STATEMENT OF WORK FOR SOLAR AND BLAST FILM INSPECTION AND REPLACEMENT SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT

Similar documents
STATEMENT OF WORK FOR BAGGAGE HANDLING SYSTEM DRIVE UNIT REPLACEMENT SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

Request for Quote RFQ CF Window Cleaning at Boise State University Stueckle Sky Center

LONG ISLAND UNIVERSITY STANDARD TERMS AND CONDITIONS

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

EXHIBIT C OPERATIONAL TERMS AND CONDITIONS

Request for Proposal. Contract to begin January 1, 2015 Ending December 31, 2015

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

APPLICATION FOR ALTERATIONS OR ADDITIONS

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY ATTACHMENT M SAFETY PROVISIONS GOODS AND SERVICES CONTRACTS

2016 CDM Smith All Rights Reserved July 2016 SECTION SAFETY, HEALTH, AND EMERGENCY RESPONSE

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

SUPPLEMENTARY TERMS AND CONDITIONS FOR PURCHASE ORDERS ISSUED FOR CONSTRUCTION, INSTALLATION OR REPAIR WORK TO BE PERFORMED ON OUR PREMISES

SAFETY POLICY. Office Address 5195 W. 58 th Ave. Unit F Arvada, CO

INSTRUCTIONS TO BIDDERS

Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster

Recreational Vehicle Rental Agreement Class B Lexington Grand Touring RV

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Diversified Engineering & Plastics General Safety & Environmental Process for Contractors

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category]

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

Contractor Guidelines

RULES, REGULATIONS AND GENERAL SPECIFICATIONS FOR SUB CONTRACT WORK

1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

EXHIBIT A SUPPLEMENTAL TERMS AND CONDITIONS TO SIERRA AUCTION BUYER S TERMS AND CONDITIONS 1. AIRCRAFT PASSENGER BOARDING BRIDGES SALE AND CONDITION

RENTAL AGREEMENT Service Terms and Conditions

TEXAS DEPARTMENT OF TRANSPORTATION PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category]

Elon University Ethical Procurement Guidelines

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Electric Transmission Texas, LLC Supplemental Safety Terms and Conditions

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation

SETUP STARTING TIME EVENT STARTING TIME EVENT ENDING TIME CLEANUP ENDING TIME NAME OF PERSON-IN-CHARGE WHO WILL BE PRESENT AT THE EVENT?

Beltrami County Natural Resource Management Specifications for Beaver Control 2016 through 2018

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Longboard Products Commercial Warranty

Request for Quotes October 2018 Agency: Potomac Job Corps Center 1 DC Village Lane, SW Washington, D.C This is a Subcontracting Opportunity

TOWN OF NORFOLK Automobile Use Policy 1/15

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

WORKING WITH CONTRACTORS POLICY AND PROCEDURE

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

LEGAL SUPPLEMENT 1269

Apron Services Licence

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

ATTACHMENT "I" SUBCONTRACTOR SAFETY, HEALTH, AND ENVIRONMENTAL MINIMUM PERFORMANCE STANDARD (MPS)

TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15

POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS

Wolverine. Siding. Lifetime. Limited. Warranty

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

7/14/16. Hendry County Purchase Order Terms and Conditions

105 CMR: Department of Public Health

MANITOBA HOUSING SUPPLEMENTAL CONDITIONS CONTRACT #: XXXX GENERAL

Document A201 TM 2007 SP

Contractor Safety Policy

REQUEST FOR QUOTE # 16471

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

EQUIPMENT SHARING AGREEMENT BETWEEN THE CITY OF CUPERTINO, TOWN OF LOS GATOS AND THE CITY OF CAMPBELL

DELHAIZE AMERICA PHARMACIES AND WELFARE BENEFIT PLAN HIPAA SECURITY POLICY (9/1/2016 VERSION)

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

Mold Remediation and Clean Up of Central High School

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

RISK CONTROL SOLUTIONS

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

REQUEST FOR PROPOSALS. Western Municipal Water District. Water Meter Reading Services (Annual Contract)

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

LIMITED LIFETIME WARRANTY - ALUMINUM

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS

RICE UNIVERSITY SHORT FORM CONTRACT

Ready to rent? Terms and Conditions. Florida

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

Lifetime Warranty, Limited, Non-Prorated and Transferable. (Prorated if Transferred)

PLEASE NOTE. For more information concerning the history of these regulations, please see the Table of Regulations.

101 RV RENTALS 850 W Los Angeles Ave Simi Valley, Ca Tel (805) Fax (805) RV Pickup & Go Rental Agreement

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT

REQUEST FOR PROPOSALS Northwestern Regional Airport Commission

Northern Territory Airports

Use and Care Guide Fair Oaks Cushioned Chaise Product Code D71 M80777 KSN 0 02640592 8 UPC Code 0 5087429167 7 Date of Purchase

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

General conditions of contract for the supply of plant and machinery

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT PERFORMANCE WARRANTY. CFS:EMC 1 of 7 APPR:KPK:DBP: FHWA:APPR:

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT

Construction of the Leased Premises

Boise State University Request for Quote RFQ CF Wood Floor Maintenance Services Multiple Facilities

Power Construction Company CCIP Program Safety Requirements

Transcription:

STATEMENT OF WORK FOR SOLAR AND BLAST FILM INSPECTION AND REPLACEMENT 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) REVISED AUG 18 2017

