Metropolitan Washington Airports Authority METROPOLITAN WASHINGTON AIRPORTS AUTHORITY WASHINGTON DULLES INTERNATIONAL AIRPORT

Size: px
Start display at page:

Download "Metropolitan Washington Airports Authority METROPOLITAN WASHINGTON AIRPORTS AUTHORITY WASHINGTON DULLES INTERNATIONAL AIRPORT"

Transcription

1 Metropolitan Washington Airports Authority 1-16-C012 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY WASHINGTON DULLES INTERNATIONAL AIRPORT EXTERIOR CLEANING OF MOBILE LOUNGE/PLANE MATE FLEET AND SNOW REMOVAL AND HEAVY EQUIPMENT FLEET STATEMENT OF WORK JANUARY 2016 Attachment 01 Statement of Work - Page 1

2 Metropolitan Washington Airports Authority 1-16-C012 STATEMENT OF WORK TABLE OF CONTENTS SECTION I - TABLE OF CONTENTS SECTION II - INTRODUCTION SECTION III BACKGROUND SECTION IV SCOPE OF WORK 01. Summary of Work 02. Mobile Lounge/Plane Mate SECTION V PERFORMANCE STANDARDS AND CLEANING METHODS 01. General 02. Performance Standards 03. Cleaning Method 04. Cleaning Solutions SECTION VI GENERAL REQUIREMENTS 01. Staffing 02. Submittals 03. Work Hours 04. Work Schedule 05. Contract Progress Meetings 06. Communication Devices 07. Documents 08. Safety and Protection 09. Security and Identification 10. Smoke Free Environment SECTION VII DELIVERABLES 01. Contract Award 02. Daily SECTION VIII ON CALL SUPPLEMENTAL SERVICES SECTION IX INVOICING SECTION X METHOD OF PAYMENT 01. Base Contract 02. Supplemental Services SECTION XI DEFINITIONS SECTION XII APPENDIX Appendix A - Mobile Lounge/Plane Mate Inventory Appendix B Photographs of Equipment Inventory Appendix C Map of Shop 1 Location Appendix D Map of Gravel Lot Appendix E Daily Cleaning Report Appendix F Service Call Order Attachment 01 Statement of Work - Page 2

3 Metropolitan Washington Airports Authority 1-16-C012 SECTION II - INTRODUCTION The Metropolitan Washington Airports Authority (Airports Authority) is seeking a highly qualified contractor to furnish all supervision, labor, materials, tools, supplies, chemicals, equipment, and transportation required to clean all exterior surfaces of the Mobile Lounge/Plane Mate Fleet and the Snow Removal and Heavy Equipment Fleet at Washington Dulles International Airport (Dulles). SECTION III BACKGROUND The Airports Authority is an independent interstate agency created by the Commonwealth of Virginia and the District of Columbia, with the consent of the United States Congress. Its primary function is to develop, manage, and operation of Ronald Reagan Washington National Airport, Washington Dulles International Airport, Dulles Toll Road, and MetroRail Office. SECTION VI SCOPE OF WORK 01. SUMMARY OF WORK The Contractor shall clean all exterior surfaces of the Mobile Lounge/Plane Mate Fleet including, but not limited to, vehicle bodies, glass, under-carriage, stairways, wheels/tires, and roofs. Mirrors shall be cleaned with a glass cleaner. Exterior surfaces of window glass shall be cleaned with an appropriate cleaning solution and squeegee. Motors, transmissions and generators are not covered by this contract and shall not be cleaned. The interior areas of the fleet are not covered by this contract and shall not be cleaned. Transportation to the Shop 1 Facility will require an Air Operation Area (AOA) operator s permit and airport security badge. 02. MOBILE LOUNGE/PLANE MATE FLEET A. GENERAL The Mobile Lounge/Plane Mate Fleet consists of approximately 19 Mobile Lounges and 30 Plane Mates as listed in Appendix A and shown in Appendix B photos. B. BASE SERVICES 01. The Contractor shall clean a minimum of ten Mobile Lounges/Plane Mates per month; however, the number of units scheduled for cleaning may vary month to month to ensure that the entire fleet is cleaned every six months. The Contractor shall schedule the cleanings to occur during the first full week of each month. A minimum of three units shall be cleaned per day. Except otherwise provided herein, the Contractor shall furnish all manpower, supervision, materials, supplies, tools, and equipment necessary to fulfill the requirements of this SOW. 02. CLEANING COMPOUNDS Cleaning compounds shall be non-hazardous, non-emulsifying, non-corrosive, and biodegradable. Care shall be exercised to select the most effective cleaning compound that meets these criteria. No chemicals shall be used until approved by the Contracting Officer s Technical Representative (COTR). Attachment 01 Statement of Work - Page 3

