METROPOLITAN WASHINGTON AIRPORTS AUTHORITY DULLES TOLL ROAD STATEMENT OF WORK REFUSE AND RECYCLING REMOVAL SERVICES

Size: px
Start display at page:

Download "METROPOLITAN WASHINGTON AIRPORTS AUTHORITY DULLES TOLL ROAD STATEMENT OF WORK REFUSE AND RECYCLING REMOVAL SERVICES"

Transcription

1 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY DULLES TOLL ROAD STATEMENT OF WORK REFUSE AND RECYCLING REMOVAL SERVICES June 2011 Attachment 02 Statement of Work Dulles Toll Road Page 1

2 TABLE OF CONTENTS 1.0 INTRODUCTION 2.0 STATEMENT OF WORK 3.0 SECURITY AND IDENIFICATION 4.0 CIRCUMSTANCES TO BE REPORTED/DOCUMENTED 5.0 COMMUNICATION 6.0 CUBIC YARD CAPACITY 7.0 MAINTENANCE PROGRAMS 8.0 QUALITY CONTROL AND SAFETY 9.0 HOURS OF OPERATION 10.0 TRANSFER STATIONS/LANDFILLS 11.0 WEIGHT 12.0 PAYMENT APPENDIX (A) (B) (C) MONTHLY TONNAGE REPORT- DTR WEEKLY MISSED SERVICE REPORT- DTR WEEKLY REFUSE SERVICE REPORT FRONT LOAD CONTAINERS- DTR Attachment 02 Statement of Work Dulles Toll Road Page 2

3 1.0 INTRODUCTION The Metropolitan Washington Airports Authority (Airports Authority) is responsible for the operations, maintenance, and repair of Washington Dulles International Airport (Dulles), Ronald Reagan Washington National Airport (Reagan National) and the Dulles Toll Road (DTR). The Airports Authority s headquarters is located at 1 Aviation Circle, Washington, D.C. This Statement of Work (SOW) addresses services which are to be performed on the DTR. 2.0 STATEMENT OF WORK The Contractor shall provide all vehicular/trucking equipment and labor required to perform the refuse removal and recycling services at the DTR Administration Building. The Contractor shall furnish and maintain various types and sizes of containers specified herein. 2.1 SPECIAL REQUESTS - On occasion, the Airports Authority may request temporary placement of additional containers for DTR operations. The Contractor shall bill the Airports Authority at the cost specified in the Cost Schedule for that particular type of container. Placement of an additional container or urgent pulls shall be made within 12 hours of notification. The Airports Authority shall have the right to reduce the pull frequency, relocate, or remove from service any container at any time without additional cost. 3.0 SECURITY AND IDENTIFICATION 3.1 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 procedures pertaining to security at the DTR Administration Building. Any violations or disregard of the rules, regulations, policies, and procedures may be cause for immediate termination of employment on this contract. 3.2 Firearms and/or explosives shall NOT be brought onto DTR property. VIOLATORS WILL BE PROSECUTED. 4.0 CIRCUMSTANCES TO BE REPORTED/DOCUMENTED 4.1 UNUSUAL EVENTS - Any unusual event that may delay or deter the Contractor from fulfilling the requirements of the contract should be reported immediately to the Contracting Officer s Technical Representative (COTR) and documented in a bound journal by the Contractor. 4.2 SAFETY AND/OR SECURITY VIOLATIONS - Any and all safety and/or security violations must be reported immediately to a Security Officer followed by notice to the COTR. 4.3 MONTHLY TONNAGE REPORTS - The Contractor shall provide a monthly report detailing total tonnage of refuse collected, materials collected and recycled by commodity. See Appendix B. 4.4 WEEKLY MISSED SERVICE REPORT - The Contractor shall document and submit via daily, a list of container locations that were inaccessible for removal. The Contractor will attempt to service the container during the following business day or prior to the next scheduled service. The Contractor shall not invoice the Airports Authority for any scheduled services that were not performed. See Appendix C. 4.5 ACCIDENT REPORT Any accidents involving the Contractor s personnel and or equipment, occurring on DTR property shall be reported immediately to the COTR and an incident report shall be completed by the Contractor. The following items shall be included in the report: series of events or cause, personnel involved injuries, and damages that occurred. Attachment 02 Statement of Work Dulles Toll Road Page 3

