37
Metropolitan Washington Airports Authority 1-11-C254 Attachment 01 Statement of Work – Page 1 STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON, DC Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Engineering & Maintenance Department, MA-120 Maintenance Engineering Division, MA-126 September 2011

STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING SERVICES

  • Upload
    others

  • View
    25

  • Download
    0

Embed Size (px)

Citation preview

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 1

STATEMENT OF WORK

FOR

INTERIOR AND EXTERIOR PAINTING SERVICES

AT

RONALD REAGAN WASHINGTON NATIONAL AIRPORT

WASHINGTON, DC

Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Engineering & Maintenance Department, MA-120 Maintenance Engineering Division, MA-126

September 2011

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 2

I. INTRODUCTION 4�

II. DEFINITIONS 4�

III. BASE SERVICES 5�

A.� PURPOSE 5�

B.� GENERAL 5�

IV. SUPPLEMENTAL SERVICES 6�

A.� DESCRIPTION OF SERVICES 6�

B.� CONTRACT SERVICES CALL ORDER 6�

V. GENERAL REQUIREMENTS 6�

A.� SECURITY PROCEDURES 6�

B.� SIGN-IN/SIGN-OUT PROCEDURE 7�

C.� AUTHORITY FURNISHED PROPERTY 7�

D.� CONTRACTOR FURNISHED PROPERTY 7�

E.� SAFETY 8�

F.� FIRE PREVENTION 9�

G.� SMOKE FREE ENVIRONMENT 9�

H.� PERMITS, ROYALTIES, AND LICENSES 9�

I.� DELIVERY OF SUPPLIES AND EQUIPMENT 9�

J.� COMMUNICATION 9�

K.� NON-WAIVER 10�

L. � TIMELY PERFORMANCE 10�

M. � ACCIDENT REPORT 10�

N. � PERFORMING OTHER WORK AT THE JOB SITE 10�

VI. SPECIAL REQUIREMENTS 11�

A.� REGULATORY AND ENVIRONMENTAL PROVISIONS 11�

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 3

VII. PERSONNEL 15�

A.� CONTRACTOR’S PERSONNEL 15�

B.� RESPONSIBLE CONTRACTOR OFFICIALS 15�

VIII. METHOD OF PAYMENT 15�

A.� BASE SERVICES 15�

B.� SUPPLEMENTAL SERVICES 15�

IX. APPENDICES 15�

APPENDIX A AIRPORT SITE PLAN APPENDIX B TERMINAL B/C INTERIOR STRUCTURAL STEEL BEAMS AND COLUMNS APPENDIX C TERMINAL B/C PASSENGER LOADING BRIDGES APPENDIX D TERMINAL B/C ARRIVALS LEVEL GLASS CANOPY SUPPORT STRUCTURES APPENDIX E TERMINAL B/C DEPARTURES LEVEL GLASS CANOPY SUPPORT STRUCTURES APPENDIX F TERMINAL B/C DEPARTURES LEVEL UPPER ARCHITECTURAL ALUMINUM “EYEBROWS” APPENDIX G TERMINAL B/C ARRIVALS LEVEL BUS SHELTERS APPENDIX H PRODUCTS AND EXECUTION APPENDIX I CONTRACT SERVICES CALL ORDER APPENDIX J AUTHORITY OWNED INTERIOR MAN LIFT INVENTORY

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 4

I. INTRODUCTION

The Metropolitan Washington Airports Authority (the Authority) is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (DCA or airport) located in Arlington County, Virginia. (Appendix A)

The contract that will be awarded by this solicitation is intended to provide for the preparation and painting of interior structural steel beams and columns, exterior surfaces of 36 passenger loading bridges, exterior glass canopy support structures and exterior architectural aluminum "eyebrows" (Appendices B, C, D & E) located at Terminal B/C at Ronald Reagan Washington National Airport. The contractor shall provide all labor, materials, tools, supplies, equipment, transportation, and supervision necessary to accomplish the requirements of this Statement of Work (SOW).

II. DEFINITIONS

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

AIRPORT - Ronald Reagan Washington National Airport (DCA)

AOA - Aircraft Operation Area on the Airport airfield

AUTHORITY - The Metropolitan Washington Airports Authority

BUSINESS HOURS, AUTHORITY - 7:00 A.M.. through 4:30 P.M. EST/EDT, Monday through Friday, excluding weekends and holidays.

