Sei sulla pagina 1di 37

Metropolitan Washington Airports Authority 1-11-C254

STATEMENT OF WORK

FOR

INTERIOR AND EXTERIOR PAINTING SERVICES

AT

RONALD REAGAN WASHINGTON NATIONAL AIRPORT

WASHINGTON, DC

Metropolitan Washington Airports Authority


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

September 2011

Attachment 01 Statement of Work Page 1


Metropolitan Washington Airports Authority 1-11-C254

I. INTRODUCTION 4

II. DEFINITIONS 4

III. BASE SERVICES 5


A. PURPOSE 5

B. GENERAL 5

IV. SUPPLEMENTAL SERVICES 6


A. DESCRIPTION OF SERVICES 6

B. CONTRACT SERVICES CALL ORDER 6

V. GENERAL REQUIREMENTS 6
A. SECURITY PROCEDURES 6

B. SIGN-IN/SIGN-OUT PROCEDURE 7

C. AUTHORITY FURNISHED PROPERTY 7

D. CONTRACTOR FURNISHED PROPERTY 7

E. SAFETY 8

F. FIRE PREVENTION 9

G. SMOKE FREE ENVIRONMENT 9

H. PERMITS, ROYALTIES, AND LICENSES 9

I. DELIVERY OF SUPPLIES AND EQUIPMENT 9

J. COMMUNICATION 9

K. NON-WAIVER 10

L.  TIMELY PERFORMANCE 10

M.  ACCIDENT REPORT 10

N.  PERFORMING OTHER WORK AT THE JOB SITE 10

VI. SPECIAL REQUIREMENTS 11


A. REGULATORY AND ENVIRONMENTAL PROVISIONS 11

Attachment 01 Statement of Work Page 2


Metropolitan Washington Airports Authority 1-11-C254

VII. PERSONNEL 15


A. CONTRACTORS PERSONNEL 15

B. RESPONSIBLE CONTRACTOR OFFICIALS 15

VIII. METHOD OF PAYMENT 15


A. BASE SERVICES 15

B. SUPPLEMENTAL SERVICES 15

IX. APPENDICES 15


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

Attachment 01 Statement of Work Page 3


Metropolitan Washington Airports Authority 1-11-C254

I. INTRODUCTION

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

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

II. DEFINITIONS

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

AIRPORT - Ronald Reagan Washington National Airport (DCA)

AOA - Aircraft Operation Area on the Airport airfield

AUTHORITY - The Metropolitan Washington Airports Authority

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

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

CORRECTION - The elimination of a defect

DCA - Ronald Reagan Washington National Airport

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

MA-126 - Maintenance Engineering Division

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

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

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

Attachment 01 Statement of Work Page 4


Metropolitan Washington Airports Authority 1-11-C254

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

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

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

SOW - Statement of Work

STATE - The Commonwealth of Virginia

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

III. BASE SERVICES

A. PURPOSE

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

B. GENERAL

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

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

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

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

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

Attachment 01 Statement of Work Page 5


Metropolitan Washington Airports Authority 1-11-C254

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

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

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

IV. SUPPLEMENTAL SERVICES

A. DESCRIPTION OF SERVICES

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

B. CONTRACT SERVICES CALL ORDER

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

V. GENERAL REQUIREMENTS

A. SECURITY PROCEDURES

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

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

At least one (1) contractor employee for each three (3) performing work at the Airport shall have in their
possession a valid security badge with the Escort designation. The contractor shall be responsible for,
at its own expense, obtaining the proper security clearance, fingerprinting, training, badges and custom
seal required to access the restricted areas of the airport including the Air Operations Area (AOA),

Attachment 01 Statement of Work Page 6


Metropolitan Washington Airports Authority 1-11-C254

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

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

B. SIGN-IN/SIGN-OUT PROCEDURE

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

C. AUTHORITY FURNISHED PROPERTY

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

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

D. CONTRACTOR FURNISHED PROPERTY

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

1. Electrical Equipment: All electrical extension cords shall be properly sized for the equipment
load and placed away from vehicular or pedestrian traffic. All connections between the
extension cords and relayed equipment (e.g., tools, machine, or additional extension cords)
shall be tightly fastened with no exposed electrical contacts. All extension cords shall have and
use, a proper electrical grounding pipe. Power tools and/or extension cords used in damp areas
shall be plugged into a Ground Fault Circuit Interrupter (GFCI) switches to immediately
shutdown when a short to ground is detected.

