statement of work for pressure washing and carpet cleaning services … · pressure washing and...

25
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596 ATTACHMENT 01 STATEMENT OF WORK - PAGE I-1 STATEMENT OF WORK FOR PRESSURE WASHING AND CARPET CLEANING 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 (2261) January 2019

Upload: others

Post on 21-May-2020

11 views

Category:

Documents


0 download

TRANSCRIPT

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE I-1

STATEMENT OF WORK

FOR

PRESSURE WASHING AND CARPET CLEANING 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 (2261) January 2019

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE I-2

SECTION I - TABLE OF CONTENTS

SECTION I - TABLE OF CONTENTS I-2 

SECTION II - INTRODUCTION AND SUMMARY OF WORK II-1 

01  INTRODUCTION II-1 

02  SUMMARY OF WORK II-1 

SECTION III - DEFINITIONS III-1 

SECTION IV - SCOPE OF WORK IV-1 

01  DESCRIPTION OF SERVICES IV-1 

02  WORK REQUIREMENTS – PRESSURE WASHING SERVICES IV-1 

03  WORK REQUIREMENTS – CARPET CLEANING SERVICES IV-2 

04  CONTRACT SERVICES CALL ORDER IV-3 

SECTION V - GENERAL REQUIREMENTS V-1 

01  QUALITY CONTROL PROGRAM V-1 

02  INSPECTION OF SERVICE V-1 

03  KEY CONTRACTOR PERSONNEL V-1 

04  MEETINGS V-1 

05  CONTRACTOR CHECK IN/CHECK OUT V-1 

06  COMMUNICATION AND COORDINATION V-2 

07  WORK HOURS V-2 

08  ACCIDENTS V-2 

09  SECURITY PROCEDURES V-2 

10  SAFETY V-3 

11  FIRE PREVENTION AND PROTECTION V-4 

12  SMOKE FREE ENVIRONMENT V-4 

13  LOST AND FOUND PROPERTY V-4 

SECTION VI - SPECIAL REQUIREMENTS VI-1 

01  PERMITS AND RESPONSIBILITIES VI-1 

02  REGULATION REQUIREMENTS VI-1 

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE I-3

03  ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT VI-1 

04  HAZARDOUS/CARCINOGENIC MATERIALS VI-2 

05  VOC REQUIREMENT VI-2 

06  HAZARDOUS WASTE VI-2 

SECTION VII - PERSONNEL VII-1 

01  CONTRACT MANAGER VII-1 

02  CONTRACT TECHNICIANS VII-1 

03  ATTIRE VII-1 

04  CONDUCT VII-1 

SECTION VIII - DELIVERABLES VIII-1 

01  CONTRACTOR PERSONNEL CONTACT INFORMATION VIII-1 

02  SAFETY AND PROTECTION PLAN VIII-1 

03  EQUIPMENT LIST VIII-1 

04  HAZARDOUS MATERIAL DOCUMENTATION VIII-1 

SECTION IX - CONTRACTOR FURNISHED RESOURCES IX-1 

01  GENERAL IX-1 

02  SAFETY EQUIPMENT IX-1 

SECTION X - AIRPORTS AUTHORITY FURNISHED RESOURCES X-1 

01  AIRPORTS AUTHORITY CONTACT INFORMATION X-1 

SECTION XI - METHOD OF PAYMENT XI-1 

SECTION XII - APPENDICES XII-1 

APPENDIX A - SITE PLANS

APPENDIX B - CONTRACT SERVICES CALL ORDER

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE II-1

SECTION II - INTRODUCTION AND SUMMARY OF WORK 01 INTRODUCTION The Metropolitan Washington Airports Authority (the Airports Authority) is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (DCA) (referred to herein as "Reagan National") located in Arlington County, Virginia. The Airport served approximately 23.9 million passengers in 2017. The Airport facilities (Appendix A) covered by this contract consists of approximately 1.3 million square feet, of which approximately 150,000 square feet is carpeted. Pressure washing and carpet cleaning services under this contract shall be on an as needed basis and will be order by the issuance of a service call order. 02 SUMMARY OF WORK The Contractor must furnish all resources (i.e. supervision, labor, materials, supplies, chemicals, tools, transportation and equipment) necessary to fulfill all the requirements and satisfactorily perform all the services described in this SOW in a safe, orderly, timely, efficient and workmanlike manner. All pressure washing and carpet cleaning services must be authorized by means of a signed/approved Contract Services Call Order (Appendix B). The contractor must not commence with any work until in receipt of the approved signed Call Order. Call Orders will be issued based upon the Airports Authority’s evaluation of need and must be defined at the square footage of carpet or square footage and elevation of surfaces to be cleaned. The minimum work requested on a call order will be 2000 square feet. Pressure washing of horizontal surfaces must be accomplished through the use of a rotary scrubber. No chemicals must be used for pressure washing. Drains will be sealed and a wet vacuum must be used for pickup.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE III-1