CLEAN - Shall be free of all dirt, dust, chalking, loose paint, grease, debris, spider webs, fingerprints or any contaminants that would prevent proper adhesion of the material applied

CORRECTION - The elimination of a defect

DCA - Ronald Reagan Washington National Airport

JOB SITE - The area within the Authority’s property lines or portions of such area which are defined within the contract or as described by the Contracting Officer Technical Representative (COTR)

MA-126 - Maintenance Engineering Division

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

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

QUALITY ASSURANCE - A means by which the Authority is able to confirm that the quantity and quality of services received conformed 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 the contract quality control.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 5

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

REFEREE SAMPLE CARD - A card provided by the paint supplier, which contains a paint sample taken from the batch of paint mixed when it is being canned and after all final batch adjustments have been made. The referee sample card shall be created by the paint supplier and contain at a minimum; sample of actual product, date, color description and formula, manufacture, product number, type and name. This card shall also contain the name, and phone number of the person at the paint supply store who provided the card.

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

SOW - Statement of Work

STATE - The Commonwealth of Virginia

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

III. BASE SERVICES

A. PURPOSE

The contractor shall provide all labor, materials, tools, supplies, equipment, transportation, and supervision necessary to perform painting of interior structural steel beams and columns, exterior surfaces of 36 passenger loading bridges, exterior glass canopy support structures and exterior architectural aluminum "eyebrows" (Appendices B, C, D & E) at DCA.

B. GENERAL

The contractor shall perform the all required services described herein in accordance with Appendix H, Products and Execution.

The contractor shall perform all work during the hours of 10:00 P.M. - 5:00 A.M. Monday - Friday. If the duration of the work in these areas extends beyond one work night, the contractor shall temporarily secure the area and remove all debris and equipment until the next work period.

A majority of the work is required to be performed in secure areas; therefore the contractor’s personnel shall be required to obtain the necessary security badges under the Airports Authority’s normal security badge issuance procedures.

The contractor’s equipment shall not impede the normal operation of the Airport and/or adversely impact Airport tenants or users. No scaffolding, ladders, lifts or other equipment used for the project will be allowed to remain erect or standing in the work area outside the normal work hours unless prior written approval has been granted by the COTR.

The contractor shall perform each painting task according to a detailed written job schedule and plan which is prepared by the contractor and approved by the COTR at least seven (7) days prior to the critical milestones for each job. These milestones shall include the dates the work is to be initiated and completed as well as the amount of work projected to be completed daily. The job plan shall identify the hours when the contractor will perform the work.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 6

The contractor shall submit manufacturer’s literature and paint color samples to the COTR for approval prior to commencing painting. Other materials incorporated into the work shall also be approved by the COTR prior to use.

The contractor shall provide all ladders, lifts, drop cloths, scaffolding, paintbrushes, rollers, barricades, signs, spray equipment, pressure washers, and all other equipment incidental to and necessary for the performance of the painting services described in this Statement of Work. The unit prices provided in the price schedule shall be fully loaded and shall include all labor, supplies, equipment, tools, and incidentals necessary to accomplish that line item of work.

Contractor shall notify the COTR immediately (verbally and in writing) of all damage and/or discrepancies that they identify at the job site prior to the start of work as well as any personal injury or property damage that occurs while performing this SOW.

IV. SUPPLEMENTAL SERVICES

A. DESCRIPTION OF SERVICES

The Authority may, during the term of the contract, request that the contractor perform supplemental services in addition to the Base Services work, i.e. painting of additional columns, beams and piping, etc. The contractor shall be reimbursed for the square footage of painted surfaces in accordance with the provisions of "Method of Payment”. The Authority shall incur no obligation for out of scope work that is not authorized in writing.

B. CONTRACT SERVICES CALL ORDER

All work performed under supplemental services shall be approved in writing by the COTR using the “Contract Services Call Order” form (Appendix H). The call order shall contain a detailed description of the services that are required to be performed by the contractor. The contractor shall include a detailed cost estimate, which includes an itemized breakdown of square footage.

V. GENERAL REQUIREMENTS

A. SECURITY PROCEDURES

The contractor, its subcontractors, and all their employees shall be subject to and shall at all times conform with all rules, regulations, policies and procedures pertaining to security at Ronald Reagan Washington National Airport. Any violations or disregard for rules, regulations, or policies may be cause for immediate termination.

All personal packages brought onto and/or removed from Authority property may be subject to inspection by a Security Officer. Firearms and/or explosives shall NOT be brought onto the Airport’s property. VIOLATORS WILL BE PROSECUTED.

At least one (1) contractor employee for each three (3) performing work at the Airport shall have in their possession a valid security badge with the Escort designation. 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),

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 7

Security Identification Display Area (SIDA), Customs and Immigration. Identification badges issued by the Authority must be visibly worn at all times while in the SIDA.

The contractor’s employees, including new hires, must be legal to work in the United States. The contractor shall confirm citizenship of all foreign-born employees and alien numbers (Green Card), if not US citizen.

B. SIGN-IN/SIGN-OUT PROCEDURE

All contractor employees upon arrival to, and prior to departure from the Airport shall call (703) 417-8063 to report in and out. The operator will record the Date/Time of Arrival/ Departure, Hours Worked, Type/Extent of Work, and Area of Work. There shall be no exceptions to this requirement.

