STATEMENT OF WORK FOR PAINTING SERVICES RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON, DC

Size: px
Start display at page:

Download "STATEMENT OF WORK FOR PAINTING SERVICES RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON, DC"

Transcription

1 STATEMENT OF WORK FOR PAINTING SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON, DC Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Engineering & Maintenance Department, MA-120 Maintenance Engineering Division, MA-126 JANUARY 2017 Statement of Work Page 1

2 TABLE OF CONTENTS SECTION I INTRODUCTION AND SUMMARY OF WORK 4 INTRODUCTION 4 SUMMARY OF WORK 4 SECTION II - DEFINITIONS 5 SECTION III - BASE SERVICES 7 PURPOSE 7 GENERAL 7 SECTION IV - SUPPLEMENTAL SERVICES 8 DESCRIPTION OF SERVICES 8 CONTRACT SERVICES CALL ORDER 8 SECTION V - GENERAL REQUIREMENTS 9 SECURITY PROCEDURES 9 SIGN-IN/SIGN-OUT PROCEDURE 9 AUTHORITY FURNISHED PROPERTY 9 CONTRACTOR FURNISHED PROPERTY 9 SAFETY 10 FIRE PREVENTION 11 SMOKE FREE ENVIRONMENT 11 PERMITS, ROYALTIES, AND LICENSES 11 DELIVERY OF SUPPLIES AND EQUIPMENT 11 COMMUNICATION 12 NON-WAIVER 12 TIMELY PERFORMANCE 12 ACCIDENT REPORT 12 PERFORMING OTHER WORK AT THE JOB SITE 12 QUALITY CONTROL 12 Statement of Work Page 2

3 CONTRACT DUTY HOURS 12 TRAFFIC MANAGEMENT 13 REPORTING 13 PUNCH LIST PROCEDURES 13 SECTION VI - SPECIAL REQUIREMENTS 14 REGULATORY AND ENVIRONMENTAL PROVISIONS 14 SECTION VII - PERSONNEL 18 CONTRACTOR S PERSONNEL 18 RESPONSIBLE CONTRACTOR OFFICIALS 18 SECTION VIII - METHOD OF PAYMENT 19 BASE SERVICES 19 SUPPLEMENTAL SERVICES 19 SECTION IX - APPENDICES 20 APPENDIX A APPENDIX B APPENDIX C APPENDIX D APPENDIX E APPENDIX F AIRPORT SITE PLAN TERMINAL B/C STRUCTURAL STEEL AND ALUMINUM ARCHES (EYEBROWS) TERMINAL A EXTERIOR AOA CONCRETE/BLOCK CENTRAL PLANT FUEL TANKS CONTRACT SERVICES CALL ORDER PRODUCTS AND EXECUTION Statement of Work Page 3

4 SECTION I INTRODUCTION AND SUMMARY OF WORK INTRODUCTION The Metropolitan Washington Airports Authority (the Authority) is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (DCA or airport) located in Arlington County, Virginia. The Airport serves approximately 23 million passengers annually. The Airport facilities (Appendix A) covered by this contract consists of approximately 1.3 million square feet. SUMMARY OF WORK The contract that will be awarded by this solicitation is intended to provide for the preparation and painting of the interior and exterior structural steel beams and arches (eyebrows) at Terminal B/C. (Appendix B), Terminal A exterior AOA concrete/block (Appendix C) and exterior fuel tanks at Central Plant (Appendix D) located at Ronald Reagan Washington National Airport. The contractor shall furnish all labor, materials, tools, supplies, equipment, transportation, and supervision necessary to accomplish the requirements of this Statement of Work (SOW). Statement of Work Page 4

5 SECTION II - DEFINITIONS ACCEPTANCE - The act of an authorized representative of the Authority by which the Authority assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services, as partial or complete performance of the contract. AIRPORT - Ronald Reagan Washington National Airport (DCA) AOA - Aircraft Operation Area on the Airport airfield AUTHORITY - The Metropolitan Washington Airports Authority BUSINESS HOURS, AUTHORITY - 7:00 A.M.. through 4:30 P.M. EST/EDT, Monday through Friday, excluding weekends and holidays. CLEAN - Shall be free of all dirt, dust, chalking, loose paint, grease, debris, spider webs, fingerprints or any contaminants that would prevent proper adhesion of the material applied CORRECTION - The elimination of a defect DCA - Ronald Reagan Washington National Airport JOB SITE - The area within the Authority s property lines or portions of such area which are defined within the contract or as described by the Contracting Officer Technical Representative (COTR) MA Maintenance Engineering Division METROPOLITAN WASHINGTON AIRPORTS AUTHORITY (MWAA or the Authority) - The public body responsible for the operation and management of both Washington Dulles International Airport (IAD) and Ronald Reagan Washington National Airport (DCA). OSHA - U.S. Occupational Safety and Health Administration. The Federal Government agency responsible for providing the rules and regulations on safety and health requirements in the work place. QUALITY ASSURANCE - A means by which the Authority is able to confirm that the quantity and quality of services received conformed to contract requirements. These methods/procedures are not intended to aid the contractor in the performance of the contract requirements and shall not be a substitute for the contract quality control. QUALITY CONTROL - A method used by the contractor to assure that quality services are provided to satisfy the requirements of the contract. REFEREE SAMPLE CARD - A card provided by the paint supplier, which contains a paint sample taken from the batch of paint mixed when it is being canned and after all final batch adjustments have been made. The referee sample card shall be created by the paint supplier and contain at a minimum; sample of actual product, date, color description and formula, manufacture, product number, type and name. This card shall also contain the name, and phone number of the person at the paint supply store who provided the card. SERVICES - Includes services performed, workmanship, and material furnished or utilized in the performance of services SOW - Statement of Work Statement of Work Page 5

6 STATE - The Commonwealth of Virginia SUPERVISOR - Supervises individual and/or groups/teams of employees/subcontractors Statement of Work Page 6

7 SECTION III - BASE SERVICES PURPOSE The contractor shall provide all labor, materials, tools, supplies, equipment, transportation, and supervision necessary to perform prep and painting of the exterior Baggage Level structural steel, interior Concourse Structural Steel Beams (Pier Domes) and AOA side aluminum arches (eyebrows) at Terminal B/C, patch, prep and paint AOA exterior concrete/block at Terminal A and paint the exterior fuel tanks at the Central Plant, at DCA. GENERAL The contractor shall perform the all required services described herein in accordance with Appendix F, Products and Execution. The contractor shall perform the painting of all of the above locations during the hours of 7:00 A.M. - 4:30 P.M. Monday Friday with the exception of the Terminal B/C Baggage Level exterior structural steel beams and interior Concourse structural steel beams (Pier Domes) which shall be prepped and painted during the hours of 9:30 P.M. - 4:00 A.M. Sunday Thursday. At the end of each work day the contractor shall temporarily secure the area and remove all debris and equipment until the next work period. Approximately 75% of the work required to be performed is on the AOA; therefore the contractor s personnel shall be required to obtain the necessary security badges under the Airports Authority s normal security badge issuance procedures. The contractor s equipment shall not impede the normal operation of the Airport and/or adversely impact Airport tenants or users. No scaffolding, ladders, lifts or other equipment used for the project will be allowed to remain erect or standing in the work area outside the normal work hours unless prior written approval has been granted by the COTR. The contractor shall perform each painting task according to a detailed written job schedule and plan which is prepared by the contractor and approved by the COTR at least seven (7) days prior to the critical milestones for each job. These milestones shall include the dates the work is to be initiated and completed as well as the amount of work projected to be completed daily. The job plan shall identify the hours when the contractor will perform the work. The contractor shall submit manufacturer s literature and paint color samples to the COTR for approval prior to commencing painting. Other materials incorporated into the work shall also be approved by the COTR prior to use. The contractor shall furnish all ladders, lifts, drop cloths, scaffolding, paintbrushes, rollers, barricades, signs, pressure washers, and all other equipment incidental to and necessary for the performance of the painting services described in this Statement of Work. The unit prices provided in the price schedule shall be fully loaded and shall include all labor, supplies, equipment, tools, and incidentals necessary to accomplish that line item of work. Contractor shall notify the COTR immediately (verbally and in writing) of all damage and/or discrepancies that they identify at the job site prior to the start of work as well as any personal injury or property damage that occurs while performing this SOW. Statement of Work Page 7

