128
Metropolitan Washington Airports Authority 1-19-C001 Attachment 01 Statement of Work STATEMENT OF WORK FOR CUSTODIAL SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT Dated April 2018 PREPARED BY: Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Engineering and Maintenance Department (MA-120) Maintenance Engineering Division (MA-126)

STATEMENT OF WORK FOR CUSTODIAL … Washington Airports Authority 1-19-C001 Attachment 01 Statement of Work STATEMENT OF WORK FOR CUSTODIAL SERVICES AT RONALD REAGAN WASHINGTON NATIONAL

Embed Size (px)

Citation preview

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work

STATEMENT OF WORK

FOR

CUSTODIAL SERVICES

AT

RONALD REAGAN WASHINGTON NATIONAL AIRPORT Dated April 2018 PREPARED BY: Metropolitan Washington Airports Authority

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

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page I-1

SECTION I - TABLE OF CONTENTS

SECTION I - TABLE OF CONTENTS I-1 

SECTION II - INTRODUCTION AND SUMMARY OF WORK II-1 

01  INTRODUCTION II-1 

02  SUMMARY OF WORK II-1 

SECTION III - DEFINITIONS III-1 

SECTION IV - BASE SERVICES IV-1 

01  DESCRIPTION OF SERVICES IV-1 

02  CUSTODIAL SERVICES IV-2 

03  PERFORMANCE INCENTIVES/PENALTIES IV-2 

04  EXCLUDED SERVICES IV-3 

SECTION V - SUPPLEMENTAL SERVICES V-1 

01  DESCRIPTION OF SERVICES V-1 

02  CONTRACT SERVICE CALL ORDER V-1 

03  FLOOD RESPONSE V-1 

SECTION VI - CONTRACT START UP VI-1 

01  KEY CONTRACTOR PERSONNEL VI-1 

02  AIRPORT SECURITY BADGES VI-1 

SECTION VII - GENERAL REQUIREMENTS VII-1 

01  CONTRACTOR’S QUALIFICATIONS VII-1 

02  COMMUNICATION AND COORDINATION VII-1 

03  NON-WAIVER VII-1 

06  HOLIDAY COVERAGE VII-2 

07  TERMINAL A SECOND FLOOR MEZZANINE RESILIENT 9x9 TILE VII-2 

08  GROUT VII-2 

09  DISTURBING PAPERS AND EQUIPMENT VII-2 

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page I-2

10  CUSTODIAL COVERAGE DURING BREAKS AND SHIFT CHANGES VII-2 

11  TIMELY PERFORMANCE AND CORRECTION OF DEFICIENCIES VII-2 

12  QUALITY CONTROL PROGRAM VII-2 

13  PERFORMING OTHER WORK ON THE JOB SITE VII-3 

14  DELIVERY OF SUPPLIES VII-4 

15  FIRE PREVENTION AND PROTECTION VII-4 

16  FIXED IMPROVEMENTS AND OPERATING FACILITIES VII-4 

17  LOST AND FOUND PROPERTY VII-4 

18  SMOKE FREE ENVIRONMENT VII-4 

19  SAFETY VII-5 

20  SECURITY REQUIREMENTS VII-6 

21  STATUS MEETINGS VII-7 

22  CONTRACTOR RECYCLING VII-7 

23  ACCIDENTS/INJURIES VII-8 

24  WORK AREA PROTECTION VII-8 

25  ESCALATOR CLEANING VII-8 

26  WINTER STORM PROCEDURES VII-8 

27  INOPERABLE TOILETS AND URINALS VII-9 

SECTION VIII - REGULATORY REQUIREMENTS VIII-1 

01  PERMITS AND RESPONSIBILITIES VIII-1 

02  REGULATION REQUIREMENTS VIII-1 

03  ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT VIII-1 

04  HAZARDOUS/CARCINOGENIC MATERIALS VIII-2 

05  VOC REQUIREMENT VIII-2 

06  HAZARDOUS WASTE VIII-2 

07  BLOOD BORNE PATHOGEN EXPOSURE CONTROL PLAN VIII-3 

08  ASBESTOS AWARENESS TRAINING VIII-3 

09  FALL PROTECTION TRAINING VIII-4 

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page I-3

SECTION IX - DOCUMENTATION AND REPORTING IX-1 

01  CONTRACT COMPLIANCE WEB AND MOBILE BASED BARCODE SYSTEM IX-1 

02  ON-SITE OFFICE AND RECORDS IX-2 

03  CONTRACTORS DAILY REPORT IX-3 

04  MONTHLY CLEANING SCHEDULE IX-3 

SECTION X - PERSONNEL X-1 

01  PERSONNEL X-1 

02  CONTRACTOR’S STAFFING REQUIREMENTS X-1 

03  PROJECT MANAGER X-3 

04  SHIFT SUPERVISORS X-3 

05  QUALITY CONTROL MANAGER X-4 

06  CUSTODIAL STAFF X-4 

07  ATTIRE X-5 

08  CUSTODIAL DUTY HOURS X-5 

09  CONDUCT X-5 

10  BIOMETRIC TIME CLOCK X-5 

SECTION XI - TRAINING XI-1 

01  SEMINAR ATTENDANCE XI-1 

02  EMPLOYEE TRAINING XI-1 

03  TRAINING RECORD XI-1 

SECTION XII - DELIVERABLES XII-1 

01  60 DAYS PRIOR TO CONTRACT START DATE XII-1 

02  30 DAYS PRIOR TO CONTRACT START DATE XII-1 

03  CONTRACT START DATE XII-1 

04  30 CALENDAR DAYS AFTER CONTRACT START DATE XII-1 

05  ANNUALLY XII-2 

06  MONTHLY XII-2 

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page I-4

07  WEEKLY XII-2 

08  DAILY XII-2 

09  SHIFT XII-2 

10  AS REQUIRED XII-3 

11  CONTRACT CLOSE-OUT XII-3 

SECTION XIII - CONTRACTOR FURNISHED RESOURCES XIII-1 

01  MATERIALS AND SUPPLIES XIII-1 

02  CLEANING EQUIPMENT XIII-1 

03  SAFETY EQUIPMENT XIII-2 

04  COMMUNICATION EQUIPMENT XIII-3 

05  OFFICE EQUIPMENT XIII-3 

06  CONTRACT COMPLIANCE WEB OR CLOUD BASED TIME AND ATTENDANCE SOFTWARE SYSTEM WITH INTEGRATED BIOMETRIC TIME CLOCK XIII-3 

07  CONTRACT COMPLIANCE WEB AND MOBILE BASED BAR CODE SYSTEM XIII-4 

08  TESTING EQUIPMENT XIII-5 

09  ON SITE SERVICE VEHICLE XIII-5 

SECTION XIV - AIRPORTS AUTHORITY FURNISHED RESOURCES XIV-1 

01  GENERAL XIV-1 

02  ON-SITE OFFICE XIV-1 

03  ON-SITE OFFICE COMPUTER XIV-2 

04  AIRPORTS AUTHORITY WORK ORDER SYSTEM (CMMS) XIV-2 

05  PARKING XIV-3 

SECTION XV - METHOD OF PAYMENT XV-1 

01  BASE SERVICES XV-1 

02  SUPPLEMENTAL SERVICES XV-1 

03  EQUITABLE ADJUSTMENT FOR PASSENGER COUNT FLUCTUATIONS XV-1 

SECTION XVI - CONTRACT CLOSE OUT XVI-1 

01  AIRPORTS AUTHORITY PROVIDED RESOURCES XVI-1 

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page I-5

02  SECURITY DEVICES XVI-1 

03  RECORDS AND DOCUMENTATION XVI-1 

SECTION XVII - APPENDICES XVII-1 

APPENDIX A – SITE PLAN APPENDIX B – CUSTODIAL DRAWINGS (Existing Facilities) APPENDIX C- CHECKPOINT DRAWINGS (Future Facilities) APPENDIX D- NORTH CONCOURSE DRAWINGS (Future Facility) APPENDIX E – TASK AND FREQUENCY REQUIREMENTS E1 – FLOOR CARE SCHEDULE E2 – HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 1 E3 – HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 2 E4 – HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 3 E5 - HOUSEKEEPING TASK AND FREQUENCIES CHART – TERMINAL A/B/C RESTROOMS E6 - HOUSEKEEPING TASK AND FREQUENCIES CHART – OUTLYING BUILDINGS

E7 - HOUSEKEEPING TASK AND FREQUENCIES CHART – OUTLYING BUILDINGS RESTROOMS APPENDIX F- PERFORMANCE STANDARDS APPENDIX G - AIRPORTS AUTHORITY CONTRACT SERVICE CALL ORDER FORM APPENDIX H – DAILY REPORT TEMPLATE APPENDIX I – CONTRACTOR’S PROPOSED LABOR HOUR PLANS

I.1 – MANAGEMENT/SUPERVISION HOURS I.2 – CUSTODIAL STAFF HOURS I.3 – ADDITIONAL STAFF FOR HOLIDAYS I.4 – ADDITIONAL STAFF FOR NEW SECURITY CHECK-POINTS I.5 – ADDITIONAL STAFF FOR NEW NORTH CONCOURSE

APPENDIX J – MATERIALS AND SUPPLIES APPENDIX K – CONTRACTOR’S EQUIPMENT PLAN APPENDIX L - TERMINAL INTERIOR MAN LIFTS (AUTHORITY PROVIDED) APPENDIX M - CONTRACTOR'S PROPOSED LABOR HOUR PLAN EQUITABLE ADJUSTMENT FOR PASSENGER COUNT FLUCTUATIONS

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page II-1

SECTION II - INTRODUCTION AND SUMMARY OF WORK 01 INTRODUCTION The Metropolitan Washington Airports Authority (Airports Authority) is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (referred to herein as "Reagan National," “National Airport” or “DCA”). The Airport is located in Arlington County, Virginia (see Appendix A) hereinafter referred to as the "job site.” The Airport served over 23.9 million passengers in 2017. 02 SUMMARY OF WORK The contract is intended to provide comprehensive custodial services at Reagan National. The contractor shall provide all necessary supervision, labor, administrative support, tools, parts, materials, supplies, equipment and transportation necessary to perform these services 24 hours per day, 365 days per year at Reagan National. Various tasks covered include, but are not limited to, carpet care, hard surface floor care, restroom care, passenger loading bridge care, office care, dusting, vacuuming, provision and placement of entrance mats, policing of specified interior and exterior areas, trash disposal, recycling collection, and escalator/moving walkway cleaning.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page III-1

SECTION III - DEFINITIONS ACCEPTANCE - The act of an authorized representative of the Airports Authority accepting ownership of existing or identified supplies or services, as being partially or totally complete, as it pertains to the performance of the Statement of Work. AIRPORT - Ronald Reagan Washington National Airport also known as "Reagan National” AIRPORTS AUTHORITY - The Metropolitan Washington Airports Authority AOA - Aircraft Operation Area - 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. Workers in this area are required to obtain and display an AOA photo ID credential. Drivers in this area are required to obtain an Aerodrome Vehicle Operator's Permit. BIOMETRIC TIME AND ATTENDANCE SYSTEM – Time management system which requires a unique attribute (such as, but not limited to a hand print or fingerprint) to be scanned to identify the user for the purpose of verifying time and attendance. The system is web based, and provides reporting functions that include current shift attendance, total hours by shift, shift scheduling, and absentee hours reporting. CLEAN - Also referred to as "Cleanliness Quality”, shall mean “a like-new appearance” specifically:

The absence of litter or undesirable debris that can be eliminated by appropriate policing techniques.

The absence of unbonded dust build up on any surface of any items subject to appropriate dusting techniques.

The complete, comprehensive and thorough cleaning of any item subject to cleaning, including corners, inside, outside, top, bottom, under and over all surfaces.

The absence of any surface marks, including fingerprints, spills or other undesirable bonded surface residue that can be eliminated by appropriate damp or wet cleaning techniques.

The absence of any soil, wax or other undesirable bonded build up which can be eliminated by appropriate heavy duty, cycle or project cleaning techniques.

The presence of appropriate surface gloss, protection, or reflective capacity in line with “like new” or designated gloss levels.

The absence of dust, lint and other in-fiber accumulation in fabric and carpeted areas that can be eliminated by appropriate vacuum cleaning techniques.

A surface will be considered clean if: (1) Immediately after wiping it with a clean cloth there is neither a visible change in the appearance of the surface nor the appearance of a visible mark from the cloth or (2) The contractor demonstrates to the satisfaction of the Contracting Officer’s Technical Representative that any visible dirt, dust, foreign matter, film, grime, stains, fingerprints, streaks, spots, blemishes, and/or chemicals residues, which remain on the surface after cleaning, cannot be removed without permanently damaging the underlying surface.

CLEANING - The process of removing dirt, foreign matter, dust, grime, film, stains, finger prints, and chemical residues from the surfaces on which they are found.

CMMS - Computerized Maintenance Management System that is used to schedule and generate work orders for all custodial activities performed under this Contract.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page III-2

CONTRACTING OFFICER (CO) - The Contracting Officer (CO) is the Airports Authority representative responsible for executing all contracting functions, such as the terms, scope, price, or conditions of this contract on behalf of the Airports Authority.

CONTRACTOR - Pertaining to this document, the word “Contractor” refers to the company awarded this contract. It also defines all personnel and sub-contractors hired by the Contractor to perform any services specified within this contract. CORRECTION - The elimination of a deficiency.

COTR – Contracting Officer’s Technical Representative is the key individual who monitors the contractor's performance of technical requirements on the Airports Authority's behalf for the Contracting Officer. The COTR can NOT change the terms, scope, price, or conditions of this contract. CUSTODIAN - An individual who performs housekeeping and custodial tasks. This individual may also be known as a custodial or housekeeping worker.

DCA - Ronald Reagan Washington National Airport

DIRT - Earth or soil.

DISINFECTANT - Chemical agent used chiefly on inanimate objects to destroy or inhibit the growth of harmful organisms including but not limited to tuberculosis, hepatitis, and HIV.

DUST - Fine particulate matter derived from many sources inside and outside the building which can build up on surfaces.

FILM - A thin coating that usually builds up on surfaces over time and may be so uniform that it goes unnoticed. Air pollution is a major contributor to film formation. Film is found on infrequently cleaned toilet bowls due to foreign or impurities settling out of the tap water. Film is also found on the inside surfaces of exterior glass.

GLASS CLEANING – Cleaning of all interior and exterior glass, glass door panels, mirrors, windows and other reflective surfaces to remove finger prints, marks, smudges, smears, film and other foreign matter from surface.

GLOSS - Attribute of surfaces that causes them to have a shiny or lustrous appearance. Surface shine and clarity with lack of haziness, cloudiness, dull or a milky appearance. Brightness or luster of a smooth polished surface. Gloss is evaluated according to American Society of Testing and Materials (ASTM) methods. A calibrated meter reading of 93 or above indicates an acceptable gloss level.

GRIME - Foreign matter that clings to or is embedded in a surface. It may become embedded or built up by repeated touching or handling, such as a door handle or light switch. Careless or incomplete cleaning procedures may contribute to the development of grime.

GRIT - Coarse particulate matter such as sand, fragments of metal and/or glass, salt and ice melt compounds (before they absorb moisture and liquefy).

HAZARDOUS MATERIALS - Hazardous Materials means any wastes, substances, radiation, or materials (whether solids, liquids or gases) (i) which are hazardous, toxic, infectious, explosive, radioactive, carcinogenic, or mutagenic; (ii) which are or become defined as a "pollutants" "contaminants," "hazardous materials," "hazardous wastes," "hazardous sub-stances," "toxic substance," "radioactive materials," "solid wastes," or other similar designations in, or otherwise subject to regulation under, any Laws; (iii) the presence of which on the premises cause of threatens to cause a nuisance pursuant to applicable statutory or common law upon the premises or to

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page III-3

adjacent properties; (iv) without limitation, which contain polychlorinated biphenyls (PCBs), asbestos, lead-based paints, urea formaldehyde foam insulation, and petroleum or petroleum products (including, without limitation, gasoline, crude oil or any fraction thereof) or (v) which pose a hazard to human health, safety, natural re-sources, industrial hygiene, or the environment, or an impediment to working conditions.

HAZARDOUS MATERIALS (CONTRACTOR'S) - The contractor's hazardous materials arising out of the contractor's past, present or future use or occupancy of the Premise or the contractor's acts or omissions. "The contractor's hazardous materials" includes, but is not limited to any hazardous materials generated, used, stored, released, discharged, treated, disposed of, managed or transported by the contractor or transported to the premises under an agreement with the contractor. As used herein, the contractor includes the contractor's employees, agents, successors, contractors, subcontractors, or persons acting on behalf of the contractor.

HOLIDAYS - Holidays observed by the Airports Authority

LAW OR LAWS - Include but are not limited to Airports Authority, local, state, federal, or regional statutes, regulations, ordinances, rules, policies, directives, orders, demands, or other laws of whatever nature, as they now exist or may hereinafter be adopted or amended including but not limited to the Comprehensive Environmental Response Compensation and Liability Act, 42 USC. Section 9604, et seq.

LINT - Clinging bits of fiber, hair or thread that cling to surfaces. Lint may include such things as carpet fibers, fuzz from sweaters and cobwebs.

LITTER - Litter shall include, but not be limited to, waste paper, branches detached from trees and shrubs, beverage containers, dead birds, and dead animals.

MAINTENANCE ENGINEERING/MA-126 – Reagan National, Engineering and Maintenance Department, Maintenance Engineering Division

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY (MWAA OR THE AIRPORTS AUTHORITY) - The public body responsible for the operation and management of both Washington Dulles International Airport and Ronald Reagan Washington National Airport.

MUFIDS – Multi-User Flight Information Display System

NON PERFORMANCE OF WORK – Failure to abide by or fulfill some or all of the terms of the contract.

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.

PLB – Passenger Loading Bridges; also referred to as “Jet Bridges.”

PERFORMANCE STANDARDS – An established criterion against which the quality outcome of process and effort is measured under this contract. Measurement of Performance Standards include performance of services in accordance with the quality requirements of each task’s performance standard, the frequency with which the task is to be performed, and the shift or schedule in which performance is to take place.

PIER RESTROOMS – Post security public restrooms.

POLICING HOUSEKEEPING TASK (POLICING) – A task performed by the contractor for the purpose of identifying and removing litter, debris, spills, stains, etc. resulting in the area left being clean and orderly.

POST-SECURITY – All Terminal areas beyond the security check points. These areas require employees to display security badges at all times.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page III-4

PRE-SECURITY – Terminal areas before the security check points.

QUALITY ASSURANCE - A means by which the Airports Authority is able to confirm that the quantity and quality of services received 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 Quality Control by the contractor.

QUALITY CONTROL - A measurable method used by the contractor to assure that quality services are provided at all times to satisfy the requirements of the contract.

RECYCLABLES - Any material which retains useful properties that can be reclaimed after the productions or consumption process.

REGULAR AIRPORT TERMINAL OPERATING HOURS - These hours are 4:00 A.M. through 11:00 P.M. EST/DST, daily 365 days a year (i.e. includes weekend and holidays).

REGULAR AIRPORTS AUTHORITY BUSINESS HOURS - These hours are 7:00 A.M. through 3:30 P.M. EST/DST, Monday through Friday, excluding weekends and holidays.

ROUTINE HOUSEKEEPING TASKS - Are scheduled and performed according to established procedures and frequencies and include but are not limited to removing visible loose dirt, trash and debris from floors and walkways, emptying trash and recycling containers, refilling restroom paper products, soap dispenser, as well as cleaning up spills, wiping down all surfaces, including glass, windows, wall surfaces, counters, chairs, and polishing bright work and stainless steel in all areas covered under the contract and taking appropriate action to abate potential safety issues.

SDS - Safety Data Sheet

SERVICE CALL ORDER – Contains a detailed description of the services, cost estimate, and schedule required from the contractor for any work under Supplemental Services. All Supplemental Services require a COTR signed Service Call Order.

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

SHIFT - The various time periods for which the Task and Frequencies specified herein are to be accomplished. These periods may or may not be related to the actual time periods that the contractor’s employees are working on the job site.

SIDA - Abbreviation for Security Identification Display Area. Identification badges must be displayed at all times while in this area. SLIP RESISTANCE - A measurement of a floor film's coefficient of friction that provides a safe walking surface. Slip resistance is evaluated according to American Society of Testing and Materials (ASTM) methods. A coefficient of friction reading of 0.5 indicates a safe floor film.

SOW – Statement of Work

SPOTS - A non-uniform film or coating that is visible to various degrees depending on the angle of view. It is usually associated either by the use of dirty cleaning equipment or inadequate rinsing of cleaning products from the surfaces on which they are used.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page III-5

STREAKS - A non-uniform film or coating that is visible to various degrees depending on the angle of view. It is usually associated either by the use of dirty cleaning equipment or inadequate rinsing of cleaning products from the surfaces on which they are used.

SUPERVISOR - Supervises individual and/or groups of employees and/or subcontractors.

TASK and FREQUENCY – Minimum performance requirements of the contract to ensure a clean presentable appearance of the facilities. Contractor shall perform any and all other task and frequencies necessary to provide a clean appearance at all times.

TERMINAL BUILDING - Buildings on the Airport job site where commercial airline passengers purchase tickets and board flights. These buildings include Terminal A, B and C.

VANDALISM - Willful or malicious abuse and/or destruction of property.

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

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page IV-1

SECTION IV - BASE SERVICES 01 DESCRIPTION OF SERVICES The contractor shall provide all management, supervision, labor, administrative support, materials, tools, parts, supplies, equipment and transportation necessary to perform all services and achieve all required performance levels as described herein. These services shall include but not be limited to housekeeping, floor care, trash and recycling collection, documentation, and reporting. The Airports Authority reserves the right to revise tasks, frequencies, shift schedules, hours of work and types of supplies which may or may not result in price adjustments. Most custodial requirements shall be provided 24 hours per day, 365 days per year. Services are to be provided in accordance with the specifications and information contained herein for the areas listed below:

1. Approximately 1.2 million square feet in Terminals A/B/C and Garages A/B/C, which requires 24 hour, 365 day services. This area includes Airports Authority-owned Jet Bridges. See Appendix B.

2. Approximately 146,000 square feet of Terminals A/B/C exterior sidewalks which require 24

hour, 365 day services. See Appendix B. 3. Approximately 341,000 square feet in outlying buildings will require varying degrees of service

as defined herein. See Appendix B.

a. Air Cargo Bays103/104 b. Boiler/Chiller Plant c. East Building d. Fuel Farm e. Fire House f. Hangar 2 g. Hangar 3 h. Hangar 4 i. Hangar 5 j. Hangar 6 k. Security Guard Booths l. Shops Building` m. Taxi Parking Structure n. Warehouse o. West Building

4. It is anticipated that in March 2021 , two new Terminal B/C Checkpoint facilities will become

operational (see Appendix C). The contractor shall be responsible for these areas as they become operational. Responsibilities in these new areas are to be the same as those on the Concourse level of Terminal B/C. In Appendix I.4, the contractor shall indicate its proposed additional manpower that it intends to provide when these new facilities become operational.

5. It is anticipated that in early July 2021 a new gate concourse (North Concourse) will become

operational (see Appendix D). The contractor shall be responsible for this area when it becomes operational. Responsibility in this new area is to be the same as that in the Center and South Piers in Terminal B/C. In Appendix I.5, the contractor shall indicate its proposed additional manpower that it intends to provide when this new facility become operational.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page IV-2

02 CUSTODIAL SERVICES A. The contractor shall be responsible for providing comprehensive custodial services as described herein

in all areas identified on the space drawings in Appendix B Custodial Space Drawings. The square footage described on the space drawings is only an approximation. The contractor shall be responsible for providing services to the actual square footage and quantities of fixtures that exist in the spaces identified on the drawings, at no additional cost to the Airports Authority. Modifications to the contract will occur when incremental increases or decreases to the area serviced under this contract exceed five thousand (5,000) square feet. Smaller increases or decreases in the area serviced will not result in contract modification.

B. The contractor shall develop and implement a detailed comprehensive operational plan sufficient to

ensure that the contractor fully meets all of the requirements of this SOW at all times. This operational plan shall identify the means, methods and work schedule whereby contractor shall accomplish each task and frequency described in Appendix E at each location in order to meet the Performance Standards described in Appendix F. This operational plan shall be submitted in writing to the COTR no later than thirty (30) days prior to the start of this contract for approval.

C. The contractor shall perform all the tasks and frequencies as described in Appendix E in accordance

with the Performance Standards described in Appendix F. Frequency of required tasks outlined in the contract SOW is a minimum requirement and shall not be used by the contractor as justification for unacceptable custodial service or conditions. It shall be the contractor’s responsibility to determine necessary additional task and frequencies required to maintain the airport facilities in a condition that reflects the highest standards of cleanliness and appearance at all times. At any time during the contract period, if the contractor fails to meet the minimum task and frequencies, or if the COTR determines that work is deficient, the contractor shall be required to perform timely correction of the deficiencies at no additional cost to the Airports Authority. In addition, the contractor may be subject to penalty for non-compliance and/or the cost of the correction of the deficiency.

D. The contractor shall be responsible for moving all items such as chairs, desks, trash and ash

receptacles, tables, storage containers, carts, etc., as required to accomplish services that are to be performed adjacent to, under, or above such items. The contractor shall notify the COTR of any items or objects which may impede the work area where SOW tasks are being completed. The contractor shall return all items to their respective location and configuration after completion of task.

03 PERFORMANCE INCENTIVES/PENALTIES A. In the event of non-compliance with the contract terms by the contractor, the Airports Authority reserves

the right to exercise one of the following options:

1. The contractor shall correct such non-performance upon written notification by the COTR and the Airports Authority shall make no deductions for non-compliance.

2. The Airports Authority, reserves the right to correct any and all deficiencies or areas of non-

performance at any time throughout the duration of the contract term using an Airports Authority approved contractor. The Airports Authority shall deduct any and all costs incurred by such action from the contractor’s monthly invoice.

3. At the Contracting Officer’s direction, the contractor shall reduce the monthly invoice as a result

of penalty action. When applicable, deductions shall be made in accordance with the following paragraphs:

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page IV-3

a. Failure to provide key contractor personnel -- penalty of $500 per person per shift. b. Failure to provide the minimum quantity of equipment (as stated in contractor’s

equipment plan) in good operating condition — penalty of $500 per day per piece of equipment

c. Failure to provide contract specified supplies as required -- $500 per occurrence. d. Failure to provide services in accordance with contract Task, Frequency, and

Performance Standards -- $500 per occurrence.

e. Failure to provide required reports and records -- $250 per occurrence.

4. In the event of outstanding performance of work by the contractor, the Airports Authority reserves the right to exercise the following incentive, when applicable, in accordance with the following paragraphs:

a. Less than ten (10) reported unsatisfactory custodial conditions in a given month –

incentive of $5,000.

04 EXCLUDED SERVICES All surfaces, items, finishes, components, etc. identified within the space drawings are covered by this contract with the following exclusions:

A. Food, Beverage and Retail stores B. Leased space

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page V-1

SECTION V - SUPPLEMENTAL SERVICES 01 DESCRIPTION OF SERVICES The Airports Authority may, during the course of this contract, request that the contractor perform in scope Supplemental Services which are outside the requirements of the Base Services Section of this contract, i.e., emergency flood cleanup, special onetime cleaning of areas not under contract, relocating trash and recycle cans, etc. The contractor shall provide all supervision, labor, administrative support, materials, tools, parts, supplies, equipment, and transportation necessary to perform these services. Such work shall be compensated at the rates listed in the contract price schedule. The contractor shall be reimbursed for the materials used in the performance of Supplemental Services at invoice plus 10 percent markup. There shall be no mark up for shipping and handling costs.

A. Supplemental Services are to be performed according to the Performance Standards described in

Appendix F.

B. The Airports Authority shall incur no obligation for Supplemental Service work that is not authorized in advance, by the COTR and CO.

02 CONTRACT SERVICE CALL ORDER A. All Supplemental Services work will be requested and approved with a signed Service Call Order by the

COTR (and CO if over $10,000.00) using the “Airports Authority Contract Service Call Order” form shown in Appendix G. The Service Call Order will contain a description of the services that are required from the contractor. The contractor shall be required to provide a detailed cost estimate including an itemized breakdown for all labor, parts and materials, as well as a schedule for completing the Service Call Order

B. Fixed price unit rates included in the contract Price Schedule under Supplemental Services will be used in preparing these estimates. The Contractor shall provide the Airports Authority an accurate written estimate of the cost and time for the Contractor to complete each of the tasks requested by the Airports Authority. Both the cost breakdown and schedule shall be made part of the Services Call Order. The Contractor shall not proceed with any work described in such Services Call Orders until authorized in advance and in writing by the COTR (and CO if over $10,000.00)

C. Pictorial reports shall be provided to the COTR by the contractor for all supplemental services work upon completion of task.

