40
STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY: Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Engineering and Maintenance Department (MA-120) Maintenance Engineering Division (MA-126) May 16, 2011

STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Embed Size (px)

Citation preview

Page 1: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

STATEMENT OF WORK FOR

ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES AT

RONALD REAGAN WASHINGTON NATIONAL AIRPORT

PREPARED BY: Metropolitan Washington Airports Authority

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

May 16, 2011

Page 2: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section I-1

SECTION I - TABLE OF CONTENTS

SECTION I - TABLE OF CONTENTS I-1�

SECTION II - DEFINITIONS II-1�

SECTION III - INTRODUCTION III-1�

SECTION IV - SCOPE OF WORK IV-1�

01� DESCRIPTION OF SERVICES IV-1�

02� WORKING HOURS IV-2�

03� TIMELY PERFORMANCE IV-2�

04� MATERIALS IV-2�

05� IDENTIFICATION OF EXISTING PAINT TYPE, COLOR, AND SUBSTRATE IV-3�

06� PRE APPLICATION - JOB-SITE EXAMINATION AND AMBIENT CONDITIONS IV-3�

07� PREPARATION IV-4�

08� DISTURBING AND/OR RELOCATING PAPERS AND EQUIPMENT IV-6�

09� PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS IV-6�

10� FIXED IMPROVEMENTS AND OPERATING FACILITIES IV-6�

11� APPLICATION IV-6�

12� CLEANING IV-8�

13� WORKMANSHIP AND INSPECTION OF SERVICES IV-8�

14� NON-WAIVER IV-8�

15� PAINT SYSTEMS IV-8�

16� CAULKING IV-9�

17� WALL PAPER REMOVAL IV-9�

SECTION V - CONTRACT START UP V-1�

01� LICENSES V-1�

02� KEY CONTRACTOR PERSONNEL V-1�

03� AIRPORT SECURITY BADGES V-1�

Page 3: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section I-2

04� ATTIRE V-1�

SECTION VI - GENERAL REQUIREMENTS VI-1�

01� COMMUNICATION AND COORDINATION VI-1�

02� CONTRACT MANAGER VI-1�

03� CONTRACTOR’S SUPERVISION VI-1�

04� CONTRACTOR PERSONNEL VI-1�

05� QUALITY CONTROL PROGRAM VI-2�

06� REPORTING VI-2�

07� CONTRACTOR CHECK-IN/CHECK-OUT PROCEDURE VI-2�

08� PERFORMING OTHER WORK AT DCA VI-2�

09� DELIVERY OF SUPPLIES AND EQUIPMENT VI-2�

10� SECURITY PROCEDURES VI-2�

11� SAFETY VI-3�

12� SMOKE FREE ENVIRONMENT VI-5�

13� LOST AND FOUND PROPERTY VI-5�

SECTION VII - SPECIAL REQUIREMENTS VII-1�

01� PERMITS AND RESPONSIBILITIES VII-1�

02� REGULATION REQUIREMENTS VII-1�

03� ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT VII-1�

04� HAZARDOUS/CARCINOGENIC MATERIALS VII-2�

05� VOC REQUIREMENT VII-2�

06� HAZARDOUS WASTE VII-2�

SECTION VIII - DELIVERABLES VIII-1�

01� FIFTEEN (15) DAYS PRIOR TO CONTRACT START DATE VIII-1�

02� AS REQUIRED VIII-1�

SECTION IX - CONTRACTOR FURNISHED RESOURCES IX-1�

01� PROPERTY AND EQUIPMENT IX-1�

Page 4: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section I-3

SECTION X - AUTHORITY FURNISHED RESOURCES X-1�

01� AUTHORITY CONTACT INFORMATION X-1�

02� AUTHORITY FURNISHED UTILITIES X-1�

03� AUTHORITY FURNISHED EQUIPMENT X-1�

SECTION XI - METHOD OF PAYMENT 03-1�

SECTION XII - CONTRACT PHASE OUT XII-1�

01� SECURITY DEVICES XII-1�

02� RECORDS AND DOCUMENTATION XII-1�

SECTION XIII - APPENDICES XIII-1�

APPENDIX A - SITE PLANS, SIDA – NON SIDA

APPENDIX B - CONTRACT SERVICES CALL ORDER

APPENDIX C - AUTHORITY OWNED INTERIOR MAN LIFTS INVENTORY

Page 5: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section II-1

SECTION II - DEFINITIONS

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 Airports Authority.