8 DESCRIPTION OF SERVICES SECTION IV - SUPPLEMENTAL SERVICES The Authority may, during the term of the contract, request that the contractor perform supplemental services in addition to the Base Services work. The contractor shall be reimbursed for the square footage of painted surfaces in accordance with the provisions of "Method of Payment. The Authority shall incur no obligation for out of scope work that is not authorized in writing. CONTRACT SERVICES CALL ORDER All work performed under supplemental services shall be approved in writing by the COTR using the Contract Services Call Order form (Appendix E). The call order shall contain a detailed description of the services that are required to be performed by the contractor. The contractor shall include a detailed cost estimate, which includes an itemized breakdown of square footage. Statement of Work Page 8

9 SECTION V - GENERAL REQUIREMENTS SECURITY PROCEDURES The contractor, its subcontractors, and all their employees shall be subject to and shall at all times conform with all rules, regulations, policies and procedures pertaining to security at Ronald Reagan Washington National Airport. Any violations or disregard for rules, regulations, or policies may be cause for immediate termination. All personal packages brought onto and/or removed from Authority property may be subject to inspection by a Security Officer. Firearms and/or explosives shall NOT be brought onto the Airport s property. VIOLATORS WILL BE PROSECUTED. At least one (1) contractor employee for each three (3) performing work at the Airport shall have in their possession a valid security badge with the Escort designation. The contractor shall be responsible for, at its own expense, obtaining the proper security clearance, fingerprinting, training and 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. The contractor s employees, including new hires, must be legal to work in the United States. The contractor shall confirm citizenship of all foreign-born employees and alien numbers (Green Card), if not US citizen. SIGN-IN/SIGN-OUT PROCEDURE All contractor employees upon arrival to, and prior to departure from the Airport shall call (703) to report in and out. The operator will record the Date/Time of Arrival/ Departure, Hours Worked, Type/Extent of Work, and Area of Work. There shall be no exceptions to this requirement. AUTHORITY FURNISHED PROPERTY Utilities: Hot and cold water and electricity will be provided from existing outlets. No new supply locations will be provided. CONTRACTOR FURNISHED PROPERTY The contractor shall furnish all resources (i.e. supervision, labor, materials, supplies, and equipment) that are necessary to fulfill all the requirements described in this Statement of Work in a safe, orderly, timely, efficient, satisfactory and workmanlike manner. 1. Electrical Equipment: All electrical extension cords shall be properly sized for the equipment load and placed away from vehicular or pedestrian traffic. All connections between the extension cords and related equipment (e.g., tools, machine, or additional extension cords) shall be tightly fastened with no exposed electrical contacts. All extension cords shall have and use, a proper electrical grounding pipe. Power tools and/or extension cords used in damp areas shall be plugged into a Ground Fault Circuit Interrupter (GFCI) switches to immediately shutdown when a short to ground is detected. 2. Ladders: The contractor shall not apply direct pressure on the glass. Protection pads shall be used by the contractor to prevent ladders from marring building surfaces. The contractor shall assure that all ladders comply with all current and applicable safety requirements and regulations. 3. Man lifts: All contractor furnished lifts shall be equipped with a flashing yellow beacon light and fire extinguisher. All lifts provided on the job site must be approved by the COTR. The Authority will Statement of Work Page 9

10 provide lifts for the contractor s use for the interior areas. The contractor must submit documentation that demonstrates to the satisfaction of the COTR that the contractor s personnel who will operate the lifts have sufficient training, certification and experience to operate the equipment safely. The contractor shall assure that the use, safe operation and/or servicing of these lifts are in compliance with all applicable requirements including but not limited to ASNI/SIA A Standard for Supported Elevating Work Platforms, effective 01/02/2000. In the event of a contractor provided lift failure and/or malfunction, the contractor shall provide a replacement lift within one (1) working day so as not to delay scheduled completion of task. All lifts shall have signage attached that indicates the contractor s name and phone number. The contractor shall provide at least one ground person at all times that lifts are used to act as a safety spotter. 4. Scaffolding: The contractor shall assure that all contractor provided scaffolding is in compliance with ANSI , and 29 CFR Digital Camera: The contractor shall have a digital camera in his possession at all times while on the jobsite to document each day s progress. The contractor shall provide a report, including pictures with a date stamp, in an , of the work performed the prior day to the COTR the following morning (before 9:00 AM). SAFETY The contractor and each of its employees shall comply with all applicable local, state, federal, and Authority rules, regulations, and practices. The contractor shall also be responsible for all injury to persons or damage to property that occurs as a result of the 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. The contractor shall perform all its activities pursuant to this contract in a safe manner. The contractor shall assume responsibility on the job site for the actions of all its personnel and subcontractor(s) who are associated with performance on this contract. The contractor shall take adequate measures to prevent injury to the public or Authority property on the job site. The contractor shall provide all barricades, warning signs (i.e. Caution Men Working Above, and other safety and protective equipment required to isolate or restrict public access to the work site and/or to protect Airport employees and the general public from personal injury due to materials, equipment or operations at the site. All barricades, warning signs, etc. shall be in accordance with Federal, State and Local codes, but in no case should barricades be lower than four (4) feet in height with support no farther than eight (8) feet apart. The contractor shall provide and ensure that all its personnel at the job site properly wear all applicable safety devices and apparel, including but not limited to fall protection and hard hats. These devices and apparel shall be provided at no cost to the Authority. The Authority shall have the right to inspect all areas for safety violations at its discretion, direct the contractor to make immediate improvement of conditions and/or procedures, and/or stop the work if other hazards are deemed to exist. 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. Statement of Work Page 10

11 In the event that the Authority should elect to stop work because of any type of existing safety hazards on the job site after the contractor has been notified and provided ample time to correct, the contractor shall bear all costs for eliminating the hazard(s) and shall not be granted compensation for the work stoppage. The contractor shall pay any and all additional expenses. The operation of the contractor s vehicles or private vehicles by the contractor s employees on or about the property shall conform to regulations and safe driving practices. It shall be the responsibility of the contractor to immediately notify the COTR if the job site is visited by an official authorized to enforce any regulatory requirements including but not limited to OSHA. The contractor shall furnish and use adequate (adequate being capable of impeding the progress of pedestrians and or vehicles into the work area) barricades and signs to provide sufficient notice of potential safety hazards prior to, during, and after the performance of the services. The contractor shall inspect all powered equipment daily before operations for signs of wear as well as potential safety hazards. The contractor shall immediately remove from service on the job sites all equipment including extension cords which are potentially unsafe, damaged, inoperable and/or do not meet the manufacturers operational specifications. The contractor shall never leave power equipment unattended without disconnecting them from their power source. FIRE PREVENTION The contractor shall be knowledgeable and train all its employees on the procedures and means of egress as well as the methods of reporting fires on the job sites. 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. PERMITS, ROYALTIES, AND LICENSES The contractor shall, without additional an expense to the Authority, be responsible for obtaining all licenses, certifications and permits which are necessary to fulfill the requirements of the Statement of Work. The contractor shall also obtain and pay the costs of any royalties and licenses for any patented or copyrighted items used in the performance of work. DELIVERY OF SUPPLIES AND EQUIPMENT The contractor shall (as directed by the COTR) schedule its supply and equipment deliveries and the supply and equipment deliveries of its vendors and subcontractors during times and locations that cause minimum disruption and inconvenience to the Authority s operations. The contractor shall notify the COTR in writing and in person of all deliveries 24 hrs prior to the scheduled delivery. No deliveries shall be made on weekends, or holidays unless given prior consent by the COTR. Statement of Work Page 11