4 5.0 COMMUNICATION 5.1 The Contractor, as a minimum, shall provide key personnel with cellular telephones so they can be reached at any time while performing contract services for the DTR. 5.2 The Contractor shall establish a communication plan for 24-hour/7-day emergency call back situations. 6.0 CUBIC YARD CAPACITY The Airports Authority reserves the right to change the cubic yard capacity at any location or change the number of locations as long as it does not increase the overall total cubic yard capacity requirement of this SOW. Should a change in locations or frequencies exceed the SOW requirement, the contract shall be modified. Changes in location or frequencies are excluding the placement of temporary containers. 7.0 MAINTENANCE PROGRAMS 7.1 PREVENTIVE MAINTENANCE ON CONTRACTOR-OWNED CONTAINERS - All containers furnished by the Contractor shall be maintained in good condition at no additional cost to the Airports Authority. Inoperable or missing lids on containers shall be replaced as needed. Containers shall be refurbished annually to include painting at the discretion of the COTR. 7.2 MAINTAINING CONTAINERS AND COLLECTION AREA - The Contractor shall return the containers to their original location after servicing, in an upright position with the lids securely in place (closed). The Contractor will also be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers. All refuse on the ground within ten feet of the container, whether spilled by the Contractor or placed there by others, shall be picked up by the Contractor during collection. The Contractor will be responsible for keeping collection areas free of refuse and debris. 8.0 QUALITY CONTROL & SAFETY 8.1 The Contractor shall establish a quality control program that as a minimum contains periodic inspections of all services to be performed as defined in this document. The Contractor shall maintain a daily log journal describing deficiencies found and corrective actions required. The log will be made available to the Airports Authority electronically via on a weekly basis. 8.2 The Contractor shall be responsible for cleaning any spillage of trash while removing refuse from the site. Any collected bags or boxes placed next to a full or inoperative container must be removed or pull tickets will not be signed. The Contractor shall supply, with this proposal, copies of container inspection sheets. 8.3 The Contractor shall be responsible for observing and correcting any hazardous conditions, including, but not limited to, tripping hazards, spills, and other conditions that could reasonably be expected to lead to bodily injury, that exist in areas maintained under this contract. Whenever any such hazardous condition is observed, the Contractor shall notify the Airports Authority immediately and take reasonable steps to prevent injury until the condition is corrected, including, but not limited to, placement of orange safety cones to alert passersby to the condition and/or cordoning off the area. A copy of the Contractor s Safety Program shall be included with the Contractor s offer. 9.0 HOURS OF OPERATION All containers can be pulled after 10 PM. and before 3 PM. Attachment 02 Statement of Work Dulles Toll Road Page 4

5 10.0 TRANSFER STATIONS/LANDFILLS The Contractor shall transport and dispose of all solid waste at a licensed disposal site selected by the Contractor. The Contractor shall dispose of recyclable materials at a recycling processing center. Disposal shall be in accordance with existing local, state, and federal regulations. The Contractor shall be responsible for any permit or fees associated with the use of disposal locations WEIGHT 11.1 VEHICLES - All vehicles used in the collection of refuse and recyclable materials shall be weighed on state certified vehicle scales at the landfill. Tonnage reports will be provided to the Airports Authority via no later than the 10 th day of each month OVERWEIGHT CONTAINERS - Typically roll-off containers do not exceed eight (8) tons. However, for containers that may exceed eight (8) tons, the Contractor shall be reimbursed the overweight ticket charge. To be reimbursed, the Contractor must notify the COTR immediately and provide a weight ticket from the landfill with the regular monthly invoice PAYMENT 12.1 Payment shall be made on a per pull basis for each container in accordance with the Cost Schedule. The per pull price shall include disposal costs. The Contractor shall include dump/weight tickets from the landfill/disposal site with its monthly invoice to the Airports Authority Additional pulls may be requested on an as need basis. Cost for any additional pull may not exceed the per pull specified rate defined in the Cost Schedule. Additional pulls shall be completed within 12 hours of notification Actual quantities may exceed the estimates without an increase in the container price per pull cost. Additional containers whether temporary or permanent shall not exceed the per price pull on the Cost Schedule. The contract number shall be included on the monthly invoice. Attachment 02 Statement of Work Dulles Toll Road Page 5

6 APPENDIX A MONTHLY TONNAGE REPORT- DTR Attachment 02 Statement of Work Dulles Toll Road Page 6

7 DULLES TOLL ROAD 2012 TONNAGE REPORT JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL TRASH General Refuse 0 RECYCLING Construction & Debris 0 Mixed Paper 0 Cardboard 0 Combined Misc Scrap Metal 0 Glass 0 Plastic 0 TOTAL Refuse/ Recycables % recycled #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0! #DIV/0!

8 APPENDIX B WEEKLY MISSED SERVICE REPORT- DTR Attachment 02 Statement of Work Dulles Toll Road Page 7

9 MISSED SERVICE REPORT Date Location Container Type/Size Driver Equipment ID Blocking the Container Remarks

10 APPENDIX C WEEKLY REFUSE SERVICE REPORT FRONT LOAD CONTAINERS- DTR Attachment 02 Statement of Work Dulles Toll Road Page 8

11 WEEKLY REFUSE SERVICE REPORT - DULLES TOLL ROAD MONTH OF: YEAR: DUMPSTER AND COMPACTOR LOCATIONS DATES: DATES: LOCATION GATE Cost Center SIZE TYPE CONTENTS Serial Number SCHEDULE SUN MON TUE WED THU FRI SAT GENERAL 1 Dulles Toll Road Administration Building 6 yd FRONT LOAD REFUSE M,W,F S.A.N. = SERVICE AS NEEDED M-Monday, T-Tuesday, W-Wednesday, TH-Thursday, F-Friday, S-Saturday