33
STATEMENT OF WORK FOR CARPET REPLACEMENT SERVICES AT Ronald Reagan Washington National Airport PREPARED BY: Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Maintenance Engineering Division (MA-120) June 16, 2015

Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

STATEMENT OF WORK

FOR

CARPET REPLACEMENT SERVICES

AT

Ronald Reagan Washington National Airport

PREPARED BY: Metropolitan Washington Airports Authority

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

June 16, 2015

Page 2: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 2

SECTION – TABLE OF CONTENTS

SECTION I-TABLE OF CONTENTS……………………………………………………………….2

SECTION II-DEFINITIONS..………………………………………………………………………….5

SECTION III-INTRODUCTION.…………………………………………………………………….8

SECTION IV-SCOPE OF WORK…………………………………………………………………….9

DESCRIPTION OF SERVICES…………………………………………………………………………………9

WORKING HOURS……………………………………………………………………………………………..9

WORK REQUIREMENTS………………………………………………………………………………………9

TIMELY PERFORMANCE & RESPONSE TIMES……………………………………………………………10

PLANNING AND ESTIMATING……………………………………………………………………………….10

MATERIALS…………………………………………………………………………………………………….11

PRE-APPLICATION, JOB-SITE EXAMINATION, AND AMBIENT CONDITIONS……………………….11

PREPARATION…………………………………………………………………………………………………12

INSTALLATION………………………………………………………………………………………………...12

INSTALLATION WARRANTY………………………………………………………………………………..13

REPAIR………………………………………………………………………………………………………….14

FIXED IMPROVEMENTS AND OPERATING FACILITIES…………………………………………………14

DISTURBING AND/OR RELOCATING PAPERS AND EQUIPMENT……………………………………...14

PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS……………………………………………………………………………...........................14

CLEANING………………………………………………………………………………………………….…..14

WORKMANSHIP AND INSPECTION OF SERVICES…………………………………….…………………14

NON-WAIVER…………………………………………………………………………………………..………15

SECTION V- CONTRACT START UP……………………..………………………………………16

LICENSES……………………………………………………..…………………………………………………16

KEY CONTRACTOR PERSONNEL…………………………………………………………………..………..16

AIRPORT SECURITY BADGES………………………………………………………………………..………16

Page 3: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 3

ATTIRE…………………..……………………………………………………………………………………..16

SECTION VI-GENERAL REQUIREMENTS…………………………..……….………………17

CONTRACTOR’S QUALIFICATIONS..…………………………………………………..……………….....17

COMMUNICATION AND COORDINATION..…………………………………………..……………….….17

CONTRACT MANAGER...……………………………………………………………………..……………..17

CONTRACTOR’S SUPERVISION…………………………………………………………..………………...17

CONTRACTOR PERSONNEL……………………………………………………………….………………...17

QUALITY CONTROL PROGRAM………………………………………………………….…………………18

REPORTING…………………………………………………………………….………….…………………...18

CONTRACTOR CHECK-IN/CHECK-OUT PROCEDURE…………………….……….…………………….18

PERFORMING OTHER WORK AT DCA……………………………………….……….……………………18

DELIVERY OF SUPPLIES AND EQUIPMENT……………………………….………….…………………..18

SECURITY PROCEDURES…………………………………………………….………….…………………..19

SAFETY……………………………………………………………………….…………….…………………..20

SMOKE FREE ENVIRONMENT…………………………………………………………….………………...21

LOST AND FOUND PROPERTY………………………………………………………….…………………..21

SECTION VII-SPECIAL REQUIREMENT……………..……………….………..……………...22

LICENSES, PERMITS AND OTHER RESPONSIBILITIES…………………………..………………………22

REGULATION REQUIREMENTS……………………………………………………………..………………22

ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT……………………………..…………….22

HAZARDOUS/CARCINOGENIC MATERIALS…………………………………………..………………..…23

VOC REQUIREMENT………………………………………………………………………..…………………23

HAZARDOUS WASTE………………………………………………………………………..………………..23

SECTION VIII- CONTRACTOR FURNISHED RESOURCES………………..…………...25

PROPERTY AND EQUIPMENT…………………………………………………………….…………………25

SECTION IX-AUTHORITY FURNISHED RESOURCES……………………………………27

AUTHORITY CONTRACT INFORMATION…………………………………………………....……………27

Page 4: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 4

AUTHORITY FURNISHED UTILITIES……………………………………………………….………………27

ON-SITE PARKING SPACE…………………………………………………………………………………...27

SECTION X-METHOD OF PAYMENT………………………………………………..…………..28

SECTION XI- DELIVERABLES…………………..……………………………….………………...29

QUALITY CONTROL PLAN…………………………………………………..…….………………………...29

SAFETY AND PROTECTION PLAN……………………………………….…………………………………29

LIST AND PHONE NUMBERS OF ALL KEY PERSONNEL………………….…………………………….29

LIST OF PERSONNEL REQUESTING SECURITY BADGES………………….…………………………...29

SECURITY BADGES…………………………………………………………………………….....................29

CARPET SAMPLES……………………………………………………………………….……………………29

MSDA UPDATES……………………………………………………………………….………………………29

ACCIDENT REPORTS…………………………………………………………………………………………29

WORK REPORT EMAIL……………………………………………………………….………………………29

SECTION XII – CONTRACT PHASE OUT………………………………………………………30

SECURITY DEVICES……………………………………………………………….………………………….30

RECORDS AND DOCUMENTATION……………………………………………………….………………..30

SECTION XIII-APPENDICES…………………………………………………………………………31

APPENDIX A – SITE PLANS, SIDA- NON SIDA

Page 5: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 5

SECTION II – DEFINITION

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.

ADHESIVE – A specially formulated, low Volitale Organic Compound substance that dries to a film capable of holding materials together by surface attachment which bonds the carpet to the specific substrate.