SECTION III - DEFINITIONS ACCEPTANCE - Means the act of an authorized representative of the Airports Authority by which the Airports 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 or “DCA” AOA - Aircraft operation area on the Airport airfield. AIRPORTS AUTHORITY - The Metropolitan Washington Airports Authority CONTRACT SERVICES CALL ORDER – Contains a description of the Services, cost estimate, and schedule required from the contractor for any work performed under this contract. 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 can be removed without permanently damaging the underlying surface. COTR – Contracting Officer’s Technical Representative. CONTRACTOR SUPERVISOR - Person assigned to represent the interests of the Contractor on all matters involving this contract. CONTRACTING OFFICER - An official of the Airports Authority designated to enter into or administer contracts and make related determinations, findings and commitment on behalf of the Airports Authority. CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR) - official/officials of the Airports Authority designated by the Contracting Officer to be his/her authorized representative(s) for technical issues related to performance of work under this contract. The COTR may designate in writing an individual to function in an administrative contact capacity during his/her absence. CORRECTION - Means the elimination of a defect. DCA – Ronald Reagan Washington National Airport HCS - Hazard Communication Standard JOB SITE - The area within the Airports Authority’s property lines or portions of such area, which are defined within the Contract, or as described by the COTR. QUALITY CONTROL PROGRAM - A method used by the contractor to assure that quality Services are provided to satisfy the contract requirements. QUALITY ASSURANCE - A means by which the Airports 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 must not be a substitute for contract or quality control. SERVICES - Includes Services performed, workmanship, and materials and parts furnished or utilized in the performance of Services. SOW – Statement of Work

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE III-2

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

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE IV-1

SECTION IV - SCOPE OF WORK 01 DESCRIPTION OF SERVICES A. The Contractor must provide all supervision, labor, materials, supplies, chemicals, tools, transportation

and equipment necessary to perform pressure washing and carpet cleaning services. Such work must be compensated at the fully loaded rates listed in the Contract Pricing Schedule.

B. The Airports Authority must incur no obligation for out of scope work that is not authorized in advance,

in writing with a signed Call Order. 02 WORK REQUIREMENTS – PRESSURE WASHING SERVICES Contractor must provide all equipment, labor and materials required to pressure wash concrete and other surfaces. The designated areas are to be cleaned in their entirety (NOT spot-cleaned). The concrete and other surfaces to be cleaned include, but must not be limited to: sidewalks, walkways, curbs, gutters, entryways, vertical surfaces, high traffic areas & other surfaces. The contractor must perform services without damaging the surface material. If chemicals are approved for use, the contractor must capture and dispose, off site, all runoff from pressure washings. Under no circumstances must said enter the storm drain system. In certain work areas the contractor must provide its own source of water. The use of chemicals must be approved by the COTR. All exterior pressure washing must be accomplished on a truck mounted machine that has hot and cold water capacity and has a capacity of putting out 3,500 psi.