4 Metropolitan Washington Airports Authority 1-16-C CLEANING LOCATION Cleanings shall take place at Dulles Equipment Maintenance Shop 1. The Mobile Lounge/Plane Mate units shall be cleaned outside of the facility in front of Bays 5, 6, and 7 as shown in Appendix C. Upon arrival, the Contractor must notify the shop shift supervisor or the shift supervisor s representative that cleaning will commence. The shop representative will properly adjust the valve to the oil/water separator prior to cleaning. The Supplemental Equipment shall be cleaned outside in the gravel lot located behind Shops 3 and 4 on the south side of the airport as shown in Appendix D. 04. SCHEDULING AND COORDINATION Mobile Lounges and Plane Mates shall be cleaned between the hours of 8 a.m. to 4:30 p.m., Monday through Friday. The Airports Authority will stage all units near the cleaning location. The Contractor shall not operate the units. A representative from the Airports Authority will maneuver the units requiring cleaning. 05. EQUIPMENT The equipment required to clean the Mobile Lounge/Plane Mate units are a Hot Water Pressure Washer that shall have a minimum PSI of 2000 and GPM of 2.0 and a Scissor Lift that shall have a minimum two person platform, reach a level of 20 feet, 800 lbs. platform capacity, and can be fueled or electric. There is no on-site storage provision for equipment utilized to fulfill the requirements of this contract. Equipment shall be transported on and off airport property as needed. Water supply is available at the Shop 1 bay and may be utilized by the Contractor. 06. REPORTING The Contractor shall provide to the COTR a daily cleaning report as shown in Appendix E. The report shall be ed to the COTR by 4 p.m. on the day after the services were performed. The cleaning report shall include at a minimum the following information: Date, Start Time, Completion Time, signature of supervising employee and Airports Authority personnel verifying work performance. The Contractor shall list on this report any units that were scheduled for cleaning but were not cleaned along with the reason as to why they were not cleaned. 07. INSPECTION OF SERVICES An Airports Authority representative shall monitor the daily cleaning of units. On occasion, the COTR will request the Contractor s supervisor be present during periodic inspections. SECTION V - PERFORMANCE STANDARDS AND CLEANING METHODS 01. GENERAL All surfaces shall be cleaned with a solution that is specifically manufactured for the intended application. Cleaning solutions and methods of cleaning shall not be harmful to either the surfaces being cleaned or the surrounding surfaces. All surfaces being cleaned shall be free from dirt, smudges, grime, water marks, streaks, and bird droppings, and is permitted to air dry or is wiped dry with a chamois, squeegee or lint free cloth. Attachment 01 Statement of Work - Page 4