12 COMMUNICATION The contractor shall, at its own expense, provide fully operational cell phones with text messaging capability to the on-site supervisor, and any onsite employee out of range to carry on a normal level of conversation. These personnel are to have these devices at all times that they are on the job site to fulfill the requirements of this contract. The contractor shall provide the assigned telephone numbers for this equipment to the COTR at least three (3) working days prior to the start of the period of this contract. The contractor shall notify the COTR of any changes in these assignments. NON-WAIVER Failure of the COTR and/or Authority personnel to discover or to reject services which are unacceptable and not in accordance with the contract shall not be deemed an acceptance thereof nor a waiver of the Authority s right to proper execution of the contract or any part of it by the contractor. TIMELY PERFORMANCE The contractor shall adhere to and fulfill all the time and frequency requirements described herein. ACCIDENT REPORT 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 that is related to the performance of this SOW that involve bodily injury or damage to property. The COTR will provide information necessary, concerning whom to contact and the specific form of the follow-up written notice. Any damages caused by the contractor or its employees to the Authority s property shall be properly repaired or replaced by the contractor, to the satisfaction of the COTR, at the contractor s expense. PERFORMING OTHER WORK AT THE JOB SITE The contractor shall immediately advise the COTR when the contractor is scheduled to perform any work on the job site, which is outside of the work described in this SOW. The contractor shall advise the COTR of the scope, location, and period of performance of this work as well as who requested and/or contracted them to perform it and the entity for whom it is being performed. QUALITY CONTROL The contractor shall implement an effective quality control program. The contractor shall provide this program to the COTR in writing no later than seven days after contract award. The contractor shall not begin any work on site until the COTR approves this plan in writing. This program shall insure the contractor fulfills all the requirements of this SOW. CONTRACT DUTY HOURS The contractor shall only perform work during the hours of 7:00 A.M. - 4:30 P.M. Monday Friday with the exception of the Terminal B/C Baggage Level structural steel beams and interior Concourse structural steel beams which shall be prepped and painted during the hours of 9:30 P.M. - 4:00 A.M. Sunday Thursday. Statement of Work Page 12

13 TRAFFIC MANAGEMENT The contractor shall provide traffic control when blocking traffic. Traffic control will consist of no less than signage indicating the lane being blocked, traffic cones placed leading to and around equipment being used and a ground person to direct traffic. REPORTING The contractor shall provide daily reports (including date stamped pictures) describing the progress of the previous day s work, along with any problems or potential problems that may arise. These reports are to be sent to the COTR via in a MS WORD format prior to 9:00 am the following morning. PUNCH LIST PROCEDURES Upon completion of the job the COTR or a representative of the Authority will inspect the work for deficiencies and/or discrepancies. All deficiencies and/or discrepancies identified will constitute the official punch list which will be provided to the contractor. The contractor shall correct all items on the list within 10 days of receiving the report. Statement of Work Page 13

14 SECTION VI - SPECIAL REQUIREMENTS REGULATORY AND ENVIRONMENTAL PROVISIONS General The contractor (including it s on the job site employees and subcontractors) shall comply with all applicable federal, state, local, and Authority regulatory, code, and procedural requirements. The contractor shall provide the COTR with Material Safety Data Sheets (MSDS) for all materials used and/or stored on the job site by the contractor. All regulatory infractions, which are incurred by the contractor while fulfilling the requirements of this SOW, shall be immediately reported by the contractor to the Authority and appropriate regulatory agencies. Asbestos Containing Materials/Lead Based Paint: Most facilities at the Airport except for current CDP construction were constructed prior to The structures being painted were constructed and painted in Facilities constructed prior to 1981 should be presumed to have both asbestos containing materials (ACM) and paint containing lead in their construction. Upon discovery of any such materials, the contractor shall stop work immediately and notify the COTR of its findings. The contractor shall not wash, disturb, remove, scrape or sand asbestos containing materials or paint containing lead. Removal of asbestos containing materials and materials containing lead based paint shall be performed by others and is not a part of this SOW. Air Quality: The contractor shall use, on the job site, only chemicals and products which are effective to fulfill the requirements described herein, have the least adverse impact on the environment, do not exceed the volatile organic chemical (VOC) limitations rule(s) published by the U.S. Environmental Protection Agency (EPA), and comply with all applicable regulatory requirements. Contractor Provided Hazardous Materials Compliance with Laws: The contractor shall comply with all laws relating to hazardous materials on the job sites or related to the contractor s activities at the job sites. The contractor shall not manage, use or store hazardous materials at the job sites except as reasonably necessary to accomplish the SOW. The contractor shall not dispose or treat any hazardous materials on the job sites or surrounding lands or water. The contractor shall immediately provide the COTR a written list of hazardous materials, which are used or stored, or intended to be used or stored, at the job site and the approximate quantities to be used or stored prior to entering into the contract. The contractor s Responsibility for Environmental Costs and Damages: The contractor s hazardous materials shall be the sole responsibility of the contractor and the contractor shall be solely liable for and responsible for, without limitation, at the contractor s sole cost and expense: corrective action of the contractor s hazardous materials as directed by any governmental agency, as required by any law, or as necessary to prevent or eliminate any nuisance, trespass, waste or diminution in the value of the job sites or as necessary to avoid any impairment of the Authority s ability to use the job sites for Airport purposes upon expiration or termination of this contract. Damages for injury or death to persons, or injury to property, the job sites and surrounding lands and waters arising out of the contractor s hazardous materials. Claims resulting there from. Statement of Work Page 14

15 Fines, costs, fees, assessments, taxes, penalties, demands, orders, directives, or any other requirements imposed in any manner by any governmental agencies asserting jurisdiction or under any law with respect to the contractor s hazardous materials. Costs and expenditures for correction action required as to the contractor s hazardous materials. Damages, costs, and expenditures for injury to natural resources resulting from the contractor s hazardous materials as required by applicable law. Compliance with laws regarding the generation, use, storage, transportation, treatment, management, or disposal of the contractor s hazardous materials. Any other liability related to the contractor s hazardous materials. While the Authority is not required to incur any costs, fees (including Attorney, consultant, and expert witness fees), or expenses for environmental compliance, or corrective action relating to the contractor s hazardous materials, should the Authority incur any such costs, expenses or fees due to the contractor s non-performance of its obligations under this contract, the contractor shall within 30 days of demand reimburse the Authority for said costs, expenses or fees. Testing and Assessment by Authority at the Authority s sole discretion, during reasonable business hours, the Authority or its representatives or consultants, may enter upon the job sites and make and tests, measurements, investigations, or assessment the Authority deems necessary in order to determine the presence of hazardous materials or to evaluate contractor s compliance with this agreement. Nothing herein requires the Authority to conduct any such testing, measurement, investigation or assessment. The Authority shall give the contractor a minimum of five (5) days written notice prior to conducting any such tests, investigations, or assessment except no such notice is required under urgent or emergency conditions. If any of the contractor s hazardous materials are detected requiring corrective action other than monitoring under this provision, or if any material violation of any law or the requirements of this provision are found by the consultant, the fees and expenses of said consultant shall be paid by the contractor on demand by the Authority. This is in addition to the contractor s obligation to conduct all required corrective action of any of the contractor s hazardous material releases or suspected releases at the contractor s sole cost as provided herein. Other: All hazardous and/or carcinogenic materials transported or generated onto either job site by the contractor must be properly disposed off the Airport site by the contractor in accordance with applicable federal, state, and local laws and regulations and at no cost to the Authority. The contractor shall immediately provide the COTR with complete, legible copies of all regulatory notices, violations notices, citations, etc. received by the contractor which pertain directly or indirectly to its fulfillment of this SOW. The contractor shall provide the COTR with documentation on hazardous materials or wastes that are accumulated, handled, generated, or disposed of by the 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 s activities will not result in contamination of Airport property. This documentation shall be provided upon request during periodic environmental inspections of the contractor s premises by the Authority. The contractor shall immediately provide copies of all such correspondence to the COTR on all correspondence with regulatory agencies concerning the contractor s compliance with environmental regulations. If the contractor generates hazardous waste in an amount that makes it subject to state and federal hazardous waste requirements, the contractor shall apply for a Hazardous Waste Generator Identification Number. Statement of Work Page 15