03 FLOOD RESPONSE A. Upon the request of the Airports Authority, the contractor shall immediately respond to all floods with all

labor, tools (mops, buckets, squeegees, etc.), equipment (to include four large volume commercial-grade dehumidifiers, six large commercial-grade fans, four large volume commercial-grade wet vacuums, etc.) and supplies necessary to clean up the flood.

B. Standing Water – All standing water shall be removed utilizing commercial extraction equipment and/or

pumps. A sufficient amount of commercial-grade air movers and dehumidifiers shall be utilized to hasten the drying process and reduce humidity.

C. Furniture/Equipment – The contractor shall move as necessary all furniture and equipment to facilitate

the restoration process. All non-porous furniture and equipment shall be wiped down, dried and cleaned by the contractor.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page V-2

D. Antimicrobial Solutions – After the clean-up procedures have been completed, the contractor shall,

upon the approval of the Airports Authority, treat the affected area with an EPA registered antimicrobial solution to aid in the protection against odor, mold, mildew, bacteria and germs.

E. Disposal – The contractor shall be responsible for the disposal of all materials damaged beyond the

ability for restoration, e.g. debris. Prior to disposal, the contractor shall substantiate to the Airports Authority’s representative that the material is beyond restoration and shall receive the Airports Authority representative’s concurrence and approval. All material shall be disposed of in accordance with local, state and federal regulations, and laws.

F. Documentation/Reporting – The contractor shall document all damage and restorative methods

throughout the incident with digital time and date stamped pictures and shall within one (1) business day after the completion of the restoration service, provide a chronological narrative report to the COTR. The report should be consistent with other reporting formats approved by COTR.

G. Equipment, tools, and supplies utilized for flood clean-up shall be considered part of Base Services. The contractor will be reimbursed for labor only to the extent they provide supplemental manpower. If on-site manpower is used for emergency flood clean-up, there will be no reimbursement by the Airports Authority.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VI-1

SECTION VI - CONTRACT START UP 01 KEY CONTRACTOR PERSONNEL A. The contractor shall provide a list of names and telephone numbers of its key personnel who shall be

responsible for fulfilling all the requirements of this SOW to the Contracting Officer and COTR thirty (30) days prior to the start date of the contract.

B. Key personnel are considered as the Project Manager, Shift Managers, QC Manager and supervisors.

C. Resumes for the contractor’s key personnel shall be provided to the Contracting Officer and COTR thirty (30) days prior to the start date of the contract and shall be updated whenever approved changes are made.

02 AIRPORT SECURITY BADGES The contractor shall provide the COTR with a copy of the certification official designation letter and a list of employees who will be applying for security badges sixty (60) days prior to the start date of the contract.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-1

SECTION VII - GENERAL REQUIREMENTS 01 CONTRACTOR’S QUALIFICATIONS The contractor shall have no less than five (5) years’ experience in the business of providing comprehensive 24/7/365 custodial services in a campus size environment of similar size and scope described in this SOW. 02 COMMUNICATION AND COORDINATION The contractor shall maintain an effective communication and coordination policy with the COTR utilizing email, telephones, faxes, text messaging devices, etc. to ensure the Airports Authority is kept up to date of current status at all times. All calls placed to the contractor’s office shall be answered by an English speaking person with the delegated responsibility for dispatching all necessary resources to respond to custodial issues 24 hours a day, 7 days a week, and 365 days a year. The contractor shall provide at its own expense transportable cellular telephones and associated telecommunication services to all key personnel, while they are performing work on the job site. The contractor shall notify the COTR of all changes in these assignments. 03 NON-WAIVER Failure of the COTR or Inspector(s) to discover or to reject services which are unacceptable and not in accordance with the Contract shall not be deemed an acceptance thereof nor a waiver of the Airports Authority's right to proper execution of the Contract or any part of it by the contractor. 04 TERMINAL A PIER, SOUTH PIER AND CENTER PIER RESTROOM COVERAGE 7AM TO 9PM (365

days per year) The Contractor shall service all male and female Pier Restrooms exclusive of companion care restrooms (See Appendix E5 Restrooms Terminal A/B/C for companion care schedules) every 15 minutes 7 days per week, 52 weeks per year, during the hours of 7 am to 9 pm, as further defined in Appendix E5 . Servicing shall include, but is not limited to, trash removal, policing for spills and littler, spot cleaning, and stocking of all paper supplies and soap. The contractor shall provide adequate coverage for breaks to ensure the service frequency of Pier restrooms during the stated times are maintained. Additionally the contractor shall provide and maintain adequate coverage in all Piers and Terminal A/B/C and the future Pier Restrooms outside of the stated times of 7am to 9pm, as further defined in Appendix E5 Restrooms Terminal A/B/C and Future Pier E Schedules 1, 2 and 3. All areas shall be clean and stocked at all times. 05 NORTH PIER DEDICATED RESTROOM CUSTODIANS The contractor shall provide at a minimum four dedicated restroom custodians, one for each restroom in the North Pier, daily (365 days per year) from the hours of 7AM to 9PM for CONTINUOUS ongoing restroom care which includes, but is not limited to, trash removal, policing for spills, spot cleaning all fixtures, glass, bright work and stocking of all paper supplies and soap. Dedicated restroom custodians shall not be used to also clean areas outside of the assigned restrooms. The contractor shall provide adequate coverage for breaks to ensure CONTINUOUS coverage of North Pier restrooms during the stated times. In the Pier, during hours of 4:00AM to 7:00AM and 9:00PM to 11:00PM, the contractor shall provide and maintain adequate coverage for all restrooms to ensure they are clean and fully stocked at all times.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-2

06 HOLIDAY COVERAGE As part of Base Services, five days before and five days after both Thanksgiving and Christmas day, the contractor shall provide two additional custodians in each of the Terminal A, South and Center piers from the hours of 6AM to 10PM. The contractor shall document these additional hours on Appendix I.3. All services shall be maintained to accommodate increased passenger traffic. The PM will provide the COTR with a staffing coverage plan two (2) weeks prior to the schedule holiday (date) which will encompass: manpower coverage; schedule adjustment or cancellation of PM work; supply coverage and distribution and backup contingencies for labor and supplies.

07 TERMINAL A SECOND FLOOR MEZZANINE RESILIENT 9x9 TILE Terminal A 2nd floor (mezzanine area) floor with 9x9 tile, stripping must be done by wet methods (wet strip) or using low abrasion pads at lower than 300 rpm. 08 GROUT As part of floor care servicing, grout lines shall be clean at all times. 09 DISTURBING PAPERS AND EQUIPMENT Contractor employees shall not disturb any items and/or papers that are on or within furniture (including but not limited to desk drawers or cabinets) or use office telephone or office equipment in any area of the job sites, except the contractor’s telephones and office equipment. 10 CUSTODIAL COVERAGE DURING BREAKS AND SHIFT CHANGES Contractor shall stagger employee break times to ensure Task and Frequencies requirements are met at all times. Covered areas under this contract shall not be left unattended during break times or shift changes. The contractor shall provide to the COTR 30 days prior to contract start a listing of scheduled breaks for each shift in each area. 11 TIMELY PERFORMANCE AND CORRECTION OF DEFICIENCIES The contractor shall adhere to and fulfill all the time and frequency requirements described in the SOW. At no time shall the contractor go below the minimum requirements for task and frequency services. At any time during the contract period, if the contractor fails to meet the minimum task and frequencies, or if the COTR determines that work is deficient based on performance outcome and quality of service, the contractor shall be required to perform timely correction of the deficiencies at no additional cost to the Airports Authority. In addition the contractor may be subject to penalty for non-compliance in accordance with Section IV, item 03 Performance Incentives/Penalties.

12 QUALITY CONTROL PROGRAM The contractor shall develop and maintain a proactive Quality Control Program which integrates a measurable standard of performance to ensure the contractor fulfills all the requirements of the SOW at all times. The contractor’s quality control plan is to be a comprehensive, well-defined, written set of procedures and activities aimed at delivering services that meet or exceed the Airports Authority’s expectations as stated in the SOW. The quality control program shall identify the individuals responsible for quality control and the specific procedures used to ensure delivery of quality services as well as the contractor’s process for correcting identified quality deficiencies. The determination of quality shall be based on the performance outcome, not on

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-3

frequency or method. The contractor’s quality control plan should ensure that work is performed correctly the first time and should focus on preventing problems and/or deficiencies rather than reacting to them. If the COTR determines that work is deficient due to poor quality control management, the contractor shall be required to immediately revise or update their quality control plan. An updated plan shall be submitted to the COTR within three (3) business days. All deficiencies identified during a quality control or quality assurance inspection shall be corrected by the contractor and reported back to the COTR within 24 hours. A. Quality Control Inspections: The first cycle of Quality Control Inspections for all Terminal A/B/C

passenger areas, both interior and exterior locations, including PLB’s and garages A/B/C (all levels), shall be completed by 7:30AM daily and the Quality Control Manager shall submit a daily Quality Control Inspection report to the COTR by 9:30AM. The Quality Control Inspector shall also submit daily follow-up reports which denote the corrective actions taken by the contractor during the previous 24 hours. The format of the Quality Control report shall be mutually agreed upon by the contractor and the COTR.

B. As part of the contractor’s Quality Control Program, the contractor shall perform daily random area

inspections, ensuring that all terminal areas are inspected in a 7 day cycle. Random area quality control inspections shall include all Terminal A/B/C passenger areas, including PLB’s, and Garages A/B/C (all levels). The contractor shall submit a copy of this report along with photographs to the COTR by 3PM daily (7 days/week including holidays).

C. The contractor shall perform no less than a weekly quality control inspection for all other areas covered under this contract and shall submit a copy of this report each Friday by 12:00 noon along with photographs to the COTR. The weekly inspection day for these areas is to be mutually agreed upon by the contractor and the COTR. The contractor shall also submit daily follow-up reports which denote the corrective actions taken by the contractor during the previous 24 hours.

D. As part of the contractor’s Quality Control Program, the contractor shall perform weekly slip resistance and gloss meter tests of all public space hard floors (i.e., Terminals A/B/C and rental car area). The contractor shall upload a report of findings on the Airports Authority’s network each Friday by 12:00 noon. If any test area fails the accepted standards, the contractor shall immediately notify the COTR via email and take all necessary corrective actions to bring the floors back to acceptable levels. The contractor shall ensure measurement equipment is calibrated correctly as per manufacturer’s directions.

13 PERFORMING OTHER WORK ON THE JOB SITE The contractor is not prohibited from providing cleaning services for other clients at the airport; however, any such work shall be kept completely separate from the work performed under the custodial services contract for the Airports Authority. The contractor shall not use any of the key personnel or employees assigned to the Airports Authority contract to perform such additional work. Uniforms worn by contractor employees performing work for other airport clients shall be clearly distinguishable from the uniforms required to be worn under the custodial services contract for the Airports Authority. At no time shall the contractors’ uniform color for key personnel and employees under the Airports Authority custodial contract be the same or similar in color to any uniform worn under other airport client contracts. Furthermore, space provided at the airport to the contractor under the Airports Authority contract shall not be used in any way at any time to support such additional work by the contractor for other airport clients, nor shall the contractor use for this additional work any equipment, supplies or materials that are provided for performance of the Airports Authority contract. The COTR shall be immediately advised in writing within three (3) days before the actual work occurs, if the contractor will be performing work for other clients at the airport. This notice shall disclose the name of the client, the designated client contact, the nature and frequency of the services to be performed and the period of

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-4

time the services will be provided. Failure by the contractor to notify the COTR in writing within three (3) days of work being performed for other airport clients shall be considered an act of contract noncompliance. 14 DELIVERY OF SUPPLIES A. The contractor shall schedule its own supply deliveries during times that cause minimum disruption and

inconvenience to the Airports Authority's operations. Unless otherwise directed by the COTR, all such deliveries shall be made at the Airport job site during the hours of 5:00 A.M. - 2:00 P.M. EST/DST daily.

B. All deliveries by or to the contractor shall only be made to buildings at their respective loading docks (see

Appendix B Custodial Drawings for specific locations) unless otherwise approved by the COTR. 15 FIRE PREVENTION AND PROTECTION A. Fire prevention and protection at Airports Authority facilities property is essential. The Airports

Authority shall provide limited fire prevention equipment within the facilities. The availability of fire protection equipment provided by the Airports Authority shall not limit the contractor’s responsibility or liability for maintaining a reliable fire prevention and protection program for its employees and the property serviced.

B. The contractor shall be knowledgeable of and provide adequate and appropriate training for all

employees in the proper method of reporting a fire. All pertinent information regarding fire-reporting procedures may be obtained from the COTR.

16 FIXED IMPROVEMENTS AND OPERATING FACILITIES A. During the period of performance of the contract, title to the fixed improvements made by the contractor

on the job site (primarily the contractor’s office and custodial closets) shall remain with the contractor. “Fixed improvements” includes any improvements, fixtures, additions, annexations or alterations to the job site or a portion thereof which cannot be removed or changed without material damage to, or destruction of, either itself or the job site or a portion thereof. All fixed improvements on the job site shall require the prior written approval of the Airports Authority.

B. The contractor shall have no right during the term of this contract to demolish or remove, in whole or in

part, any fixed improvements on the job site except with the prior written consent of the Airports Authority, which may, at the discretion of the Authority, be conditioned on the obligation of the contractor to replace the same by a building structure or improvements, shall be left in place and title to them shall transfer to the Airports Authority unless otherwise acquired in writing by both the contractor and the Airports Authority.

17 LOST AND FOUND PROPERTY The contractor shall turn in to the Airports Authority Police Department all property found at Ronald Reagan Washington National Airport immediately, any violations or disregard of the rules, regulations and/or policies may be cause for immediate termination. 18 SMOKE FREE ENVIRONMENT The Airports Authority's facilities are smoke free. The contractor and its employees shall adhere to all applicable rules and regulations regarding maintenance of a smoke free environment.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-5

19 SAFETY A. The contractor shall be responsible for observing, reporting and correcting any hazardous conditions,

including, but not limited to, tripping hazards, spills and other conditions that could reasonably be expected to lead to bodily injury, that exist in areas maintained under this contract. Whenever any such hazardous condition is observed, the contractor shall notify the Airports Authority immediately and take reasonable steps to prevent injury until the condition is corrected, including, but not limited to, placement of orange safety cones to alert passersby to the condition, cordoning off the area, or appointing a custodian to guard the area. In addition, the contractor shall take prompt, reasonable steps to correct the condition. If the contractor cannot correct the condition, it shall notify the COTR or Contracting Officer immediately. The contractor's daily report to the COTR shall include a description of all safety incidents including, but not limited to, the hazardous condition, location, time, etc., the steps taken to prevent injury, and the steps taken by the contractor to correct the condition.

B. The contractor and each of its employees shall comply with all applicable local, state, Federal and

Airports Authority rules, regulations and practices.

C. The contractor shall be responsible for all injury to persons or damage to property that occurs as a result of the contractor's negligence and shall take proper safety and health precautions to protect the work, the workers, the public and the property of others.

D. The contractor shall perform all its activities pursuant to this contract in a safe manner. The contractor

shall assume responsibility for the actions of all its personnel and those of its subcontractor(s). The contractor shall take appropriate action to prevent injury to the public or Airports Authority property.

E. The contractor and all employees shall comply with all applicable OSHA and Airports Authority rules

and practices, including directives issued by the Airport Manager, Airport Operations, MWAA Police and Fire Departments, Federal Aviation Administration, and Airports Authority Divisions while on the job site.

F. The contractor shall provide and ensure that all its personnel properly wear all applicable safety devices

and apparel.

G. The contractor shall develop and provide to the COTR the contractor's Safety Plan. The plan shall fulfill the requirements of the Airports Authority's Construction Safety Manual (available at www.mwaa.com for downloading). The plan shall include but not be limited to a detailed description and schedule for the safety program the contractor shall implement. The plan shall also include monthly on the job site safety meetings. All safety training that is a part of the plan shall comply with all OSHA standards. The plan shall be submitted by the contractor to the COTR thirty (30) days prior to the start date of the contract.

H. The Airports Authority reserves 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.

I. Notwithstanding any provision to the contrary, the Airports Authority shall not be obligated to make an

equitable adjustment for any work stoppage that results from safety hazards created by the contractor.

J. In the event the Airports Authority should elect to stop work because of any type of existing safety hazards after the contractor has been notified and provided ample time to correct, the contractor shall bear all costs for eliminating the hazard(s) and shall not be granted compensation for the work stoppage.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-6

K. The contractor shall be responsible for initiating, maintaining and supervising all safety precautions and

programs in connection with the performance of the contract. The contractor shall take all necessary precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to persons, properties, equipment and vehicles.

L. Damage caused by the contractor to any properties shall be repaired or replaced to the satisfaction of

the Airports Authority at the expense of the contractor. The Airports Authority, at its sole direction, may elect to repair or replace the damaged property and deduct such costs from monies due the contractor.

M. The contractor shall not use equipment powered by gasoline or propane inside any building or facility.

The contractor shall not store gasoline or propane on the job site. The contractor shall inspect all powered equipment daily before operation for signs of wear as well as potential safety hazards. The contractor shall immediately remove from service all equipment including extension cords which are potentially unsafe, damaged, inoperable and/or do not meet the manufacturers operational specifications. The contractor shall immediately place into service a replacement unit that shall be the same type and model and the same age or newer as the equipment being replaced (but in any case no more than three years old). The contractor shall immediately report each equipment outage and/or replacement of large equipment that effects operations to the COTR in writing. The contractor shall also conspicuously mark all damaged powered equipment with a tag that clearly denotes it is not to be placed into service. The contractor shall never leave power equipment unattended without disconnecting them from their power source. All electrical cords shall be properly sized for the job and placed away from vehicular or pedestrian traffic. All connections between the extension cords and related equipment (e.g., tools, machine, or additional extension cords) shall be tightly fastened with no exposed electrical contacts. All extension cords shall have, and use, a proper electrical grounding plug. Power tools and/or extension cords used in damp areas shall be plugged into a ground fault circuit interrupter (GFCI) switches to immediately shutdown when a short to ground is detected.

N. The operation of the contractor's vehicles or private vehicles by the contractor's employees on or about

the property shall conform to posted regulations and safe driving practices.

O. It shall be the responsibility of the contractor to immediately notify the COTR if an official authorized to enforce the Occupational Safety and Health Act or any other regulatory requirement visits the job site.

20 SECURITY REQUIREMENTS A. The contractor shall not permit any employee to have keys for access to locked rooms until it has been

determined that permitting such person(s) to have such access shall not be contrary to the Airports Authority’s interest, and that the individual(s) is authorized to be admitted in accordance with applicable security orders, rules, regulations and instructions as determined by Airports Authority.

B. The contractor shall secure and safeguard all keys, key cards, and any other entry devices and codes

provided by the Airports Authority. The contractor shall maintain a record of the key numbers issued to its employees. These prohibitions and requirements shall also be applicable to all individuals with regard to access, removal, and/or possession of any information, confidential data, materials, supplies, or equipment. The contractor shall not duplicate and shall not allow any such issued items to be duplicated or removed from the job site. All keys and other entry devices used by the contractor’s employees in the performance of the work shall be returned to the Airports Authority when the contract expires.

C. The contractor shall safeguard all the identification cards issued to its employees and subcontractors by

the Airports Authority to fulfill the requirements of this SOW. The contractor shall ensure these cards

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-7

are visibly displayed by the respective individual at all times while employed on site at the Airport to fulfill this requirement. All Airports Authority issued identification cards/badges shall be immediately returned to the Airports Authority upon termination of employment for contractor personnel.

D. The contractor shall immediately report to the Airports Authority all keys issued to it by the Airports

Authority that are lost or stolen. The contractor shall be responsible for all loss, damages and expenses that the Airports Authority incurs as a result of the contractor’s loss of Airports Authority keys. These costs include the expense of changing all locks to which the lost keys provided access. The cost of changing locks or keys to the building rooms or areas accessible by the lost or stolen keys will be deducted from the contractor’s invoice to the Airports Authority for the services performed under the contract.

E. The contractor shall ensure that, under no circumstances any of its employees enter an area not

authorized for access by the Airports Authority.

F. The Airports Authority will not issue keys for sensitive security areas. Instead, the Airports Authority will require the contractor’s employees to be accompanied at all times in this area by either Airports Authority employees or the contractor’s own employees who have authorized access to the area.

G. The contractor, its subcontractors, and all its employees shall be subject to, and shall at all times,

conform with any and all rules, regulations, policies, and procedures pertaining to security at the Airport. Any violations of the rules, regulations, policies, and procedures may be cause for immediate removal from the job site.

H. The contractor shall be responsible for, at its own expense, obtaining the proper security clearance,

fingerprinting, training, badges and custom seal required to access the restricted areas of the Airport including the Air Operations Area (AOA), Security Identification Display Area (SIDA).

I. Identification badges issued by the Airports Authority must be visibly worn at all times while in the SIDA.

J. The contractor shall not leave any tools, equipment, parts and/or supplies unattended in the public area

at any time while performing work at the Airport.

K. The contractor shall be responsible for, at its own expense, compliance with the requirements and procedures to obtain approval of any motor vehicle to operate in the Air Operations Area (AOA).

21 STATUS MEETINGS A. The contractor’s representative(s), including the Project Manager(s) and the on-site QA Manager shall

attend all meetings as required by the COTR to perform inspections, discuss, coordinate and evaluate the status and performance of services under this contract. These meetings will be held on a weekly basis or as frequently as the COTR deems necessary.

B. The contract manager and Project Manager shall meet with the COTR once a month or as frequently

as the COTR deems necessary. 22 CONTRACTOR RECYCLING The contractor shall participate in the Airport’s recycling program. The contractor shall recycle all plastic, paper, cardboard, pallets and aluminum waste generated as part of their work at the Airport. The contractor shall also, during their regular policing activities, ensure that all recyclable materials collected throughout the jobsite are disposed of in appropriate recycling containers. The Airports Authority will provide the necessary

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-8

recycling containers and compactors throughout the jobsite for the contractor’s use. All material collected in the Terminals and Garages is to be disposed of only in the Airports Authority’s containers located at the loading docks; there shall be no exception to this requirement. 23 ACCIDENTS/INJURIES The contractor shall be responsible for promptly notifying the COTR and Airport Police in writing of any accidents arising from the performance of this contract involving property damage or bodily injury to workers, building occupants, visitors, or other persons. The COTR will provide information necessary concerning whom to contact and the specific form of the follow-up written notice. All accidents/injuries shall be pictorially documented. 24 WORK AREA PROTECTION The contractor shall, at all times, secure work areas utilizing Airports Authority approved barricades, barriers and signage to ensure the safety of the public and/or airport employees. The use of caution tape/ribbon is not an acceptable method of protecting a work area. Sufficient wet floor signage and/or cones shall be utilized by the contractor at all times whenever and wherever a potential slip and fall hazard exists. 25 ESCALATOR CLEANING The contractor shall use “Tread master” cleaning machines to clean, polish and fulfill the “Sweep/Dust Mop” tasks listed on the task and frequency chart (Appendix E). The contractor shall utilize the tread cleaning machines on twenty seven (27) all escalators between the hours of 9PM and 4AM with the exception of units 62 and 63 listed below. The contractor shall allow the tread cleaning machine to run on each escalator for a minimum of three (3) hours per frequency. Each escalator shall be properly barricaded at all times while the cleaning machine is in operation. On units 62 and 63 (Gate 35) the cleaning machines shall only be used between the hours of 11PM and 4AM. No two adjacent units shall be removed from service at one given time. The contractor at a minimum shall provide new replacement polishing pads monthly for each Tread master machine. The contractor at a minimum shall provide new replacement brushes for each Tread master machine on a quarterly basis. All escalators must be cleaned on a weekly basis. Escalator landing plates and aprons are to be cleaned with the same frequencies listed. 26 WINTER STORM PROCEDURES The contractor shall furnish at a minimum 70 red colored, rubber backed walk off mats for use during winter storm conditions. Forty (40) 4'x8', and thirty (30) 4'x6' mats shall be provided and stored on site from November 1st through March 31st. The contractor shall store these mats in an area provided by the Airports Authority, lying flat on the floor, for use as specified below. In addition, the contractor shall provide an excel sheet listing locations of the mat placements during each winter storm event. When a winter storm calling for snow accumulation is forecasted by the “National Weather Service” the following procedures shall be implemented: A. Walk off mats shall be placed at all entrances and security checkpoints in Terminals A/B/C, and all

outlying buildings. B. Machine scrubbing of hard floor surfaces shall be accomplished as needed during normal Terminal

operating hours to remove all track marks. While machine scrubbing the floors the contractor shall use sufficient staff with dry mops to remove any excess water resulting from these operations so as not to create a slip or fall hazard. Carpets and mats shall be vacuumed and cleaned as needed to remove any accumulated debris, foreign matter, stains, salt, chemicals, etc.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VII-9

C. All entrance walk off mats shall be inspected by the contractor a minimum of once per hour during

normal Terminal operating hours to insure proper alignment, cleanliness and that mats are lying flat on the floor so as not to create tripping hazards.

D. After the Airports Authority has cleared all sidewalks of snow and ice they shall be swept free of

remaining ice melts and sand by the contractor. E. 48 hours after the sidewalks have been swept; all mats shall be vacuumed, cleaned and placed into

storage (lying flat) until the next winter storm arrives. 27 INOPERABLE TOILETS AND URINALS The contractor shall provide and place a new “Johnny Cover” on any toilet or urinal that they find in non-operating condition. The contractor shall immediately notify the Airports Authority’s work order desk of all inoperable fixtures. This service shall be considered as part of Base Services.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VIII-1

SECTION VIII - REGULATORY REQUIREMENTS 01 PERMITS AND RESPONSIBILITIES A. The contractor shall, without additional expense to the Airports Authority, be responsible for obtaining

and renewing all necessary licenses and permits, which may include, but not be limited to contractors licensing necessary to do business in the State of Virginia. The contractor shall also be responsible for all damages to persons or property that occur as a result of the contractor’s negligence and shall take proper safety and health precautions to protect the work, the workers, the public and the property of others. In addition, the contractor shall be responsible for all materials delivered and work performed until completion and acceptance of the entire work.

B. The contractor shall comply with all applicable revisions, additions, changes and/or upgrades to any

Federal, state, and municipal laws, codes, and regulations which are in effect on the date of contract and which affect the performance of the work. The contractor shall also obtain and pay the costs of any royalties and licenses for any patented or copyrighted items used in the performance of the work.

C. It shall be the responsibility of the contractor to promptly notify the COTR if an official in charge of

compliance with the Occupational Safety and Health Act visits the work site. 02 REGULATION REQUIREMENTS A. The contractor, including it’s on the job site employees and subcontractors shall comply with all

applicable Federal, state, local, Airports Authority and the Airports regulatory, code and procedural requirements. This shall include but not be limited to the contractor complying with the following Airports Authority requirements:

1. The Airports Authority provided:

Construction Safety Manual Orders and Instructions Design Manual

2. The Airport’s:

Advisories Orders and Instructions Security, Traffic and Parking Requirements Safety Procedures including Lockout/Tag out, Confined Space Entry, Hazardous

Materials, Material Safety Data Sheets etc.

B. The contractor shall report all incidents and accidents immediately to the Airports Authority in accordance with Federal and State laws and regulations and Airports Authority Orders and Regulations.

03 ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT A. With the exception of Terminals B/C and Garages A/B/C, facilities at the Airport were constructed prior

to 1981. Therefore, these facilities should be presumed to have both Asbestos Containing Materials (ACM) and paint containing lead in their construction.

B. Prior to undertaking any activities that could disturb these materials the contractor shall obtain prior

written approval from the Airports Authority to proceed with such activities.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VIII-2

C. The contractor shall not cleanup or disturb any suspected loose asbestos or lead based paint. In instances where the contractor suspects these conditions exist they shall immediately contact the Airports Authority for remediation by others.

04 HAZARDOUS/CARCINOGENIC MATERIALS A. The contractor, its employees, or subcontractors or their employees shall not bring, produce, use, or

store on the job site any hazardous or carcinogenic products without prior written approval by the Airports Authority. All hazardous and/or carcinogenic waste transported or generated on-site at the Airport by the contractor must be properly disposed off of the Airport site by the contractor as required by law and at no cost to the Airports Authority.

B. The contractor shall provide the Airports Authority with complete, legible copies of all regulatory notices,

violations, citations, etc. received by the contractor that pertain directly or indirectly to the fulfillment of this SOW.

05 VOC REQUIREMENT The contractor shall use on the job site only chemicals and cleaning products that do not exceed the national Volatile Organic Chemical (VOC) limitations rule(s) published by the U.S. Environmental Protection Agency (EPA). 06 HAZARDOUS WASTE A. The contractor shall initiate Hazardous Waste Management training and enforcement programs to

ensure employees are aware that the domestic drains and storm drains shall not be used to dispose of gasoline, paint, thinners, hydraulic fluid, solvents, concentrated cleaning agents and other toxic material.