5 Metropolitan Washington Airports Authority 1-16-C PERFORMANCE STANDARDS A surface will be considered clean if: (1) immediately after wiping it with a clean white glove, there is neither a visible change in the appearance of the surface nor the appearance of a visible mark on the glove or (2) the Contractor demonstrates to the satisfaction of the COTR that any visible dirt, dust, foreign matter, film, grime, stains, finger prints, streaks, spots, blemishes, and/or chemicals residue which remain on the surface after cleaning cannot be removed without permanently damaging the underlying surface. 03. CLEANING METHODS A. REMOVAL OF SURFACE DIRT Removal of surface dirt may be accomplished in several ways. Some testing is recommended to determine the degree of cleaning actually necessary to accomplish the task. It is advisable to test your solution or cleaner on a small inconspicuous area before application to larger exposed areas. Ideally, an initial step of water rinse from the top down is recommended prior to any cleaner application. Significant benefit is gained with some type of surface agitation. Physical rubbing of the surface with soft brushes, sponges, or cloth is also helpful. The washing should be done with uniform pressure. The surface must be thoroughly rinsed with clean water. It may be necessary to sponge the surface while rinsing, particularly if cleaner is permitted to dry on the surface. The rinsed surface is permitted to air dry or is wiped dry with a chamois, squeegee or lint free cloth. B. GLASS SURFACES Glass surfaces shall be cleaned manually using squeegees and/or soft cloths, so as not to damage or scratch the glass. 04. CLEANING SOLUTIONS A. HOT AND/OR COLD DETERGENT SOLUTIONS A five percent (5%) solution in water of commonly used commercial and industrial detergents should not have any deleterious effect on surfaces being cleaned. These solutions should be followed by an adequate rinse of water. Use cloth, sponges or soft bristle brush for application. B. SOLVENTS Most organic solvents are flammable and/or toxic, and must be handled accordingly. Keep away from open flames, sparks or electrical motors. Use adequate ventilation, protective clothing, gloves and goggles. Solvents that may be used to remove non-water soluble deposits (tar, grease, oil, paint, graffiti, etc.) from painted aluminum panels or glass surfaces include: Ninety percent (90%) solution of isopropyl (rubbing) alcohol - recommended. Ninety percent (90%) solution of denatured alcohol (ethanol). DO NOT USE ANY OF THE FOLLOWING SOLVENTS: Methanol (wood alcohol) Petroleum Solvents (Naphtha, Mineral Spirits, Turpentine) Aromatic and Chlorinated (Xylene, Toluene) Attachment 01 Statement of Work - Page 5

6 Metropolitan Washington Airports Authority 1-16-C012 Ketones, Esters, Lacquer Thinner Methyl ethyl ketone (MEK) Methyl isobutyl ketone (MIBK) Ethyl acetate (nail polish remover) Butyl acetate Acetone/Paint Remover SECTION VI GENERAL REQUIREMENTS 01. STAFFING A. The Contractor shall provide all necessary personnel, including supervision, to ensure that all exterior cleaning services are performed as required. B. As a minimum the Contractor must provide one supervisor to direct all contract personnel and maintenance operations. The Contractor shall only provide fully trained and qualified personnel on the job sites to fill the requirements of this SOW and the terms of the contract document. C. The supervisor shall represent the interests of the Contractor with regards to all matters involving work performance under this contract. D. The supervisor shall be fluent in the English language to effectively communicate with the Contractor s employees and/or subcontractors as well as the COTR and other Airports Authority personnel. The Airports Authority reserves the right to require the Contractor to replace the on-site supervisor who cannot meet this requirement. F. The Contactor shall have a sufficient number of employees with airport identification security badges in order to meet the maintenance requirements of the contract. The COTR will not provide escort services for the Contractor. G. At any time during the contract period the COTR may determine that work is not being performed in a timely manner or that the work is deficient, the Contractor shall be required to increase the work force and/or equipment levels in order to correct these deficiencies at no additional cost to the Airports Authority. These increased levels shall be maintained in order to perform the work properly. H. Each employee of the Contractor must receive proper and adequate training prior to commencement of work. Untrained employees shall not be permitted to perform the services specified in the contract. It shall be the burden of the Contractor to provide proof/documentation if requested by the Airports Authority. I. Employee Uniforms 1. The Contractor shall provide complete uniforms to employees including, but not limited to, the following: a. Shirt with company identification logo. Tank tops, net shirts, halter tops, etc. are not permitted. b. Full length pants without excessive length or flared bottom. c. Safety gear/apparel. Attachment 01 Statement of Work - Page 6