16 Hazardous waste shall be transported 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. The contractor shall be responsible for developing a Resource and Conservation Act Contingency (RCRA) Plan if the amount of hazardous waste generated places it into a category that requires a plan. The contractor shall be responsible for notification and reporting required under SARA, Title III regulations. Spill Contingency Plan: Neither domestic drains nor storm drains on the job sites shall be used to dispose of gasoline, paint, thinners, hydraulic fluid, solvents, concentrated cleaning agents, or other hazardous material. The contractor shall develop and implement on the job sites (for the entire period of performance of this SOW a written Hazardous Waste Spill Control and Containment Plan listing materials used, spill prevention procedures, containment equipment and procedures to be used in the event of spill, personnel protective equipment requirements, notification procedures, site redemption procedures, and personnel training procedures in accordance with regulations. The contractor shall provide the COTR a copy of this plan at least three (3) working days prior to the start of the performance of this SOW. In the event of a spill, the contractor shall immediately notify the Airport s Fire Department. The contractor shall be responsible for all cleanup, site remediation, and disposal costs including hazardous waste response teams that may be required at the site. All procedures shall be in accordance with applicable federal, state, and local environmental and OSHA regulations. Hazardous materials that are temporary, stored on site during normal working hours, shall be placed in containment devices that are capable of containing 110 percent of the volume of the substance in the event of a spill. The contractor shall initiate a training program for its employees and subcontractors on the proper disposal of hazardous materials such as gasoline, paint thinners, hydraulic fluid, solvents, etc. Materials that are stored in an area that is near sanitary drains shall be protected by means of dikes, containment boxes, or other means to prevent a slug load of material from entering the drains. The contractor s Spill Control and Containment Plan (SCCP) that shall, at a minimum, include the following components: A description of discharge practices, including non-routine batch discharges. A list, description, and location of stored chemicals near sanitary drains that could cause an impact on the treatment plant if a release were to enter the sanitary drains. This material is not limited to petroleum or hazardous products, but also includes any material that may have an impact on the Arlington County Sewage Treatment Plant, such as soaps, dyes, detergents, deodorizers, solvents, etc. A list of spill kits, location of kits and materials contained in the kits that could be used to contain a spill to prevent the spilled material from entering a drain or drain inlet. Protection devices shall be included in the spill kits. Procedures to be followed to prevent an accidental or slug discharge. Such procedures shall include, but not be limited to inspection and maintenance of storage areas, handling of materials, loading and unloading of materials, and containment procedures to be followed in the event of a spill. Training procedures for employees to ensure they are aware of the procedures to be followed in the event of a spill that could enter a sanitary drain and the notification procedures to be followed in the event a slug load does enter the sanitary drainage system. Instructions to employees on how to obtain a copy of the Airport Industrial User Wastewater Permit. Statement of Work Page 16

17 Posting in a conspicuous areas, the spill notification flow-chart currently used by the Authority. This flow chart provides a list of people or groups to be notified in case of a spill on the Airport. This notice shall include, but not be limited to, advising employees to call the Airport s Work Order Desk and the Arlington County Water Pollution Control Division in case of a discharge into the sanitary drains in violation of the Airport Permit or the Arlington County Sewage Ordinance. Notice must include, but not be limited to, including the telephone number of the Arlington County Water Pollution Control Division (Process Control Engineer or the Shift Supervisor as alternate). If a discharge event is reported, the report shall include the following information: 1. Caller s Name 2. Facility and Tenant s Name 3. Name and Type of Material Discharged 4. Time and Duration of Release 5. Amount of Material Released 6. Possible Effect of Health, Equipment, or the Environment 7. Corrective Action Taken 8. Name of Individual to Call if More Information is needed Storm Drains The contractor shall provide protection on all nearby storm and roof drains during their work to ensure that no paint chips, chemicals, cleaning solutions, etc. enter the drainage systems. Contractor shall capture and dispose of water produced from pressure washing to avoid water from entering drains at Terminal A. The water captured can be disposed of at the IWT Plant located on Thomas Ave at the south end of the airport. At Terminal B/C the contractor will block the drains with drain inserts that prevent oil and sediment from entering the storm drains. Statement of Work Page 17

18 SECTION VII - PERSONNEL CONTRACTOR S PERSONNEL Conduct: The Contractor shall utilize responsible, capable employees in the performance of all services of this contract. At all times while on the job site, whether on or off duty, the contractor s employees shall conduct themselves in an orderly and safe manner. Fighting, being under the influence of alcohol and/or drugs or bringing and/or consuming alcohol and/or drugs, gambling, soliciting, stealing, and any immoral or otherwise undesirable conduct shall not be permitted on the job site and shall result in immediate and permanent removal from the job site for any employee engaging in such conduct from work. Communication: Contractor shall provide onsite for all work performed at the Airport, a supervisor able to clearly and understandably communicate (both verbally and in writing) in the English language. The supervisor shall also be able to communicate clearly and understandably (both verbally and in writing) with all of the contractors employees and subcontractors in their respective language. In addition all contractors employees and subcontractors shall have a understanding of verbal and signage warnings pertaining to safety and security. RESPONSIBLE CONTRACTOR OFFICIALS The contractor shall provide a Project Manager. The Project Manager shall be responsible for the execution of the contract and 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. The Project Manager shall provide the CO or the COTR with a list of names and telephone numbers of personnel who shall be responsible to respond to emergency calls. Failure to be able to contact any of the persons on the list or their refusal to respond in an emergency situation shall constitute a failure to perform and shall be subject to deduction for damages caused and costs incurred by the Authority to obtain alternative response and remedy to the emergency. Statement of Work Page 18

19 SECTION VIII - METHOD OF PAYMENT BASE SERVICES The contractor may invoice the Authority at the successful completion of each project as listed on the contract pricing schedule. Successful completion of a project is defined as COTR approved completion of punch list work. There shall be no partial payments. No additional payment will be made to the contractor for items not identified on the contract pricing schedule. SUPPLEMENTAL SERVICES The contractor shall be reimbursed for supplemental service tasks in accordance with the fully loaded square footage rates specified in the pricing schedule. The contractor shall not invoice the Authority for any work unless a call order signed by the COTR has been received or for any work described in a call order until after all the work described in the call order has been completed to the satisfaction of the COTR. Statement of Work Page 19

20 SECTION IX - APPENDICES Statement of Work Page 20

21 APPENDIX A AIRPORT SITE PLAN

22

23 APPENDIX B TERMINAL B/C STRUCTURAL STEEL AND ALUMINUM ARCHES (EYEBROWS)

24 Terminal B/C arches (eyebrows)

25 Terminal B/C arches (eyebrows) There is approximately 9,000 sf of Arches (eyebrows) on the AOA side to be prepped, primed and painted. This is an estimate; it is incumbent on the contractor to determine exact square footage.

26

27 Terminal B/C exterior Structural Steel south end to be painted

28 Terminal B/C exterior Structural Steel south end to be painted

29 Terminal B/C exterior Structural Steel south end to be painted

30 Terminal B/C exterior Structural Steel south end to be painted

31 Terminal B/C exterior Structural Steel north end to be painted

32 Terminal B/C exterior Structural Steel north end to be painted

33 Terminal B/C exterior Structural Steel north end to be painted

34 Terminal B/C exterior Structural Steel north end to be painted

35 Terminal B/C exterior Structural Steel north end to be painted

36 Terminal B/C exterior structural steel beams to be pressure washed

37 Terminal B/C exterior structural steel beams to be pressure washed

38 Typical of three Interior structural steel to be painted

39 There is approximately 15,000 sf of exterior structural steel beams to be prepped, primed and painted and 120,000 sf of exterior structural beams to be pressure washed. There is approximately 40,000 sf of interior structural beams to be prepped primed and painted. This is an estimate; it is incumbent on the contractor to determine exact square footage. This work is to be accomplished during the hours of 9:30 P.M. and 4:00 A.M.

40 APPENDIX C TERMINAL A EXTERIOR CONCRETE/BLOCK

41

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72 There is approximately 50,000 sf of concrete and block surfaces and 24 doors to be prepped, primed and painted. This is an estimate; it is incumbent on the contractor to determine the exact square footage.

73 APPENDIX D CENTRAL PLANT FUEL TANKS

74 Central Plant Fuel Tanks

75 There are 3 tanks with approximately 5,000 sf of surface area that requires preparation, priming and painting, including ladders. This is an estimate; it is incumbent on the contractor to determine exact square footage.