B. The contractor is responsible for collecting, accumulating, recycling, and/or offsite disposal of its

hazardous and toxic waste off the Airport in compliance with Federal, state and local laws governing hazardous waste storage and disposal.

C. The contractor shall provide the Contracting Officer and the COTR with documentation of hazardous

materials or wastes that are accumulated, handled, generated, or disposed of by the contractor’s operations. The documentation shall demonstrate the adequacy of the handling and disposal operations used by the contractor and will demonstrate that the contractor activities will not result in contamination of Airport properly. The Airports Authority shall provide this documentation upon request during periodic environmental inspections of the contractor’s premises. The Airports Authority shall be copied on all correspondence with regulatory agencies concerning the contractor’s compliance with environmental regulations.

D. If the contractor generates hazardous waste in an amount that makes it subject to state and EPA

hazardous waste requirements, the contractor shall apply for a Hazardous Waste Generator Identification Number. Hazardous waste shall be shipped off the Airport using the contractor’s Hazardous Waste Generator Identification Number documented on a complete and properly signed Uniform Hazardous Waste Manifest. The contractor shall be required to submit an Annual Hazardous Waste Report to the State of Virginia Department of Environmental Quality.

E. The contractor shall be responsible for developing a Resource and Conservation Act Contingent

(RCRA) Plan if the amount of hazardous waste generated places it into a category that requires a plan.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VIII-3

F. The contractor shall be responsible for notification and reporting required under SARA, Title III regulations.

G. The contractor shall, at start of contract, implement a written hazardous waste spill contingent plan

listing materials used, spill prevention procedures, containment equipment and procedures to be used in the event of spill, personnel protective equipment requirements, notification procedures, in accordance with the Resource Conservation and Recovery Act (RCRA) and the Occupational Safety and Health Administration (OSHA) regulations.

H. In the event of a spill, the contractor shall notify the Airport Fire Department at (703) 417-8250. The

contractor shall be responsible for all cleanups, site remediation and disposal costs including hazardous waste response teams that may be required at the site. All procedures shall be in accordance with applicable Federal, state and local environmental and OSHA regulations. The contractor shall remove all hazardous waste materials from the Airport at the end of each workday. Hazardous materials that are temporarily stored on-site during normal working hours shall be placed in containment devices that are capable of containing 110 percent of the volume of the substance in the event of a spill.

I. The Contractor shall ensure that all employees, including replacement workers, receive HAZMAT training no later than thirty (30) calendar days after contract start date as well as annual refresher training. Training shall be provided by the contractor at no additional expense to the Airports Authority. The Contractor shall submit written confirmation to the Airports Authority within five (5) days of the completion of each training cycle.

07 BLOOD BORNE PATHOGEN EXPOSURE CONTROL PLAN A. The contractor shall develop and implement a Blood Borne Pathogen Exposure Control Plan which is in

accordance with the Occupational Safety and Health Administration (OSHA) requirements.

B. Infectious waste collected by contractor shall be collected using an approved blood borne pathogen kit. Bags shall be labeled "infectious waste" along with the contractor’s name and date. Bags shall be delivered to the manager of MA-128 - Resources Division immediately after collection. All custodial carts must be equipped with a blood borne pathogen/body fluid cleanup kit. At no time shall the kits be empty or not fully stocked with sufficient supplies for cleanup.

C. The Contractor shall ensure that all employees, including replacement workers, receive blood borne pathogen training no later than thirty (30) calendar days after contract start date as well as annual refresher training. Training shall be provided by the contractor at no additional expense to the Airports Authority. The Contractor shall submit written confirmation to the Airports Authority within five (5) days of the completion of each training cycle.

08 ASBESTOS AWARENESS TRAINING The Contractor shall ensure that all employees, including replacement workers, receive asbestos awareness training no later than thirty (30) calendar days after contract start date as well as annual refresher training. Training shall be provided by the contractor at no additional expense to the Airports Authority. The Contractor shall submit written confirmation to the Airports Authority within five (5) days of the completion of each training cycle.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page VIII-4

09 FALL PROTECTION TRAINING The Contactor shall provide a training program for each employee who might be exposed to fall hazards. The program shall enable each employee to recognize the hazards of falling and shall train each employee in the procedures to be followed in order to minimize these hazards. The employer shall verify compliance with this section by preparing a written certification record. The written certification record shall contain the name or other identity of the employee trained, the date(s) of the training, and the signature of the person who conducted the training or the signature of the employer. If the employer relies on training conducted by another employer or completed prior to the effective date of this section, the certification record shall indicate the date the employer determined the prior training was adequate rather than the date of actual training. The latest training certification shall be maintained at all times for all employees who might be exposed to fall hazards. The contractor shall provider refresher or retraining in circumstances to include but not limited to the following situations: A. Changes in the workplace render previous training obsolete; or B. Changes in the types of fall protection systems or equipment to be used render previous training

obsolete; or C. Inadequacies in an affected employee's knowledge or use of fall protection systems or equipment

indicate that the employee has not retained the requisite understanding or skill; or D. Upon request of the COTR or CO.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page IX-1

SECTION IX - DOCUMENTATION AND REPORTING 01 CONTRACT COMPLIANCE WEB AND MOBILE BASED BARCODE SYSTEM

The contractor shall purchase, manage and use, for the term of this contract, an Airports Authority approved Web and Mobile based barcode system for the purpose of documenting contractor quality control inspections and task and frequency compliance. Data shall be collected via contractor provided barcode/RFID labels placed in various Airports Authority approved areas (minimum of 600 locations). Barcodes shall be scanned by contract employees servicing each area as well as supervisors/QC/project management staff performing quality control inspections of areas. For task and frequency compliance tracking, the system shall document, at a minimum, the date, time and location of each bar code scan, along with the name of the employee performing the task. For quality control inspections, the system shall provide a site specific menu of items to be inspected along with pass/fail options. The site specific list of items for each inspected area shall be approved by the Airports Authority. The system shall have the ability for the inspector to document the condition of the area at the initial point of the inspection/scan, and the condition of the area after corrective actions have been taken. The system shall document time and dates of scans, areas scanned, corrective actions performed in designated areas, pass and fails of work performance in designated areas, amount of scans performed on any shift in any area on any work day by any custodial employee to include supervisors, Project Managers or QC inspectors. The contractor shall use the system for recording satisfactory or unsatisfactory completion of all scheduled work on all shifts 24/7/365. The contractor shall provide all hardware, software, warrantees, fees and related equipment necessary for this system including detailed information for independent system maintenance, and such information shall be included in the contractor’s submittal. The contractor shall maintain and install all available software upgrades for this software over the term of this contract. It shall be the contractor’s responsibility to ensure all necessary software upgrades are implemented, the contractor shall purchase the software upgrades at no additional cost to the Airports Authority. This system shall be fully operational at contract start date. A. The Airports Authority shall be provided 24/7/365 web based access to the system. The Airports

Authority shall be provided a system login and password and have full rights to generate all system reports.

B. Within 30 days of the contract start date, the contractor shall provide at no additional cost to the Airports Authority, four (4) existing DSL business data lines for the use with the system and a minimum of three (3) fully functional mobile devices.

C. The contractor shall provide at no additional cost to the Airports Authority a copy of all booklets, manuals, training software CD’s/DVD’s, etc. for the system, to include any updated training materials for software updates.

D. The Airports Authority shall require the contractor to add updated information to the database, such as new locations/areas, dates of projected renovations or other related items as necessary. The contractor shall provide barcodes for new or renovated spaces as required at no additional cost to the Airports Authority.

E. At the expiration of this contract, the Airports Authority shall have sole rights to all data contained within

the system relating to the contract.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page IX-2

F. The system shall generate real-time automated reports provided via email. Reports shall include, but not be limited to: Quality Control Reporting (provided daily):

a. Quality control inspections performed by facility/location b. Identified cleanliness deficiencies by facility/location c. Corrective actions performed by facility/location

Task and Frequency Compliance Reporting (provided daily):

a. Task and frequency compliance reporting by facility/location b. Missed task and frequency reporting by facility/location

Trending Reports (provided monthly):

a. Trend reporting showing deficiencies identified by facility/location for a rolling year b. Trend reporting for deficiencies performed by item, such as, but not limited to: carpet, hard floor,

fixtures, dusting, polishing, bright work, supply stocking, spot cleaning, glass cleaning, trash removal, and restroom cleanliness

Reports to be provided upon COTR’s request:

a. Cleanliness deficiencies by item, such as, but not limited to: carpet, hard floor, fixtures, dusting, polishing, spot cleaning, glass cleaning, trash removal, and restroom cleanliness

b. Corrective actions performed by item, such as, but not limited to: carpet, hard floor, fixtures, dusting, polishing, bright work, supply stocking, spot cleaning, glass cleaning, trash removal, and restroom cleanliness

G. The system shall be capable of providing consolidated summary level reporting for up to 100 locations/

tasks.

H. The system shall be capable of uploading visual images for attachment to reports.

I. Barcode locations shall include, at a minimum, all restrooms, hold-room areas, PLB’s, Airports Authority office space, and all public areas. The contractor may be required to include additional areas at no additional cost upon the request of the Airports Authority.

J. The contractor shall maintain during the life of this contract a full service maintenance agreement on all software and hardware related to this system’s operation and provide regular evidence of same.

K. The contractor shall maintain all software and hardware in good working order at all times throughout the duration of the contract.

L. The contractor shall have adequate stock to replace all inoperable or defective mobile devices and hardware related to the system immediately upon the failure of any device. All software and hardware/equipment failures shall be reported to the COTR in the form of an email within one (1) hour of the noted deficiency.

02 ON-SITE OFFICE AND RECORDS A. The Airports Authority will provide the contractor space in Terminal A, B and C as shown in Appendix B

Custodial Space Drawings. The contractor’s primary office for managing its day-to-day operations under this contract shall be located on the Airport in a portion of the space assigned to the contractor under this contract. The contractor may also use these assigned spaces to provide training and break areas for its personnel.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page IX-3

B. The contractor shall keep all assigned spaces clean and orderly at all times. The contractor shall be responsible for providing at its expense all materials, supplies, furniture, fixed improvements and equipment it may require to use the assigned space effectively in order to meet the contracts requirements.

C. The contractor shall maintain within this space and shall make available to the COTR, upon request, copies of all payroll records, time sheets, biometric time and attendance reports, training records, and other relevant records pertinent to this contract for the purpose of inspection and audit of such records. File copies must be in a format acceptable to the COTR and shall be provided to the Airports Authority upon request.

03 CONTRACTORS DAILY REPORT The contractor shall submit the following to the COTR daily: A detailed electronic report (example format in Appendix H), which documents the following: A. List of all contractual areas with the responsible shift supervisors. B. Summary of all work performed during the previous 24 hour period. C. List all incidents/accidents that may have occurred during the previous 24 hours. D. List of labor hour deficiency (if any) compared to plan. E. List of work not completed as scheduled along with written cause. F. Lost & Found Log – Any items found and turned in to the MWAA Police Department during the previous

24 hour period. G. Attached daily/night pictures of work in progress. Contractor shall submit at a minimum 100 pictures

per day with descriptive titles/labels for each picture. H. Contractor shall submit in this report the next night scheduled work to be performed (i.e. restrooms,

floor care, escalators, PLB’s and high elevation cleaning). I. Contractor shall save a copy of the daily report and pictures on the Authorities’ SharePoint/COMPASS

system in MS Word format. J. Contractor shall submit this report no later than 9:00 a.m. daily, 7 days per week. 04 MONTHLY CLEANING SCHEDULE The contractor shall submit to the COTR, by the 15th of each month, a detailed Terminal A/B/C (and future Security Checkpoints and North Concourse) cleaning schedule for the upcoming month. This deliverable shall be submitted in MS Excel format documenting the following work by location to include, but not be limited to: A. Strip and Refinish B. Scrub and Recoat C. Bright Work and Stainless Steel Polishing D. Carpet Extraction E. Low Moisture Carpet Care F. Restrooms G. Power Washing H. PLB Cleaning I. Escalator cleaning J. Curb-side check in K. High-Elevation L. Baggage Tunnel M. Artwork N. Water Hog cleaning

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page X-1

SECTION X - PERSONNEL 01 PERSONNEL The contractor agrees to utilize responsible, capable employees in the performance of all services of this contract. The contractor shall provide all the management, supervision, labor, and administrative support necessary to successfully fulfill the requirements of the contract. The contractor shall, at all times, provide sufficient personnel necessary to ensure the performance standard requirements of the contract are fulfilled. Failure to fulfill the necessary performance standards of this contract shall be accepted as evidence that the contractor’s work force or supervision is inadequate. Contractor shall take immediate corrective measures upon notification from the Airports Authority.

CONTRACTOR’S STAFFING REQUIREMENTS A. Management

At a minimum the Contractor must provide the following:

1. One (1) on-site Project Manager, 7AM to 3:30PM, Monday through Friday, 40 hours/week

including holidays

2. One (1) Shift 1 Manager, 6AM to 2PM Saturday and Sunday 52 weeks a year

3. One (1) Shift 2 Manager, 2PM to 10PM 7 days a week 365 days a year

4. One (1) Shift 3 Manager, 10PM to 6AM 7 days a week 365 days a year 5. One (1) QC Manager, 4AM to 12:30PM Monday through Friday, including holidays

B. Supervision

1. The Contractor's minimum requirements for supervision are as follows: Note: Supervisory requirements for Terminals and Garages are 7 days/week 365 days a year; supervisor requirement for outlying buildings is 5 days/week Monday-Friday.

LOCATION SHIFT 1

6AM-2PM SHIFT 2

2PM to 10PM SHIFT 3

10PM to 6AM TOTAL

Terminal A and Garage A 1 1 1 3

Terminal B/C and Garages B/C

1 1 2 4

Outlying Buildings 1 1 TOTAL: 3 2 3 8

Note: When the new North Concourse becomes operational, the contractor shall provide 1 additional supervisor per shift 7 days a week.

2. Supervisors are NOT to perform custodial tasks.

3. All supervisors are required to be able to understand, speak and write the English language and possess the ability to communicate with the employees whom they will supervise as well as with

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page X-2

the general public. In addition, supervisors must have a good working knowledge of custodial techniques.

4. The contractor shall document all management and supervision hours on Appendix I.1 as part

of their technical proposal.

5. All supervisors must have a full understanding of all requirements contained in the SOW. C. Custodial Staff

1. The Contractor is required to provide all the necessary labor needed to perform the tasks

defined in the SOW. 2. It is imperative that each employee receives proper and adequate training prior to

commencement of work. Untrained employees shall not be permitted to perform the services specified within this contract. It shall be the Contractor's burden to provide evidence that employees are being properly trained if requested by the Airports Authority.

3. It is understood and agreed by the Airports Authority and the Contractor that the Contractor is

retained as an independent contractor and in no event shall Contractor or any employee of the Contractor be considered an employee of the Airports Authority.

4. At any time during the contract period, if the Contractor fails to meet the task and frequency

schedules, the COTR shall determine that work is deficient. The Contractor shall be required to increase the labor hours and/or equipment levels in order to correct these deficiencies at no additional cost to the Airports Authority. Performance deficiencies resulting from inadequate staffing levels is unacceptable and shall not be used by the contractor as justification for missed frequencies, unacceptable custodial services or cleanliness issues.

5. Employees hired by the Contractor to perform services required by this document shall perform

only those services and no other services during their scheduled working hours.

6. The Contractor shall complete the staffing requirement tables included herein to illustrate the number of custodial staff required to perform the services defined in the scope of work. Staffing tables as shown in Appendix I.2 shall be returned as part of the Technical portion of the contractor’s proposal.

7. In the event of custodial staff absenteeism, the Contractor shall not go below 90% of the labor hours as stated in the contractor provided Appendices “I”.

8. THE 90% LABOR-HOUR ALLOWANCE DUE TO ABSENTEEISM IS CALCULATED PER SHIFT.

9. Should the Contractor fail to meet the Minimum Allowable Labor-hours due to absenteeism on any particular shift, a deduction of $30 per man hour below the minimum allowable figure may be taken by the Airports Authority from the Contractor’s next monthly invoice. In addition, repetitively (two days or more) failing to meet the Proposed Shift Labor-hour requirements may be considered deficient performance and subject to further penalties.

10. It shall be the Contractor’s responsibility to track and record labor-hours using the contract

required web or cloud based time and attendance system with integrated bio-metric time clock. The Contractor shall provide a system generated report of labor-hours to the COTR via email by

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page X-3

9AM daily, 365 days a year. The report shall include the total labor-hours provided per shift over the last 3 shifts.

03 PROJECT MANAGER A. The contractor shall provide a dedicated full time on-site Project Manager. The Project Manager or

Airports Authority approved alternate shall be responsible for the execution of the contract. The Project Manager or alternate shall perform only Project Manager duties. The Project Manager or alternate shall be on the job site from 7AM to 3:30PM Monday thru Friday including holidays.

The Project Manager shall have full authority to act for the contractor to include hiring/firing decisions, full purchasing authority, and the ability to procure and provide additional resources necessary to fulfill all the provisions of the contract.

B. The Project Manager shall have a minimum of five (5) years’ experience in successfully managing campus style contracts of the size and scope described in this SOW.

C. The Project Manager shall be available for calls 24 hours a day, seven (7) days a week. The Project

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. The Project Manager, or his/her designee, shall be on call at all times for emergencies and must be able to report within two (2) hours to the job site.

D. The names of the Project Manager and alternate(s) who shall assume the Project Managers duties

when the primary Project Manager is absent due to vacation or sickness shall be designated in writing to the COTR thirty (30) days prior to the contract start date. Contractor employees designated as alternate Project Managers shall have no less than three (3) years of experience as a lead or supervisor in a campus size environment of similar size and scope described in this SOW. Contractor employees designated as alternate Project Managers shall have full authority to act for the contractor to fulfill all contract provisions during the primary Project Manager’s absence at all times.

E. The Project Manager and designated alternates shall successfully complete Airports Authority provided

computer software training for entering data into the Airports Authority’s CMMS database.

F. The Project Manager shall be responsible for supervising the daily activities to ensure that all contract requirements are being satisfied. The Project Manager shall provide and maintain an up-to-date organizational chart indicating personnel assignments and shift information for all onsite personnel at all times.

G. The Project Manager and designated alternates shall be trained in the requirements of all applicable

OSHA, EPA, and other Federal, state and local laws and regulations regarding the equipment and materials that may be encountered in the performance of the work.

H. The Airports Authority reserves the right to have the contractor permanently replace a Project Manager if it is determined, by them, that the Project Manager is not ensuring the highest level of quality under this contract. This change, if implemented, shall be at no additional cost to the Airports Authority.

04 SHIFT SUPERVISORS

A. The contractor shall provide full time Shift Supervisors. The contractor shall designate back-up Shift

Supervisors (as approved by the COTR) to ensure all shifts are covered at all times, including weekends and holidays.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page X-4

B. Shift Supervisors shall have a minimum of three (3) years’ experience supervising custodial operations

in facilities of comparable size and customer volume.

C. Shift Supervisors shall be able to communicate effectively and clearly in written and spoken English.

D. The contractor may be penalized $50 per hour for each hour they fail to provide the required Shift Supervisor coverage as required by this document.

E. The Airports Authority reserves the right to have the contractor permanently replace a Shift Supervisor if it is determined, by them, that the Shift Supervisor is not effective in ensuring a high level of cleanliness in their area(s) of responsibility. This change, if implemented, shall be at no additional cost to the Airports Authority.

05 QUALITY CONTROL MANAGER A. The contractor shall provide on the job site a full time Quality Control Manager. This person shall work

8 hours per day from 4AM to 12:30PM Monday through Friday, including holidays, and shall implement the contractor's Quality Control Program. The contractor shall also designate back-up QC inspectors to cover all other shifts, including weekends, in order to perform QC and generate the contract required daily reports for submittal to the COTR.

B. The person appointed to the Quality Control Manager position or alternate shall have a minimum of

three (3) years’ experience performing Quality Control Inspections in facilities of comparable size and customer volume.

C. The Quality Control Manager shall be able to communicate effectively and clearly in written and spoken English.

D. The contractor may be penalized $50 per hour for each hour they fail to provide the required Quality Control Manager coverage as required by this document.

E. The Airports Authority reserves the right to have the contractor permanently replace the Quality Control Manager if it is determined, by them, that the Quality Control Manager is not effective in ensuring the highest level of cleanliness at the airport. This change, if implemented, shall be at no additional cost to the Airports Authority.

06 CUSTODIAL STAFF A. Custodial staff shall be thoroughly trained in their respective area of responsibility by the contractor. B. The contractor shall remove from the jobsite any employee that the Airports Authority reasonably

believes poses a threat or a potential threat to the health, safety, security, general well-being or operational mission of the Airports Authority.

C. If reading, understanding and communicating safety and environmental warnings are an integral part of

an employee’s duties, the contractor shall ensure that the employee is able to understand, read, write, and speak English (the speaking skill is not required where the contractor’ employee is hearing impaired).

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page X-5

07 ATTIRE A. The contractor's personnel, while performing work under this contract shall at all time be attired in a

neat, clean, distinctive uniform acceptable to the Airports Authority. The uniform shall prominently display the contractor's name in a permanent or semi-permanent manner such as a badge or monogram. Any color combination, as appropriate, may be used for the uniforms as long as they are distinct from the uniforms used by Airports Authority employees. Employee uniforms must be supplied and maintained by the contractor at no cost to the Airports Authority.

B. The contractor shall replace torn, worn out or soiled uniforms as needed to keep a neat and clean

uniform at all times throughout the duration of the contract term. C. The contractor shall provide a minimum of four (4) shirts and four (4) pairs of slacks for each employee

working for this contract. The following identification shall be prominently displayed at chest height on the outermost garment:

1. Airport photo identification security badge and card key issued by the Airport Operations

Division. 2. Photo identification badge issued by the employee's respective employer.

08 CUSTODIAL DUTY HOURS 7 days a week, 24 hours a day, 365 days yearly. 09 CONDUCT The contractor’s employees shall at all times while on the job site, whether on or off duty, conduct themselves in a professional, orderly and safe manner. Rudeness, fighting, being under the influence of alcohol and/or drugs or bringing and/or consuming alcohol and/or drugs, gambling, soliciting, stealing, and any immoral or otherwise undesirable conduct shall not be permitted on the job site and shall result in immediate and permanent removal from the job site of any employee engaging in such conduct from work. 10 BIOMETRIC TIME CLOCK All contractor employees, including key personnel for the duration of the contract term, shall at all times while on the job site, use the biometric time clock system to clock in/out to record their hours worked.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XI-1

SECTION XI - TRAINING 01 SEMINAR ATTENDANCE At the invitation of the Contracting Officer or COTR, the contractor's Project Manager and supervisors on the job sites shall attend training workshops and/or seminars, which are presented by the Airports Authority. These seminars will be offered to the contractor at no charge. 02 EMPLOYEE TRAINING A. The contractor shall provide all required environmental, health and safety training for each employee

performing work under this contract.

B. The contractor shall provide new hire and recurring annual training on the contract task and frequency requirements and performance standard requirements. The contractor shall provide documentation of all such training to the COTR as it occurs.

C. A copy of the “Task and Frequency” portion of the SOW shall be provided to each employee assigned to Reagan National Airport. A copy of the “Task and Frequency” portion of the SOW or a checklist which includes all tasks for the designated custodial shift shall remain on each cleaning cart as a reference of their assigned duties.

D. Untrained employees shall not be permitted to perform the services specified within this contract at any

time. It shall be the contractor’s burden to provide evidence that employees are being properly trained when requested by the Airports Authority. Contractor’s employees utilized for project work such as stripping and refinishing floors and high cleaning above six feet shall be provided additional safety training on all aspects of these requirements.

03 TRAINING RECORD The contractor shall maintain a training record for each employee. The training record shall show, as a minimum, the employee’s name, date of employment, the type and date of each training class attended, and the class instructor. The contractor shall present such records for inspection when requested by the COTR. The COTR may monitor the conduct of such training classes.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XII-1

SECTION XII - DELIVERABLES 01 60 DAYS PRIOR TO CONTRACT START DATE After notification of the contract award, but no later than sixty (60) days prior to the start of the period of this contract, the contractor shall submit to the COTR: A. Certification official designation letter for security badging B. List of contractor employees applying for security badging 02 30 DAYS PRIOR TO CONTRACT START DATE After notification of the contract award, but no later than thirty (30) days prior to the start of the period of this contract, the contractor shall submit to the COTR:

A. The contractor's operational plan, which describes in detail the contractor's daily schedule for

implementing all the tasks and frequencies described in Appendix E. B. An itemized equipment inventory showing the manufacturer type, model, age, serial number, and

storage location of all equipment the contractor will use on a daily basis as well as a list of back-up equipment. This deliverable requires proof of purchase documentation.

C. An itemized inventory of all materials, tools and supplies which the contractor will use. This inventory shall identify the manufacturer, type, and storage location for each item. This deliverable requires proof of purchase documentation.

D. Resumes of contractor's key personnel together with contractor provided phone numbers and email addresses.

E. Copies of Safety Data Sheets (SDS) for all chemical products the contractor has and/or intends to use. This information should be contained in a loose-leaf binder in alphabetical order according to the common name of the chemical. The information should be cross indexed in alphabetical order by chemical names.

F. The contractor's written Hazardous Waste Spill Contingency Plan. G. A detailed written fire prevention program, which the contractor will implement. H. Documentation of procurement and maintenance agreement for Web and Mobile based bar code

system. I. Documentation of procurement and maintenance agreement for biometric time clock with required

reporting software. 03 CONTRACT START DATE

A. Update COTR with all phone number assignments and email addresses for all key personnel B. Fully operational Bio-metric Time and Attendance System C. Fully operational Web and Mobile based bar code system 04 30 CALENDAR DAYS AFTER CONTRACT START DATE

A. Blood Borne Pathogen Training Report B. Asbestos Awareness Training Report C. Three mobile barcode scanners to COTR

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XII-2

05 ANNUALLY The contractor shall submit the following to the COTR annually: A. Annual Blood Borne Pathogen Training Report B. Annual Asbestos Awareness Training Report 06 MONTHLY The contractor shall submit the following to the COTR monthly: A. Cleaning Schedule for the subsequent month B. Certified Biometric Time and Attendance Report C. Trending Report(s) by Facility D. Trending Reports by Item E. Certified Payroll Labor Hours Report F. Certified Task and Frequency Completion Report G. Certified Staff Roster

07 WEEKLY

The contractor shall submit the following to the COTR weekly: A. Hard Floor Slip Resistance Test Report B. Quality Control Weekly Inspection Report – Non Terminal areas C. Hard Floor Gloss Meter Reading Report

08 DAILY The contractor shall submit the following to the COTR once per day: A. Contractor’s Daily Report B. Contractor’s Labor Hour Report C. Quality Control Daily Inspection Report(s) D. Quality Control Corrective Action Report(s) E. Task and Frequency Compliance Report F. Missed Task and Frequency Report G. Equipment Outage Report

09 SHIFT The contractor shall submit the following reports to the COTR each shift: A. Quality control inspections performed by facility/location B. Identified cleanliness deficiencies by facility/location C. Corrective actions performed by facility/location D. Task and frequency compliance reporting by facility/location E. Missed task and frequency reporting by facility/location

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XII-3

10 AS REQUIRED The contractor shall submit the following to the COTR on an “as required” or an “as requested” basis: A. Flood Response Report B. Regulatory Reports C. Accident/Incident Report D. Blood Borne Pathogen Exposure Report E. Updated MSDS F. Equipment Outage and/or Replacement Report G. Lost or Stolen Key Report H. Report of cleanliness deficiencies by item, such as, but not limited to: carpet, hard floor, fixtures,

dusting, polishing, spot cleaning, glass cleaning, trash removal, and restroom cleanliness I. Report of corrective actions performed by item such as but not limited to: carpet, hard floor, fixtures,

dusting, polishing, bright work, supply stocking, spot cleaning, glass cleaning, trash removal, and restroom cleanliness

J. Winter Storm Mat placement report K. Holiday plan 11 CONTRACT CLOSE-OUT The contractor shall provide the following to the COTR on contract close-out: A. All Airports Authority provided resources, computer and communication devices, documentation,

drawings, etc. loaned by the Airports Authority. B. All Airport keys, security badging and all other Airports Authority identification. C. All records and documentation, including, but not limited to, databases, drawings, O&M manuals,

records, data etc.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XIII-1

SECTION XIII - CONTRACTOR FURNISHED RESOURCES 01 MATERIALS AND SUPPLIES The contractor shall provide all materials, and supplies as listed in Appendix J. 02 CLEANING EQUIPMENT A. The contractor shall provide only high grade commercial duty equipment for use on this contract. The

contractor shall provide all the equipment stated in its proposal (Appendix K). At no time during the contract term shall the contractor’s equipment inventory drop below the stated amounts in their original solicitation proposal submitted to the Airports Authority. The contractor may be required to add and/or supplement additional equipment in order to maintain the contract’s SOW and task and frequencies if performance standards are found to be inadequate by the Airports Authority. Additional equipment added to the contractor’s inventory shall be updated on the equipment inventory list and a copy of the updated list shall be provided to the COTR via email within twenty-four (24) hours of receipt of equipment. The contractor shall also provide scanned copies of equipment invoices or dated proof of purchase documents, or in the case of leasing equipment the copy of leasing agreement, to the COTR. The contractor shall conspicuously label each piece of equipment under this contract as directed by the COTR. Large equipment shall be labeled with distinguishable markings at least six inches in height, in numerical order, i.e. (1B, 2B, for burnishers, 1S, 2S., for scrubbers), no two pieces of equipment shall have duplicate markings. Large pieces of equipment shall also be equipped with run-hour meters. The contractor shall provide a complete detailed itemized inventory of contract equipment to the COTR no later than thirty (30) days prior to the start of this contract. The equipment inventory list shall include serial numbers where appropriate and shall identify the location where each piece of equipment is to be stored as well as the labeled numerical assignments. The contractor shall advise the COTR via email of all changes in inventory within twenty-four (24) hours of the receipt, change, exchange, lease, purchase and/or disposal of equipment.