7 Metropolitan Washington Airports Authority 1-16-C Supervisor s uniforms shall be distinctly different from those of their employees. All uniforms must be approved by the COTR prior to the commencement of this contract. 3. Employees improperly uniformed shall not be permitted to work. Any employee found working and not wearing the proper uniform will be asked to leave the airport until they can meet the uniform requirement. 02. SUBMITTALS Prior to use of any products or materials, the Contractor shall provide the following submittals for review and approval by the COTR. The Contractor shall furnish three copies of each submittal. 1. Manufacture s product data and literature 2. Samples, if required by the COTR. 3. Safety Data Sheets (SDS) 03. WORK HOURS A. Unless otherwise specified elsewhere in the contract documents, the Contractor shall perform the equipment cleaning services any day from Monday through Friday, and any time between the hours of 8:00 a.m. and 4:30 p.m., excluding the following Federal holidays, as approved by the COTR: 1. New Year s Day 2. Memorial Day 3. Independence Day 4. Labor Day 5. Thanksgiving Day 6. Christmas Day B. The areas specified in the SOW shall be occupied and operational during the period of the contract. The services shall be performed with minimal disruption to the occupants and operation of the facilities. Should the schedule of services disrupt the occupants and operation of the facilities, the Airports Authority reserves the right to change the schedule for base services to any day from Monday through Friday, and any time between the hours of 8 a.m. through 4:30 p.m., at no additional cost to the Airports Authority. 04. WORK SCHEDULE A. The COTR shall be notified in writing when changes are proposed to the planned schedule of work. Reasons for these changes will be indicated. Approval by the COTR is required before any changes shall be made in the work schedules. B. The safety, well-being, and convenience of all airport employees and the traveling public shall be a prime consideration in scheduling and accomplishing all work. Attachment 01 Statement of Work - Page 7

8 Metropolitan Washington Airports Authority 1-16-C CONTRACT PROGRESS MEETINGS The Contractor s representative(s), including the supervisor and subcontractor(s), shall attend all meetings as required by the COTR to discuss, coordinate, and evaluate the status and performance of services under this contract. These meetings will be held as frequently as the COTR deems necessary. 06. COMMUNICATION DEVICES The Contractor shall provide, at its own expense, mobile phones to its personnel performing services at Dulles. The Contractor shall also provide addresses and telephone numbers by which the Airports Authority staff can contact individuals who have the responsibility and authority for implementing all the requirements of the contract. 07. DOCUMENTS The Contractor shall possess one record copy of the contract at all times when on-site. It shall include any amendments, modifications, drawings, approved submittals, and Material Safety Data Sheets (MSDS) in good order and marked currently to record changes. 08. SAFETY AND PROTECTION A. The Contractor shall be responsible for researching, understanding, administering, and practicing the environmental protection, safety and health provisions of the Airports Authority Construction Safety Manual, Revision 14 (May 31, 1998), Occupational Safety and Health Administration (OSHA) and other applicable federal, state and local standards. B. The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the contract. The Contractor shall take all necessary precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to persons, properties, equipment, and vehicles. C. The Contractor shall immediately notify the COTR and Airport Police of any damage to any vehicles or property caused by or involving the Contractor s equipment or personnel. The Contractor shall submit a written report to the COTR within one day of any such incident. D. The Airports Authority shall notify the Contractor of any damage caused by the Contractor s equipment or personnel, promptly after the Airports Authority discovers the same or receives notice thereof. E. Damage caused by the Contractor to any vehicle or property shall be repaired or replaced to the satisfaction of the Airports Authority at the expense of the Contractor. The Airports Authority, at its sole discretion, may elect to repair or replace the damaged property, and deduct such costs from monies due the Contractor. F. If the Contractor, at any time, fails to perform the services of this contract in a safe manner, the Contracting Officer (CO) and/or the COTR may issue an order ceasing all or part of the work until corrective actions are made. 09. SECURITY AND IDENTIFICATION A. The Contractor, its subcontractors, and all their employees shall be subject to and shall at all times conform with any and all rules, regulations, policies and procedures pertaining to security at Dulles. Attachment 01 Statement of Work - Page 8

