF WORK

Upon request of the COTR, the contractor’s representative shall report to the Airport to perform a site visit with the COTR.

IV. GENERAL REQUIREMENTS

A. LOCATION SPECIFIC

As work will be performed at both airports, the contractor must obtain badges from each individual Air-port. It is not required that the same employee be badged at both Airports, but in order to access se-cured areas, the contractor must have at least one employee badged at each location.

This requirement also applies to AOA vehicle inspection. Vehicles that will be accessing the AOA must be inspected at both DCA and IAD.

B. SECURITY BADGES

The contractor shall acquire at its own expense, prior to performing work on the job site, AOA security badges for a minimum of two contractor technicians and one project manager for both DCA and IAD. These security badges are required to perform the work described herein. NOTE: Two badges are re-quired per person as DCA badges do not work at IAD and vice versa.

The contractor shall acquire at its own expense, prior to performing work on the job sites, AOA vehicle decals for a minimum of two service vehicles for both DCA and IAD. The COTR will coordinate these activities with the Airports Authority and the contractor.

Page 8: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 8

C. SAFETY

The contractor shall submit its own detailed safety and protection plan/program that shall comply with all safety, environmental protection, property protection and health provisions of the contract at the time of the pre-award meeting as well as adhere to the following safety procedures:

1. The contractor and each of its employees shall comply with all applicable local, state, federal (OSHA) and Authority rules, regulations and practices.

2. The contractor shall be held responsible for all injury to persons or damage to property that oc-curs as a result of the contractor’s negligence and shall take proper safety and health precau-tions to protect the work, the workers, the public and the property of others. The contractor shall be responsible for all materials delivered and work performed until completion and acceptance of the entire work.

3. The contractor shall perform all its activities pursuant to this contract in a safe manner. The contractor shall assume responsibility on the job site for the actions of all its personnel and sub-contractor(s) who are associated with performance on this contract. The contractor shall take adequate measures to prevent injury to the public or Authority property on the job sites.

4. The contractor shall provide and ensure that all its personnel at the job site properly wear all applicable safety devices and apparel. Safety devices and apparel shall be provided by the contractor at no cost to the Authority.

5. The Authority shall have the right to inspect all areas for safety violations at its discretion, direct the contractor to make immediate improvement of necessary conditions and/or procedures, and/or stop the work if other hazards are deemed to exist.

6. Notwithstanding any provision to the contrary, the Authority shall not be obligated to make an equitable adjustment for any work stoppage that results from safety hazards created by the con-tractor.

7. The operation of the contractor’s vehicles or private vehicles by the contractor’s employees on or about the property shall conform to regulations and safe driving practices. All vehicles that are to be operated on the AOA shall comply with FAA regulations and be subject to inspection. Operators of these vehicles shall be required to pass an AOA operators test administered by DCA Operations.

8. The contractor shall provide and use adequate barricades and signs to provide sufficient notice of potential safety hazards prior to, during, and after the performance of the services.

9. The contractor shall at no time leave power equipment unattended without disconnecting it from the power source.

D. SMOKE FREE ENVIRONMENT

The Authority’s facilities are smoke free. The contractor and its employees shall adhere to all applica-ble rules and regulations regarding maintenance of a smoke free environment on the job sites.

Page 9: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 9

E. LICENSES AND PERMITS

The contractor shall possess a valid Virginia Class A General Contractor’s License prior to submitting its proposal. The contractor shall, without additional expense to the Authority, be responsible for obtain-ing all licenses and permits which are necessary to fulfill the requirements of the specification.

F. PRODUCTS, DELIVERY, STORAGE AND HANDLING

The contractor shall (as directed by the COTR) schedule its supply and equipment deliveries and the supply and equipment deliveries of its vendors and subcontractors during times and to locations that cause minimum disruption and inconvenience to the Airport’s operations.

1. All products delivered to the job site shall be in the original unopened containers or wrappings bearing all seals and approvals.

2. Handle all materials to prevent damage. Place all materials on pallets and fully protect from moisture.

3. Membrane rolls shall be stored lying down on pallets and fully protected from the weather with clean breathable covers.

4. All adhesives shall be stored at temperatures between 40 degrees and 80 degrees Fahrenheit.

5. All flammable materials shall be stored in a cool, dry area away from sparks and open flames. Follow precautions outlined on containers or supplied by material manufacturer/supplier.

6. All materials which are determined to be damaged by the COTR shall be removed from the job site and replaced at no cost to the Authority.