TABLE OF CONTENTS TABLE OF CONTENTS SECTION I - INTRODUCTION AND SUMMARY OF WORK 1 4 01 INTRODUCTION 4 02 SUMMARY OF WORK 4 SECTION II - DEFINITIONS SECTION III - STATEMENT OF WORK SECTION IV - DESCRIPTION OF SERVICES 4 6 7 01 OVERVIEW 7 02 PERFORMANCE REQUIREMENTS 8 03 SUBMITTALS 8 04 MATERIALS DCA 8 05 PROJECT EXECUTION 9 06 CONTRACT SERVICES CALL ORDER 10 SECTION V - GENERAL REQUIREMENTS 10 01 RESPONSE TIME 10 02 CHECK-IN/CHECK-OUT REQUIREMENTS 11 03 QUALITY CONTROL PROGRAM 11 04 COMMUNICATION AND COORDINATION 11 05 LOST AND FOUND PROPERTY 11 06 SAFETY 11 07 SECURITY REQUIREMENTS 12 08 ACCIDENT NOTIFICATION 13 09 SMOKE FREE ENVIRONMENT 13 10 EQUIPMENT 13 11 WORK HOURS 13 Attachment 01 Statement of Work - DCA Page 1

12 CLEAN UP 14 13 COMPLETION OF WORK 14 SECTION VI - REGULATORY REQUIREMENTS 14 01 PERMITS AND RESPONSIBILITIES 14 02 ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT 14 03 HAZARDOUS/CARCINOGENIC MATERIALS 14 04 VOC REQUIREMENT 15 05 HAZARDOUS WASTE 15 SECTION VII - CONTRACT START UP 16 01 CERTIFICATIONS 16 02 KEY CONTRACTOR PERSONNEL 16 03 SECURITY REQUIREMENTS 16 SECTION VIII - DOCUMENTATION AND REPORTING 17 01 REPORTING 17 02 VANDALISM/ABUSE REPORT 17 SECTION IX - PERSONNEL 17 01 PERSONNEL 17 02 PROJECT MANAGER 17 03 CONDUCT 17 SECTION X - DELIVERABLES 18 01 CONTRACTOR INFORMATION 18 02 FILM CONDITION ASSESSMENT SURVEY 18 SECTION XI - CONTRACTOR FURNISHED RESOURCES 19 01 GENERAL 19 02 SAFETY EQUIPMENT 19 03 COMMUNICATION EQUIPMENT 19 Attachment 01 Statement of Work - DCA Page 2

04 SERVICE VEHICLE 19 SECTION XII - AUTHORITY FURNISHED RESOURCES 19 01 PARKING 19 SECTION XIII - METHOD OF PAYMENT 20 01 BASE SERVICES 20 02 SUPPLEMENTAL SERVICES 20 03 VANDALISM/ABUSE SERVICES 21 SECTION XIV - APPENDICES A. DCA INITIAL SITE INSPECTION LOCATIONS B. INITIAL FILM CONDITION ASSESSMENT REPORT FORMAT C. DCA SITE MAP D. CONTRACT SERVICES CALL ORDER 22 Attachment 01 Statement of Work - DCA Page 3

01 INTRODUCTION SECTION I - INTRODUCTION AND SUMMARY OF WORK The Metropolitan Washington Airports Authority (referred to herein as MWAA or the Airports Authority ) is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (referred to herein as DCA ). The purpose of this statement of work (SOW) is to outline specifications for an on-call service contract for the purpose of installing, maintaining, or replacing window film materials i.e. solar control tinting and safety and protection films used throughout interior specified DCA airport locations. 02 SUMMARY OF WORK This solicitation shall provide for an on-call service contract for the purpose of installing, maintaining, or replacing film materials services at DCA. This SOW provides for an initial site inspection of DCA locations specified in Appendix A, along with a follow-up report documenting identified deficiencies, cost to replace and priority (Appendix B format). The remainder of this SOW provides for the removal, installation or replacement of films as necessary. The quantities specified in this solicitation are estimates only, and are given for the information of bidders and for the purpose of bid evaluation. They do not indicate the actual quantity which will be ordered, since volume will depend upon requirements which develop during the contract period. As requirements arise from specific quantities of items covered herein, orders will be placed by the authorized individuals. The contractor shall furnish all necessary supervision, labor, materials, tools, equipment, transportation and supplies required to perform film installation and replacement services in accordance with the requirements contained herein. SECTION II - DEFINITIONS ACTUAL HOURS WORKED Billing shall be for actual hours worked onsite at Ronald Reagan Washington National Airport. Hours begin when technicians check-in with COTR to start job and end when technicians check out after job completion with COTR AIRPORT Shall refer to Ronald Reagan Washington National Airport, aka, DCA as described in the SOW. 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 a security badge for access. 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. Vehicles operated in this area are required to pass a safety inspection and meet the vehicle identification marking and equipment requirements for operating on the AOA. AUTHORITY - The Metropolitan Washington Airports Authority. AUTHORITY ADMINISTRATIVE WORK HOURS - The hours of 7:00 AM through 3:30 PM EST/DST, Monday through Friday, excluding weekends and holidays. BIOMETRIC SYSTEM An automated system used to digitally register an individual s fingerprint. The system requires an employee to place their fingerprint on a touch screen to be scanned to record arrival and departure times/dates for contract requirement verification as well as security and operational accounting of personnel on-site. Attachment 01 Statement of Work - DCA Page 4