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

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

Attachment 01 Statement of Work Page 7


Metropolitan Washington Airports Authority 1-11-C254

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

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

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

E. SAFETY

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

The contractor shall also be responsible for all injury to persons or damage to property that occurs as a
result of the contractors negligence and shall take proper safety and health precautions to protect the
work, the workers, the public, and the property of others. The contractor shall be responsible for all
materials delivered and work performed until completion and acceptance of the entire work.

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

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

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

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

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

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

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

Attachment 01 Statement of Work Page 8


Metropolitan Washington Airports Authority 1-11-C254

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

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

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

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

F. FIRE PREVENTION

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

G. SMOKE FREE ENVIRONMENT

The Authoritys facilities are smoke free. The contractor and its employees shall adhere to all
applicable rules and regulations regarding maintenance of a smoke free environment on the job sites.

H. PERMITS, ROYALTIES, AND LICENSES

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

The contractor shall also obtain and pay the costs of any royalties and licenses for any patented or
copyrighted items used in the performance of work.

I. DELIVERY OF SUPPLIES AND EQUIPMENT

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

J. COMMUNICATION

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

Attachment 01 Statement of Work Page 9


Metropolitan Washington Airports Authority 1-11-C254

K. NON-WAIVER

Failure of the COTR and/or Authority personnel to discover or to reject services which are unacceptable
and not in accordance with the contract shall not be deemed an acceptance thereof nor a waiver of the
Authoritys right to proper execution of the contract or any part of it by the contractor.

L. TIMELY PERFORMANCE

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

M. ACCIDENT REPORT

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

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

N. PERFORMING OTHER WORK AT THE JOB SITE

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

O. QUALITY CONTROL

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

P. CONTRACT DUTY HOURS

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

Q. REPORTING

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

R. PUNCH LIST PROCEDURES

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

Attachment 01 Statement of Work Page 10


Metropolitan Washington Airports Authority 1-11-C254

VI. SPECIAL REQUIREMENTS

A. REGULATORY AND ENVIRONMENTAL PROVISIONS

1. General

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

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

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

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

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

c. Contractor Provided Hazardous Materials

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

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

a corrective action of the contractors hazardous materials as directed by any


governmental agency, as required by any law, or as necessary to prevent or
eliminate any nuisance, trespass, waste or diminution in the value of the job sites

Attachment 01 Statement of Work Page 11


Metropolitan Washington Airports Authority 1-11-C254

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

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

c Claims resulting there from.

d Fines, costs, fees, assessments, taxes, penalties, demands, orders, directives, or


any other requirements imposed in any manner by any governmental agencies
asserting jurisdiction or under any law with respect to the contractors hazardous
materials.

e Costs and expenditures for correction action required as to the contractors


hazardous materials.

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

g Compliance with laws regarding the generation, use, storage, transportation,


treatment, management, or disposal of the contractors hazardous materials.

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

i Testing and Assessment by Authority at the Authoritys sole discretion, during


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

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

Attachment 01 Statement of Work Page 12


Metropolitan Washington Airports Authority 1-11-C254

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

The contractor shall provide the COTR with documentation on hazardous materials or
wastes that are accumulated, handled, generated, or disposed of by the contractors
operations. The documentation shall demonstrate the adequacy of the handling and
disposal operations used by the contractor and will demonstrate that the contractors
activities will not result in contamination of Airport property. This documentation shall be
provided upon request during periodic environmental inspections of the contractors
premises by the Authority. The contractor shall immediately provide copies of all such
correspondence to the COTR on all correspondence with regulatory agencies
concerning the contractors compliance with environmental regulations.