ADHESIVE TRANSFER – When installing carpet, the degree of coverage and/or penetration of the applied adhesive into the back of carpet complimented by the use of a weighted roller, while maintaining full coverage of the floor.

AIRPORT – Shall refer to Ronald Reagan Washington National Airport.

AOA – Aircraft Operation Area – The portion of the Airport used or intended to be used for landing, takeoff or surface maneuvering of aircraft. This is a security area requiring security badging. Workers in this area are required to obtain and display an AOA photo ID credential. Drivers in this area are required to obtain an Aerodrome Vehicle Operator’s Permit. (See Appendix A)

AUTHORITY – The Metropolitan Washington Airport Authority

BASEBOARD – A board skirting the lower edge of a wall, covering the junction of the wall and the floor.

CALL ORDER – Document which contains or references by attachment a detailed description of the services, cost estimate, and schedule required for all work performed.

CARPET TILES - *See Modular Carpet Definition

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

CONDITIONING – The process of allowing the substrate, carpet, cushion and sundries to relax or acclimate to the proper environment into which it is to be installed.

CONTRACTING OFFICER (CO) – An Authority employee with specific written authority to enter into, administer, and terminate contracts.

CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR) – A person with delegated authority from the Contracting Officer to assist in carrying out the CO’s responsibilities at the project site.

CORRECTION – The elimination of a deficiency.

DCA – Ronald Reagan Washington National Airport

DEFICIENCY – A condition that exists which does not meet the guidelines of the Manufacturer, industry standards, or planned aesthetics and/or layout.

DIRECT GLUE DOWN – An installation method whereby the carpet is adhered to the floor using the proper adhesive.

Page 6: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 6

DOUBLE-HEADED MINI-STRETCHER (CRAB STRETHER) – Hand device used for, removing fullness at seams, glossing gaps at seams, and stretching carpet in a confined area and/or aligning patterns where a power stretcher cannot be used and/or is not practical.

DRY LINE – A length of line or cord, which is stretched slightly above the carpet, but not touching the carpet, and used as a visual reference in pattern alignment. Lasers also may be used in this capacity.

EPA – Environmental Protection Agency

JOB-SITE – The area within the Authority’s property lines or portions of such area, which are defined within the contract.

JETWAY MATTING – Flooring manufactured by OEM for jet bridges.

MODULAR CARPET – Various shapes and sizes of carpet precut during manufacturing with applied backings. Backing materials include thermoplastic PVC, polyethylene, polyolefin, bitumen, polyurethane and other compositions for cushion and dimensional stability.

LITTER – Debris, waste paper, branches detached from trees and shrubs, beverage containers, dead birds, dead animals etc.

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

MSDS – Material Safety Data Sheet

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

OPEN TIME – The earliest time interval between the spreading of adhesive on a substrate and the placement of a floor covering material into the adhesive for bonding.

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.

PATCHING – Surface preparation process of filling holes, cracks, and imperfections in or on a substrate prior to installation of carpet.

QUALITY ASSURANCE – A means by which the Authority is able to confirm that the quantity and quality 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 Contractor’s implementation of a Quality Control Program.

QUALITY CONTROL PROGRAM – A method used by the Contractor to assure that quality services are provided to satisfy the contract requirements.

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

SEALER, SEALING – Used to describe the application of seam adhesive to secure and protect cut edges of carpet to be seamed from edge raveling and delaminating.

Page 7: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 7

SEAM – In a carpet installation, the joints or interface of two pieces of carpet by the use of various securing techniques.

SEAM ADHESIVE- A specifically formulated adhesive for securing and protecting cut edges of carpet to be seamed.

SEAM PEAKING – The slight elevation of taped seams, which usually renders the seam more visible, resulting from stretching of the carpet.

SEAM TAPE – Tape used for joining two sections of carpet. [“Hot melt” tape is pre-coated with a thermoplastic adhesive. Adhesives may be applied separately to other types of seaming tapes.]

SIDA – Security Identification Display Area

STATE – The Commonwealth of Virginia

STAY NAILING – A technique of temporarily fastening carpet to the floor using nails to prevent movement until permanent fastening with tack strips, adhesive, or other means is possible. This technique is commonly used to align patterned carpet.

STRETCH-IN – Installation method whereby carpet is placed over separate carpet cushion and is secured in place, under tension, using a power stretcher.

TACK STRIP – Wood strip fastened to the floor near the walls of a room, containing either two or three rows of pins angled toward the walls on which the carpet is stretched and secured in a stretch-in installation.

SUPERVISOR – Supervises individuals and/or groups/teams of employees/Sub Contractors.

TELEGRAPHING – The gradual appearance of irregularities, imperfections, or patterns from a substrate onto the surface of the carpet or the other floor covering.

TRANSITION REDUCERS, EDGING, MOLDING – Wooden, metal, vinyl, or plastic strips attached to the bottom of a baseboard or wall to cover the joint between wall and floor or to cover raw edges of carpet at doorways or where carpet abuts another type of floor covering. There are two basic types: 1) Applied before – Shapes put in place before carpet is installed and carpet is fitted to them, commonly called “gripper bar”; 2) Applied after – Shapes put in place on top of installed carpet commonly called “binder bar.”

VOC – Volatile Organic Compound

WORKING or SLIP TIME – The length of time available after covering the adhesive with carpet to make adjustments or manipulate the carpet.

WORK ORDER DESK (WOD) – Unit that is primarily responsible for receiving, dispatching, tracking Contractor check in/out time and service requests.

Page 8: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 8

SECTION III – INTRODUCTION

The Metropolitan Washington Airports Authority is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (DCA) located in Arlington County, Virginia. The Airport serves approximately 20 Million passengers annually. The Airport facilities (Appendix A) covered by this contract consists of approximately 1.3 Million square feet, of which approximately 150,000 square feet is carpeted or covered by rubber matting for passenger loading bridges.