CALL ORDER All supplemental services require a COTR signed call order. The call order contains a detailed description of the services to be provided, cost estimate, and schedule required from the contractor for any work performed under supplemental services. (Appendix A) 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. CMMS - Computerized Maintenance Management System used to schedule and generate work orders for all maintenance and repair activities performed by the contractor. CORRECTION Elimination of a deficiency. COTR Contracting Officers Technical Representative (COTR). DCA - Ronald Reagan Washington National Airport. FULLY LOADED RATE Rate for time and materials required for employee to conduct the job (as per Call Order), to include travel time, to include appropriate load factors, inclusive of profit or fee. INVOICE SUBMISSION Invoices shall be submitted to MWAA (as directed by Purchase Order) within 7 business days of job completion. If invoice contain inaccuracies and correction is requested by COTR, corrected invoice should be re-submitted within 5 business days. 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, rags, dust, dirt, beverage containers, trash etc. MA-126 - Contract Services Section, Engineering and Maintenance Department, Maintenance Engineering Division. METROPOLITAN WASHINGTON AIRPORTS AUTHORITY (the Airports 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. QUALITY ASSURANCE - A means by which the Authority is able to confirm that the quantity and quality of services received conform to contract requirements. These methods/procedures are not intended to aid the contractor in the performance of the contract requirements and shall not be a substitute for contractor quality control. QUALITY CONTROL PROGRAM - A method used by the contractor to assure that quality services are provided that satisfy the contract requirements. QUOTES FOR SERVICES When quotes for a job are requested; the quote for the job shall be submitted to the COTR within 5 business days (provided the type of film does not require outside source pricing) in which case, the COTR should be notified as soon as possible of the delay and reason for delay. Attachment 01 Statement of Work - DCA Page 5

SERVICES - Includes services performed, workmanship, materials and parts furnished or utilized in the performance of services. SOW Statement of Work. STATE - The Commonwealth of Virginia. VANDALISM - Willful or malicious abuse and/or destruction of property. WARRANTY OF SERVICES - If the contractor is required to correct or re-perform, it shall be at no cost to the Authority, and any services corrected or re-performed by the contractor shall be subject to the same extent as work initially performed. If the contractor fails or refuses to correct or re-perform, the contracting officer may, by contract or otherwise, correct or replace with similar services and charge to the contractor the cost occasioned to the Airports Authority thereby, or make an equitable adjustment in the contract price. WORK ORDER DESK - Unit that is primarily responsible for receiving, dispatching and tracking service requests. (703) 417-8063. SECTION III - STATEMENT OF WORK The contractor shall provide all supervision, labor, materials, supplies, parts, tools, transportation and equipment necessary, to include scaffolding and ladders, and transportation necessary to perform the services contained herein for Airports Authority owned buildings located at DCA. Such work shall be compensated at the fully loaded labor rates listed in the contract price schedule. The contractor shall be responsible for performing necessary technical work to ensure all film services are performed at industry standards or higher. In all cases, the Contractor shall thoroughly clean each window prior to the installation of the new film and at the completion of work. All work will be requested and approved in advance and in writing by the COTR using the Contract Services Call Order form (Appendix D). This call order shall contain a description of the services that are required from the Contractor and an estimated cost. Rates to complete the services shall be the fully loaded rates provided in the Contractor s price proposal (i.e. the pricing schedule). Unless otherwise approved in writing by the COTR, the Contractor shall not invoice the Authority for services for an amount greater than the estimated cost provided in the approved call order. The Contractor shall not proceed with any work described in such call orders until written authorization is provided by the COTR. Service shall be on an on-call basis. The Contracting Officer s Technical Representative (COTR) will contact the Contractor for all requests. It is the responsibility of the Contractor to coordinate his daily work schedule with the COTR. It is not acceptable for the Contractor to appear on site and commence work without advising the COTR and scanning in and out using the Biometric System. Normal work hours for the COTR are Monday through Friday, 7:00 a.m. to 3:30 p.m. The Contractor may work outside of the hours scheduled for the COTR if he received prior approval by the COTR. There is no staging area or site office required. The service and/or repairs made shall be subject to inspection by the contracting officer or their representative(s) who may require the contractor to correct any defective part of workmanship without cost to the Authority. Under Warranty of Service, if the contractor is required to correct or re-perform, it shall be at no cost to the Airports Authority, and any services corrected or re-performed by the contractor shall be subject to this clause to the same extent as work initially performed. If the contractor fails or refuses to correct or reperform, the contracting officer may, by contract or otherwise, correct or replace with similar services and charge to the contractor the cost occasioned to the Airports Authority thereby, or make an equitable adjustment in the contract price. Attachment 01 Statement of Work - DCA Page 6