76 APPENDIX E CONTRACT SERVICES CALL ORDER

77 RONALD REAGAN WASHINGTON NATIONAL AIRPORT MAINTENANCE ENGINEERING BRANCH, MA-126 CONTRACT SERVICES CALL ORDER Prepared: Type of Work: Date Prepared: Requested By: Contractor: Contract #: Address: Contractor POC: Office Telephone : Emergency Phone Other Data: Contractor Fax: Location (Name, [Account Code]) and Description of Work Work Estimates Estimate Date: MWAA Estimator: Work Item(s): Site Vist Date: Contractor Estimator: QTY/UM: Estimated Cost: APPROVALS / ACCEPTANCE OF TASK NOTE: By signing this Call Order, the Contractor acknowledges that he/she will only preform the work described herein after this Call Order is approved in writing 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 Estimated Cost noted above. Notes: Call Order # COTR: Date: Date Issued: Contractor: Date: Date Completed: CO: Date: Date Invoiced Rev'd: Remarks: Invoice Amount:

78 APPENDIX F PRODUCTS AND EXECUTION

79 PRODUCTS Primer Concrete/Block Surfaces Sherwin Williams Loxon Masonry Primer; color is bright white. Metal Surfaces Sherwin Williams Pro Industrial ProCryl Universal Primer; color is bright white Paint Sherwin Williams Pro Industrial Zero VOC Acrylic or approved substitute: Terminal A concrete and Central Plant Fuel Tanks - color Federal Standard 595B Terminal A doors color Federal Standard 595B Terminal A ceiling Extra White Terminal B/C arches (eyebrows) and Structural Steel National Yellow Terminal A columns Gray SURFACE PREPARATION Concrete at Terminal A Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose rust, loose paint, loose caulk and other material to ensure adequate adhesion. Power wash all surfaces prior to priming and painting. All surface deficiencies, blemishes, imperfections, etc are to be caulked and/or pointed up prior to the application of the primer. The contractor shall coordinate with the COTR for an inspection and determination of adequacy of the surface condition(s) prior to the application of the first coat of primer. Fuel Tanks at Central Plant Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose rust, loose paint and other foreign material to ensure adequate adhesion. Power wash all surfaces. There is rusting paint currently on the tanks. Wire brush all rusting and peeling areas. The contractor shall coordinate with the COTR for an inspection and determination of adequacy of the surface condition(s) prior to the application of the first coat of primer. Terminal B/C Structural Steel Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose rust, loose paint and other foreign material to ensure adequate adhesion. Power wash all exterior surfaces prior to priming and painting. Prime any bare steel within 8 hours or before flash rusting occurs. The contractor shall coordinate with the COTR for an inspection and determination of adequacy of the surface condition(s) prior to the application of the first coat of primer. Terminal B/C Arches (Eyebrows) Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose rust, loose paint and other foreign material to ensure adequate adhesion. Power wash all surfaces prior to priming and painting. The contractor shall coordinate with the COTR for an inspection and determination of adequacy of the surface condition(s) prior to the application of the first coat of primer. APPLICATION General Because of the proximity to vehicles and aircraft, the paint and primer is to be applied by brush and roller. In some cases, to be determined by the Authority, application by spraying may be allowed. Apply paint according to manufacturer s directions. Use applicators and techniques best suited for substrate and type of

80 material being applied. All workmanship shall be of high quality, and all materials evenly spread and smoothly flowed on without runs or sags. The maximum container size for the paint is limited to 5 gallons. Concrete/Block at Terminal A Apply 3 coats (one primer and two finish). All bare concrete where repairs have been made or exposed during pressure washing shall be spot primed first before application of the overall primer coat. The first finish coat shall be tinted a lighter color so that it is clear which coat of paint has been applied. The second finish coat shall meet the color specifications listed above. The contractor shall provide a uniform spread rate of mils per coat. After the application of one coat, the contractor shall coordinate with the COTR for an inspection of conditions prior to the application of next coat. Fuel Tanks at Central Plant Apply 3 coats (one primer and two finish). The first finish coat shall be tinted a lighter color so that it is clear which coat of paint has been applied. The second finish coat shall meet the color specifications listed above. Should the cleaning or scraping remove any paint to bare metal, that area shall be primed prior to applying the first coat of primer. All areas where rust is removed shall also be primed prior to the overall primer coat. The contractor shall provide a uniform spread rate of mils per coat. After the application of one coat, the contractor shall coordinate with the COTR for an inspection of conditions prior to the application of next coat. Terminal B/C Structural Steel Apply 2 coats. The first coat (primer) shall be tinted a lighter color so that it is clear which coat of paint has been applied. The second coat shall be the finish coat and shall meet the color specifications listed above. Should the cleaning or scraping remove any paint to bare metal, that area shall be spot primed prior to applying the overall primer coat of paint. All areas where rust is removed shall also be spot primed prior to the overall primer coat of paint. The contractor shall provide a uniform spread rate of mils per coat. After the application of one coat, the contractor shall coordinate with the COTR for an inspection of conditions prior to the application of next coat. Terminal B/C Arches (Eyebrows) Apply 3 coats. The first coat shall be a primer coat. The second coat shall be tinted a lighter color so that it is clear which coat of paint has been applied. The third coat shall be the finish coat and shall meet the color specifications listed above. The contractor shall provide a uniform spread rate of mils per coat. After the application of one coat, the contractor shall coordinate with the COTR for an inspection of conditions prior to the application of next coat. The number of coats and the film thickness required are the same regardless of the application method. The contractor shall not apply succeeding coats until the previous coat has cured for a minimum of 24 hours. The contractor shall not apply a subsequent coat of paint without prior inspection of the proceeding coat by the COTR. Sand between applications where sanding is required to produce a smooth, even surface according to the manufacturer s directions. Apply additional coats as necessary if undercoats, stains, or other conditions show through final coat of paint until paint film is of uniform finish, color, and appearance. Give special attention to ensure that surfaces, including edges, corners, crevices, welds, and exposed fasteners, receive a dry film thickness equivalent to that of flat surfaces.

81 CLEANING Cleanup - At the end of each workday the contractor shall remove all equipment, empty cans, rags, rubbish, and other discarded paint materials from the site. All trash and debris will be disposed of by the contractor, off site in accordance with all applicable Federal, State, Local laws and regulations. After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint without scratching or causing damage to adjacent finished surfaces. PROTECTION Protect all surfaces that are not to be painted, pursuant to this SOW. There shall be no excess paint on the sidewalks, asphalt, glass, floor etc., and if so the contractor shall completely remove the excess paint without damage or discoloration to the surface. Provide Wet Paint signs to protect newly painted finishes. One day after completion of painting, the contractor shall remove and discard of all wet paint signs.

STATEMENT OF WORK FOR PARKING GARAGE A LEVEL A2 PAINTING SERVICES RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR PARKING GARAGE A LEVEL A2 PAINTING SERVICES RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR PARKING GARAGE A LEVEL A2 PAINTING SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON, DC Metropolitan Washington Airports Authority Ronald Reagan Washington National

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

The University of Alabama General Requirements for Purchase Orders Involving Public Works

The University of Alabama General Requirements for Purchase Orders Involving Public Works The University of Alabama General Requirements for Purchase Orders Involving Public Works Revised January, 2011 The following items are to be included in the scope of each Purchase Order individually,

More information

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM Tunnel Painting

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM Tunnel Painting 1993 Specifications CSJ 8075-18-005 SPECIAL SPECIFICATION ITEM 4514 Tunnel Painting 1. Description. This Item shall govern for the painting of the walls and ceiling of a tunnel. The intent is to provide

More information

STATEMENT OF WORK FOR ELEVATOR, ESCALATOR AND MOVING WALK A-17 SAFETY CODE INSPECTION AND TECHNICAL CONSULTING SERVICES

STATEMENT OF WORK FOR ELEVATOR, ESCALATOR AND MOVING WALK A-17 SAFETY CODE INSPECTION AND TECHNICAL CONSULTING SERVICES STATEMENT OF WORK FOR ELEVATOR, ESCALATOR AND MOVING WALK A-17 SAFETY CODE INSPECTION AND TECHNICAL CONSULTING SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY: Metropolitan Washington

More information

Environmental, Health and Safety Policy for Contractors

Environmental, Health and Safety Policy for Contractors Environmental, Health and Safety Policy for Contractors The attached policy is a tool to help contractors understand and comply with RBC's Environmental, Health and Safety rules. The information that follows

More information

SECTION TEMPORARY FACILITIES AND CONTROLS

SECTION TEMPORARY FACILITIES AND CONTROLS SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 GENERAL A. Each Contractor shall be responsible for arranging for and providing construction facilities and temporary controls as required

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

Interior Painting Artesi II & III Day Care Facilities at 777 & 333 W. Matthews Road

Interior Painting Artesi II & III Day Care Facilities at 777 & 333 W. Matthews Road Interior Painting Artesi II & III Day Care Facilities at 777 & 333 W. Matthews Road Introduction: The HACSJ is seeking quotes from licensed and bonded C-33 Interior/Exterior Painting Contractors to provide

