35
STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 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 INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

  • Upload
    others

  • View
    8

  • Download
    1

Embed Size (px)

Citation preview

Page 1: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

STATEMENT OF WORK

FOR

INTERIOR AND EXTERIOR PAINTING

AT

RONALD REAGAN WASHINGTON NATIONAL AIRPORT

January 2020

PREPARED BY: Metropolitan Washington Airports Authority

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

Page 2: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 1

SECTION I - TABLE OF CONTENTS

SECTION I - TABLE OF CONTENTS 1 

SECTION II - INTRODUCTION AND SUMMARY OF WORK 4 

01  INTRODUCTION 4 

02  SUMMARY OF WORK 4 

SECTION III - DEFINITIONS 5 

SECTION IV - SCOPE OF WORK 7 

01  DESCRIPTION OF SERVICES 7 

02  WORKING HOURS 8 

03  TIMELY PERFORMANCE 8 

04  MATERIALS 9 

05  IDENTIFICATION OF EXISTING PAINT TYPE, COLOR, AND SUBSTRATE 9 

06  PRE APPLICATION-JOB-SITE EXAMINATION AND AMBIENT CONDITIONS 9 

07  PREPARATION 10 

08  DISTURBING AND/ OR RELOCATING AND PAPERS AND EQUIPMENT 13 

09  PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS 13 

10  FIXED IMPROVEMENTS AND OPERATING FACILITIES 13 

11  APPLICATION 13 

12  CLEANING 15 

13  WORKMANSHIP AND INSPECTION OF SURFACES 15 

14  NON-WAIVER 15 

15  PAINT SYSTEMS 15 

16  CAULKING 15 

SECTION V - CONTRACT START UP 16 

01  LICENSES 16 

02  KEY CONTRACTOR PERSONNEL 16 

Page 3: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 2

03  AIRPORT SECURITY BADGES 16 

04  ATTIRE 16 

05  CONTRACT SERVICE CALL ORDER 16 

SECTION VI - GENERAL REQUIREMENTS 17 

01  COMMUNICATION AND COORDINATION 17 

02  CONTRACT MANAGER 17 

03  CONTRACTOR’S SUPERVISION 17 

04  CONTRACTOR PERSONNEL 17 

05  CONTRACTORS PROJECT REPORTS 18 

06  PERFORMING OTHER WORK ON THE JOB SITE 18 

07  DELIVERY OF SUPPLIES 18 

08  FIRE PREVENTION AND PROTECTION 18 

09  LOST AND FOUND PROPERTY 18 

10  SMOKE FREE ENVIRONMENT 19 

11  SAFETY 19 

12  SECURITY REQUIREMENTS 20 

13  STATUS MEETINGS 21 

14  CONTRACTOR RECYCLING 21 

15  ACCIDENTS/INJURIES 21 

16  WORK AREA PROTECTION 21 

SECTION VII - REGULATORY REQUIREMENTS 22 

01  PERMITS AND RESPONSIBILITIES 22 

02  REGULATION REQUIREMENTS 22 

03  ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT 22 

04  HAZARDOUS/CARCINOGENIC MATERIALS 23 

05  HAZARDOUS WASTE 23 

SECTION VIII - PERSONNEL 24 

01  PERSONNEL 24 

Page 4: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 3

02  SUPERVISION 24 

03  CONDUCT 24 

SECTION IX - DELIVERABLES 25 

01  THIRTY (30) DAYS PRIOR TO CONTRACT START DATE 25 

02  CONTRACT START DATE 25 

03  CONTRACT CONCLUSION 25 

04  AS REQUIRED 25 

05  CONTRACT CLOSE-OUT 25 

SECTION X - CONTRACTOR FURNISHED RESOURCES 26 

01  MATERIALS, TOOLS AND SUPPLIES 26 

SECTION XI - AIRPORTS AUTHORITY FURNISHED RESOURCES 27 

01  GENERAL 27 

02  PARKING 27 

SECTION XII - METHOD OF PAYMENT 28 

01  GENERAL 28 

02  SUPPLEMENTAL SERVICES 28 

SECTION XIII - CONTRACT CLOSE OUT 29 

01  AIRPORTS AUTHORITY PROVIDED RESOURCES 29 

02  SECURITY DEVICES 29 

03  RECORDS AND DOCUMENTATION 29 

SECTION XIV - APPENDICES 30  APPENDIX A - SITE PLAN APPENDIX B - MWAA CONTRACT SERVICE CALL ORDER FORM

Page 5: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 4

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, located in Arlington County, Virginia (see Appendix A) herein after referred to as the "job site,” Reagan National Airport or DCA. Reagan National Airport served over 24 million passengers in 2018. 02 SUMMARY OF WORK The contractor is to provide all supervision, labor, materials, supplies, parts, tools, transportation and equipment to paint interior and exterior finishes at Reagan National Airport as required and ordered by issuance of Service Call Orders. Work shall be performed in a professional manner. In the event of non- performance of work by the contractor, the Airports Authority will have the right to immediately correct the deficient service by any means and seek payment from the contractor. The contractor will resolve the problem within three days of notification.