AUTHORITY BUSINESS OFFICE HOURS - 6:00 A.M. through 4:30 P.M. EST/DST, Monday through Friday, excluding weekends and holidays.

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

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.

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

DRAWDOWN 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 Drawdown 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

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

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).

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.

Page 6: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section II-2

PRIMARY TERMINAL OPERATING HOURS –DCA terminals are operational to the public 24 hours a day. The hours of 6:00 AM through 11:00 PM EST/DST, daily 365 days a year (includes weekend and holidays) are considered primary terminal operating hours.

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 Contract quality control.

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.

STATE - The Commonwealth of Virginia

SUPERVISOR - Supervises individuals and/or groups/teams of employees/subcontractors.

VOC - Abbreviation for volatile organic compound.

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

Page 7: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section III-1

SECTION III - INTRODUCTION

The Metropolitan Washington Airports Authority (the Authority) is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (referred to herein as "DCA"). The Airport is located in Arlington County, Virginia (see Appendix A) herein after referred to as the "job site”. The Airport served over 18 million passengers in 2010.

Page 8: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-1

SECTION IV - SCOPE OF WORK

01 DESCRIPTION OF SERVICES

The Contractor shall provide all manpower, materials, tools, supplies, transportation, ladders, lifts, drop cloths, scaffolding, paint brushes, rollers, barricades, signs, spray equipment, high pressure washers, and all equipment incidental to and necessary for the performance of all interior and exterior painting services and surface preparation described in this Contract. The unit prices provided in the Contract, Section III – Price Schedule shall reflect an all inclusive cost necessary to accomplish that line item of work. All work shall be authorized in advance by means of a Contract Services Call Order (Appendix B) prior to any work being performed by the contractor. The Authority will have no obligation to fund any additional equipment, such as high reach lifts or bucket trucks, unless the situation contains extraordinary restrictions or requirements, not ordinarily present in a typical painting job. In those cases, the Contractor shall notify the COTR in advance of the specific item of equipment needed, the time period it is required, and its cost. The Contractor shall NOT proceed to lease, rent or otherwise acquire the equipment until he receives written approval from the COTR. These services include On-Call as needed interior and exterior painting of various buildings, structures, and equipment located throughout DCA.

The surfaces include but are not limited to:

Concrete floors Interior walls and ceilings Exterior walls Metal I beams Acoustical ceiling tile Concrete block walls Metal pipe and railing Masonry walls Window trim, mullions and grills Metal building trim Down spouts Jersey barriers Wood and metal doors

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

Piping, pipe hangers, and support Heat exchangers TanksDuctworkInsulation SupportsMotors and mechanical equipment Accessory items

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

Conduit and fittings Switchgear

Page 9: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-2

02 WORKING HOURS

In addition to Contract SECTION VII – PROVISION 08 – WORKING HOURS, a majority of the interior surfaces to be painted are located in occupied, high traffic and/or congested areas. The Contractor shall be capable of and perform such work during the late night (9:30 P.M. - 5:30 A.M.) hours. If the duration of the work in these areas extends beyond one work night, the Contractor shall temporarily secure the area and remove all debris and equipment until the next work period.

03 TIMELY PERFORMANCE

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

When the Authority communicates a request via email or phone to a Contractor identified Key Person or Supervisor, the Contractor shall acknowledge each communication request using email within 24 hours.

Such requests may involve taking physical measurements for pricing/estimation, conduct on-site reviews and inspection of services either performed or to be performed, or to attend a meeting to discuss scheduling, work related issues, or problems. Every effort should be made by the Contractor to arrive within 72 hours from the date and time of their acknowledgment of the request.

The Contractor shall provide an estimate within 24 consecutive business hours after performing an on-site measurement which contains a detailed written Plan and Schedule (window of 40 consecutive business hours) to start and complete all work identified in the estimate unless the COTR acknowledges a specific job requires extended performance time.