The contractor shall perform an initial assessment inspection and report of film in areas specified in Appendix A, Airports Authority owned buildings. The DCA Site Map (Appendix C) shall be used to assist in the survey. The contractor shall visually inspect each area of windows for film and shall report all deficiencies found on its survey and initial report. All deficiencies shall be documented in a spreadsheet (Appendix B Sample Format) with photos that contain digital date/time stamp. The initial assessment report will be the baseline from which the contractor will provide film replacement recommendations. All deficiencies shall be identified with the estimated cost, in accordance with the unit prices provided in the contract, and recommended priority (safety, aesthetics, etc.) to correct each. Report shall be submitted to the COTR within thirty (30) working days after the start of contract. 01 OVERVIEW SECTION IV - DESCRIPTION OF SERVICES A. The Airports Authority intends to use the material listed below or an approved equivalent to conform and match to what is currently installed at the airport. The COTR will specify which type of material is to be used from the list below. Other products may be considered for use if approved by the COTR. B. The contractor shall notify the COTR of all broken/cracked glass prior to the removal of existing film or the installation of new film. The COTR will arrange to have the broken/cracked glass replaced by a third party and will notify the contractor when the glass replacement is complete and ready to receive the new security film. C. The contractor shall remove and dispose of any existing/damaged film or debris that may cover the surface to be filmed. The surface must be thoroughly cleaned prior to installation of new film and all debris removed upon completion of the work. D. The Airports Authority intends to use the materials listed in the SOW or an approved equivalent to conform and match what is currently installed at the airport. The film shall be the same type, thickness, transparency and tint as the existing film at each location. E. A film sample with manufacturer s literature shall be submitted to the COTR for approval prior to installation. F. There is no staging area or site office required. The Contractor will be expected to mobilize to the site daily and have the work area clear of debris and in a clean condition at the end of the workday, taking all materials and equipment upon departure. G. Film replacement work shall be authorized by means of a signed/approved Contract Services Call Order (Appendix D) from the COTR. The contractor shall not commence with any work until in receipt of the approved Call Order. H. The Contractor shall COMPLETE work/repairs issued on the approved/signed on call order form within ten (10) business days of notification to proceed. Any exception shall be approved by the COTR. I. The Authority shall incur no obligation for out of scope work that is not authorized in advance by a Call Order issued by the COTR. Attachment 01 Statement of Work - DCA Page 7

J. The contractor will provide official certification recognized by 3M for any and all employees assigned to assess, repair, or install 3M safety and security film. Copies of certification documents shall be provided to the COTR prior to the commencement of work. K. The contractor shall provide a photo (time and day stamped) report to the COTR, via email, documenting all work performed each day. Report shall be provided to the COTR, no later than 9am, the next business day. 02 PERFORMANCE REQUIREMENTS Materials used will meet or exceed the ASTM standards listed below. A. Thermal and Optical Performance Properties: Provide glazing films with performance properties specified (on 1/8 inch clear glass) based on manufacturer's published test data, as determined according to procedures indicated in ASHRAE Handbook of Fundamentals: B. Ultraviolet Transmission: Provide films with UV absorbing materials that limit the weighted UV Transmission to less than 0.1 percent when measured in accordance with ASTM E 903. C. Scratch Resistance: Provide films that have 5.0 percent maximum haze increase when tested to ASTM D 1044, using 100 revolutions, a CS-10F Taber abraser and 500g weights. D. Surface Burning Characteristics: Provide films that have Flame Spread Index of 0 and Smoke Development Index of 30 or less when tested in accordance to ASTM E 84. 03 SUBMITTALS A. Product Data (on 1/8 inch clear glass): For each film product indicated. B. Samples for Color Selection: Manufacturer's standard sample sets showing the full range of colors available for each type of product indicated. C. Samples for Verification: 12-inch square samples of each glazing film, of each product color specified. D. Project Closeout Submittals: Upon completion of work, submit the following: 1. Executed warranty. 2. Maintenance (cleaning) and replacement instructions 3. Photo report to COTR 04 MATERIALS DCA The following window film products are currently installed at DCA. Approved equivalent products may be approved for use by the COTR or his/her designated alternate. A. Gray Tinted Film Shading Coefficient: 0.35 0.60 Total Solar Energy: Reflected 20% - 30% Absorbed 45% - 55% Transmitted 15% - 20% Attachment 01 Statement of Work - DCA Page 8

Visible Light Transmission: 20% - 30% UN Light Transmission: 0% - 2% U Factor: 1 Gauge: 1 2 MIL Color: Grey B. Frosted Tint Film: i. 3M SH2MAML Milano/Milky White Film ii. 3M SH2MAMM San Marino/Milky White Film iii. SOLYX SXHE-01 (Clear Sand Blast) manufactured by Decorative Films. An alternative brand of film may be approved by the COTR that has the equivalent salient features C. Madico Blister Free Film 2Mil for Plexiglas or Acrylic Surfaces D. 3M Ultra 600 Series (7Mil) Safety and Security Window Film The procedures, materials and steps that are necessary to install the 3M Impact Protection Safety and Security system are specified in material provided by 3M. E. 3M Ultra Flex Attachment System The procedures, materials and steps that are necessary to install the 3M Impact Protection Adhesive Attachment system are specified in material provided by 3M. F. Llumar PS8 (8Mil) Clear Safety and Security Film 05 PROJECT EXECUTION Number of layers: 42 Tensile Strength: 31,071 Elongation at Break: >100% Break Strength: 66 Puncture Propagation/Tear Resistance: 156 A. Examination 1. Examine glass/ acrylic and surrounding adjacent surfaces for conditions affecting installation. Report conditions that may adversely affect installation. In report, include description of any glass that is broken, chipped, cracked, abraded, or damaged in any way. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3. Beginning of installation means acceptance of conditions. B. Preparation 1. Comply with manufacturer's written instructions for surface preparation. 2. Immediately before beginning installation of films, clean glass/acrylic surfaces of substances that could impair glazing film's bond, including mold, mildew, oil, grease, dirt and other foreign materials. 3. Protect window frames and surrounding conditions from damage during installation. Attachment 01 Statement of Work - DCA Page 9