Truck Mount Machine includes: * 75 gallon aluminum or polyethylene fresh water supply tank * 75 gallon aluminum or polyethylene recovery tank * 300’ (ft.) vacuum and solution hose

Pressure Washing Equipment (Gas Engine)

Pressure: 3500 PSI Maximum * Volume: 8.0 Gallons per minute Maximum (GPM) * Temperature: Variable, ambient to 210 degrees (F) * Fresh Water Supply Tank: 225 gallon polyethylene water tank * 300’ (ft.) high pressure hose

Concrete Surface Cleaner * Minimum Recommended GPM: 8.0 * Maximum GPM: 20 * Path 30”

Sidewalks The contractor must use a rotary head surface cleaner and hot water surface cleaning equipment to remove all dirt, grime, gum, stains and markings from the surface of the sidewalks using high pressure water only.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE IV-2

Chemicals must not be used without prior approval from the COTR. The contractor must eliminate all puddles of water which are created during this cleaning process. Contractor must take appropriate measures to ensure their process does not harm surrounding facilities. All gum is to be removed from sidewalk surfaces. All exterior pressure washing work scheduled to begin after 9:00 PM must be completed by 4:30 AM each day. No chemicals are to be used outside for pressure washing.

03 WORK REQUIREMENTS – CARPET CLEANING SERVICES All carpet cleaning work must be performed in accordance with The Carpet and Rug Institute’s Carpet Maintenance Guidelines for Commercial Applications. In addition, the following work requirements are required: Carpet Adjacent to Hard Flooring – In areas where carpet to be cleaned is adjacent to a hard floor surface, the contractor must initiate their work at the hard floor side of the carpet and continue in a direction away from the hard floor.

1. Work Area Protection – The contractor must provide for the protection of the work area utilizing contractor provided wet floor signage, cones, barricades, etc. In addition, the contractor must coordinate with the Airports Authority’s Custodial contractor for the placements of walk off mats on hard floor surfaces that are adjacent to carpet that are being cleaned. The Custodial contractor must provide the mats upon coordination.

2. Furniture - The contractor must move as necessary all furniture and equipment to facilitate the

carpet cleaning process. At the completion of work, the contractor must move and place the furniture and equipment back to their original locations and must place protective materials between the furniture/equipment and the damp carpet.

3. Vacuuming – The contractor must vacuum all areas that are to be steam cleaned prior to

commencement of work. 4. Test Area – The contractor must perform a test on a small inconspicuous area of carpet prior to

commencement of the project in order to determine if the carpet will be adversely affected by the cleaning process.

5. Pre-Conditioning with Chemicals – The contractor must pre-treat all carpet with COTR approved chemicals prior initiating cleaning methods. Gum and Stains- The contractor must remove all gum and stains from the carpeted area being cleaned.

6. Agitation of carpet after chemicals – The contractor must mechanically agitate the pre-

conditioned carpet to achieve proper distribution of the pre-conditioning chemicals into the carpet pile.

7. Dwell time – Allow agitated carpet to set 15 minutes prior to extraction process. 8. Extraction – The contractor must steam clean and extract the carpet after a sufficient dwell time

has occurred. 9. Drying – Dehumidifiers & Fans – The contractor must provide a sufficient quantity of

dehumidifiers and fans to ensure fast drying of the carpet being cleaned. 10. Completion of Work – All extraction work scheduled to begin after 9:00 PM must be completed

by 4:30AM each work day to allow sufficient time for drying.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE IV-3

11. Contractor shall list all chemicals with manufacturers name they are planning to use during this contract

A. Disposal of Collected Solutions – The contractor must be responsible for the disposal of all collected

solutions off site. All solutions must be disposed of in accordance with local, state and federal regulations, and laws.

B. Temperature: The water temperature required for carpet cleaning must be maintained at 180 to 190 degrees Fahrenheit (F).

C. Extraction Suction Pressure: Required to be maintained at a minimum is 100 PSI at source. D. Contractor is required to provide and use equipment, below, with stated capabilities to perform following

services. Carpet Cleaning:

Truck Mount Machine includes: * 75 gallon aluminum or polyethylene fresh water supply tank * 75 gallon aluminum or polyethylene recovery tank * 300’ (ft.) vacuum and solution hose * Hose reel and chemical package * Stainless Steel dual jet wand * Chemical – Injection system * Continuous Heat – Heats water up to 190 degrees * High Pressure Pump: 2500 PSI

Carpet must not be pressure washed without written authorization from the COTR. 04 CONTRACT SERVICES CALL ORDER All work will be approved in writing by the COTR, using the “Contract Services Call Order” form. The Call Order will contain a detailed description of the services that are required from the Contractor. When a Service Call Order (non-emergency) is issued in accordance with the contract provisions, the contractor must provide a schedule, for COTR approval, within 48 hours for work to occur within five (5) business days. When an emergency service call(s) is initiated a 4 hour response time is required emergency related service call.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE V-1

SECTION V - GENERAL REQUIREMENTS 01 QUALITY CONTROL PROGRAM A. The Contractor must implement an effective quality control program to insure proper steam cleaning

services are performed. This program must insure that the Contractor fulfills all the requirements of this SOW.