04 MATERIALS

Manufacturer’s products must be factory-formulated pre-made-ready mixtures and are subject to compliance of manufacturer’s recommendations on the various applications contained in this SOW. Contractors must provide fillers, primers coats, intermediate coats, finish coat, caulking, and related materials that are compatible with one another and the substrates indicated under conditions of service and application, as evidenced by the Contractor and demonstrated by the manufacturer based on their testing and field experience.

A. Contract, Section III – Price Schedule contains a list of paint manufactures and their base codes per application to be used by the Contractor to either use directly or cross reference to another manufacturer’s equal and best-quality paint material for the various coating types specified.

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

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

Page 10: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-3

05 IDENTIFICATION OF EXISTING PAINT TYPE, COLOR, AND SUBSTRATE

In the majority of instances, the COTR will have a specific color to be used or a Drawdown Sample Card per application or area on file. However, when this information is not available or at request of the COTR – the Contractor shall maintain the unencumbered use of a Handheld / Portable Digital Optical Color Measuring and Matching Tool for the purposes of identifying paint color and coating.

Whenever the use of this device is requested, the Contractor shall transport and use this device during the initial measurement and estimating visit. Information produced by the Handheld / Portable Digital Optical Color Measuring and Matching Tool will be converted by the Contractor into 4 Drawdown Sample Cards which are to be generated by the Paint Manufacturer and contain at a minimum; sample of actual product, date, color description and formula, manufacture, product number, type and name.

This Drawdown Sample Card must be taken from the batch of paint as it is being canned and only after all final batch or color adjustments have been made and presented to the COTR prior to the application of any finish coat.

The Contractor shall notify the COTR prior to performing any work about anticipated problems using the materials specified over existing substrates previously primed or painted by others.

06 PRE APPLICATION - JOB-SITE EXAMINATION AND AMBIENT CONDITIONS

Contractor shall notify the COTR immediately (verbally and in writing) of all damage and/or discrepancies identified 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.

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 this SOW shall be deemed to reduce the manufacturers’ recommendations

The Contractor shall examine all substrate conditions under which painting will be performed to ensure compliance with the paint manufacturers requirements and compatibility for all applications of caulk, filler, primer, intermediate, and finish coating system for various substrates. Surfaces receiving paint shall have been prepared in accordance with the paint manufactures recommended procedures as well as be thoroughly dry and clean before paint is applied.

Apply paints only when the temperature of surfaces to be painted and surrounding air temperatures are and will remain until paint is completely cured between 50 deg F (10 deg C) and 90 deg F (32 deg C).

Do not apply paint in snow, rain, fog, mist, when the relative humidity exceeds 85 percent, at temperatures less than 5 deg F (3 deg C) above the dew point, or to damp or wet surfaces. No exterior paint shall be applied while the surface is damp, during cold or frosty weather, or when the temperature is likely to drop below freezing during the complete curing cycle of the applied finish.

Painting may be performed during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by the manufacturer during application and drying periods.

Start of painting will be construed as the applicator’s acceptance of the surface preparation and condition.

Page 11: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-4

07 PREPARATION

Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted, or provide surface-applied protection prior to surface preparation and painting. Remove these items, if necessary, to completely paint the items and adjacent surfaces. Following completion of painting operations in each space or area, have items reinstalled by workers skilled in the trades involved.

A. Cleaning & Surface Preparation: The Contractor shall schedule and perform cleaning of substances (including oil and grease) from the substrates that could impair the bond of the various coatings before actually applying caulk, filler, primer, intermediate or finish coats so that no treatment, contaminants, or dust from the cleaning process will not fall on wet or newly painted surfaces. All cleaning and preparation of surfaces to be painted shall be done according to the paint manufacturer’s instructions for each particular substrate condition.

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

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

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

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

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

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

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

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

Page 12: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-5

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 13: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-6

08 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-sites unless either directed otherwise by the COTR or the items are the property of either the Contractor or the Contractor’s personnel. In situations where items are located in the general area of proposed work, the Contractor, at no additional cost to the Authority, shall temporarily relocate such items until such time as the proposed work is completed. The Contractor shall assure that all items to be relocated are returned to their original locations without damage to them or to the surrounding surfaces.