B. Equipment shall be brand new on the date it is placed into service on the job site. The contractor shall

provide documentation, such as a dated proof of purchase or invoice and/or dated proof of leasing agreement, which demonstrates to the satisfaction of the COTR that it has met these requirements, no later than (30) days prior to the start of the contract.

C. During the term of this contract the contractor shall maintain all equipment in good working order at all

times. Any piece of equipment which is not functioning properly must be immediately replaced with properly operating units of the same type, model, manufacturer, and age (or newer) than the units they replace. Equipment which is defective and/or replaced must be immediately reported via email to the COTR. Contractor shall have means to supply back-up equipment in order to successfully fulfill the requirements of this SOW at all times. Inoperable or malfunctioning equipment shall not be used by the contractor as justification for missed frequencies, unacceptable custodial services or cleanliness issues. At any time during the contract period, if the Contractor fails to meet the minimum task and frequencies, and/or work product is not in compliance with performance standards, and/or if the COTR determines that work is deficient due to inoperable or malfunctioning equipment, the Contractor shall be required to correct these deficiencies and/or be subject to penalties. (See Section IV Base Services, item 03 Performance Incentives/Penalties).

D. The contractor may request that the COTR approve other equipment to be substituted for those described in this SOW. Alternate items will be approved by the COTR if it is satisfactorily demonstrated to the COTR that the salient features of the proposed items are equal to or better than the brands/models specified.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XIII-2

E. If the contractor proposes leased equipment, the contractor shall provide MWAA with the associated terms of the lease, inclusive of maintenance agreements, training, part(s) replacement and emergency.

F. After a period of thirty (30) months from contract start date the contractor shall replace all battery powered equipment with new.

All battery powered equipment shall be equipped with Gel or AGM sealed batteries. No other type will be allowed on the Airport. The Contractor shall replace equipment batteries when they no longer are capable of powering equipment for the continuous operation of 7 hours. Lack of sufficient batteries shall not be used by the contractor as justification for missed frequencies, unacceptable custodial services or cleanliness issues.

G. The contractor is prohibited from using any propane-fueled portable equipment in the performance of the work required by this contract.

H. The contractor shall provide and utilize four (4) “Tread master” escalator cleaning machines with

appropriate sized cleaning brushes to accomplish the requirements of this SOW.

I. The contractor shall provide and utilize equipment from the following list of manufacturers to accomplish all floor care maintenance requirements of this Statement of Work: Tenant, Kent, Advance and/or Windsor Karcher Group.

J. The contractor shall provide the necessary equipment for flood clean-up as described in the Supplemental Services section of this Statement of Work.

K. The contractor shall provide sufficient quantities of equipment such as Whittaker Pro system or equivalent to achieve the carpet spot removal requirements of this SOW.

L. The contractor shall only use Rotary Head Beater bar type commercial duty Hepa vacuums on this contract.

M. The contractor shall provide sufficient quantities of walk behind hot water based carpet extraction

machines with wand attachments (300-500 PSI) (Acceptable vendors) are outlined in paragraph I. 03 SAFETY EQUIPMENT A. The contractor shall provide sufficient supplies to comply with the contract’s SOW; this includes all

safety equipment/devices, personal protective equipment and clothing as required for its workers.

B. Wet Floor Signs, Minimum Quantity: 100 C. BARRICADES, Minimum Quantity: 60

MINIMUM SPECIFICATIONS Portable expanding, safety yellow, 39 inch height, broad barrier diagonal paint pattern, expands at least 11 feet , equipped with wheel casters, conforms to OSHA standards ACCEPTABLE BRANDS: Versa-Guard, North America Safety Products, Inc.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XIII-3

04 COMMUNICATION EQUIPMENT The contractor shall provide cellular telephones on a business network and full cellular/ text messaging and email access capability services for all key personnel. Telephone numbers shall be provided to the COTR and service shall be maintained in a current status at all times during the contract term. The contractor’s key personnel shall during all duty hours carry the communication equipment with them in good operating condition and in service for receipt of calls, text messages or emails and sending of calls, text messages and emails. 05 OFFICE EQUIPMENT A. The contractor shall be responsible for providing at its expense all materials, supplies, furniture, fixed

improvements and equipment required in the office space. B. At a minimum, the contractor’s main Terminal office shall be equipped with the following:

Color Scanner - Quantity: 1 11”X17” Color Printer - Quantity: 1 Facsimile Machine - Quantity: 1 11”X17” Photocopier - Quantity: 1 PC with the following software installed– Quantity: 1 1. Microsoft Office Suite (latest version at time of award).

2. Microsoft Project (latest version at time of award). 3. Adobe (latest version at time of award)

C. The contractor shall maintain fully functional and operational internet access, with e-mail capabilities at

all times during the duration of the contract term. Any service malfunctions or outages must be reported to the COTR within one (1) hour of noted deficiency. The contractor must provide e-mail addresses for all key on-site personnel to the COTR and maintain them in a current status at all times during the contract term.

D. The contractor shall provide and utilize on the job site a minimum of six digital cameras with sufficient

charging equipment, back-up batteries and date and time functions for QC inspections. Digital cameras and related equipment must be maintained by the contractor at no additional costs to the Airports Authority and fully operational and functional throughout the duration of the contract. At no time shall the contractor’s digital camera inventory drop below the minimum contract requirement.

06 CONTRACT COMPLIANCE WEB OR CLOUD BASED TIME AND ATTENDANCE SOFTWARE

SYSTEM WITH INTEGRATED BIOMETRIC TIME CLOCK The contractor shall provide, maintain and use a web or cloud based time and attendance software system with an integrated biometric time clock to track and record all labor hours for all shifts on the contract job site throughout the duration of the contract term. Time and attendance data is to be recorded and tracked for all employees assigned to this contract at all times on all shifts 24/7/365, including key personnel. The web or cloud based time and attendance system with an integrated biometric time clock shall have real time reporting capabilities in order to capture and provide data for all shift labor hours for all employees assigned to this contract at all times. The Airports Authority shall be provided full access to the system, including report generation capabilities for all web or cloud based time and attendance software records and/or all biometric time clock data or records. All CO and COTR requests to the contractor for any and all time and attendance reports shall be furnished immediately upon request. The contractor must maintain all hardware and software updates including licenses at no additional cost to the Airports Authority. The web or cloud based time and attendance software system and biometric time clock must be fully functional at all times throughout the duration of the contract term. The contractor shall maintain during the life of this contract a full service

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XIII-4

maintenance agreement on all software and hardware related to this systems operation, including the biometric clock, and provide regular evidence of same upon request from the Airports Authority. All equipment/ hardware/software malfunctions must be reported in writing to the COTR and CO within one (1) hour of the noted deficiency. The contractor must have a plan in place to ensure system outages or equipment inoperability do not exceed 8 (eight) hours in duration. At the expiration of this contract, the Airports Authority shall have sole rights to all time and attendance data generated during the contract term. This system shall be fully operational on the contract start date. At a minimum: the contract required web or cloud based time and attendance system with an integrated biometric time clock must be able to generate the following reports: A. Daily, weekly and monthly labor or worked hours by shift for all employees assigned to contract,

including key personnel B. Daily, weekly and monthly labor or worked hours deficiencies/absences by shift for all employees

assigned to contract, including key personnel C. Daily, weekly and monthly summary of total hours worked for all employees assigned to contract,

including key personnel D. Daily, weekly and monthly summary of total hour deficiencies/absences for all employees assigned to

contract including key personnel E. Daily, weekly and monthly scheduled employee start and stop times by shift for all employees assigned

to contract, including key personnel F. Daily, weekly and monthly labor or worked hours by individual employee, to include key personnel G. Daily, weekly and monthly labor or worked hours deficiencies/absences by individual employee, to

include key personnel ACCEPTABLE Recommended BRANDS:

1. Kronos™ Workforce Ready Timekeeping (Time and Attendance Module; Cloud Solution with InTouch Biometric Time Clock) – latest version

2. ADP™ ezLabor Standalone Web Based Time and Attendance System - latest version 3. Advance Systems™ Time Management System; Cloud Solution with Mitrefinch Biometric Time Clock –

latest version 07 CONTRACT COMPLIANCE WEB AND MOBILE BASED BAR CODE SYSTEM

MINIMUM SPECIFICATIONS: See Section IX Documentation and Reporting ACCEPTABLE BRANDS: Clean Telligent, Mobile Spectrum Custodial Quality Assurance, JAMS™, or Airports Authority approved equivalent A. Ruggedized bar code scanners or Airports Authority approved equivalent

B. High Speed (DSL) Internet Service for Business - Quantity 4 (existing lines)

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XIII-5

08 TESTING EQUIPMENT The contractor shall provide the following testing equipment for use on the job site: A. GLOSS METER – Minimum Quantity 2

MINIMUM SPECIFICATIONS: .0 TO 100 measurement range, battery power source, IG.331, date memory and average calculation ACCEPTABLE BRANDS: Horiba, Limited, or Airports Authority approved equivalent.

B. SLIP METER - Minimum Quantity 1 ACCEPTABLE BRANDS: James American or Airports Authority approved equivalent. At no time shall the contractor’s inventory of testing equipment inventory drop below the minimum contract requirement.

09 ON SITE SERVICE VEHICLE The contractor shall provide at a minimum one service vehicle (van or pick-up), which is equipped, licensed, insured and AOA inspected. The service vehicle shall be on site 24/7/365, and is required to transport materials and supplies, contractor’s employees and tools to various locations. The contractor shall maintain the vehicle in good working condition throughout the duration of the contract. At no time shall the contractor drop below the minimum contract vehicle requirement. In addition, during the life of contract all current licensing, registration, insurance and vehicle inspections shall be current.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XIV-1

SECTION XIV - AIRPORTS AUTHORITY FURNISHED RESOURCES 01 GENERAL Unless otherwise indicated, the Authority will furnish the following resources to the contractor at no cost. These resources shall only be used by the contractor to fulfill the requirements of this SOW. A. Storage spaces as noted on the drawings in Appendix B Custodial Drawings. B. Janitor closets and trash room shown on the drawings in Appendix B Custodial Drawings. C. Access to the Authority’s dumpsters and/or compactors. The contractor shall operate these units in a

safe manner. The contractor shall insure and defend the Airports Authority against any claim for injury, death or property damage arising out of the contractor’s use of these dumpsters and compactors.

D. Interior trash cans and general recycling collection bins will be labeled by the Airports Authority to

denote the specific type of recyclable material that is to be deposited in them.

E. Use of the Airports Authority's mobile platforms and man lifts located in Terminals A/B/C and as described in Appendix J. The Airports Authority’s platforms and lifts are to be used by the contractor to perform the high cleaning tasks interior of the terminals. The contractor shall coordinate and schedule the use of this equipment with the Terminal Service Division, MA-127, (703-417-1851). Please note that the Airports Authority mobile platforms and man lifts are not for the sole use of the contractor so sufficient advanced notice is critical. All operators of these platforms and lifts must obtain the proper manufacturer’s certification. (See section VIII Regulatory Requirements, item 09-Fall Protection Training).

F. Heating, cooling, ventilation, electric, water, sanitary sewer service, re-lamping, as well as maintenance

and repair of these systems in all space provided to the contractor. G. Electrical power will be furnished through existing outlets as necessary for the contractor's effective

performance. H. Hot and cold water will be provided from existing outlets. No new supply locations or special

temperature sources of hot or cold water will be provided. I. The contractor shall protect from damage all utility outlets it uses and shall immediately report to the

COTR any damage to the utility outlets resulting from its failure to exercise reasonable care in performing the work. In addition, the contractor shall use all reasonable care to conserve the utilities provided.

02 ON-SITE OFFICE A. To facilitate fulfilling the requirements of this SOW, the Airports Authority will provide the contractor

space at the Airport. The contractor shall use the space provided to the contractor at the Airport to locate its office for managing its day-to-day operations to fulfill the requirements of this SOW.

B. The contractor shall keep such area clean and orderly at all times. C. The contractor shall keep the on-site office door locked whenever unoccupied.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XIV-2

D. The contractor shall not allow persons who do not possess a current Airport security badge to remain in the on-site office unescorted.

E. The contractor shall not store any items not related to the contract in the on-site office. 03 ON-SITE OFFICE COMPUTER A. The Airports Authority will provide the contractor the use of an Airports Authority owned computer

system and access to Airports Authority’s Local Area Network for the sole purpose of fulfilling the requirements of the contract.

B. The computer systems and related equipment shall remain on the jobsite at all times and shall only be

used for the purpose of fulfilling the requirements of this contract. The Airports Authority’s IT department may monitor contractor’s computer usage to verify compliance of this requirement.

C. The contractor shall not allow unauthorized users to operate or use the computer. D. The computer systems, related equipment and data shall remain the property of the Airports Authority

at the end of the contract. The contractor shall be responsible for maintaining the equipment in good working order and the repair or replacement of any equipment that is damaged, lost or stolen.

04 AIRPORTS AUTHORITY WORK ORDER SYSTEM (CMMS) A. The Contractor shall use for the term of this contract the Airports Authority provided Computerized

Maintenance Management System (CMMS) which will generate work orders for all service activities performed under this Contract.

B. The CMMS will schedule and generate preventive maintenance (PM) work orders for all planned work each month.

C. The contractor shall request work orders for all unplanned work performed by the contractor.

D. The Contractor shall be responsible for closing out all work orders by inputting all relevant information data on the work orders that relates to work performed by the Contractor.

E. The contractor shall use the Airports Authority’s CMMS to submit work requests to the Airports Authority shops for discrepancies or items found in need of repair and/or replacement.

F. All open contractor work orders shall be closed within forty-eight (48) hours of receipt from the Airports Authority Work Order Desk with date and time of completion. All work orders which require additional time for closeout shall be reported to the COTR within four (4) hours of receipt via email.

G. In the event the contractor is contacted by an MWAA representative to perform cleaning services

pursuant to this SOW, the contractor shall immediately notify the COTR in writing. The contractor shall immediately notify both the originator of the request and the COTR in writing upon the successful completion of the task or upon the contractor determining it is unable to complete/fulfill the task as requested.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XIV-3

05 PARKING A. The Airports Authority will provide at no cost to the contractor one (1) parking space for the on-site

service vehicle. B. The Airports Authority provides unreserved general parking spaces for the contractor’s on-site

employee’s private vehicles. The Airports Authority will charge the contractor and/or the contractor employees the same rate as the Airports Authority charges its tenants and concessionaires for similar parking. The annual rate in effect for the parking season ending September 30th, 2018 is $340 per vehicle. The annual rate is subject to escalation with each new parking season or as determined by the Airports Authority. Visitor parking spaces will be provided at no charge and shall only be used by the contractor to attend meetings, conferences and conduct contract related business at the East Building. Visitor passes for this space shall be obtained from the receptionist desk. At no time shall the contractor’s staff use visitor parking spaces as daily parking spaces.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XV-1

SECTION XV - METHOD OF PAYMENT The contractor shall submit an invoice on a monthly basis for all services completed to the satisfaction of the COTR at the end of the month in which the services were performed. The Airports Authority shall incur no obligation for supplemental services work that is not authorized with an executed Service Call Order. Invoices shall be itemized to provide a breakdown of cost for all contract services according to the following: 01 BASE SERVICES The contractor shall invoice the Airports Authority for Base Services performed in accordance with the SOW, and shall be paid for actual services performed. The Airports Authority reserves the right to withhold a portion of the monthly payment to the extent the contractor has not fulfilled the requirements of the SOW for the month in which the services were performed. The contractor shall provide the following reports with each monthly base services invoice (See Section XII Deliverables): A. Certified Task and Frequency Completion Report B. Certified Payroll Labor Hours Report

Failure to submit the designated reports with the monthly base services invoice may result in a penalty and/or delayed invoice processing. (See Section IV Base Services, item 03 Performance Incentives/Penalties). 02 SUPPLEMENTAL SERVICES The contractor shall be reimbursed for the labor and materials required to complete Supplemental Service tasks in accordance with the fully loaded labor rates specified in the Contract Price Schedule. The contractor shall be reimbursed for the materials used in the performance of Supplemental Services at invoice plus 10 percent markup. There shall be no mark up for shipping, handling or travel costs. The contractor shall not invoice the Airports Authority for any work unless a Service Call Order signed by the COTR and CO has been received or for any work described in a Service Call Order until all the work described in the Service Call Order has been completed to the satisfaction of the COTR. The Airports Authority shall incur no obligation for work that is not authorized in advance, with a signed Service Call Order. The contractor shall provide the following with each invoice for supplemental services: A. Copies of Contractor Signed Service Call Order(s) Failure to submit the designated supplemental service documents with the invoice may result in delayed invoice processing. 03 EQUITABLE ADJUSTMENT FOR PASSENGER COUNT FLUCTUATIONS Adjustments for passenger count fluctuations will only be made annually. Adjustments will only be made for incremental increases or decreases of 500,000. The price submitted by the contractor is applicable to each increment of 500,000 passengers only. The baseline for this calculation shall be the 2017 calendar year passenger count posted on http://www.mwaa.com/reagan/1279.htm. The price submitted by the contractor will result in either an increase or decrease to the Base Services cost for the applicable period. As part of the equitable adjustment, the contractor may increase or decrease man-hours. This adjustment shall be presented to the Airports Authority in Appendix M.

Metropolitan Washington Airports Authority 1-19-C001

Statement of Work – Page XVI-1

SECTION XVI - CONTRACT CLOSE OUT 01 AIRPORTS AUTHORITY PROVIDED RESOURCES Upon expiration/termination of the contract, the contractor shall return to the Airports Authority, in good working order less any reasonable wear and tear, all Airports Authority provided resources, computer and communication devices, documentation, drawings, etc. provided by the Airports Authority. 02 SECURITY DEVICES Upon expiration/termination of the contract or discontinuance of employment of any contractor personnel working in the Airport, all Airport keys, security badging and all other Airports Authority identification shall be immediately surrendered to the COTR. Airports Authority security badges of contractor personnel no longer assigned to the site shall not be reassigned or used by other contractor employees. 03 RECORDS AND DOCUMENTATION Upon contract termination or the end of the contract term all records and documentation, including, but not limited to, databases, drawings, O&M manuals, records, data etc. shall remain the sole property of the Airports Authority.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

SECTION XVII - APPENDICES APPENDIX A – SITE PLAN APPENDIX B – CUSTODIAL DRAWINGS (Existing Facilities) APPENDIX C – CHECKPOINT DRAWINGS (Future Facilities) APPENDIX D – NEW NORTH CONCOURSE DRAWINGS (Future Facility) APPENDIX E - TASK AND FREQUENCY REQUIREMENTS E1 – FLOOR CARE SCHEDULE E2 – HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 1 E3 – HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 2 E4 – HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 3 E5 - HOUSEKEEPING TASK AND FREQUENCIES CHART – RESTROOMS E6 - HOUSEKEEPING TASK AND FREQUENCIES CHART – OUTLYING BUILDINGS E7 - HOUSEKEEPING TASK AND FREQUENCIES CHART – OUTLYING BUILDINGS RESTROOMS APPENDIX F- PERFORMANCE STANDARDS APPENDIX G - AIRPORTS AUTHORITY CONTRACT SERVICE CALL ORDER FORM APPENDIX H – DAILY REPORT TEMPLATE APPENDIX I – CONTRACTOR'S PROPOSED LABOR HOUR PLANS I.1 – MANAGEMENT/SUPERVISION HOURS I.2 – CUSTODIAL STAFF HOURS I.3 – ADDITIONAL STAFF FOR HOLIDAYS I.4 – ADDITIONAL STAFF FOR NEW SECURITY CHECK-POINTS I.5 – ADDITIONAL STAFF FOR NEW NORTH CONCOURSE APPENDIX J - MATERIALS AND SUPPLIES APPENDIX K – CONTRACTOR’S EQUIPMENT PLAN APPENDIX L – TERMINAL INTERIOR MAN LIFTS (AIRPORTS AUTHORITY PROVIDED) APPENDIX M – CONTRACTOR'S PROPOSED LABOR HOUR PLAN EQUITABLE ADJUSTMENT FOR PASSENGER COUNT FLUCTUATIONS

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX A

SITE PLAN

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX B

CUSTODIAL DRAWINGS (Existing Facilities)

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX C

SECURITY CHECKPOINT DRAWINGS (Future Facilities)

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX D

NEW NORTH CONCOURSE DRAWINGS (Future Facility)

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX E

TASK AND FREQUENCY REQUIREMENTS

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX E1

FLOOR CARE SCHEDULE

Terminal BC Ticket Level

Terminal BC Concourse

Terminal BC North Metro

Terminal BC South Metro

Terminal BC Baggage

Terminal BC North Pier

Terminal BC North Pier Ops

Terminal BC Center Pier

Terminal BC Center Pier

OpsTerminal BC South Pier

Terminal BC South Pier

OpsTerminal A/B Connector

Terminal A Historic Lobby

Terminal A Gallery Walk

Terminal A Center Lobby Terminal A Banjo

Terminal/Garage A Tunnel

Garage A Rental Car Lobby

Terminal A 2nd Floor

MezzanineTerminal A Term A Ops

New North and South

Checkpoints

New North Concourse

(Pier E)