Page 6: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 5

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." 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 badges. Workers in this area are required to obtain and display an AOA photo ID credential. Drivers in this area are required to obtain an Airport Vehicle Operator's Permit. AIRPORTS AUTHORITY - The Metropolitan Washington Airports Authority. CMMS - Computerized Maintenance Management System is used to schedule and generate work orders for all maintenance and repair activities performed for each piece of equipment covered under this Contract. CONTRACTOR'S EMPLOYEES - Includes employees of the prime contractor and employees of any of the contractor’s subcontractors performing work under this contract. CONTRACTING OFFICER (CO) - The Contracting Officer (CO) is the Airports Authority representative with formally delegated written authority to enter into contracts and other contractual instruments on behalf of the Metropolitan Washington Airports Authority and is responsible for executing all contracting functions, such as the terms, scope, price, or conditions of this contract on behalf of the Airports Authority. CORRECTION - The elimination of a deficiency. COTR – Contracting Officer’s Technical Representative is the key individual who must monitor the contractor's performance of technical requirements on the Airports Authority's behalf of the Contracting Officer. REAGAN NATIONAL - Ronald Reagan Washington National Airport (DCA). EST - Eastern Standard Time. GARAGES A/B/C – Parking Garages located at Ronald Reagan Washington National Airport. GROUNDS - Includes land, parking lots, roadways, walks, bridges, airfields etc. at the airport. HAZARDOUS MATERIALS - Any wastes, substances, radiation, or materials (whether solids, liquids or gases): (1) Which are hazardous, toxic, infectious, explosive, radioactive, carcinogenic, or mutagenic; (2) 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; (3) The presence of which on the premises cause or threatens to cause a nuisance pursuant to applicable statutory or common law upon the premises or to adjacent properties; (4) without limitation, which contain polychlorinated biphenyls (PCBs), asbestos, lead-based paints, formaldehyde foam insulation, and petroleum or petroleum products (including, without limitation, gasoline, crude oil or any fraction thereof) or (5) which pose a hazard to human health, safety, natural resources, industrial hygiene, or the environment, or an impediment to working conditions. HOLIDAYS - Holidays observed by the Airports Authority. JOB SITE - The area within which the work required by this Statement of Work is to occur.

Page 7: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 6

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.

MA-126 - 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. 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 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 production or consumption process. REGULAR AIRPORT TERMINAL OPERATING HOURS - These hours are 5:00 A.M. through 11:00 P.M. EST, daily 365 days a year (i.e. includes weekends and holidays). REGULAR AIRPORTS AUTHORITY BUSINESS HOURS - These hours are 7:30 A.M. through 4:30 P.M. EST/DST, Monday through Friday, excluding weekends and holidays. SERVICE CALL ORDER – Contains a detailed description of the services, items, quantities, unit prices, and schedules required from the contractor. All work under this contract shall be authorized in advance by a Contract Service Call Order signed by the COTR or CO prior to any work being performed by the Contractor. Such orders may be issued at any time during the life of the contract. See Contract Services Call Order Form at SOW Section XIV-Appendix B. SERVICES - Includes services performed, workmanship, and material furnished or utilized in the performance of services. SOW – Statement of Work. TERMINAL BUILDING - Buildings on the airport job site where commercial airline passengers purchase tickets and board flights. These buildings include Terminals A, B and C. VANDALISM - Willful or malicious abuse and/or destruction of property. WORK - The services required to be performed by the contractor. WORK ORDER DESK - Unit that is primarily responsible for receiving, dispatching and tracking service requests. (703) 417-8063.

Page 8: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 7

SECTION IV - SCOPE OF WORK

INTERIOR AND EXTERIOR PAINTING SERVICES (AS NEEDED) RONALD REAGAN WASHINGTON NATIONAL AIRPORT

01 DESCRIPTION OF SERVICES The contractor shall provide all manpower, materials, tools, supplies, transportation, ladders, lifts, drop cloths, scaffolding, paint brushes, rollers, barricades, signs, spray, equipment, high pressure washers, and all equipment incidental to and necessary for the performance of all interior and exterior painting services and surface preparation described in this Contract. The unit prices provided in the Contract, Section III-Price Schedule shall reflect an inclusive cost necessary to accomplish that line item of work. All work shall be authorized in advance by means of a Contract Service Call Order (Appendix B) prior to any work being performed by the contractor. The COTR must be notified in advance if equipment not normally used, such as high reach lifts or bucket trucks, are needed for situations containing extraordinary restrictions or requirements not ordinarily present in a normal painting job. In those cases, the Contractor shall notify the COTR in advance of the specific item of equipment needed, the time period it is required, and its cost. The contractor shall NOT proceed to lease, rent or otherwise acquire the equipment until he receives written approval from the COTR. The item or equipment must be authorized in the Contract Service Call Order. The Airports Authority will have no obligation to fund any additional equipment unless the COTR has determined it is necessary to complete the work and has approved it in writing and incorporated into the Service Call Order. These services include: As needed, interior and exterior painting of various buildings, structures, and equipment located throughout Reagan National Airport (DCA). The surfaces include but are not limited to:

Concrete floors Interior walls and ceilings Exterior walls Metal I beams Acoustical ceiling tile Metal pipe and railing Masonry Walls Window trim, mullions and grills Metal building trim Down spouts Jersey barriers Wood and metal doors Garage A/B/C walls, ceilings and piping

Mechanical and electrical painting work is limited to items exposed in mechanical equipment rooms, in occupied spaces, and behind perforated panels and louvers where visible from public spaces and include, but are not limited to the following:

Piping, pipe hangers and support Heat exchangers Tanks Ductwork Insulation Supports Motors and mechanical equipment