The contract that will be awarded for 2 base years with 3 one year options, and by this solicitation is intended to provide carpet repair, installation and replacement services.

Page 9: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 9

SECTION IV – SCOPE OF WORK

01 DESCRIPTION OF SERVICES

The Contractor shall provide all manpower, materials, tools, supplies, and all equipment incidental to and necessary to perform Removal, Installation, and Repair of Carpet Systems. The unit prices provided in the Contract, Section III – Price Schedule shall reflect an all-inclusive cost necessary to accomplish to provide that line item.

The substrate surfaces include but are not limited to Concrete, Masonry, Wood, Metal, and Gypsum.

02 WORKING HOURS

In addition to SECTION VII – PROVISION 08 – WORKING HOURS, a majority of the areas requiring work are located in occupied, high traffic and/or congested areas. The Contractor shall be capable of routinely performing work between the hours of 9:30 P.M. – 5:30 A.M. unless otherwise approved in writing by the COTR. If the duration of the work in these areas extends beyond one work night or period the Contractor shall temporarily secure the area and remove all remnant carpet systems, trash, and equipment until the next scheduled work period.

03 WORK REQUIREMENTS

A. The Contractor shall perform all work using reliable principles and procedures developed through at least Five (5) years of practical experience, research, and information obtained from manufacturers in a manner that promotes orderly, time efficient, professionalism, and safety.

B. The Contractor shall perform all service approved by a task order which will be issued and signed prior to initiation of any work.

C. The material holding cage and other areas which are to store material of receive services are either located in secure areas or require access via the AOA to minimize disruption of occupied, high traffic and/or congested areas, therefore all Contractor personnel performing work shall be required to obtain security badges under the Authority’s normal security badge issuance procedures.

D. For the duration of this Contract, the Contractor shall at all times, have, maintain, and use an AOA authorized vehicle. The Contractor shall have one primary and one back-up AOA authorized driver with escort is designation on their badge. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

E. The Contractor shall not arrive from any off premise (Non-Authority) job-site with any new carpet system used in the performance of a Non- Authority job in their vehicle which is identical to the carpet system to be used in the performance of services at the Authority.

F. The Contractor shall not depart from any on premise Authority job-site with any new carpet system. All remnants of new and unused carpet systems are to be returned to the on-premises holding cage at the end of each job.

G. At all times, the Contractor shall provide, erect, and use barricades, safety cones, and signs that cordon off the work area in an effort to provide sufficient visual notice and protection from potential hazards prior to and during performance of the services. Such barricades, safety cones, and signs must channel pedestrian traffic in such a manner which does not obstruct enplanement and deplaning of passengers.

H. Aisles, passageways, alleyways, entrances or exists to fire protection equipment must be kept unobstructed at all times.

I. For use with each job, the Contractor shall arrive on-site with their durable trash bags and receptacles. The use of Authority vehicles to transport trash or carpet systems is not authorized.

J. The Contractor shall be responsible for moving any fixtures, furniture and supplies out of and back into the project area, in a timely manner.

Page 10: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 10

04 TIMELY PERFORMANCE & RESPONSE TIMES

A. The Contract shall make every attempt to acknowledge each communication request using email within 24 hours.

B. Such routine requests may involve taking physical/field 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, performance, contract provisions, work related issues, or to correct problems and deficiencies identified during the inspection process.

C. Every effort should be made by the Contractor to arrive within 72 hours from the date and time of their acknowledgment of a routine request.

D. Every effort should be made by the Contractor to arrive within 24 hours of a non-routine request involving the discussion or resolution of performance, work related issues, or the correction of problems and deficiencies identified during the inspection process.

E. The Contractor shall perform each task according to a COTR approved written Plan and Schedule which is to be prepared and submitted with each estimate by the Contractor.

F. The Contractor shall provide an estimate within 24 consecutive business hours after performing an on-site measurement.

05 PLANNING AND ESTIMATING

A. All facets of the planning, estimating, removal, installation, warranty, and repair are coordinated with the COTR. Upon arrival, the Contractor should be fully capable of identifying existing carpet systems, substrates, carpet system removal methods, carpet quantities, adhesives, sealers, rubber and metal reducer/edge trim, transition moldings. Baseboards, seam locations, wall base types and other accessories.

B. The Contractor shall discuss manufacture’s literature and provide samples to the COTR for approval prior to commencing carpet replacement. Other materials incorporated into the work shall also be approved by the COTR prior to installation.

C. The Contractor shall notify the COTR during planning and estimating about anticipated problems using the materials specified over existing substrates.

D. Labor rates submitted in the Contract- Section III PRICE SCHEDULE shall be used in preparing estimates.

E. This finished estimate provided to the Authority shall include:a. Date of Preparationb. Contractor generated and easily identifiable independent estimate number c. MWAA Contract Numberd. MWAA Call Order Number (if issued)e. Name of the jobf. Building Location and office/suite numberg. Construction of substrate of each areah. Drawing for each area to be carpeted (if requested by the COTR)i. Required floor preparation materials and quantitiesj. Type of installation for each areak. Name of selected carpet including MFG, color/code/style, backing system, MFG’s material data and

performance characteristicsl. Paraphrase of stated Carpet System MFG Warranty with an emphasis on what is and what is not

covered

Page 11: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 11

m. COTR directed factors such as pattern, pattern direction, aesthetics, and economic use of materialn. Quantities of carpet needed inclusive of overage=<5%o. Roll length requirements, pattern repeat, manufacturer installation sequencing and cut listp. Excess material in each area and how it is to be usedq. Seam layout of each arear. Location and type of expansion joints and edge transitionss. Type of wall base in each areat. Time required for job completion

F. Original invoices for supplies and materials not identified in the Contract – SECTION III PRICE SCHEDULE that are requested by the Authority and purchased by the Contractor shall by submitted to the Authority with Contractor’s invoice. The Contractor shall make a reasonable attempt to research and pay only the lowest prices that can be obtained by the Contractor for reimbursable items. The COTR shall have the option to require the Contractor to obtain competitive bids from a minimum of Three (3) sources on any single item or group of items that may exceed $300.00 in total cost. Contractor shall not invoice for any item that has not been requested in writing by the CO and/or the COTR.