12/15/21 12/10/18 12/14/18 12/18/18 12/18/18 12/8/18 12/12/18 12/11/18 12/11/18 12/17/18 12/13/18 12/27/18 12/9/18 12/7/18 12/5/18 12/2/18 12/6/18 12/7/18 1/5/19 1/7/19 12/15/21 1/3/221/5/22 1/9/19 1/13/19 1/17/19 1/17/19 12/29/18 3/12/19 1/1/19 3/11/19 1/7/19 3/13/19 1/26/19 1/23/19 1/21/19 1/19/19 1/16/19 1/20/19 1/21/19 4/5/19 2/21/19 1/14/22 1/24/221/26/22 2/8/19 2/12/19 2/16/19 2/16/19 1/19/19 6/10/19 1/22/19 6/9/19 1/28/19 6/11/19 2/25/19 3/9/19 3/7/19 3/5/19 3/2/19 3/6/19 3/7/19 7/4/19 4/7/19 2/13/22 2/14/222/16/22 3/10/19 3/14/19 3/18/19 3/18/19 2/9/19 9/8/19 2/12/19 9/7/19 2/18/19 9/9/19 3/27/19 4/23/19 4/21/19 4/19/19 4/16/19 4/20/19 4/21/19 10/2/19 5/22/19 3/15/22 3/7/223/9/22 4/9/19 4/13/19 4/17/19 4/17/19 3/2/19 12/7/19 3/5/19 12/6/19 3/11/19 12/8/19 4/26/19 6/7/19 6/5/19 6/3/19 5/31/19 6/4/19 6/5/19 12/31/19 7/6/19 4/14/22 3/28/223/30/22 5/9/19 5/13/19 5/17/19 5/17/19 3/23/19 3/6/20 3/26/19 3/5/20 4/1/19 3/7/20 5/26/19 7/22/19 7/20/19 7/18/19 7/15/19 7/19/19 7/20/19 3/30/20 8/20/19 5/14/22 4/18/224/20/22 6/8/19 6/12/19 6/16/19 6/16/19 4/13/19 6/4/20 4/16/19 6/3/20 4/22/19 6/5/20 6/25/19 9/5/19 9/3/19 9/1/19 8/29/19 9/2/19 9/3/19 6/28/20 10/4/19 6/13/22 5/9/225/11/22 7/8/19 7/12/19 7/16/19 7/16/19 5/4/19 9/2/20 5/7/19 9/1/20 5/13/19 9/3/20 7/25/19 10/20/19 10/18/19 10/16/19 10/13/19 10/17/19 10/18/19 9/26/20 11/18/19 7/13/22 5/30/226/1/22 8/7/19 8/11/19 8/15/19 8/15/19 5/25/19 12/1/20 5/28/19 11/30/20 6/3/19 12/2/20 8/24/19 12/4/19 12/2/19 11/30/19 11/27/19 12/1/19 12/2/19 12/25/20 1/2/20 8/12/22 6/20/226/22/22 9/6/19 9/10/19 9/14/19 9/14/19 6/15/19 3/1/21 6/18/19 2/28/21 6/24/19 3/2/21 9/23/19 1/18/20 1/16/20 1/14/20 1/11/20 1/15/20 1/16/20 3/25/21 2/16/20 9/11/22 7/11/227/13/22 10/6/19 10/10/19 10/14/19 10/14/19 7/6/19 5/30/21 7/9/19 5/29/21 7/15/19 5/31/21 10/23/19 3/3/20 3/1/20 2/28/20 2/25/20 2/29/20 3/1/20 6/23/21 4/1/20 10/11/22 8/1/228/3/22 11/5/19 11/9/19 11/13/19 11/13/19 7/27/19 8/28/21 7/30/19 8/27/21 8/5/19 8/29/21 11/22/19 4/17/20 4/15/20 4/13/20 4/10/20 4/14/20 4/15/20 9/21/21 5/16/20 11/10/22 8/22/228/24/22 12/5/19 12/9/19 12/13/19 12/13/19 8/17/19 11/26/21 8/20/19 11/25/21 8/26/19 11/27/21 12/22/19 6/1/20 5/30/20 5/28/20 5/25/20 5/29/20 5/30/20 12/20/21 6/30/20 12/10/22 9/12/229/14/22 1/4/20 1/8/20 1/12/20 1/12/20 9/7/19 2/24/22 9/10/19 2/23/22 9/16/19 2/25/22 1/21/20 7/16/20 7/14/20 7/12/20 7/9/20 7/13/20 7/14/20 3/20/22 8/14/20 1/9/23 10/3/2210/5/22 2/3/20 2/7/20 2/11/20 2/11/20 9/28/19 5/25/22 10/1/19 5/24/22 10/7/19 5/26/22 2/20/20 8/30/20 8/28/20 8/26/20 8/23/20 8/27/20 8/28/20 6/18/22 9/28/20 2/8/23 10/24/2210/26/22 3/4/20 3/8/20 3/12/20 3/12/20 10/19/19 8/23/22 10/22/19 8/22/22 10/28/19 8/24/22 3/21/20 10/14/20 10/12/20 10/10/20 10/7/20 10/11/20 10/12/20 9/16/22 11/12/20 3/10/23 11/14/2211/16/22 4/3/20 4/7/20 4/11/20 4/11/20 11/9/19 11/21/22 11/12/19 11/20/22 11/18/19 11/22/22 4/20/20 11/28/20 11/26/20 11/24/20 11/21/20 11/25/20 11/26/20 12/15/22 12/27/20 4/9/23 12/5/2212/7/22 5/3/20 5/7/20 5/11/20 5/11/20 11/30/19 2/19/23 12/3/19 2/18/23 12/9/19 2/20/23 5/20/20 1/12/21 1/10/21 1/8/21 1/5/21 1/9/21 1/10/21 3/15/23 2/10/21 5/9/23 12/26/2212/28/22 6/2/20 6/6/20 6/10/20 6/10/20 12/21/19 5/20/23 12/24/19 5/19/23 12/30/19 5/21/23 6/19/20 2/26/21 2/24/21 2/22/21 2/19/21 2/23/21 2/24/21 6/13/23 3/27/21 6/8/23 1/16/231/18/23 7/2/20 7/6/20 7/10/20 7/10/20 1/11/20 8/18/23 1/14/20 8/17/23 1/20/20 8/19/23 7/19/20 4/12/21 4/10/21 4/8/21 4/5/21 4/9/21 4/10/21 9/11/23 5/11/21 7/8/23 2/6/232/8/23 8/1/20 8/5/20 8/9/20 8/9/20 2/1/20 11/16/23 2/4/20 11/15/23 2/10/20 11/17/23 8/18/20 5/27/21 5/25/21 5/23/21 5/20/21 5/24/21 5/25/21 12/10/23 6/25/21 8/7/23 2/27/233/1/23 8/31/20 9/4/20 9/8/20 9/8/20 2/22/20 2/14/24 2/25/20 2/13/24 3/2/20 2/15/24 9/17/20 7/11/21 7/9/21 7/7/21 7/4/21 7/8/21 7/9/21 3/9/24 8/9/21 9/6/23 3/20/233/22/23 9/30/20 10/4/20 10/8/20 10/8/20 3/14/20 5/14/24 3/17/20 5/13/24 3/23/20 5/15/24 10/17/20 8/25/21 8/23/21 8/21/21 8/18/21 8/22/21 8/23/21 6/7/24 9/23/21 10/6/23 4/10/234/12/23 10/30/20 11/3/20 11/7/20 11/7/20 4/4/20 8/12/24 4/7/20 8/11/24 4/13/20 8/13/24 11/16/20 10/9/21 10/7/21 10/5/21 10/2/21 10/6/21 10/7/21 9/5/24 11/7/21 11/5/23 5/1/235/3/23 11/29/20 12/3/20 12/7/20 12/7/20 4/25/20 11/10/24 4/28/20 11/9/24 5/4/20 11/11/24 12/16/20 11/23/21 11/21/21 11/19/21 11/16/21 11/20/21 11/21/21 12/22/21 12/5/23 5/22/235/24/23 12/29/20 1/2/21 1/6/21 1/6/21 5/16/20 5/19/20 5/25/20 1/15/21 1/7/22 1/5/22 1/3/22 12/31/21 1/4/22 1/5/22 2/5/22 1/4/24 6/12/236/14/23 1/28/21 2/1/21 2/5/21 2/5/21 6/6/20 6/9/20 6/15/20 2/14/21 2/21/22 2/19/22 2/17/22 2/14/22 2/18/22 2/19/22 3/22/22 2/3/24 7/3/237/5/23 2/27/21 3/3/21 3/7/21 3/7/21 6/27/20 6/30/20 7/6/20 3/16/21 4/7/22 4/5/22 4/3/22 3/31/22 4/4/22 4/5/22 5/6/22 3/4/24 7/24/237/26/23 3/29/21 4/2/21 4/6/21 4/6/21 7/18/20 7/21/20 7/27/20 4/15/21 5/22/22 5/20/22 5/18/22 5/15/22 5/19/22 5/20/22 6/20/22 4/3/24 8/14/238/16/23 4/28/21 5/2/21 5/6/21 5/6/21 8/8/20 8/11/20 8/17/20 5/15/21 7/6/22 7/4/22 7/2/22 6/29/22 7/3/22 7/4/22 8/4/22 5/3/24 9/4/239/6/23 5/28/21 6/1/21 6/5/21 6/5/21 8/29/20 9/1/20 9/7/20 6/14/21 8/20/22 8/18/22 8/16/22 8/13/22 8/17/22 8/18/22 9/18/22 6/2/24 9/25/239/27/23 6/27/21 7/1/21 7/5/21 7/5/21 9/19/20 9/22/20 9/28/20 7/14/21 10/4/22 10/2/22 9/30/22 9/27/22 10/1/22 10/2/22 11/2/22 7/2/24 10/16/2310/18/23 7/27/21 7/31/21 8/4/21 8/4/21 10/10/20 10/13/20 10/19/20 8/13/21 11/18/22 11/16/22 11/14/22 11/11/22 11/15/22 11/16/22 12/17/22 8/1/24 11/6/2311/8/23 8/26/21 8/30/21 9/3/21 9/3/21 10/31/20 11/3/20 11/9/20 9/12/21 1/2/23 12/31/22 12/29/22 12/26/22 12/30/22 12/31/22 1/31/23 8/31/24 11/27/2311/29/23 9/25/21 9/29/21 10/3/21 10/3/21 11/21/20 11/24/20 11/30/20 10/12/21 2/16/23 2/14/23 2/12/23 2/9/23 2/13/23 2/14/23 3/17/23 9/30/24 12/18/2312/20/23 10/25/21 10/29/21 11/2/21 11/2/21 12/12/20 12/15/20 12/21/20 11/11/21 4/2/23 3/31/23 3/29/23 3/26/23 3/30/23 3/31/23 5/1/23 10/30/24 1/8/241/10/24 11/24/21 11/28/21 12/2/21 12/2/21 1/2/21 1/5/21 1/11/21 12/11/21 5/17/23 5/15/23 5/13/23 5/10/23 5/14/23 5/15/23 6/15/23 11/29/24 1/29/241/31/24 12/24/21 12/28/21 1/1/22 1/1/22 1/23/21 1/26/21 2/1/21 1/10/22 7/1/23 6/29/23 6/27/23 6/24/23 6/28/23 6/29/23 7/30/23 2/19/242/21/24 1/23/22 1/27/22 1/31/22 1/31/22 2/13/21 2/16/21 2/22/21 2/9/22 8/15/23 8/13/23 8/11/23 8/8/23 8/12/23 8/13/23 9/13/23 3/11/243/13/24 2/22/22 2/26/22 3/2/22 3/2/22 3/6/21 3/9/21 3/15/21 3/11/22 9/29/23 9/27/23 9/25/23 9/22/23 9/26/23 9/27/23 10/28/23 4/1/244/3/24 3/24/22 3/28/22 4/1/22 4/1/22 3/27/21 3/30/21 4/5/21 4/10/22 11/13/23 11/11/23 11/9/23 11/6/23 11/10/23 11/11/23 12/12/23 4/22/244/24/24 4/23/22 4/27/22 5/1/22 5/1/22 4/17/21 4/20/21 4/26/21 5/10/22 12/28/23 12/26/23 12/24/23 12/21/23 12/25/23 12/26/23 1/26/24 5/13/245/15/24 5/23/22 5/27/22 5/31/22 5/31/22 5/8/21 5/11/21 5/17/21 6/9/22 2/11/24 2/9/24 2/7/24 2/4/24 2/8/24 2/9/24 3/11/24 6/3/246/5/24 6/22/22 6/26/22 6/30/22 6/30/22 5/29/21 6/1/21 6/7/21 7/9/22 3/27/24 3/25/24 3/23/24 3/20/24 3/24/24 3/25/24 4/25/24 6/24/246/26/24 7/22/22 7/26/22 7/30/22 7/30/22 6/19/21 6/22/21 6/28/21 8/8/22 5/11/24 5/9/24 5/7/24 5/4/24 5/8/24 5/9/24 6/9/24 7/15/247/17/24 8/21/22 8/25/22 8/29/22 8/29/22 7/10/21 7/13/21 7/19/21 9/7/22 6/25/24 6/23/24 6/21/24 6/18/24 6/22/24 6/23/24 7/24/24 8/5/248/7/24 9/20/22 9/24/22 9/28/22 9/28/22 7/31/21 8/3/21 8/9/21 10/7/22 8/9/24 8/7/24 8/5/24 8/2/24 8/6/24 8/7/24 9/7/24 8/26/248/28/24 10/20/22 10/24/22 10/28/22 10/28/22 8/21/21 8/24/21 8/30/21 11/6/22 9/23/24 9/21/24 9/19/24 9/16/24 9/20/24 9/21/24 10/22/24 9/16/249/18/24 11/19/22 11/23/22 11/27/22 11/27/22 9/11/21 9/14/21 9/20/21 12/6/22 11/7/24 11/5/24 11/3/24 10/31/24 11/4/24 11/5/24 10/7/2410/9/24 12/19/22 12/23/22 12/27/22 12/27/22 10/2/21 10/5/21 10/11/21 1/5/23 10/28/2410/30/24 1/18/23 1/22/23 1/26/23 1/26/23 10/23/21 10/26/21 11/1/21 2/4/23 11/18/2411/20/24 2/17/23 2/21/23 2/25/23 2/25/23 11/13/21 11/16/21 11/22/21 3/6/23

3/19/23 3/23/23 3/27/23 3/27/23 12/4/21 12/7/21 12/13/21 4/5/234/18/23 4/22/23 4/26/23 4/26/23 12/25/21 12/28/21 1/3/22 5/5/23

North, South and Center Pier include the club level common area floors.

APPENDIX E1 ‐ FLOOR CARE SCHEDULE

Dates in black are scrub and recoatDates in red are strip and wax

North Pier includes lower level gate 35 terrazzo floor North, South and Center Pier security check points exclude the TSA screening areas.  These areas are to be swept and mopped only

5/18/23 5/22/23 5/26/23 5/26/23 1/15/22 1/18/22 1/24/22 6/4/236/17/23 6/21/23 6/25/23 6/25/23 2/5/22 2/8/22 2/14/22 7/4/237/17/23 7/21/23 7/25/23 7/25/23 2/26/22 3/1/22 3/7/22 8/3/238/16/23 8/20/23 8/24/23 8/24/23 3/19/22 3/22/22 3/28/22 9/2/239/15/23 9/19/23 9/23/23 9/23/23 4/9/22 4/12/22 4/18/22 10/2/2310/15/23 10/19/23 10/23/23 10/23/23 4/30/22 5/3/22 5/9/22 11/1/2311/14/23 11/18/23 11/22/23 11/22/23 5/21/22 5/24/22 5/30/22 12/1/2312/14/23 12/18/23 12/22/23 12/22/23 6/11/22 6/14/22 6/20/22 12/31/231/13/24 1/17/24 1/21/24 1/21/24 7/2/22 7/5/22 7/11/22 1/30/242/12/24 2/16/24 2/20/24 2/20/24 7/23/22 7/26/22 8/1/22 2/29/243/13/24 3/17/24 3/21/24 3/21/24 8/13/22 8/16/22 8/22/22 3/30/244/12/24 4/16/24 4/20/24 4/20/24 9/3/22 9/6/22 9/12/22 4/29/245/12/24 5/16/24 5/20/24 5/20/24 9/24/22 9/27/22 10/3/22 5/29/246/11/24 6/15/24 6/19/24 6/19/24 10/15/22 10/18/22 10/24/22 6/28/247/11/24 7/15/24 7/19/24 7/19/24 11/5/22 11/8/22 11/14/22 7/28/248/10/24 8/14/24 8/18/24 8/18/24 11/26/22 11/29/22 12/5/22 8/27/249/9/24 9/13/24 9/17/24 9/17/24 12/17/22 12/20/22 12/26/22 9/26/2410/9/24 10/13/24 10/17/24 10/17/24 1/7/23 1/10/23 1/16/23 10/26/2411/8/24 11/12/24 11/16/24 1/28/23 1/31/23 2/6/23 11/25/24

2/18/23 2/21/23 2/27/233/11/23 3/14/23 3/20/234/1/23 4/4/23 4/10/234/22/23 4/25/23 5/1/235/13/23 5/16/23 5/22/236/3/23 6/6/23 6/12/236/24/23 6/27/23 7/3/237/15/23 7/18/23 7/24/238/5/23 8/8/23 8/14/238/26/23 8/29/23 9/4/239/16/23 9/19/23 9/25/2310/7/23 10/10/23 10/16/2310/28/23 10/31/23 11/6/2311/18/23 11/21/23 11/27/2312/9/23 12/12/23 12/18/2312/30/23 1/2/24 1/8/241/20/24 1/23/24 1/29/242/10/24 2/13/24 2/19/243/2/24 3/5/24 3/11/243/23/24 3/26/24 4/1/244/13/24 4/16/24 4/22/245/4/24 5/7/24 5/13/245/25/24 5/28/24 6/3/246/15/24 6/18/24 6/24/247/6/24 7/9/24 7/15/247/27/24 7/30/24 8/5/248/17/24 8/20/24 8/26/249/7/24 9/10/24 9/16/249/28/24 10/1/24 10/7/2410/19/24 10/22/24 10/28/2411/9/24 11/12/24 11/18/2411/30/24

This list is not inclusive,  please see custodial appendices and supplemental space drawings for additional service areas for floor care task and frequencies.

Terminal A 2nd floor (mezzanine area) floor with 9x9 tile, stripping must be done by wet methods (wet strip) or using low abrasion pads at lower than 300 rpm

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. 

During the Thanksgiving and Christmas holidays the contractor shall coordinate revised floor care schedules with the COTR to ensure minimum impact to the travelling public.

During construction janitor closets will not be available on the Ticket level of Terminal B/C, therefore floors in this area will not receive floor finish (i.e. wax) during this construction. After construction is complete, which is anticipated to be late 2021, janitor closets will be available and terrazzo floor finish care will resume by the contractor.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX E2

HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 1 (6AM-2PM)

Locations Empty Ash-Trash Cans

Empty Recycle

*Spot Clean and Mop

Police for Spills &

Litter

Remove Stains/Gum (All Floors)

Passenger Seating

Water Fountains

Bright work

Dust VentsHigh

Cleaning up to 16 feet

Cleaning Above

Concession Space

High Cleaning full height

Artwork Cleaning

Detailed Glass

Cleaning

Sweep/Dust Mop

Damp Mop Auto Scrub

Maintainer BurnishScrub and

RecoatStrip and Refinish

Power Washing Concrete

Spot Vacuum Obvious

Soil

Vacuum

Low Moisture Carpet

Cleaning

Extraction Shampoo

Walk off Mat

cleaning

Baggage Claim Devices N/A N/A A/R 4S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Baggage Make-up Areas and Tunnel 1S N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Banjo, North, Center & South Piers (exclusive of Gate/Hold-room areas) - Public Access

8S 8S 8S 8S 1S N/A 1S N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Chapel/Meditation Room 1S 1S 1S 2S 1S 1S N/A 1M 2Y 1Y N/A N/A N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Corridors (includes Ops level of Piers) 1S 1S 1S 1S 1S N/A 1S 1M N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A A/R

Curbside Check-in Terminals A/B/C N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

DCA Operations, Terminal Service Center, Police Stations, Hangar 5 CCC 1S 1S 1S 1S 1S N/A N/A 2Y 2Y 2Y N/A N/A N/A N/A 1S 1S N/A N/A N/A N/A N/A 1S 3W N/A N/A A/R

Elevators N/A N/A 2S 4S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A

Entrances/Vestibules N/A N/A 2S 2S 1S N/A N/A 1M N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A A/R

Escalator/Moving Walkways N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Exterior Sidewalks and Terraces 4S 4S 4S 4S 1S N/A N/A N/A N/A 2M N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Food Court Areas N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Gate/Hold Room Areas 8S 8S 8S 8S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 8S N/A N/A N/A N/A

Information Centers 2S N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Information Monitors N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Loading Docks 1S 1S 1S 1S 1S N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S 1W N/A N/A A/R

Metro Connectors and A/B Connector 4S 4S 4S 4S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

MWAA Admin. (Offices, conference, copy, file, locker, break rooms, lobbies & kitchens)

1S 1S 1S 1S 1S N/A 1S 4Y 4Y 2Y N/A N/A N/A N/A 1S 1S 1M 1M N/A N/A N/A 1S 1W N/A N/A A/R

Passenger Loading Bridges N/A N/A 1S 1S 1S N/A N/A A/R A/R N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A

**Security Check-Points to include new future check-points 4S 4S 4S 4S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Stairwells N/A N/A 1S 1S 1S N/A N/A 1Y N/A N/A N/A N/A N/A N/A 1W 1W N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Sub-Level 1S N/A 1W 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A 1M 1M N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Terminal B/C Baggage Level Glass and Curtain Walls N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Terminal A/B/C Bus Shelters 8S 8S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 2W N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Terminal A South Lobby 4S 4S 4S 4S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A 8S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Ticket Counters To Include TSA Screening Areas N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Ticket, Concourse, Baggage Levels Public Areas 4S 4S 4S 4S 1S N/A 1S N/A N/A N/A N/A N/A N/A N/A 8S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

USO Office 1S 1S 1S 1S 1S N/A N/A 2Y 2Y N/A N/A N/A N/A N/A 1W 1W N/A N/A N/A N/A N/A 1S 1W N/A N/A A/R

Locations Empty Trashcans

Empty Recycle

*Spot Clean and Mop

Police for Spills &

Litter

Remove Stains/Gum (All Floors)

Passenger Seating

Water Fountains

Bright work

Dust VentsHigh

Cleaning up to 16 feet

Cleaning Above

Concession Space

High Cleaning full height

Artwork Cleaning

Detailed Glass

Cleaning

Sweep/Dust Mop

Damp Mop Auto Scrub

Maintainer BurnishScrub and

RecoatStrip and Refinish

Power Washing Concrete

Spot Vacuum Obvious

Soil

Vacuum

Low Moisture Carpet

Cleaning

Extraction Shampoo

Walk off Mat

cleaning

Elevators N/A N/A 1S 1S 1S N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R N/A N/A N/A N/A

Entrances/Vestibules N/A N/A 2S 2S 1S N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Garage A/B Canopy N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Lobbies (includes Rental car area) 4S 4S 4S 4S 1S 1S 1S 1S 1S N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Metro Connectors 4S 4S 4S 4S 1S N/A N/A 1S N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Taxi Structure 2S 2S 2S 2S 2S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Stairwells N/A N/A 1W 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A 1W 1W N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

FREQUENCY KEY

H = Hourly

C=Continuous *Spot Clean and Mop includes removing stains and spills from exterior sidewalk and terrace areas for terminals A/B/C (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

S = Shift

W = Weekly

M = Monthly

Y = Yearly

A/R = As Required

N/A = Not Applicable

RONALD REAGAN WASHINGTON NATIONAL AIRPORTAppendix E2 - Housekeeping Task and Frequencies Chart - Shift 1

Terminals exclusive of restrooms1st Shift (6AM-2PM)

Hard Floor Maintenance Carpet MaintenanceGeneral Maintenance

APPENDIX E2 - Shift 1

Parking Garages exclusive of restrooms1st Shift (6AM-2PM)

Hard Floor Maintenance Carpet Maintenance

NOTES:

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency).

**Security Checkpoint is further defined as the immediate area where the CTX machines are located and where passengers are screened, it does not include the queue line area or areas outside of the actual screening area. Contractor is not to clean the CTX machines.

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

General Maintenance

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX E3

HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 2 (2PM-10PM)

Locations Empty Ash-Trash Cans

Empty Recycle

*Spot Clean and Mop

Police for Spills & Litter

Remove Stains/Gum (All Floors)

Passenger Seating

Water Fountains

Bright work

Dust Vents

High Cleaning up to 16 feet

Cleaning Above

Concession Space

High Cleaning full height

Artwork Cleaning

Detailed Glass Cleaning

Sweep/Dust Mop

Damp Mop Auto Scrub

Maintainer BurnishScrub and

RecoatStrip and Refinish

Power Washing Concrete

Spot Vacuum

Obvious SoilVacuum

Low Moisture Carpet

Cleaning

Extraction Shampoo

Walk off Mat

cleaning

Baggage Claim Devices N/A N/A 1S 4S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Baggage Make-up Areas and Tunnel 1S N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Banjo, North, Center & South Piers (exclusive of Gate/Hold-room areas) - Public Access

8S 8S 8S 8S 1S 1S 4S N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A A/R N/A N/A N/A N/A

Chapel/Meditation Room 1S N/A 1S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Corridors (includes Ops level of Piers) 1S 1S 1S 1S 1S N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S 1W N/A N/A N/A

Curbside Check-in Terminals A/B/C N/A N/A 1S 1S 1S N/A N/A 1M N/A 1M N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

DCA Operations, Terminal Service Center, Police Stations, Hangar 5 CCC 1S 1S 1S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A

Elevators N/A N/A 2S 2S 2S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A

Entrances/Vestibules N/A N/A 2S 2S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A A/R

Escalator/Moving Walkways N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Exterior Sidewalks and Terraces 4S 4S 4S 4S 1S 1S N/A 1M N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Food Court Areas N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Gate/Hold Room Areas 8S 8S 8S 8S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A 8S N/A N/A N/A N/A

Information Centers 1S N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Information Monitors N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Loading Docks 1S 1S 1S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A

Metro Connectors and A/B Connector 4S 4S 4S 4S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

MWAA Admin. (Offices, conference, copy, file, locker, break rooms, lobbies & kitchens)

1S 1S 1S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1Y 1Y N/A N/A N/A 1M 2Y N/A

Passenger Loading Bridges N/A N/A 1S 1S 2S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A

**Security Check-Points to include new future check-points 4S 4S 4S 4S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Stairwells N/A N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Sub-Level 1S N/A 1S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1W 1M N/A N/A N/A N/A N/A N/A N/A N/A N/A

Terminal B/C Baggage Level Glass and Curtain Walls N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Terminal A/B/C Bus Shelters 8S 8S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Terminal A South Lobby 4S 4S 4S 4S 4S 1S N/A N/A N/A N/A N/A N/A N/A N/A 8S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R

Ticket Counters To Include TSA Screening Areas N/A N/A N/A N/A N/A N/A N/A N/A A/R N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Ticket, Concourse, Baggage Levels Public Areas 4S 4S 4S 4S 1S 1S 4S N/A N/A N/A N/A N/A N/A N/A 8S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

USO Office 1S 1S 1S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1Y 1Y N/A 1S N/A 1M 1Y N/A

Locations Empty Trashcans

Empty Recycle

*Spot Clean and Mop

Police for Spills &

Litter

Remove Stains/Gum (All Floors)

Passenger Seating

Water Fountains

Bright work

Dust Vents

High Cleaning up to 16 feet

Cleaning Above

Concession Space

High Cleaning full height

Artwork Cleaning

Detailed Glass Cleaning

Sweep/Dust Mop

Damp Mop Auto Scrub

Maintainer BurnishScrub and

RecoatStrip and Refinish

Power Washing Concrete

Spot Vacuum

Obvious SoilVacuum

Low Moisture Carpet

Cleaning

Extraction Shampoo

Walk off Mat

cleaning

Elevators N/A N/A 1S 1S 1S N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R N/A N/A N/A N/A

Entrances/Vestibules N/A N/A 2S 2S 1S N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Garage A/B Overhead Canopy N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Lobbies (includes Rental car area) 2S 2S 2S 2S 1S 1S 1S N/A A/R N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Metro Connectors 4S 4S 4S 4S 1S N/A N/A 1S N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Taxi Structure 2S 2S 2S 2S 2S N/A 1S 2Y 2Y 2Y N/A N/A N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Stairwells N/A N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

FREQUENCY KEY

H = Hourly

C=Continuous *Spot Clean and Mop includes removing stains and spills from exterior sidewalk and terrace areas for terminals A/B/C (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

S = Shift

W = Weekly

M = Monthly

Y = Yearly

A/R = As RequiredN/A = Not Applicable

APPENDIX E3 - Shift 2

NOTES:

Parking Garages exclusive of restrooms2nd Shift (2PM - 10PM)

Hard Floor Maintenance Carpet Maintenance

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency).

**Security Checkpoint is further defined as the immediate area where the CTX machines are located and where passengers are screened, it does not include the queue line area or areas outside of the actual screening area. Contractor is not to clean the CTX machines.

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

General Maintenance

RONALD REAGAN WASHINGTON NATIONAL AIRPORTAppendix E3 - Housekeeping Task and Frequencies Chart - Shift 2

Terminals exclusive of restrooms2nd Shift (2PM - 10PM)

Hard Floor Maintenance Carpet MaintenanceGeneral Maintenance

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX E4

HOUSEKEEPING TASK AND FREQUENCIES CHART – SHIFT 3 (10PM-6AM)

Locations Empty Ash-Trash Cans

Empty Recycle

Spot Clean and Mop

Police for Spills &

Litter

Remove Stains/Gum (All Floors)

Passenger Seating

Water Fountains

Bright work Dust VentsHigh

Cleaning up to 16 feet

Cleaning Above

Concession Space

High Cleaning full height

Artwork Cleaning

Detailed Glass Cleaning

Sweep/Dust Mop

Damp Mop Auto Scrub

Maintainer Burnish Scrub and RecoatStrip and Refinish

Power Washing Concrete

Spot Vacuum Obvious Soil

Vacuum Extraction Shampoo

Low Moisture Carpet

Cleaning

Walk off Mat

cleaning

Baggage Claim Devices N/A N/A 1S 1S N/A N/A N/A 6Y N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Baggage Make-up Areas and Tunnel N/A N/A 1W N/A 1W N/A N/A 1Y 1Y 1Y N/A N/A N/A N/A 1W N/A N/A N/A N/A N/A 1Y N/A N/A N/A N/A N/A

Banjo, North, Center & South Piers (exclusive of Gate/Hold-room areas) - Public Access 1S 1S 1S N/A 1S 1S 1S 6Y 2Y 1Y 2Y 1Y N/A N/A 1S 1S 2W 1S see floor care schedule 2Y N/A N/A

N/AN/A N/A N/A

Chapel/Meditation Room N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1Y N/A N/A N/A N/A N/A N/A

Corridors (includes Ops level of Piers) N/A N/A 1S N/A 1S N/A 1S 6Y 2Y 2Y N/A N/A N/A N/A 1S 1S 1W 2W 3Y 1Y N/A N/A N/A 4Y N/A N/A

Curbside Check-in Terminals A/B/C N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

DCA Operations, Terminal Service Center, Police Stations, Hangar 5 CCC

N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 2M 1W 3Y 1Y N/A N/A N/A 2Y A/R N/A

Elevators N/A N/A N/A N/A 1S N/A N/A 1M N/A 2Y N/A N/A N/A N/A 1S 1S 1W 2W 1M 2Y N/A N/A 1S 4Y A/R N/A

Entrances/Vestibules N/A N/A 1S N/A 1S N/A N/A 6Y 2Y 2Y N/A N/A N/A N/A 1S 1S 1W 2W 1M 1Y N/A 1S 1S 1M A/R 1S

Escalator/Moving Walkways N/A N/A 1S 1S 1S N/A N/A 6Y N/A N/A N/A N/A N/A N/A 1W N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Exterior Sidewalks and Terraces 1S 1S N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S N/A N/A N/A N/A N/A 1M N/A N/A N/A N/A N/A

Food Court Areas N/A N/A N/A N/A N/A N/A N/A N/A 2Y 1Y N/A 1Y N/A N/A N/A N/A N/A N/A see floor care schedule 2Y N/A N/A N/A N/A N/A N/A

Gate/Hold Room Areas N/A N/A 1S N/A 1S 1S N/A 6Y 1M 2Y N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S 1S 6Y 1W N/A

Information Centers N/A N/A 1S N/A N/A N/A N/A 6Y N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Information Monitors (MUFIDS) N/A N/A 1S N/A N/A N/A N/A 6Y N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Loading Docks N/A N/A N/A N/A 1S N/A N/A 6Y 2Y 2Y N/A N/A N/A N/A 1S 1S 1W 2W 3Y 1Y 1Y N/A N/A 2Y N/A N/A

Metro Connectors and A/B Connector 1S 1S 1S N/A 1S N/A N/A 6Y 2Y 2Y N/A N/A 2Y N/A 1S 1S 2W 1S see floor care schedule 2Y N/A N/A N/A N/A N/A 1S

MWAA Admin. (Offices, conference, copy, file, locker, break rooms & kitchens)

N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Passenger Loading Bridges N/A N/A 1S N/A 1S N/A N/A 6Y 1M 6Y N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S 6Y 1W N/A

**Security Check-Points to include new future check-points 1S 1S 1S N/A 1S 1S N/A 6Y 1M 2Y N/A N/A N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Stairwells N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1M 1Y N/A N/A N/A N/A N/A N/A

Sub-Level N/A N/A N/A N/A N/A N/A N/A N/A 2Y N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Terminal B/C Baggage Level Glass and Curtain Walls N/A N/A N/A N/A N/A N/A N/A N/A N/A 2W N/A N/A N/A 2W N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Terminal A/B/C Bus Shelters N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Terminal A South Lobby 1S 1S 1S 1S 1S 1S 1S 6Y 2Y 1Y 2Y 1Y N/A N/A 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S

Ticket Counters To Include TSA Screening Areas 1S 1S 1S N/A 1S N/A N/A 6Y 2Y 2Y N/A N/A N/A N/A 1S 1S N/A N/A N/A N/A N/A 1S 2W 1M N/A N/A

Ticket, Concourse, Baggage Levels Public Areas 1S 1S 1S N/A 1S 1S 1S 6Y 2Y 1Y 2Y 1Y 2Y N/A 1S 1S 2W 1S see floor care schedule 2Y N/A 1S 1S 1M N/A N/A

USO Office N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Locations Empty Trashcans

Empty Recycle

Spot Clean and Mop

Police for Spills &

Litter

Remove Stains/Gum (All Floors)

Passenger Seating

Water Fountains

Bright work Dust VentsHigh

Cleaning up to 16 feet

Cleaning Above

Concession Space

High Cleaning full height

Artwork Cleaning

Detailed Glass Cleaning

Sweep/Dust Mop

Damp Mop Auto Scrub

Maintainer Burnish Scrub and RecoatStrip and Refinish

Power Washing Concrete

Spot Vacuum Obvious Soil

Vacuum Extraction Shampoo

Low Moisture Carpet

Cleaning

Walk off Mat

cleaning

Elevators N/A N/A N/A N/A 1S N/A N/A 1M N/A 2Y N/A N/A N/A N/A 1S 1S 1W 2W 1M 2Y N/A N/A 1S 4Y A/R N/A

Entrances/Vestibules N/A N/A 1S N/A 1S N/A N/A 6Y 2Y 2Y N/A N/A N/A N/A 1S 1S 1W 2W 1M 1Y N/A N/A N/A N/A A/R 1S

Garage A/B Overhead Canopy N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 2Y N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Lobbies (includes Rental car area) 1S 1S 1S 1S 1S N/A 1S 6Y 2Y 2Y N/A N/A N/A N/A 1S 1S 1W 2W 1M 1Y N/A N/A N/A N/A N/A 1S

Metro Connectors 1S 1S 1S 1S 1S N/A N/A 6Y 2Y 2Y N/A N/A N/A N/A 1S 1S 2W 1S see floor care schedule 2Y N/A N/A N/A N/A N/A 1S

Taxi Structure/Café Seating 1S 1S 1S 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1M N/A N/A N/A N/A N/A

Stairwells N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 2Y N/A N/A N/A N/A N/A N/A 2Y N/A N/A N/A N/A N/A

FREQUENCY KEY

H = Hourly

C=Continuous *Spot Clean and Mop includes removing stains and spills from exterior sidewalk and terrace areas for terminals A/B/C (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

S = Shift

W = Weekly

M = Monthly

Y = Yearly

A/R = As RequiredN/A = Not Applicable

3rd Shift (10PM - 6AM)Hard Floor Maintenance Carpet Maintenance

APPENDIX E4 - Shift 3

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency).