C. Installation 1. Install film continuously, but not necessarily in one continuous length. Install with no gaps or overlaps. If seamed, install with no gaps or overlaps. Install seams vertical and plumb. No horizontal seams allowed. 2. Do not remove release liner from film until just before each piece of film is cut and ready for installation. 3. Install film with mounting solution and custom cut to the glass with neat, square comers and edges to within 1/8 inch of the window frame. 4. Remove air bubbles, wrinkles, blisters, and other defects. 5. After installation, view film from a distance of ten feet against a bright uniform sky or background. Film shall appear uniform in appearance with no visible streaks, bubbles, banding, thin spots or pinholes. 6. If installed film does not meet these criteria, remove and replace with new film. D. Cleaning 1. Remove excess mounting solution at finished seams, perimeter edges, and adjacent surfaces. a. Use cleaning methods recommended by glazing film manufacturer. b. Replace films that cannot be cleaned. 06 CONTRACT SERVICES CALL ORDER A. All supplemental services shall be requested and approved in advance by the COTR using the Contract Services Call Order form shown in Appendix A. The call order will contain a detailed description of the services that are required from the contractor. The contractor shall provide the COTR a detailed cost estimate including an itemized breakdown for all labor, parts and materials and shipping as well as a schedule with critical milestones for completing the work to be listed on the call order. B. Labor rates included on the contract price schedule for the contract will be used in preparing these estimates. Both the cost breakdown and schedule shall be made part of the call order. The contractor shall not proceed with any work described in such call orders until authorized in advance and in writing by the COTR. C. The Contractor will not invoice the Airports Authority for supplemental services unless a signed Call Order by the COTR has been received and until all the work described in the Call Order has been completed to the satisfaction of the COTR. The Airports Authority will incur no obligation for work that is not authorized in advance with a signed on call service request form. D. Any Call Order in excess of $10,000 must also have the Contracting Officer s (CO s) signature before being considered valid. 01 RESPONSE TIME SECTION V - GENERAL REQUIREMENTS The contractor shall be required to provide 24-hour emergency services at the airport, 365 days a year throughout the period of the contract. The contractor shall take necessary action as directed by the COTR within 24 hours after receiving verbal or written notification of any film replacement project. A work order shall be provided that the contractor shall complete and return when the prescribed job is completed. Attachment 01 Statement of Work - DCA Page 10

The contractor is required to respond to a request for service estimates within five business days of the COTR request. 02 CHECK-IN/CHECK-OUT REQUIREMENTS A. Contractor s employees shall check in and check out with the Airports Authority each time the contractor is performing work at the job site. This requires contacting the COTR and scanning in with the Biometric System at the Work Order desk. When there exists a conflict between the estimated Labor Hours listed on a quote, and the actual hours spent on-site performing the work, the invoiced Labor Hours shall be the actual hours worked on-site. B. During after hours callbacks; the contractor employees shall check-in and inform the Work Order Desk (703-417-8063) as to the purpose of the visit, during check-out the contractor shall apprise the Work Order Desk of the work that was performed. The contractor will also be required to scan in to the nearest available Biometric System at check-in and check-out. 03 QUALITY CONTROL PROGRAM The contractor shall implement an effective quality control program. This program shall insure the contractor fulfills all the requirements of this SOW. This program shall include but not be limited to all elements of the quality control program described in the technical proposal that the contractor submitted in response to the Authority's solicitation for this contract. 04 COMMUNICATION AND COORDINATION The contractor shall maintain an effective communication and coordination policy with the Authority utilizing email, telephones, scanners, faxes, text messaging devices, etc. for the term of the contract. 05 LOST AND FOUND PROPERTY The contractor shall immediately turn in to the Authority s Lost and Found Department all property found on the job site. Any violations or disregard of the rules, regulations and/or policies may be cause for immediate termination. 06 SAFETY A. The contractor and each of its employees shall comply with all applicable local, state, federal and Authority rules, regulations and practices. B. The contractor shall be held responsible for all injury to persons or damage to property that occurs as a result of the contractor s negligence and shall take proper safety and health precautions to protect the work, the workers, the public and the property of others. The contractor shall be responsible for all materials delivered and work performed until completion and acceptance of the entire work. C. Contractor shall perform all its activities pursuant to this contract in a safe manner. The contractor shall assume responsibility on the job site for the actions of all its personnel and subcontractor(s) who are associated with performance on this contract. The contractor shall take adequate measures to prevent injury to the public or Authority property on the job sites. D. The contractor shall provide and ensure that all its personnel at the job site properly wear all applicable safety devices and apparel (as prescribed by OSHA Regulations). Safety devices and apparel shall be provided by the contractor at no cost to the Authority. Attachment 01 Statement of Work - DCA Page 11