06 MATERIALS

A. Carpet systems to be used shall meet or exceed all applicable NFPA Fire Code and Life Safety Code requirements.

B. Adhesives and Sealers shall be of “low” or no “VOC” compound.

C. Any portion of the carpet system labeled or unlabeled as seconds, second quality, flawed, irregular, factor irregular, and/or returns are not acceptable.

D. From the point of manufacture, sale, pre or post installation, if the Contractor or COTR discovers or determines any portion of the supplied carpet system to contain nicks, cuts, blemishes, discoloration, crooked stitching, veins, spots, or any condition or flaw which is not consistent with First Quality, the Contractor shall remove and return the defective portion of the carpet system to their supplier and supply/re-install any portion of the carpet system at no cost to the Authority.

E. Contractor shall provide Carpet Systems and related materials that are compatible with one another and the substrates evidenced by the Contractor in the Planning and Estimating phase.

F. Adhesives and sealers shall not be thinned or altered in any way, shape, fashion or form. Containers not displaying manufacturer’s product identification will not be acceptable.

07 PRE APPLICATION, JOB-SITE EXAMINATION, AND AMBIENT CONDITIONS

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

B. The Contractor shall adhere strictly to all manufacturers’ recommendations with respect to temperature and surface conditions set forth for the particular product literature unless otherwise approved in advance by the COTR. Nothing in the SOW shall be deemed to reduce the manufacturers’ recommendations.

Page 12: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 12

C. The Contractor shall examine all substrate conditions under which carpet will be installed to ensure compliance with the carpet manufacturers requirements and compatibility for all applications of adhesives and floor preparation guides for various and applicable substrates. Surfaces receiving carpet shall have been prepared in accordance with the carpet manufactures recommended process and procedures as well as be thoroughly dry and clean before adhesive is applied and carpet makes contact with that adhesive.

D. Ambient Temperature and Humidity – The carpet installation is not to begin until the ambient temperature and humidity is between 65-95˚F (18-35˚C) with a maximum relative humidity of 65%. The substrate surface temperature should not be less than 65˚F (18˚C) at time of installation. If these conditions are not attainable, contact flooring manufacturer for recommendations.

E. Start of carpet system installation will be construed as the Contractor’s acceptance of the surface preparation and condition.

08 PREPARATION

A. In an attempt to mitigate returns visits to the work area, every effort should be made by the Contractor to remove all hardware that is not to be carpeted over with transition reducer or edge trim and moldings applied before carpet is installed so that carpet is fitted in a “Gripper Bar” fashion. Such items include but are not limited to plates, baseboards, moldings, rubber and metallic reducer/edge/trim/transition kits and similar items already installed that are to be replaced. Removal of these items are required to completely apply adhesive and carpet under the items and adjacent surfaces receiving carpet and reduce the amount of cuts required. Following completion of carpeting operations in each space or area, have all items reinstalled that were not a part of the “Gripper Bar” installation process.

B. The Contractor shall schedule and perform cleaning of substances (including oil and greases) from all substrates that could impair the bond of the various carpet systems or cause telegraphing before actually applying new adhesive so that no cleaning agents or treatments, contaminants, old carpet backing, adhesive, dirt, dust, or debris developed from the cleaning and surface preparation process will fall onto or remain on the subsurface or adjacent area causing a degradation in overall appearance, visible damage, soiling, adhesive failure, delaminating and dimensional stability.

C. Inspect surfaces and fill all cracks, gouges, holes, and abrasions with compounds suitable for each substrate (e.g. spackle, plaster, or cement patching compound). No adhesives shall be applied on areas until the substrates are cured and dry.

D. Dry lines shall be used to ensure accurate placement of all carpet systems. Dry lines and lasers can be used I conjunction with chalked lines.

09 INSTALLATION

A. The Contractor shall uniformly apply adhesives and sealers using direct glue down and weighted carpet roller procedures to ensure proper adhesive transfer using manufacturer’s directions and recommendations, and material compatibility for each substrate using trowels, brushes, rollers, or other pre-approved applicators using techniques best suited for substrate and type of material being installed.

B. Spray on application of adhesives or sealers shall not be permitted unless specific permission has been secured in writing from COTR. The Contractor shall supply verification from the manufacturer that the existing surfaces and materials are entirely suitable for this type of application and provide on-the=job demonstration before the COTR can provide authorization in writing.

Page 13: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 13

C. The Contractor shall not apply adhesive over chalk, dirt, rust, grease, moisture, or any condition detrimental to formation of the durable adhesion.

D. Existing surfaces that are damaged or disturbed by new work shall be inspected by the COTR to determine the necessary and required corrective action.

E. The Contractor shall install carpet in accordance with the manufacturer’s directions within the correct working time while maintaining awareness of COTR noted and approved factors such as seam location, pattern, pattern direction, aesthetics, and economic use of material.

F. Extend carpet under open-bottomed and raised-bottom cabinets and/or equipment. Extend all carpet under all thresholds, transition strips etc. In no instance shall the Contractor cut carpet flush with the surfaces unless directed in writing by the COTR.

G. Provide cutouts where required, and bind cut edges where not concealed by protective edge guards or overlapping flanges.

H. Install carpet reducer/edge/metallic and non-metallic trim and transition kits, and guards where edge of carpet is exposed; secure guards or reducers to substrate.

I. In ramped floor areas, increase anchorage or adhesive. Bond carpet cushion to substrate.

J. Install carpet by trimming edges, butting cuts with seaming cement, and taping and/or sewing seams to provide sufficient strength for continued stresses during life of carpet.