Page 9: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 8

Accessory items Electrical items to be painted include, but are not limited to, the following:

o Conduit and fittings o Switchgear

In addition to general interior and exterior surfaces the work to be performed under this contract includes painting the following Parking Garage areas: Garages to be painted under this contract are: Base Year Garage B Ground Level Garage C Ground Level Garage B 1st Floor Garage C 1st Floor Option Year One (if awarded) Garage A 4th Floor Garage B 2nd Floor Garage C 2nd Floor Option Year Two (if awarded) Garage B 3rd Floor Garage C 3rd Floor Option Year Three (if awarded) Garage B 4th Floor Garage C 4th Floor Garage B/C 5th Floor Walls Painting these Garage areas includes painting of all surfaces listed under preparation in Section 07 of this Statement of Work at the cost in the Price Schedule line item A 16. 02 WORKING HOURS A majority of the interior surfaces to be painted are located in occupied, high traffic and/ or congested areas. The Contractor shall be capable of and perform such work during the late night (9:30 PM – 5:30 AM) hours. 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. 03 TIMELY PERFORMANCE The Contractor shall perform each painting task according to a detailed written Plan and Schedule which is to be prepared by the Contractor and submitted with each estimate for approval and issuance of a Contract Service Call Order by the COTR. . When the Airports Authority communicates a request via email or phone to a Contractor identified Key Person or Supervisor, the Contractor shall acknowledge each communication request using email within 24 hours. Such requests may involve taking physical measurements for pricing/ estimation, conducting on-site reviews and inspection of services either performed or to be performed, or to attend a meeting to discuss scheduling, work related issues, or problems. Every effort should be made by the Contractor to arrive within 72 hours from the date and time of their acknowledgement of the request.

Page 10: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 9

The Contractor shall provide an estimate within 24 consecutive business hours after performing an on-site measurement which contains a detailed written Plan and Schedule and an estimate. This Plan and Schedule shall be approved by the COTR. Work is authorized by issuance of a Contract Service Call Order. 04 MATERIALS Manufacturer’s products must be factory-formulated pre-made-ready mixtures and are subject to compliance of manufacturer’s recommendations on the various applications and contained in the SOW. The Contractor must provide fillers, primers coats, intermediate coats, finish coats, caulking, and related materials that are compatible with one another and the substrates indicated under conditions of service and application, as evidenced by the Contractor and demonstrated by the manufacturer based on their testing and field experience. A. Sherwin Williams paint or equivalent shall be used.

B. Use of manufacturer’s proprietary product names to designate colors of materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish the manufacturer’s material data, characteristics, and certificates of performance for proposed substitutions.

C. Paint is not to be thinned, or altered in any way shape, fashion, or form. Open or unsealed paint containers or containers not displaying manufacturer’s product identification will not be acceptable.

05 IDENTIFICATION OF EXISTING PAINT TYPE, COLOR, AND SUBSTRATE In the majority of instances, the COTR will have a specific color to be used or a Drawdown Sample Card per application or area on file. However, when this information is not available or at the request of the COTR, Contractor shall maintain an unencumbered use of a Handheld/Portable Digital Optical Color Measuring and Matching Tool for the purpose of identifying paint color and coating. Whenever the use of this device is requested, the Contractor shall transport and use this device during the initial measurement and estimating visit. Information produced by the Handheld/Portable Digital Optical Color Measuring and Matching Tool will be converted by the Contractor into four (4) Drawdown Sample Cards which are to be generated by the Paint Manufacturer and contain at a minimum; sample of actual product, date color description and formula, manufacture, product number, type and name. This Drawdown Sample Card must be taken from the batch of paint as it is being canned and only after all final batch or color adjustments have been made, presented to the COTR, prior to the application of any finish coat. The Contractor shall notify the COTR, prior to performing any work, about anticipated problems using the materials specified over existing substrates previously primed or painted by others. 06 PRE APPLICATION-JOB-SITE EXAMINATION AND AMBIENT CONDITIONS Contractor shall notify the COTR immediately (verbally and in writing) of all damage and discrepancies identified at the job-site prior to the start of work as well any personal injury or property damage that occurs while performing this SOW. The Contractor shall adhere strictly to all manufacturer’s recommendations with respect to temperature and surface conditions set forth for the particular literature unless otherwise approved in advance by the COTR. Nothing in this SOW shall be deemed to reduce the manufacturer’s recommendations.

Page 11: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 10

The Contractor shall examine all substrate conditions under which painting will be performed to ensure compliance with the paint manufacturer’s requirements and compatibility for all applications of caulk, filler, primer, intermediate, and finish coating system for various substrates. Surface receiving paint shall have been prepared in accordance with the paint manufacturer’s recommended procedures as well as be thoroughly dry and clean before paint is applied. Apply paints only when the temperature of surfaces to be painted and surrounding air temperatures are and will remain until paint is completely cured between 50 deg F (10 deg C) and 90 deg F (32 deg C). Do not apply paint in snow, rain, fog, mist, when the relative humidity exceeds 85 percent, at temperatures less than 5 deg F (3 deg C) above the dew point, or to damp or wet surfaces. No exterior paint shall be applied while the surface is damp, during cold or frosty weather, or when the temperature is likely to drop below freezing during the complete curing cycle of the applied finish. Painting may be performed during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by the manufacturer during application and drying periods. Start of painting will be construed as the applicator’s acceptance of the surface preparation and condition. 07 PREPARATION Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted, or provide surface-applied protection prior to surface preparation and painting. Remove these items, if necessary, to completely paint the items and adjacent surfaces. Following completion of painting operations in each space or area, have items reinstalled by workers skilled in the trades involved. A. Cleaning & Surface Preparation: The Contractor shall schedule and perform cleaning of substances

(including oil and grease) from the substrates that could impair the bond of the various coatings before actually applying caulk, filler, primer, intermediate or finish coats. All cleaning and preparation of surfaces to be painted shall be done according to the paint manufacturer’s instructions for each particular substrate condition.