**Security Checkpoint is further defined as the immediate area where the CTX machines are located and where passengers are screened, it does not include the queue line area or areas outside of the actual screening area. Contractor is not to clean the CTX machines.

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

General Maintenance

NOTES:

Parking Garages exclusive of restrooms

RONALD REAGAN WASHINGTON NATIONAL AIRPORTAppendix E-4 Housekeeping Task and Frequencies Chart - Shift 3

Terminals exclusive of restrooms3rd Shift (10PM - 6AM)

Hard Floor Maintenance Carpet MaintenanceGeneral Maintenance

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX E5

HOUSEKEEPING TASK AND FREQUENCIES CHART – RESTROOMS

Locations Spot Clean and Mop

Police for Spills & Litter

Empty TrashReplenish Supplies

Sweep & Wet Mop Floors

Disinfect Counters/Fixtures/Toilets

/UrinalsClean Mirrors Bright Work

Machine Scrub & Disinfect

Scrub & Disinfect

WallsPower Wash

Clean Ceiling & Vents

MWAA Areas 2S 2S 2S 2S 1S 1S 1S 1S 6Y 6Y N/A 6Y

Ticket, Concourse, and Baggage Level Public Areas (Male, Female and Companion Care Restrooms) Includes new future check-point areas as they become operational

16S 16S 16S 16S 2S 1S 1S 1S N/A N/A N/A N/A

Banjo, South, and Center Piers (Male and Female Restrooms) Includes new future Concourse Pier when it becomes operational

4H 4H 4H 4H 2S 1S 1S 1S N/A N/A N/A N/A

Banjo, South, and Center Piers (Companion Care Restrooms) Includes new future Concourse Pier when it becomes operational

16S 16S 16S 16S 2S 1S 1S 1S N/A N/A N/A N/A

North Pier (Male and Female Restrooms) C C C C 2S 2S 2S 2S N/A N/A N/A N/A

North Pier (Companion Care Restrooms) 16S 16S 16S 16S 2S 1S 1S 1S N/A N/A N/A N/A

Terminal A-Garage A - Rental Car Restrooms

4S 4S 4S 4S 1S 1S 1S 1S N/A N/A N/A N/A

Terminal A - Dog Park Relief Station8S 8S 8S 1S 8S 1S 1S 1S N/A N/A N/A N/A

Locations Spot Clean and Mop

Police for Spills & Litter

Empty TrashReplenish Supplies

Sweep & Wet Mop Floors

Disinfect Counters/Fixtures/Toilets

/UrinalsClean Mirrors Bright Work

Machine Scrub & Disinfect

Scrub & Disinfect

WallsPower Wash

Clean Ceiling & Vents

MWAA Areas N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Ticket, Concourse, and Baggage Level Public Areas (Male, Female and Companion Care Restrooms) Includes new future check-point areas as they become operational

8S 8S 8S 8S 1S 1S 1S 1S 1M 1M N/A 6Y

Banjo, South, and Center Piers (Male and Female Restrooms) Includes new future Concourse Pier when it becomes operational

2S 2S 2S 2S 1S 1S 1S 1S 1M 1M N/A 6Y

Banjo, South, and Center Piers (Companion Care Restrooms) Includes new future Concourse Pier when it becomes operational

2S 2S 2S 2S 1S 1S 1S 1S 1M 1M N/A 6Y

North Pier (Male and Female Restrooms) 2S 2S 2S 2S 1S 1S 1S 1S 1M 1M N/A 6Y

North Pier (Companion Care Restrooms) 2S 2S 2S 2S 1S 1S 1S 1S 1M 1M N/A 6Y

Terminal A-Garage A - Rental Car Restrooms

2S 2S 2S 2S 1S 1S 1S 1S 1M 1M N/A 6Y

Terminal A - Dog Park Relief Station2S 2S 2S 1S 2S 1S 1S 1S 1M 1M 1S 6Y

FREQUENCY KEY

H = Hourly

C=Continuous

S = Shift

W = Weekly

M = Monthly

Y = Yearly

A/R = As Required

N/A = Not Applicable

NOTES:

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency).

Locations refer to restrooms as identified in Supplemental Number 1 Space Drawings, The contractor shall be responsible for providing services to the actual square footage and quantities of fixtures that exist in the spaces identified on the drawings, at no additional cost to the Airports Authority.

All heavy maintenance tasks required on 3rd shift are to be completed prior to 4AM.

APPENDIX E5 - Terminal Restrooms

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency).

NOTES:

Routine Policing Daily Maintenance Heavy Maintenance

Terminal Restrooms3rd Shift (10PM - 6AM)

*In addition to below, during the hours of 10PM to 12PM and 4AM to 6AM restrooms shall be serviced every 30 minutes for Routine Policing tasks

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

RONALD REAGAN WASHINGTON NATIONAL AIRPORTAppendix E5 - Housekeeping Task and Frequencies Chart

Terminal Restrooms1st Shift (6AM - 2PM)

Routine Policing Daily Maintenance Heavy Maintenance

2nd Shift (2PM - 10PM)

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX E6

HOUSEKEEPING TASK AND FREQUENCIES CHART – OUTLYING BUILDINGS

Locations Empty Ash-Trash CansEmpty

RecycleSpot Clean and

MopPolice for Spills

& Litter

Remove Stains/Gum (All

Floors)

Passenger Seating

Water Fountains

Bright work Dust VentsHigh

Cleaning up to 16 feet

Cleaning Above

Concession Space

High Cleaning full height

Artwork Cleaning

Detailed Glass

Cleaning

Sweep/Dust Mop

Damp Mop Auto Scrub

Maintainer BurnishScrub and

RecoatStrip and Refinish

Power Washing Concrete

Spot Vacuum Obvious Soil

Vacuum Low Moisture

Carpet Cleaning

Extraction Shampoo

Walk off Mat cleaning

Air Cargo Building Bay 103/104 - Office Spaces 1S 1S 1W 1S 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A A/R 1W N/A 1Y N/A

Fire House N/A 1S N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A NA N/A

Fuel Farm N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1M 1M 1M 1M 1Y 1Y N/A N/A N/A N/A NA N/A

Security Guard Booths 1S N/A 1W 1S 1S N/A N/A N/A 4Y N/A N/A N/A N/A N/A 1M 1M N/A N/A N/A N/A N/A N/A 1W N/A 1Y N/A

Locations Empty Ash-Trash CansEmpty

RecycleSpot Clean and

MopPolice for Spills

& Litter

Remove Stains/Gum (All

Floors)

Passenger Seating

Water Fountains

Bright work Dust VentsHigh

Cleaning up to 16 feet

Cleaning Above

Concession Space

High Cleaning full height

Artwork Cleaning

Detailed Glass

Cleaning

Sweep/Dust Mop

Damp Mop Auto Scrub

Maintainer BurnishScrub and

RecoatStrip and Refinish

Power Washing Concrete

Spot Vacuum Obvious Soil

Vacuum Low Moisture

Carpet Cleaning

Extraction Shampoo

Walk off Mat cleaning

MWAA Offices, copy, file, locker, break rooms, corridors, lobbies & kitchens.

1S 1S 1S 1S 1S N/A 1S N/A 4Y 2Y N/A N/A N/A N/A 1S 1W N/A 1M 1Y 1Y N/A 1S 1W N/A 2Y 1S

Conference Rooms 2S 2S 2S 2S 2S N/A N/A 2Y 4Y 2Y N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1S 1S 1M 2Y N/A

Elevators N/A N/A 1S 1S 1S N/A N/A 2Y N/A 2Y N/A N/A N/A N/A 1S 1W N/A 1M 1Y 1Y N/A 1S 1S 1M 2Y N/A

Entrances/Vestibules 1S 1S 1S 1S 1S N/A N/A 2Y 4Y 2Y N/A N/A N/A N/A 1S 1W N/A 1M 1Y 1Y N/A 1S 1S 1M 2Y 1S

Stairwells N/A N/A 1W 1S 1S N/A N/A N/A N/A 2Y N/A N/A N/A N/A 1S 1M N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

FREQUENCY KEY

H = Hourly

C=Continuous

S = Shift

W = Weekly

M = Monthly

Y = Yearly

A/R = As Required

N/A = Not Applicable

Appendix E6 Outlying Buildings Shift 1

NOTES:

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency).

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

*** The Boiler Chiller Plant is also referred to as the Central Plant***

Trash and recycling collection services shall include at a minimum of one cycle of service performed in conference rooms, copy rooms, break rooms and lunch rooms/kitchens after 1 PM.

East Bldg., West Bldg., Shops Bldg., Hangars 2, 3, 4, 5, 6, Warehouse, Boiler/Chiller Plant Outlying Buildings exclusive of restrooms

1st Shift (6AM - 2PM)General Maintenance Hard Floor Maintenance Carpet Maintenance

RONALD REAGAN WASHINGTON NATIONAL AIRPORTAppendix E6 Housekeeping Task and Frequencies Chart

Air Cargo, Fire House, Fuel Farm, Security Guard Booths, Outlying Buildings exclusive of restrooms1st Shift (6AM - 2PM)

General Maintenance Hard Floor Maintenance Carpet Maintenance

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX E7

HOUSEKEEPING TASK AND FREQUENCIES CHART – OUTLYING BUILDINGS RESTROOMS

Locations Spot Clean and Mop

Police for Spills & Litter

Empty TrashReplenish Supplies

Sweep & Wet Mop Floors

Disinfect Counters/Fixtures/Toilet

s/UrinalsClean Mirrors Bright Work

Machine Scrub & Disinfect

Floor

Scrub & Disinfect

WallsPower Wash

Clean Ceiling & Vents

MWAA Boiler/Chiller Plant (Central Plant) 1S 1S 2S 2S 1S 1S 1S 1S 6Y 6Y N/A 6Y

MWAA East, West and Shop Buildings 1S 1S 2S 2S 1S 1S 1S 1S 6Y 6Y N/A 6Y

Guard Booths 1S 1S 1S 1S 1S 1S 1S 1S 6Y 6Y N/A 6Y

Hangar 2 1S 1S 1S 1S 1S 1S 1S 1S 6Y 6Y N/A 6Y

Hangar 3 1S 1S 1S 1S 1S 1S 1S 1S 6Y 6Y N/A 6Y

Hangar 5 2S 2S 2S 2S 2S 2S 2S 2S N/A N/A N/A N/A

Hangar 6 1S 1S 1S 1S 1S 1S 1S 1S 6Y 6Y N/A 6Y

Taxi Parking Structure 4S 4S 4S 4S 2S 2S 2S 2S N/A N/A N/A N/A

MWAA Warehouse 1S 1S 1S 1S 1S 1S 1S 1S 6Y 6Y N/A 6Y

Notes:

Locations Spot Clean and Mop

Police for Spills & Litter

Empty TrashReplenish Supplies

Sweep & Wet Mop Floors

Disinfect Counters/Fixtures/Toilet

s/UrinalsClean Mirrors Bright Work

Machine Scrub & Disinfect

Floor

Scrub & Disinfect

WallsPower Wash

Clean Ceiling & Vents

MWAA Boiler/Chiller Plant (Central Plant) N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

MWAA East, West and Shop Buildings N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Guard Booths N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Hangar 2 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Hangar 3 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Hangar 5 2S 2S 2S 2S 2S 2S 2S 2S N/A N/A N/A N/A

Hangar 6 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Taxi Parking Structure 4S 4S 4S 4S 2S 2S 2S 2S N/A N/A N/A N/A

MWAA Warehouse N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Notes:

Locations Spot Clean and Mop

Police for Spills & Litter

Empty TrashReplenish Supplies

Sweep & Wet Mop Floors

Disinfect Counters/Fixtures/Toilet

s/UrinalsClean Mirrors Bright Work

Machine Scrub & Disinfect

Scrub & Disinfect

WallsPower Wash

Clean Ceiling & Vents

MWAA Boiler/Chiller Plant (Central Plant) N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

MWAA East, West and Shop Buildings N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Guard Booths N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Hangar 2 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Hangar 3 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Hangar 5 2S 2S 2S 2S 1S 1S 1S 1S 6Y 6Y N/A 6Y

Hangar 6 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Taxi Parking Structure 2S 2S 2S 2S 1S 1S 1S 1S 2W 2W 1M 1M

MWAA Warehouse N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Notes:

FREQUENCY KEY

H = Hourly

C=Continuous

S = Shift

W = Weekly

M = Monthly

Y = Yearly

A/R = As Required

N/A = Not Applicable

Routine Policing Daily Maintenance Heavy Maintenance

RONALD REAGAN WASHINGTON NATIONAL AIRPORTAppendix E7 - Housekeeping Task and Frequencies Chart

Outlying Building and Hangar Restrooms 1st Shift (6AM - 2PM)

APPENDIX E7 - Outlying Building Restrooms

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).

Locations refer to all restrooms as identified in Appendices B, C and D, the contractor shall be responsible for providing services to the actual square footage and quantities of fixtures that exist in the spaces identified on the drawings, at no additional cost to the Airports Authority.

Daily Maintenance Heavy Maintenance

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency).

Daily Maintenance tasks required on Shift 2 are to be performed after 9PM.

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency).

All Daily and Heavy Maintenance tasks on Shift 1 are to be completed prior to 8AM.

A numeric prefix to a frequency indicates the amount of times that that task is to be performed within the frequency (i.e., 6Y equals six times per year to be performed at equal intervals within the frequency)All daily and heavy maintenance tasks required within this shift are to be completed prior to 4AM.

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).Locations refer to all restrooms as identified in Appendices B, C and D, the contractor shall be responsible for providing services to the actual square footage and quantities of fixtures that exist in the spaces identified on the drawings, at no additional cost to the Airports Authority.

Housekeeping tasks and frequencies stated on appendices are minimum requirements. The contractor shall perform all necessary tasks and frequencies over and above the minimums to ensure a clean and presentable facility at all times. (See Appendix "F" Performance Standards, See SOW Performance Incentives and Penalties).Locations refer to all restrooms as identified in Appendices B, C and D, the contractor shall be responsible for providing services to the actual square footage and quantities of fixtures that exist in the spaces identified on the drawings, at no additional cost to the Airports Authority.

Outlying Building and Hangar Restrooms 3rd Shift (10PM - 6AM)

Routine Policing Daily Maintenance Heavy Maintenance

Outlying Building and Hangar Restrooms 2nd Shift (2PM - 10PM)

Routine Policing

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX F

PERFORMANCE STANDARDS

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Contract Performance Standards The contractor shall fulfill the requirements of this document in accordance with the following quality standards. At any time during the contract period, if the Contractor fails to meet the task and frequency schedules, and/or if the COTR determines that work is deficient, and/or if work is not in compliance with the contract performance standards, the Contractor shall be required to correct these deficiencies at no additional cost to the Airports Authority. In addition the contractor may be subject to penalties for non-compliance with contract requirements. GENERAL HOUSEKEEPING PERFORMANCE STANDARDS 1. Empty Cigarette Ash and Trash Cans

Method The contractor shall be responsible for providing trash collection services in all areas where they are required to provide housekeeping services. The contractor shall collect trash by removing the plastic liners (BLACK BAGS ONLY) from trash cans and place them into a collection container. The contractor shall pick up and properly dispose of all waste and recyclable materials in the immediate vicinity of the trash cans, recycling bins and exterior containers. All trash cans shall be returned to their original position. Gate/Hold-room trash cans must stay on the terrazzo surface only. The contractor shall ensure the trash cans are clean inside and out at all times. If a plastic liner is used in the trash can, a new liner shall be placed in the trash can after emptying. These liners shall be provided by the contractor at no additional cost to the Airports Authority. The contractor shall regularly inspect all cans for damage and report all such damage to the COTR. The contractor is required to transport trash from its point of collection to the exterior containers/compactors outside of the view of the public to the maximum extent possible. The contractor is required to provide all containers necessary to transport trash and recyclables from the point at which the contractor picks them up until they are placed by the contractor into the designated exterior containers/compactors. Transport containers shall be clearly marked with the Contractor’s name on all sides. The contractor shall not dispose of collected waste in the AOA containers/compactors. All collected waste is to be disposed of on the non-secure side of the airport in MWAA designated containers/compactors. There shall be no exceptions to this requirement. The contractor's personnel shall operate the exterior containers/compactors in a safe manner as required to accept the materials which the Airports Authority has designated them to receive. The Airports Authority will determine the number and location of all trashcans, recycling bins, and exterior containers which are to be a part of this requirement. These numbers and locations may vary. The contractor, at no additional cost to the Airports Authority, will accommodate such changes. As of January 2018, there currently are approximately 200 trash cans and 70 ash cans/smokers stations to be serviced under this contract. The contractor shall remove and dispose of all cigarette butts from the ash cans/smokers stations. They shall attach a non-combustible container labeled cigarette butts to the pushcart that the designated person uses to collect the trash on the Ticket, Concourse and Baggage level sidewalks. To empty the cigarette butt container in the trash compactor the person must first fill the container with water and then empty in the Airports Authority’s trash compactor. The contractor shall be responsible for maintaining the aggregate material in these cigarette butt containers. The Contractor shall use disposable cloths and detergent solution or crème cleanser and scrub pads to remove stains and soil from the interior and exterior of cigarette ashtrays and urns.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality Trashcans shall be empty, clean inside and out, and have a new clean black plastic liner neatly inserted if one is used in the container at all times. The contents removed from these containers shall be segregated and not contaminated by the contractor. The transportation of these contents to the Airports Authority’s exterior trash containers shall be accomplished by the contractor without littering the Airports Authority's property. The contractor shall deposit these contents in the exterior containers provided by the Airports Authority for the respective segregated materials. The area surrounding these exterior containers shall be free of litter. Ash can surfaces shall be clean and have no trash or litter in the base of cans.

2. Empty Recycle

Method At various locations the contractor shall be responsible for the daily collection, segregation, transportation and disposal of the contents of recycling bins which are provided by the Airports Authority. The contractor shall not dispose of recyclable material in the AOA containers/compactors. All recyclable material is to be disposed of on the non-secure side of the airport in MWAA designated containers/compactors. There shall be no exceptions to this requirement. The contractor shall be responsible for providing recyclable collection services in all areas where it is required to provide housekeeping services. The following recyclable materials are currently collected: - Cardboard and Mixed Paper (including office waste paper, newspapers, magazines and cardboard boxes) - Glass - Metal - Plastics (plastic soda bottles) - Aluminum (Aluminum cans) - Shipping Pallets The contractor shall provide all the types, sizes and numbers of containers necessary to transfer materials to the exterior containers which are provided on the job site and designated by the Airports Authority. The contractor shall collect recyclables by emptying the recycle bin or removing the plastic liner (CLEAR BAGS ONLY) with the recyclables and emptying it into collection containers reserved for recyclables. The contractor shall make sure the recycle bins are clean inside and out at all times. If a plastic liner is used in the recycle bin, a new liner shall be placed in the recycle bin after emptying. These liners shall be provided by the contractor at no additional cost to the Airports Authority. The contractor shall visually inspect the contents of the recycle bin for contamination by trash. The contents of recycle bins shall be considered to be contaminated if they contain more than 10% trash. The contractor shall also collect identifiable recyclables which have not been placed in receptacles. The contractor shall transport and place all collected contaminated recyclables into the exterior containers provided by the Airports Authority for trash. The contractor's personnel shall operate the exterior containers in a safe manner as required to accept the materials which the Airports Authority has designated them to receive. The contractor shall segregate, transport and place all non-contaminated recyclables into the exterior containers which are provided by the Airports Authority to receive the recyclables. The contractor shall report the degree to which it found contamination of trash and recyclables to the COTR prior to the end of the next regular business day. The contractor shall regularly inspect all recycling bins for damage and report all such damage to the COTR.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

At the Airport the contractor shall collect shipping pallets within the areas where it provides housekeeping services pursuant to this SOW. The contractor shall segregate, transport and deposit these pallets in the designated exterior container(s) provided by the Airports Authority. The contractor is required to provide all containers necessary to transport and store recyclables from the point at which the contractor picks them up until they are placed by the contractor into the designated exterior containers that are provided by the Airports Authority. Transport containers shall be clearly marked with the contractor’s name on all four sides. The contractor is required to transport recyclables from their point of collection to the exterior containers outside of the view of the public to the maximum extent possible. The Airports Authority will determine the number and location of all trashcans, recycling bins, and exterior containers, which are to be a part of this requirement. These numbers and/or locations may vary. The contractor, at no additional cost to the Airports Authority, will accommodate such changes. As of January 2018, there currently are 115 recycling bins to be serviced under this contract. The contractor shall pick up and properly dispose of all waste and recyclable materials in the immediate vicinity of the trashcans, recycling bins and exterior containers. Quality Recycling bins shall be empty, clean and have a new clean clear plastic liner neatly inserted if one is used in the container at all times. The contents removed from these containers, shall be segregated and not contaminated by the contractor. The transportation of these contents to the Airports Authority’s exterior recycle containers shall be accomplished by the contractor without littering the Airports Authority's property. The contractor shall deposit these contents in the exterior containers provided by the Airports Authority for the respective segregated materials. The area surrounding these exterior containers shall be free of litter.

3. Spot Clean and Mop All Surfaces

Method The contractor shall spot clean all exposed surfaces including but not limited to horizontal, vertical, curved and angular surfaces from a standing level to a height of 8 feet to ensure cleanliness throughout the facilities. These surfaces include, but are not limited to, all carpet, walls, doors, door frames, floors, framed wall hangings, decorative and structural supports, window sills, window panel glass, desks, chairs, fixtures, furniture, information signs, advertisements, monitors, televisions, plumbing, trash/recycling cans, clocks, exit signs, cameras, trim, light fixtures, piping, and interior glass (transoms, framed wall hangings, door glass, bookcases, information signs, advertisements, monitors, televisions, interior glass, mirrors and display cases). Dusting shall be performed with a treated dust cloth. Feather or untreated acrylic dusters shall not be used. Items on top of cabinets and desk shall not be moved and caution should be used when dusting around them. Cleaning shall be performed with a suitable general cleaner and cloth. All hard floors shall be policed for areas requiring spot mopping, scuff mark removal and grout line spot cleaning. All carpeted areas shall be policed for areas requiring spot, stain and gum removal. Workers shall use wet floor signage when performing these tasks.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality All surfaces shall be free of streaks, stains, spots, finger prints, smears, smudges, dust, lint, spider webs and soil at all times. The contractor shall use an approved type cleaner for the surfaces being cleaned. Glass, which includes, but is not limited to windows, mirrors, sliding glass doors, glass surfaces on escalators and moving walk ways shall be free of spots, fingerprints, smudges and lint at all times. All hard floors shall be free of spots, stains and scuff marks at all times. All carpeted areas shall be free of spots and stains at all times. Hard floors shall have a clean, glossy and uniform appearance at all times. Grout lines shall be clean and uniform in color at all times.

4. Police for Spills and Litter

Method This task involves scheduled policing of all floor areas covered by this contract. The contractor shall immediately cleanup all identified spills to ensure unsafe conditions are rectified. All spills on hard floors and all grout lines shall be cleaned with a neutral floor cleaner (or as per manufactures directions). Wet floor signs, cones and/or barricades shall be posted immediately by the contractor and remain staged until the floor is completely dry. The contractor shall document and report to the COTR all slips and falls which are brought to the attention of the contractor. The contractor shall also collect and dispose of all litter and other debris they find during these scheduled policing activities. Quality All spills shall be cleaned up and the appearance of floor surfaces and grout lines shall be restored to that which existed prior to the occurrence of the spill. All floors will be free from visible litter and other debris at all times

5. Remove Stains/Gum/Black Marks and Scuff Marks (All Floor Types) Method The contractor shall be responsible for cleaning all stains as they occur and for removing gum from floor surfaces such as carpet, terrazzo, porcelain and resilient tile without damaging the floor surface. The contractor must demonstrate to the satisfaction of the COTR those stains which the contractor determines cannot be removed without damaging either the underlying and/or surrounding surfaces. Quality Floors are to be clean and free of all removable stains and gum at all times. Areas that have been spot cleaned shall have uniform appearance and shall be indistinguishable from the surrounding carpet, terrazzo or tile. Floors shall be free of black marks and other scuff marks at all times.

6. Passenger Seating

Method Passenger seating shall be cleaned with a suitable general cleaner, this includes removal of stains, debris, dust, lint and food particles. Stainless or bright work on bottom of seating shall be cleaned with an approved product without damaging the seating. Seating shall be returned to its original orderly position at the completion of all work. Quality Seating shall be clean, orderly and in its original location at all times.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

7. Water Fountains

Method The Contractor shall use spray bottles of germicidal disinfectant solution, clean cloths, scrub pads, and crème cleaner to remove all obvious soil, streaks, smudges, etc., from the drinking fountains and cabinets, and disinfect all porcelain and polished metal surfaces including the orifices and drain. After cleaning and disinfecting, the entire drinking fountain shall be free of streaks, stains, spots, smudges, scale, and other removable soil. Quality The fountain shall be clean and free of spots, streaks, stains, smears and mineral deposits at all times.

8. Bright Work

Method All bright work i.e., stainless steel, brass and chrome shall be cleaned, polished and or buffed to achieve its intended shine without damaging the metal surface. Bright work, which includes, but is not limited to, metal/stainless wall panels, counters, door kick plate panels, door knobs, bag claim devices, columns, water fountains, sinks, metal canopy, bag claim devices, escalators and moving walkways, MUFIDS, mirror frames, sliding door frames, window frames, hand rails, metal bollards, elevators door framework and interior panels, passenger seating, power/charge up stations, and fire extinguisher cabinets. Quality All Bright work is to have a clean, uniform appearance free of floor wax, spots, fingerprints, streaks, smears and smudges at all times.

9. Dust Vents

Method All wall and ceiling vents shall be dusted and wiped clean with a damp cloth without dirtying or damaging the surrounding surfaces. Quality Vents shall be clean and free from dust, dirt, stains, trash and spider webs

10. High Cleaning - up to 16 feet

Method This task involves dusting and cleaning with a damp cloth and appropriate cleaning solution, all exposed interior surfaces including but not limited to horizontal, vertical, curved and angular surfaces from the floor to a height of 16 feet. These surfaces include but are not limited to beams, walls, door frames, ceilings, ceiling panels, decorative and structural supports, information signs, advertisements, monitors, televisions, air conditioning and heating ducts, plumbing, clocks, exit signs, cameras, door trim, light fixtures and piping. Windows or store front glass will not be cleaned. Quality All building surfaces and fixtures shall be free of dust, dirt, stains, trash and spider webs. Contractor shall notify the COTR in writing of all deficiencies noted out of the normal scheduled cycle for high cleaning up to 16 feet.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

11. Cleaning Above Retail Tenant Space

The contractor shall clean all building surfaces above the retail and food concessionaires located in the Piers as well as those located along the Concourse level in Terminals A/B/C per the drawings marked High Elevation Cleaning above Retail Tenant Space. Method All exposed surfaces shall be wiped with a cloth containing a cleaning solution. All dust, cobwebs and loose dirt shall be removed. Cleaning solutions must not be harmful to any of the surfaces being cleaned. All surfaces, trim, bases, edges, and frames shall be wiped clean and dried. Quality All surfaces shall be free of dust, dirt, stains, trash and spider webs. Contractor shall notify the COTR in writing of all deficiencies noted out of the normal scheduled cycle for cleaning above the retail tenant space.