9 Metropolitan Washington Airports Authority 1-16-C012 Any violations or disregard of the rules, regulations, policies and procedures may be cause for immediate termination. B. The Contractor shall be responsible for, at its own expense, obtaining the proper security clearance, training, and badges for its employees working unescorted in restricted areas of the airport. C. All the Contractor's personnel must undergo an identification procedure by the Airports Authority prior to commencement of work. A mandatory fingerprinting process for employees is required at a cost of approximately $40. D. Employees will be issued identification badges, which must be visibly worn at all times. The initial badge will be issued at no cost. Should an employee lose a badge the replacement costs are as follows: 1. $50 for the first lost badge. 2. $100 for the second lost badge. 3. $200 for the third lost badge. *In addition to the $200, written permission from the Airport Manager is necessary for the reissuance of a third airport identification badge. E. All airport identification badges shall remain the property of the Airports Authority and must be returned to the Airports Authority at the time of an employee s separation or termination from the Contractor. It shall be the responsibility of the Contractor to ensure badges are returned to the Airports Authority. The Contractor shall bear all expenses for these items. F. Any and all personal packages brought onto and/or removed from Airports Authority property may be subject to inspection by a security officer. Firearms and/or explosives shall NOT be brought onto the Airports Authority's property. VIOLATORS WILL BE PROSECUTED. G. The Contractor shall have identification decals or other approved identification on all vehicles entering the airport. Each employee of the Contractor and of its subcontractors driving motor vehicles on the airport shall have a valid driver s license and each such motor vehicle shall have a current inspection sticker if required by the State of Registration. Only properly identified vehicles of the Contractor shall be allowed in the work area. H. All of the Contractor s personnel driving motor vehicles on the AOA must obtain an AOA operator s permit. All vehicles which are required to be used on the AOA must be inspected by Airport Operations and obtain a decal. The operator s permit and the vehicle decal may be obtained through the Airport Operations Department, after contract award, and at no expense to the Airports Authority. 10. SMOKE FREE ENVIRONMENT The Airports 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 site. SECTION VII - DELIVERABLES 01. CONTRACT AWARD No more than ten (10) business days after contract award the Contractor shall submit to the COTR: Attachment 01 Statement of Work - Page 9

10 Metropolitan Washington Airports Authority 1-16-C DAILY A. Alphabetized listing and copies of Material Safety Data Sheets (MSDS) for all chemical products the contractor will use on the job site. This information shall be contained in a loose-leaf binder in alphabetical order according to the common name of the chemical. B. Proof of Documentation that the Contractor received all required Airport Security Badges and Permits necessary to fulfill the requirements of the SOW. This documentation shall include legible photocopies of all AOA security badges and AOA operator s permits issued by the Airports Authority. C. The names of Key Personnel, to include addresses and cell phone numbers. The Contractor shall provide to the COTR no later than 4 p.m. on the day after the services were performed a Daily Cleaning Report (Appendix E). SECTION VIII - ON CALL SUPPLEMENTAL SERVICES The Airports Authority may require during the course of this contract, the Contractor perform supplemental cleaning services that are outside the requirements of the Base Contract. The Contractor shall furnish all the manpower, supervision, materials, supplies, tools, and equipment necessary to perform these services. All supplemental work shall be requested in advance by a Service Call Order issued by the COTR as shown in Appendix F. Each Service Call Order shall contain a detailed description of the work that is requested to be performed by the Contractor. The Contractor shall not proceed with any of the work described in a Service Call Order until scheduled and coordinated with the COTR. The Contractor shall not invoice the Airports Authority for any work described in a Service Call Order until after all the work described has been completed to the satisfaction of the COTR. Supplemental services may include, but are not limited to pressure washing and cleaning of miscellaneous mobile equipment, such as plows, blowers, mowers, tractors, dump trucks and similar vehicles as shown in Appendix B photos. SECTION IX INVOICING A. The Contractor shall submit pricing for all services listed in the Schedule. Unless otherwise specified in the Cost Schedule, the contract unit prices shall be fully loaded to include all labor, material, equipment, tools, vehicles, fuel, transport or moving charges, mobilization, lodging, profit, overhead, supervision and all incidental expenses necessary to fulfill the requirements of the contract documents. B. The Contractor shall submit one invoice per month for all services that have been performed and completed to the satisfaction of the COTR. Payment shall be made for actual performance of services in accordance with the applicable fully loaded rates specified in the Schedule. C. Monthly invoices shall be itemized to provide a breakdown of costs. Base Services shall be separated from the Supplemental Services if applicable. Each individual Service Call Order shall be itemized separately on the invoice. D. The Contractor shall present a copy of the invoice to the COTR prior to submitting it to the Airports Authority for payment. The Contractor and the COTR shall review the invoice for accuracy and completeness. Attachment 01 Statement of Work - Page 10