B. High Pressure Water Blasting: The Contractor shall when directed by the COTR use high pressure blasting methods to prepare the surface to be painted. Pressure blasting equipment used by the Contractor shall produce sufficient pressure to remove all loose paint, chalking, grease, dirt, and other contaminants that otherwise prevent adhesion. High pressure blasting shall not be performed in manner that damages, removes, or weakens the integrity of the existing substrate. Wastewater created by high pressure blasting shall be channeled to the nearest sanitary drain and shall not be permitted to enter storm drains. In the event a sanitary drain is not available the wastewater shall be collected and put into a suitable container for disposal at the Airport’s industrial waste treatment plant.

C. Cementous Type Materials: Prepare concrete, concrete masonry block, and mineral-fiber-reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils and release agents. Roughen, as required, to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation.

Use abrasive blast-cleaning methods if recommended by the paint manufacturer. Abrasive blast cleaning shall not be performed unless approved by the COTR in writing.

Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish to blister and burn, correct this condition before application. Do not paint where moisture content exceeds that permitted in manufacturer’s printed directions, but in no case paint plaster surfaces that have moisture content over 13 percent.

Page 12: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 11

Touch up all suction spots or hot spots in cement after the application of the first coat and before applying the second coat to produce an even result in the finish coat.

Clean concrete floors to be painted with a 5 percent solution of muriatic acid or other etching cleaner. Flush the floor with clean water to remove acid, neutralize with ammonia, rinse, allow to dry, and vacuum before painting. Written approval from the COTR shall be required before any acid or etching cleaner is used.

D. Plaster and Drywall Surfaces: Prepare plaster and drywall surfaces to be painted. Remove chalk, dust, dirt, grease and oil.

Inspect surfaces and fill all cracks, gouges, holes, and abrasions with plaster patching compound or spackle. No painting shall be performed on areas where plaster, spackle, caulking or concrete has been applied until such materials are thoroughly cured dry.

Do not paint until surface is thoroughly dry. Do not paint surfaces where moisture content exceeds that permitted in manufacturer’s printed directions, but in no case plaster surfaces that have moisture content over 13 percent.

Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application.

Touch up all suction spots or hot spots in plaster or joint compound after the application of the first coat and before applying the second coat to produce an even result in the finish coat.

E. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off.

Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac other recommended knot sealer before applying primer. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dried.

Prime, stain, or seal wood to be painted immediately upon delivery. Prime edges, ends, faces, undersides, and backsides of all interior and exterior wood, wood trim, and mill wood, including cabinets, counters, cases, and paneling.

When transparent finish is required, back prime with spar varnish.

Back prime paneling on interior partitions where masonry, plaster, or other wet wall construction occurs on backsides.

Seal tops, bottom, and cutouts of unprimed wood doors with a heavy coat varnish or sealer immediately upon delivery.

F. Concealed Pressure Treated Wood Products not Totally encased By Other Construction: Clean and provide at least a primer coat of paint. This requirement includes, but is not limited to, blocking, particleboard, plywood and oriented strand board. Wood above ceilings, in ceiling plenums, in chases, and electrical and telephone mounting panels is included.

G. Ferrous Metals: Clean un-galvanized ferrous metal surfaces that have not been shop-coated, remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with recommendations of the Steel structures Painting Council (SSPC).

Blast steel surfaces clean as recommended by the paint system manufacturer and according to requirements of SSPC specification SSPC-SP 10.

Page 13: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 12

Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming.

Touch-up bare areas and shop–applied prime coat that have been damaged. Wire-brush, clean with solvents recommended by the paint manufacturer, and touch-up with same primer as the shop coat.

H. Galvanized Surfaces: Clean galvanized surfaces with non-petroleum-based solvents so that the surface is free from oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods.

I. Parking Garages: Concrete walls, ceilings and columns must be clean dry and in sound condition. Remove all oil, dust, grease, dirt, loose rust, loose paint, loose caulk and other materials to ensure adequate adhesion. Power wash all surfaces prior to painting. All surface deficiencies, blemishes, imperfections, etc. are to be caulked and/or pointed up prior to the application of the paint. The contractor shall coordinate with the COTR for an inspection and determination of adequacy of the surface condition(s) prior to the application of the first coat of paint.

Fire piping 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 all surfaces. The contractor shall coordinate with the COTR for an inspection and determination of adequacy of the surface condition(s) prior to the application of the first coat of paint. Electrical Piping 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 all surfaces prior to painting. The contractor shall coordinate with the COTR for an inspection and determination of adequacy of the surface prior to the application of the first coat of paint.

Because of the proximity to vehicles, the contractor will be required to install protection to prevent paint overspray. 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 and smoothly flowed on without runs or sags. The maximum container size for the paint is limited to 5 gallons.

Protect all surfaces that are not to be painted. There shall be no excess paint on sidewalks, asphalt, grass, floor, etc. and if so the contractor shall completely remove the excess paint without damage or discoloration to the surface.