G. COMMUNICATION

The contractor shall, at its own expense, provide fully operational electronic pagers and transportable cellular telephones to key personnel at all times that they are on the job site fulfilling the requirements of this Statement of Work. The contractor shall provide the assigned telephone numbers for this equipment to the COTR and CO at the pre-award meeting. The contractor shall notify the COTR of any changes in these assignments. The contractor shall have email capability. The contractor shall provide its email address to the COTR and CO at the pre-award meeting.

H. ACCIDENT REPORTS

The contractor shall immediately notify both the Authority’s police department and the COTR both ver-bally and in writing of any accident on the job site which is related to the performance of this contract that involve bodily injury or damage to property.

I. MSDS

The contractor shall provide the COTR with material safety data sheets (MSDS) for all materials used and/or stored on the job site by the Contractor. The contractor shall provide these documents to the COTR prior to beginning work.

Page 10: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 10

J. HAZARDOUS MATERIALS

The contractor shall comply with all laws relating to hazardous materials on the job site or related to the contractor’s activities at the job site. The contractor shall not manage, use or store hazardous materials at the job site except as reasonably necessary to accomplish the requirements of this contract. The contractor shall not dispose of or treat any hazardous materials on the job site or surrounding land or water. The contractor shall immediately provide the COTR a written list of hazardous materials which are used or stored, or intended to be used or stored, at the job site, and the approximate quantities to be used or stored, prior to beginning any work assigned.

K. CONTRACTORS PERSONNEL

The contractor shall dispatch only certified personnel that meet the qualification requirements of the predominate line of work, and as defined below:

1 Contract Manager--The Contract Manager shall have full authority to act on behalf of the con-tractor. The Contract Manager shall have a minimum of five (5) years experience in successfully managing contracts of the size and scope described in this SOW. The names of the Contract Manager and a qualified alternate who shall assume the Contract Manager’s duties when the primary Contract Manager is absent, shall be designated in writing to the COTR and CO at the pre-award meeting. The Contract Manager shall be available for calls 24 hours a day, seven (7) days a week. The Contract Manager shall meet as promptly as possible with the COTR at the COTR’s request to discuss the performance of the work or other provisions of the Contract.

2 Roof Inspector– This person shall be either a 4 year degreed engineer with a minimum of five (5) years practical experience in roofing design and construction, or a technician with special-ized training in roofing construction and repair and at least ten (10) years experience in the roof-ing installation and repair trade. This person shall be able to communicate in the English lan-guage verbally as well as written.

3 Roofing Foreman – This person shall be the leader and supervisor of the roofing crew. In addi-tion to supervisory duties, he shall be a working roofer, with at least five (5) years experience in roofing installation. This person will be on site at all times during a roofing job. This individual shall have overall responsibility for on site work being done under this contract. This individual shall be able to communicate in the English language verbally as well as written. This individual shall be able to communicate with the contractor’s employees performing the requirements of this SOW.

4 Roofer – This person shall be skilled in all phases of roof maintenance, with a minimum of five (5) years experience in roofing installation, maintenance and repair.

5 Laborer – This person shall be an individual capable of assisting the roofer or foreman by per-forming tasks that do not require a journeyman’s level of skill. Typical duties include, roof spot-ter, carrying of equipment etc.

6 All employees, including supervisors and subcontractors of the Contractor shall be dressed in distinctive company-provided uniforms with the company’s name clearly visible. The contrac-tor’s employees shall conduct themselves in an orderly and safe manner at all times while on the job site, whether on or off duty.

Page 11: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 11

L. SERVICE AND SUPPLIES

Services and supplies to be furnished under this contract shall be ordered by issuance of a task call or-der by the COTR and/or CO. The contractor agrees to accept telephonic task call orders against this contract from the COTR and/or CO. The service and/or repairs made shall be subject to inspection by the CO or COTR, who may require the contractor to correct any defective part of workmanship without additional cost to the Authority.

The contractor shall provide daily documentation corresponding to each respective task call order as noted in Contract Section VI, Provision 06, Ordering of Services – Task Call Orders.

M. OPERATION OF MOTOR VEHICLES

1. The contractor shall have identification decals or other approved identification on all vehicles en-tering the Airport. Each employee of the contractor (and of his subcontractors) driving motor vehicles on the Airport shall have a valid driver’s license and each such motor vehicle shall have a current inspection sticker if required by the State of Registration. Only properly identified ve-hicles of the contractor shall be allowed in the work area.

2. All of the contractor’s personnel driving motor vehicles on the Aircraft Operating Area (AOA) must obtain an AOA operator’s permit.

3. All vehicles which are required to be used on the AOA must be inspected by the Airport automo-tive garage and obtain a decal. The operator’s permit and the vehicle decal may be obtained through the COTR and the Airport Operations Department, after contract award, and at no ex-pense to MWAA.