12. High Cleaning – full height

Method This task involves dusting and cleaning with a damp cloth and appropriate cleaning solution, all exposed interior surfaces including but not limited to horizontal, vertical, curved and angular surfaces in all the public and common areas from the floor to the full height of the space. This is a separate and distinct frequency from items 10 and 11 of this section and is not intended to be a cumulative effort combined with those frequencies. Surfaces include but are not limited to walls, door frames, ceilings, ceiling panels, decorative and structural supports, information signs, advertisements, monitors, televisions, air conditioning and heating vents, plumbing, clocks, exit signs, cameras, door trim, light fixtures and piping. Windows or store front glass will not be cleaned.

Quality All building surfaces and fixtures shall be free of dust, dirt, stains, trash and spider webs. Contractor shall notify the COTR in writing of all deficiencies noted out of the normal scheduled cycle for full height cleaning.

13. Artwork Cleaning

General The contractor shall clean the artwork which has been installed in Terminals A/B/C. This work must be done with great care. The contractor shall be liable for all damage to artwork caused by the contractor's employees and/or the subcontractors while they are fulfilling the requirements of this contract. Restoration or repair of any damaged artwork is difficult and expensive. Cleaning requirements are described briefly below: FLOOR MEDALLIONS There are 10 floor medallions placed along the floor of the Main Concourse Level in Terminals B/C. These medallions are circular, 18'-0" in diameter. Eight of these are fabricated in marble and glass mosaic, one is fabricated and poured in place terrazzo with cast bronze inserts, and one is fabricated in cut stone. Maintenance: The mosaic floor medallions should be cleaned, sealed and maintained in exactly the same manner as the standard poured in place terrazzo floor in the Terminal.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality: The artwork shall be clean. The cleaning process shall not damage the artwork. PORCELAIN BALUSTRADE PANELS Description: There are 10 porcelain balustrade panel installations along the length of the Ticket Level Balustrade in the Main Concourse. Each porcelain balustrade panel installation consists of 3 double-sided panels. Each panel consists of two 16 gauge steel panels, which are laminated to either side of a sheet of structural aluminum. The artist's images are fired, in porcelain, onto the 16 gauge steel. These panels are then glazed into the Ticket Level balustrade in place of the standard perforated metal panels in each location. Maintenance: The surface on both sides of these panels should be wiped clean with standard glass cleaner which does not contain abrasives. Quality: The artwork shall be clean. The cleaning process shall not damage the artwork. BOW FRONT BALUSTRADE INSTALLATION Description: A sculptural balustrade installation on the ticket level balcony consisting of a painted steel cage/frame construction within which are welded a series of cast bronze "elements of Americana" and a series of copper letters spelling out several verses of a poem by Walt Whitman. Maintenance: This installation requires dusting. Should it be necessary, this installation may be cleaned with soap and water, however ammonia and bleach cleansers must be avoided as they may have an adverse effect upon the finish of both the copper letters and the cast bronze elements. Quality: The artwork shall be clean. The cleaning process shall not damage the artwork. SOUTH WALL TRELLIS INSTALLATION Maintenance: This installation on the south wall of the ticketing level requires dusting. If necessary, soap and water may be used to clean the installation where necessary. The curtain wall behind the installation must also be cleaned. Every panel of this installation is attached to 2'x8' operable aluminum frame which swings open. Each panel is equipped with three latches which normally hold it closed, and an integrated stand which can be used to hold it in the open position while the curtain wall glass is being cleaned. Each panel must be opened, the glass behind cleaned, and then gently latched closed. Quality: The artwork shall be clean. The cleaning process shall not damage the artwork. METRO-BRIDGE MURALS

Location: There are four wall mural installations in Terminals B/C. Two are located at the baggage wells for the North Metro-Bridge and two are located at the baggage wells for the South Metro-Bridge. Description: Each Mural installation is made up of nine panels, each measuring approximately 2'x8'. These panels are organized in a 3’x3’ grid, forming an overall mural which measures 6'x24’. The panels are mounted to the wall such that their surface is flush with the surrounding wall panels. Maintenance: These murals shall be dusted only. No maintenance beyond this should occur without the consultation of the artist. These installations should never be exposed to liquids of any type during their maintenance.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality: The artwork shall be clean. The cleaning process shall not damage the artwork. SCREEN WALL INSTALLATION Location: The East Face of the Service Corridor Bridge on the Concourse Level at the Center Well. Maintenance: This installation should only require occasional light cleaning with a feather duster, or compressed air. Due to the nature of the copper surface, no liquid should ever be used to clean this installation. The curtain wall at this location is constructed in a series of large sliding panels, 8' in width (similar to a sliding storefront). This allows substantial access to the installation and the space behind it for cleaning. Quality: The artwork shall be clean. The cleaning process shall not damage the artwork.

14. Sweep/Dust mop

Method The contractor shall use a microfiber dust mop or an automatic scrubber machine with a white pad to remove all litter, dust, dirt and foreign matter from the floor. Quality The floors are to be cleaned without causing more than a minimum amount of dust to be stirred into the air. Floor surfaces shall have uniform clean shiny appearance at all times.

15. Damp Mop or Auto Scrub (All Floor Types)

Method Prior to task the contractor shall sweep the entire area using a microfiber dust mop and remove all black marks, scuff marks, gum and other debris. Task shall be performed with clean water and the proper cleaner. Brush or pad pressure shall be adjusted high enough to provide firm contact with the surface, but not enough to cause any deleterious effect to the finish being cleaned. Where practical to do so, furnishings and floor-mounted trash and ash receptacles shall be moved out of the area to be scrubbed, thereby reducing the amount of hand mopping required. The squeegee, when properly adjusted, shall leave no streaks or puddles while scrubbing. Detergent solution left on the surface as a result of turns made during the auto scrubbing operation shall be removed promptly with a mop, mop bucket, and wringer. If the solution is allowed to dry, it will leave a whitish discoloration on the finish. All spills shall be cleaned using a neutral floor cleaner. A sufficient amount of wet floor signs and barricades are to be posted until the floor is completely dry. Quality The floors, including corners, grout lines and edges, shall be clean, free of soil, streaks, film or stains. Floor surfaces shall have a uniform shiny appearance at all times. Floors shall be free of black marks and other scuff marks at all times.

16. Maintainer Application for Terrazzo and Resilient Tile Floors

Method Contractor shall apply the approved product through the dilution center of the auto scrubber or as per manufacturer’s directions or in small areas applied with a hand mop prior to burnishing the floor.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality Floors shall have a surface that is clean has an even shine and is free of cleaning pad dust. Floors shall meet the slip resistance requirements needed to prevent slip and falls at all times.

17. Burnish Terrazzo and Resilient Tile Floors

Method The Contractor shall dust mop and machine scrub/damp mop the floor surface in preparation for spray buffing. The Contractor shall use high rpm floor machines, buffing pads, and a buffing solution to restore a uniform gloss and protective finish to resilient tile or terrazzo floors which are finished with a floor finish. The buffing solution shall be a premixed solution formulated as a companion product to the finish already on the floor. The Contractor shall dust mop the floor surface after buffing/burnishing. Quality Floors shall have a clean uniform shine that also achieves the gloss requirements of the contract (see Definitions Section III-2). Floors shall be free of cleaning pad dust, scratches, black marks and other scuff marks at all times. Floors shall meet the slip resistance requirements (see Definitions Section III-4) of the contract to prevent slip and falls at all times. The Contractor shall remove all buffing solution from baseboards, furniture, trash receptacles, etc.

18. Scrub and Recoat Terrazzo and Resilient Tile Floors

Method The contractor shall use microfiber dust mops to remove dust from the floor. The contractor shall then scrub the floors removing the top layers of finish. The contractor shall buff out all black marks and/or other scuffs and scratches by means of either an auto scrubber or a low speed buffer. The contractor shall then completely rinse the floor, apply a minimum of 4 coats of Diversey High Mileage Floor Finish and buff the floor to return it to its intended clean shine. The contractor shall apply additional coats of floor finish as necessary to maintain the contract required gloss. A sufficient amount of wet floor signs and barricades shall be used during this entire operation to prevent slip and falls.

Quality The floors including corners and edges shall have clean uniform high gloss shine at all times (see Definitions Section III-2). There shall be no splash marks on baseboards, walls and furniture. There shall be no imbedded black marks or scratching under the surface of newly applied floor finish after a scrub and recoat service. Floors shall meet the slip resistance requirements (see Definitions Section III-4) needed to prevent slips and falls and shall achieve the required gloss measures.

19. Strip and Refinish Terrazzo and Resilient Tile Floors

Method The contractor shall use a sufficient amount of wet floor signs along with barricades to protect the work area during this entire operation. 1. Strip the floor with Diversey Pro Strip Floor Stripper as per manufactures directions. 2. Rinse the stripper with water and Diversey EasyPaks Neutralizer as per manufactures directions 3. Apply seven (7) coats of Diversey High Mileage Floor Finish (Apply the High Mileage with a rayon mop or a floor applicator such as Ultra Track applicator) 4. Dry Burnish the floor using a burnishing machine and a hogs hair or natural blend pad for the best results in removing scratches, heel marks, and providing the most gloss

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality The floors, including corners and edges, shall have a clean uniform high gloss shine (see Definitions Section III-2) in accordance with the contract requirements. There shall be no splash marks on baseboards, walls and furniture. There shall be no imbedded black marks or scratching under the surface of newly applied floor finish after a strip and refinish service. Floors shall meet the slip resistance requirements (see Definitions Section III-4) needed to prevent slips and falls and shall achieve the contract required gloss measures.

20. Power Washing Concrete

Method The contractor shall use a commercial grade hot water pressure washer (minimum 3000 PSI) with rotary head surface cleaner to remove all dirt, grime, gum, stains and markings from the surface of the concrete. Chemicals shall not be used without prior approval from the COTR. The contractor shall eliminate all puddles of water which are created during this cleaning process. Contractor shall take appropriate measures to ensure their process does not harm surrounding facilities. Quality The surface shall be free of streaks, dirt, grime, stains, markings, graffiti, paint, tape, tar, chewing gum, oil, and grease as well as puddles of water.

21. Spot Vacuum Obvious Soil

Method Carpeted floors shall be policed and obvious soil and debris vacuumed with a non-motorized or bristle type sweeper. Quality Carpet shall be free of dust, dirt and debris at all times.

22. Vacuum

Method The entire surface of the carpeted area shall be vacuumed. The contractor shall use only HEPA filter type rotating beater-bar type vacuums (backpack vacuums shall not be used on this contract). Movable furniture shall be moved and the area under the furniture shall be vacuumed prior to the furniture being returned to its original position. Quality The entire carpet including the corners and edges shall be free of visible surface dirt, dust and debris at all times.

23. Low Moisture Carpet Cleaning/Encapsulation

Method All work shall be completed by 4:30 a.m. Contractor shall use Whittaker® equipment and Crystal® supplies, or equivalent to remove carpet stains, and clean the carpet in the specified areas. Contractor shall use the encapsulation method in the holding room areas and other areas that are inaccessible to the large battery operated extraction equipment or Windsor machine, i.e. corners and tight areas using a manual scrubbing devices. After cleaning the carpet and allowing sufficient drying time, vacuum the carpet following a pattern that will give the carpet pile a uniform appearance.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

All work shall be performed in accordance with The Carpet and Rug Institute’s Carpet Maintenance Guidelines for Commercial Applications.

1. Carpet Adjacent to Hard Flooring – In areas where carpet to be cleaned is adjacent to a hard floor surface, the contractor shall initiate their work at the hard floor side of the carpet and continue in a direction away from the hard floor.

2. Work Area Protection – The contractor shall provide for the protection of the work area utilizing

wet floor signage, cones, barricades, etc. and shall place walk off mats on hard floor surfaces that are adjacent to carpet that are being cleaned. The contractor shall provide the mats.

3. Furniture - The contractor shall move as necessary all furniture and equipment to facilitate the

carpet cleaning process. At the completion of work, the contractor shall move and place the furniture and equipment back to their original locations and shall place protective materials between the furniture/equipment and the damp carpet.

4. Vacuuming – The contractor shall vacuum all areas that are to be cleaned prior to

commencement of work. 5. Test Area – The contractor shall perform a test on a small inconspicuous area of carpet prior to

commencement of the project in order to determine if the carpet will be adversely affected by the cleaning process.

6. Encapsulation method is an interim method that employs a high production counter rotational

brush machine and encapsulating cleaning solution technology that improves appearance and helps return the carpet to use quickly.

7. Pre-Conditioning with Chemicals – The contractor shall pre-treat all carpet with COTR approved chemicals prior initiating cleaning methods.

8. Gum and stains- The contractor shall remove all gum and stains from the carpeted area being

cleaned. 9. Agitation of carpet after chemicals – The contractor shall mechanically agitate the pre-

conditioned carpet to achieve proper distribution of the pre-conditioning chemicals into the carpet pile.

Quality Carpets shall be clean and dry by 4:30 A.M. in public areas. The carpet shall be free of spots, gum and removable stains at all times. Furniture will be returned to its original position. Wet floor signs shall be posted until carpet is dry.

24. Carpet Maintenance

The manufacturer of Carpet Cleaning and Maintenance guidelines rate an Airport as an Extra Heavy traffic area that requires: The carpet maintenance program will respond to these requirements as follows:

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Method

Matting: Provide matting at entranceways consistent with requirements of the statement of work to remove dirt and soil before it is tracked into interior airport carpeted areas.

Vacuuming: Contractor will deploy only Carpet and Rug Institute certified vacuum equipment with a rotating cylindrical style brush that lifts the carpet pile, loosens dirt and soil and removes it.

Encapsulation Method of Carpet Maintenance Encapsulation method is an interim method that employs a high production counter rotational brush machine and encapsulating cleaning solution technology that improves appearance and helps return the carpet to use quickly.

All work shall be completed by 4:30 a.m. Contractor shall use Windsor iCapsol Mini Deluxe equipment.

The contractor shall use the Windsor carpet encapsulation product to remove carpet stains, and clean the carpet in the specified areas.

Contractor shall use the encapsulation method in the holding room areas and other areas that are inaccessible to the large battery operated extraction equipment or Windsor machine, i.e. corners and tight areas using a manual scrubbing devices. After cleaning the carpet and allowing sufficient drying time, contractor will vacuum the carpet following a pattern that will give the carpet pile a uniform appearance.

All work shall be performed in accordance with The Carpet and Rug Institute’s Carpet Maintenance Guidelines for Commercial Applications.

Guidelines for Commercial Applications:

1. Carpet Adjacent to Hard Flooring – In areas where carpet to be cleaned is adjacent to a hard floor surface, the contractor shall initiate their work at the hard floor side of the carpet and continue in a direction away from the hard floor.

2. Work Area Protection – The contractor shall provide for the protection of the work area utilizing wet floor signage, cones, barricades, etc. and shall place walk off mats on hard floor surfaces that are adjacent to carpet that are being cleaned. The contractor shall provide the mats.

3. Furniture - The contractor shall move as necessary all furniture and equipment to facilitate the carpet cleaning process. At the completion of work, the contractor shall move and place the furniture and equipment back to their original locations and shall place protective materials between the furniture/equipment and the damp carpet.

4. Vacuuming – The contractor shall vacuum all areas that are to be cleaned prior to commencing either the extraction or encapsulation method of work.

5. Test Area – The contractor shall perform a test on a small inconspicuous area of carpet prior to commencement of the project in order to determine if the carpet will be adversely affected by the cleaning process.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

6. Pre-Conditioning with Chemicals – The contractor shall pre-treat all carpet with COTR approved pre-spot chemicals prior initiating cleaning methods.

7. Gum and stains- The contractor shall remove all gum and stains from the carpeted area being cleaned.

8. Agitation of carpet after chemicals – The contractor shall mechanically agitate the preconditioned carpet to achieve proper distribution of the pre-conditioning chemicals into the carpet pile.

Quality Carpets shall be clean and dry by 4:30 A.M. in public areas. The carpet shall be free of spots, gum and removable stains at all times. Furniture will be returned to its original position. Wet floor signs shall be posted until carpet is dry.

24. Extraction Shampoo

Method Extraction shampoo cleaning is a deep cleaning/restorative method that returns the carpet to a clean condition. It rinses and extracts accumulated soils and residues maximizing removal of unwanted soils and pollutants. All work shall be completed by 4:30 a.m. Contractor shall use the hot water extraction equipment and supplies to remove carpet stains, and clean the carpet in the specified areas. Contractor shall shampoo areas, such as corners, which are inaccessible to the equipment, with manual scrubbing devices. In order to facilitate dry times a floor blower will be placed directly onto the carpet. After cleaning the carpet and allowing sufficient drying time, vacuum the carpet following a pattern that will give the carpet pile a uniform appearance. All work shall be performed in accordance with The Carpet and Rug Institute’s Carpet Maintenance. Guidelines for Commercial Applications 1. Carpet Adjacent to Hard Flooring – In areas where carpet to be cleaned is adjacent to a hard floor

surface, the contractor shall initiate their work at the hard floor side of the carpet and continue in a direction away from the hard floor.

2. Work Area Protection – The contractor shall provide for the protection of the work area utilizing wet floor signage, cones, barricades, etc. and shall place walk off mats on hard floor surfaces that are adjacent to carpet that are being cleaned. The contractor shall provide the mats.

3. Furniture - The contractor shall move as necessary all furniture and equipment to facilitate the carpet cleaning process. At the completion of work, the contractor shall move and place the furniture and equipment back to their original locations and shall place protective materials between the furniture/equipment and the damp carpet.

4. Vacuuming – The contractor shall vacuum all areas that are to be cleaned prior to commencing work.

5. Test Area – The contractor shall perform a test on a small inconspicuous area of carpet prior to commencing the project in order to determine if the carpet will be adversely affected by the cleaning process.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

6. Pre-Conditioning with Chemicals – The contractor shall pre-treat all carpet with COTR approved chemicals prior initiating cleaning methods.

7. Gum and stains- The contractor shall remove all gum and stains from the carpeted area being cleaned.

8. Agitation of carpet after chemicals – The contractor shall mechanically agitate the preconditioned

carpet to achieve proper distribution of the pre-conditioning chemicals into the carpet pile.

9. Dwell time – Allow agitated carpet to set 15 minutes prior to extraction process.

10. Extraction – The contractor shall clean and extract the carpet after a sufficient dwell time has occurred.

Quality Carpets shall be clean and dry by 4:30 A.M. in public areas. The carpet shall be free of spots, gum and removable stains at all times. Furniture will be returned to its original position. Wet floor signs shall be posted until carpet is dry.

25. Walk Off Mat

Method The Contractor shall use an upright carpet vacuum, or a wet/dry vacuum, extractor or a pile lifter, and a carpet stain removal kit to remove soil, moisture, stains, etc., from entrance mats. The Contractor shall replace soiled mats with clean mats as required. In addition, when inclement weather occurs the Contractor shall place mats and wet floor signs at entrance doors. Quality Walk off mats shall be free of visible surface dirt and/or debris at all times.

26. Dog Relief Area Cleaning Method The Contractor shall wash down the artificial grass and floor tile utilizing the water hose provided. Water shall be directed to the floor drain. No chemicals shall be used. Solid waste droppings shall be removed and disposed in designated trash containers. All building surfaces including walls, door, and trim shall be spot cleaned with a disinfectant cleaner. The sink shall be wiped clean of excess water and soap and sanitized. The contractor shall provide and restock sufficient paper supplies and disposable bags. Quality Walls, sink, and fixtures, shall have a clean fresh appearance and odor. Mirrors shall be free of spots, streaks and smudges at all times

RESTROOM PERFORMANCE STANDARDS

1. Spot Clean and Mop

Method The contractor shall wipe down counters and fixtures with a dry towel to maintain a clean, dry and neat appearance. If needed, the contractor shall use a cleaning solution to remove any stains, spills, smudges, etc. The contractor shall spot clean with disinfectant all fixtures as to maintain a clean and neat appearance. Sinks shall be wiped clean of excess water and soap; bright work shall be wiped and

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

buffed. Urinals and toilets shall be brushed free of waste and other unsightly items then flushed clean. The contractor shall add sufficient water to all sanitary sinks and floor drains to form a seal to prevent gases from escaping from the drain into occupied spaces. The contractor shall dry mop the floor to remove any excess water or urine paying special attention to the floor area under the urinals and in front of toilets. Mirrors shall be spot cleaned with a window cleaning solution to remove spots, splashes and other foreign matter. Partitions shall be spot cleaned with a cleaning solution that is not harmful to the finish to remove all spots, splashes and other foreign matter. Graffiti is to be removed. All building surfaces including walls, doors, and trim shall be spot cleaned with a disinfectant cleaner. Quality Floors, grout, walls, partitions, counters, fixtures, toilets and urinals shall have a clean fresh appearance and odor. Mirrors shall be free of spots, streaks and smudges at all times.

2. Police for Spills and Litter

Method This task involves scheduled policing of all floor areas. The contractor shall immediately cleanup all identified spills to ensure unsafe conditions are rectified. Wet floor signs shall be posted immediately by the contractor and remain staged until the floor is completely dry. The contractor shall document and report to the COTR all slips and falls which are brought to the attention of the contractor. The contractor shall also collect and dispose of all litter and other debris they find during these scheduled policing activities. Quality All spills shall be cleaned up and the appearance of floor surfaces restored to that which existed prior to the occurrence of the spill. All floors will be free from visible litter and other debris at all times. All hard floor grout lines shall be clean at all times. Floors will be free of mold and mildew in all grout lines.

3. Empty Trash

Method Trash is to be emptied when receptacles are ¾ full, new bags are to be installed and receptacles shall be wiped clean. Quality Trash receptacles shall be free of trash, lined and shall have a neat and clean appearance. Metal cans shall maintain intended manufacturers shine.

4. Replenish Supplies

Method All restroom dispensers shall be policed to check for proper adequacy of supplies and products. This includes all paper product dispensers (i. e. paper towels and toilet tissue), soap/lotion dispensers, urinal blocks/screens, tampon dispensers, and metered aerosol air fresheners (includes the replacement of batteries and air freshener canisters). Contractor shall restock all supplies to ensure that no less than 25% of product exists at all times. The contractor shall stock only Airports Authority approved products. The contractor shall notify the Work Order Desk of all damaged dispensers. The method of filling of dispensers shall be performed in accordance with the manufacturer’s guidelines. Quality All dispensers shall maintain an adequate amount of supplies and shall be clean and operative at all times.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

5. Sweep and Wet Mop Floors

Method The contractor shall use a broom, dust mop or mechanical sweeper to remove all litter, dust and debris from the floor. Mopping shall be performed with a clean mop, clean water and a proper disinfectant cleaner. Bleach may be used only upon approval by the COTR. A sufficient amount of wet floor signs are to be posted until the floor is dry. After the contractor has completed mopping the floor the contractor shall clean the mop and store all mops in the hanging position. Quality The floors including corners and edges shall be free of spots, streaks and smears. Floors shall have a uniform appearance and shall maintain intended shine. The floors are to be clean at all times.

6. Disinfect Counters/Fixtures/Toilets/Urinals

Method All counters, fixtures, toilets and urinals are to be thoroughly cleaned with a germicidal disinfectant. All waste matter and other soil shall be completely removed. Bowl acid is to be used only upon approval by the COTR. Special attention is to be paid to hard to reach areas such as under urinal bowls, inside and under rims, base of toilets, under and behind toilet seats. The Contractor shall use clean microfiber cloths (except inside toilet bowls and urinals where the Contractor shall use bowl mops) to remove soil from surfaces of these fixtures and adjacent surfaces. The Contractor shall use crème cleanser and scrub pads to remove soil not removed by the cloths and germicidal disinfectant solution. Disinfectant is to remain on fixture the recommended time as indicated by manufacturer. The Contractor shall use microfiber cloths to dry metal surfaces of faucets, handles, valves, etc. The cloths used in cleaning and disinfecting toilets, urinals and other surfaces contaminated with urine or feces shall be a color readily distinguishable from cloths used on other surfaces and fixtures. The Contractor shall replace deodorizing urinal screens monthly. Quality The counters, fixtures, toilets and urinals shall be clean, and have pleasant appearance and odor at all times.

7. Clean Mirrors

Method The entire mirror shall be cleaned with a window cleaning solution to remove spots, splashes and other foreign matter. Quality Mirrors shall be clean at all times.

8. Bright Work/Polish Chrome and Stainless Steel

Method All Bright work i.e., stainless steel, door frames, brass and chrome shall be cleaned, polished and or buffed to achieve its intended shine. The Contractor shall polish stainless steel surfaces with glass cleaner and soft, clean cloths. The Contractor shall use a clean cloth and stainless steel polish to remove smudges, fingerprints, marks, streaks, tape, etc., that glass cleaner cannot remove. The Contractor shall remove excess stainless steel polish.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality The bright work shall be clean without smears, smudges or swirl mark, etc., at all times.

9. Machine Scrub and Disinfect Floor

Method The contractor shall machine clean the restroom floors using a strong solution of germicidal quaternary disinfectant. This task should coincide with the wall washing. Special attention is to be paid to hand work in the corners, edges, base of partitions and fixtures. A grout cleaner will be used when needed. Quality Floors shall have a clean and fresh odor and appearance. The entire floor area shall have a uniform appearance at all times. The grout shall be cleaned to its intended color.

10. Scrub and Disinfect Walls

Method The contractor shall scrub all restroom walls using a solution of germicidal quaternary disinfectant. This task should coincide with the scrubbing of the floors. Special attention is to be paid to hand work in the corners, edges, around partitions and fixtures. A grout cleaner will be used when needed. Quality Walls shall have a clean and fresh odor and appearance. The entire area shall have a uniform appearance at all times. The grout shall be cleaned to its intended color. All wall grout lines shall be clean at all times. Grout will be free of mold and mildew at all times.

11. Clean Ceiling and Vents

Method All wall and ceiling vents shall be dusted and wiped clean with a damp cloth without damaging the surrounding surfaces. All ceilings shall be free of spider cob webs, dirt, smudges, etc. Quality Ceilings and vents shall be clean.

12. Clean and Refill Floor Drains

Method The Contractor shall use a floor drain brush to clean floor drains. The Contractor shall use abrasive cleanser and scrub pads to remove corrosion and tarnish. The Contractor shall pour a solution of germicidal disinfectant down the floor drain to fill the drain trap and prevent the escape of sewer gas. Quality Floor drains shall be clean at all times.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

SUPPLEMENTAL SERVICES PERFORMANCE STANDARDS 1. Clean Microwave Oven

Method Upon issuance of a Service Call Order, the contractor shall clean the interior surface of microwave appliance ovens with a non-toxic biodegradable low cleaning product with low Volatile Organic Compound (VOC) emissions. Quality When this task is completed the interior surfaces shall be clean and dry.

2. Clean Conventional Oven

Method Upon issuance of a Service Call Order, the contractor shall clean all surfaces of conventional appliance ovens with a cleaning agent approved in writing by the COTR. Quality When this task is completed all surfaces shall be clean and dry.

3. Clean Refrigerator/Freezer

Method Upon issuance of a Service Call Order, the contractor shall clean the interior surface of a refrigerator/freezer appliance with a non-toxic biodegradable low VOC cleaning agent approved in writing by the COTR. The contractor shall clean the unit only after it has been completely emptied of food by the users of the unit. The COTR will be responsible for arranging for the users to empty the contents of the unit. The contractor shall not remove or replace any food from within the unit. Quality When this task is completed the interior surfaces shall be clean and dry.

4. Monitor and Refill Potable Water Bottles

Method The contractor shall perform the following task only for individual bottled water drinking fountains, which are designated in writing by the COTR. For these units, the contractor shall monitor the level of water in the bottles and drains of the units. The contractor shall empty the drains as necessary so they will not overflow. In addition, the contractor shall immediately replace empty bottles will full bottles as soon as they become empty. The Airports Authority will furnish the replacement bottled water as needed. The contractor shall assign personnel for this task who are physically capable of performing it safely. Quality The unit shall be clean and the drain on the unit shall not over flow and/or the water bottle shall not remain empty for more than one (1) hour (unless the Airports Authority fails to provide the required replacement bottle of water).

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

5. Pressure Wash Concrete using water only

Method Upon issuance of a Service Call Order, the contractor shall use the necessary labor and equipment to remove all dirt, grime, gum, stains and markings from concrete surfaces using high pressure (3000 psi or greater) water only. The contractor shall eliminate all puddles of water which are created during this cleaning process. Contractor shall take appropriate measures to ensure their process does not harm surrounding facilities. Quality The surface shall be free of dirt, grime, stains, markings, graffiti, paint, tape, tar, chewing gum, oil, and grease as well as puddles of water.