On all surfaces to be painted spray one primer coat and one finish coat. The contractor shall provide a uniform spread rate of at least 5.0 – 7.0 mils per coat. The contractor shall coordinate with the COTR for an inspection of conditions prior to the completion. Apply additional coats as necessary if undercoats, stains or other conditions show through, 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.

At the end of each workday the contractor shall remove all equipment, empty cans, rags, rubbish and other discarded paint materials for 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. The contractor shall clean any paint splattered surfaces. Remove splattered paint without scratching or causing damage to adjacent finished surfaces.

The primer is to be Sherwin Williams – Loxon Masonry Primer is to be used for the concrete and Sherwin Williams Pro Industrial – ProCryl Universal Primer is to be used for metal surfaces. Sherwin Williams A-100 Exterior Latex Semi-Gloss or approved substitute Decorator White is to be used for the ceiling, walls, columns and piping.

Page 14: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 13

08 DISTURBING AND/ OR RELOCATING AND PAPERS AND EQUIPMENT The Contractor’s employees shall not disturb and/or relocate any items (i.e. furniture, documents, materials, supplies, equipment, etc.) that are in any area of the job-sites, unless either directed otherwise by the COTR or the items are the property of either the Contractor or the Contractor’s personnel. In situations where items are located in the general area of proposed work, the Contractor, at no additional cost to the Authority, shall temporarily relocate such items until such time as the proposed work is completed . The Contractor shall assure that all items to be relocated are returned to their original locations without damage to them or to the surrounding surfaces. 09 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND

IMPROVEMENTS The Contractor will provide Wet Paints signs to protect newly painted finishes. Remove temporary wrappings provided by others to protect their work after completing painting operations. 10 FIXED IMPROVEMENTS AND OPERATING FACILITIES During the period of performance, any Fixed Improvements made by the Contractor on the job-site(s) shall remain with the Airports Authority. A Fixed Improvement includes any improvement, fixtures, additions, annexations or alterations to the job-sites 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-sites require the prior written approval of the Airports Authority. The Contractor shall have no right during the operating period of the contract to demolish or remove, in whole or in any part, any Fixed Improvements on the job-sites except with the prior written consent of the Airports Authority. All Fixed Improvements shall be left in place and title to them shall transfer to the Airports Authority unless otherwise agreed to in writing by both the Contractor and the Airports Authority. 11 APPLICATION A. Material shall be stirred before application to produce a mixture of uniform density; stirring as required

during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using.

B. The Contractor shall apply caulking, filler, primers, intermediate and finish coats according to manufacturer’s directions and recommended spreading rate, using brushes, rollers, spray, or other applicators best suited for the type of paint being applied and substrate.

C. Spray on application of paints, except as herein specified, will not be permitted unless specific permission has been secured in writing from the COTR and unless the surfaces and materials are entirely suitable to this type of application as proven by on-the-job demonstration. Use High Volume Low Pressure (HVLP) spray equipment with orifice size recommended by the manufacturer for the material and texture required.

D. Provide the total dry thickness of the entire system as recommended by the manufacturer. 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.

E. Apply first coat to surfaces that have been cleaned, pre-treated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. Allow sufficient time between successive coats to permit proper drying as per manufacturer’s recommendation.

Page 15: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 14

F. Each undercoat shall be a lighter shade to facilitate identification of each coat where multiple coats of the same material are applied. Tint undercoats to match the color finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat.

G. Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to material that is required to be painted or finished and that has not been prime-coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears to ensure a finish coat with no burn-through or other defects due to insufficient sealing.

H. Do not paint over chalk, dirt, rust, scale, grease, moisture, scuffled surfaces, or conditions detrimental to formation of a durable paint film.

I. The number of coats and the film thickness required are the same regardless of the application method. Sand between applications where sanding is required to produce a smooth even surface according to the manufacturer’s directions.

J. Apply additional spot treatments if stain, or other conditions show through the primer 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.

K. The term ‘exposed surfaces’ include areas visible when a permanent or built-in fixture, convector covers, covers for finned tube radiation, grilles, and similar components are in place. Extend coatings in these areas, as required, to maintain the system integrity and provide desired protection.

L. Paint surfaces behind movable equipment and furniture the same as similar surfaces. Before the final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only.

M. Paint interior surfaces of ducts, where visible through registers or grilles, with flat, black paint.

N. Paint equipment behind perforated panels, louvers and grills when visible from public spaces, with a flat, black paint.

O. Paint back sides of access panels and removable or hinged covers to match exposed surfaces.

P. Finish interior of wall and base cabinets and similar field-finished casework to match exterior.

Q. Top, bottom, and edges of doors shall be finished as specified for the faces of the doors after they have been properly fitted.

R. Finish exterior doors on tops, bottoms, and side edges same as exterior faces.

S. Pigmented (Opaque) Finishes-Completely cover to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, or other surface imperfections will not be acceptable.

T. Sand lightly between each succeeding enamel or varnish coat.

U. Omit primer on metal surfaces that have been shop-primed and touch-up paint.

V. Any room or area in which new construction has been performed or installed shall be refinished as required to give a uniform appearance, unless indicated otherwise.

1. All new construction work shall be finished as specified for that type of surfaces.

2. Existing painted surfaces which are disturbed by new work, and which are not scheduled to receive a color different from the excising color shall be repainted with one coat of paint compatible with existing paint and of matching color, unless noted otherwise. Existing Historic Surfaces that are damaged or disturbed by new work shall be reviewed by the COTR to determine the necessary corrective action.