If the contractor generates hazardous waste in an amount that makes it subject to state
and federal hazardous waste requirements, the contractor shall apply for a Hazardous
Waste Generator Identification Number. Hazardous waste shall be transported off the
Airport using the contractors Hazardous Waste Generator Identification Number
documented on a complete and properly signed Uniform Hazardous Waste Manifest.
The contractor shall be required to submit an Annual Hazardous Waste Report to the
State of Virginia Department of Environmental Quality. The contractor shall be
responsible for developing a Resource and Conservation Act Contingency (RCRA) Plan
if the amount of hazardous waste generated places it into a category that requires a
plan.

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

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

The contractor shall develop and implement on the job sites (for the entire period of
performance of this SOW a written Hazardous Waste Spill Control and Containment
Plan listing materials used, spill prevention procedures, containment equipment and
procedures to be used in the event of spill, personnel protective equipment
requirements, notification procedures, site redemption procedures, and personnel
training procedures in accordance with regulations. The contractor shall provide the
COTR a copy of this plan at least three (3) working days prior to the start of the
performance of this SOW.

In the event of a spill, the contractor shall immediately notify the Airports Fire
Department. The contractor shall be responsible for all cleanup, site remediation, and
disposal costs including hazardous waste response teams that may be required at the
site. All procedures shall be in accordance with applicable federal, state, and local
environmental and OSHA regulations. Hazardous materials that are temporary, stored
on site during normal working hours, shall be placed in containment devices that are
capable of containing 110 percent of the volume of the substance in the event of a spill.

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

Attachment 01 Statement of Work Page 13


Metropolitan Washington Airports Authority 1-11-C254

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

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

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

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

d Procedures to be followed to prevent an accidental or slug discharge. Such


procedures shall include, but not be limited to inspection and maintenance of
storage areas, handling of materials, loading and unloading of materials, and
containment procedures to be followed in the event of a spill.

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

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


Wastewater Permit.

g Posting in a conspicuous areas, the spill notification flow-chart currently used by


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

1 Callers Name

2 Facility and Tenants Name

3 Name and Type of Material Discharged

4 Time and Duration of Release

5 Amount of Material Released

6 Possible Effect of Health, Equipment, or the Environment

7 Corrective Action Taken

8 Name of Individual to Call if More Information is needed

Attachment 01 Statement of Work Page 14


Metropolitan Washington Airports Authority 1-11-C254

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

VII. PERSONNEL

A. CONTRACTORS PERSONNEL

1. Conduct: At all times while on the job site, whether on or off duty, the contractors employees
shall conduct themselves in an orderly and safe manner. Fighting, being under the influence of
alcohol and/or drugs or bringing and/or consuming alcohol and/or drugs, gambling, soliciting,
stealing, and any immoral or otherwise undesirable conduct shall not be permitted on the job
site and shall result in immediate and permanent removal from the job site for any employee
engaging in such conduct from work.

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

B. RESPONSIBLE CONTRACTOR OFFICIALS

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

VIII. METHOD OF PAYMENT

A. BASE SERVICES

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

B. SUPPLEMENTAL SERVICES

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

IX. APPENDICES

Attachment 01 Statement of Work Page 15


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX A

AIRPORT SITE PLAN

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX B

TERMINAL B/C INTERIOR STRUCTURAL STEEL BEAMS AND COLUMNS

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

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

INTERIOR STRUCTURAL STEEL BEAMS AND COLUMNS


Approximately 10,000 Sq. Ft. Total
(Includes Vertical Pipes, Connector Plates, Support Base, Horizontal Pipes)

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

PICTURE 1 PICTURE 2
Visual Reference - Piping Visual Reference - Connector Plates

Picture 3 Picture 4
Visual Reference Support Base Visual Reference Horizontal Pipe

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX C

TERMINAL B/C PASSENGER LOADING BRIDGES (PLBs)

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

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

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

STYLE 1 - Approximately 43,200 Sq. Ft. Total


(Includes 9 PLBs)