C. AUTHORITY FURNISHED PROPERTY

1. Utilities: Hot and cold water and electricity will be provided from existing outlets. No new supply locations will be provided.

2. Man lifts: Based on availability, the Authority will provide lifts (Appendix H) for the contractor’s use for interior work only. The contractor shall be responsible for providing lifts, if necessary, for painting of all exterior work. The contractor must submit documentation that demonstrates to the satisfaction of the COTR that the contractor’s personnel who will operate lifts have sufficient training, certification and experience to operate the equipment safely. Training and certification on these lifts shall be performed at no cost to the Authority. The contractor shall be responsible for ensuring that the Authority lifts provided are free from paint over spray, drips, and splashes at the end of each working day. The contractor shall provide at least one ground person at all times that lifts are used to act as a safety spotter.

D. CONTRACTOR FURNISHED PROPERTY

The contractor shall furnish all resources (i.e. supervision, labor, materials, supplies, and equipment) that are necessary to fulfill all the requirements described in this Statement of Work in a safe, orderly, timely, efficient, satisfactory and workmanlike manner.

1. Electrical Equipment: All electrical extension cords shall be properly sized for the equipment load and placed away from vehicular or pedestrian traffic. All connections between the extension cords and relayed 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 pipe. 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.

2. Ladders: The contractor shall not apply direct pressure on the glass or painted aluminum panels. Protection pads shall be used by the contractor to prevent ladders from marring building surfaces. The contractor shall assure that all ladders comply with all current and applicable safety requirements and regulations.

3. Man lifts: All contractor provided lifts shall be equipped with a flashing yellow beacon light and fire extinguisher. All lifts provided on the job site must be approved by the COTR. The contractor shall assure that the use, safe operation and/or servicing of these lifts are in compliance with all applicable requirements including but not limited to ASNI/SIA A.92.6-1999 Standard for Supported Elevating Work Platforms, effective 01/02/2000. In the event of a

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 8

contractor provided lift failure and/or malfunction, the contractor shall provide a replacement lift within one (1) working day so as not to delay scheduled completion of task. All lifts shall have signage attached that indicates the contractor’s name and phone number. The contractor shall provide at least one ground person at all times that lifts are used to act as a safety spotter.

4. Scaffolding: The contractor shall assure that all contractor provided scaffolding is in compliance with ANSI 10.8-2001, and 29 CFR 1910.28.

5. Digital Camera: The contractor shall have a digital camera in his possession at all times while on the jobsite to document each night’s progress. The contractor shall provide pictures (e-mail) of the work performed the prior night to the COTR the following morning (before 9:00 AM).

E. SAFETY

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

The contractor shall also 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. The contractor shall be responsible for all materials delivered and work performed until completion and acceptance of the entire work.

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

The contractor shall provide all barricades, warning signs (i.e. Caution Men Working Above, and other safety and protective equipment required to isolate or restrict public access to the work site and/or to protect Airport employees and the general public from personal injury due to materials, equipment or operations at the site. All barricades, warning signs, etc. shall be in accordance with Federal, State and Local codes, but in no case should barricades be lower than four (4) feet in height with support no farther than eight (8) feet apart.

The contractor shall provide and ensure that all its personnel at the job site properly wear all applicable safety devices and apparel, including but not limited to fall protection and hard hats. These devices and apparel shall be provided at no cost to the Authority.

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

Not withstanding any provision to the contrary, the Authority shall not be obligated to make an equitable adjustment for any work stoppage that results from safety hazards created by the contractor.

In the event that the Authority should elect to stop work because of any type of existing safety hazards on the job site 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. The contractor shall pay any and all additional expenses.

The operation of the contractor’s vehicles or private vehicles by the contractor’s employees on or about the property shall conform to regulations and safe driving practices.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 9

It shall be the responsibility of the contractor to immediately notify the COTR if the job site is visited by an official authorized to enforce any regulatory requirements including but not limited to OSHA.

The contractor shall provide and use adequate (adequate being capable of impeding the progress of pedestrians and or vehicles into the work area) barricades and signs to provide sufficient notice of potential safety hazards prior to, during, and after the performance of the services.

The contractor shall inspect all powered equipment daily before operations for signs of wear as well as potential safety hazards. The contractor shall immediately remove from service on the job sites all equipment including extension cords which are potentially unsafe, damaged, inoperable and/or do not meet the manufacturers operational specifications.

The contractor shall never leave power equipment unattended without disconnecting them from their power source.

F. FIRE PREVENTION

The contractor shall be knowledgeable and train all its employees on the procedures and means of egress as well as the methods of reporting fires on the job sites.