Page 16: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 15

3. Existing painted surfaces which are disturbed by new work and which are scheduled to receive a color different from the existing color shall be repainted with two coats of paint compatible with existing paint and of color scheduled.

4. The painting of existing surfaces shall stop at the nearest break, such as a corner of other full interruption of the surface.

12 CLEANING At the end of each workday, the Contractor shall remove empty cans, rags, rubbish, and other discarded paint materials from the site. After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint without scratching or causing damage to adjacent finished surfaces. 13 WORKMANSHIP AND INSPECTION OF SURFACES Workmanship shall be Professional. The Airports Authority reserves the right to reject unprofessional work. 14 NON-WAIVER Failure of the COTR and/or Airports Authority personnel to discover or 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. 15 PAINT SYSTEMS Provide interior and exterior paint applications utilizing up to 3 coats as directed by the COTR to ensure a total final dry film thickness of not less than 3.5 mills for the various substrates identified in the Contract SECTION III-PRICE SCHEDULE, unless otherwise directed by the COTR. 16 CAULKING Caulk joint or sealant removal may be necessary for initial or reapplication/ reinstallation on the area being worked on.

Page 17: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 16

SECTION V - CONTRACT START UP 01 LICENSES In accordance with the Contractor complying with all applicable local state, federal, and Airports Authority laws, regulations, rules, and practices the Contractor must currently have maintain, and present the following: A. A photo copy of their valid Class A Virginia State Contractor’s License which recognizes the following

specialty trade: Painting and Wall Covering (PTC). 02 KEY CONTRACTOR PERSONNEL A. The Contractor shall identify and provide the CO and COTR with a list of names and telephone

numbers of its key personnel who shall be responsible for fulfilling all the requirements of this Scope of Work including responding to service and emergency callbacks. Failure to be able to contact any of the persons on the list or their refusal to respond to request for service shall constitute a failure to perform and shall be subject to deductions for damages caused and costs incurred by the Airports Authority to obtain alternative response and remedy to the emergency.

B. When work is being performed, a key supervisor shall be on site to supervise work crews and a

contract manager shall be on call. See SOW Section VI-General Requirements (VI-02, VI-03 and VI-04) and SOW Section VIII-Personnel.

C. Resumes and certifications for the Contractor’s key personnel shall be provided to the CO and COTR

no later than thirty (30) days prior to the start of the contract and shall be updated whenever approved changes are made.

03 AIRPORT SECURITY BADGES The Contractor shall ensure all its key personnel while on the job-site visibly display at all times a valid Airports Authority AOA badge. The Contractor shall provide the COTR with a list of employees who will be applying for security badges five (5) days prior to the start of the Contract. All key personnel must begin the identification process and procedures within five (5) days after start of the contract in effort to obtain a security badge no later than thirty (30) days from the award of the Contract. 04 ATTIRE All employees, including supervisors and subcontractors of Contractor shall at all times, while on the job site to fulfill the requirements of this SOW, be attired in a distinctive uniform, which is acceptable to the Airports Authority. 05 CONTRACT SERVICE CALL ORDER A. All work will be requested and approved with a signed Call Order by the COTR or Contracting Officer

using the MWAA Contract Service Call Order form. The Call Order will contain a detailed description of the services required. The Contractor shall be required to provide the COTR a detailed cost estimate including an itemized breakdown for all labor, parts and materials, as well as a schedule with milestones for completing the Call Order.

B. Rates included on the contract price schedule for the contract will be used in preparing these estimates. The contractor shall not proceed with any work described in such Call Orders until authorized in writing by the COTR or Contracting Officer. Call orders over $10,000 must be signed by the Contracting Officer.

Page 18: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 17

SECTION VI - GENERAL REQUIREMENTS 01 COMMUNICATION AND COORDINATION The Contractor shall maintain an effective Communication and Coordination Policy with the Airports Authority utilizing email, telephones, mobile phones, faxes, pagers, cameras, to ensure the Airports Authority is kept abreast of current conditions of the job-site for the term of the Contract. A. The Contractor’s key employees shall carry a mobile phone while performing all services at Reagan

National Airport. 02 CONTRACT MANAGER A. The Contractor shall provide a Contract Manager. The Contract Manager shall have full authority to act

for the Contractor and serve at all times to carry out all provisions of the Contract.

B. The Contractor Manager shall have a minimum of three (3) years’ experience in successfully managing Contracts of the size and scope described in this Scope of Work.

C. The names of the Contracts Manager and a qualified alternate who shall assume the Contract Manager’s duties when the primary Contract Manager is absent shall be designated in writing to the COTR and CO fifteen (15) business days prior to the Contract start date.

D. The Contract Manager shall be available at all times while the Contractor’s Personnel are on the job-site. The Contractor/Contract Manager shall meet as promptly as possible with the COTR at the COTR’s request to discuss the performance of the work or other provisions of the Contract.

03 CONTRACTOR’S SUPERVISION A. The Contractor shall provide on-site supervision for all work performed at the airport.

B. The Supervisor shall also be able to communicate clearly and understandably (both verbally and in writing) with all of its employees and subcontractors in their respective language.

C. Contractor’s employees and subcontractors shall have an understanding of verbal and signage warnings pertaining to safety and security.

04 CONTRACTOR PERSONNEL A. The Contractor’s employees shall at all times 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, taking pictures or bringing cameras or other photographic devices anywhere on Airports Authority property (unless fulfilling the requirements of this Contract), 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.