More information

STATEMENT OF WORK FOR FULL MAINTENANCE AND REPAIR SERVICES OF THE AUTOMATIC PEDESTRIAN DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT

STATEMENT OF WORK FOR FULL MAINTENANCE AND REPAIR SERVICES OF THE AUTOMATIC PEDESTRIAN DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT STATEMENT OF WORK FOR FULL MAINTENANCE AND REPAIR SERVICES OF THE AUTOMATIC PEDESTRIAN DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY: Metropolitan Washington Airports Authority

More information

INTEGRA DATA CENTER POLICIES AND PROCEDURES

INTEGRA DATA CENTER POLICIES AND PROCEDURES INTEGRA DATA CENTER POLICIES AND PROCEDURES Integra Telecom, Inc. has adopted the following Policies and Procedures related to our Data Products and Services and use of our Data Centers. The Policies and

More information

STATEMENT OF WORK FOR PEST CONTROL SERVICES DULLES TOLL ROAD

STATEMENT OF WORK FOR PEST CONTROL SERVICES DULLES TOLL ROAD STATEMENT OF WORK FOR PEST CONTROL SERVICES AT DULLES TOLL ROAD JANUARY 2013 DTR Statement of Work SECTION I - TABLE OF CONTENTS SECTION I - TABLE OF CONTENTS SECTION II - BASE SERVICES I-1 II-1 01 DESCRIPTION

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 44 A solvent based coating system High Performance 7400 System 450 VOC DTM Alkyd Enamel

More information

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

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY DULLES TOLL ROAD STATEMENT OF WORK REFUSE AND RECYCLING REMOVAL SERVICES 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 TABLE OF CONTENTS 1.0

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 2 A solvent based coating system High Performance 9100/9800 System DTM Epoxy Mastic/DTM

More information

Minimum Standards for Construction of Aircraft Hangars MINIMUM STANDARDS FOR CONSTRUCTION OF AIRCRAFT HANGARS

Minimum Standards for Construction of Aircraft Hangars MINIMUM STANDARDS FOR CONSTRUCTION OF AIRCRAFT HANGARS Minimum Standards for Construction of Aircraft Hangars ARTICLE 1. MINIMUM STANDARDS FOR CONSTRUCTION OF AIRCRAFT HANGARS Section 1. - Purpose Section 2. - Goals Section 3. General Provisions Section 4.

More information

SECTION 813 SEWER FLOW CONTROL

SECTION 813 SEWER FLOW CONTROL SECTION 813 SEWER FLOW CONTROL 813-1 DESCRIPTION: Sewer flow control is a set of methods to adjust the flow in the sewer system to allow for inspection, maintenance, repair or replacement. This is accomplished

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

More information

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5 ADDENDUM NO. 1 TO SCOPE OF WORK: Section 0220, Form 01004/5 PROJECT: Tankless Water Heaters Installation Glenn Edge and Rich Martin Apartments and Main Office Water Heater Replacement New Memorial Community

More information

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

SUBCONTRACTOR SAFETY, HEALTH, AND ENVIRONMENTAL MINIMUM PERFORMANCE STANDARD (MPS) Title: Subcontractor Control Document Effective Date: 2/3/2012 Control Number: THG_0007 Revision Number: 1 Date: 10/6/2015 Annual Review Completed: 5/13/2015 CONTENTS SUBCONTRACTOR SAFETY, HEALTH, AND

More information

ELASTOFLEX ELASTOMERIC TEXTURED ACRYLIC WALL COATING SPECIFICATION

ELASTOFLEX ELASTOMERIC TEXTURED ACRYLIC WALL COATING SPECIFICATION ELASTOFLEX ELASTOMERIC TEXTURED ACRYLIC WALL COATING SPECIFICATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions,

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 3 A solvent based coating system High Performance 9300/9800 System Extended Recoat Epoxy

More information

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW.

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW. REQUEST FOR PROPOSALS RFP# 2018-02 TITLE: PAINTING SERVICES ISSUSING AGENCY: TOWN OF WALLACE 316 East Murray Street Wallace, North Carolina 28466 ISSUE DATE: January 11, 2019 IMPORTANT NOTE: Indicate firm

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 65 A solvent based coating system High Performance 9100 System 100 VOC DTM Epoxy Mastic

More information

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PAGE 1 Metropolitan Washington Airports Authority 1A. AMENDMENT OF SOLICITATION NO. 1B. DATED Procurement and Contracts Dept., MA-29 November 13,

More information

Metropolitan Washington Airports Authority (MWAA)

Metropolitan Washington Airports Authority (MWAA) 1-13-C127 STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF INBOUND AND OUTBOUND BAGGAGE HANDLING SYSTEMS AND PASSENGER LOADING BRIDGES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY:

More information

CHEMICAL CONTRACTORS DC WATER CONTRACTOR SAFETY PROGRAM CONTRACT PROVISIONS FOR CHEMICAL DELIVERIES 1. RESPONSIBILITY FOR COMPLIANCE

CHEMICAL CONTRACTORS DC WATER CONTRACTOR SAFETY PROGRAM CONTRACT PROVISIONS FOR CHEMICAL DELIVERIES 1. RESPONSIBILITY FOR COMPLIANCE ATTACHMENT D: SAFETY PLAN REQUIREMENTS FOR CHEMICAL CONTRACTORS 1. RESPONSIBILITY FOR COMPLIANCE DC WATER CONTRACTOR SAFETY PROGRAM CONTRACT PROVISIONS FOR CHEMICAL DELIVERIES A. The contractor shall comply

More information

The Hong Kong Polytechnic University Facilities Management Office

The Hong Kong Polytechnic University Facilities Management Office The Hong Kong Polytechnic University Facilities Management Office Safety Precautions and Requirements The Contractor shall ensure as a priority in all activities connected with the Works, the safety and

More information

Section Safety Section Cleanup. None Required

Section Safety Section Cleanup. None Required January 2000 Page 1 of 6 PART 1 GENERAL 1.01 OTHER CONTRACT DOCUMENTS 1.02 DESCRIPTION OF WORK 1.03 RELATED SECTIONS PART 2 PRODUCTS The General Conditions of the Contract, General Requirements, and Supplemental

More information

Project Safety Orientation and Procedures

Project Safety Orientation and Procedures www.oakmaninc.com Project Safety Orientation and Procedures Compliance with Project Procedures Oakman believes that sites under our control must be as safe as we can make them not only for our employees,

More information

The City of Winnipeg NEWPCC Lab Renovation

The City of Winnipeg NEWPCC Lab Renovation Bid Opportunity 253-2011 Page 1 of 6 Part 1 General 1.1 SUMMARY.1 Work under this contract includes, but is not necessarily limited to:.1 Surface preparation of substrates as required for acceptance of

More information

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II SECTION 052100 - STEEL JOISTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit Building Code The Florida State University Building Code Administration Program (BCA) was established in 2001 and is responsible for ensuring that all construction activities on FSU owned facilities are

More information

Appendix A JEA Investment Recovery Painting Program Technical Specifications

Appendix A JEA Investment Recovery Painting Program Technical Specifications Appendix A JEA Investment Recovery Painting Program Technical Specifications 1. SCOPE OF WORK 1. This JEA specification sets requirements necessary for the furnishing of labor, equipment, tools, expendables,

More information

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT 901.1 DESCRIPTION Design, implement, inspect and maintain appropriate best management practices to minimize or eliminate erosion, sediment and other pollutants

More information

Constraints on how the Contractor Provides the Works

Constraints on how the Contractor Provides the Works Constraints on how the Contractor Provides the Works [DELETE AS APPROPRIATE: WHERE NOTIFIABLE CDM APPLIES:] CONSTRUCTION (DESIGN AND MANAGEMENT) REGULATIONS 2007 In line with the requirements of the above

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

A. Section includes surface preparation and application of wood finishes[.]

A. Section includes surface preparation and application of wood finishes[.] SECTION 09 93 00 - STAINING AND TRANSPARENT FINISHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

More information

RD COATINGS -RD-ELASTOFLEX ELASTOMERIC ACRYLIC WALL COATING SPECIFICATION

RD COATINGS -RD-ELASTOFLEX ELASTOMERIC ACRYLIC WALL COATING SPECIFICATION RD COATINGS -RD-ELASTOFLEX ELASTOMERIC ACRYLIC WALL COATING SPECIFICATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions,