K. Dry fit sections of carpet prior to application of adhesive.

L. Trim edges and butt cuts and permanently attach using seaming cement.

M. On stairs and stepped floor areas, install carpet by a secure method recognized to be durable and safe for traffic on stairs. Conceal edges and avoid placing seams at points of high wear.

N. The use of weighted carpet roller on the entire area is required to eliminate air pockets and further ensure uniform bond.

O. When installing Broad Loom carpet, every effort shall be made to prevent pattern bow. The use of knee kickers is prohibited. Use only power stretchers or double-headed mini-stretcher for stretching carpet during installation. Stay nailing may be required.

10 INSTALLATION WARRANTY

A. The Contractor shall warrant all labor for a period of Two (2) years from the completion of installation. The expiration or termination of the contract does not void the Contractor’s responsibility to perform diligent warranty work.

B. The Contractor shall make available, extend, apply, and coordinate all MFG and/or self-performed warranties for all carpet systems.

C. The Contractor shall perform at no charge the remaking of seams which gap, bow, ravel, or fray; restrectching of carpet which wrinkles, bows, or skews; replacement or repair of transition materials (i.e. metals vinyl strips, baseboards, etc.) that become loose, replacement or reapplication of adhesives and sealers which no longer provide effective adhesion.

Page 14: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 14

11 REPAIR

The Contractor may be requested to perform the following repair items as necessary:

A. Providing and replacing edge strips, corner guards and threshold strips.B. Securing of (loose) carpet.C. Replacing/reattaching cove base etc.

12 FIXED IMPROVEMENTS AND OPERATING FACILITIES

A. During the period of performance, any Fixed Improvements made by the Contractor on the job-site(s) shall remain with the 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 Authority.

B. The Contractor shall have no right during the Operating Period of the contract to demolish or remove, in whole or in part, any Fixed Improvements on the job-sites except with the prior written consent of the Authority, which may, at the discretion of the Authority, be conditioned on the obligation of the Contractor to replace the same by a building structure or improvement acceptable to the Authority. At the expiration of the contract, all Fixed Improvements shall be left in place and title to them shall transfer to the Authority unless otherwise acquired to in writing by both the Contractor and the Authority.

13 DISTURBING AND/OR RELOCATING 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-site unless either directed by the COTR or the items are the property of 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.

14 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS

Contract SECTION VII – PROVISION 35 – PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITES, AND IMPROVEMENTS, is hereby incorporated by reference.

15 CLEANING

In addition to Contract SECTION VII – PROVISION 36 – CLEANING UP, at the end of each the workday, the Contractor shall remove from the work area, all unapplied carpet systems, remnants, litter, and other discarded materials using their own trash bags, receptacles, brooms, mops, vacuums, and vehicle. (Shaw carpets may be required to be recycled to the original manufacturer, which may entail packing and shipping to the vendor’s warehouse. The Contractor may propose an estimate for local charges needed to accomplish this requirement.)

After completing the Contractor shall ensure all adjacent surfaces are wet wiped.

16 WORKMANSHIP AND INSPECTION OF SERVICES

See Contract Section VII – PROVISION 13 – WORKMANSHIP AND INSPECTION, and SECTION VII – PROVISION 33 – INSPECTION OF SERVICES.

Page 15: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 15

17 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, layout, or design, 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.

Page 16: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 16

SECTION V – CONTRACT START UP

01 LICENSES

In addition to Contract SECTION VII – PROVISION 25 LICENSES AND PERMITS, and in accordance with the Contractor complying with all applicable local, state, federal, and Authority laws, regulations, rules, and practices the Contractor shall currently have, maintain, and present the following:

A. A photo copy of their valid Class B – CIC Contractor’s License issued by the Commonwealth of Virginia Department of Professional and Occupational Regulation.

02 KEY CONTRACTOR PERSONNEL

In addition to Contract SECTION VII – PROVISION 27 – KEY 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 Contract including responding to service and emergency callbacks. Failure to be able to contract any of the persons on the list or their refusal to respond in an request for service shall constitute a failure to obtain alternative response and remedy to the emergency.

B. Resumes and certifications for the Contractor’s key personnel shall be provided to the CO and COTR Fifteen (15) 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 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 start of the contract in effort to obtain a security badge no later than Thirty (30) days from the date of award. Proof the Contractor has obtained all required Airport security clearances for its employees and vehicles for unescorted access and operation on the AOA is required.

04 ATTIRE

A. All Contractor employees, including managers, supervisors, and Sub-Contractors shall at all times, while on the job-site, will be attired in uniform shirt and full length trousers, jeans, or coveralls for men, and dresses, skirts, slacks, jeans or coveralls, as appropriate, for women.

B. The uniform shirt shall have the Contractor’s name easily identifiable, affixed thereon in a permanent or semi-permanent manner such as badge or monogram, be distinctive in color and different from that used by Authority personnel, easily recognizable, neat in appearance, and acceptable to the Authority.

C. These uniforms and shoes must be supplied and maintained by the Contractor at no cost to the 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.

D. No employee shall remove any part of their clothing while in performance of the Contract.

Page 17: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 17

SECTION VI – GENERAL REQUIREMENTS

01 CONTRACTOR’S QUALIFICATIONS

The Contractor shall have at least Five (5) years of experience in the business of installing and repairing commercial carpet of all types. If the Contractor subcontracts any of the work, the Subcontractor shall have at least (5) years of experience in the business of installing and repairing commercial carpet.

02 COMMUNICATION AND COORDINATION

The Contractor shall maintain an effective Communication and Coordination Policy with the Authority utilizing email, telephones, mobile phones, faxes, cameras etc. to ensure the Authority is kept abreast of current condition of the job-site for the term of the Contract. The Contractor’s key employees shall carry a mobile phone while performing all services at DCA.

03 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 Contract Manager shall have a minimum of Three (3) years of experience in successfully managing Contracts of the size and scope described in this Specification.