E. The Authority shall have 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. F. Notwithstanding any provision to the contrary, the Authority shall not be obligated to make an equitable adjustment for any work stoppage that results from safety hazards created by the contractor. G. The operation of the contractor s vehicles or private vehicles by the contractor s employees on or about the property shall conform to regulations and safe driving practices. All vehicles that are to be operated on the AOA shall comply with FAA regulations and be subject to inspection. Operators of these vehicles shall be required to pass an AOA operators test administered by DCA Operations. H. It shall be the responsibility of the contractor to immediately notify the COTR if the job site is visited by an official authorized to enforce any regulatory requirements including but not limited to the occupational safety and health act. I. The contractor shall provide and use adequate barricades and signs to provide sufficient notice of potential safety hazards prior to, during, and after the performance of the services. J. The contractor shall inspect all powered equipment daily before operations for signs of wear as well as potential safety hazards. The contractor shall immediately remove from service all equipment which are potentially unsafe, damaged, inoperable and/or do not meet the manufacturers operational specification. K. The contractor shall at no time leave power equipment unattended without disconnecting it from the power source. L. The contractor shall provide, before commencement of work, equipment operation training certificates (issued by manufacturer or rental agency) for lifts, equipment, etc. used to perform jobs on MWAA property. 07 SECURITY REQUIREMENTS A. The contractor shall safeguard all the identification cards, issued its employees and subcontractors by the Authority to fulfill the requirements of this SOW. The contractor shall ensure these cards are visibly displayed by the respective individual at all times while employed on site at the Airport to fulfill this requirement. B. 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. C. The contractor shall ensure that, under no circumstances any of its employees shall enter an area not authorized for access by the contractor. D. 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 this area by either Authority employees or the contractor s own employees who have authorized access to the area. Attachment 01 Statement of Work - DCA Page 12

E. 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 removal from the job site. F. The contractor shall be responsible for, at its own expense, obtaining the proper security clearance, fingerprinting, training, badges required to access the restricted areas of the Airport including the Air Operations Area (AOA), Security Identification Display Area (SIDA). Identification badges issued by the Authority must be visibly worn at all times while in the SIDA. G. 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). H. The contractor shall not leave any tools, parts and/or supplies unattended in the public area at any time while performing work at the Airport. 08 ACCIDENT NOTIFICATION The contractor shall immediately notify in turn the Authority s police department and the COTR both verbally and in writing of any accident on the job site which is related to the performance of this SOW that involve bodily injury or damage to property. The COTR shall provide information necessary concerning whom to contact and the specific form of the follow-up written notice. 09 SMOKE FREE ENVIRONMENT The Authority s facilities are smoke free. The contractor and its employees shall adhere to all applicable rules and regulations regarding maintenance of a smoke free environment on the job sites. 10 EQUIPMENT Contractor shall provide, erect and disassemble all required equipment to facilitate the film replacement services. Based on availability, the Authority will provide lifts for the contractor s use for interior work only. The contractor shall be responsible for providing lifts, if necessary, for all exterior work. The contractor must submit documentation that demonstrates to the satisfaction of the COTR that the contractor s personnel who will operate lifts have sufficient training, certification and experience to operate the equipment safely. Training and certification on these lifts shall be performed at no cost to the Authority. The contractor shall be responsible for ensuring that the provided Authority lifts are free from defects at the end of each working day. The contractor shall provide at least one ground person at all times that lifts are used to act as a safety spotter. Contractor shall provide all other access equipment required to perform the services described herein at no additional cost to the Authority. Contractor shall ensure all necessary barricades, warning signs and other safety and protective gear are utilized while performing work at the job site to isolate or restrict public access to the worksite. 11 WORK HOURS Performance of services shall occur between the hours of 7AM and 3:30PM Monday through Friday excluding holidays, except for emergency services. Attachment 01 Statement of Work - DCA Page 13

12 CLEAN UP The contractor shall leave the service area in a clean, neat, and orderly condition satisfactory to the COTR. All affected surfaces shall be cleaned upon completion of work. 13 COMPLETION OF WORK The Contractor shall complete all work within 10 days of notice-to-proceed. Any exception shall be approved by the COTR. Work is deemed complete upon satisfactory inspection and correction of repairs. The repairs made shall be subject to inspection by the contracting officer (CO), COTR or his/her authorized representative(s), who may require the Contractor to correct any defect(s) or workmanship without cost to the Airports Authority. 01 PERMITS AND RESPONSIBILITIES SECTION VI - REGULATORY REQUIREMENTS A. The contractor shall, without additional expense to the Authority, be responsible for obtaining and renewing all necessary licenses and permits. The contractor shall also be responsible for all damages to persons or property that occur as a result of the contractor s negligence and shall take proper safety and health precautions to protect the work, the workers, the public and the property of others. In addition, the contractor shall be responsible for all materials delivered and work performed until completion and acceptance of the entire work. B. The contractor shall comply with all applicable revisions, additions, changes and/or upgrades to any Federal, state, and municipal laws, codes, and regulations which are in effect on the date of contract and which affect the performance of the work. The contractor shall also obtain and pay the costs of any royalties and licenses for any patented or copyrighted items used in the performance of the work. C. It shall be the responsibility of the contractor to promptly notify the COTR if an official in charge of compliance with the Occupational Safety and Health Act visits the work site. 02 ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT A. With the exception of Terminals B/C and Garages A/B/C, 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 shall obtain prior written approval from the Airports Authority to proceed with such activities. 03 HAZARDOUS/CARCINOGENIC MATERIALS A. The contractor, its employees, or subcontractors or their employees shall not bring, produce, use, or store on the job site any hazardous or carcinogenic products without prior written approval by the Airports Authority. All hazardous and/or carcinogenic waste transported or generated on-site at the Airport by the contractor must be properly disposed of the Airport site by the contractor as required by law and at no cost to the Airports Authority. Attachment 01 Statement of Work - DCA Page 14