The Contractor must insure that Contractor’s staff performing the work complies with all applicable local, county, state, and national codes and regulations. Carpets must be clean and dry by 4:30 AM in public areas. The carpet must be free of spots, gums, and removable stains. Furniture will be returned to its original position. Wet floor signs must be posted until carpet is dry. 02 INSPECTION OF SERVICE A. Definitions: “Services”, as used in this clause, includes services performed, workmanship, and material

furnished or utilized in the performance of services. B. The contractor must provide and maintain an inspection system acceptable to the Airports Authority

covering the services under this contract. Complete records of all inspection work performed by the contractor must be maintained and made available to the Airports Authority during contract performance period.

C. The Airports Authority has the right to inspect and test services called for under the contract, to the

extent practicable at all times and places during the term of the contract. The Airports Authority must perform inspections and test in manner that will not unduly delay the work.

03 KEY CONTRACTOR PERSONNEL The Contractor must identify and provide the Contracting Officer and COTR with a list of names and telephone numbers of its key personnel who must be responsible for fulfilling all the requirements of this SOW. 04 MEETINGS The contractor’s representative must attend meetings as required by the Airports Authority to coordinate, evaluate and discuss issues and performance of the work under this contract. Meeting will occur at least monthly or as often as required, will be during regular business hours (7AM-4PM Monday thru Friday). 05 CONTRACTOR CHECK IN/CHECK OUT Contractor’s employees must check in and check out with the Airports Authority each time the contractor is performing work at the job site. The contractor must, immediately upon arriving to the job site; check-in with the COTR, the Airports Authority’s Work Order Desk (703) 417-8063 and when required, Airport Operations (703) 417-8050 and immediately prior to their departure from the job site must checkout with all parties. During check-in the contractor must inform the COTR, the Work Order Desk, and when required Airport Operations, of the purpose of the visit (scheduled maintenance, service callback) and the area they intend to perform work. During checkout the contractor must inform COTR, the Work Order Desk, and when required Airport Operations, of the status of the work performed The contractor must submit, no later than 10 AM on the day after the work is performed, a pictorial report documenting all work completed the previous day. This report must include photographs of the work in

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE V-2

progress along with a brief narrative explaining the work completed. This report must be provided to the COTR electronically via email. 06 COMMUNICATION AND COORDINATION The Contractor must maintain an effective Communication and Coordination Policy with the Airports Authority utilizing email, telephones, faxes, pagers, etc. The contractor’s employees must carry a mobile phone while performing services at DCA. The number to this phone as well as contractor’s office telephone and facsimile number must be provided to the COTR no later than 10 business days after Contract award. 07 WORK HOURS Performance of services must occur between the hours of 9 PM and 4:30 AM daily excluding holidays. Work schedules during the day or prior to 9PM must be coordinated with COTR prior to commencing. Work hours will be specified on the Call Order. 08 ACCIDENTS The Contractor must be responsible for promptly notifying the COTR and Airport Police of any accidents arising from the performance of this Contract involving bodily injury to workers, building occupants, visitors, or other persons. The COTR will provide information necessary concerning whom to contact and the specific form of the follow-up written notice. 09 SECURITY PROCEDURES A. The Contractor must 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 must not be contrary to the Airports Authority’s interest, and that the individual(s) is authorized to be admitted in accordance with applicable security orders, rules, regulations and instructions as determined by Airports Authority.

B. The Contractor must secure and safeguard all keys, key cards, and any other entry devices and codes

provided by the Airports Authority. The Contractor must maintain a record of the key numbers issued to its employees. These prohibitions and requirements must 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 must not duplicate and must 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 must be returned to the Airports Authority when the Contract expires.