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

In addition to Contract SECTION VII – PROVISION 35 – PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS, the Contractor will provide Wet Paint signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations.

10 FIXED IMPROVEMENTS AND OPERATING FACILITIES

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

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.

11 APPLICATION

A. Material shall be stirred before application to produce a mixture of uniform density; stirring as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using.

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

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

D. Provide the total dry film thickness of the entire system as recommended by the manufacturer. Use applicators and techniques best suited for substrate and type of material being applied. All

Page 14: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-7

workmanship shall be of high quality, and all materials evenly spread and smoothly flowed on without runs or sags.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 15: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-8

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

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

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

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

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

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

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

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

12 CLEANING

In addition to Contract SECTION VII – PROVISION 36 – CLEANING UP, at the end of each the workday, the Contractor shall remove empty cans, rags, rubbish, and other discarded paint materials from the site.

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

13 WORKMANSHIP AND INSPECTION OF SERVICES

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

14 NON-WAIVER

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

15 PAINT SYSTEMS

Provide interior and exterior paint applications utilizing up to 3 coats as directed by the COTR to ensure a total final dry film thickness of not less than 3.5 mills for the various substrates identified in the Contract SECTION III – PRICE SCHEDULE, unless otherwise directed by the COTR.

Page 16: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IV-9

16 CAULKING

Caulk joint or sealant removal may be necessary for initial or reapplication/reinstallation on the area being worked on.

17 WALL PAPER REMOVAL

The Contractor shall use either steam only or a chemical agent that is added to hot water to remove wall paper and prepare the wall for paint application.

Page 17: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section V-1

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 must currently have, maintain, and present the following:

A. A photo copy of their valid Class A Contractor’s License issued by the Commonwealth of Virginia - Department of Professional and Occupational Regulation which recognizes the following specialty trade: Painting and Wall Covering.

B. A photo copy of their valid Contractor’s License issued by the Commonwealth of Virginia - Department of Professional and Occupational Regulation which recognizes the following specialty trade: Lead abatement

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 Specification including responding to service and emergency callbacks. Failure to be able to contact any of the persons on the list or their refusal to respond in an request for service shall constitute a failure to perform and shall be subject to deductions for damages caused and costs incurred by the Authority 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 (days) after start of the Contract in effort to obtain a security badge no later than thirty (30) days from the award of the Contract.

04 ATTIRE

A. All employees, including supervisors and subcontractors of the Contractor shall at all times, while on the job site to fulfill the requirements of this SOW be attired in a distinctive uniform, which is acceptable to the Authority.

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

Page 18: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section V-2

C. These uniforms 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.

Page 19: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VI-1

SECTION VI - GENERAL REQUIREMENTS

01 COMMUNICATION AND COORDINATION

The Contractor shall maintain an effective Communication and Coordination Policy with the Authority utilizing email, telephones, mobile phones, faxes, pagers, cameras etc. to ensure the Authority is kept abreast of current condition of the job-site for the term of the Contract.

A. The Contractor’s key employees shall carry a mobile phone while performing all services at DCA.

02 CONTRACT MANAGER

A. The Contractor shall provide a Contract Manager. The Contract Manager shall have full authority to act for the Contractor and serve at all times to carry out all provisions of the Contract.

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

C. The names of the Contract Manager and a qualified alternate who shall assume the Contract Managers 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 Manager shall meet as promptly as possible with the COTR at the COTR’s request to discuss the performance of the work or other provisions of the Contract.

03 CONTRACTOR’S SUPERVISION

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 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.

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

04 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 and/or drugs or bringing and/or consuming alcohol and/or drugs, gambling, soliciting, stealing, taking pictures or bringing cameras or other photographic devices anywhere on Authority property (unless fulfilling the requirements of this Contract), and any immoral or otherwise undesirable conduct shall not be permitted on the job-site and shall result in immediate and permanent removal from the job-site of any employee engaging in such conduct from work.

Page 20: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VI-2

B. The Contractor agrees to transfer promptly from the Airports 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 or agent of the Contractor.