G. SMOKE FREE ENVIRONMENT

The 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 on the job sites.

H. PERMITS, ROYALTIES, AND LICENSES

The contractor shall, without additional an expense to the Authority, be responsible for obtaining all licenses, certifications and permits which are necessary to fulfill the requirements of the Statement of 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 work.

I. DELIVERY OF SUPPLIES AND EQUIPMENT

The contractor shall (as directed by the COTR) schedule its supply and equipment deliveries and the supply and equipment deliveries of its vendors and subcontractors during times and locations that cause minimum disruption and inconvenience to the Authority’s operations. The contractor shall notify the COTR in writing and in person of all deliveries 24 hrs prior to the scheduled delivery. No deliveries shall be made on weekends, or holidays unless given prior consent by the COTR.

J. COMMUNICATION

The contractor shall, at its own expense, provide fully operational cell phones with text messaging capability to the on-site supervisor, and any onsite employee out of range to carry on a normal level of conversation. These personnel are to have these devices at all times that they are on the job site to fulfill the requirements of this contract. The contractor shall provide the assigned telephone numbers for this equipment to the COTR at least three (3) working days prior to the start of the period of this contract. The contractor shall notify the COTR of any changes in these assignments.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 10

K. NON-WAIVER

Failure of the COTR and/or Authority personnel 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 Authority’s right to proper execution of the contract or any part of it by the contractor.

L. TIMELY PERFORMANCE

The contractor shall adhere to and fulfill all the time and frequency requirements described herein.

M. ACCIDENT REPORT

The contractor shall immediately notify in turn the Authority’s Police Department and the COTR both verbally and in writing of any accident on the job site that is related to the performance of this SOW that involve bodily injury or damage to property. The COTR will provide information necessary, concerning whom to contact and the specific form of the follow-up written notice.

Any damages caused by the contractor or its employees to the Authority’s property shall be properly repaired or replaced by the contractor, to the satisfaction of the COTR, at the contractor’s expense.

N. PERFORMING OTHER WORK AT THE JOB SITE

The contractor shall immediately advise the COTR when the contractor is scheduled to perform any work on the job site, which is outside of the work described in this SOW. The contractor shall advise the COTR of the scope, location, and period of performance of this work as well as who requested and/or contracted them to perform it and the entity for whom it is being performed.

O. QUALITY CONTROL

The contractor shall implement an effective quality control program. The contractor shall provide this program to the COTR in writing no later than seven days after contract award. The contractor shall not begin any work on site until the COTR approves this plan in writing. This program shall insure the contractor fulfills all the requirements of this SOW.

P. CONTRACT DUTY HOURS

All work shall be performed between the hours of 10:00 pm and 5:00 am. Set up may begin at 9:30 pm.

Q. REPORTING

The contractor shall provide daily reports (including pictures) describing the progress of the previous nights work, along with any problems or potential problems that may arise. Also to be included in this report are the mill thicknesses of the columns and beams before and after each coat of paint to provide verification that the proper amount of paint has been applied. These reports are to be sent to the COTR via e-mail in a MS WORD format prior to 9:00 am.

R. PUNCH LIST PROCEDURES

Upon completion of the job the COTR or a representative of the Authority will inspect the work for deficiencies and/or discrepancies. All deficiencies and/or discrepancies identified will constitute the official punch list which will be provided to the contractor. The contractor shall correct all items on the list within 10 days of receiving the report.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 11

VI. SPECIAL REQUIREMENTS

A. REGULATORY AND ENVIRONMENTAL PROVISIONS

1. General

The contractor (including it’s on the job site employees and subcontractors) shall comply with all applicable federal, state, local, and Authority regulatory, code, and procedural requirements.

The contractor shall provide the COTR with Material Safety Data Sheets (MSDS) for all materials used and/or stored on the job site by the contractor.

All regulatory infractions, which are incurred by the contractor while fulfilling the requirements of this SOW, shall be immediately reported by the contractor to the Authority and appropriate regulatory agencies.

a. Asbestos Containing Materials/Lead Based Paint: Most facilities at the Airport except for current CDP construction were constructed prior to 1981. The structures being painted were constructed and painted in 1996-97. Facilities constructed prior to 1981 should be presumed to have both asbestos containing materials (ACM) and paint containing lead in their construction. Upon discovery of any such materials, the contractor shall stop work immediately and notify the COTR of its findings. The contractor shall not wash, disturb, remove, scrape or sand asbestos containing materials or paint containing lead. Removal of asbestos containing materials and materials containing lead based paint shall be performed by others and is not a part of this SOW.

b. Air Quality: The contractor shall use, on the job site, only chemicals and products which are effective to fulfill the requirements described herein, have the least adverse impact on the environment, do not exceed the volatile organic chemical (VOC) limitations rule(s) published by the U.S. Environmental Protection Agency (EPA), and comply with all applicable regulatory requirements.

c. Contractor Provided Hazardous Materials

(1) Compliance with Laws: The contractor shall comply with all laws relating to hazardous materials on the job sites or related to the contractor’s activities at the job sites. The contractor shall not manage, use or store hazardous materials at the job sites except as reasonably necessary to accomplish the SOW. The contractor shall not dispose or treat any hazardous materials on the job sites or surrounding lands or water. The contractor shall immediately provide the COTR a written list of hazardous materials, which are used or stored, or intended to be used or stored, at the job site and the approximate quantities to be used or stored prior to entering into the contract.