C. The Contractor must safeguard all the identification cards, issued its employees and subcontractors by

the Airports Authority to fulfill the requirements of this SOW. The Contractor must 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 must immediately report to the Airports Authority all keys issued to it by the Authority

that are lost or stolen. The Contractor must 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 Airports Authority for the services performed under the Contract.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE V-3

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

F. The Airports Authority will not issue keys for sensitive security areas. Instead, the Airports Authority will

require the Contractor’s employees to be accompanied at all times in this area by either Airports Authority employees or the Contractor’s own employees who have authorized access to the area.

G. The Contractor, its subcontractors, and all its employees must be subject to, and must 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 must 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 Airports Authority must be visibly worn at all times while in the SIDA.

I. The Contractor must 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). 10 SAFETY A. The Contractor and each of his employees must comply with all applicable OSHA and Airports

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.

B. The Contractor must provide and ensure that all personnel at the work site wear the safety

devices/apparel described below when in areas designated by the Airports Authority.

Approved back support and protective devices Approved Eye Protection Approved Hearing Protection Approved Hand Protection Approved Foot Protection Other safety devices/apparel when conditions warrant

C. The Contractor must furnish documentation as directed by the COTR of the completion of the approved

safety training of equipment operators and other personnel. The safety training must comply with all OSHA standards and a sample program must be submitted to the COTR.

D. The Airports Authority reserves the right to inspect all areas for safety violations at its discretion, direct

the Contractor to make immediate improvement of necessary conditions and/or procedures, and/or stop the work if other hazards are deemed to exist.

E. In the event that the Airports Authority should elect to stop work because of any type of existing safety

hazards after the Contractor has been notified and provided ample time to correct, the Contractor must bear all costs for eliminating the hazard(s) and must not be granted compensation for the work stoppage. The Contractor must pay all additional expenses.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE V-4

F. The operation of the Contractor’s vehicles or private vehicles by the Contractor’s employees on or about the property must 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 must be responsible for initiating, maintaining and supervising all safety precautions

and programs in connection with the performance of the Contract. The Contractor must take all necessary precautions for safety of, and must provide reasonable protection to prevent damage, injury or loss to persons, properties, equipment and vehicles.

H. Damage caused by the Contractor to any properties must be repaired or replace to the satisfaction of

the Airports Authority at the expense of the Contractor. The Airports Authority, at its sole direction, may elect to repair or replace the damaged property, and deduct such costs from monies due the Contractor.

I. Prior to use of any products or materials, the Contractor must provide the following submittals for

review and approval by the COTR. Contractor must furnish three copies of each submittal. The submittal must provide at a minimum:

1. Manufacturer’s product data and literature 2. Manufacturer’s installation recommendations 3. Samples, if required by the COTR 4. Safety Data Sheets (SDS)

11 FIRE PREVENTION AND PROTECTION A. Fire prevention and protection at Airports Authority facilities property is essential. The phone number

for The Airports Authority fire department is (703) 417-8250. The Airports Authority must provide limited fire prevention equipment within the facilities. The availability of fire protection equipment provided by the Airports Authority must not limit the Contractor’s responsibility or liability for maintaining a reliable fire prevention and protection program for its employees and the property serviced.

B. The Contractor must be knowledgeable of and provide adequate and appropriate training for all

employees in the proper method of reporting a fire. All pertinent information regarding fire-reporting procedures may be obtained from the COTR.

12 SMOKE FREE ENVIRONMENT The Airports Authority’s facilities are smoke free. The Contractor and its employees must adhere to the rules and regulations in regard to this facilities maintenance of a smoke free environment. 13 LOST AND FOUND PROPERTY The Contractor must turn in to the Airports Authority Police Department all property found on the property of Ronald Reagan Washington National Airport immediately, any violations or disregard of the rules, regulations and/or policies may be cause for immediate termination.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE VI-1

SECTION VI - SPECIAL REQUIREMENTS 01 PERMITS AND RESPONSIBILITIES A. The Contractor must, without additional expense to the Airports Authority, be responsible for obtaining

all necessary licenses and permits. The Contractor must also be responsible for all damages to persons or property that occur as a result of the Contractor’s negligence and must take proper safety and health precautions to protect the work, the workers, the public and the property of others. In addition, the Contractor must be responsible for all materials delivered and work performed until completion and acceptance of the entire work.