6. Pressure Wash Concrete using chemicals – includes recovery

Method Upon issuance of a Service Call Order, the contractor shall use the necessary labor and pressure washing equipment to remove all dirt, grime, gum, stains and markings from concrete surfaces using high pressure (3000 psi or greater) equipment. The contractor shall apply a concrete cleaner Delta 60 Concrete Cleaner or a similar cleaner approved by the Airports Authority and recover all cleaning solution. The contractor shall eliminate all puddles of water which are created during this cleaning process. The contractor shall take appropriate measures to ensure their process does not harm surrounding facilities. The contractor shall be responsible for the recovery of all water and chemicals used in the performance of this work. In no instance shall water and chemicals be allowed to enter a storm drain on the job site. The contractor shall dispose of the recovered water and chemicals off of airport property in an approved manner. Quality The surface shall be free of dirt, grime, stains, markings, graffiti, paint, tape, tar, chewing gum, oil, and grease as well as puddles of water. Surfaces not meeting this standard shall be cleaned until standards are met. No water or chemicals enter the storm drainage system.

7. Apply Concrete Sealer

Method The contractor shall provide the COTR all MSDS and specifications sheets of the concrete sealer Delta Penetrating Concrete Sealer or similar sealer approved by the Airports Authority. Before applying the concrete sealer the contractor shall apply a concrete cleaner Delta 60 Concrete Cleaner or similar cleaner approved by the Airports Authority and recover all cleaning solution. The contractor shall receive COTR’s acceptance of surface as satisfactorily cleaned prior to applying sealer. The contractor shall apply the cleaner and sealer in accordance with the manufacturer’s guidelines. The goal is to achieve a uniform coat over the entire surface. Quality The surface shall prevent water from penetrating the concrete.

8. Mechanical Room Cleaning

Method Upon issuance of a Service Call Order, the contractor shall clean an Airports Authority Mechanical Room. This task includes: cleaning walls, floors, ceilings, pipes, columns, rails, doors and removal of all debris.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality The room shall be free of dust, dirt and debris.

9. Unoccupied Space Cleaning

Method Upon issuance of a Service Call Order, the contractor shall clean additional unoccupied space. This task includes the removal of any debris, broom sweep floor, cleaning of building surfaces and glass cleaning. Quality The room shall be free of dust, dirt and debris.

10. General Office Cleaning

Method Upon issuance of a Service Call Order, the contractor shall clean additional Airports Authority office space. The contractor shall perform the same tasks and frequencies as listed in Housekeeping Tasks and Frequencies in Appendix E for MWAA OFFICE SPACE. Quality Office shall be free of dust, dirt and debris.

11. Stainless Steel Cleaning

Method Upon issuance of a Service Call Order, the contractor shall clean and polish additional stainless steel, i.e. door frames, wall panels, fronts of counters, elevator doors and base boards. Stainless steel shall be cleaned with a cleaning agent as approved by the COTR. The stainless steel shall be cleaned/polished and or buffed to achieve its intended shine. Quality The stainless steel shall be clean.

12. Clean Interior Walls – up to 16 feet in height

Method Upon issuance of a Service Call Order, the contractor shall perform additional interior wall cleaning. This task involves dusting and cleaning with a damp cloth and appropriate cleaning solution, all exposed interior surfaces including but not limited to horizontal, vertical, curved and angular surfaces from the floor to a height of 16 feet. These surfaces include but are not limited to walls, door frames, ceilings, ceiling panels, decorative and structural supports, information signs, advertisements, monitors, televisions, air conditioning and heating ducts, plumbing, clocks, exit signs, cameras, door trim, light fixtures and piping. Windows or store front glass will not be cleaned. Quality All building surfaces and fixtures shall be free of dust, dirt, stains, trash and spider webs.

13. Burnish Terrazzo and Resilient Tile Floors

Upon issuance of a Service Call Order, the contractor shall perform additional burnish work in accordance with the following.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Method Burnishing shall be performed only after the floor has been properly cleaned. The contractor shall use a proper method that will not leave a residue or swirl pattern. The contractor shall buff out black heel marks and other scuffs and scratches. The floors shall be dust mopped after burnishing has been accomplished. Quality Floors shall have a surface that is clean has an even shine and is free of cleaning pad dust, scratches, heel marks and other scuff marks at all times. Floors shall meet the slip resistance requirements (see Definitions Section III-4) needed to prevent slip and falls.

14. Scrub and Recoat Terrazzo and Resilient Tile Floors

Upon issuance of a Service Call Order, the contractor shall perform additional scrub and recoat work in accordance with the following. Method The contractor shall use microfiber dust mops to remove dust from the floor. The contractor shall then scrub the floors removing the top layers of finish. The contractor shall buff out all black marks and/or other scuffs and scratches by means of either an auto scrubber or a low speed buffer. The contractor shall then completely rinse the floor, apply a minimum of 4 coats of Diversey High Mileage Floor Finish and buff the floor to return it to its intended clean shine. The contractor shall apply additional coats of floor finish as necessary to maintain the contract required gloss. A sufficient amount of wet floor signs and barricades shall be used during this entire operation to prevent slip and falls. Quality The floors including corners and edges shall have clean uniform high gloss shine at all times (see Definitions Section III-2). There shall be no splash marks on baseboards, walls and furniture. There shall be no imbedded black marks or scratching under the surface of newly applied floor finish after a scrub and recoat service. Floors shall meet the slip resistance requirements (see Definitions Section III-4) needed to prevent slips and falls and shall achieve the required gloss measures.

15. Strip and Refinish Terrazzo and Resilient Tile Floors

Upon issuance of a Service Call Order, the contractor shall perform additional strip and refinish work in accordance with the following. Method The contractor shall use a sufficient amount of wet floor signs along with barricades to protect the work area during this entire operation. 1. Strip the floor with Diversey Pro Strip Floor Stripper as per manufactures directions. 2. Rinse the stripper with water and Diversey EasyPaks Neutralizer as per manufactures directions 3. Apply seven (7) coats of Diversey High Mileage Floor Finish (Apply the High Mileage with a rayon mop or a floor applicator such as Ultra Track applicator) 4. Dry Burnish the floor using a burnishing machine and a hogs hair or natural blend pad for the best results in removing scratches, heel marks, and providing the most gloss Quality The floors, including corners and edges, shall have a clean uniform high gloss shine (see Definitions Section III-2) in accordance with the contract requirements. There shall be no splash marks on baseboards, walls and furniture. There shall be no imbedded black marks or scratching under the

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

surface of newly applied floor finish after a strip and refinish service. Floors shall meet the slip resistance requirements (see Definitions Section III-4) needed to prevent slips and falls and shall achieve the contract required gloss measures.

16. Carpet Extraction and Disinfection

Upon issuance of a Service Call Order, the contractor shall perform additional carpet extraction and disinfection work in accordance with the following. Method All work shall be completed by 4:30 a.m. Contractor shall use hot water extraction equipment and supplies to remove carpet stains, and clean the carpet in the specified areas. Contractor shall shampoo areas, such as corners, which are inaccessible to the equipment, with manual scrubbing devices. After cleaning the carpet and allowing sufficient drying time, vacuum the carpet following a pattern that will give the carpet pile a uniform appearance. All work shall be performed in accordance with The Carpet and Rug Institute’s Carpet Maintenance Guidelines for Commercial Applications. A. Carpet Adjacent to Hard Flooring – In areas where carpet to be cleaned is adjacent to a hard floor

surface, the contractor shall initiate their work at the hard floor side of the carpet and continue in a direction away from the hard floor.

B. Work Area Protection – The contractor shall provide for the protection of the work area utilizing wet floor signage, cones, barricades, etc. and shall place walk off mats on hard floor surfaces that are adjacent to carpet that are being cleaned. The contractor shall provide the mats.

C. Furniture - The contractor shall move as necessary all furniture and equipment to facilitate the carpet cleaning process. At the completion of work, the contractor shall move and place the furniture and equipment back to their original locations and shall place protective materials between the furniture/equipment and the damp carpet.

D. Vacuuming – The contractor shall vacuum all areas that are to be cleaned prior to commencement of work.

E. Test Area – The contractor shall perform a test on a small inconspicuous area of carpet prior to commencement of the project in order to determine if the carpet will be adversely affected by the cleaning process.

F. Pre-Conditioning with Chemicals – The contractor shall pre-treat all carpet with COTR approved chemicals prior initiating cleaning methods.

G. Gum and stains- The contractor shall remove all gum and stains from the carpeted area being cleaned.

H. Agitation of carpet after chemicals – The contractor shall mechanically agitate the pre-conditioned

carpet to achieve proper distribution of the pre-conditioning chemicals into the carpet pile.

I. Dwell time – Allow agitated carpet to set 15 minutes prior to extraction process.

J. Extraction – The contractor shall clean and extract the carpet after a sufficient dwell time has occurred.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality Carpets shall be clean and dry by 4:30 A.M. in public areas. The carpet shall be free of spots, gum and removable stains. Furniture will be returned to its original position. Wet floor signs shall be posted until carpet is dry.

17. Low Moisture Carpet Cleaning

Upon issuance of a Service Call Order, the contractor shall perform additional low moisture carpet cleaning work in accordance with the following. Method All work shall be completed by 4:30 a.m. Contractor shall use Whittaker® equipment and Crystal® supplies (see appendix “F” Materials and Supplies) to remove carpet stains, and clean the carpet in the specified areas. Contractor shall shampoo areas, such as corners, which are inaccessible to the equipment, with manual scrubbing devices. After cleaning the carpet and allowing sufficient drying time, vacuum the carpet following a pattern that will give the carpet pile a uniform appearance. All work shall be performed in accordance with The Carpet and Rug Institute’s Carpet Maintenance Guidelines for Commercial Applications. A. Carpet Adjacent to Hard Flooring – In areas where carpet to be cleaned is adjacent to a hard floor

surface, the contractor shall initiate their work at the hard floor side of the carpet and continue in a direction away from the hard floor.

B. Work Area Protection – The contractor shall provide for the protection of the work area utilizing wet

floor signage, cones, barricades, etc. and shall place walk off mats on hard floor surfaces that are adjacent to carpet that are being cleaned. The contractor shall provide the mats.

C. Furniture - The contractor shall move as necessary all furniture and equipment to facilitate the carpet

cleaning process. At the completion of work, the contractor shall move and place the furniture and equipment back to their original locations and shall place protective materials between the furniture/equipment and the damp carpet.

D. Vacuuming – The contractor shall vacuum all areas that are to be cleaned prior to commencement of

work.

E. Test Area – The contractor shall perform a test on a small inconspicuous area of carpet prior to commencement of the project in order to determine if the carpet will be adversely affected by the cleaning process.

F. Pre-Conditioning with Chemicals – The contractor shall pre-treat all carpet with COTR approved

chemicals prior initiating cleaning methods.

G. Gum and stains- The contractor shall remove all gum and stains from the carpeted area being cleaned.

H. Agitation of carpet after chemicals – The contractor shall mechanically agitate the pre-conditioned

carpet to achieve proper distribution of the pre-conditioning chemicals into the carpet pile.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Quality Carpets shall be clean and dry by 4:30 A.M. in public areas. The carpet shall be free of spots, gum and removable stains. Furniture will be returned to its original position. Wet floor signs shall be posted until carpet is dry.

18. Grout Cleaning and Sealing

Upon issuance of a Service Call Order, the contractor shall perform additional hard floor grout cleaning and sealing. All work shall be performed in accordance with the manufacturer’s recommendations. Method Prior to task the contractor shall sweep the entire area using a microfiber dust mop and the contractor shall scrub the floor area. Tasks shall be performed with clean water and the manufacturers recommended cleaner and sealer. Sealer shall be applied as per manufacturer’s directions. Hand cleaning and sealing of grout lines shall occur when areas are inaccessible to the equipment. A sufficient amount of wet floor signs and barricades are to be posted until the floor is completely dry. Quality All work in public areas shall be completed by 4:30 a.m. All grout lines shall be free of stains, spots, gum and after cleaning and sealing. The appearance of all grout lines shall be restored to the original manufacturers color. Floors will be free of mold and mildew in all grout lines. Furniture will be returned to its original position. Wet floor signs shall be posted until grout and floor surfaces are dry.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX G

AIRPORTS AUTHORITY CONTRACT SERVICE CALL ORDER FORM

Prepared by: Date Prepared:

Type of Work: Requested By:

Contractor: Contract Number

Address: Contractor POC:

Office Telephone :

Emergency Phone

WO # Contractor Fax:

Estimate Date: Site Vist Date:

MWAA Estimator: Contractor Estimator:

Work Item(s): UOM Unit Price Total Units Total Cost:

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00Estimated Cost: $0.00

Call Order #

COTR Signature Date: Date Issued:

COTR: Date: Date Completed:

Contractor Signature Date: Date Invoiced Rev'd:

Contractor: Date: Invoice Amount:

Remarks:

Contracting Officer Signature Date

CO Date8/21/2017

RONALD REAGAN WASHINGTON NATIONAL AIRPORT MAINTENANCE ENGINEERING BRANCH, MA-126

CONTRACT SERVICES CALL ORDER

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

Ronald Reagan Washington National Airport Account Code:

Description of work to be performed:

Work Estimates

NOTE: 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 $10,000.00 by the COTR. Service Call Orders exceeding $10,000.00 require both the COTR and CO's signatures. Furthermore, the cost to the Authority for this work shall not exceed the “Estimated Cost” noted above.

$0.00APPROVALS / ACCEPTANCE OF TASK

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX H

DAILY REPORT TEMPLATE

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Daily Report to COTR FOR Month, Date, Year

For the period of 24 hours starting 22:30 until 22:29 Administrative Staff Project Manager <<NAME>> Quality Control Manager <<NAME>> Office Manager <<NAME>> Shift 1 Managers <<NAME>> Shift 2 Managers <<NAME>> Shift 3 Managers <<NAME>>

Outlying Buildings Supervisor <<NAME>>

Terminal A 1st. Shift Supervisors <<NAME>> 2nd. Shift Supervisors <<NAME>> 3rd. Shift Supervisors <<NAME>>

Terminal B/C 1st. Shift Supervisors <<NAME>> 2nd. Shift Supervisors <<NAME>> 3rd. Shift Supervisors <<NAME>> Labor-hour Report Proposed labor-hours: <<HOURS>> Provided labor-hours: <<HOURS>>

Completed Work:

1. Strip & Refinish: Terminal B/C Zone 1, 2 & 4.

2. Scrub & Recoat: Terminal B/C Zone 5, 6 & 7.

3. Burnishing: All Zones

4. Carpet Extraction: North Pier hold rooms.

5. Monthly Restroom Care: C3-511, C3-515, C1-707.

6. Monthly PLB Cleaning: South Pier PLBs.

7. Escalator/Moving walkway tread cleaning: 116, 117, 118, 119

8. Concrete Power washing: Terminal A sidewalk

Scheduled Work Not Completed/Reason:

Special Note:

Could not clean Gate 24 due to construction activities.

Incident/Accident:

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

No incidents to report. Lost and Found Log: No items found. Tonight’s Scheduled Work:

1. Strip & Refinish: Terminal B/C Zone 8, 9 & 10.

2. Scrub & Recoat: Terminal B/C Zone 12, 13 & 14.

3. Burnishing: All Zones

4. Carpet Extraction: South Pier, Center Pier hold rooms.

5. Monthly Restroom Care:

6. Monthly PLB Cleaning: North Pier PLBs.

7. Escalator/Moving walkway tread cleaning: 116, 117, 118, 119

8. Concrete Power washing: Terminal A sidewalk Pictures:

Detail Cleaning of South Pier Women’s Restroom B2-616 Sample Picture

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX I

CONTRACTOR'S PROPOSED LABOR HOUR PLANS (All plans must be submitted with contractor’s technical proposal to be deemed responsive)

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX I.1

CONTRACTOR’S PROPOSED MANAGEMENT/SUPERVISION HOURS

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours 0

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

0 0 0 0 0 0 0 0

AIRPORT PROJECT MANAGER

OUTLYING BUILDING SUPERVISION 0

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

TERMINAL A and GARAGE A

SUPERVISION

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

TERMINAL B/C and GARAGE B/C SUPERVISION

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

APPENDIX I.1 - CONTRACTOR'S MANAGEMENT/SUPERVISION LABOR HOUR PLAN

0

0

0

0

0

0

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX I.2

CONTRACTOR’S PROPOSED CUSTODIAL STAFF HOURS

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours 0

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

0

0

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours 0

TERMINALS A/B/C -North Pier Restrooms

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

TERMINALS A/B/C -Banjo, South, Center and

North Piers including PLBs. Ops, Concourse

and Clubs Levels (Exclusive of Restrooms).

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

TERMINALS A/B/C -Sub, Baggage, Concourse and Ticket Levels including MWAA Office Space,

Restrooms and Exterior Sidewalks

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

TERMINALS A/B/C -Banjo, South, and Center

Pier Restrooms

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

GARAGES A/B/C

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

APPENDIX I.2 - CONTRACTOR'S CUSTODIAL LABOR HOUR PLAN

0

0

0

0

0

0

0

0

0

0

0

APPENDIX I.2 - CONTRACTOR'S CUSTODIAL LABOR HOUR PLAN

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

0 0 0 0 0 0 0 0

0

WAREHOUSEShift 1

6:00am to 2:00pmProposed

Labor-Hours

Shift 3 10:00pm to 6:00am

TAXI PARKING STRUCTURE

Proposed Labor-Hours

BOILER/CHILLER PLANT

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

EAST BLDGShift 1

6:00am to 2:00pmProposed

Labor-Hours

HANGARS 2, 3, 4, 5, 6Shift 1

6:00am to 2:00pmProposed

Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

MISC OUTLYING BUILDINGS - Air Cargo Bldg, Fire House, Fuel Farm, Security Guard

Booths.

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

WEST BLDGShift 1

6:00am to 2:00pmProposed

Labor-Hours

SHOPS BLDGShift 1

6:00am to 2:00pmProposed

Labor-Hours

0

0

0

0

0

0

0

0

0

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX I.3

CONTRACTOR’S PROPOSED ADDITIONAL STAFF FOR HOLIDAYS

Location Shifts Labor Hours Saturday Sunday Monday Tuesday Wednesday Thanksgiving Friday Saturday Sunday Monday Tuesday Total Hours

0 0 0 0 0 NA 0 0 0 0 0 0

Location Shifts Labor Hours 20-Dec 21-Dec 22-Dec 23-Dec 24-Dec 25-Dec 26-Dec 27-Dec 28-Dec 29-Dec 30-Dec Total Hours

0 0 0 0 0 NA 0 0 0 0 0 0

0

0

NA

NA

TERMINALS A/B/C -Banjo, South, and

Center Pier Restrooms

Shift 1 6:00am to 2:00pm

Proposed Labor-HoursTERMINALS A/B/C -

Banjo, South, and Center Pier Restrooms

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

APPENDIX I.3 - CONTRACTOR'S ADDITIONAL LABOR HOUR PLAN FOR HOLIDAYS

0

0

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

NA

NA

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX I.4

ADDITIONAL STAFF FOR NEW SECURITY CHECK-POINTS

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

0 0 0 0 0 0 0 0

0

0

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

APPENDIX I.4 - ADDITIONAL LABOR HOURS FOR NEW SECURITY CHECK POINTS

0TERMINALS B/C

New Security Check Points

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX I.5

ADDITIONAL STAFF FOR NEW NORTH CONCOURSE

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

0 0 0 0 0 0 0 0

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

0 0 0 0 0 0 0 0

0

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours 0

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

0

0

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours 0

0

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

New North Concourse (Supervisor Hours)

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

APPENDIX I.5 - ADDITIONAL LABOR HOURS FOR NEW NORTH CONCOURSE

0

0

0

New North Concourse exclusive of restrooms

(Custodian Hours)

New North Concourse restrooms

(Custodial Hours)

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX J

MATERIALS AND SUPPLIES

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

MATERIALS AND SUPPLIES

1. GENERAL REQUIREMENTS

The contractor shall furnish all materials, and supplies necessary to fulfill the requirements of the SOW. These items shall include, but not be limited to, toilet tissue, paper towels, seat covers, sanitary napkins, tampons, trash bags, floor maintenance chemicals, cleaning chemicals, deodorizing chemicals, urinal screens and blocks, aerosol canisters and hand soap. The contractor shall at all times maintain on the job site a fifteen (15) day inventory of these materials and supplies. The contractor shall ascertain the appropriateness of all chemicals and cleaning products, and supplies for their intended use before actually using them. The contractor shall follow the instructions of the chemical manufacturers in the use of chemical products.

The contractor shall provide to the COTR for approval, a comprehensive list of products to be used at Reagan National. No product shall be stored on the job site or used without the COTR’s approval. Where needed, it is the contractor’s obligation to investigate and supply an alternative product that meets with the COTR’s approval. The contractor may change these chemicals, materials and supplies only after it obtains written approval from the Airports Authority to make changes in accordance with the following procedures: The contractor shall submit a written request to the COTR. This written request shall identify the product use, the brand name, the manufacturer's complete name, address, and telephone number. The contractor shall attach a product brochure, OSHA Form 20, and chemical specifications to the written request. The contractor shall provide the COTR with a container of the chemical to be used for on-site evaluation. If the alternate brand performs as well or better than the brand previously as determined by the contractor according to the procedures described above, causes no interference with the operational activities of the contract or damage to its facilities, and its substitution is in the best interest of the Airports Authority, the chemicals, materials and supplies will be approved for use in the performance of this work.

2. MATERIALS AND SUPPLIES

The chart below depicts approved recommended materials and supplies required on this contract. The contractor shall be responsible for providing actual sufficient quantities of materials and supplies necessary to fulfill the requirements of this contract at no additional cost to the Airports Authority at all times.

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

Product Type Description

Paper

Roll Towels White - Non perforated Embossed 8” x 800’ w/ 2’ core – single ply

Multi-Fold Towels White Scott-fold towels KC-01804 or KC-01980

Toilet Tissue 2 Ply 2 Ply, 100% recycled toilet tissue

Toilet Seat Covers DS-5000 Half Fold Seat Covers

Sanitary Napkins Singles, Cardboard-boxed, Semi-gloss Finished Box Sized: 4-1/4" x 3" x 1 1/8 Stayfree N0 4

Tampons Cylinder, Cardboard, Semi-gloss, Crimped Ends Tube Size 3/4"dia x 5 1/4" Tampax

Trash Can Liners

Trash Can Liners 40x48 Clear Liner 16 mil.

Trash Can Liners 40x48 Black Liner 16 mil.

Trash Can Liners 30x37 Clear Liner 14 mil.

Trash Can Liners 24x24 Black Liner 8 mil.

Hard Floor

Floor Finish Johnson-Diversey - High Mileage Floor Finish

Floor Neutralizer Johnson-Diversey-EasyPaks-Neutralizer Conditioner/Odor Counteractant

Neutral Floor Cleaner Johnson-Diversey - Stride Neutral Cleaner

Floor Maintainer Johnson-Diversey-Revive Plus/SC Maintainer/Rejuvenator

Floor Stripper Johnson-Diversey - Pro Strip Floor Stripper

Carpet Low Moisture Cleaning

Daily Spot Cleaner Crystal Spotter®

Carpet Ice Melt Stain Remover Crystal Salt Remover®

Low Moisture Cleaner Crystal Dry Extra®

Other

Liquid/Foam Hand Soap White Hand Soap Urinal Screens/Blocks Urinal Screens/Blocks

Air Freshener Deodorizer Dispensers Time Metered Deodorizer Dispensers and Aerosol Spray Refills

Deodorizer Batteries C and D Batteries

Pet Stool Bags Biodegradable bags for dispensing unit

Johnny Covers Urinal/Toilel covers

Delta Concrete Cleaner or Airports Authority Approved Equal

Delta Restoration Products – Sidewalk Cleaner

Delta Penetrating Concrete Sealer or Airports Authority Approved Equal

Delta Restoration Products – Sidewalk Sealer

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX K

CONTRACTORS EQUIPMENT PLAN (Must be submitted with contractor’s technical proposal to be deemed responsive)

APPENDIX K-EQUIPMENTPLAN.xlsx

Location Quantity Description ManufacturerModel/Serial

Number Condition* Age/HoursWarranty

RemainingEstimated

ValueLife

Expectancy

* Condition Scale: New - Still Under Manufacturer's Warranty or Extended Warranty

CONTRACTORS EQUIPMENT PLAN

FIRM:

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX L

TERMINAL INTERIOR MAN LIFTS (AIRPORTS AUTHORITY PROVIDED)

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

DENKA 75FT-ATRIUM BOOM LIFT (2 each)

WORKING HEIGHT 75 FEET STOWED WIDTH 2 FEET 11 INCHES STOWED LENGTH 6 FEET 6 INCHES WEIGHT 5,300 LBS. BOOM/LIFT ELECTRIC MOVEMENT TOW/PUSH

GROVE 3146E SCISSOR TYPE PLATFORM LIFT (2 each)

WORKING HEIGHT 32 FEET STOWED WIDTH 46 INCHES STOWED HEIGHT 78 INCHES WITH RAILS

DOWN STOWED LENGTH 99 INCHES WEIGHT 4,220 LBS. POWER ELECTRIC MOVEMENT SELF-PROPELLED

SNORKEL MHP-33 BOOM LIFT (2 each)

WORKING HEIGHT 40 FEET STOWED WIDTH 4 FEET 11 INCHES STOWED HEIGHT 6 FEET 6 INCHES STOWED LENGTH 18 FEET WEIGHT 2,557 LBS POWER ELECTRIC MOVEMENT TOW OR PUSH

Metropolitan Washington Airports Authority 1-19-C001

Attachment 01 Statement of Work – Appendices

APPENDIX M

CONTRACTOR'S PROPOSED LABOR HOUR PLAN EQUITABLE ADJUSTMENT FOR PASSENGER COUNT FLUCTUATIONS

(Must be submitted with contractor’s technical proposal to be deemed responsive)

Appendix M ‐ Equitable Adjustment.xls

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

0

0

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

TERMINALS A/B/C North Piers Restrooms

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

0

TERMINALS B/C New Security Checkpoints

est. start date March 2021

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

0

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

0

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

TERMINALS A/B/C -Banjo, South, Center and

North Piers including PLBs, Ops, Concourse

and Clubs Levels (Exclusive of Restrooms)

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Proposed Labor-HoursTERMINALS A/B/C -Sub,

Baggage, Concourse and Ticket Levels including MWAA Office Space,

Restrooms and Exterior Sidewalks

Shift 2 2:00pm to 10:00pm

Shift 1 6:00am to 2:00pm

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

TERMINALS A/B/C -Banjo, South and Center

Piers Restrooms

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

CONTRACTOR'S PROPOSED LABOR HOURS PLAN EQUITABLE ADJUSTMENT FOR PASSENGER COUNT FLUCTUATIONS (INCREMENTS OF 500,000)

0

0

0

0

0

0

0

0

0

0

Page 1 of 3

Appendix M ‐ Equitable Adjustment.xls

CONTRACTOR'S PROPOSED LABOR HOURS PLAN EQUITABLE ADJUSTMENT FOR PASSENGER COUNT FLUCTUATIONS (INCREMENTS OF 500,000)

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

NEW NORTH CONCOURSE

Restrooms est. start date July 2021

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

0

Proposed Labor-Hours

0

0

0

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

0

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

NEW NORTH CONCOURSE

(Exclusive of Restrooms) est. start date July 2021

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

0

Shift 3 10:00pm to 6:00am

GARAGES A/B/C

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

Proposed Labor-Hours

Shift 2 2:00pm to 10:00pm

Proposed Labor-Hours

Shift 3 10:00pm to 6:00am

TAXI PARKING STRUCTURE

Proposed Labor-Hours

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

EAST BLDGShift 1

6:00am to 2:00pmProposed

Labor-Hours

BOILER/CHILLER PLANT

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

0

0

Shift 2 2:00pm to 10:00pm

0

0

0

0

0

0

0

WEST BLDGShift 1

6:00am to 2:00pmProposed

Labor-Hours

Proposed Labor-Hours

Page 2 of 3

Appendix M ‐ Equitable Adjustment.xls

CONTRACTOR'S PROPOSED LABOR HOURS PLAN EQUITABLE ADJUSTMENT FOR PASSENGER COUNT FLUCTUATIONS (INCREMENTS OF 500,000)

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

Location Shifts Labor Hours Sun Mon Tue Wed Thu Fri Sat Total Hours

0 0 0 0 0 0 0 0

WAREHOUSEShift 1

6:00am to 2:00pmProposed

Labor-Hours

SHOPS BLDGShift 1

6:00am to 2:00pmProposed

Labor-Hours

HANGARS 2, 3, 4, 5 and 6

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

0

0

0

0

MISC OUTLYING BUILDINGS - Air Cargo Bldg, Fire House, Fuel Farm, Security Guard

Booths.

Shift 1 6:00am to 2:00pm

Proposed Labor-Hours

Page 3 of 3