(2) The contractor’s Responsibility for Environmental Costs and Damages: The contractor’s hazardous materials shall be the sole responsibility of the contractor and the contractor shall be solely liable for and responsible for, without limitation, at the contractor’s sole cost and expense:

a corrective action of the contractor’s hazardous materials as directed by any governmental agency, as required by any law, or as necessary to prevent or eliminate any nuisance, trespass, waste or diminution in the value of the job sites

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 12

or as necessary to avoid any impairment of the Authority’s ability to use the job sites for Airport purposes upon expiration or termination of this contract.

b Damages for injury or death to persons, or injury to property, the job sites and surrounding lands and waters arising out of the contractor’s hazardous materials.

c Claims resulting there from.

d Fines, costs, fees, assessments, taxes, penalties, demands, orders, directives, or any other requirements imposed in any manner by any governmental agencies asserting jurisdiction or under any law with respect to the contractor’s hazardous materials.

e Costs and expenditures for correction action required as to the contractor’s hazardous materials.

f Damages, costs, and expenditures for injury to natural resources resulting from the contractor’s hazardous materials as required by applicable law.

g Compliance with laws regarding the generation, use, storage, transportation, treatment, management, or disposal of the contractor’s hazardous materials.

h Any other liability related to the contractor’s hazardous materials. While the Authority is not required to incur any costs, fees (including Attorney, consultant, and expert witness fees), or expenses for environmental compliance, or corrective action relating to the contractor’s hazardous materials, should the Authority incur any such costs, expenses or fees due to the contractor’s non-performance of its obligations under this contract, the contractor shall within 30 days of demand reimburse the Authority for said costs, expenses or fees.

i Testing and Assessment by Authority at the Authority’s sole discretion, during reasonable business hours, the Authority or its representatives or consultants, may enter upon the job sites and make and tests, measurements, investigations, or assessment the Authority deems necessary in order to determine the presence of hazardous materials or to evaluate contractor’s compliance with this agreement. Nothing herein requires the Authority to conduct any such testing, measurement, investigation or assessment. The Authority shall give the contractor a minimum of five (5) days written notice prior to conducting any such tests, investigations, or assessment except no such notice is required under urgent or emergency conditions. If any of the contractor’s hazardous materials are detected requiring corrective action other than monitoring under this provision, or if any material violation of any law or the requirements of this provision are found by the consultant, the fees and expenses of said consultant shall be paid by the contractor on demand by the Authority. This is in addition to the contractor’s obligation to conduct all required corrective action of any of the contractor’s hazardous material releases or suspected releases at the contractor’s sole cost as provided herein.

(3) Other: All hazardous and/or carcinogenic materials transported or generated onto either job site by the contractor must be properly disposed off the Airport site by the contractor in accordance with applicable federal, state, and local laws and regulations and at no cost to the Authority.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 13

The contractor shall immediately provide the COTR with complete, legible copies of all regulatory notices, violations notices, citations, etc. received by the contractor which pertain directly or indirectly to its fulfillment of this SOW.

The contractor shall provide the COTR with documentation on 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 contractors activities will not result in contamination of Airport property. This documentation shall be provided upon request during periodic environmental inspections of the contractor’s premises by the Authority. The contractor shall immediately provide copies of all such correspondence to the COTR on all correspondence with regulatory agencies concerning the contractor’s compliance with environmental regulations.

If the contractor generates hazardous waste in an amount that makes it subject to state and federal hazardous waste requirements, the contractor shall apply for a Hazardous Waste Generator Identification Number. Hazardous waste shall be transported 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. The contractor shall be responsible for developing a Resource and Conservation Act Contingency (RCRA) Plan if the amount of hazardous waste generated places it into a category that requires a plan.

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

(4) Spill Contingency Plan: Neither domestic drains nor storm drains on the job sites shall be used to dispose of gasoline, paint, thinners, hydraulic fluid, solvents, concentrated cleaning agents, or other hazardous material.

The contractor shall develop and implement on the job sites (for the entire period of performance of this SOW a written Hazardous Waste Spill Control and Containment 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, site redemption procedures, and personnel training procedures in accordance with regulations. The contractor shall provide the COTR a copy of this plan at least three (3) working days prior to the start of the performance of this SOW.