B. The Contractor must comply with all applicable revisions, additions, changes and/or upgrades to any

Federal, state, and municipal laws, codes, and regulations which affect the performance of the work. The Contractor must 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 is the responsibility of the Contractor to promptly notify the COTR if an official in charge of compliance

with the Occupational Safety and Health Act visits the work site. 02 REGULATION REQUIREMENTS A. The Contractor, including it’s on the job site employees and subcontractors must comply with all

applicable Federal, state, local, Airports Authority and the Airports regulatory, code and procedural requirements. This includes but is not limited to the Contractor complying with the following Airports Authority requirements:

1. The Airports Authority’s:

Construction Safety Manual Orders and Instructions Design Manual

2. The Airport’s:

Advisories Orders and Instructions Security, Traffic and Parking Requirements Safety Procedures including Lockout/Tagout, Confined Space Entry, Hazardous

Materials, Material Safety Data Sheets etc.

B. The Contractor must report all incidents and accidents immediately to the Airports Authority in accordance with Federal and State laws and regulations and Airports Authority Orders and Regulations.

03 ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT A. Most facilities at the Airport 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 must obtain prior

written approval from the Airports Authority to proceed with such activities.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE VI-2

04 HAZARDOUS/CARCINOGENIC MATERIALS A. The Contractor, its employees, or subcontractors or their employees must 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 in accordance with applicable regulations and at no cost to the Airports Authority.

B. The Contractor must provide the Airports Authority with complete, legible copies of all regulatory

notices, violations, citations, etc. received by the Contractor that pertain directly or indirectly to the fulfillment of this Statement of Work.

05 VOC REQUIREMENT The Contractor must 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 must initiate Hazardous Waste Management training and enforcement programs to

ensure employees are aware that the domestic drains, and storm drains must 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 off-site 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 must provide the Contracting Officer 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 must 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 Airports Authority must provide this documentation upon request during periodic environmental inspections of the Contractor’s premises. The Airports Authority must 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 must apply for a Hazardous Waste Generator Identification Number. Hazardous waste must 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 must be required to submit an Annual Hazardous Waste Report to the State of Virginia Department of Environmental Quality.

E. The Contractor is 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 is responsible for notification and reporting required under SARA, Title III regulations.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE VI-3

G. The Contractor must, 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 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. The contractor shall provide a sample plan as a deliverable.

H. In the event of the spill, the Contractor must notify the Airport Fire Department at (703) 417-8250 at

DCA and (703) 512-2980 at IAD. The Contractor is responsible for all cleanups, site remediation and disposal costs including hazardous waste response teams that may be required at the site. All procedures must be in accordance with applicable Federal, state and local environmental and OSHA regulations. The Contractor must remove all hazardous waste materials from the Airport at the end of each workday. Hazardous materials that are temporary, stored site during normal working hours must be placed in containment devices that are capable of containing 110 percent of the volume of the substance in the event of a spill.

I. The Contractor must 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.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE VII-1

SECTION VII - PERSONNEL 01 CONTRACT MANAGER A. The Contractor must provide a Contract Manager. The Contract Manager must have full authority to

act for the Contractor and serve at all times to carry out all the provisions of the Contract. B. The Contract Manager must have a minimum of five years’ experience managing similar types of

pressure washing and carpet cleaning services cleaning contracts. C. The name(s) and the resume of the Contract Manager and an alternate who must assume the Contract

Manager’s duties when the primary Contract Manager is absent must be designated in writing to the COTR fifteen (15) business days prior to the Contract start date.

02 CONTRACT TECHNICIANS The Contractor agrees to utilize responsible, capable employees in the performance of all services of this Contract. 03 ATTIRE A. All employees, including supervisors and subcontractors of the Contractor must at all times, while on

the job site to fulfill the requirements of this SOW be attired in a distinctive uniform, which is acceptable to the Airports Authority.

B. Employees must 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 must 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 Airports Authority.