N. QUALITY CONTROL PROGRAM

All work performed under this contract shall be of the highest quality and consistent with best industry practices to assure timely and adequate provisions of maintenance and repair services. The contractor shall submit a complete Quality Control Plan to the COTR ten (10) days following contract award to as-sure the requirements of the contract are provided as specified. The contractor shall implement the approved plan and pursue it diligently for the duration of the contract.

The Quality Control Plan shall include but not be limited to:

1. The administrative methods the contractor will use for identifying, correcting, and preventing de-fects in the quality of service performed, before the level of performance becomes unacceptable to the Authority.

2. The contractor shall ensure that a technical representative of the roofing membrane manufac-turer shall visit the site during construction. The technical representative shall provide written reports to the contractor, who shall provide copies to the Authority.

O. RESPONSE TIMES

The contractor shall respond to telephonic and/or written communications for inspection and/or repair services only from the CO, COTR or the COTR’S designee. The contractor shall respond to emergen-cies within four (4) hours. Response time is defined as from the time the contractor receives the call from the Airports Authority to the time the contractor arrives at the Airport and checks in with the Work Control Desk at (703) 417-8063 (DCA ONLY) or the COTR (IAD ONLY).

Page 12: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 12

P. CONTRACTOR CHECK-IN/CHECK-OUT PROCEDURE

1. The contractor shall, immediately upon arriving to the job site; check-in with the COTR or COTR’s representative.

2. (DCA ONLY) - The contractor shall then notify Authority’s Work Control Desk at (703) 417-8063. The contractor shall inform the Work Control Desk as to the purpose of the visit. Imme-diately prior to departure from the job site, the contractor shall check out with the Authority’s Work Control Desk. During check-out the contractor shall apprise the Work Control Desk of the status of the repair. Check-in and check-out is defined as reporting in person. The contractor shall notify Operations (703-417-8050) prior to accessing any Air Operations Area (AOA) roof.

3. (IAD ONLY) - Prior to departure from the job site, the Contractor shall check out with the COTR. During check-out the Contractor shall apprise the COTR or COTR’s representative of the status of the repair. Check-in and check-out is defined as reporting in person. The Contractor shall notify Airport Operations (703-572-2730) prior to accessing any AOA roof.

Q. ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT

1. Most facilities at DCA as well as some at IAD except for current CDP construction were con-structed prior to 1981. Therefore, these facilities should be presumed to have both Asbestos Containing Materials (ACM) and paint containing lead in their construction.

2. Prior to undertaking any activities that could disturb these materials, the contractor shall obtain prior written approval from the Authority to proceed with such activities.

R. WARRANTIES

1. New Construction Warranty - The contractor shall provide a minimum 15 year material and labor warranty on all new construction roofing systems. The contractor shall provide warranty docu-mentation prior to submitting an invoice for the completed work.

2. Repair Warranty - The contractor shall provide a minimum 5 year material and labor warranty for all repaired roofing systems. The contractor shall provide warranty documentation prior to submitting an invoice for the completed work.

V. DELIVERABLES

A. PRE-AWARD

The contractor shall submit the following at the pre-award meeting:

1. Proof of a valid Virginia Class A General Contractor’s License

2. Contractor Certifications

3. Contractor Safety and Protection Plan.

4. A list of names of all the contractor’s employees who will fulfill any part of the requirements of this SOW. This list shall include the job title, their duties, responsibilities and authority.

Page 13: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 13

5. A list of the cell phone numbers and email addresses for the contractor’s employees who will fulfill the requirements of this specification.

6. Contractor’s Quality Control Program

B. POST AWARD

The contractor shall submit the following no later than ten (10) business days after contract award:

1. Documentation that the contractor has received all required airport security badges and permits necessary to fulfill the requirement of the specification. This documentation shall include legible photocopies of all AOA security badges and AOA operator’s permits issued by the airport.

2. Alphabetical lists and copies of materials safety data sheets (MSDS) for all chemical products the contractor will use on the job site. This information shall be contained in a loose leaf binder in alphabetical order according to the common name of the chemical. The alphabetical lists shall be by (1) the common chemical and (2) trades names for each MSDS.

C. ADMINISTRATION

1. At the sole discretion of the Authority, the contractor shall provide a written work plan prior to beginning work on specific task call orders. This plan shall describe the method of work pro-posed, size of the work crew required, the nature of any scaffolding or other access equipment, types of any safety equipment to be employed, proposed time of work and any other significant aspects of the planned work.