B. Employees shall wear uniforms consisting of shirts and trousers, coveralls, or smocks for men, and dresses, skirts and blouses, smocks or slacks, as appropriate, for women. The uniform shall have the Contractor’s name easily identifiable, affixed thereon in a permanent manner such as a badge or monogram. Any color combination, as appropriate, may be used for the uniform as long as they are distinct from that used by the Airports Authority.

Page 19: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 18

C. These uniforms must be supplied and maintained by the Contractor at no cost to the Airports Authority. As part of their uniform, the Contractor’s employees shall conspicuously display the following identification:

- If issued by the Airport Operations Division, Airport Photo Identification Security badge

- Photo Identification Badge issued by the employee’s respective employer. 05 CONTRACTORS PROJECT REPORTS The contractor shall submit the following detailed electronic report to the COTR, which documents the following: (report format to be mutually agreed upon by contractor and COTR)

A. Submit a daily report by e-mail with photographs that includes a detailed summary of all work

performed with date and time stamped pictures, to include setup, maintenance and take down. 06 PERFORMING OTHER WORK ON THE JOB SITE The contractor is not prohibited from providing services for other clients at the airport; however, any such work shall be kept completely separate from the work performed under this contract. Furthermore, space if provided at the airport to the contractor under this contract shall not be used in any way at any time to support such additional work, nor shall the contractor use for this additional work any equipment, supplies or materials that are provided by it for performance of this contract. The COTR shall be immediately advised if the contractor will be performing work for other clients at the airport. This notice shall disclose the name of the client, the nature and frequency of the services to be performed and the period of time the services will be provided. 07 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. All products must be delivered to the site in manufacturer’s original sealed containers with labels intact and legible. Container labels shall include the manufacturer’s name, type of material, brand name, lot number, brand code, and color designation. No materials shall be stored on the job site.

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

unless otherwise approved by the COTR. 08 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. The contractor is to carry an ABC fire extinguisher to the job site each day.

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.

09 LOST AND FOUND PROPERTY The contractor shall turn in to the Airports Authority Police Department all property found on the property of Ronald Reagan Washington National Airport immediately. Any violations or disregard of the rules, regulations and/or policies may be cause for immediate termination.

Page 20: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 19

10 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. No smoking by the employees is permitted within 100 feet of the Terminal. Cones and portable signs should be used inside the Airport and portable ”no smoking” signs shall be placed around exterior work sites. The contractor must not allow open flames, welding, or other ignition sources in the work area. 11 SAFETY A. The contractor and each of its employees shall comply with all applicable local, state, federal and

Airports Authority rules, regulations and practices. B. 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.

C. 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.

D. The contractor and all employees shall comply with all applicable EPA, OSHA regulations and Airports

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

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

and apparel. F. 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.

G. 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. H. 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. The contractor shall pay all additional expenses.

I. 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.

J. 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 discretion, may elect to repair or replace the damaged property and deduct such costs from monies due the contractor.

Page 21: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 20

K. 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 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 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 ground fault circuit interrupter (GFCI) switches to immediately shutdown when a short to ground is detected. Remove or mask electrical plates. and light fixture trim after reenergizing them. Protect them from damage before reinstalling before the end of the work day.

L. 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. M. 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. 12 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 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 will any of its employees enter an area not

authorized for access by the Airports Authority.

Page 22: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 21

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). 13 STATUS MEETINGS The contractor’s representative(s), including the project managers 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 an annual basis or as frequently as the COTR deems it necessary.

14 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 Airports Authority will provide the necessary recycling containers and compactors throughout the jobsite for the contractor’s use. 15 ACCIDENTS/INJURIES The contractor shall be responsible for promptly notifying the COTR and Airport Police 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. 16 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.

Page 23: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 22

SECTION VII - 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. 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:

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. Most facilities at the Airport except for current CDP construction 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.

Page 24: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 23

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 of at the end of each work day from 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 HAZARDOUS WASTE

The Contractor shall comply with all laws relating to hazardous materials on the job site or related to the Contractor’s activities at the job site. The Contractor shall not dispose of, manage, use or store hazardous materials at the job site. The contractor is responsible for ensuring all employees and subcontractors 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.

Page 25: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 24

SECTION VIII - 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 fulfill the requirements of the SOW. The contractor shall provide sufficient personnel to perform the duties outlined in the requirements of the SOW at all times. 02 SUPERVISION A. The contractor shall provide sufficient supervision to ensure that the work performed by the contractor’s

employees and subcontractors complies with the SOW within all locations at all times. B. All supervisors shall be able to clearly and understandably communicate (both verbally and in writing) in

the English language. Supervisors should also be able to communicate verbally and in writing with the contractor's employees and subcontractors, even if they do not speak or write English. Supervisors shall report any safety issues and instances of failure to comply with the SOW to the contractor’s project manager. All employees shall have an understanding of verbal and signage warnings as to safety and security.

03 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.

Page 26: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 25

SECTION IX - DELIVERABLES 01 THIRTY (30) DAYS PRIOR TO CONTRACT START DATE The contractor shall submit to the COTR:

1. A list of the names of all the Contractor’s employees as well as subcontractors and their

employees who will fulfill any part of the requirements of this SOW. This list shall include the job title, their duties, office and cell phone numbers, email addresses, responsibilities and level of authority.

2. If applicable, documentation that the contractor has applied for all required Airport security clearances for all the contractor's employees.