05 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 15 days prior to the start of the contract a complete Quality Control Plan to assure the requirements of the contract are provided as specified. The Contractor shall implement the approved plan and pursue it diligently for the duration of the contract.

06 REPORTING

The Contractor shall submit a report to the COTR by email each day after work is performed. This report shall include approximately 25 photos which have descriptive titles/labels which capture the job-site before, during/process, and after/completed of all work performed. The contractor shall document the start time and ending time of work.

07 CONTRACTOR CHECK-IN/CHECK-OUT PROCEDURE

The Contractor shall, immediately upon arriving to the job-site; check-in with the Authority’s DCA Work Control Desk (703-417-8063) and immediately prior to their departure from the job-site shall checkout with the Authority’s Work Control Desk. During check-in the Contractor shall inform the Work Control Desk as to the purpose of the visit. During the callback to checkout with the DCA Work Control Desk, the Contractor shall apprise the DCA Work Control Desk of the status of their work and the condition of the job-site. Check-in and checkout is defined as reporting in person or by utilizing an on-site Authority owned non-cellular/non-mobile phone. There shall be no exceptions to this requirement unless deemed appropriate by the COTR.

08 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 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 and the entity (e.g. Company, Agency, Department, Group) for whom it is being performed.

09 DELIVERY OF SUPPLIES AND EQUIPMENT

The Contractor shall schedule its supply and equipment deliveries and the supply and equipment deliveries of its vendors and subcontractors 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 the COTR in writing and in person of all deliveries 24 hrs prior to the scheduled delivery.

All deliveries by or to the Contractor at the Airport job-site shall only be made to the loading dock(s) associated with each building or locations approved in advance and in writing by the COTR.

10 SECURITY PROCEDURES

In addition to Contract SECTION VII – PROVISION 22 – SECURITY

Page 21: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VI-3

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 this 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. These costs include the expense of changing all locks to which the lost keys provided access. The cost of changing locks or keys to the building rooms or areas accessible by the lost or stolen keys will be deducted from the Contractor’s invoice to the 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. Instead, 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 subcontractors, and all its employees shall be subject to, and shall at all times, conform with any and all rules, regulations, policies, and procedure 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 Air Operations Area (AOA), 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.

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 Air Operations Area (AOA).

11 SAFETY

A. The Contractor and each of his employees shall comply with all applicable OSHA and Authority rules and practices, including directives issued by the Airport Manager, Airport Operations, MWAA Police and Fire Departments, Federal Aviation Administration, and Authority Divisions while on the job-site.

Page 22: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VI-4

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

1. Approved back support and protective devices 2. Eye protection in compliance with ANSIZ87.1. -1968. 3. Approved hearing protection 4. Approved hand protection 5. 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. Aisles, passageways, alleyways, entrances or exits to fire protection equipment must be kept unobstructed at all times.

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. Damage caused by the Contractor to any properties shall be repaired or replace 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 the Contractor.

I. 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.

J. Prior to use of any products or 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 literature 2. Manufacturer’s installation recommendations 3. Samples, if required by the COTR 4. Material Safety Data Sheets (MSDS)

Page 23: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VI-5

12 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.

13 LOST AND FOUND PROPERTY

The Contractor shall turn in to the Authority Police Department all property found on the property of Ronald Reagan Washington National Airport, any violations or disregard of the rules, regulations and/or policies may be cause for immediate termination.

Page 24: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VII-1

SECTION VII - SPECIAL REQUIREMENTS

01 PERMITS AND RESPONSIBILITIES

A. The Contractor shall, without additional expense to the Authority, be responsible for obtaining and maintaining all necessary licenses and permits. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor’s negligence and shall take proper safety and health precautions to protect the work, the workers, the public and the property of others. In addition, the Contractor shall be responsible for all materials delivered and work performed until completion and acceptance of the entire work.

B. The Contractor shall comply with all applicable revisions, additions, changes and/or upgrades to any Federal, State, and Municipal laws, codes, and regulations which are in effect on the date of Contract and which affect the performance of the work. The Contractor shall also obtain and pay the costs of any royalties and licenses for any patented or copyrighted items used in the performance of the work.