C. The name of the Contract Manager and a qualified alternate who shall assume the Contract Manager’s duties when the primary Contract Manager is absent shall be designated in writing to the COTR 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 Contract Manger shall meet with the COTR at the COTR’S request in accordance with this Statement of Work, Section VI-2, Item 04 TIMELY PERFORMANCE & RESPONSE TIMES.

04 CONTRACTOR’S SUPERVISION

In addition to Contract SECTION VII – PROVISION 26 – SUPERVISION

A. The Contractor shall provide on-site for all work performed at the Airport, a Supervisor with AOA escort designation on their badge, who is also able to clearly and understandably communicate (both verbally and in writing) in the English language.

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 to provide instruction and direction.

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

05 CONTRACTOR PERSONNEL

In addition to Contract SECTION VII – PROVISION 12 - - CONTRACTOR PERSONNEL

A. The Contractor’s employees shall at all times while on the job-site, whether on or off duty, shall conduct themselves in a professional, orderly and safe manner. Rudeness, fighting, being under the influence of alcohol or drugs, gambling, soliciting, stealing, taking pictures or bringing cameras devices anywhere on

Page 18: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 18

Authority property(unless fulfilling the requirements of this Contract), and any immoral or otherwise undesirable conduct shall not be permitted.

B. The Contractor agrees to transfer promptly from the Airport any employee or employees that the Authority advises are not satisfactory and to replace such personnel with employees satisfactory to the Authority; but in no event shall the Authority be responsible for monitoring or assessing the suitability of any employee of the Contractor.

06 QUALITY CONTROL PROGRAM

All work performed under this Contract shall be of the highest quality, consistent with best industry practices to assure timely and adequate provisions of maintenance and repair services. The Contractor shall submit to the COTR Fifteen (15) days prior to the start of the contract a complete Quality Control Plan to assure the requirements of the contact are provided as specified. The Contractor shall implement the approved plan and pursue it diligently for the duration of the contract.

07 REPORT

The Contractor shall submit a report to the COTR by 10:00am using email to the Primary and Alternate COTR via email each day after work is performed. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

This report shall include and contain the following:

a. Subject line: CONTRACTOR’s NAME-QASP, MWAA task Order Number, Date, Working Timesb. Twenty-Five (25+/-5) Date and time stamped photosc. Descriptive titles/labels above or below each photo which capture the job-site before, during/process,

and after/completion of all work performed.d. The Contractor shall document the start time and ending time of work.

08 CONTRACTOR CHECK-IN/CHECK-OUT PROCEDURE

The Contractor shall, immediately upon arriving to the job-site; check-in with the WOD (703-417-8630 or 703-417-8972) and immediately prior to their departure from the job-site shall check-out with the WOD. During check-in, the Contractor shall inform the WOD as to the purpose, area, and duration of their visit. During the callback to check-out with the WOD, the Contractor shall apprise the WOD of the status of their work and the condition of the job-site. Check-in and check-out is defined as reporting in person or over the phone. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

09 PERFORMING OTHER WORK AT DCA

The Contractor shall immediately advise the COTR WHEN THE contractor is scheduled to perform any work at DCA which is outside of the work described in and or performed under this Contract. 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 and the entity (e.g. Company, Agency, Department, Group) for whom it is being performed.

10 DELIVERY OF SUPPLIES AND EQUIPMENT

The Contractor shall schedule all deliveries of material and equipment during times and locations (as directed by the COTR) to ensure minimum disruption and inconvenience to the Authority’s operations. Unless otherwise directed in writing by the COTR, all such deliveries shall be made at the job-site only during the hours of 7:00 A.M. and 3:30 P.M. EST, Monday through Friday. The Contractor shall notify COTR in writing via email of all deliveries 24 hours prior to the scheduled delivery. The use of telephonic notification shall be complimentary and in addition to

Page 19: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 19

providing notification via email. All deliveries by the Contractor for pre-location must be approved in advance and in writing by the COTR.

11 SECURITY PROCEDURES

In addition to Contract SECTION VII – PROVISION 22 – SECURITY

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 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 Authority.

B. The Contractor shall secure and safeguard all keys, key cards, and any other entry devices and codes provided by the 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 Authority when the Contract expires.

C. The Contractor shall safeguard all the identification cards issued to its employees and SubContractors by the Authority to fulfill the requirements of this Specification. 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 requirement.

D. The Contractor shall immediately report to the Authority all keys issued to it by the Authority that are lost or stolen. The Contractor shall be responsible for all loss, damages and expenses that the Authority incurs as a result of the Contractor’s loss of Authority keys. 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 Authority for the services performed under the Contract.

E. The Contractor shall ensure that, under no circumstances any of its employees enter an area not authorized for access by the COTR for the Contractor.

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

G. The Contractor, its SubContractor, 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 termination.

H. 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 AOA, SIDA, Customs and Immigration. Identification badges issued by the Authority must be visibly worn at all times while in the SIDA.

I. 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 AOA.

Page 20: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 20

12 SAFETY

A. The Contractor and each of his employees shall comply with all applicable local, state, federal, OSHA, and Authority Operations, MWAA Police and Fire Departments, Federal Aviation Administration, and Authority Divisions while on the job-site.

B. The Contractor shall provide and ensure that all personnel at the work area wear the safety devices/apparel described below when in area designated by the Authority:

1. Approved back support and protective devices2. Eye protection in compliance with ANSIZ87.1.-19683. Approved hearing protection4. Other safety devices/apparel when conditions warrant.

C. The Contractor shall furnish documentation as directed by the COTR of the completion of the approved safety training of equipment operators and other personnel. The safety training shall comply with all OSHA standards and a sample program shall be submitted to the COTR.

D. The 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.

E. In the event that the 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.

F. 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.

G. 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.

H. 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.

I. 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.

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

K. Damage caused by the Contractor to any properties shall be repaired or replaced to the satisfaction of the Authority at the expense of the Contractor. The Authority, at its sole direction, may elect to repair or replace the damaged property, and deduct such costs from monies due to the contractor.