11 Metropolitan Washington Airports Authority 1-16-C012 SECTON X - METHOD OF PAYMENT 01. BASE CONTRACT The Contractor shall invoice the Airports Authority once per month, for actual number of units cleaned during that period, in accordance with the provisions contained in the Contractor s price proposal (schedule). However, if services are not performed as described in the specification, the Airports Authority reserves the right to withhold a portion of the monthly payment. The line item rates contained in the Contractor s price proposal (schedule) shall be fully loaded rates inclusive of all labor, materials, parts and supplies. 02. SUPPLEMENTAL SERVICES Supplemental Services shall be invoiced in full at the end of each month the respective Contract Service Call Order is completed by the Contractor. Unless otherwise approved in writing by the COTR, the contractor shall not invoice the Airports Authority for Supplemental Services, for an amount greater than the estimated cost given in the respective Contract Service Call Order approved by the CO and/or the COTR. SECTION XI - DEFINITIONS ACCEPTANCE - The act of an authorized representative of the Airports Authority by which the Airports Authority assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services, as partial or complete performance of the contract. AIRPORT Washington Dulles International Airport AKA Dulles AOA - Air Operation Area - The portion of the airport used or intended to be used for landing, takeoff, or surface maneuvering of aircraft. This is a security area requiring security badging. Workers in this area are required to obtain and display an AOA photo ID credential. Drivers in this area are required to obtain an Aerodrome Vehicle Operator's Permit. AIRPORTS AUTHORITY - The Metropolitan Washington Airports Authority BUSINESS HOURS, AIRPORTS AUTHORITY - For the purpose of this SOW, regular business hours of the Airports Authority shall be 8:00 a.m. through 4:30 p.m. EST/EDT, Monday through Friday, excluding weekends and holidays. CLEAN Method by which the complete, comprehensive and thorough removal of dirt, dust, spots, streaks, film, litter, debris, surface marks, fingerprints, spills or other undesirable bonded surface residue is obtained over all surfaces. CONTRACTING OFFICER (CO) - An Airports Authority employee with specific written authority to enter into, administer, and terminate contracts. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) - A person with delegated authority from the Contracting Officer to assist in carrying out the CO's responsibilities at the project site. CORRECTION - The elimination of a deficiency. FEDERAL AVIATION ADMINISTRATION (FAA) The Federal Government Agency, responsible for the regulations and procedures related to Air Transportation. Attachment 01 Statement of Work - Page 11

12 Metropolitan Washington Airports Authority 1-16-C012 JOB SITE The areas within the Airports Authority property lines or portions of such areas that are described by the COTR. MA Engineering and Maintenance Department, Maintenance Engineering Division MSDS Material Safety Data Sheet METROPOLITAN WASHINGTON AIRPORTS AUTHORITY The Public Body responsible for the Operation and Management of Washington Dulles International Airport, Ronald Reagan Washington National Airport, Dulles Toll Road, and the Metro Rail Office. 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. SOW - Statement of Work STATE - The Commonwealth of Virginia Attachment 01 Statement of Work - Page 12

13 Metropolitan Washington Airports Authority 1-16-C012 APPENDIX A MOBILE LOUNGE/PLANE MATE INVENTORY Attachment 01 Statement of Work - Appendices

14 MOBILE LOUNGE/PLANE MATE INVENTORY Mobile Lounges 19 Plane Mates * Mobile Lounge 641* Plane Mate 622 Mobile Lounge 642 Plane Mate 623 Mobile Lounge 643 Plane Mate 624* Mobile Lounge 644 Plane Mate 625 Mobile Lounge 645* Plane Mate 627* Mobile Lounge 646 Plane Mate 628* Mobile Lounge 647* Plane Mate 629* Mobile Lounge 648 Plane Mate 630 Mobile Lounge 649 Plane Mate 631 Mobile Lounge 650 Plane Mate 632* Mobile Lounge 651 Plane Mate 633 Mobile Lounge 652 Plane Mate 634 Mobile Lounge 653 Plane Mate 635 Mobile Lounge 654** Plane Mate 636 Mobile Lounge 655 Plane Mate 637 Mobile Lounge 656 Plane Mate 638 Mobile Lounge 657 Plane Mate 639 Mobile Lounge 658 Plane Mate 640* Mobile Lounge 659 Plane Mate 660 Plane Mate 661 Plane Mate 662 Plane Mate 663 Plane Mate 664 Plane Mate 665 Plane Mate 667* Plane Mate 668 Plane Mate 669** Plane Mate 670 Plane Mate 671 Plane Mate *Fleet Reduction currently parked and will be rotated back into service at some future date. **Currently on loan and not due back until 2017