2. Warranties shall be delivered to the Authority prior to contractor submitting an invoice for pay-ment.

VI. METHOD OF PAYMENT

Services shall be invoiced to the Authority at ([email protected]) in full, at the end of the calendar month in which the respective contract service task call order is completed by the contractor. Unless approved in writing by the COTR, the contractor shall not invoice the Authority for work for an amount greater than the estimated cost given in the COTR approved contract services task call order.

1. Original invoices for supplies and materials not identified on the contract schedule that are re-quested by the Authority and purchased by the contractor shall be submitted to the Authority with the contractor’s invoice. The contractor shall make a reasonable attempt to pay only the lowest prices that can be obtained by the contractor for reimbursable items. The Contracting Officer shall have the option to require the contractor to obtain competitive bids from a minimum of three (3) sources on any single item or group of items that may exceed $10,000.00 in total cost.

2. The contractor shall not charge more than ten (10) percent markup for supplies or materials not identified on the contract pricing schedule. The contractor shall not invoice for any item that has not been requested in writing by the CO and/or the COTR.

Page 14: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Page 14

VII. APPENDICES

A. SITE PLAN – DCA B. SITE PLAN - IAD C. CALL ORDER FORM

Page 15: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Appendices

APPENDIX A

SITE PLAN - DCA

Page 16: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily
Page 17: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Appendices

APPENDIX B

SITE PLAN - IAD

Page 18: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily
Page 19: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

J PMA

R

Q

PM

AR

AIRPORTS AUTHORITY

ENGINEERING DIVISION

APPROVED

CHECKED

J.C.

D.M.

DATE

Legend

AIRPORT BOUNDARY

COMPILED

DECEMBER 1, 2015

AOA BOUNDARY

FACILITIES

MA-226 MAINTAINED

FACILITIES

NON MA-226 MAINTAINED

B.E.