B. The contractor shall provide the Airports Authority with complete, legible copies of all regulatory notices, violations, citations, etc. received by the contractor that pertain directly or indirectly to the fulfillment of this SOW. 04 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). 05 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 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 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 Airports Authority shall provide this documentation upon request during periodic environmental inspections of the contractor s premises. The Airports Authority shall be copied on all correspondence with regulatory agencies concerning the contractor s 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 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. H. In the event of a spill, the contractor shall notify the Airport Fire Department at (703) 417-2400. The contractor shall be responsible for all cleanups, site remediation and disposal costs including hazardous waste response teams that may be required at the site. All procedures shall be in Attachment 01 Statement of Work - DCA Page 15

accordance with applicable Federal, state and local environmental and OSHA regulations. The contractor shall remove all hazardous waste materials from the Airport at the end of each workday. Hazardous materials that are temporarily stored on-site during normal working hours shall be placed in containment devices that are capable of containing 110 percent of the volume of the substance in the event of a spill. I. The contractor shall initiate a training program for its employees and subcontractors on the proper disposal of hazardous materials such as gasoline, paint thinners, hydraulic fluid, solvents, etc. 01 CERTIFICATIONS SECTION VII - CONTRACT START UP The contractor shall, without additional expense to the Authority, be responsible for obtaining all licenses and permits which are necessary to fulfill the requirements of the SOW. The contractor shall be an authorized 3M/3M Ultra S600 Safety and Security film dealer and installer. All contractor employees performing work under this project shall be certified installers recognized by the security film material manufacturer. Copies of certification documents shall be provided to the COTR prior to commencement of work. 02 KEY CONTRACTOR PERSONNEL The contractor shall identify and provide the Contracting Officer and COTR with a list of names and telephone numbers of the key personnel who shall be responsible for fulfilling all the requirements of this SOW including responding to emergency callbacks. Contractor s key personnel list shall be provided to the Contracting Officer and COTR fifteen (15) days prior to the start of the contract and shall be updated when approved changes are made. 03 SECURITY REQUIREMENTS All work performed inside the secured areas at Reagan National will be done under the escort of a member of the Engineering and Maintenance Department, Maintenance Engineering Division. All rules governing regulations, policies, and procedures, involving the escorting of un-badged individuals shall be followed at all times. A. The contractor shall ensure that, under no circumstances any of its employees shall enter an area not authorized for access by the contractor. B. 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 this area by either Authority employees or the contractor s own employees who have authorized access to the area. C. 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 removal from the job site. D. Some of the work may be performed in a secured area and security badges will be required. The contractor shall be responsible for, at its own expense, obtaining the proper security clearance, fingerprinting, training, badges required to access the restricted areas of the Airport including the Air Operations Area (AOA), Security Identification Display Area (SIDA). Identification badges issued by the Authority must be visibly worn at all times while in the SIDA. Attachment 01 Statement of Work - DCA Page 16

E. 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). F. The contractor shall not leave any tools, parts and/or supplies unattended in the public area at any time while performing work at the Airport. 01 REPORTING A. Project Report SECTION VIII - DOCUMENTATION AND REPORTING Contractor shall provide a pictorial report to the COTR (date and time stamped photos), via email, documenting all work performed each day. Report shall be provided to the COTR no later than 9AM the next business day. 02 VANDALISM/ABUSE REPORT A. The contractor shall immediately notify the COTR of each occurrence of suspected vandalism/abuse. This notification shall include the location and description of the damage and probable cause. B. The contractor shall in all instances of suspected vandalism/abuse provide the COTR within three (3) business days time; date stamped digital photographs, a Police Incident Report Number, a Work Order Number and an estimated cost break down to complete the repairs. 01 PERSONNEL SECTION IX - PERSONNEL The contractor shall utilize responsible, capable employees in the performance of all services of this contract. The contractor shall provide all the management, supervision, labor, and administrative support necessary to fulfill the requirements of the contract. The contractor shall, without additional expense to the Authority, be responsible for obtaining all licenses and permits which are necessary to fulfill the requirements of the SOW. All contractor employees performing work under this project shall be certified installers recognized by the security film material manufacturer. Copies of certification documents shall be provided to the COTR prior to commencement of work. 02 PROJECT MANAGER The names of the Project Manager and alternates who shall assume the Project Manager duties when the primary Project Manager is absent shall be designated in writing to the COTR fifteen (15) business days prior to the contract start date. The Project Manager shall be available for calls 24 hours a day, seven (7) days a week. The Project 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 CONDUCT The contractor s employees 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 Attachment 01 Statement of Work - DCA Page 17

drugs or bringing and/or consuming alcohol and/or drugs, gambling, soliciting, stealing, and any immoral or otherwise undesirable conduct shall not be permitted on the job site and shall result in immediate and permanent removal from the job site of any employee engaging in such conduct from work. SECTION X - DELIVERABLES The contractor shall submit the following items to the COTR: FIFTEEN (15) BUSINESS DAYS PRIOR TO CONTRACT START DATE 01 CONTRACTOR INFORMATION After notification of the contract award but not less than fifteen (15) business days prior to the start of the contract the contractor shall submit to the COTR: A. A list of the names of all the contractor s employees as well as subcontractors and their employees who will fulfill any part of the requirements of this specification. This list shall include the job title, their duties, responsibilities, product and installation certifications and authority. B. A list of the cell phone numbers for the contractor s employees who will fulfill the requirements of this contract. C. Contractor s email address. D. Documentation that the contractor has received all required airport security badges and permits necessary to fulfill the requirement of the SOW. This documentation shall include legible photocopies of all AOA security badges and AOA operator s permits issued by the Airport. E. Alphabetical lists and copies of materials safety data sheets (SDS) for all chemical products the contractor will use on the job site. This information shall be contained in a loose leaf binder in alphabetical order according to the common name of the chemical. The alphabetical lists shall be by (1) the common chemical and (2) trades names for each SDS. F. All contractor employees performing work under this project shall be certified installers recognized by the security film material manufacturer. Copies of certification documents shall be provided to the COTR prior to commencement of work. (Ongoing) G. The contractor shall submit warranty documents with their bid. The contractor s warranty provided for the supplies (film) and service (installation) shall be not less than five (5) years. The warranty stated does not apply to cracked window panels, which will be noted jointly by the Contractor and COTR prior to the installation. THIRTY (30) BUSINESS DAYS AFTER AWARD 02 FILM CONDITION ASSESSMENT SURVEY Attachment 01 Statement of Work - DCA Page 18