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

As part of their uniform, the Contractor’s employees must conspicuously display the following identification:

Airport Photo Identification Security Badge issued by the Airport Operations Division. Photo Identification Badge issued by the employee’s respective employer.

Note: Personnel who are not badged must be escorted at all times by a badged individual who is with the company.

04 CONDUCT A. The Contractor’s employees must at all time while on the job site, whether on or off duty, must conduct

themselves in a professional, orderly and safe manner. Rudeness, fighting, being under the influence of alcohol and/or drugs or bringing and/or consuming alcohol and/or drugs, gambling, soliciting, stealing, taking pictures or bringing cameras or other photographic devices anywhere on Airports Authority property (unless fulfilling the requirements of this Contract), and any immoral or otherwise undesirable conduct must not be permitted on the job site and must result in immediate and permanent removal from the job site of any employee engaging in such conduct from work.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE VII-2

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

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE VIII-1

SECTION VIII - DELIVERABLES FIFTEEN (15) BUSINESS DAYS PRIOR TO CONTRACT START DATE 01 CONTRACTOR PERSONNEL CONTACT INFORMATION 02 SAFETY AND PROTECTION PLAN 03 EQUIPMENT LIST

Equipment List that has the following * Exterior pressure washing must be accomplished on a truck mounted machine that has hot and

cold water capacity. Truck Mount Machine includes:

* 75 gallon aluminum or polyethylene fresh water supply tank * 75 gallon aluminum or polyethylene recovery tank * 300’ (ft.) vacuum and solution hose

Pressure Washing Equipment (Gas Engine or LP Gas Hot Pressure Water) * Fresh Water Supply Tank: 225 gallon polyethylene water tank * 300’ (ft.) high pressure hose

Concrete Surface Cleaner

04 HAZARDOUS MATERIAL DOCUMENTATION

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE IX-1

SECTION IX - CONTRACTOR FURNISHED RESOURCES 01 GENERAL The Contractor must furnish all resources necessary to fulfill all the requirements and satisfactorily perform all the services described in this SOW in a safe, orderly, timely, and efficient and workman like manner. 02 SAFETY EQUIPMENT A. The Contractor must provide all safety equipment/devices, personal protective equipment and clothing

as required for its workers. B. The Contractor is prohibited from the using propane-fueled portable equipment in the performance of

the work required by this Contract.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE X-1

SECTION X - AIRPORTS AUTHORITY FURNISHED RESOURCES 01 AIRPORTS AUTHORITY CONTACT INFORMATION The Airports Authority will provide phone numbers, e-mail and mailing addresses for the Contracting Officer, COTR and other Airports Authority key personnel as are warranted.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE XI-1

SECTION XI - METHOD OF PAYMENT The Contractor must submit one invoice on a monthly basis for services that have been completed to the satisfaction of the COTR. The Contractor’s invoice must be submitted to Accounts Payable no later than the 10th day of the following month. Monthly invoices must be itemized to provide a breakdown of cost for all contract services completed. The Contractor will be reimbursed for the labor and man-lift rentals in accordance with the fully loaded rates on the Price Schedule. The Contractor must not invoice the Airports 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 all work described in the Call Order has been completed to the satisfaction of the MWAA. The Airports Authority must incur no obligation for work that is not authorized in advance, with a signed Call Order.

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - PAGE XII-1

SECTION XII - APPENDICES

APPENDIX A - SITE PLANS APPENDIX B - CONTRACT SERVICES CALL ORDER

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - APPENDICES

APPENDIX A – SITE PLAN

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY IFB-18-32596

ATTACHMENT 01 STATEMENT OF WORK - APPENDICES

APPENDIX B – CONTRACT SERVICE CALL ORDER

Prepared: Date Prepared:

Type of Work: Requested By:

Contractor: Contract #:

Address: Contractor POC:

Office Telephone :

Emergency PhoneSchedule of Completion Contractor Fax:

COST: Notes: Price includes 10% mark up on parts.

Call Order #

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

Contractor: Date: Invoice Amount:

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

Remarks:

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

APPROVALS / ACCEPTANCE OF SERVICE CALL ORDER

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

(Actual hours worked will be paid)

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY Contract Services, DCA or IAD

SERVICE CALL ORDER FORM