C. It shall be the responsibility of the Contractor to promptly notify the COTR if an official in charge of compliance with the Occupational Safety and Health Act visits the work site.

02 REGULATION REQUIREMENTS

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: � Construction Safety Manual � Orders and Instructions � Bulletins � Design Manual

The Airport’s: � Advisories � Orders and Instructions � Security, Traffic and Parking Requirements � Safety Procedures including Lockout/Tagout, Confined Space Entry, Hazardous Materials,

Material Safety Data Sheets 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 MATERIALS/LEAD BASED PAINT

A. Most facilities at the Airport except for current CDP construction were constructed prior to 1981. Therefore, these facilities should be presumed to have both Asbestos Containing Materials (ACM) and paint containing lead in their construction.

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

Page 25: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VII-2

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 transported or generated on-site at the Airport by the Contractor must be properly disposed off the Airport site by the Contractor as required by law and at no cost to 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 chemicals and cleaning products that do not exceed the national Volatile Organic Chemical (VOC) limitations rule(s) published by the U.S. Environmental Protection Agency (EPA).

06 HAZARDOUS WASTE

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

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

C. The Contractor shall provide the CO and the COTR with documentation of hazardous materials or wastes that are accumulated, handled, generated, or disposed of by the Contractor’s operations. The documentation shall demonstrate the adequacy of the handling and disposal operations used by the Contractor and will demonstrate that the Contractor activities will not result in contamination of Airport properly. The 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 an Annual Hazardous Waste Report to the State of Virginia Department of Environmental Quality.

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

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

G. The Contractor shall, at start of Contract, implement a written hazardous waste spill contingent plan listing materials used, spill prevention procedures, containment equipment and procedures to be used

Page 26: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VII-3

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

Page 27: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section VIII-1

SECTION VIII - DELIVERABLES

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

01 FIFTEEN (15) DAYS PRIOR TO CONTRACT START DATE

A. QUALITY CONTROL PLAN

B. SAFETY AND PROTECTION PLAN

C. LIST AND PHONE NUMBERS OF ALL KEY PERSONNEL

D. LIST OF PERSONNEL REQUESTING SECURITY BADGES

E. SECURITY BADGES

02 AS REQUIRED

A. WORK REPORT EMAIL

Page 28: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IX-1

SECTION IX - CONTRACTOR FURNISHED RESOURCES

01 PROPERTY AND EQUIPMENT

The Contractor shall furnish all resources that are necessary to fulfill all the requirements described in this SOW in a safe, orderly, timely, efficient, satisfactory and workmanlike manner.

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

A. 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.

B. Man lifts: All Contractor provided lifts shall be equipped with a flashing yellow beacon light and fire extinguisher. Lifts provided by the Contractor for use within Terminals B and C must be identical in type, model, and manufacture to the lifts described in Appendix C. All other lifts provided on the job-site must be approved in writing by the COTR at least 7 days prior to their intended use by the Contractor on the job-site. The Contractor must submit documentation that demonstrates to the satisfaction of the COTR that the Contractor’s personnel who will operate the lifts have sufficient training, certification and experience to operate the equipment safely. 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 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.

C. Ladders: Unless otherwise directed by the COTR, the Contractor shall use ladders that utilize rubber floor protectors to perform the painting described herein for all buildings. The Contractor shall avoid direct pressure on glass and painted aluminum panels. Protection pads shall be used by the Contractor to prevent ladders from marring building surfaces. All ladders shall be equipped with rubber shoes for the protection of the floors. While on the roof, no equipment ladders, tools, scaffolding or metal containers are to make direct contact with the Hypalon Roofing Membrane. The Contractor shall provide and utilize, for the protection of the roof surface, one or more layers of plywood (1/2" minimum thickness). Care must be taken while placing and securing plywood on roof so as not to harm the Hypalon Membrane. In the event damages occur, the Contractor shall immediately inform the COTR in writing and repair the damages using only materials, procedures and personnel authorized by the Authority.