SECTION XI - CONTRACTOR FURNISHED RESOURCES 01 GENERAL The contractor shall furnish all supervision, labor, administrative support, materials, tools, parts, supplies, equipment, and transportation necessary to fulfill all the requirements and satisfactorily perform all services described in this SOW in a safe, orderly, timely, efficient and workmanlike manner. The contractor shall provide any additional resources necessary to fulfill the contract requirements at no additional cost to the Authority. 02 SAFETY EQUIPMENT The contractor shall provide all safety equipment/devices, personal protective equipment and clothing as required for its employees. 03 COMMUNICATION EQUIPMENT A. The contractor shall, at its own expense, provide fully operational cellular telephones to key personnel at all times that they are on the job site to fulfill the requirements of this SOW. The contractor shall provide the assigned telephone numbers for this equipment to the COTR at least fifteen (15) business days prior to the start of the contract. The contractor shall notify the COTR of any changes in these assignments. B. The contractor shall have email capability. The contractor shall provide its email address to the COTR no later than fifteen (15) business days prior to the start of this Contract. C. The contractor shall provide and utilize on the job site a digital camera with date and time functions. Contractor shall submit a before and after picture of work performed. 04 SERVICE VEHICLE The contractor shall provide at a minimum one (1) service vehicle, which is equipped, licensed, insured and AOA inspected. The service vehicle shall be on site anytime the contractor s employees are working at the Airport. The service vehicle is required to transport materials and supplies, contractor s employees and tools to various locations at the Airport. 01 PARKING SECTION XII - AUTHORITY FURNISHED RESOURCES Visitor parking spaces will be provided at no charge for the contractor to attend meetings, conferences and conduct contract related business at the East Building and Authority Corporate Office Building. Visitor passes for this space shall be obtained from the receptionist desk. The contractor shall be issued a maximum of one parking permit for on-site parking for himself and his staff. Instructions for obtaining the parking permits will be explained during the pre-award meeting and will be coordinated by the COTR. Attachment 01 Statement of Work - DCA Page 19

SECTION XIII - METHOD OF PAYMENT The contractor shall submit an invoice on a monthly basis for all services completed to the satisfaction of the COTR at the end of the four week period in which the services were performed. The Airports Authority shall incur no obligation for supplemental services work that is not authorized with an executed call order. Invoices shall be itemized to provide a breakdown of cost for all contract services according to the following: 01 BASE SERVICES The contractor shall invoice the Airports Authority for the required initial film condition assessment survey report at the end of the calendar month during which the work was performed in accordance with the provisions contained in the contractor s price proposal (schedule). The line item rates contained in the contractor s price proposal (schedule) shall be fully loaded rates inclusive of all labor, materials, parts and supplies necessary. 02 SUPPLEMENTAL SERVICES A. Supplemental services shall be invoiced to the Authority, in full, at the end of the calendar month in which the respective contract services call order is completed by the contractor. Unless approved in writing by the COTR, the contractor shall not invoice the Authority for supplemental services for an amount greater than the estimated cost given in the COTR approved contract services call order. B. Invoices for supplemental services shall be billed at the actual hours worked as documented by the check-in/check-out procedures specified herein. When there exists a conflict between the estimated Labor Hours listed on a quote, and the actual hours spent on-site performing the work, the invoiced Labor Hours shall be the actual hours worked on-site. C. Original invoices for supplies and materials not identified on the contract schedule that are requested by the Authority and purchased by the contractor shall be submitted to the Authority with contractor s invoice. The contractor shall make a reasonable attempt to pay only the lowest prices that can be obtained by the contractor for reimbursable items. The Contracting Officer shall have the option to require the contractor to obtain competitive bids from a minimum of three (3) sources on any single item or group of items that may exceed $300.00 in total cost. The contractor shall not charge more than ten (10) percent markup for Authority requested supplies or materials. Contractor shall not invoice for any item that has not been requested in writing by the CO and/or the COTR. D. The Contractor shall submit an itemized invoice at least monthly, or upon expiration of this BPO, whichever occurs first, for all services, repairs rendered or made during this billing period, identifying the Work Order Tickets covered therein, and stating their total dollar value. Invoices must be supported by receipted copy of the Delivery Tickets. E. The Contractor shall forward the invoice within seven (7) days after the end of each billing period to avoid delayed payment. F. The summarized invoices shall be addressed to: Metropolitan Washington Airports Authority 1 Aviation Circle Accounting, MA-22B Washington, DC 20001-6000 Attachment 01 Statement of Work - DCA Page 20