WASHINGTON

METROPOLITANDULLES INTERNATIONAL

FACILITIES

MA-226 MAINTAINED

MA226 Maintained Facilities.dgn

3470

2205

3475

2270

2270

2208

2207

33262243

2215

2217

2219

2221

2223

2501

2101

2230

2233

22392237 2235

2213

9412

2471

9419

24892902

29152906

29162904

2910

2908

2833

2823

2835

2809

2817

2813

280128112819

28032805

28152842

2807

2808

2486

2487

2827

2829

2830

2825

2909

2905

2837

2839

2320

2322

23042306

2305 2303

PARKING LOTNORTH REMOTE EMPLOYEE

PURPLE LOT

GOLD LOTGREEN LOTGREEN LOTBLUE LOT

BLUE LOT

WAITING LOTCELL PHONE

RED LOT

ORANGE LOT

HOURLY LOT

EA

ST P

ERIM

ETE

R R

OA

D

TA

XIW

AY Z

UL

U

TA

XIW

AY Y

AN

KEE

TA

XIW

AY Z

UL

U

TA

XIW

AY Y

AN

KEE

TA

XIW

AY Z

UL

U

TA

XIW

AY Y

AN

KEE

TA

NK FA

RM R

OA

D

TA

XIW

AY U

NIF

OR

M

RU

NW

AY 1

L - 1

9L

RU

NW

AY 1

L - 1

9L

TA

XIW

AY U

NIF

OR

M

TAXILANE W3

TAXILANE W4

TAXILANE W2

TAXIWAY QUEBEC

RUNWAY 12 - 30

RU

NW

AY 1

C - 1

9C

RU

NW

AY 1

C - 1

9C

TAXILANE ALPHA

TAXILANE BRAVO

TAXILANE CHARLIE

TAXILANE DELTA

TAXILANE ECHO

TAXILANE FOXTROT

RU

NW

AY 1

R - 1

9L

TA

XIW

AY KIL

O

TA

XIW

AY J

ULIE

TT

AXIW

AY J

ULIE

T

TA

XIW

AY KIL

O

TA

XIW

AY J

ULIE

T

TA

XIW

AY KIL

O

RU

NW

AY 1

R - 1

9L

RU

NW

AY 1

R - 1

9L

RADIAL ROAD

NO

RT

H A

RFF R

OA

D

INSTR

UM

EN

T R

OA

D

AN

TE

NN

A R

OA

DA

NTE

NN

A R

OA

D

INSTR

UM

EN

T R

OA

D

GLID

E S

LO

PE D

RIV

E

WINDSHEAR ROAD

HELICOPTER

ROAD

RA

DIA

L RO

AD

RA

DA

R R

OA

D

AIR F

REIG

HT L

NAIR F

REIG

HT L

N

RA

DA

R R

OA

D

WEST SE

RVIC

E R

OA

D

PROPELLER CT

SHOPS ROAD

WEST SE

RVIC

E R

OA

D

FOXTROT ROAD

TO

WE

R R

OA

D

TOWER ROAD

RUNWAY ROAD

WEST

ARFF R

OA

D

VORTA

C R

OA

D

WEST H

AU

L R

OA

D

WEST H

AU

L R

OA

D

TRUOC R

OT

AN

RE

TL

A

STONEC

ROFT B

LVD

ST

ON

EC

RO

FT BLV

D

DULLES GREENWAY

ARIA

NN

E

WA

Y

PE

RIM

ETE

R R

OA

D

FLIGHT CREW DRIVE

MATERIALS ROAD

AU

TO

PIL

OT D

RIV

E

COCKPIT COURT

RUDDER ROAD

PACKAGE CT

AU

TO

PIL

OT D

RIV

E

NA

VIG

ATIO

N R

OA

D

NAVIGATION ROAD

AVIATION DRIVE

SAARINEN CIRCLE

DRIVECOMMERCIAL VEHICLE

COPILOT WAY

DIA

AH W

/ B

DIA

AH E / B

RAMP F

COMPASS CT

ALPHA ROADALPHA ROADALPHA ROAD

BRAVO ROADBRAVO ROAD

UTILITIES ROAD

EA

ST SE

RVIC

E R

OA

D

WIN

DS

OC

K D

RIV

E

CA

RG

O D

RIV

E

CHARLIE ROADCHARLIE ROAD CHARLIE ROAD

DELTA ROADDELTA ROAD

ECHO ROAD ECHO ROAD

FOXTROT ROAD

GOLF ROADGOLF ROAD

EAST HAUL ROAD

TA

KE

OFF R

OA

D

FLIG

HT LIN

E R

OA

D

WEST

HA

UL R

OA

D

CLE

AR

AN

CE R

OA

D

CLE

AR

AN

CE R

OA

D

EAST ARFF ROAD

MAINTENANCE ROAD

VORTAC ROAD

AE

RO

TR

AIN L

AN

E

TA

NK F

AR

M R

OA

D

SU

LL

Y R

OA

D

EA

ST SE

RVIC

E R

OA

D

TA

NK F

AR

M R

OA

D

ALTIM

ETE

R R

OA

D

TA

NK F

AR

M R

OA

D

SU

LLY R

OA

D

RA

MP

G

DIAAH W / B

DIAAH E / B

RAMP P

OMNIRANGE ROAD

RA

MP J

DIAAH W / B

DIAAH E / B

S PMAR

RAMP R

RA

MP G

DULLES G

REENW

AY

RAMP G

SU

LL

Y R

OA

D

OLD OX ROAD / STERLING ROAD

PA

CIFIC A

VE

NU

E208

210

118

127

130

141

222221

225

226

2509

2531

2227

2225

2208

2209

2254

2245

2273

2203

2247

(DEMOLISHED)2249

2251

2255

2257

2258

2259

2260

22652261

2263

2401

2403

2411

2404 2406 2407

2405

2415

2416

2422

2419

2420

24212423

24252427

2429

24312432

2436243724382440

2453CONCOURSE B

2454CONCOURSE A

2454CONCOURSE A

2455

2472 2468

2474

2483

2603

2810

2847

2921

46034601

4701

Page 20: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Metropolitan Washington Airports Authority 1-16-C022

Attachment 01 Statement of Work – Appendices

APPENDIX C

TASK CALL ORDER FORM

Page 21: STATEMENT OF WORK · 2016-03-03 · Metropolitan Washington Airports Authority 1-16-C022 Attachment 01 Statement of Work – Page 5 WORK ORDER DESK (DCA ONLY) - Unit that is primarily

Prepared: Date Prepared:

Type of Work: Requested By:

Contractor: Contract #:

Address: Contractor POC:

Office Telephone :

Emergency PhoneSchedule of Completion Contractor Fax:

COST: Notes:

Call Order #

COTR: Date: Date Completed:(Approval authority up to $10,000)

Contractor: Date: Invoice Amount:

CO: Date:(CO's approval required over $10,000)

Remarks:

Location (Name, [Account Code]) and Description of Work

APPROVALS / ACCEPTANCE OF CALL ORDERNOTE: By signing this Call Order, the Contractor acknowledges that he/she will only preform the work described herein after this Call Order is approved in writing up to $10,000 by the COTR. Call Orders exceeding $10,000 require both the COTR and CO's signatures. Furthermore, the cost to the Authority for this work shall not exceed the Call Order amount.

NOTE: Services or Work shall be performed in accordance with the terms and conditions of the Contract documents.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITYContract Services, DCA or IAD

CALL ORDER FORM