Page 21: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 21

L. The Contractor shall, within Fifteen (15) days prior to the Contract start date, submit its own detailed safety and protection plan/program that shall comply with all safety, environmental protection, property protection and health provisions of the Contract.

M. Prior to use of any products of materials, the Contractor shall provide the following submittals for review and approval by the COTR. Contractor shall furnish three copies of each submittal.

1. Manufacturer’s product data and literature2. Manufacturer’s installation recommendations3. Samples, if required by the COTR4. MSDS

13 SMOKE FREE ENVIRONMENT

The Authority’s facilities are smoke free. The Contractor and its employees shall adhere to the rules and regulations in regard to this facilities maintenance of a smoke free environment.

14 LOST AND FOUND PROPERTY

The Contractor shall turn in to the Authority Police Department all property found on DCA. Any violations or disregard of the rules, regulations and/or policies may be cause for immediate termination.

Page 22: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 22

SECTION VII – SPECIAL REQUIREMENTS

01 LICENSE, PERMITS AND OTHER RESPONSIBILITIES

A. The Contractor shall, without additional expense to the Authority, be responsible for obtaining and maintaining all necessary licenses and permits.

B. The Contractor shall 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.

C. The Contractor shall be responsible for the coordination of all materials delivered and work performed until completion and acceptance of the entire work.

D. 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.

E. It shall be the responsibility of the Contractor to promptly notify the COTR if an official in charge of compliance with the OSHA visits the work area.

02 REGULATION REQUIREMENTS

The Contractor, including it’s on the job-site employees and Subcontractors shall comply with all applicable Federal, state, local, Authority and the Airports regulatory, code and procedural requirements. This shall include but not be limited to the Contractor complying with the following Authority requirements:

The Authority’s:

a. Construction Safety Manualb. Orders and Instructionsc. Bulletinsd. Design Manual

The Airport’s:

a. Advisoriesb. Orders and Instructionsc. Security, Traffic and Parking Requirementsd. Safety Procedures including Lockout/Tagout, Confined Space Entry, Hazardous Materials, e. MSDS(s) etc.

The Contractor shall report all incidents and accidents immediately to the Authority in accordance with Federal and State laws and regulations and the Authority’s Orders and Regulations.

03 ASBESTOS CONTAINING MATERIAL/LEAD BASED PAINT

A. Most facilities at the Airport excerpt 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 construction.

Page 23: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 23

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

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 Authority. All hazardous and/or carcinogenic waste products transported or generated on-site at the Airport by the Contractor must be properly disposed of off the Airport site by the Contractor as required by law and at no cost the Authority.

B. The Contractor shall provide the 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 Statement of Work.

05 VOC REQUIREMENT

The Contractor shall use on the job-site only adhesives, sealers, chemicals and cleaning products that do not exceed the national VOC limitations rule(s) published by the U.S. EPA.

06 HAZARDOUS WASTE

A. The Contractor shall initiate Hazardous Waste Management training and enforcement programs to ensure employees are aware that the domestic drains, and storm drains shall not be used to dispose of gasoline, paint, thinners, hydraulic fluid, solvents, concentrated cleaning agents and other toxic material.

B. The Contractor is responsible for collecting, accumulating, recycling, and/or offsite disposal of its hazardous and toxic waste off the Airport in compliance with Federal, state and local laws governing hazardous waste storage and disposal.

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

D. If the Contractor generates hazardous waste in an amount that makes it subject to state and EPA hazardous waste requirements, the Contractor shall apply for a Hazardous Waste Generator Identification Number. Hazardous waste shall be shipped off the Airport using the Contractor’s Hazardous Waste Generator Identification Number documented on a complete and properly signed Uniform Hazardous Waste Manifest. The Contractor shall be required to submit and Annual Hazardous Waste Report to the State of Virginia Department of Environmental Quality.

E. The Contractor shall be responsible for developing a Resource and Conservation Act Contingent Plan if the amount of hazardous waste generated places it into a category that requires a plan.

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

Page 24: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 24

G. The Contractor shall, at the start of the Contract, implement a written hazardous waste spill contingent plan listing materials used, spill prevention procedures, containment equipment and procedures to be used in the event of spill, personnel protective equipment requirements, notification procedures, in accordance with the RCRA and the OSHA regulations.

Page 25: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 25

SECTION VIII – CONTRACTOR FURNISHED RESOURCES

01 PROPERTY AND EQUIPMENT

The Contractor’s equipment shall not impede the normal operation of the Airport and/or adversely impact Airport tenants or users. No materials or equipment used for a project will be allowed to remain in the work area unless prior written approval has been granted by the COTR.

For the duration of this Contract, the Contractor shall, at its own expense, furnish and use all resources that are necessary to fulfill all the requirements described in this SOW in a safe, orderly, timely, efficient, satisfactory and workmanlike manner.

Such focus items included but are not limited to the following items:

A. DIGITAL CAMERA: Ensure a digital camera is in their possession at all times and used while on the job-site to document each day’s and/or night’s progress. The Contractor shall provide the COTR with these day and time stamped images daily within an emailed report to document all work performed during the previous day and/or night. Contractor shall include all relevant information in the email report that relates to work performed. This information shall include the name of installer(s), date of installation or repairs, duration of work performance, and date of completed. The Contractor shall provide the report to the COTR the following morning before 10:00 AM. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

B. COMMUNICATION EQUIPMENT: The Contractor shall ensure key personnel have fully operational mobile phones in their possession while on the job-site. Such efforts are to ensure seamless mobile communication with MWAA personnel. The Contractor shall provide the assigned telephone numbers for this equipment to the COTR at least Fifteen (15) working days prior to the start of the period of this Contract. The Contractor shall notify the COTR of any changes in these assignments. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