More information

SPECIAL REQUIREMENTS AT AN OPERATIONAL AIRPORT

SPECIAL REQUIREMENTS AT AN OPERATIONAL AIRPORT APPENDIX T.5 SPECIAL REQUIREMENTS AT AN OPERATIONAL AIRPORT Work done on or near an active airport is subject to several special requirements and conditions to ensure the safe operation of the airport

More information

MDC MicroTex Eggshell Micro-Textured Ceramic Coating for Walls

MDC MicroTex Eggshell Micro-Textured Ceramic Coating for Walls MicroTex Eggshell Micro-Textured Ceramic Coating for Walls Specification Guide 95: 9770 Special Wall Finishes 88: 9800 Special Coatings Part 1 General 1.01 SUMMARY A. This section specifies the furnishing

More information

3.0 Crane Heavy Lift Service General Requirements

3.0 Crane Heavy Lift Service General Requirements 3.0 Crane Heavy Lift Service General Requirements 3.1 Scope of Work: Under the direction of the GPA Representative, contractor s work includes, but is not limited to, providing supervision, materials (if

More information

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and

More information

A. Section includes surface preparation and the application of high-performance coating systems on the following substrates:

A. Section includes surface preparation and the application of high-performance coating systems on the following substrates: ILLINOIS STATE UNIVERSITY CORDOGAN, CLARK & ASSOCIATES, INC. WATTERSON DINING EXPANSION PROJECT 960 RIDGEWAY AVENUE NORMAL, ILLINOIS AURORA, ILLINOIS CCA PROJECT NUMBER: 14362 630-896-4678 BID SET JULY

More information

Metropolitan Washington Airports Authority

Metropolitan Washington Airports Authority STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF THE SECURITY GATE POP- UP BARRIER SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT And DULLES INTERNATIONAL AIRPORT PREPARED BY: Metropolitan

More information

Application Guidelines for PPC Coatings Flooring

Application Guidelines for PPC Coatings Flooring Application Guidelines for PPC Coatings Flooring PPC Coatings Flooring System General Objective The objective of this specification is to describe the material and workmanship necessary to achieve desired

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK STUCCO

Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK STUCCO A. SCOPE OF WORK Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK STUCCO In performing the Designated Tasks, Work and Product Specifications, the Subcontractor shall strictly comply with all

More information

Contractor / Subcontractors Work Plan

Contractor / Subcontractors Work Plan Document: FMW-585 Revision: 8 Date: January 11. 2013 EMS CONTROL PROCEDURE REV: 8 Page 1 of 20 REV DATE DETAILS Page Para. DESCRIPTION OF CHANGE 0 01/19/2007 All All Original Issue 1 02/22/2007 2 All visitors,

More information

SECTION INTUMESCENT FIREPROOFING

SECTION INTUMESCENT FIREPROOFING SECTION 078123 INTUMESCENT FIREPROOFING PART 1 GENERAL 1.1 GENERAL REQUIREMENTS A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents. 1.2

More information

SECTION INTUMESCENT MASTIC FIREPROOFING

SECTION INTUMESCENT MASTIC FIREPROOFING PART 1 GENERAL 1.01 SUMMARY SECTION 07 81 23 - INTUMESCENT MASTIC FIREPROOFING A. Section Includes: 1. Intumescent Mastic Fireproofing for Application to Exposed Steel 2. Protection of Adjacent Surfaces

More information

VengerElectrostatic Coatings Master Specification Page 1

VengerElectrostatic Coatings Master Specification Page 1 Master Specification Page 1 SPEC NOTE: Update references to Division 01 General Requirements specification sections to match actual section numbers and titles used for the project. SPEC NOTE: Venger permits

More information

SECTION 2 SAFETY GOALS AND RESPONSIBILITIES P AGE 1

SECTION 2 SAFETY GOALS AND RESPONSIBILITIES P AGE 1 SECTION 2 SAFETY GOALS AND RESPONSIBILITIES P AGE 1 It is our company s policy to perform its work in the safest manner possible, consistent with safe work practices, and according to all governing laws

More information

B. Protection of concrete mosaic, metals, stone, and other adjacent materials during all other work activities in related sections, below.

B. Protection of concrete mosaic, metals, stone, and other adjacent materials during all other work activities in related sections, below. GUIDELINE FOR WRITING SPECIFICATIONS WHEN USING CSP Paint Strippers Select Relevant Section Division 09900 Paints and Coatings Part 1 GENERAL 1.1 RELATED DOCUMENTS A. Work of this section shall be governed

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 23 A solvent based coating system High Performance 4315 High Heat Aluminum For service

More information

Stanford University Facilities Design Guidelines SECTION ASPHALT UNIT PAVING. A. ASTM C-33 Standard Specification for Concrete Aggregates.

Stanford University Facilities Design Guidelines SECTION ASPHALT UNIT PAVING. A. ASTM C-33 Standard Specification for Concrete Aggregates. SECTION 32 14 23 ASPHALT UNIT PAVING PART 1 GENERAL 1.1 DESCRIPTION Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation, and services for and incidental to performing

More information

SECTION 2 DIVISION 01C DESIGN SERVICES PROJECT GUIDELINES (INFORMAL)

SECTION 2 DIVISION 01C DESIGN SERVICES PROJECT GUIDELINES (INFORMAL) SECTION 2 DIVISION 01C DESIGN SERVICES PROJECT GUIDELINES (INFORMAL) PART 1 - PROJECT TITLE PAGE February 8, 2018 Project No. PROJECT NAME PART 2 - PROJECT GUIDELINES 2.1 BIDDERS/CONTRACTORS SHOULD CHECK

More information

APPLICATION FOR RENOVATION WORKS (to be completed by Owners)

APPLICATION FOR RENOVATION WORKS (to be completed by Owners) I APPLICATION FOR RENOVATION WORKS (to be completed by Owners) PARTICULARS OF OWNER Name of Owner Unit No. Contact No. Home: H/P: Office: Fax: II PARTICULARS OF CONTRACTOR (if more than one contractor

More information

Building Inspections Under the Uniform Dwelling Code

Building Inspections Under the Uniform Dwelling Code 3-8-01 Authority Building Inspections Under the Uniform Dwelling Code Building and Mechanical Code (Revised 5-2013) These regulations are adopted under the statutory authority granted pursuant to Section

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

ASTEC Re-Ply Roof System for ASPHALT & MODIFIED BITUMEN ROOFS

ASTEC Re-Ply Roof System for ASPHALT & MODIFIED BITUMEN ROOFS ASTEC Re-Ply Roof System for ASPHALT & MODIFIED BITUMEN ROOFS Re-Ply Roofing Systems Application Specification # AC-2014-A & MB-15 (15 Year Material & Labor Warranty) PART I - GENERAL 1.01 DESCRIPTION

More information

Request for Proposal

Request for Proposal Request for Proposal CARPET MAINTENANCE SERVICES Richland Lexington Airport District West Columbia, SC ISSUED DATE: January 11, 2017 ISSUED BY: POINT OF CONTACT: MANDATORY MEETING: QUESTION DEADLINE: PROPOSAL

More information

WATER POLLUTION AND EROSION CONTROL NOTES:

WATER POLLUTION AND EROSION CONTROL NOTES: WATER POLLUTION AND EROSION CONTROL NOTES: A. GENERAL: 1. The Contractor is reminded of the requirements of Section 209 Water Pollution and Erosion Control, in the Special Provisions. Section 209 describes

More information

Contractor EHS Program Attachments

Contractor EHS Program Attachments Contractor EHS Program Attachments Contractor Environmental Health & Safety Program Safety Work Permit Attachments Attachment 1- Contractor Safety Work Permit The Contractor Safety Work Permit Checklist

More information

ELLICOTTVILLE ENGINEERING DEPARTMENT 17 Mill St. Ellicottville, New York Phone: (716) Fax: (716) PROJECT SCOPE OF WORK

ELLICOTTVILLE ENGINEERING DEPARTMENT 17 Mill St. Ellicottville, New York Phone: (716) Fax: (716) PROJECT SCOPE OF WORK ELLICOTTVILLE ENGINEERING DEPARTMENT 17 Mill St. Ellicottville, New York 14731 Phone: (716) 699-9005 Fax: (716) 699-2334 PROJECT SCOPE OF WORK PROJECT TITLE: Village Public Works Building Renovation LOCATION:

More information

Subsection or plan to be revised: 7-1, 7-8, , On page(s): 27-31(2006), 48-49(2003)

Subsection or plan to be revised: 7-1, 7-8, , On page(s): 27-31(2006), 48-49(2003) Proposed Revision To: Standard Specifications For Public Works Construction Standard Plans For Public Works Construction Public Works Standards, Inc. AGC Southern California Regional Office 1906 West Garvey

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 20 A solvent based coating system Concrete Saver Anti-Slip High Performance Epoxy AS9100

More information

MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818

MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818 1. PURPOSE MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818 BID # 19-1 TRASH DISPOSAL AND RECYCLING CONTRACT SPECIFICATIONS The purpose of these specifications is

More information

Title 15 BUILDINGS AND CONSTRUCTION

Title 15 BUILDINGS AND CONSTRUCTION Title 15 BUILDINGS AND CONSTRUCTION Chapters: 15.04 International Codes Adopted 15.08 Building Permits 15.12 Movement of Buildings Chapter 15.04 INTERNATIONAL CODE COMMISSION CODES Sections: 15.04.010

More information

Protective Industrial Polymers - USA Manufacturer s Specification February 11, 2015

Protective Industrial Polymers - USA Manufacturer s Specification February 11, 2015 This specification covers InhibiChem SR-GF-L Enhanced Chemical and Solvent-Resistant Glass-Flake Reinforced Steel Tank Lining System. This system consists of a vinyl ester primer, and two troweled coats

More information

TECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING

TECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING A. GENERAL TECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING Contractor shall furnish all labor, materials, equipment, traffic control, transportation, and supervision necessary for

More information

CITY OF RICHMOND PINE CAMP COMMUNITY CENTER ROOF REPLACEMENT PROJECT RCS PROJECT NO

CITY OF RICHMOND PINE CAMP COMMUNITY CENTER ROOF REPLACEMENT PROJECT RCS PROJECT NO SECTION 01010 - SCOPE OF WORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. General provisions of Contract, General Conditions and Technical Specification Sections, apply to this Section. 1.02 PROJECT DESCRIPTION

More information

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION MAINTENANCE OF EXISTING CONDITIONS SECTION 02 01 00 MAINTENANCE OF EXISTING CONDITIONS PART 1 GENERAL 1.1 GENERAL A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged

More information

REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS

REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS Project Title: Parking Lot Sealcoating, Striping and Numbering RFP Number: EQ5P2SSAC-17-0008 RFP Issue Date: Monday, August 14, 2017

More information

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR WARRANTY ON CONCRETE SURFACE COATING

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR WARRANTY ON CONCRETE SURFACE COATING MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR WARRANTY ON CONCRETE SURFACE COATING OFS:BDB 1 of 5 APPR:JAB:CER:02-10-17 FHWA:APPR:02-28-17 a. Description. This work consists of furnishing

More information

DEPARTMENT OF TRANSPORTION ENVIRONMENTAL PROTECTION AGENCY OCCUPATIONAL SAFETY AND HEALTH ACT

DEPARTMENT OF TRANSPORTION ENVIRONMENTAL PROTECTION AGENCY OCCUPATIONAL SAFETY AND HEALTH ACT Page 6 of 15 1.0 GENERAL REQUIREMENTS: 1.1 SCOPE OF WORK: Work includes, but is not limited to, providing all labor, materials, equipment, tools, and services required to provide full professional landscape

More information

SITE SAFETY RULES - SILVERSTONE CLASSIC 2018

SITE SAFETY RULES - SILVERSTONE CLASSIC 2018 SITE SAFETY RULES - SILVERSTONE CLASSIC 2018 The following is an outline of the Safe Working Requirements for all Companies, staff and any other persons for this event. Please note that the terms Company

More information

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12 SCOPE SUMMARY: DIVISION: 0 - LEGAL DOCUMENTS Complete; DIVISION: 1 - GENERAL REQUIREMENTS As Applicable; SECTION: - ATTACHED SKETCH Complete; Geotechnical Engineering Report as prepared by Building and

More information

Water Pollution Control for Work in Sensitive Areas

Water Pollution Control for Work in Sensitive Areas Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed

More information

MMM MASONRY, INC. Employee Safety Guidelines

MMM MASONRY, INC. Employee Safety Guidelines MMM MASONRY, INC. Employee Safety Guidelines This manual represents common hazards associated with masonry construction and is no way intended to replace the OSHA 29CFR 1926 Safety Standards. It is the

More information

SPECIAL SPECIFICATION 5764 Anti-Graffiti Coatings

SPECIAL SPECIFICATION 5764 Anti-Graffiti Coatings 1993 Specifications SPECIAL SPECIFICATION 5764 Anti-Graffiti Coatings 1. Description. This Item shall govern for furnishing, surface preparation and application of materials used to deter the adhesion

More information

This Installation Guide uses the following symbols to indicate important information. Always observe the instructions indicated by these symbols.

This Installation Guide uses the following symbols to indicate important information. Always observe the instructions indicated by these symbols. VIGO INDUSTRIES INSTALLATION GUIDE FOR STANDING SHOWER CABIN (MODEL VG06062) SAFETY PRECAUTIONS This Installation Guide uses the following symbols to indicate important information. Always observe the

More information

1/16 Single Broadcast Polymer Flooring System

1/16 Single Broadcast Polymer Flooring System specification 1/16 Single Broadcast Polymer Flooring System Part 1 - GENERAL General Provisions A. Work to be covered by this section, under written specification or by drawing, shall comply with all provisions

More information

Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK FLATWORK

Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK FLATWORK Lost Canyon II LLC EXHIBIT B SCOPE OF WORK DESIGNATED TASK FLATWORK A. SCOPE OF WORK In performing the Designated Tasks, Work and Product Specifications, the Subcontractor shall strictly comply with all

More information

URETHANE. CONCRETE ROOF WATERPROOFING SYSTEM Sample Design Guideline

URETHANE. CONCRETE ROOF WATERPROOFING SYSTEM Sample Design Guideline 1 DG0049-A 052017 CONCRETE ROOF WATERPROOFING SYSTEM Sample Design Guideline URETHANE ITW POLYMERS SEALANTS NORTH AMERICA, INC. 111 S. Nursery Road. Irving, TX 75060 Tel: 972-438-9111 Fax: 972-554-3939

More information

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements RFP 2019-01 Reeta s Building Demolition City of Morgantown REQUEST FOR PROPOSALS Demolition Contractors INTRODUCTION A. Overview This Request for Proposals ( RFP ) is being issued by the City of Morgantown

More information

SECTION TRAFFIC REGULATIONS

SECTION TRAFFIC REGULATIONS PART 1 GENERAL 1.1 DESCRIPTION A. Traffic Control permits, notifications, mobilization, temporary signs, barriers, lights, flagging personnel, striping, markings, and demobilization and removal. 1.2 RELATED

More information

Corporate Policy and Procedure

Corporate Policy and Procedure Corporate Policy and Procedure POLICY CATEGORY AUTHORITY RELATED POLICIES APPROVED BY Safety Management When Outside Contractors are Retained (Contractor Safety Management Program) (the Policy ) Health

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 22 A solvent based coating system Concrete Saver AS5400Anti-Slip High One-Step Epoxy System

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 19 A 100% solids epoxy coating system Concrete Saver AS6500 System Anti-Slip 100% Solids

More information

Union County Vocational - Technical Schools Scotch Plains, New Jersey

Union County Vocational - Technical Schools Scotch Plains, New Jersey SECTION 099600 - HIGH PERFORMANCE COATINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

DIVISION 5 METALS SECTION STRUCTURAL STEEL

DIVISION 5 METALS SECTION STRUCTURAL STEEL DIVISION 5 METALS SECTION 05 12 00 PART 1 GENERAL 1.01 SUMMARY A. Section Includes: All labor and materials required to furnish and install the structural steel shown on the Drawings and required by these

More information

A. Prior to commencement of any work, make a complete inspection of all of the facilities listed in this specification

A. Prior to commencement of any work, make a complete inspection of all of the facilities listed in this specification SECTION 028200 - ABESTOS ABATEMENT PART 1 - GENERAL 1.1 SCOPE OF WORK A. The following asbestos-containing materials is known to be present on the First and Second Floor classrooms of the North Wing of

More information