15 Metropolitan Washington Airports Authority 1-16-C012 APPENDIX B PHOTOGRAPHS OF EQUIPMENT INVENTORY Attachment 01 Statement of Work - Appendices

16 MOBILE LOUNGE PLANE MATE

17 MOBILE LOUNGE & PLANE MATE

18 RUNWAY PLOW RUNWAY PLOW

19 SNOW BLOWER SNOW BLOWER

20 MULTI-PURPOSE UNIT RUNWAY BROOM

21 DEICER TANKER DEICER TANKER

22 DUMP TRUCK WITH SPREADER & PLOW SPREADER ON DUMP TRUCK

23 SINGLE AXLE DUMP TRUCK TANDEM AXLE DUMP TRUCK

24 BACKHOE SKID STEER LOADER

25 FRONT END LOADER WITH 3 YARD BUCKET

26 FARM TRACTOR WITH BROOM SWEEPER / VACUUM TRUCK

27 SNOW MAULER & HIGH SPEED RUNWAY BROOM COMBO WITH PLOW AND BROOM

28 4-WHEEL DRIVE TRACTOR TANDEM AXLE SPREADER

29 Metropolitan Washington Airports Authority 1-16-C012 APPENDIX C MAP OF SHOP 1 LOCATION Attachment 01 Statement of Work - Appendices

30

31 Metropolitan Washington Airports Authority 1-16-C012 APPENDIX D MAP OF GRAVEL LOT Attachment 01 Statement of Work - Appendices

32

33 Metropolitan Washington Airports Authority 1-16-C012 APPENDIX E DAILY CLEANING REPORT Attachment 01 Statement of Work - Appendices

34 APPENDIX E MOBILE LOUNGE/PLANE MATE DAILY CLEANING REPORT MONTH OF : UNIT # DATE CLEANED START TIME COMPLETION TIME CLEANED BY INSPECTED BY REMARKS

35 Metropolitan Washington Airports Authority 1-16-C012 APPENDIX F SERVICE CALL ORDER Attachment 01 Statement of Work - Appendices

36 WASHINGTON DULLES INTERNATIONAL AIRPORT MAINTENANCE ENGINEERING DIVISION, MA-226 CONTRACT SERVICES CALL ORDER Type of Work: Date Prepared: Prepared by: Contract # : Contractor: POC: Address: Office Phone # Cell Phone # Fax # Location and Description of Work MWAA ESTIMATOR CONTRACTOR ESTIMATOR WORK ITEM TOTAL ESTIMATED COST QUANTITY UNIT OF MEASURE UNIT COST AMOUNT APPROVAL AND ACCEPTANCE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Call Order # APPROVED BY: COTR CONTRACTOR START DATE DATE DATE ACCEPTED BY: COTR CONTRACTOR CO REMARKS: (CO's approval required over $10,000) DATE COMPLETED DATE / / DATE / / DATE / / BY SIGNING THIS CALL ORDER, THE CONTRACTOR ACKNOWLEDGES THAT HE/SHE WILL ONLY PERFORM WORK DESCRIBED AFTER THIS CALL ORDER IS APPROVED BY THE COTR. IN ADDITION, THE COST TO THE AUTHORITY SHALL NOT EXCEED THE "TOTAL ESTIMATED COST" NOTED ABOVE. ANY CHANGES MUST BE PRE-APPROVED BY THE COTR. SERVICE CALL ORDERS EXCEEDING $10,000 REQUIRE BOTH THE COTR AND CO's SIGNATURE.