In the event of a spill, the contractor shall immediately notify the Airport’s Fire Department. The contractor shall be responsible for all cleanup, 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. Hazardous materials that are temporary, 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.

The contractor shall initiate a training program for its employees and subcontractors on the proper disposal of hazardous materials such as gasoline, paint thinners, hydraulic fluid, solvents, etc. Materials that are stored in an area that is near sanitary drains shall be protected by means of dikes, containment boxes, or other means to prevent a slug

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 14

load of material from entering the drains. The contractor’s Spill Control and Containment Plan (SCCP) that shall, at a minimum, include the following components:

a A description of discharge practices, including non-routine batch discharges.

b A list, description, and location of stored chemicals near sanitary drains that could cause an impact on the treatment plant if a release were to enter the sanitary drains. This material is not limited to petroleum or hazardous products, but also includes any material that may have an impact on the Arlington County Sewage Treatment Plant, such as soaps, dyes, detergents, deodorizers, solvents, etc.

c A list of spill kits, location of kits and materials contained in the kits that could be used to contain a spill to prevent the spilled material from entering a drain or drain inlet. Protection devices shall be included in the spill kits.

d Procedures to be followed to prevent an accidental or slug discharge. Such procedures shall include, but not be limited to inspection and maintenance of storage areas, handling of materials, loading and unloading of materials, and containment procedures to be followed in the event of a spill.

e Training procedures for employees to ensure they are aware of the procedures to be followed in the event of a spill that could enter a sanitary drain and the notification procedures to be followed in the event a slug load does enter the sanitary drainage system.

f Instructions to employees on how to obtain a copy of the Airport Industrial User Wastewater Permit.

g Posting in a conspicuous areas, the spill notification flow-chart currently used by the Authority. This flow chart provides a list of people or groups to be notified in case of a spill on the Airport. This notice shall include, but not be limited to, advising employees to call the Airport’s Work Order Desk and the Arlington County Water Pollution Control Division in case of a discharge into the sanitary drains in violation of the Airport Permit or the Arlington County Sewage Ordinance. Notice must include, but not be limited to, including the telephone number of the Arlington County Water Pollution Control Division (Process Control Engineer or the Shift Supervisor as alternate). If a discharge event is reported, the report shall include the following information:

1 Caller’s Name

2 Facility and Tenant’s Name

3 Name and Type of Material Discharged

4 Time and Duration of Release

5 Amount of Material Released

6 Possible Effect of Health, Equipment, or the Environment

7 Corrective Action Taken

8 Name of Individual to Call if More Information is needed

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Page 15

(5) Storm Drains: The contractor shall provide protection on all nearby storm drains during their work to ensure that no paint chips, chemicals, cleaning solutions, etc. enter the drainage systems.

VII. PERSONNEL

A. CONTRACTOR’S PERSONNEL

1. Conduct: At all times while on the job site, whether on or off duty, the contractor’s employees shall conduct themselves in an orderly and safe manner. 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 for any employee engaging in such conduct from work.

2. Communication: Contractor shall provide on site for all work performed at the Airport, a supervisor able to clearly and understandably communicate (both verbally and in writing) in the English language. The supervisor shall also be able to communicate clearly and understandably (both verbally and in writing) with all of the contractors employees and subcontractors in their respective language. In addition all contractors employees and subcontractors shall have a understanding of verbal and signage warnings pertaining to safety and security.

B. RESPONSIBLE CONTRACTOR OFFICIALS

The contractor shall provide the CO or the COTR with a list of names and telephone numbers of personnel who shall be responsible to respond to emergency calls. Failure to be able to contact any of the persons on the list or their refusal to respond in an emergency situation shall constitute a failure to perform and shall be subject to deduction for damages caused and costs incurred by the Authority to obtain alternative response and remedy to the emergency.

VIII. METHOD OF PAYMENT

A. BASE SERVICES

The contractor may invoice the Authority at the successful completion of each project as listed on the contract pricing schedule. Successful completion of a project is defined as COTR approved completion of punch list work. There shall be no partial payments. No additional payment will be made to the contractor for items not identified on the contract pricing schedule.

B. SUPPLEMENTAL SERVICES

The contractor shall be reimbursed for supplemental service tasks in accordance with the fully loaded square footage rates specified in the pricing schedule. The contractor shall not invoice the Authority for any work unless a call order signed by the COTR has been received or for any work described in a call order until after all the work described in the call order has been completed to the satisfaction of the COTR.