Visual Reference PLB 11

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

STYLE 2 - Approximately 53,000 Sq. Ft. Total


(Includes 26 Passenger Loading Bridges)

Visual Reference PLB 12

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

STYLE 3 - Approximately 3,000 Sq. Ft. Total


(Includes 1 Passenger Loading Bridge)

Visual Reference PLB 33A

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX D

TERMINAL B/C ARRIVALS LEVEL GLASS CANOPY SUPPORT STRUCTURES

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

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

Arrivals Level / Canopy Support Structures


Approximately 16,000 Sq. Ft. Total
(Includes 18 Canopy Support Structures)

PICTURE 1
Visual Reference

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

PICTURE 2 PICTURE 3

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX E

TERMINAL B/C DEPARTURES LEVEL GLASS CANOPY SUPPORT STRUCTURES

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

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

Departures Level Canopy Support Structures


Approximately 21,000 Sq. Ft. Total
(Includes 27 Canopy Support Structures)

PICTURE 1
Visual Reference

PICTURE 2 PICTURE 3

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX F

TERMINAL B/C DEPARTURES LEVEL UPPER ARCHITECTURAL ALUMINUM


EYEBROWS

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

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

ARCHITECTURAL ALUMINUM EYEBROWS


Approximately 15,000 Sq. Ft. Total
(Includes 41 Eyebrows)

PICTURE 1
Visual Reference

PICTURE 2 PICTURE 3

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX G

TERMINAL B/C ARRIVALS LEVEL BUS SHELTERS

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

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

ARRIVALS LEVEL BUS SHELTERS


Approximately 1,100 Sq. Ft. Total
(Includes 7 Bus Shelters)

PICTURE 1
Visual Reference

PICTURE 2 PICTURE 3

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX H

PRODUCTS AND EXECUTION

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

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

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

Iron & Steel


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

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

Previously Painted Surfaces


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

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

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

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

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

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

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

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

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

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

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

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

Attachment 01 Statement of Work Appendices


Metropolitan Washington Airports Authority 1-11-C254

APPENDIX I

CONTRACT SERVICES CALL ORDER

Attachment 01 Statement of Work Appendices


RONALD REAGAN WASHINGTON NATIONAL AIRPORT
MAINTENANCE ENGINEERING BRANCH, MA-126

CONTRACT SERVICES CALL ORDER


Prepared: Date Prepared:

Type of Work: Requested By:

Contractor: Contract Number


Address: Contractor POC:

Office Telephone :

Emergency Phone
Other Data: Contractor Fax:

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

Work Estimates

Estimate Date: Site Vist Date:


MWAA
Estimator: Contractor Estimator:

Work Item(s): QTY/UM:

Estimated
Cost: Notes:

APPROVALS / ACCEPTANCE OF TASK


NOTE: By signing this Call Order, the Contractor acknowledges that he/she will only preform the work described herein after this Call Order is approved in
writing by the COTR. Furthermore, the cost to the Authority for this work shall not exceed the Estimated Cost noted above.

Call Order #

MA-126: Date: Date Issued:

COTR: Date: Date Completed:

Inspector: Date: Date Invoiced Rev'd:

Contractor: Date: Invoice Amount:

Remarks:
Metropolitan Washington Airports Authority 1-11-C254

APPENDIX J

AUTHORITY OWNED INTERIOR MAN LIFT INVENTORY

Terminals B and C
MWAA Owned Interior Man Lifts
Inventory
MWAA Tag Make and Type Quantity Year Maximum
Number Model Height
1121 UpRight X26 Scissor Lift 1 1997 32'
1122 UpRight X26 Scissor Lift 1 1997 32'
1123 UpRight TL33 Articulating 1 1997 40'
Boom
1124 UpRight TL33 Articulating 1 1997 40'
Boom
1125 Denka Atrium Aerial Lift 1 1997 81'
Telescoping
1126 Denka Atrium Aerial Lift 1 1997 81'
Telescoping

Attachment 01 Statement of Work Appendices

Potrebbero piacerti anche