C. VEHICLE, VEHICLE OPERATOR, AND SUPERVISOR ESCORT: For the duration of the Contract, the Contractor shall at all times, have, maintain, and use an AOA authorized vehicle. The Contractor shall have one primary and one back-up AOA authorized driver with escort designation on their badge. The Contractor shall have at minimum one AOA authorized supervisor with an escort designation on the badge. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

D. SAFETY BARRIER: At all times, the Contractor shall provide, erect, and use barricades, safety cones, and signs that cordon off the work area in an effort to provide sufficient visual notice and protection from potential hazards prior to and during performance of the services. Such barricades, safety cones and signs must channel pedestrian traffic in such a manner which does not obstruct enplanement and deplanement of passengers. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

E. HEPA VACUUM CLEANER – Suitable Commercial type. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

F. TRASH BAGS AND RECEPTACLES – Suitable Commercial grade. THERE SHALL BE NO EXCEPTIONS TO THIS REQUIREMENT.

G. 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

Page 26: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 26

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.

H. ON-SITE LARGE TRASH CONTAINER – The Contractor may provide and position up to a 30 yard open top roll as space and location permit. The Contractor shall be responsible for the coordination of its arrival, collections, pulls and removal. This container shall not be used to facilitate trash and debris collection or drop off from Non- Authority job-sites. The Contractor shall keep the area around this container swept, neat, and clean.

Page 27: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 27

SECTION IX – AUTHORITY FURNISHED RESOURSES

01 AUTHORITY CONTRACT INFORMATION

The Authority will provide phone numbers, e-mail and mailing addresses for the CO, COTR and other Authority key personnel as warranted.

02 AUTHORITY FURNISHED UTILITIES

See Contract SECTION VII - PROVISION 11 – AUTHORITY FURNISHED UTILITIES

03 ON-SITE PARKING SPACE

Visitor parking space may be provided for Contractor Manager at no charge to attend meetings, conferences and conduct contract related business at the East Building and Authority Corporate Office Building. Visitor passes for these spaces shall be obtained from the receptionist desk.

Page 28: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 28

SECTION X – METHOD OF PAYMENT

The Contractor shall submit each invoice in accordance with Contract SECTION VII – PROVISION 24 – BILLING INSTRUCTIONS for all work and services performed and completed in accordance with the Call Order to the satisfaction of the COTR at the end of each calendar month in which the services were performed. The Authority shall incur no obligation for out of scope work that is not authorized in advance, in writing.

The Contractor shall be reimbursed the units rate identified in Contract SECTION III – PRICE SCHEDULE, for the actual square footage, linear footage, unit of work performed, or item supplied. Unit prices shall be the same for both day and night work. Unless otherwise approved in writing by the COTR, the Contractor shall not invoice the Authority for Call Order services for an amount greater than the estimated cost given in the respective Contract Services Call Order by the COTR. The Contractor shall make reasonable attempt to pay only the lowest prices that can be obtained by the Contractor for reimbursable items. The Authority will pay no payment, and the Contractor shall not bill for any reimbursable item that has not been requested in writing by the COTR and delivered, received by the Contractor, and put to it intended use. No additional payment will be made to the Contractor for those items of materials or supplies the Authority elects to provide to the Contractor for use in the performance of the services contained in the SOW.

The Authority reserves the right to deduct from an invoice the actual cost of any carpet system portion cut or damaged due to Contractor negligence (e.g. the Contractor’s personnel make cuts to any portion of the carpet system to conform to a pattern design, or layout and the cut is made in error).

For select carpet or tile repairs, furniture moving or other work incidental to carpet and tile work, payment will be on a time and material basis. In these cases, repair labor will only consist of time actually recorded at the job-site, as recorded by the COTR. Labor will be reimbursed at the applicable hourly rate specified in Contract SECTION III – PRICE SCHEDULE. The Contractor shall invoice material at cost plus the proposed fixed material burden identified within Contract SECTION III – PRICE SCHEDULE. In no event shall this proposed rate exceed 10%. The Contractor shall submit the supplier’s original invoices.

The Contractor’s end of month invoice shall only contain billing information including back-up documentation (e.g. Call Order, Estimate, Original Receipts for additional supplies and materials purchased) for services that were completed within that month. The Authority reserves the right to withhold a portion of the monthly payment to the extent the Contractor has not fulfilled the requirements of the Specification for the month in which the service were performed.

Page 29: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 29

SECTION XI – DELIVERABLES

The Contractor shall be required to submit the following records to the COTR:

FIFTEEN (15) DAYS PRIOR TO CONTRACT START DATE

01 QUALITY CONTROL PLAN 02 SAFETY AND PROTECTION PLAN 03 LIST AND PHONE NUMBERS OF ALL KEY PERSONNEL 04 LIST OF PERSONNEL REQUESTING SECURITY BADGES 05 SECURITY BADGES- AS REQUIRED 06 CARPET SAMPLES 07 MSDS UPDATES 08 WORK REPORT EMAIL

Page 30: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 30

SECTION XII – CONTRACT PHASEOUT

01 SECURITY DEVICES

Upon expiration/termination of the Contract or discontinuance of employment of any of Contract personnel working in the Airport, all airport keys, security badges and all other Authority identification shall be surrendered to the COTR.

02 RECORDS AND DOCUMENTATION

Upon Contract termination or the end of the Contract term all records and documentation, including, but not limited to, Databases, MFG Warranties, Drawings, and O&M Manuals shall remain the sole property of the Authority.

Page 31: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION

Metropolitan Washington Airports Authority 1-15-C154

Statement of Work – Ronald Reagan Washington National Airport Page 31

SECTION XIII – APPENDICES

Page 32: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION
Page 33: Statement of Work MWAA-Carpet · 2015-10-06 · Metropolitan Washington Airports Authority 1-15-C154 Statement of Work – Ronald Reagan Washington National Airport Page 5 SECTION