D. High Pressure Washer: High pressure washing equipment shall produce sufficient pressure to remove all loose paint, chalking, grease, dirt, and other contaminants that would otherwise prevent adhesion. Remote areas at the Airport, water and electrical power will not be available and will require pressure blasting equipment that is self contained and capable of carrying a water supply. A water supply is available at the Airport Warehouse building for filling the tank.

Page 29: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section IX-2

J. COMMUNICATION EQUIPMENT: The Contractor shall, at its own expense, provide fully operational mobile phones to key personnel 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 fourteen (14) working days prior to the start of the period of this contract. The Contractor shall notify the COTR of any changes in these assignments.

Page 30: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section X-1

SECTION X - AUTHORITY FURNISHED RESOURCES

01 AUTHORITY CONTACT INFORMATION

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

02 AUTHORITY FURNISHED UTILITIES

See Contract SECTION VII – PROVISION 11 – AUTHORITY FURNISHED UTILITIES

03 AUTHORITY FURNISHED EQUIPMENT

The Authority will provide the Contractor, for use only in the interior of Terminals A, B and C, lifts as described in Appendix C. Contractor employees shall be trained, experienced and certified prior to operating any of the lifts listed in Appendix C. The Contractor shall submit documentation that demonstrates to the satisfaction of the COTR that the Contractor’s personnel who will operate the 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.

Page 31: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section 03-1

SECTION XI - 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, or unit of work performed. 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 its 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 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 services were performed.

Page 32: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section XII-1

SECTION XII - CONTRACT PHASE OUT

01 SECURITY DEVICES

Upon expiration/termination of the Contract or discontinuance of employment of any of Contractor personnel working in the Airport, all airport keys, security badges and all other 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, Drawings, and O&M Manuals shall remain the sole property of the Authority.

Page 33: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Section XIII-1

SECTION XIII - APPENDICES

APPENDIX A - SITE PLANS, SIDA – NON SIDA

APPENDIX B - CONTRACT SERVICES CALL ORDER

APPENDIX C - AUTHORITY OWNED INTERIOR MAN LIFTS INVENTORY

Page 34: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Appendices

APPENDIX A

SITE PLANS, SIDA – NON SIDA

Page 35: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING
Page 36: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING
Page 37: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Appendices

APPENDIX B

CONTRACT SERVICES CALL ORDER

Page 38: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Prepared: Date Prepared:

Type of Work: Requested By:

Contractor: Contract Number

Address: Contractor POC:

Office Telephone :

Emergency Phone

Other Data: Contractor Fax:

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

Work Item(s): QTY/UM:

EstimatedCost: Notes:

Call Order #

MA-126: Date: Date Issued:

COTR: Date: Date Completed:

Inspector: Date: Date Invoiced Rev'd:

Contractor: Date: Invoice Amount:

Remarks:

APPROVALS / ACCEPTANCE OF TASK

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

Work Estimates

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

RONALD REAGAN WASHINGTON NATIONAL AIRPORTMAINTENANCE ENGINEERING BRANCH, MA-126

CONTRACT SERVICES CALL ORDER

Page 39: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Appendices

APPENDIX C

AUTHORITY OWNED INTERIOR MAN LIFTS INVENTORY

Page 40: STATEMENT OF WORK FOR ON CALL INTERIOR AND EXTERIOR PAINTING SERVICES ...metwashairports.com/sites/default/files/archive/mwaa.com/file/1-11... · ON CALL INTERIOR AND EXTERIOR PAINTING

Metropolitan Washington Airports Authority 1-11-C159

Attachment 01 Statement of Work - Appendices

TERMINALS A, B, AND C

AUTHORITY OWNED INTERIOR MAN LIFTS INVENTORY

Terminals A, B, and C MWAA Owned Interior Man Lifts

Inventory

MWAA Tag Number

Make and Model

Type Quantity Year Maximum Height

1121 UpRight X26 Scissor Lift 1 1997 32'

1122 UpRight X26 Scissor Lift 1 1997 32'

1123 UpRight TL33 Articulating Boom

1 1997 40'

1124 UpRight TL33 Articulating Boom

1 1997 40'

1125 Denka Atrium Aerial Lift Telescoping

1 1997 81'

1126 Denka Atrium Aerial Lift Telescoping

1 1997 81'