IX. APPENDICES

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX A

AIRPORT SITE PLAN

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX B

TERMINAL B/C INTERIOR STRUCTURAL STEEL BEAMS AND COLUMNS

Work shall include preparation and painting during the overnight hours of 10:00PM to 5:00AM

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

INTERIOR STRUCTURAL STEEL BEAMS AND COLUMNSApproximately 10,000 Sq. Ft. Total

(Includes Vertical Pipes, Connector Plates, Support Base, Horizontal Pipes)

144 Vertical Pipes with a focus of 20’ high from the ground (Picture 1), 9 connector plates between each piping segment (Picture 2), 72 support bases (Picture 3), and 24 horizontal pipes (Picture 4).

PICTURE 1 Visual Reference - Piping

PICTURE 2 Visual Reference - Connector Plates

Picture 3 Visual Reference – Support Base

Picture 4 Visual Reference – Horizontal Pipe

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX C

TERMINAL B/C PASSENGER LOADING BRIDGES (PLBs)

3 STYLES - APPROXIMATELY 100,000 Sq. Ft. TOTAL

Work shall include preparation and painting of the fully extended PLBs and shall include all exterior sides, top, stairs, and bag chute surfaces currently painted gray (shown in the picture below and marked by orange arrows) and top edge rails, support pillars, and height adjustment pillar currently painted yellow (shown in the picture below and marked by blue arrows). One coat of primer and two finish coats. Work to be performed during day and/or night operations as airline scheduling permits.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

STYLE 1 - Approximately 43,200 Sq. Ft. Total(Includes 9 PLBs)

Visual Reference PLB 11

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

STYLE 2 - Approximately 53,000 Sq. Ft. Total (Includes 26 Passenger Loading Bridges)

Visual Reference PLB 12

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

STYLE 3 - Approximately 3,000 Sq. Ft. Total (Includes 1 Passenger Loading Bridge)

Visual Reference PLB 33A

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX D

TERMINAL B/C ARRIVALS LEVEL GLASS CANOPY SUPPORT STRUCTURES

Work shall include preparation and painting of all exterior surfaces of the beams, support rods, and bases currently painted yellow (areas shown Picture 1, 2, and 3 marked by orange arrows) and all surfaces of the façade visible from underneath the canopy which are currently painted white (areas shown in Picture 1, 2, and 3 marked by blue arrows. Work to be performed during the overnight hours of 10:00PM to 5:00AM

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

Arrivals Level / Canopy Support Structures Approximately 16,000 Sq. Ft. Total

(Includes 18 Canopy Support Structures)

PICTURE 1 Visual Reference

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

PICTURE 2 PICTURE 3

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX E

TERMINAL B/C DEPARTURES LEVEL GLASS CANOPY SUPPORT STRUCTURES

Work shall include preparation and painting of all exterior surfaces of the beams, support rods, and bases currently painted yellow (areas shown Picture 1, 2, and 3 marked by orange arrows) and all surfaces of the façade visible from underneath the canopy currently painted white (areas shown in Picture 1, 2, and 3 marked by blue arrows. Work to be performed during the overnight hours of 10:00PM to 5:00AM

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

Departures Level Canopy Support Structures Approximately 21,000 Sq. Ft. Total

(Includes 27 Canopy Support Structures)

PICTURE 1 Visual Reference

PICTURE 2 PICTURE 3

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX F

TERMINAL B/C DEPARTURES LEVEL UPPER ARCHITECTURAL ALUMINUM “EYEBROWS”

Work shall include preparation and painting of all surfaces and support beams of the Upper Architectural Aluminum “Eyebrows” currently painted yellow (by example - areas shown Picture 1, 2, and 3 marked by orange arrows). For visual reference, Picture 1 is of Upper Architectural Aluminum “Eyebrows” directly adjacent to the street. Picture 2 is of the south terrace facing east and Picture 3 is on the south terrace facing north. Work to be performed during daytime hours.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

ARCHITECTURAL ALUMINUM “EYEBROWS” Approximately 15,000 Sq. Ft. Total

(Includes 41 Eyebrows)

PICTURE 1 Visual Reference

PICTURE 2 PICTURE 3

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX G

TERMINAL B/C ARRIVALS LEVEL BUS SHELTERS

Work shall include preparation and painting of all exterior surfaces which contain yellow paint (areas shown Picture 1, 2, and 3 marked by orange arrows). Work to be performed during the overnight hours of 10:00PM to 5:00AM

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

ARRIVALS LEVEL BUS SHELTERS Approximately 1,100 Sq. Ft. Total

(Includes 7 Bus Shelters)

PICTURE 1 Visual Reference

PICTURE 2 PICTURE 3

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX H

PRODUCTS AND EXECUTION

PRODUCTS

PrimerSherwin Williams Pro Industrial – ProCryl Primer; color to match existing or as approved by the COTR.

PaintSherwin Williams Pro Industrial - Industrial Enamel 100; color to match existing or as approved by the COTR.