02 CONTRACT START DATE Update COTR with all phone number assignments and email addresses for all Contractor’s employees as well as subcontractors and their employees who will fulfill any part of the requirements of this SOW. 03 CONTRACT CONCLUSION The contractor shall submit a warranty statement to the Airports Authority.

04 AS REQUIRED The contractor shall submit the following to the COTR on an as required basis:

1. Accident/Incident Report

2. Lost or Stolen Key Report 05 CONTRACT CLOSE-OUT The contractor shall provide the following to the COTR upon contract close-out:

1. All Airports Authority provided resources, computer and communication devices, documentation, drawings, etc. loaned by the Airports Authority, Airport keys, security badges and all other Airports Authority identification.

2. All records and documentation, including, but not limited to, databases, drawings, O&M manuals, records, data etc.

Page 27: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 26

SECTION X - CONTRACTOR FURNISHED RESOURCES 01 MATERIALS, TOOLS AND SUPPLIES A. The contractor shall provide all materials, tools and supplies necessary to successfully fulfill the

requirements of this SOW. If the COTR determines that Contractor materials, tools and supplies fail to successfully fulfill the requirements of this SOW, the Contractor shall be required to correct these deficiencies at no additional cost to the Airports Authority or bear the cost to make the correction

B. The contractor shall provide and utilize on the job site a minimum of one (1) digital camera with

sufficient charging equipment, back-up batteries and date and time functions.

Page 28: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 27

SECTION XI - AIRPORTS AUTHORITY FURNISHED RESOURCES 01 GENERAL Unless otherwise indicated, the Airports 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. Access to the Airports Authority’s facilities. B. 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. C. 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. D. Electrical power will be furnished through existing outlets as necessary for the contractor's effective

performance. Hot and cold water will also be provided from existing outlets. No new supply locations or special temperature sources of hot or cold water will be provided.

E. 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 PARKING A. Parking will be provided to the contractor for the period that work is performed during the working hours

only. The contractor shall contact the COTR a minimum of one week before the work is scheduled to start and obtain a temporary paring permit to park in the Area 7 zone near the East Building, and may be required to pay for parking depending on current policy.

B. Airports Authority visitor parking spaces may 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.

Page 29: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 28

SECTION XII - METHOD OF PAYMENT 01 GENERAL 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 four week period in which the services were performed in accordance with Contract Section VII-2, Provision 04, PAYMENTS-CONSTRUCTION CONTRACTS. The Airports Authority shall incur no obligation for out of scope work that is not authorized. Invoices shall be itemized to provide a breakdown of cost for all contract services in accordance with the fully loaded unit rates specified in the Contract Price Schedule. The contractor shall not invoice the Airports Authority for any work unless a Contract Service Call Order signed by the COTR and/or Contracting Officer has been received or for any work described in a Contract Service Call Order until all the work described in the Contract Service Call Order has been completed to the satisfaction of the COTR. The Airports Authority shall incur no obligation for invoices that are submitted without a signed Contract Service Call Order. 02 SUPPLEMENTAL SERVICES For supplemental services, the contractor shall be reimbursed for the labor and materials required to complete Supplemental Service tasks as authorized in a Contract Service Call Order. Labor will be reimbursed in accordance with the fully burdened loaded labor rates specified in the Contract Price Schedule. The contractor shall be reimbursed for materials used in the performance of Supplemental Services at invoice plus 10 percent mark up. There shall be no mark up for shipping and handling costs.

Page 30: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 29

SECTION XIII - 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, Airport keys, security badging and all other Airports Authority identification, documentation, drawings, etc. provided by the Airports Authority. 02 SECURITY DEVICES Upon expiration/termination of the contract or discontinuance of employment of any of contractor personnel working in the Airport, all Airport keys, security badges and all other Airports Authority identification shall be surrendered to the COTR 03 RECORDS AND DOCUMENTATION Upon contract termination or the end of the contract term all records and documentation, including, but not limited to, drawings, O&M manuals, records, data etc. shall remain the sole property of the Airports Authority. After the completion of work each night, the contractor will submit by 9:00 AM the next workday an e-mail report with photographs of the work performed the night before. The contractor is required to call the work order desk at the beginning and end of each task performed under this contract and report the status of the project. The work order desk phone number is 703-417-6530.

Page 31: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - PAGE 30

SECTION XIV - APPENDICES APPENDIX A - SITE PLAN APPENDIX B - MWAA CONTRACT SERVICE CALL ORDER FORM

Page 32: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - APPENDICES

APPENDIX A

SITE PLAN

Page 33: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - APPENDICES

Page 34: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - APPENDICES

APPENDIX B

CONTRACT SERVICE CALL ORDER FORM

Page 35: STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING … · STATEMENT OF WORK FOR INTERIOR AND EXTERIOR PAINTING AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT January 2020 PREPARED

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-19-15351

ATTACHMENT 01 STATEMENT OF WORK - APPENDICES

Prepared: Date Prepaired:

Type of Work: Requested By:

Contractor: Contract #:

Address: Contractor POC:

Office Telephone :

Emergency PhoneSchedule of Completion Contractor Fax:

COST: Notes:

Call Order #

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

Contractor: Date: Invoice Amount:

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

Remarks:

METROPOLITAN WASHINGTON AIRPORTS AUTORITY XXXXXXX Services, DCA or IAD

SERVICE CALL ORDER FORM

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

APPROVALS / ACCEPTANCE OF SERVICE CALL ORDER

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

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