SURFACE PREPARATION

Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose rust, loose paint and other foreign material to ensure adequate adhesion. Power wash surfaces if work is outside.

Iron & Steel Minimum surface preparation is Hand Tool Clean per SSPC-SP2. Remove all oil and grease from surface by Solvent Cleaning per SSPC-SP1. For better performance, use Commercial Blast Cleaning per SSPC-SP6, blast clean all surfaces using a sharp, angular abrasive for optimum surface profile (2 mils). Prime any bare steel within 8 hours or before flash rusting occurs.

AluminumRemove all oil, grease, dirt, oxide and other foreign material by Solvent Cleaning per SSPC-SP1. Primer required.

Previously Painted Surfaces If in sound condition, clean the surface of all foreign material. Smooth, hard or glossy coatings and surfaces should be dulled by abrading the surface. Apply a test area, allowing paint to dry one week before testing adhesion. If adhesion is poor, or if this product attacks the previous finish, removal of the previous coating may be necessary. If paint is peeling or badly weathered, clean surface to sound substrate and treat as a new surface as above.

APPLICATION

General - Apply paint according to manufacturer’s directions. Use applicators and techniques best suited for substrate and type of material being applied. All workmanship shall be of high quality, and all materials evenly spread and smoothly flowed on without runs or sags.

The maximum container size for the paint is limited to 5 gallons.

Apply 2 coats. The first coat shall be tinted a lighter color so that it is clear which coat of paint has been applied. The second coat shall be the finish coat and shall meet the color specifications listed above. Should

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

the cleaning or scraping remove any paint to bare metal, that area shall be primed prior to applying the first coat of paint. All areas where rust is removed shall also be primed prior to the first coat of paint. The contractor shall provide a uniform spread rate of 2.5 – 4.0 per coat.

The number of coats and the film thickness required are the same regardless of the application method. The contractor shall not apply succeeding coats until the previous coat has cured for a minimum of 24 hours. The contractor shall not apply a subsequent coat of paint without prior inspection of the proceeding coat by the COTR. Sand between applications where sanding is required to produce a smooth, even surface according to the manufacturer’s directions.

Apply additional coats as necessary if undercoats, stains, or other conditions show through final coat of paint until paint film is of uniform finish, color, and appearance. Give special attention to ensure that surfaces, including edges, corners, crevices, welds, and exposed fasteners, receive a dry film thickness equivalent to that of flat surfaces.

CLEANING

Cleanup - At the end of each workday the contractor shall remove all equipment, empty cans, rags, rubbish, and other discarded paint materials from the site. All trash and debris will be disposed of by the contractor, off site in accordance with all applicable Federal, State, Local laws and regulations.

After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint without scratching or causing damage to adjacent finished surfaces.

PROTECTION

Protect all surfaces that are not to be painted, pursuant to this SOW. There shall be no excess paint on the floors, walls, glass etc., and if so the contractor shall completely remove the excess paint without damage or discoloration to the surface.

Provide Wet Paint signs to protect newly painted finishes. One day after completion of painting, the contractor shall remove and discard of all wet paint signs.

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX I

CONTRACT SERVICES CALL ORDER

Prepared: Date Prepared:

Type of Work: Requested By:

Contractor: Contract Number

Address: Contractor POC:

Office Telephone :

Emergency Phone

Other Data: Contractor Fax:

Estimate Date: Site Vist Date:MWAAEstimator: Contractor Estimator:

Work Item(s): QTY/UM:

EstimatedCost: Notes:

Call Order #

MA-126: Date: Date Issued:

COTR: Date: Date Completed:

Inspector: Date: Date Invoiced Rev'd:

Contractor: Date: Invoice Amount:

Remarks:

APPROVALS / ACCEPTANCE OF TASK

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 by the COTR. Furthermore, the cost to the Authority for this work shall not exceed the “Estimated Cost” noted above.

Work Estimates

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

RONALD REAGAN WASHINGTON NATIONAL AIRPORTMAINTENANCE ENGINEERING BRANCH, MA-126

CONTRACT SERVICES CALL ORDER

Metropolitan Washington Airports Authority 1-11-C254

Attachment 01 Statement of Work – Appendices

APPENDIX J

AUTHORITY OWNED INTERIOR MAN LIFT INVENTORY

Terminals B and C MWAA Owned Interior Man Lifts

Inventory

MWAA Tag Number

Make and Model

Type Quantity Year Maximum Height

1121 UpRight X26 Scissor Lift 1 1997 32'

1122 UpRight X26 Scissor Lift 1 1997 32'

1123 UpRight TL33 Articulating Boom

1 1997 40'

1124 UpRight TL33 Articulating Boom

1 1997 40'

1125 Denka Atrium Aerial Lift Telescoping

1 1997 81'

1126 Denka Atrium Aerial Lift Telescoping

1 1997 81'